REQUEST FOR PROPOSAL for Solar Water Heating Services

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL for 2014-2015 Solar Water Heating Services"

Transcription

1 REQUEST FOR PROPOSAL for Solar Water Heating Services Community Action Partnership of Orange County Monarch St, Garden Grove, CA ext Type of Award: Work Order Umbrella Subcontract for work under CAPOC's LlHEAP Solar Water Heating Pilot Program. Contract Performance Period: 3 months with an option to extend pursuant to funding. Number of Awards: minimum one Minimum Guaranteed Award: $30,000 Required Financial and Technical Capacity: As proposed; $100,000 per month minimum Implementation Schedule Issue Date: September 29th, Monarch St, Garden Grove, CA Proposal Due: October 10, 2014, 5:00 pm Discussions & Negotiations: Starting Approximately October 15th, 2014

2 Table of Contents I. BACKGROUND... 3 II. PURPOSE & OPPORTUNITY...4 III. PROPOSAL PREPARATION INSTRUCTIONS IV. SOLICITATION CAVEAT...10 V. PROPOSAL EVALUATION...11 APPENDIX A. EXHIBITS...12 APPENDIX B LlHEAP MAXIMUM REIMBURSEMENTS...13

3 I. BACKGROUND The Low Income Home Energy Assistance Program (LIHEAP) helps keep families safe and healthy through initiatives that assist families with energy costs. The LIHEAP Weatherization provides energy related home repairs, and is administered by the State of California Department of Community Services and Development (CSD) under the Low Income Home Energy Assistance Program (LIHEAP) The LlHEAP program includes the Solar Water Heating Pilot Project, the Energy Crisis Intervention Program (ECIP), the Home Energy Assistance Program (HEAP) and the Severe Weather Energy Assistance and Transportation Services (SWEATS). (HEAP, ECIP and SWEATS are not included in this procurement.) The Community Action Partnership of Orange County (CAPOC) is the sole performing contractor for these programs in Orange County. LIHEAP technicians perform assessments on a dwelling to help locate efficiency problems and identify whether the home qualifies for solar water heating. Once an assessment is complete, the program can help by installing a FAFCO made solar water heating system along with any other applicable LIHEAP measures, all at no cost to the client. A client's income level must be at or below 150% of the federal poverty level to be eligible for assistance under the LIHEAP programs. Clients are homeowners or renters. The dwelling must be: single family residential, single story home. When a dwelling is scheduled for weatherization service, a crew will come to install the necessary materials in the home. After the work is completed and inspections are performed, the client will be asked to sign a statement saying the work was done properly and to the client's satisfaction. II. PURPOSE & OPPORTUNITY This Request for Proposal (RFP) solicits proposals from qualified subcontractors to the Community Action Partnership of Orange County (CAPOC) to install a solar water heating for low-income households. The selection process is intended to culminate in award for these services. The awarded subcontract is subject to the rules and regulations in CAPOC's contracts with CSD and LlHEAP Solar Water Heating Pilot. For work initiated after August 1, 2013, CAPOC anticipates award to selected Subcontractors of 2013 LlHEAP Solar Water Heating Pilot Work Orders. CAPOC anticipates installing 30 solar water heaters under 2013 LlHEAP Solar Water Heating Pilot. All CAPOC funding is variable and subject to change. All work orders are to be performed for pre-approved dwellings in Orange County. Weatherization activities under CSD's LIHEAP Solar Water Heating Pilot Program are subject to numerous constraints, terms and conditions, substantial documentation requirements, and detailed oversight. Proposer needs to be experienced with performing work in this type of setting. A Reference Library for this Procurement, including all Procurement documents and templates and including referenced CSD Compliance Documents is available on-line on the CAPOC web site at: Please contact Sally Andreatta by telephone at (714) ext or by at: sandreatta@capoc.org for assistance in accessing these documents. CAPOC intends to issue a sub-contract to a proposer who is willing to, and evaluated as best qualified to, install the solar water heating as described in this RFP. CAPOC reserves the right to reject any and/or all bids

