Fleet Management/Central Shops

Size: px
Start display at page:

Download "Fleet Management/Central Shops"

Transcription

1 City and County of San Francisco Edwin M. Lee Mayor General Services Agency Fleet Management/Central Shops Naomi Kelly City Administrator INFORMAL REQUEST FOR PROPOSALS for On-line Automotive Service Appointment Program RFP No CONTACT:

2 Page 2 of 18 Informal RFP #98003 for On-line Automotive Service Appointment Program REQUEST FOR PROPOSALS SCOPE OF PROJECT, SUBMITTAL REQUIREMENTS, & SCORING CRITERIA Schedule Informal-RFP Issued Deadline for questions Deadline for proposals May 25, 2016 June 14, 2016 (5pm PDT) June 28, 2016 (5pm PDT) Informal-RFP Questions and Communications To ensure fair and equal access to information about this informal-rfp, your questions to dan.mckenna@sfgov.org. Questions must be in writing and received before 5 pm PDT on Wednesday, June 14, A summary of the questions and answers pertaining to this informal-rfp will be ed to each Proposer s designated contact by June 16, SCOPE OF WORK This scope of work is a general guide to the work the City expects to be performed, and is not a complete listing of all services that may be required or desired. The firm selected to provide services under this informal-rfp will be referred to as Contractor. A. PROJECT OBJECTIVES In order to provide a unified on-line automotive service appointment program for city departments and vehicle operators, the following objectives are assumed essential in order to provide an efficient on-line automotive service appointment program: 1. Flexible off-the shelf automotive service appointment program to enable city vehicle operators and departmental fleet coordinators to make and manage service appointments based upon the unique needs of the departments. 2. Provides the ability for minor customization. 3. The software program must be proprietary. 4. Robust and user-friendly automotive service appointment program to enable Central Shops to utilize the program in-house without the on-going need for and cost of either internal or external IT support. 5. Twenty-four/seven accessibility for City staff from any internet connected device. 6. On-line data management.

3 Page 3 of 18 Informal RFP #98003 for On-line Automotive Service Appointment Program REQUEST FOR PROPOSALS SCOPE OF PROJECT, SUBMITTAL REQUIREMENTS, & SCORING CRITERIA 7. Experienced Contractor ready to initiate the project upon contract award and with the skills to meet the Program objectives. B. PROJECT DELIVERABLES The Contractor shall describe how they intend to provide each of the following deliverables including a timeline in writing to the City for review and approval in order to achieve the project objectives. It is anticipated that the project shall have a two (2) year term, with options for up to three (3) two (2) year extensions. Deliverable 1 to be completed in at least 60 days from Notice to Proceed (NTP): 1.0 Provide Off-the-Shelf Proprietary Automotive Service Appointment Program Contractor shall, in collaboration with Central Shops, utilizing the fleet inventory of approximately 1,000 light-duty vehicles to develop an automotive service appointment program. 1.1 Loading Data into System Contractor shall in collaboration with Central Shops, populate data into the Reservation Software. Data fields shall include at a minimum, vehicle codes, vehicle types, users, departments, staff, service codes (hours to complete a task), and facility resources. Deliverable 2 to be completed within 45 days upon the completion of Deliverable 2: 2.0 Train the Trainer (City Staff) in the Use of the Automotive Service Appointment Program Upon approval of Deliverable 1, train up to 50 city vehicle operators and departmental fleet coordinators in the use of the program and train up to 10 Central Shops staff to administer the program. At least three (3) in-person training session dates shall be provided for the aforementioned city staff in order to accommodate staff schedules and conflicts. Trainings shall be available online for future viewing by new vehicle operators, fleet coordinators and administers. 2.1 Refresher Training Contractor shall provide annual refresher training at the City s discretion during the term of the contract. The training shall at a minimum equal the training as defined in Deliverable 2.0. Deliverable 3 to be completed within 30-days upon the completion of Deliverables 1 & 2: 3.0 Implement/maintain a Fully Operational Automotive Service Appointment Program Upon approval of Deliverable 1.0, 1.1 and 2.0, make the automotive service appointment program fully operational and accessible by any online (web) accessible device for the duration of the contract.

4 Page 4 of 18 Informal RFP #98003 for On-line Automotive Service Appointment Program REQUEST FOR PROPOSALS SCOPE OF PROJECT, SUBMITTAL REQUIREMENTS, & SCORING CRITERIA C. PROPOSAL REQUIREMENTS TIME AND PLACE FOR SUBMISSION OF PROPOSALS Proposals and all related materials must be received by: June (5pm PDT) Please format proposal as a letter addressed to: Dan McKenna Special Projects GSA Fleet/Central Shops c/o 1 Dr Carlton B Goodlett Pl, Rm 430 San Francisco, CA The letter should not exceed 10 pages in length. Sign the letter, scan it, and submit it by to dan.mckenna@sfgov.org 1. Proposer Information Proposer Name: Proposer Address: Proposer Contact Name: Proposer Contact Phone Number: Proposer Address: 2. Proposal Format For completion of the Scope of Work and all deliverables described herein, provide a detailed description of your firm s: a) Three (3) examples of your automotive service appointment program (hyperlink to existing programs is encouraged). b) Timeline (make sure to include timelines for all deliverables outlined above). c) Expectations and/or assumptions of client involvement or level of effort, including review, approval and other communication protocols necessary to successfully complete the development of the automotive service appointment program and rollout schedule. Provide a list of questions you would need answered and the data or other City resources you would need access to or to be provided by the City to begin and complete the Project. d) Staffing, including any proposed HRC LBE or non-hrc subcontractors, and description of roles and responsibilities, include descriptions of their experience and qualifications, including brief resumes.

