JSCB. Joint Schools Construction Board

Size: px
Start display at page:

Download "JSCB. Joint Schools Construction Board"

Transcription

1 JSCB Joint Schools Construction Board REQUEST FOR PROPOSAL TO PROVIDE INDEPENDENT COMPLIANCE SERVICES FOR PHASE 2 OF THE SYRACUSE SCHOOLS CONSTRUCTION PROGRAM Prospective Consultants: The City of Syracuse and the Syracuse City School District, acting through the Joint Schools Construction Board, invite you to submit your proposal to provide Independent Compliance Services for Phase 2 of the Joint Schools Construction Program. Yours truly, Mary E. Vossler, CPA Director Office of Management & Budget Stephanie A. Miner Mayor 203 City Hall Syracuse, New York (315) Fax (315) Sharon L. Contreras Superintendent 725 Harrison Street Syracuse, New York (315) Fax (315)

2 REQUEST FOR PROPOSALS FOR INDEPENDENT COMPLIANCE SERVICES ON BEHALF OF THE JOINT SCHOOLS CONSTRUCTION BOARD RFP REFERENCE # ONE (1) ORIGINAL PROPOSAL AND SEVEN (7) COPIES OF THE PROPOSALS MUST BE RECEIVED PRIOR TO 2:30 P.M THURSDAY, APRIL 30th, 2015 AT THE FOLLOWING ADDRESS: OFFICE OF MANAGEMENT AND BUDGET DIVISION OF PURCHASE ROOM 221 CITY HALL 233 EAST WASHINGTON STREET SYRACUSE, NEW YORK ATTN: MARY E. VOSSLER, DIRECTOR NO EXCEPTIONS BE SURE THAT YOU HAVE COMPLETED AND ATTACHED ALL OF THE INFORMATION REQUIRED IN THESE SPECIFICATIONS. SPECIAL NOTE: PROPOSAL PACKAGES MUST BE SEALED AND CLEARLY MARKED ON THE LOWER LEFT FRONT WITH THE RFP TITLE & REFERENCE NUMBER AS LISTED ABOVE! PLEASE PRINT THE WORDS ORIGINAL ON YOUR ORIGINAL COPY PROPOSALS RECEIVED AFTER THE DUE DATE AND TIME WILL NOT BE ACCEPTED.

3 Table of Contents Introduction...Pg.1 General Information and Instructions...Pg.1 Insurance....Pg.2 Indemnification...Pg.3 Consultant Employee Identification...Pg.3 Supervision and Support Personnel..Pg.3 Minimum Qualifications.. Pg.3 Term of Contract...Pg.3 Information Request...Pg.4 Project Approach...Pg.5 Billing Rates..Pg.5 Miscellaneous...Pg.6 Project Background & Scope of Services Requested.....Pg.6 Joint School Construction Board Project Specific Compliance Services...Pg.6 Proposal and Qualifications Review.. Pg.7 Qualifications & Criteria.Pg.8 Examination of Solicitation Documents & Addenda... Pg.9 Standard Professional Service s Consultant s Agreement Pg.9 Proposal Costs...Pg.9 Termination..Pg.9 Unbalanced Proposals...Pg.9 Budgetary Funding...Pg.10 Award Pg.10 Submission Requirements.Pg.10 Professional References Pg.10 RFP - Cancellation/Postponement..Pg.11 Additional information.pg.11 Proposal Due Date.Pg.11 Professional References...Pg.12

4 INTRODUCTION Prospective Consultants: The Joint Schools Construction Board, through the Office of Management & Budget, invites you to submit a Proposal to provide Independent Compliance Services for the Joint Schools Construction Project. Although consultant selection will be qualifications based, a Billing Rate Schedule must be submitted as indicated in the Scope of Services. The Request for Proposals is to be organized as follows: A. Proposal - General Information and Instructions B. Proposal Instructions to Proposers C. Proposal Project Background and Scope of Services Requested D. Proposal Proposal and Qualifications Review The following support documents (attachments) are included in this RFP package: E. Standard Professional Services Consultant's Agreement (7 pages; blank sample) F. JSCB Phase 2 Development and Diversification Plan For Workforce & Business G. Relevant Portions of the Comprehensive Plan GENERAL INFORMATION AND INSTRUCTIONS The City of Syracuse Office of Management & Budget, Division of Purchase on behalf of the Joint Schools Construction Board is seeking proposals from vendors to provide Independent Compliance Services for the Joint Schools Construction Project. The purpose of the role is to provide a single point of contact for all Minority/Women-Owned Business Enterprise (MWBE) issues to ensure seamless MWBE compliance among all projects while adhering to the Phase 2 Development and Diversification Plan Workforce & Business as set forth by the JSCB. The services to be provided will include compliance with approved budgets, compliance with all due dates and deadlines, coordination with JSCB outside consultants, monitoring of all required policies and procedures for the proper and successful administration under the direction of the City s MWBE Compliance Officer of Neighborhood and Business Development, City Engineer and Joint Schools Construction Board (JSCB). This successful Proposer will be required to sign a Professional Services Contract with the JSCB as approved by the Corporation Counsel who acts as counsel to the JSCB. It is the intent of the Joint Schools Construction Board to hire one consultant to provide the requested services. Although consultant selection will be qualification based, a Billing Rate Schedule must be submitted as indicated in the Scope of Services. Page 1

5 INSURANCE Notwithstanding any terms, conditions or provisions, in any other writing between the Parties, the proposer hereby agrees to effectuate the naming of the City of Syracuse, the JSCB and the Syracuse School District as unrestricted additional insured on the proposer s insurance policies, with the exception of Workers compensation. Consultants shall purchase and maintain during the life of the contract the following insurance. This insurance must be purchased from a New York State licensed; A.M. Best Rated A or A+ carrier. The City of Syracuse, the JSCB, and the Syracuse School District, with the exception of Workmen s Compensation and Employer s Liability Insurance, shall be named as additional named insured. A copy of all required certificates of insurance shall be mailed to the Department of Neighborhood and Business Development, Office of Minority Affairs, Room 600 City of Syracuse prior to the execution of the contract with the JSCB. Upon request the successful Proposer (Consultant) shall provide to the JSCB any of the underlying insurance policies for review and approval. The certificates shall be issued to the City of Syracuse, the JSCB and the School District of the City of Syracuse with a provision that in the event the policies are either cancelled or diminished, at least 30 days prior notice thereof shall be given to the City, the JSCB and the School District. The successful bidder or any subcontractor shall not commence work under this contract until the counsel for the JSCB has approved such insurance. The successful proposer shall require any subcontractor(s) to provide all of the requirements of this section before any work are to commence. A. Comprehensive General Liability Insurance with contractual liability coverage in the minimum amount of $2,000,000 per occurrence and $2,000,000 as the aggregate limit of liability. Also required, the declarations page from the General Liability Insurance policy showing the endorsement that the City of Syracuse, the Joint School Construction Board and the Syracuse City School District are indeed an additional insured. B. Automotive Liability Insurance: on owned, hired, leased, or non-owned autos in the amount of $2,000,000 occurrence combined Single Limit. C. Worker s Comprehensive & Employer s Liability Insurance: statutory Worker s compensation and Employer s Liability insurance for all of his employees to be engaged in work under the contract and if such work is sublet, the contract shall require the subcontractor to provide Workmen Compensation and Employer s Liability Insurance for all of the latter employees to be engaged in such work. The City of Syracuse, the Joint Schools Construction Board and the Syracuse City School District must be named as additionally insured. The Consultant shall secure, at its expense, a professional liability insurance policy with contractual liability coverage. The insurance shall be in the minimum amount of $2,000, per claim and $2,000, as the aggregate limit of liability. Page 2