4 received as a result of this RFP. Proposers will be evaluated in accordance with Section V of this RFP; this evaluation may include consideration of material in addition to proposal responses; CAPOC reserves the right to consider bids for modifications at any time before a contract would be awarded. Negotiations will be undertaken with those Proposers whose bids are deemed to best meet CAPOC's specifications and needs. CAPOC may award aggregate Work Orders to an awardee Subcontractor for up to the lessor of $2,500,000 and/or to the limit of a Subcontractor's financial capability as assessed by CAPOC, but is not obligated to do so. The minimum Work Order award in the first year to a successful bidder is $90,000. CAPOC reserves the right to award Work Orders as best serves its interests. For reference, total amounts awarded to CAPOC were: LlHEAP Solar Water Heating Pilot Program $38, for performance from August 1, 2013 through December 31, 2014; Of these unexpended amounts, approximately 100% are for performance of solar water heating measures anticipated to be subcontracted under this procurement. The Sub-subcontractors must be in good standing with the State and carry insurance coverage and certifications including, but not limited to: workers compensation, fidelity bond, general liability, and vehicle insurance. Subcontractor must agree to submit applicable insurance certificates naming CSD and CAPOC as additionally insured, and indemnifying CSD and CAPOC. Qualified respondents should review the requirements of this RFP, participate in the bidder's conference, and submit one (1) unbound original, one (1) copy, and one (1) PDF version of its proposal no later than 4:00 p.m. on September 29th, 2014 to: Community Action Partnership of Orange County Monarch St, Garden Grove, CA (714) Technical assistance questions regarding the proposal should be submitted via to Sally Andreatta at sandreatta@capoc.org prior to October 10, 2014 at 5:00 p.m. Answers to questions will be posted online in the Procurement Reference Library: CAPOC is an equal opportunity and affirmative action employer. Women, minorities and individuals with disabilities are encouraged to apply. III. PROPOSAL PREPARATION INSTRUCTIONS All proposals must include and will be evaluated on the following items. Please package your RFP materials in the order listed below into two documents, one document containing the materials identified in items 1 through 6 below and the second document containing the materials in item 7. 1) Cover Sheet. Provide an RFP cover sheet and include the following (use continuation sheet as required): Proposal Name, Response to Request for Proposal Number RFP00014, Date of Submittal, and your Proposal Reference Number;

5 Your company name, mailing address, phone number, the company web site, the company's CSLB contractor number, and the company's CSLB classifications; The point of contact for your proposal: name, title, mailing address, phone number and address. The company name of each supporting sub-subcontractor; provide for each: the mailing address, phone number, the company web site, the subsubcontractor's CSLB contractor number and his CSLB classifications; The company point of contact name, along with his/her title, mailing address, phone number and address. 2) Cover Letter. Provide a cover letter identifying: The company s principals, The company's specific area of expertise, The number of years of related experience, The company's capability and willingness to perform the assigned work orders to the terms of the subcontract agreement herein, including CSD requirements The company's willingness to accept and perform work orders on an as needed basis for a minimum period of 3 months; The base(s)-of-operations for performance of the subcontract effort. 3) Management & Personnel. Provide a comprehensive narrative demonstrating a sound management approach and availability of adequate qualified personnel and resources: Proposer's project management approach to complete the required services with project timelines; The name of the proposed project manager, his/her certifications and credentials, and a summary of his/her experience; Approach to providing trained staffing sufficient to meet proposed monthly delivery order capacity; Availability of required tools and equipment (Solar Sun Eye, Google Maps, etc.) 4) Financial Capability. Provide a comprehensive narrative demonstrating financial capability to include your proposed minimum monthly capacity under this contract in dollars/month. The desired minimum performance capacity is $25,000 per month. NOTE: Award of Work Orders may not fill the desired capacity. A statement of financial capacity (cash on hand, line of credit, etc.) validating capability to carry weatherization expenses under this contract consistent with that proposed level of effort. For purposes of this statement, assume up to three months could be required to receive payment of billings to CAPOC. 5) Experience. Provide a comprehensive narrative demonstrating your experience base. Include three to five references that demonstrate competency in the areas of expertise. For each reference, provide: company name, company address, current point of contact, point of contact telephone number, a brief description of the contract and the work performed, the dollar, value of the contract, a brief summary of performance issues, and a statement as to why the reference is relevant to this procurement. CAPOC intends to contact references to verify submitted