5 Page 5 of 18 Informal RFP #98003 for On-line Automotive Service Appointment Program REQUEST FOR PROPOSALS SCOPE OF PROJECT, SUBMITTAL REQUIREMENTS, & SCORING CRITERIA e) Cost, we anticipate that the cost will be by each city vehicle/equipment/user enrolled in the automotive service appointment program, however we will entertain other costing strategies as well. The City welcomes participation in a collaborative strategy in order to achieve the Program s goals in a cost effective environment. Please indicate any discounts applied based upon the number of vehicles/users enrolled or other means for the City to reduce program costs. Failure to adhere to the stated format or to include the above information shall be grounds for rejection without further evaluation. D. EVALUATION AND SELECTION CRITERIA 1. Scoring This section describes the guidelines used for analyzing and evaluating proposals. This informal-rfp does not in any way limit the City s right to solicit contracts for similar or identical services if, in the City s sole and absolute discretion, it determines proposals are inadequate to satisfy its needs. Each Proposer will be evaluated and assigned a score on how effectively and comprehensively it describes/presents its proposal to demonstrate it understands and can address the City s needs, including: Description of User Interface (UI), ease of use, and accessibility from any web enabled device, and ability to load the City s assets into the software ; 20 points Timeline for Implementation of each Deliverable 20 points Client involvement and communications; 10 points Staffing; 10 points References (at least three required describing the training project, size of the training population, contact person, contact information; 15 points Cost and Work Effort Estimate; and 15 points Adherence to the requirements set forth herein. 10 points 1. CONTRACT MONITORING DIVISION (CMD) RATING BONUS FOR CERTIFIED LOCAL BUSINESS ENTERPRISE FIRMS The City strongly encourages responses from qualified CMD-certified Local Business Enterprise Firms ( LBEs ). Pursuant to Chapter 14B of the City s Administrative Code, the following rating bonus will be in effect for this informal-rfp process for any Proposers who are certified by CMD as a LBE. The rating bonus applies during the rating phase of the selection process. The application of the rating bonus is as follows:

6 Page 6 of 18 Informal RFP #98003 for On-line Automotive Service Appointment Program REQUEST FOR PROPOSALS SCOPE OF PROJECT, SUBMITTAL REQUIREMENTS, & SCORING CRITERIA a) A 10% rating bonus to an LBE; or a joint venture between or among LBEs; or b) A 5% rating bonus to a joint venture with LBE participation that equals or exceeds 35%, but is under 40%; or c) A 7.5% rating bonus to a joint venture with LBE participation that equals or exceeds 40%; or 2. SELECTION INTERVIEWS Following the City s evaluation, the top scoring Proposer may be invited to interview. The interview may consist of standard questions and specific questions regarding their proposal. 3. REFERENCE CHECKS Reference checks may be used to determine the applicability of Proposer experience to the services the City is requesting and the quality of services and staffing provided to prior clients, as well as adherence to schedules/budgets and Proposer s problemsolving, project management, and communication abilities, as well as performance on deliverables and outcomes, as well as effectiveness in meeting or exceeding project objectives. A. Inquiries Regarding RFP Inquiries regarding the RFP and all oral notifications of intent to request written modification or clarification of the RFP must be directed in writing via to: Dan McKenna Special Projects GSA Fleet/Central Shops c/o 1 Dr Carlton B Goodlett Pl, Rm 430 San Francisco, CA dan.mckenna@sfgov.org B. Objections to RFP Terms Should a proposer object on any ground to any provision or legal requirement set forth in this RFP, the proposer must, not more than ten (10) calendar days after the RFP is issued, provide written notice

7 Page 7 of 18 Informal RFP #98003 for On-line Automotive Service Appointment Program REQUEST FOR PROPOSALS SCOPE OF PROJECT, SUBMITTAL REQUIREMENTS, & SCORING CRITERIA to the Department setting forth with specificity the grounds for the objection. The failure of a proposer to object in the manner set forth in this paragraph shall constitute a complete and irrevocable waiver of any such objection. Any objections to RFP Terms must be directed in writing via to:... Dan McKenna Special Projects GSA Fleet/Central Shops c/o 1 Dr. Carlton B Goodlett Pl, Rm 430 San Francisco, CA dan.mckenna@sfgov.org

8 Page 8 of 18 Attachment I TYPICAL CONTRACTURAL TERMS AND CONDITIONS TYPICAL CONTRACTURAL TERMS AND CONDITIONS A. Proposer s Obligations under the Campaign Reform Ordinance Proposers must comply with Section of the S.F. Campaign and Governmental Conduct Code, which states: No person who contracts with the City and County of San Francisco for the rendition of personal services, for the furnishing of any material, supplies or equipment to the City, or for selling any land or building to the City, whenever such transaction would require approval by a City elective officer, or the board on which that City elective officer serves, shall make any contribution to such an officer, or candidates for such an office, or committee controlled by such officer or candidate at any time between commencement of negotiations and the later of either (1) the termination of negotiations for such contract, or (2) three months have elapsed from the date the contract is approved by the City elective officer or the board on which that City elective officer serves. If a proposer is negotiating for a contract that must be approved by an elected local officer or the board on which that officer serves, during the negotiation period the proposer is prohibited from making contributions to: the officer s re-election campaign a candidate for that officer s office a committee controlled by the officer or candidate. The negotiation period begins with the first point of contact, either by telephone, in person, or in writing, when a contractor approaches any city officer or employee about a particular contract, or a city officer or employee initiates communication with a potential contractor about a contract. The negotiation period ends when a contract is awarded or not awarded to the contractor. Examples of initial contacts include: (1) a vendor contacts a city officer or employee to promote himself or herself as a candidate for a contract; and (2) a city officer or employee contacts a contractor to propose that the contractor apply for a contract. Inquiries for information about a particular contract, requests for documents relating to a Request for Proposal, and requests to be placed on a mailing list do not constitute negotiations. Violation of Section may result in the following criminal, civil, or administrative penalties:

