SECOND AND FINAL ADDENDUM RFP FOR DEBRIS CLEANUP SERVICES FOR DISASTER RECOVERY ASSISTANCE

Size: px
Start display at page:

Download "SECOND AND FINAL ADDENDUM RFP FOR DEBRIS CLEANUP SERVICES FOR DISASTER RECOVERY ASSISTANCE"

Transcription

1 THE SCHOOL DISTRICT SHARON SWAN JOSEPH C. MOORE OF PALM BEACH COUNTY, FLORIDA DIRECTOR CHIEF OPERATING OFFICER CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH, FL (561) FAX: (561) SECOND AND FINAL ADDENDUM RFP FOR DEBRIS CLEANUP SERVICES FOR DISASTER RECOVERY ASSISTANCE PLEASE NOTE: PROPOSALS DUE ON OR BEFORE APRIL 4, 2011 NOT LATER THAN 2:00 P.M., at: March 30, 2011 The School District of Palm Beach County, Florida Construction Purchasing Department 3661 Interstate Park Road North, Suite 209 Riviera Beach, FL TO ALL PROPOSERS: The following are answers to the questions received to date. 1. Q. If the vehicle/auto liability insurance is currently at $500,000 are we still able to submit the bid and if we are awarded increase the liability to $1,000,000? A. It is necessary to submit evidence of insurability of $1,000,000 for automobile liability. If awarded, firms will be required to submit a contract specific Acord Certificate of Liability Insurance Form with the required coverages. 2. Q. What is the proposed budget? A. As this contract will only be utilized in the event of a disaster we are unable to anticipate budget requirements at this time. As stated in Section 00040, Instructions to Proposers, Article 2, Paragraph No guarantee of the dollar amount of this RFP is implied or given, nor is there any guarantee of work. A. Q. Is there tabulation that can be viewed? A. The tabulation for the expiring RFP (which included both Debris Cleanup and Removal services and was an award to all) was included as an attachment in the First Addendum, issued March 25, It is also included here along with the corresponding Bid Summary Sheet which details the line items on the tabulation form. Proposers please note: Please acknowledge Two (2) Addenda in your Section 1 submittal: The First Addendum dated March 25, 2011 This Second/Final Addendum dated March 30, Helen Stokes, Selection Committee Administrator stokesh@palmbeach.k12.fl.us Ph: (561) Attachments: Prior Contract Tabulation Prior Contract Bid Summary Sheet

2

3

4

5

6

7

8 THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA CONSTRUCTION PURCHASING DEPARTMENT DEBRIS CLEANUP SERVICES FOR DISASTER RECOVERY ASSISTANCE FIRST ADDENDUM PRE-PROPOSAL MEETING MINUTES March 25, 2011 Introduction: Helen Stokes opened the meeting with introductions of District staff and asked firms in attendance to introduce themselves. Helen then discussed the following items: RFP Overview: This RFP is to select a pool of 8 firms to cleanup and stage debris on a district selected area of each site. Schedule: Cut-off for Request For Proposal questions March 28, 2011, no later than 2:00 p.m. Final Addendum will be issued March 30, 2011 Proposals due April 4, 2011, no later than 2:00 p.m. RFP Response Submittal Requirements: Per the RFP, Section 00040, Instructions to Proposer, Article 5: 5.1 The Proposal shall be divided into three (3) Sections - 1, 2 and 3. A Proposal shall include all items listed for Section 1, otherwise the Proposal shall be declared non-responsive. A Proposal should include all items specified for Sections 2 and 3; however, exclusion of any of the items specified in these Sections shall not be cause to declare the Proposal non-responsive. The following items are required response forms. Failure to submit these required response forms with your Proposal shall result in your Proposal being declared nonresponsive. SECTION 1 shall contain the following items: -Proposal Response Form (Required Response Form A) -Disclosure Statements (Required Response Form B) -Drug Free Workplace Certification (Required Response Form C) -Public Entity Crime Statement (Required Response Form D) -Beneficial Interest and Disclosure of Ownership Affidavit, PBSD 1997 (Required Response Form E) -Acknowledgement of all Addenda received 5.2 SECTION 2: -Letter of interest addressed to the School District of Palm Beach County, referencing the project name and number and detailing the Proposer s interest and general qualifications to complete the project. -A copy of the Proposer s current State of Florida License. -Proof of an active Certificate of Authority issued by the Florida Department of State which authorizes the Proposer to transact business in the State of Florida. This proof may be provided by either submitting a copy of the Letter of Authority issued by the Office of the Secretary of State or by submitting a copy of the Certificate of Status Verification which may be obtained via Sunbiz.org- Department of State. Make sure it is a currently dated certificate. -A Certificate of Insurance evidencing coverage as specified in Section

9 5.3 SECTION 3: -Responses to the Scoring Criteria outlined by Categories 1-4 specified in Section 00300, Evaluation Process. 5.4 A Proposal shall not exceed a total of 40 pages, exclusive of all submittal requirements specified in Sections 1 and 2, Par. 5.1 and 5.2. Proposals exceeding this 40 page limit shall be declared non responsive by the Owner. Each page shall be numbered consecutively, and shall not exceed 8-1/2 x 11 in size. Each page shall be printed in a minimum size 11 font and have a minimum 1 margin on all sides. CD s will be submitted in PDF format, (one PDF file) bookmarked per the selection criteria, and fully functioning. 5.5 One (1) original printed hard copy plus one (1) CD containing Sections 1, 2 and 3: plus an additional TEN (10) CD copies of Section 3 only of the Proposal are to be sealed in one package and clearly labeled "Proposal for Debris Cleanup Services". The Proposer s Name and Project Name must be clearly stated on each CD and on the outside of the package. Evaluation Criteria: Please refer to Section 00030, Evaluation for details of the scoring criteria. Steve Backhus, General Manager, Facilities Services discussed the following: Administration of Contract/Fema Requirements: Response time shall be within (12) twelve hours after the all clear has been given. Awarded contractors will be expected to report in person or send a responsible representative to the Fulton Holland Educational Services Center at 3300 Forest Hill Blvd., Emergency Operations Center, Cafeteria rear of the building, West Palm Beach where assignment of zones and or sites will be allocated on a first come first serve basis. The selected Proposer(s) shall work in harmony with each other, District staff, Debris Hauling and Debris Monitoring Services Firms on contract with the District. The Scope includes only cleaning up and stacking the debris in a District designated place on the district site. The goal is to complete as much cleanup as possible during the first 70 hours on a time and materials basis. After the 70 hour window a cost proposal will be required for remaining work. The firm will utilize their Cost Proposal Form and the current FEMA Schedule of equipment rates in effect at the time the work is completed. A Scope of Work will be issued and the cost proposal will be provided to the district with a Not to Exceed price. The Primary Debris Monitoring Firm is Post Buckley Schuh & Jernigan and the Secondary is Beck Disaster Recovery. Storm strength will determine how we respond. If awarded contractors bring in outside subcontractors with campers, travel trailers, etc. be advised that camping or overnighting is not allowed on School sites. Food, lodging and gasoline for the contractor and its employees is the responsibility of the contractor. While the District will make available a list of gas stations that will accommodate our contractors (likely during specific hours) it is the responsibility of the contractor to ensure their own supply and payment for gas for their vehicles/equipment. Please refer to Section 00060, Special Conditions, Paragraph 11, Background Check and Fingerprinting: Background checks and badge requirements have been waived in the past only while students are not on site. There is no guarantee these requirements will be waived in future events.