6 information and request their recommendation of your company for this procurement. If the point of contact is likely to be unavailable in the week after proposal submittal, a letter of recommendation should be substituted. 6) Credentials & Training.Provide a comprehensive narrative describing the credentials, training and training program of the Company and of/for available qualified staff. A successful bidder is required to be able to meet all of the terms, conditions and requirements of the 2013 LIHEAP Solar Water Heating Pilot Program and the CSLB. Specifically, it is expected that a bidder meets the licensing and experience requirements in subparagraph A below and has in place a program which meets the requirements of subparagraph B below. A. Licensing and Experience Requirements: As a minimum, Subcontractor: Must possess an active Class "B" General Building Contractor's license issued in the applicants name by the Contactors' State License Board (CSLB). Must possess or sub-subcontract with a company that possesses all applicable licenses as required by the CSLB to carry out the installation and/or repairs of gas and electric water heaters; also including a C-1 0 Electrical license for electrical wiring grade/replacement. Must possess or sub-subcontract with a company with an active C-36 plumbing license to perform water heater repair or replacement services, or provide proof of any licensing exemptions. Training Requirements Program. Subcontractor or his sub-subcontractors must be able to show an in-place approach to providing and maintaining training as required by the State of California for LlHEAP, including: Lead-Safe Weatherization Training; Basic Weatherization Training; OSHA 10 or 30 CSI Thermal Workshop (offered by IOU s) Solar Water Heater Classroom and Hands On Training is recommended (arranged by CSD). License Certificates. Attach copies of applicable active CSLB professional licenses, including, a minimum: 7) Exhibits and Certifications: A Engineer B General Building Contractor's license C-4 Boiler, Hot Water Heating and Steam Fitting C-36 plumbing license Or C-46 Solar Note: Some reimbursement for Subcontractor's training expenses may be available; A. Exhibits. Attach completed and executed Exhibits as follows (Exhibit forms and templates are provided in the on-line Library; copies are provided in Appendix A.) Note: Exhibit A is ALSO to be incorporated into the

7 Subcontract Agreement.) Exhibit A -Sample Problem Pricing. Provide pricing for this Sample Work Order. An Excel version this Exhibit is available on-line in the Procurement Reference Library. Exhibit B -Equal Employment Opportunity Compliance Certificate Exhibit C -Disclosure Statement for Non-Profit Sub Recipients (Required only for Non-Profit Entities) NOTE: Subcontractor pricing in Exhibit A for 2013 Solar Water Heating Weatherization measures must meet CAPOC's 2013 LlHEAP Contract requirements; a copy of those requirements is attached as Appendix C hereto. B. Other Certifications. Attach certifications as follows: Proposer must certify that no more than one (1) final non-appealable finding of contempt of court by a Federal court has been issued against applicant within the immediately preceding two-year period because of Contractor's failure to comply with an order of Federal Court, which orders Contractor to comply with an order of the National Labor Relations Board. (CCC 1005). Proposer must certify that applicant or any of its officers: i) Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any federal department or agency. ii) Have not within the preceding three year period been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, iii) Bribery, falsification or destruction of records, making false statements, or receiving stolen property. iv) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (federal, state or local) with commission of any of the offenses enumerated above. v) Have not within the past three (3) year period had one or more public (federal/state or local) transactions terminated for cause or default. 8) Subcontract: A copy of the subcontract form is attached. Using the template in the on-line Library, provide missing data, execute and return as a separately bound document the Subcontract Agreement with an attached Exhibit A. 9) Interviews and Best and Final Offer. It is anticipated that the top five responsive Proposers will be selected by CAPOC for interviews (either by phone or in person). Responses to interview questions and Proposers' Best and Final Offer will form a part of Subcontractor's proposal for final evaluation purposes. IV. SOLICITATION CAVEAT Proposers understand and agree that CAPOC shall have no financial responsibility for any costs incurred in responding to this RFP and shall not be liable for any costs until the Subcontractor has executed a contract with CAPOC and has been,authorized in writing to proceed. CAPOC reserves the right to terminate this RFP. The submission of a proposal shall be conclusive evidence that the Subcontractor has investigated and understands, to its own satisfaction, the conditions to be encountered, the character, quality and scope of work to be performed, the requirements of the CAPOC, and the applicable CSD and other regulations as set forth in this RFP.