9 Page 9 of 18 Attachment I TYPICAL CONTRACTURAL TERMS AND CONDITIONS a. Criminal. Any person who knowingly or willfully violates section is subject to a fine of up to $5,000 and a jail term of not more than six months, or both. b. Civil. Any person who intentionally or negligently violates section may be held liable in a civil action brought by the civil prosecutor for an amount up to $5,000. c. Administrative. Any person who intentionally or negligently violates section may be held liable in an administrative proceeding before the Ethics Commission held pursuant to the Charter for an amount up to $5,000 for each violation. For further information, proposers should contact the San Francisco Ethics Commission at (415) B. Sunshine Ordinance In accordance with S.F. Administrative Code Section 67.24(e), contractors bids, responses to RFPs and all other records of communications between the City and persons or firms seeking contracts shall be open to inspection immediately after a contract has been awarded. Nothing in this provision requires the disclosure of a private person s or organization s net worth or other proprietary financial data submitted for qualification for a contract or other benefits until and unless that person or organization is awarded the contract or benefit. Information provided which is covered by this paragraph will be made available to the public upon request. C. Public Access to Meetings and Records If a proposer is a non-profit entity that receives a cumulative total per year of at least $250,000 in City funds or City-administered funds and is a non-profit organization as defined in Chapter 12L of the S.F. Administrative Code, the proposer must comply with Chapter 12L. The proposer must include in its proposal (1) a statement describing its efforts to comply with the Chapter 12L provisions regarding public access to proposer s meetings and records, and (2) a summary of all complaints concerning the proposer s compliance with Chapter 12L that were filed with the City in the last two years and deemed by the City to be substantiated. The summary shall also describe the disposition of each complaint. If no such complaints were filed, the proposer shall include a statement to that effect. Failure to comply with the reporting requirements of Chapter 12L or material misrepresentation in proposer s Chapter 12L submissions shall be grounds for rejection of the proposal and/or termination of any subsequent Agreement reached on the basis of the proposal. D. Reservations of Rights by the City

10 Page 10 of 18 Attachment I TYPICAL CONTRACTURAL TERMS AND CONDITIONS The issuance of this RFP does not constitute an agreement by the City that any contract will actually be entered into by the City. The City expressly reserves the right at any time to: a. Waive or correct any defect or informality in any response, proposal, or proposal procedure; b. Reject any or all proposals; c. Reissue a Request for Proposals; d. Prior to submission deadline for proposals, modify all or any portion of the selection procedures, including deadlines for accepting responses, the specifications or requirements for any materials, equipment or services to be provided under this RFP, or the requirements for contents or format of the proposals; e. Procure any materials, equipment or services specified in this RFP by any other means; or f. Determine that no project will be pursued. E. No Waiver No waiver by the City of any provision of this RFP shall be implied from any failure by the City to recognize or take action on account of any failure by a proposer to observe any provision of this RFP. F. LBE Ordinance To qualify for a bid discount under the provisions of Administrative Code Chapter 14B, an LBE must be certified by the Contract Monitoring Division by the Proposal Due date. The certification application is available from CMD (415) , and on the web at: Click on the LBE Certification and Compliance tab. Click on appropriate LBE Certification application. G. Bid Preference for Brokerage Services Pursuant to Section 14B.7 of the Administrative Code, a bid preference will only be awarded to an LBE, or an LBE joint venture where the LBE s participation in the joint venture exceeds 35 percent (see Sec. 4.1), directly responsible for providing materials, equipment, supplies or services to City as required by the Bid solicitation. An LBE will be deemed to be directly responsible for providing the required commodity or service only if it regularly does business as a manufacturer, or authorized manufacturer s representative, dealer or distributor, stocking distributor, franchisee, licensee, service provider, or has another direct agency relationship with the manufacturer or provider of the solicited commodity or service, and has been so certified by CMD. An LBE will be considered to be regularly doing business, as

11 Page 11 of 18 Attachment I TYPICAL CONTRACTURAL TERMS AND CONDITIONS that term is used in the foregoing paragraph, if in the normal course of business, it stocks, warehouses or distributes commodities to businesses or entities other than public entities having a local business preference program. Such a determination will be subject to audit by CMD. No preference will be given to an LBE engaging in brokerage, referral or temporary employment services not meeting this definition, unless those services are required and specifically requested by the department. H. LBE Subcontracting a. Subcontracting to LBEs Although there is no subcontracting goal, bidders are encouraged to make good faith efforts to award subcontracts to City and County of San Franciscocertified LBEs. This can be achieved through subcontracting, sub-consulting or supply opportunities. b. Examples of Subcontracting The following are examples of products which could be subcontracted under this Contract. The list is not intended to be exhaustive: the products or services which the vendor in turn sells to the City, or components of those products; packing containers and materials used to ship the City's order; services of the carrier who delivers the City's orders; Pro rata share of LBE spending which is part of the vendor's general and administrative expenses, if the vendor can show that the pro rata share can be reasonably allocated to this contract. c. CMD Data on LBEs Contractor will obtain from CMD a copy of CMD's database of LBEs, and this or other information from CMD, shall be the basis for determining whether a LBE is confirmed with CMD. Contractor will obtain an updated copy of CMD's database at least quarterly. Please call CMD at (415) I. Standard Contract Provisions The successful proposer will be required to enter into a contract substantially in the form of the P-240 Term Contract Agreement, attached hereto as Appendix D. Failure to timely execute the contract, or to furnish any and all insurance certificates and policy endorsement, surety bonds or other materials required in the contract, shall be deemed an abandonment of a contract offer. The City, in its sole discretion, may select another firm and may proceed against the original selectee for damages. Proposers are urged to pay special attention to the requirements of Administrative Code Chapters 12B and 12C, Nondiscrimination in Contracts and Benefits, ( 24 in

12 Page 12 of 18 Attachment I TYPICAL CONTRACTURAL TERMS AND CONDITIONS the Agreement); the Minimum Compensation Ordinance; the Health Care Accountability Ordinance; the First Source Hiring Program ( 59 in the Agreement); and applicable conflict of interest laws ( 46 in the Agreement), as set forth in paragraphs B, C, D, E and F below. J. Nondiscrimination in Contracts and Benefits The successful proposer will be required to agree to comply fully with and be bound by the provisions of Chapters 12B and 12C of the San Francisco Administrative Code. Generally, Chapter 12B prohibits the City and County of San Francisco from entering into contracts or leases with any entity that discriminates in the provision of benefits between employees with domestic partners and employees with spouses, and/or between the domestic partners and spouses of employees. The Chapter 12C requires nondiscrimination in contracts in public accommodation. Additional information on Chapters 12B and 12C is available on the CMD s website at K. Minimum Compensation Ordinance (MCO) The successful proposer will be required to agree to comply fully with and be bound by the provisions of the Minimum Compensation Ordinance (MCO), as set forth in S.F. Administrative Code Chapter 12P. Generally, this Ordinance requires contractors to provide employees covered by the Ordinance who do work funded under the contract with hourly gross compensation and paid and unpaid time off that meet certain minimum requirements. For the amount of hourly gross compensation currently required under the MCO, see Note that this hourly rate may increase on January 1 of each year and that contractors will be required to pay any such increases to covered employees during the term of the contract. Additional information regarding the MCO is available on the web at L. Health Care Accountability Ordinance (HCAO) The successful proposer will be required to agree to comply fully with and be bound by the provisions of the Health Care Accountability Ordinance (HCAO), as set forth in S.F. Administrative Code Chapter 12Q. Contractors should consult the San Francisco Administrative Code to determine their compliance obligations under this chapter. Additional information regarding the HCAO is available on the web at M. First Source Hiring Program (FSHP)