10 Invoicing: Daily report forms will be provided for Time and Materials prtions of the work. Correct and fully complete invoices will be submitted to the Debris Monotoring firm for verification then will go through the Districts payment process. It is typically a day turnaround time for payment. Your payments will not be tied up by the District waiting for FEMA reimbursement. If FEMA doesn t reimburse fully, we will not later return to the contractor for a credit. The exception to this would be a duplicate invoice. There will be a mandatory vendor training for awarded firms. The training will cover all aspects of the work as well as invoicing requirements and procedures. The 2011 training is currently scheduled for 9:00 am on May 24, Awarded firms will receive an invitation confirming the date, time and location. Q & A: Q. Is SBE certification from the state acceptable? A. No. In order to receive evaluation preference points the SBE must be certified by the District s Office of Diversity in Business Practices (ODBP) as a SBE and as having average annual gross sales and an average number of full-time employees over the last three years that are less than fifty percent (50%) of the small business size standards as most recently defined by the U.S. Small Business Administration for the business firm s relevant industry. Q. Does the District have an existing contract for Debris Cleanup Services & Debris Removal for Disaster Recovery Assistance? If yes, can the current contract pricing or a bid tabulations be provided? A. The current awarded contract is Debris Cleanup & Removal Services. This new RFP splits the work into two contracts, one for Cleanup and one for Removal and Hauling. The tabulation form for the RFP awarded in 2006 is attached. Q. Regarding background checks, is E Verify (State of Florida background check database) adequate? A. No, it is not the same. Our background check includes criminal history. E-Verify is an Internetbased system that allows businesses to determine the eligibility of their employees to work in the United States. Q. The RFP indicates no overtime will be paid but the Cost Proposal asks overtime rates? A. No overtime is anticipated however we are asking the rates in the event circumstances require it. At no time shall overtime rates be paid without prior authorization. Attachments: Meeting Agenda Attendance Sheets Current Debris Cleanup and Removal Services Bid Tabulation Helen Stokes, Construction Purchasing Agent, CPPB stokesh@palmbeach.k12.fl.us Phone: Debby Boutet, Sr. Construction Technician boutetd@palmbeach.k12.fl.us Phone:

11

12

13

14

15

16

17

18 REQUEST FOR PROPOSALS (RFP) FOR DEBRIS CLEANUP SERVICES FOR DISASTER RECOVERY ASSISTANCE Proposals to be submitted at: School District of Palm Beach County Construction Purchasing Department 3661 Interstate Park Road North, #200 Riviera Beach, FL THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA

19 SECTION TABLE OF CONTENTS DEBRIS CLEANUP SERVICES FOR DISASTER RECOVERY ASSISTANCE THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA DIVISION AND SECTION TITLE TOTAL PAGES SECTION TITLE PAGE SECTION TABLE OF CONTENTS 2 SECTION ADVERTISEMENT FOR REQUEST FOR PROPOSALS... 2 SECTION SBE CERTIFICATION APPLICATION INSTRUCTIONS 1 SECTION INSTRUCTIONS TO PROPOSERS 4 SECTION GENERAL TERMS AND CONDITIONS 5 SECTION SPECIAL CONDITIONS 4 SECTION SMALL BUSINESS ENTERPRISE. 7 SECTION INSURANCE REQUIREMENTS.. 2 SECTION EVALUATION PROCESS... 3 SECTION STANDARD FORM OF AGREEMENT.. 4 REQUIRED RESPONSE FORMS: A PROPOSAL RESPONSE 1 B DISCLOSURE STATEMENTS 1 C PBSD 0580 DRUG FREE WORKPLACE CERTIFICATION 1 D PUBLIC ENTITY CRIME STATEMENT 2 EXHIBITS E PBSD 1997 BENEFICIAL INTEREST AND DISCLOSURE OF OWNERSHIP 1 A COST PROPOSAL FORM. 1 B FEMA SCHEDULE OF EQUIPMENT RATES 6 C QUALIFICATIONS RESPONSE FORM

20 ATTACHMENTS: PBSD 1525 MWBE/SBE SUBCONTRACT PARTICIPATION LETTER OF INTENT.. 1 PBSD 1528 PROFESSIONAL & CONSTRUCTION SERVICES UTILIZATION REPORT.. 3 PBSD 1629 GOOD FAITH EFFORTS NONCOMPLIANCE SUPPLEMENT. 4 END OF SECTION

21 SECTION LEGAL ADVERTISEMENT FOR REQUEST FOR PROPOSAL SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA DEBRIS CLEANUP SERVICES FOR DISASTER RECOVERY ASSISTANCE SCOPE OF WORK: The School Board of Palm Beach County, Florida invites qualified firms licensed in the State of Florida, to provide services to assist in debris cleanup and collection during disaster response. Awarded firm(s) will provide services for debris collection on an as-needed basis. The District consists of 187 schools and various other locations throughout Palm Beach County. Palm Beach County ranges north to the Town of Tequesta, south to the City of Boca Raton and west to the City of Belle Glade covering a radius of 2,023 square miles. The RFP document and all additional project information published as part of the RFP document may be obtained at: For General Inquiries contact: Helen Stokes by at stokesh@palmbeach.k12.fl.us or phone Debby Boutet by at boutetd@palmbeach.k12.fl.us or phone SCHEDULE FOR SELECTION Pre Proposal Conference March 25, 9:00 a.m. Cut-off for Request For Proposal questions March 28, 2011, no later than 2:00 p.m. Final Addendum will be issued March 30, 2011 Proposals due April 4, 2011, no later than 2:00 p.m. Evaluation Committee Meeting April 13, 9:00 a.m. Board Approval of Contract** May 18, 2011 *OPEN TO PUBLIC ATTENDANCE* 3661 Interstate Park Road North, #200 Riviera Beach, FL All issues or questions regarding the project shall be addressed and resolved through the Construction Purchasing Department. There shall be no communication between selection committee members or their staff and the Proposers. Small Business Enterprise (SBE) Participation: As specified by Board Policy 6.143, the School District of Palm Beach County may apply preferences for Small Business Enterprises in the District s procurement process for the solicitation of all goods, services and construction contracts. In accordance with this policy, Evaluation Preference Points will be awarded to any business firm that is certified by the District s Office of Diversity in Business Practices (ODBP) as a SBE and as having average annual gross sales and an average number of full-time employees over the last three years that are less than fifty percent (50%) of the small business size standards as most recently defined by the U.S. Small Business Administration for the business firm s relevant industry. There is no certified SBE Sub-Contractor participation requirement established for this contract however it is strongly encouraged. For more information on the District s SBE program as well as a list of District certified vendors go to