6 INDEMNIFICATION The successful Proposer shall defend, indemnify and save harmless the City of Syracuse, its officers and employees, the JSCB, and the Syracuse City School District, its employees and agents from and against all claims, damages, losses and expenses (including without limitations, reasonable attorneys fees) arising out of, or in consequence of, any negligent or intentional act or omission of the successful Proposer, its employees or agents, to the extent of its or their responsibility for such claims, damages, losses and expenses. CONSULTANT EMPLOYEE IDENTIFICATION All employees servicing this account are to carry company issued photo identification that will easily and clearly identify the employee(s) while on property or facilities. All employees will be required to comply with single point of entry and other security measures that may be in place during the contract period which may include, but is not limited to, sign in and verification of photo ID s. Proposers are required to submit with their proposal a copy of their corporate policy employee photo identification cards. SUPERVISION AND SUPPORT PERSONNEL Proposers are required to furnish their recommended in-depth schedule for supervision of all employees engaged in servicing this account. Proposers are required to furnish a list of all vehicles to be used during this contract and be able to maintain and update this list throughout the contract period or any and all extensions. MINIMUM QUALIFICATIONS The vendor will be regularly engaged in the provision of services as described in the RFP and will comply with and meet or exceed all requirements of the New York State and the Federal Laws as it pertains to MWBE Compliance monitoring. The vendor selected shall comply with the terms and conditions of any contract resulting from this Request for Proposal and continue to maintain the quality of services for the duration of this contract. TERM OF CONTRACT The Contract shall be awarded for a three (3) year term with the right of the JSCB to renew for one (1) additional two (2) year term upon approval of the Joint School Construction Board. The JSCB does not guarantee any minimum level of work as all work done under this contract will be subject to the availability of sufficient funds for the implementation of Phase 2. Page 3

7 INFORMATION REQUEST Provide the specific Proposal exhibit materials outlined in this section. Present all materials, in order, using the subsequent designations used herein. Number all sheets in sequence. Materials provided should be relevant and brief. Although consultant selection will be qualifications based, a Billing Rate Schedule must be submitted. 1. PRELIMINARY PAGES: a. Cover Letter b. Title Page i. Submittal Title ii. Submitting firm s name, address, phone number and address. iii. Submittal due date c. Table of Contents d. Executive Summary 2. FIRM QUALIFICATIONS AND PROJECT STAFFING: a. Background of Firm: Provide a brief description of the firm, the history, a list of personnel and a list of specific areas/services of expertise, professional licenses and/or certifications in the subject scope of work. b. Project Team: Provide the names and resumes of all anticipated key professionals within the lead firm, and in sub-consultant firms assigned to the project and briefly state their anticipated responsibilities. Identify the project manager or lead person who will serve as the JSCB point of contact. c. Client References: Provide at least three (3) references for similar services rendered to other municipalities. Include scope, client longevity and specific service descriptions. Provide the name and phone number of the responsible owner s representative you worked with. d. Work for the City of Syracuse or Syracuse City School District (SCSD): Provide information, such as a project name, date, size, etc., on all projects started (not only completed) for either the City of Syracuse or the SCSD in the last (10) years. e. Professional Capability: Provide briefly, evidence of the firm s demonstrated ability and capacity to perform and complete this type of work in a professional, competent, and timely manner. Address issues including the following: i. Financial stability; Page 4

8 ii. Knowledge and depth of experience conducting minority and women owned business enterprise (MWBE) utilization compliance monitoring for public contracts; iii. Demonstrated familiarity with all rules, laws and regulations pertaining to affirmative action and equal opportunity hiring; iv. Ability to adequately provide staff to meet consultant responsibilities identified in the scope of services within the duration of the project term; v. Ability to provide services that meets the users end needs; and vi. Ability to meet or exceed MWBE, EEO Goals vii. Ability to implement an efficient process of MWBE and EEO related data collection, retention and reporting. viii. Ability to meet appropriate public-relations needs including provisions of informational presentations for, and elicitation feedback from, the following: school and facilities staff, students, community residents, SCSD and City of Syracuse governing groups, and JSCB. Provide examples from recent projects using staff that will be available to the firm for these services. f. Scope of Project: Provide complete detail of activities to support scope of project. 3. PROJECT APPROACH: a. Work Coordination: Briefly describe the firm s approach to planning, organizing, scheduling and managing daily work activities. Include strategies for maximizing the effectiveness and efficiency of the following: 4. BILLING RATES: i. Communications ii. Problem-identification and problem-solving iii. Compliance and EEO monitoring iv. Reporting v. Schedule control vi. Data quality control a. The consultant (including all sub consultants) shall include in their proposal a Billing Rate Schedule to be used for work scope. Prime consultants shall include any markup (if any) to be billed for work performed by sub consultants. The detailed hourly billing rate schedule should include the following: i. The rate per hour by job category (such as compliance management, site review, data collection, reporting, etc.); ii. Breakdown of job task assigned to each category; iii. Overhead and profit should not be pre calculated into hourly cost; overhead cost and profit should be shown as a multiplier; Page 5

9 iv. A list of direct expenses (such as mileage, photocopying, other direct costs, etc.) 5. MISCELLANEOUS: a. Submittal Materials: Provide additional materials, if any, that you feel may be pertinent to the review of your Submittal. Materials should be specifically relevant and kept to a minimum. b. Comments: Provide comments or position statements, if any, on any of the RFP requirements outlined herein. PROJECT BACKGROUND & SCOPE OF SERVICES REQUESTED It is the intention of the Joint School Construction Board to retain an Independent Compliance Officer (ICO) to provide professional services to fulfill daily compliance requirements as needed and when requested by the Joint Schools Construction Board (JSCB). The Independent Compliance Officer (ICO) will be a firm with an in-depth knowledge base and breadth of experience conducting Minority and Women-owned Business Enterprise (MWBE) and Equal Employment Opportunity (EEO) utilization compliance monitoring for public contracts within New York State, including school districts. The ICO shall be familiar with all rules, laws and regulations pertaining to affirmative action and equal opportunity hiring. The ICO shall assist the JSCB with the responsibilities of specific compliance services required for the Joint Schools Construction Project which include: 1. Joint School Construction Board Project Specific Compliance Services: A. Adhere to all Goals and requirements of the Syracuse Joint School Construction Board Program as established in the JSCB Phase 2 Development and Diversification Plan for Workforce and Business (Attachment); B. Monitor all contracts entered into by the JSCB; C. Obtain and maintain records/documentation to confirm prime and/or subcontractor compliance with all requirements contained in the approved utilization plan, for any project; D. Review and approve all MWBE utilization plans, progress reports, final submittals, pay applications and supporting documents to assess compliance requirements; E. Implement an efficient process of MWBE and EEO related data collection, retention and reporting. F. On-site monitoring to confirm compliance of Workforce (EEO) goals and verify reporting. G. Monitor progress towards the achievement of business utilization (MWBE), residency and workforce development (EEO) Project Goals; H. Provide compliance reports to the JSCB on a monthly basis and when requested for each approved project including reports regarding all contractors in non-compliance with any such requirements or goals contained in the approved diversity plan or in violation of any federal, state and local laws, rules or regulations; Page 6