13 Page 13 of 18 Attachment I TYPICAL CONTRACTURAL TERMS AND CONDITIONS If the contract is for more than $50,000, then the First Source Hiring Program (Admin. Code Chapter 83) may apply. Generally, this ordinance requires contractors to notify the First Source Hiring Program of available entry-level jobs and provide the Workforce Development System with the first opportunity to refer qualified individuals for employment. Contractors should consult the San Francisco Administrative Code to determine their compliance obligations under this chapter. Additional information regarding the FSHP is available on the web at: and from a First Source Hiring Business Services Specialist at (415) N. Conflicts of Interest The successful proposer will be required to agree to comply fully with and be bound by the applicable provisions of state and local laws related to conflicts of interest, including Section of the City's Charter, Article III, Chapter 2 of City s Campaign and Governmental Conduct Code, and Section et seq. and Section 1090 et seq. of the Government Code of the State of California. The successful proposer will be required to acknowledge that it is familiar with these laws; certify that it does not know of any facts that constitute a violation of said provisions; and agree to immediately notify the City if it becomes aware of any such fact during the term of the Agreement. Individuals who will perform work for the City on behalf of the successful proposer might be deemed consultants under state and local conflict of interest laws. If so, such individuals will be required to submit a Statement of Economic Interests, California Fair Political Practices Commission Form 700, to the City within ten (10) calendar days of the City notifying the successful proposer that the City has selected the proposer. O. Term Bid Quantities This is a term, indefinite quantities contract. Unless otherwise specified herein, deliveries will be required in quantities and at times as ordered during the period of the contract. Estimated quantities are approximate only. City, in its sole discretion, may purchase any greater or lesser quantity. CS may make minor purchases of items requested in City s advertisement for bids or contractor s bid from other vendors when CS determines, in its sole discretion, that the City has an immediate need for such items or that it is not practical to purchase against this contract.

14 Page 14 of 18 Attachment I TYPICAL CONTRACTURAL TERMS AND CONDITIONS P. Proposal Price Shall be firm for the baseline training module and for the two (2) optional modules as requested under Section 2. Q. Additional Quantities The City reserves the right to purchase other related training programs during the term of this agreement. R. Price Adjustment for Optional Additional Vehicles In addition to the optional training modules in Section I. at a fixed bid price, the Contractor agrees that the City may, in its sole discretion, exercise the option to purchase up to two additional modules for the term of this contract. The curriculum for these modules shall be determined based upon negotiations between the contractor and the City, and the cost shall be based upon a minimum number of students to be enrolled in these additional modules. No guarantee for a minimum number of students shall be made for the basic module. S. Protest of Non-Responsiveness Determination Within five (5) working days of the City's issuance of a notice of nonresponsiveness, any firm that has submitted a proposal and believes that the City has incorrectly determined that its proposal is nonresponsive may submit a written notice of protest. Such notice of protest must be received by the City on or before the fifth working day following the City's issuance of the notice of nonresponsiveness. The notice of protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The protest must be signed by an individual authorized to represent the proposer, and must cite the law, rule, local ordinance, procedure or RFP provision on which the protest is based. In addition, the protestor must specify facts and evidence sufficient for the City to determine the validity of the protest. T. Protest of Contract Award Within five (5) working days of the City's issuance of a notice of intent to award the contract, any firm that has submitted a responsive proposal and believes that the City has incorrectly selected another proposer for award may submit a written notice of protest. Such notice of protest must be received by the City on or before the fifth working day after the City's issuance of the notice of intent to award. The notice of protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The protest must be signed by an

15 Page 15 of 18 Attachment I TYPICAL CONTRACTURAL TERMS AND CONDITIONS individual authorized to represent the proposer, and must cite the law, rule, local ordinance, procedure or RFP provision on which the protest is based. In addition, the protestor must specify facts and evidence sufficient for the City to determine the validity of the protest. U. Delivery of Protests All protests must be received by the due date. If a protest is mailed, the protestor bears the risk of non-delivery within the deadlines specified herein. Protests should be transmitted by a means that will objectively establish the date the City received the protest. Protests or notice of protests made orally (e.g., by telephone) will not be considered. Protests must be delivered to: Dan McKenna Special Projects GSA Fleet/Central Shops c/o 1 Dr. Carlton B Goodlett Pl, Rm 430 San Francisco, CA dan.mckenna@sfgov.org