8 V. PROPOSAL EVALUATION Proposer's Proposal will be evaluated by a Proposal Evaluation Committee assigned by the Executive Director of CAPOC. Proposer's Proposal will first be evaluated for responsiveness. Responsiveness evaluation includes assessment of the adequacy of: Proposal conformity to instructions Proposer's License Holdings Proposer's Years of Experience Proposer's Stated Financial Ability Proposals which are deemed unresponsive and appear to be uncorrectable will not be evaluated further. Proposals deemed responsive or correctable will be further evaluated using the Proposal Score Sheet in Table 1. The top 5 applicants, as assessed using the Proposal Score Sheet, will be interviewed, asked to submit answers to any questions which arise along with a Best and Final offer. After the review of all of Proposer's responses, candidate winners will be selected and submitted to the Executive Director of CAPOC for review and contingent approval; selections and underlying rationale will be offered to the CAPOC Board of Directors for final approval. Table 1 - Score TOPIC Cover Letter REFERENCE EVALUATION ITEMS Sec lll 1 MAXIMUM POINTS 3 SCORE Proposal Sheet Management Approach Sec lll 2 10 Personal 15 Sec lll 2 Resources Tools and Equipment Sec lll 2 7 Financial Capability Sec lll 3 20 Experience Sec lll 4 15 Credentials and 15 Sec lll 5,6 Training Price Exhibits A, B 15 TOTALS 100

9 APPENDIX A. EXHIBITS Forms for Exhibits A through C follow. Excel version of Exhibits A and PDF Form versions of Exhibits B and C are available on-line for bidders at:

10 Exhibit A Sample Problem Pricing RFP No: Date: Bidder: Material 50 Gal Elec Water Heater SWH BRASS 3/4 in. VALVE WATER BALL COPPER 3/4 in. ADAPTOR CXMIP (MALE) TYPE L COPPER ELBOW 3/4 in. 45 TYPE L COPPER ELBOW 3/4 in. 90 TYPE L COPPER PIPE (L) 3/4 in.x10 ft. STICK DIELECTRIC NIPPLE ¾ IN. EARTH QUAKE STRAPS ELBOW 3 in. 90 DEG ADJUSTABLE GAS TYPE B PIPE INSULATION 5/8 in.27/b0x PIPE INSULATION 7/8 in. 25/B0X PLUMBERS STRAP PVC ELBOW 3/4 in. 90 PVC PIPE 3/4 in. 40 3/4X10 ft. (STICK) ROUGH LUMBER 2 X 4 X 8 STUDS SMITTY PAN 24-ST 24 in. WATER HEATER STAND 22 in. X 22 in. Sub Total FAFCO SERIES SWH Kit Measure SWH Kit (SWH (Provided by CAPOC) Unit Measur e LFT LFT LFT Unit(s) Materia l Cost 1 xxxx Labor Cost Total Cost ACCESS 500 Series System 8ft 1 xxxx ACCESS 8AK Panel Add on Kit 1 xxxx Propylene Glycol (1 GAL) 1 xxxx Sub Total SWH Kit (SWH xxxx Total $

11 EXHIBIT B. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE CERTIFICATE Equal Opportunity Clause Unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order of September 24, 1965, during the performance of each contract with the CAPOC the Subcontractor agrees as follows: I. The Subcontractor will not discriminate against any employees or applicant for employment because of race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of payor other forms of compensation; and selection for training, including apprenticeship. The Subcontractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 1. The Subcontractor will, in all solicitations or advertisements for employees placed by or on behalf of the subcontractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. 2. The Subcontractor will send to each labor union or representative of workers with which he/she has a collective bargaining Agreement or other contract or understanding, a notice advising the labor union of worker's representative of the contractors commitments under Section 202 of Executive Order of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 3. The Subcontractor will comply with all provisions of Executive Order of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 4. The Subcontractor will furnish all information and reports required by Executive Order of September 24,1965, and by the rules, regulations, and relevant orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency of the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 5. In the event ofthe Subcontractor's noncompliance with the nondiscrimination clauses of this Subcontract or with any of such rules, regulations, or orders, this Subcontract may be cancelled, terminated in whole or in part and the Subcontractor may be declared ineligible for further government contracts in accordance with procedures authorized in Executive Order of September 24, 1965, and such order sanctions may be imposed and remedies invoked as provided in Executive Order of September 24, 1965, or by rule, regulations, or order of the Secretary of Labor, or as otherwise provided by law. 6. The Subcontractor will include the provisions of paragraphs (I) through (7) in every Subsubcontract or purchase order unless exempted by rules, regulations or orders ofthe Secretary of Labor issued pursuant to Section 204, of Executive Order of September 24, 1965, so that such provisions will be binding upon each Subcontractor or Sub-Subcontractor. The contractor

12 will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that in the event the Subcontract becomes involved in or is threatened with litigation with a Subcontractor or Sub-Subcontractor as a result of such direction by the contracting agency, CAPOC may request the United States to enter into such litigation to protect the interest of the United States. Corporate Name Print Name of Authorized Signature Title of Authorized Signature Signature Date