10 I. Work with the JSCB to develop, implement and enforce penalties and/or other action against any contractors for non-compliance with the MWBE/Diversity utilization plan; J. Work jointly with Project and Construction Managers to manage any such project to ensure that any requirements or goals contained in the approved utilization plan are met; K. Prepare annual and other reports as may be specified and required by the JSCB; L. Develop and recommend strategies to create and coordinate efforts to ensure a more diverse workforce for projects approved by the JSCB; and M. Attend all monthly JSCB meetings, on-site project meetings and other meetings as requested to ensure MWBE/Diversity utilization and EEO project compliance requirements are met. N. Work jointly with the Project and Construction Managers to respond to all (FOIL Request) Freedom of Information Law O. Insure that the City s MWBE Compliance Officer receives an original copy of all MWBE and EEO utilization plans and final utilization reports, prior to any contract execution or payment throughout the duration of the JSCB Phase 2 project. P. Work jointly with the City s MWBE Compliance Officer to identify qualified MWBE companies that can be utilized on JSCB Phase 2 project. PROPOSAL AND QUALIFICATIONS REVIEW The JSCB intends to award a contract for this proposal, following the selection of a consultant (proposer) by the JSCB RFP Committee subject to the approval of the JSCB, if it is determined that the contract is in the best interest of the JSCB. Proposals will be reviewed on the basis of capacity, competency, experience and qualifications, billing rate schedule, previous experience working for the City of Syracuse, and ability to perform the services required. The JSCB reserves the right to waive any formalities and to reject or negotiate any and all proposals without assigning any reason. Proposers should be willing and able to provide additional information that may be required by the project RFP committee, including a formal presentation to the project RFP committee. The JSCB reserves the right to reject any and all proposals not deemed to be in the best interest of the JSCB and to reject as informal such proposals, as in her opinion, are incomplete, conditional, obscure, or which contain irregularities of any kind, including unbalanced proposals. By unbalanced proposals, it is meant one in which the amount proposed for one or more separate items is substantially out of line with the current market price. There is no express or implied obligation for the City, the SCSD, or the JSCB to reimburse responding firms for any expenses incurred in preparing proposals, attending pre-proposal conferences, or interview(s) in responding to this request. All proposals will be considered JSCB Page 7

11 property and will not be returned. Incomplete proposals that do not address all of the requested components will not be accepted for review and consideration. Proposals submitted after the stated time and date will not be considered. QUALIFICATIONS & CRITERIA Qualifications will be reviewed based on a variety of criteria to include: 1. The education, experience and expertise of the agency s, individual s, firm s or organization s (hereinafter called the proposer s) principals and key employees, including membership in recognized professional organizations. 2. Capacity of Firm ability to manage and oversee the Phase 2 Diversity Plan requirements for all contractors, suppliers, professional service firms and other businesses providing goods or services directly with a JSCB. The Program is anticipated to renovate 14 buildings in the two construction phases, with a program total not to exceed $300 Million. The Construction contracts are estimated to have a value of $225 Million. 3. Availability of adequate personnel, equipment and other resources to perform the required work expeditiously. 4. The names of individuals in the proposing organization who will be assigned key project responsibilities, including the person who will be responsible for direct supervision and project review of work performed by other staff members. Particular attention will be paid to their qualifications, competence and past performance. 5. The proposer s specific experience, stability and history of performance on types of projects similar in scope, purpose, size and location to those planned by the JSCB. 6. The proposer understanding of the JSCB s needs and an explanation of the proposed approach to typical problems. 7. The proposer s approach to the planning, organizing and management of a project effort, including communications procedures, approach to problem solving, cost estimating, quality improvement program and similar factors. 8. Certified copies of Financial Statement s from last 2 years. 9. Recommendations and opinions of each proposer s previous clients. 10. Billing Rates and Multiplier. Page 8

12 ADDITIONAL INFORMATION & ADDENDA Requests for Clarification or Additional Information concerning this RFP: Requests for clarification or additional information concerning this RFP, must be ed and received by the JSCB Secretary by: Friday, April 10, 2015 at 5:00 pm to: Joseph W. Barry III, Esq. JSCB Secretary Note: All requests for clarification must be sent to the address referenced above. All other communications that are not ed to the above referenced address will not receive a response. Clearly identify each such communication as a Request for Clarifications JSCB Phase 2 RFP for Independent Compliance Services. No other forms of communication will be responded to for RFP clarifications. Addenda (if required) shall address issues deemed relevant and important. An effort shall be made to provide the needed information in a uniform manner, via to all firms expressing intent to respond to this RFP and will also be posted on the JSCB website. STANDARD PROFESSIONAL SERVICE S CONSULTANT S AGREEMENT; After the JSCB approves the selected consultant, an agreement will be drafted which contains the terms of the Consultant s Agreement* (see sample) and incorporates the agreed upon final scope of services, fees, and payment requirements. The selected candidate is expected to enter into the Agreement provided. As a general rule, changes proposed by the Consultant are not accepted and if the consultant has any objections to the contract language, they should be stated as part of and at the time of their response to the RFP, so that the RFP Committee can take any contract issues into account during the deliberation process. Note that unless specifically modified in the Agreement, the Agreement fully incorporates relevant information provided in this Request for Proposals and its Addenda, and in the selected firm s submitted Proposal. * The Corporation Counsel of the City of Syracuse, acting as counsel to the JSCB, reserves the right to make changes at the time the contract is awarded and being drafted for the actual project. All final language is subject to the approval of the Corporation Counsel. PROPOSAL COSTS: The costs for this entire proposal effort shall be borne by the Consultant. The City of Syracuse will not reimburse any firm for any costs associated with this proposal effort. TERMINATION The JSCB reserves the right to terminate the contract, or any part of this contract with thirty (30) days written notice by the JSCB Secretary or Corporation Counsel. Page 9

13 UNBALANCED PROPOSALS The JSCB, reserves the right to reject any and all proposals not deemed in the best interest of the JSCB and to reject as informal such proposals, as in the JSCB s opinion, are incomplete, conditional, obscure, or which contain irregularities of any kind, including an unbalanced proposal. By an unbalanced proposal, it is meant one in which the amount proposed for one or more separate items is substantially out of line with the current market price. An agreement shall be entered into between the JSCB and the successful respondent following the approval of the JSCB. BUDGETARY FUNDING It is understood by and between the parties hereto that this contract shall be deemed executory only to the extent of the monies appropriated and available for the purpose of this contract and no liability on account thereof shall be incurred by the JSCB beyond monies appropriated and available for the purpose thereof. AWARD The JSCB may award a contract, following the required Approvals, if it determines such contract is in the best interest of the Joint School Construction Program. SUBMISSION REQUIREMENTS Contact Information - Provide the complete name, address, and telephone numbers of the individual who is proposed to be the Consultant s project manager and primary communications contact for this project. Also provide firm name, address, and phone numbers for each of the sub-consultants, if any. Time Schedule - Please provide a proposed schedule, in simple outline form, indicating the date your firm is available to start the required work and potential dates for completion of each of the tasks described. Also indicate how your approach and project-staffing plan will result in compliance with the schedule requirements. Compensation - Provide the fee proposal and task man-hour breakdown required to meet the proposed project. PROFESSIONAL REFERENCES: The proposer must provide three (3) professional references, including name, organization, and phone number and address. RFP - CANCELLATION/POSTPONEMENT: The JSCB reserves the right to cancel or postpone this Request for Qualifications/Proposals at any time without penalty. Page 10