16 Page 16 of 18 ATTACHMENT II: Local Business Enterprise (LBE) Forms Contract Monitoring Division ( CMD ) Contact If you have any questions concerning the CMD Forms and to ensure that your response is not rejected for failing to comply with S.F. Administrative Code Chapter 14B requirements, please call Seth Benkle, the CMD Contract Compliance Officer for the Controller s Office at or by at Seth.Benkle@sfgov.org. The forms will be reviewed prior to the evaluation process. HOW TO RESPOND TO THIS ATTACHMENT Each solicitation process requires a new submittal of CMD forms found in Attachment 2: Requirements for Architecture, Engineering, and Professional Services Contracts at the following link, located under the heading For Contracts Advertised on or after 8/1/15 : There is no Contract Monitoring Division Local Business Enterprise subcontracting requirement for this RFQ or resulting contract(s). However, Forms 2A, 3 and 5 must be submitted with your response. (1) Form 2A-CMD Contract Participation Form (2) Form 3- CMD Non-Discrimination Affidavit (3) Form 4- CMD Joint Venture Form (if applicable), and (4) Form 5- CMD Employment Form Please submit Forms 2A, 3 and 5 (and Form 4 if proposing as a Joint Venture) with your Response Package. The forms should be part of the Original of your response. The forms should have original signatures. If these forms are not returned with the response, the response may be determined to be nonresponsive and may be rejected. 1. Local Business Enterprise Goals and Outreach The requirements of the Local Business Enterprise (LBE) and Non-Discrimination in Contracting Ordinance set forth in Chapter 14B of the S.F. Administrative Code as it now exists or as it may be amended in the future (collectively the LBE Ordinance ) shall apply to this RFQ. More information regarding these requirements can be found at: 2. LBE Subconsultant Participation Requirement Please refer to San Francisco Administrative Code Chapter 14B for information concerning the City's LBE program. The LBE subconsultant participation goal for public-sponsored projects is defined on a projectby-project basis, as a percentage of the total value of the goods and/or services to be procured. Each firm responding to each city-sponsored project may be required to demonstrate in a project-specific response that it has used good-faith outreach to select LBE subconsultants as set forth in S.F. Administrative Code 14B.8 and 14B.9, and shall identify the particular LBE

17 Page 17 of 18 ATTACHMENT II: Local Business Enterprise (LBE) Forms subconsultants solicited and selected to be used in performing the contract. For each LBE identified as a subconsultant, the response must specify the value of the participation as a percentage of the total value of the goods and/or services to be procured, the type of work to be performed, and such information as may reasonably be required to determine the responsiveness of the Qualifications. LBEs identified as subconsultants must be certified with the San Francisco Contract Monitoring Division at the time each project-specific response is due, and must be contacted by the proposer (prime contractor) prior to listing them as subconsultants in the project-specific response. Any project-specific response that does not meet the requirements of this paragraph will be non-responsive. 3. Link to LBE Subconsultant Directory This link takes you to a directory of current Local Business Enterprises LBE Participation and Rating Bonuses The City strongly encourages Proposals from qualified LBEs. Pursuant to the LBE Ordinance (Chapter 14B of the City Administrative Code), the following rating bonus will be in effect for the award of this program for any Proposers who are certified by CMD as an LBE, or joint ventures where the joint venture partners are in the same discipline and have the specific levels of participation as identified below. Certification applications may be obtained by calling CMD at (415) or online at The rating bonus applies at each phase (written proposal evaluation and interview stage) of the selection process. The application of the rating bonus is as follows: (1) A 10% bonus to a Small or Micro LBE including Non-Profit; or a joint venture between or among LBEs; or (2) A 5% bonus to a joint venture with LBE participation that equals or exceeds 35%, but is under 40%; (3) A 7.5% bonus to a joint venture with LBE participation that equals or exceeds 40%; Joint Venture Rating Bonuses - If applying for a LBE rating bonus as a joint venture: The LBE must be an active partner in the joint venture and perform work, manage the job and take financial risks in proportion to the required level of participation stated in the proposal, and must be responsible for a clearly defined portion of the work to be performed and share in the ownership, control, management responsibilities, risks, and profits of the joint venture. The portion of the LBE joint venture s work shall be set forth in detail separately from the work to be performed by the non-lbe joint venture partner. The LBE joint venture s portion of the contract must be assigned a commercially useful function. The joint venture partners must be of the same or similar discipline in order to be eligible for a rating bonus. The joint venture partners will be jointly responsible for the overall program management, control and compliance with Chapter 14B requirements. Local Business Enterprise Utilization Tracking System - Prime contractors and all subconsultants who are awarded contracts as a result of the RFP process are required to use the Elation secure web-based Local Business Enterprise Utilization Tracking System (LBEUTS) to submit payment information including invoices and other related information. The Contract Monitoring Division (CMD) will use this information to monitor compliance with the 14B LBE

18 Page 18 of 18 ATTACHMENT II: Local Business Enterprise (LBE) Forms Ordinance. Information about the system including instruction manuals and upcoming training workshops are available on the CMD website at

City and County of San Francisco

City and County of San Francisco City and County of San Francisco MAYOR S OFFICE OF HOUSING AND COMMUNITY DEVELOPMENT REQUEST FOR QUALIFICATIONS FOR FINANCIAL ADVISORY SERVICES RFQ Name: 2015 Financial Advisory Services CONTACT: Teresa

More information

City and County of San Francisco. Request for Proposals for. Public Access Cable Channel Operator DT RFP #2014-02

City and County of San Francisco. Request for Proposals for. Public Access Cable Channel Operator DT RFP #2014-02 City and County of San Francisco Request for Proposals for Public Access Cable Channel Operator DT RFP Date issued: July 12, 2013 Pre-proposal conference: July 17, 2013, 3:00 p.m. Proposal due: Tuesday,

More information

City and County of San Francisco Office of the Treasurer-Tax Collector ( TTX )

City and County of San Francisco Office of the Treasurer-Tax Collector ( TTX ) City and County of San Francisco Office of the Treasurer-Tax Collector ( TTX ) REQUEST FOR PROPOSALS FOR Payment Gateway Services RFP#TTX2016-02 CONTACT: Ricardo S. Cordero, ttx.rfp@sfgov.org, 415-554-45094509

More information

City and County of San Francisco

City and County of San Francisco City and County of San Francisco Department of Human Resources REQUEST FOR QUOTES Workers Compensation Check Printing Services RFq# DHR2016-03 CONTACT: DHRContracts@sfgov.org Overview The City and County

More information

Date issued: April 7, 2016 Pre-proposal conference: April 20, 2016, 10:00am

Date issued: April 7, 2016 Pre-proposal conference: April 20, 2016, 10:00am City and County of San Francisco Human Services Agency Request for Proposals #694 for Educational Instruction and Academic Support Activities for HSA Welfare to Work participants in Transitional Employment

More information

City and County of San Francisco Request for Qualifications for

City and County of San Francisco Request for Qualifications for City and County of San Francisco Request for Qualifications for THE ESTABLISHMENT OF PRE-QUALIFIED LISTS FOR PROFESSIONAL SERVICES IN DEVELOPING AND GUIDING SAN FRANCISCO HEALTH NETWORK (SFHN) WORK GROUPS