22 Lobbying: Proposers/Consultants are hereby advised that lobbying is not permitted with any District personnel or Board members related to or involved with this RFP until the administration s recommendation for award has been posted in the Construction Purchasing Department. All oral or written inquiries must be directed through the Construction-Purchasing Department. Lobbying is defined as any action taken by an individual, firm, association, joint venture, partnership, syndicate, corporation, and all other groups who seek to influence the governmental decision of a Board member or District personnel on the award of this Contract. Any Proposer of any individuals that lobby on behalf of Proposer during the time specified by the schedule will result in rejection/disqualification of said Proposal. Any Proposer who is adversely affected by the recommended award may address the School Board at a regularly scheduled Board meeting. Protest Proceedings: If a proposer wishes to protest the Request for Proposal documents or the recommended award, they must do so in strict accordance with the procedures outlined in FS (3) and as outlined in the Request for Proposal documents. Failure to file a protest within the time prescribed in Section (3) Florida Statutes or failure to post a protest security at the time of filing the formal written protest will constitute a waiver of proceedings under Chapter 120, Florida Statutes. By: Frank A. Barbieri, Jr., Esquire, Chairperson ATTEST: William F. Malone, Acting Superintendent PUBLISH DATES: March 7, 14 and 21, 2011 The School District of Palm Beach County is an Equal Education Opportunity Provider and Employer. END OF SECTION

23 SECTION NOTICE TO PROPOSERS SMALL BUSINESS ENTERPRISE The Contract Goal for certified Small Business Enterprise (SBE) participation for this Project is stated in Section 00090, Par. 2.0 of this RFP. Only firms certified by the School District of Palm Beach County are eligible for participation to satisfy the established participation requirement. Proposers and Sub-consultants seeking to qualify as a certified Small Business Enterprise for this Project shall be certified as a Small Business Enterprise by the School District of Palm Beach County Office of Diversity in Business Practices prior to the Proposal Due Date Specified in Section of this Request For Proposal. CERTIFICATION APPLICATION INSTRUCTIONS Firms seeking to apply for certification with the School District of Palm Beach County shall submit either a School District of Palm Beach County application or an application pursuant to requirements of the Interlocal Agreement For Reciprocity between Palm Beach County, The City of West Palm Beach and The School Board of Palm Beach County. The application must be approved by the School District of Palm Beach County and a copy of the District certification included in the firm s Proposal. Important Points to Remember: (a) The application must be submitted complete with all required supporting documentation and the firm must allow sufficient time for the application to be processed prior to the Proposal Due Date. The application may take up to sixty (60) days after receipt of the completed application for processing. (b) Please contact the Office Diversity in Business Practices for the application or information on certification at by phone at (561) or write: THE SCHOOL DISTRICT OF PALM BEACH COUNTY 3300 Forest Hill Boulevard 1st Floor, Wing A-106 West Palm Beach, Florida END OF SECTION

24 SECTION INSTRUCTIONS TO PROPSERS This proposal shall be submitted to Helen Stokes, Construction Purchasing, School District of Palm Beach County, North County Service Center, 3661 Interstate Park Road North, #200, Riviera Beach, FL , on or before 2:00 p.m., on April 4, ARTICLE 1 SCOPE OF WORK 1.1 It is the intent of this RFP for the awardees (hereinafter referred to as contractors) to remove as quickly as possible all hazards to life and District property resulting from an emergency/ hurricane / tornado/ disaster directly affecting School District property. 1.2 Clean up will be limited to (1) that which is determined to eliminate immediate threats to life, public health, and safety; (2) that which has been determined to eliminate immediate threats of significant damage to School District property, and; (3) that which is considered essential to ensure economic recovery of affected School District areas. 1.3 The services shall consist of but not be limited to clean up of debris and/or labor and equipment as directed by the designated representative of the District. In addition, the awardee(s) shall develop an operational plan and procedure for accurate tracking of debris, work, and submittal of audit documents acceptable for audit and federal reimbursement, including clear pictures of all damages before clean-up work is started. 1.4 All vegetation will be gathered and placed in an area within the school or facility site. The area will be determined by a district designee. 1.5 Contractors will complete an accountability form for each job as provided by the District. 1.6 Response time shall be within (12) twelve hours after the all clear has been given. Awarded contractors will be expected to report in person or send a responsible representative to the Fulton Holland Educational Services Center at 3300 Forest Hill Blvd., Emergency Operations Center, Cafeteria rear of the building, West Palm Beach where assignment of zones and or sites will be allocated on a first come first serve basis. 1.7 The selected Proposer(s) shall work in harmony with each other, District staff and the Debris Hauling and Debris Monitoring Services Firms on contract with the District. 1.8 Written proposal must be approved by District personnel prior to proceeding. The District reserves the right to negotiate individual line item prices submitted on the Proposer(s) Cost Proposal Form. (Exhibit A) Fees for equipment are not to exceed FEMA s Schedule of Rates (Exhibit B) in effect at the time services are rendered. ARTICLE 2 AWARD OF CONTRACTS 2.1 It is the intent of the School District to award this contract to eight (8) qualified firms, hereinafter referred to as Contractors to provide debris cleanup services on an as-needed basis. The contract period shall be for three (3) years, with an option for two (2) additional 1-year renewals. 2.2 No guarantee of the dollar amount of this RFP is implied or given, nor is there any guarantee of work