14 PROPOSAL DUE DATE To be considered all responses to this RFP must be submitted by hardcopy no later than 2:30 P.M. Thursday April 30, Label the outside of the Proposal envelope with the submitting firm's name and address, and label as either original or copy, as requested below. In addition mark the sealed envelope INDEPENDENT COMPLIANCE SERVICES FOR THE CITY OF SYRACUSE JOINT SCHOOLS CONSTRUCTION BOARD REFERENCE # The submittal envelope shall contain one (1) original paper Proposal and seven (7) additional paper copies of the Proposal. NOTICE TO RESPONDENTS EXCEPTIONS & DOCUMENT RETENTION Please retain a copy of this complete document for your records. This is the only copy you will receive. You will be forwarded notice of the awarded items only. The JSCB reserves the right to waive any formalities and to reject or negotiate any and all proposals without assigning any reason. Please be advised that any exceptions to these specifications may be cause for your proposal to be disqualified. Any and all exceptions to this specification must be clearly and completely indicated. Attach additional pages if necessary. Page 11

15 PROFESSIONAL REFERENCES: The proposer must provide three (3) professional references, including name, organization, and phone number and address. PROPOSER S NAME AND ADDRESS NAME ADDRESS TELEPHONE # FAX# CONTACT PERSON NAME ADDRESS TELEPHONE # FAX# CONTACT PERSON NAME ADDRESS TELEPHONE # FAX# CONTACT PERSON Page 12

16

17

18

19

20

21

22

23 Development and Diversification Plan for Workforce and Business JSCB Resolution No Appendix A (Final as Amended by Board) September 25, 2014 Phase II - Development and Diversification Plan for Workforce & Business 1 P a g e

24 Development and Diversification Plan for Workforce and Business Introduction The Joint Schools Construction Board ( JSCB or Board ) acting as the authorized agent of the City of Syracuse and the Syracuse City School District ( SCSD ) recognizes the need to take action to ensure that minority and womenowned business enterprises and minority ( MBE, WBE, M/WBE ) and women employees are given the opportunity to participate in the performance of the contracts issued by the Board. The Board recognizes that this opportunity for the participation in our free enterprise system by persons traditionally, socially and economically disadvantaged is essential to obtain social and economic equality. In addition, the JSCB has been authorized by New York State (Chp. 58 of the laws of 2006 as amended) to develop and adopt a Diversity Plan. Accordingly, the Board fosters and promotes the participation of such individuals and business firms in all contracts with the Board and sets forth this initiative (the Plan ). The Board envisions the participation goals increasing as capacity increases and plans to; a. Develop strategies that will create and coordinate efforts to ensure a more diverse workforce for the projects as well as ensure the participation of minority and women owned business enterprises; b. Address accountability for attainment of the diversity goals providing a description of the forms of monitoring that will be used, and how such information will be communicated to the public and most importantly to potential participants. The finalization and implementation of this Plan prior to any start of construction on the program will result in an effective process for increasing the purchase of goods and services from minority and women owned businesses. It will also provide for coordination of local workforce development programs to ensure local capacity for the new job opportunities for minority and women workers that will be created through the program. Goals of the Syracuse Joint Schools Construction Project a. Renovate existing schools to create learning environments that are at the forefront of educational design and that deliver the flexible spaces, instructional technology and social support necessary to enhance student achievement equal to or exceeding the New York State Regents standards. b. Renovate existing schools such that the quality of facilities district-wide is equitable and such that the quality of facilities is equal to or superior to those of any other school district in the state. c. Develop shared facilities for educational, public safety, health, social support, and recreational purposes. d. Maximize the economic benefit from school construction and reconstruction to neighborhood development and economic revitalization throughout the City. e. Assist the Syracuse City School District, local labor, government, and not-for-profit agencies to develop, recruit and train a new diverse workforce. 2 P a g e

25 Development and Diversification Plan for Workforce and Business f. Encourage, assist and sustain business development of underrepresented populations (i.e. people of color and women) and maximize the use of Syracuse based labor and local professional and construction-related business enterprises through a progressive and comprehensive Workforce and Business Diversification Plan. g. Identify and utilize innovative financing techniques to provide sources for the local share that portion of the cost that is not reimbursable under this project s State Educational Department (SED) reimbursement formula and to minimize (i) the local share of the costs of the program, (ii) debt incurred by the City for the program and (iii) net debt service and operation and maintenance costs. h. Find creative solutions to interim school space during project build-out in a manner that minimizes disruption to existing school operations and classroom instruction. MBE & WBE Meaningful Participation The actual services provided by the MBE or WBE must be essential in the performance of the scope of work for the applicable contract. Utilization of a certified MBE or WBE as a conduit or pass through for participation credit is strictly prohibited. It is the discretion of the JSCB to determine whether services are essential in the performance of the scope of work and offer a determination of the appropriateness of work allowed for lower tier subcontracting in accordance with practices generally accepted in the construction industry. The services the MBE or WBE will provide must be among those explicitly identified in the profile of a firm as listed in the City of Syracuse Directory of Certified M/WBEs. Firms submitted or who participate in the project outside of these conditions and without specific prior approval by the JSCB will not be credited toward the MWBE Utilization Plan and goals for the contract. Workforce Development and Diversification Principles and Rules One of the principal goals of this Plan is to support workforce development and diversification opportunities that can be created by the Program. This Diversity Plan acknowledges the diverse community of the City Syracuse. It also provides an opportunity to create an environment that engages and encourages the participation of this community. It also acknowledges the historical disparity experienced by M/WBE and workforce labor in gaining access to participate in projects. Following is the statement of these principles. 1.) The Program envisions the use of a workforce reflective of the City s population and diversity. Where qualified workers are not available from the local workforce, the Program will coordinate with local workforce training and development programs to develop new capacity. The multi-year duration of the Project provides the opportunity for planned development of a workforce, which meets this diversity objective. 2.) The capital investment represented by the Syracuse Schools Construction Program (the Program ) requires development of a workforce reflective of the City s population and diversity. 3 P a g e