More information

Request for Proposals for. RFP No. SFMTA-2015-30. Website Development and Re-Design Phase II

Request for Proposals for. RFP No. SFMTA-2015-30. Website Development and Re-Design Phase II Request for Proposals for RFP No. SFMTA-2015-30 (CCO No. 15-1342) Website Development and Re-Design Phase II Date Issued: September 17, 2015 Pre-proposal Conference: September 24, 2015 (Corona Heights

More information

City and County of San Francisco RFP 95200. Request for Proposal for. CITY-WIDE ELECTRONIC/DIGITAL SIGNATURE SOLUTION (esignature Solution)

City and County of San Francisco RFP 95200. Request for Proposal for. CITY-WIDE ELECTRONIC/DIGITAL SIGNATURE SOLUTION (esignature Solution) City and County of San Francisco Request for Proposal for CITY-WIDE ELECTRONIC/DIGITAL SIGNATURE SOLUTION (esignature Solution) Office of Contract Administration 1 Dr. Carlton B. Goodlett Place, Room 430

More information

REQUEST FOR QUALIFICATIONS:

REQUEST FOR QUALIFICATIONS: CITY AND COUNTY OF SAN FRANCISCO OFFICE OF CIVIC ENGAGEMENT & IMMIGRANT AFFAIRS REQUEST FOR QUALIFICATIONS: DOCUMENT TRANSLATION AND WEBSITE LOCALIZATION SERVICES I N F O R M A T I O N P A C K E T # 2

More information

RFP 4-2014 As Needed Medical Dictation Services With Options to Bid for Transcription and/or Speech Recognition Services

RFP 4-2014 As Needed Medical Dictation Services With Options to Bid for Transcription and/or Speech Recognition Services RFP 4-2014 As Needed Medical Dictation Services With Options to Bid for Transcription and/or Speech Recognition Services DEPARTMENT OF PUBLIC HEALTH San Francisco Health Network Request for Proposals (RFP)

More information

CITY AND COUNTY OF SAN FRANCISCO DEFERRED COMPENSATION PLAN REQUEST FOR PROPOSALS FOR TARGET DATE FUND INVESTMENT MANAGEMENT SERVICES

CITY AND COUNTY OF SAN FRANCISCO DEFERRED COMPENSATION PLAN REQUEST FOR PROPOSALS FOR TARGET DATE FUND INVESTMENT MANAGEMENT SERVICES CITY AND COUNTY OF SAN FRANCISCO DEFERRED COMPENSATION PLAN REQUEST FOR PROPOSALS FOR TARGET DATE FUND INVESTMENT MANAGEMENT SERVICES FOR THE CITY AND COUNTY OF SAN FRANCISCO 457(B) DEFERRED COMPENSATION

More information

City and County of San Francisco RFP 96301. Request for Proposal for BODY WORN CAMERAS PROJECT

City and County of San Francisco RFP 96301. Request for Proposal for BODY WORN CAMERAS PROJECT City and County of San Francisco RFP 96301 Request for Proposal for BODY WORN CAMERAS PROJECT Office of Contract Administration 1 Dr. Carlton B. Goodlett Place, Room 430 San Francisco, CA 94102-4689 Tentative

More information

RFP13-2013 Third Party Pharmacy Administrator and 340B Program Specialized Services

RFP13-2013 Third Party Pharmacy Administrator and 340B Program Specialized Services RFP13-2013 Third Party Pharmacy Administrator and 340B Program Specialized Services Department of Public Health San Francisco Health 1380 HOWARD STREET, SUITE 419C SAN FRANCISCO, CA 94103 CONTACT: JUNKO

More information

83933 H.V.A.C. Air Filter Media for SFIA

83933 H.V.A.C. Air Filter Media for SFIA CONTRACT PROPOSAL (Indefinite Quantity) Office of Contract Administration Purchasing Division City and County of San Francisco City Hall, Room 430 1 Dr. Carlton B. Goodlett Place San Francisco, CA 94102-4685

More information

Minutes of E-mail questions: September 25, 2014 through October 9, 2014 For RFP 4-2014

Minutes of E-mail questions: September 25, 2014 through October 9, 2014 For RFP 4-2014 Minutes of E-mail questions: September 25, 2014 through October 9, 2014 For RFP 4-2014 City and County of San Francisco, Department of Public Health San Francisco Health Network Request For Proposals (RFP)

More information

The San Francisco Airport Bidder's Percession Opportunity

The San Francisco Airport Bidder's Percession Opportunity Garage Taxi Staging Area Mobile Catering Truck Lease ACTIVITY SCHEDULE (See also Part II) All dates and times specified are San Francisco Time DATES Informational Conference: Tuesday, July 28, 2015 10:00

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

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

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 PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. 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. RFP09503

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

RULES AND PROCEDURES FOR PROFESSIONAL SERVICE AGREEMENTS OTHER THAN THOSE ESTABLISHED BY ORDINANCE 64103 (REVISED NOVEMBER 16, 2004)

RULES AND PROCEDURES FOR PROFESSIONAL SERVICE AGREEMENTS OTHER THAN THOSE ESTABLISHED BY ORDINANCE 64103 (REVISED NOVEMBER 16, 2004) RULES AND PROCEDURES FOR PROFESSIONAL SERVICE AGREEMENTS OTHER THAN THOSE ESTABLISHED BY ORDINANCE 64103 (REVISED NOVEMBER 16, 2004) In accordance with Ordinance 64102 the following Rules and Procedures

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

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015 HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015 REQUEST FOR PROPOSALS FOR SCHOOL DISTRICT HEALTH INSURANCE BROKER SERVICES Notice is hereby

More information

Detroit Land Bank Authority. Request for Proposals: Call Center Services

Detroit Land Bank Authority. Request for Proposals: Call Center Services Detroit Land Bank Authority Request for Proposals: Call Center Services RFP NUMBER: 05-18-001 DATE ISSUED: Request for Proposals Call Center Services Page 2 REQUEST FOR PROPOSALS CALL CENTER PROFESSIONALS

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

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

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

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

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

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM Mark A. Cowart Chief Information Officer DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL FOR PAYROLL & INSURANCE SERVICES THROUGH A TEMPORARY STAFFING AGENCY ISSUED MAY 10, 2013 Proposal must be received no later than 3:00 P.M. Pacific Daylight Time (PDT) Tuesday, May