25 2.3 The School District of Palm Beach County reserves the right to reject any or all offers or to accept any offers which is in its best interest. The School District also reserves the right to waive any informalities, irregularities and technicalities in procedure. 2.4 The Contract, if awarded by the Owner, will be awarded based on the procedures in Section EVALUATION ; provided the Proposal is reasonable, meets the criterion specified herein and it is in the best interest of the Owner to accept the Proposal. 2.5 The School District of Palm Beach County reserves the right, before awarding any contract, to require a firm to submit such evidence of qualifications and any current or updated information that was requested in the RFP as it may deem necessary, and may consider any information available to it of the financial, technical, and other qualifications and abilities of a proposer, including past performance with other governmental/educational agencies. Proposers are advised that requests for additional information or site visitations are not to be construed as an indication that a proposer will receive or is in the best position to receive a contract award. 2.6 The School District reserves the right to cancel the contract, or portions thereof, without penalty at any time. 2.7 The proposer meeting specifications, terms, and conditions and being designated as having submitted an Approved Proposal shall be a Florida licensed Contractor and be authorized to perform services in the city of their domicile and in Palm Beach County. The proposer shall provide proof, in the form of licenses and certificates in their proposal. 2.7 It is necessary for the proposer to carefully consider each item, and make sure that each item meets the requirements and specifications as indicated. 2.8 Any questions concerning the Request For Proposal shall be submitted through The cut-off for questions is March 28, 2:00 PM. All questions submitted shall be held until such time as they are compiled and answered in the form of Written Addendum, which will be released via BidSync, on or before March 30, ARTICLE 3 TIME SCHEDULE 3.1 The School District will use the following time lines which will result in selection of qualified firms. Dates are subject to change if necessary. Pre Proposal Conference March 25, 9:00 a.m. Cut-off for Request For Proposal questions March 28, 2011, no later than 2:00 p.m. Final Addendum will be issued March 30, 2011 Proposals due April 4, 2011, no later than 2:00 p.m. Evaluation Committee Meeting April 13, 9:00 a.m. Board Approval of Contract** May 18, 2011 A representative from each Proposer s firm is encouraged to attend the Evaluation Meeting to respond to questions from the selection committee or clarify information contained in your proposal. 3.2 Pre Proposal Conference: A non-mandatory pre-proposal conference will be held at the office of Construction Purchasing, 3661 Interstate Park Road North, Building #200, Riviera Beach, FL 33404, on March 25, 2011 at 9:00 am. All prospective Proposers should attend said pre-proposal conference

26 3.3 Bring all questions in writing. Compose your questions on paper, ask your questions at the preproposal conference and give the facilitator the written copy of your questions. Please write each question that you will ask on a separate piece of paper showing the RFP page number to which the question refers. After you ask your questions, the District facilitator will collect your written copy of the questions asked. Submitting your questions in writing will assist in the preparation of an addendum and will eliminate any confusion in understanding your questions. ARTICLE 4 DELIVERY 4.1 This project shall be completed and delivered to the Owner under the time constraints stated in the RFP and/or contract Documents. ARTICLE 5 INSTRUCTIONS FOR SUBMITTAL One (1) Response to RFP submission shall be accepted from each Proposer. 5.1 The Proposal shall be divided into three (3) Sections - 1, 2 and 3. A Proposal shall include all items listed for Section 1, otherwise the Proposal shall be declared non-responsive. A Proposal should include all items specified for Sections 2 and 3; however, exclusion of any of the items specified in these Sections shall not be cause to declare the Proposal non-responsive. The following items are required response forms. Failure to submit these required response forms with your Proposal shall result in your Proposal being declared nonresponsive. SECTION 1 shall contain the following items: -Proposal Response Form (Required Response Form A) -Disclosure Statements (Required Response Form B) -Drug Free Workplace Certification (Required Response Form C) -Public Entity Crime Statement (Required Response Form D) -Beneficial Interest and Disclosure of Ownership Affidavit, PBSD 1997 (Required Response Form E) -Acknowledgement of all Addenda received 5.2 SECTION 2: -Letter of interest addressed to the School District of Palm Beach County, referencing the project name and number and detailing the Proposer s interest and general qualifications to complete the project. -A copy of the Proposer s current State of Florida License. -Proof of an active Certificate of Authority issued by the Florida Department of State which authorizes the Proposer to transact business in the State of Florida. This proof may be provided by either submitting a copy of the Letter of Authority issued by the Office of the Secretary of State or by submitting a copy of the Certificate of Status Verification which may be obtained via Sunbiz.org- Department of State. -A Certificate of Insurance evidencing coverage as specified in Section SECTION 3: -Responses to the Scoring Criteria outlined by Categories 1-4 specified in Section 00300, Evaluation Process

27 5.4 A Proposal shall not exceed a total of 40 pages, exclusive of all submittal requirements specified in Sections 1 and 2, Par. 5.1 and 5.2. Proposals exceeding this 40 page limit shall be declared non responsive by the Owner. Each page shall be numbered consecutively, and shall not exceed 8-1/2 x 11 in size. Each page shall be printed in a minimum size 11 font and have a minimum 1 margin on all sides. CD s will be submitted in PDF format, (one PDF file) bookmarked per the selection criteria, and fully functioning. 5.5 One (1) original printed hard copy plus one (1) CD containing Sections 1, 2 and 3: plus an additional TEN (10) CD copies of Section 3 only of the Proposal are to be sealed in one package and clearly labeled "Proposal for Debris Cleanup Services". The Proposer s Name and Project Name must be clearly stated on each CD and on the outside of the package. 5.6 The proposer shall have a place of business for contact by the School District during normal hours on normal working days. An emergency phone number, including office and cell phone numbers, and the name of a responsible managing employee of the successful proposer shall be provided to the School District. 5.7 All costs incurred by Proposers, their employees and agents in preparing a response to this Request for Proposals, in clarifying such response to the satisfaction of the Owner, in attending any pre-proposal conference or interview, in ascertaining the conditions of the site, in entering into a contract with the Owner or for any other reason shall be the sole responsibility of the Proposers and will not be paid or reimbursed by the Owner. END OF SECTION

28 SECTION GENERAL TERMS AND CONDITIONS 1.0 DEFINITIONS 1.1 All definitions set forth in the General Conditions of the Agreement between Owner and Contractor(s) are applicable to these Instructions to Proposers. 1.2 Proposal Documents include the Advertisement for Request for Proposal, Notice to Prospective Proposers, Policies of the School Board, Instructions to Proposers, Agreement General Conditions, Supplementary General Conditions, Special Conditions, and the proposed Contract Documents including Educational Specification, all drawings, performance specifications and addenda issued prior to proposal opening (as applicable). 1.3 Addenda are written or graphic instruments issued prior to the execution of the Contract which modify or interpret the Proposal Documents, including Drawings and Specifications, by additions, deletions, clarifications or corrections. Addenda will become part of the Contract Documents when the Contract is executed. 2.0 PROPOSER'S REPRESENTATION 2.1 Each Proposer, by submitting a Proposal, represents that they have read and understand the Request for Proposal document. 2.2 Each Proposer, by submitting a Proposal, represents that they have familiarized themselves with the local conditions under which the Work is to be performed. 3.0 PROPOSAL PROCEDURES 3.1 Proposals shall be prepared using the forms contained in this RFP and submitted in accordance with Section Instructions to Proposers and Section General Conditions. 3.2 A Proposal is invalid if it has not been deposited at the designated location prior to the time and date for receipt of Proposals indicated in the Advertisement for Request for Proposal, or prior to any extension thereof issued to the Proposers. 3.3 Unless otherwise provided in any supplement to these Instructions to Proposers, no Proposer shall modify, withdraw or cancel his Proposal or any part thereof for sixty (60) days after the time designated for the receipt of Proposals in the "Advertisement for Request for Proposal." 3.4 Prior to the receipt of Proposals, Addenda will be mailed or delivered to each qualified Proposer recorded by the Owner as having received the Proposal Documents and will be available for inspection wherever the Proposal Documents are kept available for that purpose. Addenda issued after receipt of Proposals will be mailed or delivered only to the selected Proposer. 3.5 Preparation and Submission of Proposal Form: (a) Each Proposer shall use Proposal forms contained in this RFP where indicated. Any erasures or other corrections in the proposal shall be explained or noted over the signature of the Proposer. Proposals containing any conditions, omissions, unexplained erasures, alternates, items not called for or irregularities of any kind may be rejected by the Owner