26 Development and Diversification Plan for Workforce and Business 3.) In order to achieve the development of a diverse workforce for the Program, the Program Manager and/or Prime Contractor(s) shall assist the Independent Compliance Officer (ICO) in overseeing, facilitating, developing, and/or implementing the following: a. A community wide public relations campaign to provide specific information about the Program s employment opportunities, referral and training programs. b. A methodology which assists contractors, suppliers, professional service firms, or any other businesses providing goods and services to the Program to effectuate the workforce diversity goals of the Program and the minimum standards to be attained when providing such goods and services to the Program. All contracts shall include remedies and sanctions for noncompliance and identify a means by which inquiries and disputes about the Program requirement may be addressed. c. An independent compliance program which monitors performance of contractors, suppliers, and professional service firms. d. Regular monthly reporting process to the Board setting forth the results of all employment and compliance activity and dispute resolution activities. I. Workforce Development and Diversification Rules 1.) All contractors, suppliers, professional service firms or other businesses providing goods or services with a JSCB contract of $50,000 or more shall comply with the workforce diversity rules set forth in Section II below. In the case of a contract award where compliance cannot be achieved through no fault and/or by act of omission of the contractor and/or vendor, the party required to comply with the workforce diversification rules shall present a plan to meet the goals of the Project in an alternative manner acceptable to the JSCB. In such case, the alternative plan shall be reviewed by the City's Compliance Officer (CCO) and ICO then submitted to the JSCB for approval or rejection. Within 10 workdays of submittal of the alternative plan, the ICO will review any documented evidence of good faith efforts to meet the original goals and determine whether the alternative plan does or does not meet the intent and goals of the Program and will notify the contractor or vendor of the findings. 2.) In order to achieve the workforce diversification goals of the Program, each contractor, supplier, professional service firm or other business providing goods or services shall strive to and use best efforts to ensure that the workforce it engages to perform work for the Program shall demonstrate, in terms of the percentage of actual hours worked under the contract and/or contract as amended, participation rates as follows: a. Minority Workforce: 10% of project personnel hours including skilled trade s people, journeymen, apprentices, and supervisory staff. b. Female Workforce: 10% of project personnel hours including skilled trade s people, journeymen, apprentices, and supervisory staff. c. Each contractor, supplier, professional service provider, or other business providing goods and services shall strive to maximize the use of Syracuse based labor, contractors, suppliers, and service providers. d. Workforce Limits: Only 25% of project personnel hours can be counted toward the EEO goal through the utilization of clerical back office or support staff. e. Residency Goal: 20% of project personnel hours for professional service firms or construction contractors retained by the JSCB, shall be met, if possible, through the hiring of residents of the City of Syracuse as defined by Postal Zip Code. This includes a minimum 2% of project 4 P a g e

27 Development and Diversification Plan for Workforce and Business personnel hours, including skilled trades people, journeymen, apprentices and supervisory staff for current or former SCSD students. 3.) In order to achieve such development and diversification in its workforce, each contractor, supplier, professional service firm or other business providing goods or services shall: a. Provide the ICO with a monthly workforce & census and other employment and certified payroll records necessary to verify achievement of the workforce diversity goals and demonstrate compliance with the minimum standards. Employee (EEO) zip code information must be listed on monthly EEO report. b. Provide on demand access and cooperation to the ICO to review records on site and/or at work site premises to validate workforce participation. This may include unannounced visits and on the spot interviews that the ICO and its inspectors may hold with workers at the job site or at off site work premises to verify their work status and claimed job classifications. c. With bid submission, present a proposed written recruiting program directed at attracting candidates to fill positions of employment in order to meet such requirements. d. With bid submission, provide a statement committing to training or participation in training programs provided by third parties to train new employees in meaningful ways to succeed in their employment opportunities and to promote long term employment within the industry or profession. 4.) In the event the prime contractor, supplier, professional service firm or other business providing goods or services fails to maintain minority/women workforce goals through the duration of the project on their contract or purchase order, the ICO can and shall exercise in a timely manner one or more of the following remedies. Summon the contractor, supplier, professional service firm or other businesses providing goods or services to appear before a JSCB selected hearing panel. The hearing shall be held within ten (10) business days of the notice of non compliance by the ICO. After the contractor has had such a hearing the Board may elect to: a. Withhold payment of any amounts due on the disputed item pending resolution of the noncompliance issue. b. Assess liquidated damages in an amount equal to the dollar value that would have been realized if the minority/women workforce goals would have been met. c. Withhold, suspend, cancel or terminate the contract or purchase order. d. Identify such contractor as a non responsive bidder for future contracts within the Program. (Requires approval by full Board.) e. All of the mentioned penalties would be upon a prime contractor, supplier, and professional service firm or other business providing goods or services to the JSCB who failed to comply with approved utilization plan submitted with its bid for contracts. Business Development and Diversification Principles and Rules The other major goal of this Plan is to provide for business development opportunities and participation in the 5 P a g e

28 Development and Diversification Plan for Workforce and Business Program by minority owned and women owned businesses. Following are the principles associated with the implementation of that part of the Plan: I. Business Development Principles 1.) The capital investment represented by the Syracuse Schools Construction Program creates a unique opportunity for participation of minority owned and women owned business enterprises. To ensure that contracts for goods and services are placed with qualified minority and women owned business enterprises, the Program Manager will oversee, facilitate, develop and/or assist the ICO in implementing the following: a. Identify City of Syracuse certified MBE and WBE firms available to provide goods and services to the Program and to create a reference list for all Program participants. b. Identify City of Syracuse firms that could/can be certified as MBE or WBE. c. Ensure that contractors and suppliers divide the goods or services to be provided into Scopes, where economically and technically feasible, to create opportunities for participation. d. Coordinate activities and services with organizations such as chambers of commerce, trade groups, and community based groups/organizations that promote MBE and WBE interests. e. Create opportunities for mentoring less experienced and/or start up M/WBE s. f. Encourage the formation of joint ventures, partnerships, or other similar arrangements where feasible to provide for greater opportunity for MWBE owned firms to participate in the Program. g. Develop a methodology that assists contractors, suppliers, professional service firms, or any other business providing goods or services to the Program to effectuate the business development and diversification goals of the project and the minimum standards to be attained when providing such goods and services to the project. All contracts shall include remedies and sanctions for non compliance and identify a means by which inquiries and disputes about the project requirements may be addressed. 2.) All contractors, suppliers, professional service firms or other businesses providing goods or services shall comply with the business development and diversification rules set forth in Section II below. In the case of a contract award where compliance cannot be achieved through no fault and/or by act of omission of the contractor, the party required to comply with the workforce diversification rules shall present a plan to meet the goals of the project in an alternative manner acceptable to the JSCB. In order to present an alternative plan for meeting Diversification goals, written evidence must be presented that good faith efforts were made to secure the services of under represented workers and businesses. In such case, the Alternative plan shall be submitted to the ICO. Review of the alternative plan and a decision of acceptance or rejection will be made by the JSCB in consultation with the ICO within 20 work days of submittal. In the event a hearing is necessary, a JSCB Hearing Committee will be established by the Board. A decision will be made by the JSCB within 10 days of such a hearing. 6 P a g e

29 Development and Diversification Plan for Workforce and Business II. Business Development and Diversification Rules 1.) In order to achieve the Business Development goals of the Program, each contractor, supplier, professional service firm or other business providing goods or services with a Board contract of $50,000 or more shall strive to and use good faith efforts to engage disadvantaged, or woman owned business to provide for the following: 7 P a g e a. MBE: 12% of each contract or purchase order b. WBE: 8% of each contract or purchase order c. Change Orders: The above mentioned goals shall apply to any change order issued during the project. 2.) The value of the work procured from certified MBEs and WBEs to accomplish these goals shall be determined as follows: a. The dollar value of the work contracted to MBEs and WBEs through a purchase order, less any portion of that value paid by the MBE or WBE to any non MBE or non WBE manufacturer or producer to provide such goods and services as a subcontractor or sub supplier to the MBE/WBE. b. The full dollar value of a sub contract with all M/WBE firms will be counted toward the diversification goals of the project. c. In the instance of a joint venture, the percentage of the joint venture s profits (or losses) that are to accrue to the MBE or WBE joint venture partner. 3.) In the case of a certified minority or women owned supplier that is in the business of supplying goods and materials by maintaining accounts with product manufacturers, paying for goods and materials directly, warehouses goods and materials, provide shipping and handling, and conducts its business as an industry supplier and not a broker, the full value of such contract or purchase order shall meet the project goals. Broker participation will not be counted on this project and will not count toward the Prime Contractors diversity goals. 4.) Each contractor, supplier, professional service firm or other business providing goods or services shall solicit bids for subcontractors and suppliers from certified MBE and WBEs including circulation of solicitations to minority contractors, suppliers, trade associations and/or employment and business advocacy groups/organizations. When evaluating bids and/or proposals received, each contractor, supplier, or professional service firm shall act in good faith and shall exercise good faith efforts to assist M/WBE firms to secure such work. 5.) To be deemed an MBE or WBE a certificate and/or letter from the city of Syracuse so designating such must be presented prior to contract award. Failure to produce an authentic certificate/letter will result in the firm not receiving an MBE or WBE designation for the project, thereby jeopardizing compliance with diversification goals. 6.) MBE and WBE designations are honored only for the area/component for which the designation has been provided by an authorizing agent.