13 EXHIBIT C. DISCLOSURE STATEMENT FOR NONPROFIT SUB-RECIPIENTS Part A: Please attach a copy of the Articles of Incorporation Name a/corporation Principal Place of Business: Incorporated in the State of I am of the, Title Name of Corporation a Non-Profit Corporation organized under the General Corporation Law for the State of California. Annexed hereto is a true copy of the Articles of incorporation together with all Amendments thereto which are on file with the Secretary of the State of California. I certify that no administrator, agent, servant, or employee of the City of Orange County or employee of CAPOC has any indirect or direct interest in the corporation or this contract. No Federally appropriated funds have been paid or will be paid, by or on behalf of it, to any person for influencing or attempting to influence an administrator, agent, or employee of any agency, a member of Congress, an administrator, agent, or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, loan, cooperative Agreement, extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative Agreement. If any funds other than federally appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an administrator, agent, or employee of any agency, a member of Congress, an administrator, agent, or employee of Congress in connection with this Federal contract, grant, loan, or cooperative Agreement, then a Standard Form-LLL "Disclosure of Lobbying Activities" will be submitted in accordance with the instructions. I certify that the foregoing statements made by me are true. I am aware that if any of the foregoing statements made by me are willfully false, I am subject to punishment and/or termination of the Contract. Corporate Name Print Name of Authorized Signature Title of Authorized Signature

14 Appendix B L1HEAP Maximum Reimbursement Rates A copy of Exhibit B. Attachment IV (10 pages) to the 2014 LlHEAP Contract follows:

15

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

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING Revised to 4/28/2015 REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING The Borough of Naugatuck is seeking responses from architectural/engineering

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

LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY. REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER

LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY. REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER To develop mixed income affordable residential dwelling units 1.0 INTRODUCTION The Lawrence-Douglas

More information

Request for Proposal (RFP) for Contract Management

Request for Proposal (RFP) for Contract Management Request for Proposal (RFP) for Contract Management The City of Belton seeks a qualified management consulting firm to assist in the administration of the HOME Program to be awarded through the Texas Department

More information

FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT #

FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT # FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT # This Cost Reimbursable Subaward Agreement is entered into in order to specify the terms and conditions under which Florida Atlantic University,

More information

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS DRAFT for Discussion Only 8.22.14 THIS MASTER GRANT CONTRACT, and amendments and supplements thereto, is between the State

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012 REV. 0 REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SECTION A, APPLICABLE TO ALL OFFERS...2 1. Certification and Agreement...2 2. Authorized Negotiators...2 3. Type

More information

CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS

CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS U.S. DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMS OFFICE OF THE COMPTROLLER CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS

More information

Request for Quotation For Design and Printing

Request for Quotation For Design and Printing PAGE 1 OF 7 Request for Quotation For Design and Printing Head Start of Greater Dallas, Inc. is requesting quotation for Printing and Design Work for Marketing and Public Relations for the Agency locations

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

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 MAINE REQUEST FOR PROPOSALS AMENDMENT

STATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT STATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT 201405744 - Off-Site Electronic Media Storage and Transport RFP NUMBER AND TITLE: Services RFP AMENDMENT NUMBER: #1 Amendments and Submitted Questions & Answers

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

ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS

ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS The undersigned states that: ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS 1. He or she is the duly authorized representative of the Vendor named below; 2. He

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

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the

More information

Supplier Representations and Certifications

Supplier Representations and Certifications Instructions: Please fill out the form in its entirety and return to W.W. Williams. A copy of your certificate of insurance should be sent to jgibson@wwwilliams.com. Supplier Representations and Certifications

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

U.S. Department of Housing and Urban Development Office of Public and Indian Housing SECTION 8 PROJECT-BASED VOUCHER PROGRAM

U.S. Department of Housing and Urban Development Office of Public and Indian Housing SECTION 8 PROJECT-BASED VOUCHER PROGRAM U.S. Department of Housing and Urban Development Office of Public and Indian Housing SECTION 8 PROJECT-BASED VOUCHER PROGRAM PBV AGREEMENT TO ENTER INTO HOUSING ASSISTANCE PAYMENTS CONTRACT NEW CONSTRUCTION