29 (b) (c) Each Proposal shall give, on the required document, the full business address of the Proposer, and state whether he is an individual, corporation or partnership. Proposals by a corporation must be signed with the legal name of the corporation followed by the name of the state of its incorporation and by the manual signature and designation of an officer, owner, or other person, authorized to bind the corporation. Proposals by partnerships shall show the names of all partners and shall be signed in the partnership name by one of the partners or by an authorized representative. In either case, the partnership signature shall be followed by the manual signature and designation of the person signing. ANY POTENTIAL, PERCEIVED OR ACTUAL CONFLICT OF INTEREST SHALL BE GOVERNED BY FLORIDA LAW AND THE AIA STANDARDS OF CONDUCT, RULES AND REGULATIONS. In every case, the name of the person signing, and his designation, shall be typed or printed below his signature. A Proposal by a person who affixes to his signature the word "President", "Secretary", "Owner" or other designation without disclosing his principal may be held to be the Proposal of the individual so signing. Satisfactory evidence of the authority of an officer, owner, attorney, or other person signing for a corporation and for an owner, attorney, etc., signing for a partnership or an individual shall be furnished. 3.6 Proposal Modification: Proposal Modifications will be accepted from Proposers if addressed to the Owners, at the place where Proposals are to be received, and if received prior to the closing time for the receipt of Proposals. Modifications shall be in writing. The requirements set forth in paragraph 3.5(c) pertaining to a signature on Proposals shall be applicable to the signatures on Proposal modifications. Modifications will be read by the Owner prior to opening formal Proposals. 3.7 Withdrawal of Proposals: Proposals may be withdrawn on written request received from Proposers prior to the time fixed for opening. Such request shall be properly signed in accordance with the requirements pertaining to signatures contained in paragraph 3.5(c). Negligence on the part of the Proposer in preparing the Proposal confers no right for withdrawal of the Proposal after it has been opened. 3.8 Receipt of Proposals: Proposals will be received at the location and until the time stated in the advertisement. The officer whose duty it is to receive them will decide when the specified time has arrived and no Proposals received thereafter will be considered. No responsibility will be attached to any officer for the premature opening of a Proposal not properly addressed and identified. 3.9 Familiarity with Laws: The Proposer is assumed to be familiar with all Federal, State and Local Laws, Ordinances, Rules and Regulations, that in any manner affect the Work. Public Contracting and Purchasing Process Florida Statute, Sections et seq (Public Entity Crimes) is applicable and Florida Department of Education, Office of Educational Facilities, Florida Building Code (FBC). Ignorance on the part of the Proposer will in no way relieve them from responsibility Employment Policy: The Contractor and all Subcontractors shall not discriminate against any employee or applicant for employment because of race, gender, gender identity or expression, religion, national origin, ethnicity, sexual orientation, age, or disability The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, gender, gender identity or expression, religion, national origin, ethnicity, sexual orientation, age, or disability. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertisement; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of nondiscrimination

30 The Contractor and all Subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, gender, gender identity or expression, religion, national origin, ethnicity, sexual orientation, age handicap or disability Mandatory Nondiscrimination Contract Clause: As specified in Board Policy 6.144, the Contractor shall not discriminate on the basis of race, gender, gender identity or expression, religion, national origin, ethnicity, sexual orientation, age, or disability in the solicitation, selection, hiring, or treatment of subcontractors, vendors, suppliers, or commercial customers. Contractor shall provide equal opportunity for subcontractors to participate in all of its public sector and private sector subcontracting opportunities, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that has occurred or is occurring in the marketplace, such as those specified in Palm Beach County School Board Policy Contractor understands and agrees that violation of this clause is a material breach of the contract and may result in contract termination, debarment, or other sanctions Commercial Nondiscrimination: As specified in Board Policy 6.144, the School Board of Palm Beach County shall not accept proposals from, nor to engage in business with, any business firm that has discriminated on the basis of race, gender, gender identity or expression, religion, national origin, ethnicity, sexual orientation, age, disability, or any other form of unlawful discrimination in its solicitation, selection, hiring, or treatment of another business Contractor Bid Requirements: If applicable, the Proposer will submit with their Proposal, a list of all instances within the past ten years where a complaint was filed or pending against Bidder or Proposer in a legal or administrative proceeding alleging that Proposer discriminated on the basis of race, gender, gender identity or expression, religion, national origin, ethnicity, sexual orientation, age, or disability against its subcontractors, vendors, suppliers, or commercial customers, and a description of the status or resolution of each such complaint, including any remedial action taken Contract Disclosure Requirements: Upon the School District s request, and upon the filing of a complaint against Contractor pursuant to Palm Beach County School Board Policy 6.144, Contractor agrees to provide the School District, within sixty calendar days, a truthful and complete list of the names of all subcontractors, vendors, and suppliers that Contractor has used in the past five years on any of its contracts that were undertaken within the Palm Beach County School Board relevant geographic market as defined Palm Beach County School Board Policy No , including the total dollar amount paid by Contractor for each subcontract or supply contract. Contractor agrees to fully cooperate in any investigation conducted by the School Board pursuant to this Policy. Contractor understands and agrees that violation of this clause is a material breach of the contract and may result in contract termination, debarment, and other sanctions Disqualifying Crimes: The proposer certifies by submission of this RFP, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by the State of Florida or Federal Government. Further, proposer certifies that it has divulged, in its RFP response, information regarding any of these actions or proposed actions with other governmental agencies Public Entity Crime Information Statement: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Construction Manager, Contractor, supplier, Subcontractor, or Subconsultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section , for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list