30 Development and Diversification Plan for Workforce and Business 7.) The City of Syracuse is the authorizing agent for MBE and WBE designations. The JSCB reserves the right to revise the Diversity Plan once the goals of 12% MBE participation and 8% WBE participation are met through City certified firms. 8.) Each prime contractor, supplier, professional service firm, or other business providing goods or services under a contract with the JSCB shall provide the City's Compliance Officer (CCO) & ICO with a monthly report demonstrating compliance with the Business Development and Diversification Rules. Initially, in order to obtain certification of any claims for participation, the information submitted must include a signed contract or purchase order that the contractor, supplier, or professional service firm or business has finalized with the certified MBE or WBE firm specifying the level of participation along with the up to date certification information on the listed firm. During the term of the contract or purchase order, the contractor, supplier, or professional services firm will need to submit periodic reports to verify the continued participation and final percentage participation of the certified firms. This verification should include monthly payment records, any change orders with the certified contractor and any other supporting data required by the City's Compliance Officer & ICO to verify the claimed level of participation by the certified firms. 9.) In the event the prime contractor, supplier, and professional service firm or other business providing goods or service fails to submit the information listed in Paragraph 5 to verify participation or achieve the stated MBE and WBE goals through the duration of the contract or purchase order the City's Compliance Officer & ICO may exercise one or more of the following remedies. Summon the contractor, supplier or professional service firm or other business providing goods or services to appear before a JSCB selected hearing panel designated by the Board. The hearing shall be held within ten (10) business days of the notice of non compliance by the ICO. After the contractor has had such a hearing the Board may elect to; a. Withhold payment of amounts due pending resolution. b. Assess liquidated damages in an amount equal to the contract dollar value that has not been successfully contracted to meet the MBE or WBE goals. c. Withhold, suspend, cancel or terminate the contract or purchase order. d. Identify such firm as a non responsive bidder for future contract bids on the Program. e. All of the above mentioned penalties would be upon a prime contractor, supplier, and professional service firm or other business providing goods or services to the JSCB who failed to comply with approved utilization plan submitted with its bid for contracts. 8 P a g e

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

Sidewalk Rehabilitation Program

Sidewalk Rehabilitation Program REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Construction Management Services Rochester Schools Modernization Program Phase I Issued By: Rochester Joint Schools Construction Board Issue Date: April 26, 2011 Page 1 of 7

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

Proposal Writing - A Cover Letter of Compliance

Proposal Writing - A Cover Letter of Compliance 1.0 Submission Requirements: SECTION I INFORMATION & INSTRUCTIONS 1.1 The complete original proposal must be submitted in a sealed package and received in accordance with the instructions detailed in the

More information

REQUEST FOR PROPOSALS FOR LEGAL SERVICES

REQUEST FOR PROPOSALS FOR LEGAL SERVICES ROCHESTER SCHOOLS MODERNIZATION PROGRAM - PHASE 2 REQUEST FOR PROPOSALS FOR LEGAL SERVICES The Rochester Joint Schools Construction Board, on behalf of Rochester Schools Modernization Program, is seeking

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

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation 925 Felix Street St. Joseph, MO 64501 Telephone: 816-671-4000 Fax: 816-671-4469 REQUEST FOR PROPOSAL Insurance Broker Services Property Liability Casualty Fleet Workers Compensation CONTACT: RESPONSE DUE:

More information

STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS

STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS Section I. Purpose The purpose of these Guidelines is to describe the methods and procedures governing the use, awarding,

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

Responses to this RFP will be due on or before November 14, 2013, as described below in Sections III. and V.

Responses to this RFP will be due on or before November 14, 2013, as described below in Sections III. and V. SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Professional Insurance Brokerage Services RFP Date: October 25, 2013 Response Deadline: November 14, 2013 I. Introduction The Southern

More information

REQUEST FOR PROPOSALS ADVERTISING SERVICES

REQUEST FOR PROPOSALS ADVERTISING SERVICES LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS ADVERTISING SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation d/b/a Empire

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

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT ( Agreement ) is entered into as of, 20, by and among ( General Contractor ), having

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 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

NYS Homes & Community Renewal

NYS Homes & Community Renewal NYS Homes & Community Renewal Enterprise Content Management Consulting Services Request for Proposal RFP# 148052C 9/12/2012 Statement: NYS Homes & Community Renewal (HCR) is in need of an experienced,

More information

NORTH COLONIE CENTRAL SCHOOL DISTRICT 91 FIDDLERS LANE LATHAM, NEW YORK 12110-5349 INVITATION FOR CONSTRUCTION MANAGEMENT PROPOSALS

NORTH COLONIE CENTRAL SCHOOL DISTRICT 91 FIDDLERS LANE LATHAM, NEW YORK 12110-5349 INVITATION FOR CONSTRUCTION MANAGEMENT PROPOSALS NORTH COLONIE CENTRAL SCHOOL DISTRICT 91 FIDDLERS LANE LATHAM, NEW YORK 12110-5349 INVITATION FOR CONSTRUCTION MANAGEMENT PROPOSALS The North Colonie Central School District invites your firm to submit

More information

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the

More information

Minority and Women Business Enterprises (MBE/WBE) Program

Minority and Women Business Enterprises (MBE/WBE) Program Minority and Women Business Enterprises (MBE/WBE) Program The Indiana Department of Transportation will ensure that all certified Minority and Women s Business Enterprises (MBE/WBE) will be afforded full

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

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

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

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES City of McHenry REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES FOR THE City of McHenry Aquatics and Recreation Center Page 1 REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL

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

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

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

SAINT LOUIS COUNTY GOVERNMENT PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSAL (RFP)

SAINT LOUIS COUNTY GOVERNMENT PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSAL (RFP) PARKS & RECREATION DEPARTMENT (RFP) FULL-SERVICE ADVERTISING, MARKETING, BRANDING, MEDIA AND COMMUNICATIONS AGENCY Proposal Due Date: July 1, 2013 PARKS & RECREATION DEPARTMENT Page 1 TABLE OF CONTENTS:

More information

HIV Prevention Social Marketing Multi-Media Campaign. Encouraging high-risk populations to learn their HIV status

HIV Prevention Social Marketing Multi-Media Campaign. Encouraging high-risk populations to learn their HIV status HIV Prevention Social Marketing Multi-Media Campaign Encouraging high-risk populations to learn their HIV status Request for Qualifications Due Date: June 27, 2005 CITY OF PHILADELPHIA AIDS Activities

More information

Stephenson County, Illinois

Stephenson County, Illinois Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s

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

TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4

TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4 CARROLL COUNTY MINORITY BUSINESS ENTERPRISE POLICY Department of the Comptroller Bureau of Purchasing 10/03/02 TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4 IV METHODS OF PROCURMENENT

More information

Request for Proposal No. RFP02658. Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition

Request for Proposal No. RFP02658. Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org Request for Proposal No. RFP02658

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

GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES

GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES Greenburgh Central School District No. 7 ( The District ) invites proposals to perform construction management

More information

REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY

REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY Required for use by: Illinois International Port District (IIPD)

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

Request for Proposals Community Engagement and Business Development Consultant Contractor Loan Fund May 16, 2016.