More information

PROPOSAL FOR RISK MANAGEMENT CONSULTANT

PROPOSAL FOR RISK MANAGEMENT CONSULTANT PROPOSAL FOR RISK MANAGEMENT CONSULTANT Wantage Township is seeking proposals through the fair and open process as set forth in the State of New Jersey s Pay to Play legislation for the position of Risk

More information

SMART. This proposal must be returned by: December 22, 2011 2:00pm

SMART. This proposal must be returned by: December 22, 2011 2:00pm SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES This is NOT an order. Please submit a quote of your net price for services described herein for SMART transportation. 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

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

AGREEMENT FOR CONSULTING SERVICES (Sponsored Research) Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. **

AGREEMENT FOR CONSULTING SERVICES (Sponsored Research) Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. ** AGREEMENT FOR CONSULTING SERVICES () Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. ** THIS AGREEMENT is made and entered into as of this day of, 20 (the Effective Date ) by and between

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

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

More information

EXHIBIT K FEDERAL CONTRACT COMPLIANCE EXHIBIT SECTION A

EXHIBIT K FEDERAL CONTRACT COMPLIANCE EXHIBIT SECTION A EXHIBIT K FEDERAL CONTRACT COMPLIANCE EXHIBIT SECTION A FEDERAL COMPLIANCE FORMS AND CERTIFICATIONS REQUIRED FOR BID SUBMISSION (Total of 10 Pages) CERTIFICATION BY CONTRACTOR REGARDING EQUAL EMPLOYMENT

More information

FEDERAL CONSTRUCTION CONTRACT PROVISIONS

FEDERAL CONSTRUCTION CONTRACT PROVISIONS FEDERAL CONSTRUCTION CONTRACT PROVISIONS COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM Office of Community and Rural Affairs One North Capitol, Suite 600 Indianapolis, Indiana 46204-2288 Revised April 2009

More information

NAME AND LOCATION OF BUSINESS ORGANIZATION (PLACE OF PERFORMANCE)

NAME AND LOCATION OF BUSINESS ORGANIZATION (PLACE OF PERFORMANCE) ANL-70A (November 30, 2015) REPRESENTATIONS AND CERTIFICATIONS THE OFFEROR/BIDDER REPRESENTS AND CERTIFIES THAT: (check or complete all applicable sections) 1.A. NAME AND LOCATION OF BUSINESS ORGANIZATION

More information

Association of Monterey Bay Area Governments. Request for Proposals. for. Demographic Forecasting Services

Association of Monterey Bay Area Governments. Request for Proposals. for. Demographic Forecasting Services Association of Monterey Bay Area Governments Request for Proposals for Demographic Forecasting Services Not to Exceed $20,000 Issued: July 15, 2015 Questions Due: July 31, 2015 Deadline (received by AMBAG):

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 MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1 THIS CONTRACT is made and entered into this 16 th day of April, 2013, by and between the COUNTY OF MARIN, hereinafter

More information

PINE HILL BOARD OF EDUCATION Pine Hill, New Jersey 08021 REQUESTS FOR PROPOSALS OCCUPATIONAL THERAPY SERVICES NOTICE OF SOLICITATION

PINE HILL BOARD OF EDUCATION Pine Hill, New Jersey 08021 REQUESTS FOR PROPOSALS OCCUPATIONAL THERAPY SERVICES NOTICE OF SOLICITATION PINE HILL BOARD OF EDUCATION Pine Hill, New Jersey 08021 REQUESTS FOR PROPOSALS OCCUPATIONAL THERAPY SERVICES NOTICE OF SOLICITATION Notice is hereby given that pursuant to the provisions of N.J.S.A. 19:44A-20,

More information

WorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board)

WorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board) WorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board) Workforce Innovation & Opportunity Act Website Maintenance, Updates, & SEO Hosting Request for Quotes (RFQ)

More information

RFP STAFF LEASING SERVICES 1/1/15 6/30/16

RFP STAFF LEASING SERVICES 1/1/15 6/30/16 RFP STAFF LEASING SERVICES 1/1/15 6/30/16 Ana-Maria Hurtado Commissioner TOWN OF HEMPSTEAD DEPARTMENT OF OCCUPATIONAL RESOURCES 50 CLINTON STREET, SUITE 400 HEMPSTEAD, NEW YORK 11550 CONTENT PUBLIC NOTICE...PAGE

More information

Event Details. Please note that Specifications for Genetec Software Support can be located in the Bid Documents attachment.