31 4.0 REJECTION OF PROPOSALS 4.1 The Proposer acknowledges the right of the Owner to reject any or all Proposals and to waive any informality or irregularity in any Proposal received. In addition, the Proposer recognizes the right of the Owner to reject a Proposal if the Proposer failed to furnish any required Proposal security, or to submit the data required by the Proposal Documents, or if the Proposal is in any way incomplete or irregular; to reject the Proposal of a Proposer who is not in a position to perform the Contract; and to re-advertise for other or further Proposals or to accept the next responsive Proposal. 5.0 SUBMISSION OF POST-PROPOSAL INFORMATION 5.1 The selected Proposer shall, at least five (5) Owner business days prior to Board Award, submit the following: a) Two Executed original Agreements. The selected Proposer shall, within ten (10) days after notification of Board Award, submit the following: b) Proof of insurance, proof of professional responsibility insurance, copies of state licenses and local occupational licenses, and other documents as may be required. 6.0 PROTEST PROCEDURES 6.1 The Owner shall provide notice of its decision or intended decision concerning a Request For Proposal or an Award as follows: Notice of a decision or intended decision shall be given either by posting the Tabulation at the Construction Purchasing Department, 3661 Interstate Park Road North, Suite 209, Riviera Beach, Florida, 33404, or on the website: www:palmbeachschools.org/purchasing/bids/construction/ongoing.asp The notice required by this paragraph shall contain the following statement: Failure to file a protest within the time prescribed in (5)(b), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 6.2 The Advertisement for Request For Proposal and the Request for Proposal Documents will be available for review in the office of Construction Purchasing at the time of the solicitation. Any person who is affected adversely with respect to the Request for Proposal Documents shall file a notice of protest in writing within seventy-two (72) hours after the receipt of the Request for Proposal Documents, and SHALL FILE A FORMAL WRITTEN PROTEST WITHIN TEN (10) DAYS AFTER THE DATE THEY FILED THE NOTICE OF PROTEST. Failure to file a notice of protest or failure to file a formal written protest shall constitute a waiver of proceedings under Chapter 120 et seq Florida Statutes. All Notices of Protest and Formal Written Protests shall be submitted to: Sharon Swan, Director of Purchasing 3300 Forest Hill Blvd., Suite A323 West Palm Beach, FL Any person who is affected adversely by the Owner decision or intended decision shall file with the Owner a notice of protest in writing within seventy-two (72) hours after the posting of the Tabulation or after receipt of the notice of the Owner decision or intended decision, and SHALL FILE A FORMAL WRITTEN PROTEST WITHIN TEN (10) DAYS AFTER THE DATE THEY FILED THE NOTICE OF PROTEST. Failure to file a notice of protest or failure to file a formal written protest shall constitute a waiver of proceedings under Chapter 120 Florida Statutes. The Tabulation with recommended award will be posted for review by interested parties in the Construction Purchasing Department and will remain posted for a period of 72 hours

32 6.4 In accordance with F.S Bid Protests by Educational Boards, with respect to state contracts and bids, pursuant to competitive bidding, whether under Chapter 235 Florida Statutes, relating to educational facilities, or under this chapter, relating to public buildings, if a school board, a community college board of trustees, or the Board of Regents uses procedures pursuant to Chapter 120 Florida Statutes for bid protests, the board will require the protestor to post a bond at the time of filing the written protest amounting to: (1) Twenty-five thousand dollars or 2 percent of the advertised budget for construction, whichever is greater, for projects valued over $500,000; and (2) Five percent of the lowest accepted bid for all other projects. 6.5 Upon receipt of a Notice of Protest which has been timely filed, the Owner shall stop the Solicitation process or the Award process until the subject of the protest is resolved by final Owner action, unless the Owner sets forth in writing particular facts and circumstances which require the continuance of the Solicitation process or the Contract Award process without delay in order to avoid an immediate and serious danger to the public health, safety, or welfare. 6.6 The Owner, on its own initiative or upon the request of a protestor, shall provide an opportunity to resolve the protest by mutual agreement between the parties within seven (7) days of receipt of a formal written protest. 6.7 If the subject of a protest is not resolved by mutual agreement within seven (7) days of receipt of the formal written protest and if there is no disputed issue of material fact, an informal proceeding shall be conducted pursuant to Florida Statute (2). If the hearing is not requested in the Notice of Bid Protest, it shall be waived. The informal hearing shall be conducted in the presence of the Director of Purchasing, as the Superintendent s designee, the legal staff, and any other witnesses deemed appropriate. The protesting party may be present with assistance of counsel and any witnesses they deem appropriate, however, failure to have counsel or witnesses present shall not invalidate the hearing. 7.0 LOBBYING 7.1 Proposers/Contractors are hereby advised that lobbying is not permitted with any District personnel or Board members related to or involved with this RFP until the administration s recommendation for award has been posted in the Purchasing Department. All oral or written inquiries must be directed through the Construction Purchasing Department. 7.2 Lobbying is defined as any action taken by an individual, firm, association, partnership, joint venture, syndicate, corporation, and all other groups who seek to influence the governmental decision of a Board member or District personnel on the award of a contract. 7.3 All issues and or questions regarding a project need not to be addressed and resolved through the Construction Purchasing Department. There shall be no communication between Committee Members, their staff and the prospective Proposers. Committee Members will not be allowed to meet separately and discuss the project. 7.4 Any proposer who is adversely affected by the recommended award may address the School Board at a regularly scheduled Board meeting. 7.5 Any proposer or any individuals that lobby on behalf of proposer during the time specified will result in rejection/disqualification of said proposal. END OF SECTION

33 SECTION SPECIAL CONDITIONS The Proposer(s) shall provide all management, supervision, labor, logistical support, transportation, mobile communications equipment, computer equipment, safety equipment, digital cameras, video cameras, and other equipment necessary to initiate and to safely and accurately perform all of the District s debris cleanup activities. 1.0 SAFETY AND HEALTH STANDARDS 1.1 Whenever on a loading site or a debris management site, all personnel of the Contractor must wear required safety equipment as necessary to comply with all OSHA, Federal, State and local requirements. The following are mandatory: hard hat, reflective vest, safety shoes, long pants, appropriate cold or rainy weather clothing, eye and hearing protection. 1.2 All alcoholic beverages, smoking and drugs shall be prohibited from the Project site. 1.3 The Proposer(s) shall ensure that personnel of the Proposer(s) adhere to all appropriate site safety requirements. 2.0 SCHOOL DISTRICT PROPERTY (RIGHTS-OF-WAY, PICK-UP AND HAUL) 2.1 As identified and directed by the District, the contractor shall accomplish the pick-up and staging of all eligible debris to the area within the school or facility site. All debris will be segregated between vegetative debris, construction debris, recyclable debris, white goods and hazardous wastes. 2.2 The contractor shall maintain debris work sites to appropriate use standards, safety standards, and regulatory requirements. 3.0 HAZARDOUS STUMPS (REMOVAL, BACK-FILL, HAUL) 3.1 As identified and directed by the District, the contractor shall remove all hazardous stumps. Each stump shall be inspected by the District and Debris Monitor s inspector and documented as to the appropriate category of size for invoicing. The contractor shall back-fill each stump hole with compatible material as determined by the District and contractor. The grinding of stumps will be negotiated on a stump by stump basis upon District approval. Leaners and hangers will be priced on a not to exceed price for each school site. 4.0 DOCUMENTATION AND INSPECTION 4.1 All debris shall be subject to inspection by the District or any Public Authority (i.e. Solid Waste Authority) in accordance with generally accepted standards to insure compliance with the contract and applicable Local, State and Federal laws. The contractor will, at all times, provide the District access to all work sites and staging areas. In addition, authorized representatives and agents of any participating Federal or state agency shall be permitted to inspect all work and materials. 5.0 PRIORITY OF WORK AREAS 5.1 The District will establish the priority of and shall approve the work area in advance, which the contractor will be allowed to work. Daily and/or weekly scheduled meetings will be held to determine approved work areas. The contractor shall remove all eligible debris and leave the site in a clean and neat condition with the understanding that there will be certain debris that is not picked up by equipment, machinery and general laborers used by the contractor. Determination of when a site is in a clean and neat condition will be at the reasonable judgment of the District