Request for Proposals Community Engagement and Business Development Consultant Contractor Loan Fund May 16, 2016. Request for Proposals Community Engagement and Business Development Consultant Contractor Loan Fund May 16, 2016 Table of Contents I. PROJECT DESCRIPTION AND BACKGROUND II. SCOPE OF SERVICES III. BENEFITS

More information

How To Work For A City Of Germany Project

How To Work For A City Of Germany Project CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called

More information

REQUEST FOR PROPOSALS WEBSITE DESIGN AND MAINTENANCE SERVICES

REQUEST FOR PROPOSALS WEBSITE DESIGN AND MAINTENANCE SERVICES LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS WEBSITE DESIGN AND MAINTENANCE SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation

More information

Unified School District No. 489 Request For Proposals

Unified School District No. 489 Request For Proposals Unified School District No. 489 Request For Proposals Broker and Risk Management Services for the Unified School District #489 Commercial Insurance Program JANUARY 21, 2015 1 Unified School District No.

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

RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE I. INTRODUCTION Shelby County Government (the County ), is soliciting services of a qualified election management

More information

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the

More information

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

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 PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT Joliet Junior College Request for Proposal INFORMATION SECURITY PENETRATION ASSESSMENT RFP Opening MAY 22, 2013 @ 2:00P.M. Background

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015 REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015 PROJECT NAME: Library Security Camera System Request for Proposals ISSUANCE DATE: November 3, 2015 CLOSING DATE: December 1, 2015 INTRODUCTION

More information

REQUEST FOR PROPOSALS Art Storage and Handling Services

REQUEST FOR PROPOSALS Art Storage and Handling Services LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS Art Storage and Handling Services The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation

More information

The CITY OF BAYONNE is soliciting responses/proposals for the provision of the following professional services:

The CITY OF BAYONNE is soliciting responses/proposals for the provision of the following professional services: NOTICE POSTED: Decmber 23, 2014 DUE DATE: January 6, 2015 @ 10:00 a.m. prevailing time PUBLIC READING: All responses/proposals will be opened at the City Council Chambers on January 7, 2015 @ 10:00 a.m.

More information

City of Greenville/Greenville Utilities Commission Minority and Women Business Enterprise Program

City of Greenville/Greenville Utilities Commission Minority and Women Business Enterprise Program City of Greenville/Greenville Utilities Commission Minority and Women Business Enterprise Program City of Greenville MWBE Guidelines for Professional Service Contracts $50,000 and above These instructions

More information

April 3, 2015. Request for Proposals Real Estate Brokerage Services

April 3, 2015. Request for Proposals Real Estate Brokerage Services April 3, 2015 Request for Proposals Real Estate Brokerage Services The mission of the Greater Syracuse Land Bank is to return vacant, abandoned, and underutilized properties to productive use. This is

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

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

Invitation for Bids. For. Solarwinds Software Modules IFB 15-86

Invitation for Bids. For. Solarwinds Software Modules IFB 15-86 Invitation for Bids For IFB 15-86 The Office of Contracting & Procurement 201 Mullica Hill Road Glassboro, NJ 08028 Linden Hall, Room 136 Phone: 856.256.4171 Email: bids@rowan.edu Table of Contents Administration

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

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014 LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014 SEEKING: EXECUTIVE SEARCH SERVICES FOR PRINCIPAL INVESTMENT OFFICER POSITION Contact Person: John Nogales Director

More information

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5 AUGUST 17, 2015 NOTICE INVITING PROPOSALS FOR THE CITY OF BEVERLY HILLS, COMMUNITY SERVICES DEPARTMENT RECREATION MANAGEMENT SOFTWARE SYSTEM The City of Beverly Hills invites prospective respondents to

More information

REQUEST FOR PROPOSAL (RFP) FOR GROUP TERM LIFE PLAN FOR THE CITY OF GALESBURG, IL

REQUEST FOR PROPOSAL (RFP) FOR GROUP TERM LIFE PLAN FOR THE CITY OF GALESBURG, IL REQUEST FOR PROPOSAL (RFP) FOR GROUP TERM LIFE PLAN FOR THE CITY OF GALESBURG, IL RFP Circulation Date: 6/5/14 Proposal Submission Deadline: 7/18/14 NOTICE Prospect: City of Galesburg, IL Deadline for

More information

SAMPLE CONTRACT LANGUAGE. 2.0 Terms and Conditions. 2.1 Scope of Services: Contractor will perform the services described in Exhibit A

SAMPLE CONTRACT LANGUAGE. 2.0 Terms and Conditions. 2.1 Scope of Services: Contractor will perform the services described in Exhibit A SAMPLE CONTRACT LANGUAGE 2.0 Terms and Conditions The parties agree to the terms and conditions listed below: 2.1 Scope of Services: Contractor will perform the services described in Exhibit A 2.2 Payments:

More information

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5]) PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM Sec. (Statutory authority: Executive Law, 200, 369-i[5]) 252.1 Definitions. 252.2 State agency responsibilities: purpose, scope and applicability.

More information

Puget Sound Regional Council

Puget Sound Regional Council Puget Sound Regional Council PSRC Request for Qualifications for Legal Services Consultant Services Solicited by the Puget Sound Regional Council Released: November 12, 2009 Submissions Due: 4:30pm, November

More information

LIVINGSTON COUNTY, MICHIGAN REQUEST FOR PROPOSAL Web/IVR Based Self-Service Employee Benefits System RFP # LC-07-02

LIVINGSTON COUNTY, MICHIGAN REQUEST FOR PROPOSAL Web/IVR Based Self-Service Employee Benefits System RFP # LC-07-02 LIVINGSTON COUNTY, MICHIGAN REQUEST FOR PROPOSAL Web/IVR Based Self-Service Employee Benefits System RFP # LC-07-02 1. INTRODUCTION & GENERAL INFORMATION Livingston County Purchasing is requesting sealed

More information

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

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 York's Real Estate Law - Requirements For the District

New York's Real Estate Law - Requirements For the District DATE: NOVEMBER 13, 2012 REQUEST FOR PROPOSAL RFP NUMBER: RDP12-024 RFP NAME: PROPOSALS WILL BE RECEIVED UNTIL 11:00 A.M. NOVEMBER 30, 2012 Proposal documents can be downloaded from the Long Island Bid

More information

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID PROJECT: To Provide Photography Services for School Pictures to Coventry Public Schools. The School District is comprised of (5) Elementary Schools with total enrollment

More information

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3

More information

REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014

REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014 REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014 RFP 140702 The Delaware City School District is seeking a vendor to provide occupational therapy to students with IEP s for the

More information

REQUEST FOR PROPOSAL FINANCIAL ADVISOR SERVICES FOR COMMUNITY CONSOLIDATED SCHOOL DISTRICT 62

REQUEST FOR PROPOSAL FINANCIAL ADVISOR SERVICES FOR COMMUNITY CONSOLIDATED SCHOOL DISTRICT 62 REQUEST FOR PROPOSAL FINANCIAL ADVISOR SERVICES FOR COMMUNITY CONSOLIDATED SCHOOL DISTRICT 62 Submit proposals or inquiries to: Community Consolidated School District 62 Attention: Susan Shepard 777 E.