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Ethics Training For Los Angeles World Airports April 2006 Contact: Barbara Yamamoto Ethics Officer Office of Ethics and Business Conduct City of Los Angeles Los Angeles World

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

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES Appointment to the New Jersey Building Authority Capital Budget Modeling and Advisory Services State Fiscal Years 2016, 2017 and 2018 Issued by the

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 Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For Request for Qualifications & Proposal Architectural Team For Lake County School District R-1 On-Call Services Provided by: Submittal Deadline: April 23, 2015 Time: 5:00 PM 1.0 Introduction On behalf of

More information

Municipal Lobbying Ordinance

Municipal Lobbying Ordinance Municipal Lobbying Ordinance Los Angeles Municipal Code Section 48.01 et seq. Prepared by City Ethics Commission CEC Los Angeles 00 North Spring Street, 4 th Floor Los Angeles, CA 9001 (13) 978-1960 TTY

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

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

Request for Proposals (RFP) Communications Services RFP #CS-PY 15-I September 17, 2015

Request for Proposals (RFP) Communications Services RFP #CS-PY 15-I September 17, 2015 Request for Proposals (RFP) Communications Services September 17, 2015 PURPOSE Opportunity Inc. of Hampton Roads (OppInc.) seeks a communications consultant (the Consultant) to provide Communications Services

More information

PLANTTOGETHER REFERRAL PARTNER AGREEMENT. Updated: January 1, 2015

PLANTTOGETHER REFERRAL PARTNER AGREEMENT. Updated: January 1, 2015 PLANTTOGETHER REFERRAL PARTNER AGREEMENT Updated: January 1, 2015 Welcome to PlanetTogether s online referral program (the Referral Program ) provided by PlanetTogether, Inc. a California corporation with

More information

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals

More information

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE: REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS

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

EMPIRE STATE DEVELOPMENT

EMPIRE STATE DEVELOPMENT EMPIRE STATE DEVELOPMENT REQUEST FOR QUALIFICATIONS IN ORDER TO SELECT A GROUP OF UP TO 6 QUALIFIED FIRMS THAT WILL THEN BE ASKED TO SUBMIT A FORMAL PROPOSAL FOR NEW YORK STATE S $50MM TO $75MM ECONOMIC

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL RFP ISSUE DATE: September 26 th, 2001 TITLE: RFP NUMBER: San José State University Website Redesign F-WR00001181-AL PURCHASING OFFICE CONTACT: DEPARTMENT OFFICIAL: Alex Lebedeff, Mary

More information

Center Unified School District

Center Unified School District 8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D

More information

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES RFP Coordinator: Jeff Mao, Learning Technology Policy Director Department of Education 23 State House Station

More information

ATLANTA PUBLIC SCHOOLS

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT

More information

Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES City of DeBary Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES The City of DeBary, Florida is seeking standby

More information

MODEL LAW ON MOTOR VEHICLE INSPECTION BY INDEPENDENT CONTRACTORS AND SELF INSPECTORS

MODEL LAW ON MOTOR VEHICLE INSPECTION BY INDEPENDENT CONTRACTORS AND SELF INSPECTORS MODEL LAW ON MOTOR VEHICLE INSPECTION BY INDEPENDENT CONTRACTORS AND SELF INSPECTORS Section 1. Definitions.-- As used in this act, the term: (1) "Contractor" means any person, corporation, or partnership

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

More information

Request for Proposal Permitting Software

Request for Proposal Permitting Software Request for Proposal Permitting Software Date Issued: October 7, 2015 Proposals Due no later than: 2:00pm EST on November 10, 2015 Page 1 of 10 Revised 10/5/2015 TABLE OF CONTENTS Section I Introduction

More information

State Health Benefit Plan Procurement Policy

State Health Benefit Plan Procurement Policy State Health Benefit Plan Procurement Policy 1. Introduction 1.1 Purpose The mission of the Department of Community Health (DCH) Office of Procurement Services (OPS) is to obtain quality goods and services

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 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

Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive

Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive Jacobs Contract performance Tracking spreadsheet = Excellent 2 = Meets performance standards 1 = Improvement needed 0= Unsatisfactory Report for the time period: Annual report 210 Total average score 2.86

More information

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 PURPOSE Utah County is soliciting proposals from insurance brokers/consultants qualified to

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

REQUEST FOR QUOTE (RFQ)

REQUEST FOR QUOTE (RFQ) REQUEST FOR QUOTE (RFQ) Texas Guaranteed Student Loan Corporation (referred to herein as TG ) is a private, nonprofit corporation that promotes public access to higher education and student success in

More information

IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services

IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services SECTION 1. OVERVIEW AND BID PROCEDURES. 1.0 Introduction and Background. The purpose of this Request for Bid is to solicit proposals from qualified

More information

Request for Proposals (RFP) for. Drug Laboratory Testing Services

Request for Proposals (RFP) for. Drug Laboratory Testing Services Request for Proposals (RFP) for Drug Laboratory Testing Services RFP NO. SFMTA-2013-01 (CCO NO. 12-1214) Date issued: August 8, 2012 Pre-proposal Conference: August 23, 2012, 10:30 A.M. Proposal due: September

More information

DOING BUSINESS WITH CHARLOTTE-MECKLENBURG SCHOOLS A GUIDE FOR VENDORS. March 2007

DOING BUSINESS WITH CHARLOTTE-MECKLENBURG SCHOOLS A GUIDE FOR VENDORS. March 2007 DOING BUSINESS WITH CHARLOTTE-MECKLENBURG SCHOOLS A GUIDE FOR VENDORS March 2007 CONTACT INFORMATION: This Vendor Guide is intended to be an informational only publication to assist the business community

More information

COMPANY INFORMATION. Address: 151 Potrero Ave #7 City, State, Zip: San Francisco, CA 94103

COMPANY INFORMATION. Address: 151 Potrero Ave #7 City, State, Zip: San Francisco, CA 94103 COMPANY INFORMATION WARNING Do not use any term contracts to purchase goods and/or services when using Federal, State or Special Funds. Term contracts may contain provisions that conflict with Federal

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

TABLE OF CONTENTS. Prefacej... 1

TABLE OF CONTENTS. Prefacej... 1 TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...