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,

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

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

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

Request for Proposals RFP No. 14-12

Request for Proposals RFP No. 14-12 Request for Proposals RFP No. 14-12 The Gadsden County Board of County Commissioners is seeking sealed proposals from vendors who desire to lease dental equipment owned by the County. Proposals will be

More information

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

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

More information

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

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

More information

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

1. Provide advice and opinions regarding workers compensation issues, as needed;

1. Provide advice and opinions regarding workers compensation issues, as needed; Town of West New York Requests Proposals ( RFP ) From Law Firms Interested in Serving as Workers Compensation Counsel for the Town of West New York For the Period January 1, 2016 through December 31, 2016

More information

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING

More information

WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS

WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSALS FOR EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM CONSULTING SERVICES NOTICE IS HEREBY GIVEN that the

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between the STOCKTON UNIVERSITY (the "UNIVERSITY") and (Name of Company), with a business address at ("the Service Provider ). 1.1 The Services ARTICLE

More information

THIS IS A SAMPLE CONTRACT FORM ONLY. THE ACTUAL CONTRACT MAY OR MAY NOT CONTAIN THE PROVISIONS HEREIN, DEPENDING ON THE SCOPE OF WORK.

THIS IS A SAMPLE CONTRACT FORM ONLY. THE ACTUAL CONTRACT MAY OR MAY NOT CONTAIN THE PROVISIONS HEREIN, DEPENDING ON THE SCOPE OF WORK. CONSULTANT CONTRACT Resolution No. - STATE OF TEXAS COUNTY OF DALLAS THIS CONTRACT is made and entered into by and between the CITY OF DALLAS, a Texas municipal corporation, of Dallas County, Texas, (hereinafter

More information

PITTSBURG UNIFIED SCHOOL DISTRICT

PITTSBURG UNIFIED SCHOOL DISTRICT PITTSBURG UNIFIED SCHOOL DISTRICT New Construction and Modernization Projects PRE-QUALIFICATION PROGRAM QUESTIONNAIRE FOR PROJECTS $20 MILLION AND OVER TABLE OF CONTENTS PAGE NO. GENERAL INFORMATION.......i

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

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request

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

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

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

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

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

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

Ocoee, FL July 01, 2016 Advertisement No. 1

Ocoee, FL July 01, 2016 Advertisement No. 1 BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software

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

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

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

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

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

More information

Purchasing a Business in Utah - RFP Approval Bid Process

Purchasing a Business in Utah - RFP Approval Bid Process REQUEST FOR PROPOSAL To Provide Services for RELEASE DATE: November 11, 2010 DUE DATE: December 10, 2010 2 p.m. Mark Hoss Purchasing Coordinator I. GENERAL TABLE OF CONTENTS PAGE A. Intent of Request for

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

BOROUGH OF KENILWORTH

BOROUGH OF KENILWORTH BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

CHAPTER 11 APPEALS AND DISPUTES

CHAPTER 11 APPEALS AND DISPUTES CHAPTER 11 APPEALS AND DISPUTES In this Chapter look for... 11. General 11.1 Deleted 11.2 Administrative Appeals 11.3 Disputes 11.4 Alternative Dispute Resolution (ADR) 11. General. The Virginia Public

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 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 and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

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

WOODBURY CITY BOARD OF EDUCATION 25 N. Broad Street Woodbury, NJ 08096 (856) 853-0123 (856) 853-0704

WOODBURY CITY BOARD OF EDUCATION 25 N. Broad Street Woodbury, NJ 08096 (856) 853-0123 (856) 853-0704 WOODBURY CITY BOARD OF EDUCATION 25 N. Broad Street Woodbury, NJ 08096 (856) 853-0123 (856) 853-0704 REQUEST FOR PROPOSALS BANKING SERVICES NOTICE OF SOLICITATION Notice is hereby given that the Woodbury

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

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 QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL ISSUED: JUNE 21, 2016 PROPOSALS DUE: AUGUST 22, 2016 CITY OF RIVERSIDE

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL RISK MANAGEMENT CONSULTANT & INSURANCE BROKER OF RECORD SERVICES ISSUE DATE: December 18, 2014 DUE DATE: January 9, 2015 Issued by: Edward Cho, QPA Purchasing Agent Township of Montclair

More information

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal. REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues

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

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

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015 Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS October 19, 2015 The Morgan Hill Unified School District ( District ) has determined that contractors on future

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

Agency for Persons with Disabilities State of Florida Tacachale BIOHAZARD WASTE REMOVAL ITB # APD 11-002

Agency for Persons with Disabilities State of Florida Tacachale BIOHAZARD WASTE REMOVAL ITB # APD 11-002 Agency for Persons with Disabilities State of Florida Tacachale INVITATION TO BID (ITB) FOR BIOHAZARD WASTE REMOVAL ITB # APD 11-002 COMMODITY CODE: 991-100 Bid Opening Date: October 14, 2011 at 1:30 P.M.

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

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

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

More information

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

Puget Sound Regional Council

Puget Sound Regional Council PSRC Request for Qualifications for On-Call Services for Communication and Public Involvement Consultant Services Solicited by the Released: September 15, 2009 Submissions Due: 4:00pm, October 6, 2009

More information

INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT. and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to.

INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT. and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to. Parties You, your, and yours refer to INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to. Services Provided We

More information

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals Date: March 18, 2015 To: All Vendors Interested in RFP # 9600-61 From: Kristen Aldrich, Deputy Purchasing Agent, NMC Contracts Division Subject: Addendum

More information

EXHIBIT 1 Standard Contract Addendum

EXHIBIT 1 Standard Contract Addendum EXHIBIT 1 Standard Contract Addendum This Standard Contract Addendum ( Addendum ) is between Texas Southern University ( University ) and the other party ( Contracting Party ) indicated in the signature

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

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

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION September 22, 2014 TABLE OF CONTENTS REQUEST FOR QUALIFICATIONS

More information

AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT. Name of Offeror/Proposer:

AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT. Name of Offeror/Proposer: AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT Name of Offeror/Proposer: Address: Contracting Agency/Owner: Contract (Project) Title

More information

ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS

ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS The work to be performed under this bid/contract is financed by a Federal grant and the following