More information

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL Project Name: MUNICIPAL SOLICITOR Date Packet Available: June 12, 2009 RFP Due By: July 2, 2009, 3:00 P.M. RFP Submitted

More information

REQUEST FOR PROPOSAL THIRD PARTY ADMINISTRATOR FOR TAX SHELTERED ANNUITIES

REQUEST FOR PROPOSAL THIRD PARTY ADMINISTRATOR FOR TAX SHELTERED ANNUITIES REQUEST FOR PROPOSAL THIRD PARTY ADMINISTRATOR FOR TAX SHELTERED ANNUITIES I. BACKGROUND The Marlboro County School District, hereinafter referred to as District is seeking a firm to act as a Third Party

More information

City of Minneapolis Community Planning and Economic Development Small Business Technical Assistance Program Request for Proposals

City of Minneapolis Community Planning and Economic Development Small Business Technical Assistance Program Request for Proposals Introduction The City is seeking proposals from local non-profit organizations that provide technical assistance services to small businesses and microenterprises located in Minneapolis. The total funding

More information

Request for Proposals Human Resources Services

Request for Proposals Human Resources Services Request for Proposals Human Resources Services Page 2 Request for Proposals Human Resources Services 1. Purpose of Request for Proposals 1.1. Hub Cities Consortium ( HCC ) hereby issues a Request for Proposals

More information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,

More information

RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204

RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204 RFQ REQUEST FOR QUALIFICATIONS Architectural/Engineering Services MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204 Issued: January 28, 2015 Submission Deadline: February 26, 2015 @ Noon Att: Joanne

More information

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1 P a g e 1 Request for Proposal Architectural/Engineering Services Adapt/SouthRiver CHC RFP for Architectural/Engineering Services P a g e 2 Introduction (SRCHC), a Federally Qualified Health Center, is

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

REQUEST FOR QUALIFICATIONS: PRINTING AND COPYING SERVICES

REQUEST FOR QUALIFICATIONS: PRINTING AND COPYING SERVICES Lower Manhattan Development Corporation 1 Liberty Plaza, 20 th floor New York, NY 10006 Tel: (212) 962.2300 Fax: (212) 962.2431 REQUEST FOR QUALIFICATIONS: PRINTING AND COPYING SERVICES Lower Manhattan

More information

Request for Proposal PLUMBING INSPECTOR SERVICES

Request for Proposal PLUMBING INSPECTOR SERVICES CITY OF MARINETTE, WISCONSIN Request for Proposal PLUMBING INSPECTOR SERVICES Issued February 16, 2015 DEADLINE 12:00 noon Monday, March 2, 2015 CONTACT: Jonathan Sbar City Attorney and Human Resource

More information

Creative Residencies Program Sponsored Projects Listen In

Creative Residencies Program Sponsored Projects Listen In REQUEST FOR PROPOSALS For Real Estate Consulting Services HARVESTWORKS, a registered 501 (c) (3) non-profit organization in the state of New York, seeks proposals to provide consulting services relating

More information

City of Sebastopol REQUEST FOR STATEMENT OF QUALIFICATIONS/REQUEST FOR PROPOSALS FOR PERFORMING ON-CALL CONSULTING SERVICES

City of Sebastopol REQUEST FOR STATEMENT OF QUALIFICATIONS/REQUEST FOR PROPOSALS FOR PERFORMING ON-CALL CONSULTING SERVICES City of Sebastopol REQUEST FOR STATEMENT OF QUALIFICATIONS/REQUEST FOR PROPOSALS FOR PERFORMING ON-CALL CONSULTING SERVICES PRE-QUALIFIED CONSULTANTS LIST September 24, 2012 Statement of Qualifications/Proposals

More information

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -

More information

UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES

UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES All Bids must be sent electronically to: ucsnbidresponse@unocharterschools.org All communications should be addressed

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and

More information

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services: NOTICE POSTED: December 11, 2014 DUE DATE: January 5, 2015 @ 10:00 a.m. prevailing time PUBLIC READING: All responses/proposals will be opened at the City Council Chambers on January 6, 2015 @ 10:00 a.m.

More information

Request for Qualifications (RFQ) Insurance Broker/Consultation Services City of Shenandoah Employee Benefits Plan

Request for Qualifications (RFQ) Insurance Broker/Consultation Services City of Shenandoah Employee Benefits Plan Request for Qualifications (RFQ) Insurance Broker/Consultation Services City of Shenandoah Employee Benefits Plan I. GENERAL INFORMATION/PUBLISHING The City of Shenandoah, Texas (CITY) is accepting Qualification

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES

REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES TURKISH CONSULATE GENERAL NEW YORK REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES For the TURKEVI CENTER AT 821 UNITED NATIONS PLAZA NEW YORK CITY, NEW YORK ISSUING DATE FOR REQUEST

More information

City of Mobile Community Planning and Development. REQUEST FOR PROPOSALS (Time is of Essence, Project is Low Budget) PUBLIC NOTICE

City of Mobile Community Planning and Development. REQUEST FOR PROPOSALS (Time is of Essence, Project is Low Budget) PUBLIC NOTICE City of Mobile Community Planning and Development P. O. BOX 1827 Mobile, AL 36633-1827 PH: (251) 208-6294 REQUEST FOR PROPOSALS (Time is of Essence, Project is Low Budget) PUBLIC NOTICE DATE: July 19,

More information

THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC

THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC The City of Kirkland is soliciting proposals from vendors interested in processing credit card

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

Town of Riverhead Suffolk County, New York

Town of Riverhead Suffolk County, New York Suffolk County, New York TOWN OF RIVERHEAD Request for Proposals For Credit Card Payment, Debit Card Payment and Electronic Check Payment, for the benefit of the general public, regarding both inperson

More information

REQUEST FOR PROPOSALS (RFP) For FINANCIAL CONSULTANT SERVICES MPHA CONTRACT 15.54

REQUEST FOR PROPOSALS (RFP) For FINANCIAL CONSULTANT SERVICES MPHA CONTRACT 15.54 REQUEST FOR PROPOSALS (RFP) For FINANCIAL CONSULTANT SERVICES MPHA CONTRACT 15.54 Minneapolis Public Housing Authority Procurement Department Room 203 1001 Washington Avenue North Minneapolis, MN 55401

More information

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows:

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows: JULIE A. PACYNA PURCHASING AGENT WARREN COUNTY PURCHASING DEPARTMENT 1340 STATE ROUTE 9 LAKE GEORGE, NY 12845 Telephone: (518) 761-6538 Fax: (518) 761-6395 JASON M. SHPUR DEPUTY PURCHASING AGENT NOTICE

More information