More information

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES Appointment to the State of New Jersey Rating Agency Presentation Review/Analysis Summer 2016 Issued by the State of New Jersey Treasurer s Office

More information

HOW TO DO BUSINESS WITH THE STATE OF ALASKA

HOW TO DO BUSINESS WITH THE STATE OF ALASKA State of Alaska Department of Administration Division of General Services HOW TO DO BUSINESS WITH THE STATE OF ALASKA REVISED AUGUST 2013 PREPARED BY THE DIVISION OF GENERAL SERVICES, PURCHASING SECTION:

More information

STRATFORD BOARD OF EDUCATION 111 WARWICK ROAD STRATFORD, NEW JERSEY 08084. INSURANCE BROKER of RECORD EMPLOYEE HEALTH BENEFITS

STRATFORD BOARD OF EDUCATION 111 WARWICK ROAD STRATFORD, NEW JERSEY 08084. INSURANCE BROKER of RECORD EMPLOYEE HEALTH BENEFITS STRATFORD BOARD OF EDUCATION 111 WARWICK ROAD STRATFORD, NEW JERSEY 08084 INSURANCE BROKER of RECORD EMPLOYEE HEALTH BENEFITS A. PURPOSE: The Stratford Board of Education is seeking proposals through the

More information

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following

More information

FIRST AMENDMENT TO AGREEMENT. This First Amendment to the Design Professional Services Agreement for the MBC

FIRST AMENDMENT TO AGREEMENT. This First Amendment to the Design Professional Services Agreement for the MBC FIRST AMENDMENT TO AGREEMENT This First Amendment to the Design Professional Services Agreement for the MBC Additional Biosolids Storage Silos (Contract No. H084253) dated March 10, 2009 [Agreement], is

More information

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519 REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519 School Board of Volusia County Florida Facilities Services 3750 Olson Drive, Daytona Beach

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

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

Enterprise Content Management Consultant

Enterprise Content Management Consultant Invitation to Quote 07-23 Enterprise Content Management Consultant Issue Date: December 4, 2007 RFP Acknowledgement Form: Appendix A. Respondents are asked to fill out and return this form by December

More information

Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services

Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services Detroit Land Bank Authority Request for Qualifications: As Needed Legal Services RFQ NUMBER: 02-09-2015 DATE ISSUED: Request for Qualifications As Needed Legal Services Page 2 REQUEST FOR QUALIFICATIONS

More information

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 Project Description: The Regional Transit Authority of New

More information

St. Andrews Public Service District

St. Andrews Public Service District St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.

More information

AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES

AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES COUNTY OF SONOMA AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES FOR THE CHARLES M. SCHULZ SONOMA COUNTY AIRPORT Request for Proposals (RFP) The County of Sonoma, Charles M. Schulz Sonoma County

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

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2 TABLE OF CONTENTS Title Page Purchasing and Contracts Division... 1 Purchasing Policies and Procedures... 1 The Competitive Process... 2 Vendor Participation... 2 Vendor Database... 2 Web Site Information...

More information

BOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES

BOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES BOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES Date Issued: May 15, 2015 Return Date & Time: Return To: May 26, 2015, no later than noon Keith Kazmark, RMC/CMC/MMC Borough of Elmwood Park

More information

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS DATE RFQ RELEASED July 13, 2013 1 PURPOSE OF THIS REQUEST FOR

More information

SAN FRANCISCO CITY AND COUNTY EMPLOYEES RETIREMENT SYSTEM STATEMENT OF INCOMPATIBLE ACTIVITIES

SAN FRANCISCO CITY AND COUNTY EMPLOYEES RETIREMENT SYSTEM STATEMENT OF INCOMPATIBLE ACTIVITIES SAN FRANCISCO CITY AND COUNTY EMPLOYEES RETIREMENT SYSTEM STATEMENT OF INCOMPATIBLE ACTIVITIES I. INTRODUCTION This Statement of Incompatible Activities is intended to guide officers and employees of the

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

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

Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services

Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services The Delaware Sustainable Energy Utility ( SEU ) requests proposals from firms and individuals qualified to provide

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

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

Request for Applications (RFA): TOPS Tech Early Start Training Providers

Request for Applications (RFA): TOPS Tech Early Start Training Providers Request for Applications (RFA): TOPS Tech Early Start Training Providers Louisiana Department of Education 1201 North Third Street Baton Rouge, LA 70802 Timetable for 2014-2015 TOPS Tech Early Start Training

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The County of Bergen will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this

More information

The database is updated throughout the day, and can show you the most current bid information we have.

The database is updated throughout the day, and can show you the most current bid information we have. City and County of San Francisco Edwin M. Lee Mayor Office of Contract Administration Jaci Fong Director and Purchaser Purchasing Thank you for your interest in doing business with the City and County

More information

$&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER)

$&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER) Regular Session, 2001 $&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER) BY SENATOR SCHEDLER AN ACT To enact Part XXV of Chapter 1 of Title 22 of the Louisiana Revised Statutes

More information

REQUEST FOR QUALIFICATIONS/PROPOSALS FOR THE PROVISION OF PROFESSIONAL SERVICES PRIMARY BANKING. ISSUE DATE: June 23, 2011. DUE DATE: July 12, 2011

REQUEST FOR QUALIFICATIONS/PROPOSALS FOR THE PROVISION OF PROFESSIONAL SERVICES PRIMARY BANKING. ISSUE DATE: June 23, 2011. DUE DATE: July 12, 2011 NOTE: The Borough of Fort Lee will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in

More information

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ADVISORY SERVICES

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ADVISORY SERVICES REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ADVISORY SERVICES Appointment to the NJ Tobacco Settlement Financing Corporation Credit Enhancement Transaction Winter 2014 Issued by the State of New Jersey Treasurer

More information

City of Powell Request for Proposals for a Total Compensation Survey

City of Powell Request for Proposals for a Total Compensation Survey City of Powell Request for Proposals for a Total Compensation Survey Section I The City of Powell is soliciting proposals from qualified consulting firms, experienced in the development of a job evaluation

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