More information

REQUEST FOR QUALIFICATIONS ROOF INVESTIGATION SERVICES

REQUEST FOR QUALIFICATIONS ROOF INVESTIGATION SERVICES REQUEST FOR QUALIFICATIONS ANNUAL CONTRACT FOR ROOF INVESTIGATION SERVICES School Board of Volusia County Florida Facilities Planning and Business Services 3750 Olson Drive, Daytona Beach Florida 32124

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

TOWNSHIP OF BERKELEY HEIGHTS

TOWNSHIP OF BERKELEY HEIGHTS TOWNSHIP OF BERKELEY HEIGHTS REQUEST FOR PROPOSALFOR TAX ATTORNEY SERVICES Township of Berkeley Heights Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 10:00 A.M. DEBEMBER 5,

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

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

COUNTY OF UNION, NEW JERSEY

COUNTY OF UNION, NEW JERSEY CITY OF ELIZABETH, COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS Insurance Consultant Contract Term Fiscal Year (July 1, 2015 through June 30, 2016) SUBMISSION DEADLINE 4:00 P.M. Friday JUNE 26,

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com

More information

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS THIS QUESTIONNAIRE MUST BE PRINTED ON BLUE PAPER OAKLAND UNIFIED SCHOOL DISTRICT

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

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect

More information

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR A New High School Competition Gym RFP No. 052015-036 PROPOSALS ARE DUE 10:00

More information

THE TOWN OF NORTH SMITHFIELD

THE TOWN OF NORTH SMITHFIELD THE TOWN OF NORTH SMITHFIELD SPECIFICATIONS FOR REQUEST FOR PROPOSALS FOR EMERGENCY PLANNING, DISASTER RECOVERY, DEBRIS MANAGEMENT, AND HAZARD MITIGATION PROGRAM SERVICES SEPTEMBER 2014 FINANCE DIRECTOR

More information

Small Public Work Contract

Small Public Work Contract City of Bellevue 450 110 th Ave. NE Bellevue, WA 98004 Small Public Work Contract City of Bellevue Contract Identification Information: Contract Title: This CONTRACT is entered into the date

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

STATE OF WISCONSIN. Relating to VARIOUS PROGRAMS AND OBLIGATIONS ELECTRONIC SUBMITTALS DUE BY NOON (CT) THURSDAY, JULY 30, 2009.

STATE OF WISCONSIN. Relating to VARIOUS PROGRAMS AND OBLIGATIONS ELECTRONIC SUBMITTALS DUE BY NOON (CT) THURSDAY, JULY 30, 2009. REQUEST FOR QUALIFICATIONS FINANCIAL ADVISOR SERVICES Relating to VARIOUS PROGRAMS AND OBLIGATIONS STATE OF WISCONSIN Issued By: State of Wisconsin Department of Administration Capital Finance Office 101

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

SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS

SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS Return responses no later than Friday, January 15, 2016 by 2:00 PM (EST) to the attention: Jacksonville

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

SERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title

SERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title This Services Agreement ( Agreement ) dated is made by and between [INSERT CONTRACTOR S NAME AND ADDRESS] (hereinafter called "Contractor"), and UMass Memorial Medical Center, Inc., Worcester, MA (hereinafter

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

LUZERNE COUNTY ADVERTISEMENT PUBLISHED BY ORDER OF ROBERT C. LAWTON COUNTY MANAGER LUZERNE COUNTY DIVISION OF CORRECTIONS LUZERNE COUNTY PENNSYLVANIA

LUZERNE COUNTY ADVERTISEMENT PUBLISHED BY ORDER OF ROBERT C. LAWTON COUNTY MANAGER LUZERNE COUNTY DIVISION OF CORRECTIONS LUZERNE COUNTY PENNSYLVANIA LUZERNE COUNTY ADVERTISEMENT PUBLISHED BY ORDER OF ROBERT C. LAWTON COUNTY MANAGER Request for Proposal LUZERNE COUNTY DIVISION OF CORRECTIONS LUZERNE COUNTY PENNSYLVANIA For the period beginning January

More information

COUNTY OF UNION, NEW JERSEY

COUNTY OF UNION, NEW JERSEY CITY OF ELIZABETH COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS FINANCIAL ADVISORARY SERVICES Contract Term 2017 State Fiscal Year (Ending June 30, 2017) SUBMISSION DEADLINE 11:00 A.M. MAY 12,

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL INSURANCE AGENT SERVICES FOR PROPERTY AND CASUALTY INSURANCE MARCH 2013 WEST TEXAS OPPORTUNITIES, INC. 603 NORTH 4 TH STREET PO BOX 1308 LAMESA, TEXAS 79331 Table of Contents I. INVITATION...

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

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016 ISLAMORADA, VILLAGE OF ISLANDS FLORIDA REQUEST FOR QUOTES for NEW HVAC UNITS May 11, 2016 Islamorada, Village of Islands Village Administrative Center 86800 Overseas Highway Islamorada, Florida 33036 ISLAMORADA,

More information

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting proposals from qualified

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) Request for Proposal, Page 1 of 13 REQUEST FOR PROPOSAL (RFP) RFP NUMBER AND TITLE: PLACE OF OPENING: 1213-05 : TypeWell, CART, Sign Language Interpreting, Captioned Media and Alternate Format Text, and

More information

Commonwealth of Kentucky, hereinafter referred to at the University or as the First Party, and

Commonwealth of Kentucky, hereinafter referred to at the University or as the First Party, and Rev. 2/11 UNIVERSITY OF KENTUCKY STANDARD CONTRACT FOR PERSONAL SERVICES THIS CONTRACT is made and entered into this day of, 20, by and between UNIVERSITY OF KENTUCKY, (Agency) Personal Service Contract

More information

RHODE ISLAND INFRASTRUCTURE BANK. REQUEST FOR PROPOSAL (RFP) Executive Search Firm

RHODE ISLAND INFRASTRUCTURE BANK. REQUEST FOR PROPOSAL (RFP) Executive Search Firm RHODE ISLAND INFRASTRUCTURE BANK REQUEST FOR PROPOSAL (RFP) Executive Search Firm I. Description of Proposal The Rhode Island Infrastructure Bank (the Bank ) is issuing this Request for Proposals ( RFP

More information

BENTON COUNTY PERSONAL SERVICES CONTRACT

BENTON COUNTY PERSONAL SERVICES CONTRACT BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and, hereinafter called CONTRACTOR.

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

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874 ADVERTISEMENT FOR LETTERS OF INTEREST FOR A DESIGN BUILD PROJECT (PROCUREMENT METHOD SHORTLISTING OF PROPOSERS WITH TECHNICAL AND PRICE EVALUATION BY ADJUSTED SCORE) PROCUREMENT NUMBER: E2N44 Financial

More information

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS 7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically

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

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL

REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL Dixie County, FL is seeking proposals from qualified firms interested in providing Disaster Debris Monitoring Services within

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM

STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM 8-21-14 RFP STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM DATE: October 1, 2015 RFP # 40100-04815 IS AMENDED AS FOLLOWS: 1. This

More information