Event Details. Please note that Specifications for Genetec Software Support can be located in the Bid Documents attachment. Event Details RFB-Q151071A Buy RFx 1 Event Description Provide as specified. Please visit the Port Authority's website (www.portauthority.org), click on the ebusiness tab (located in the upper right hand

More information

Event Details. READ THE ENTIRE BID, including the Event Details, Specifications, and Terms and Conditions and any other attachm

Event Details. READ THE ENTIRE BID, including the Event Details, Specifications, and Terms and Conditions and any other attachm Event Details 31701-0000009160 Sell RFx 1 Event Description This event is to bid for a multi-year contract for for Finance and Administration, Office for Information Resources (OIR). OIR Contact: Mark

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

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE SANTEE SCHOOL DISTRICT 1 .......... 2 1. Effective January 1 st, 2014,

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

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

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO Date of Bid: DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO In response to the Advertisement for Bids for the following public work: PIER 26 SOUTH BULKHEAD

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

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

NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY

NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY Please be advised that the Mount Laurel Library will accept proposals for a

More information

Event Details. PeopleSoft Strategic Sourcing Event ID Format Type Page 34101-0000009418 Sell RFx 1

Event Details. PeopleSoft Strategic Sourcing Event ID Format Type Page 34101-0000009418 Sell RFx 1 Event Details 34101-0000009418 Sell RFx 1 Event Description This event is to bid for a one-time purchase for the Connection of a waterline from Cedar Grove Utility to Depar Military, Milan Army Ammunition

More information

Western Virginia Water Authority. Roanoke, Virginia

Western Virginia Water Authority. Roanoke, Virginia Western Virginia Water Authority Roanoke, Virginia Crystal Spring Water Treatment Plant 2012 Jefferson St., S.W. Roanoke, VA 24014 (540) 853-5828 (540) 853-5788 (FAX) REQUEST FOR QUOTE (WOP 16-03) TO PROVIDE

More information

City of Round Rock. Request for Statement of Interest and Proposals. Transit Master Plan

City of Round Rock. Request for Statement of Interest and Proposals. Transit Master Plan City of Round Rock Request for Statement of Interest and Proposals Transit Master Plan General The City of Round Rock seeks qualified planning firms to submit Statements of Interest and Proposals (SIP)

More information

Request for Qualifications. For Mobile Technology to enable. Job Placement and Retention Services. Due April 20, 2015

Request for Qualifications. For Mobile Technology to enable. Job Placement and Retention Services. Due April 20, 2015 Request for Qualifications For Mobile Technology to enable Job Placement and Retention Services Due April 20, 2015 Request for Qualifications for Mobile Technology to enable Job Placement and Retention

More information

Each interested firm shall submit the following information: 3. Experience related to representation of public entities;

Each interested firm shall submit the following information: 3. Experience related to representation of public entities; TOWN OF GUTTENBERG REQUEST FOR QUALIFICATIONS FROM TELEPHONE SUPPORT FIRMS INTERESTED IN PROVIDING TELEPHONE CONSULTING SERVICES TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2016 TO DECEMBER

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

REQUEST FOR PROPOSAL FOR FINANCIAL ADVISORY SERVICES ATLANTIC CITY MUNICIPAL UTILITIES AUTHORITY SUBMISSION DEADLINE

REQUEST FOR PROPOSAL FOR FINANCIAL ADVISORY SERVICES ATLANTIC CITY MUNICIPAL UTILITIES AUTHORITY SUBMISSION DEADLINE REQUEST FOR PROPOSAL FOR FINANCIAL ADVISORY SERVICES ATLANTIC CITY MUNICIPAL UTILITIES AUTHORITY SUBMISSION DEADLINE March 31, 2016 1:00 P.M. ADDRESS ALL PROPOSALS TO: G. Bruce Ward, Esq. Executive Director

More information

Northern New Mexico College HUMAN RESOURCES POLICY

Northern New Mexico College HUMAN RESOURCES POLICY Northern New Mexico College HUMAN RESOURCES POLICY Subject: Substance Abuse File Reference: 3.3 Date Approved By Board of Regents: Replaces Policy Approved On: Purpose: September 21, 1990 Policy: Procedures:

More information

1. Legal research and/or advisory opinions as needed; 2. Research and draft ordinances and/or resolutions;

1. Legal research and/or advisory opinions as needed; 2. Research and draft ordinances and/or resolutions; Introduction TOWN OF GUTTENBERG REQUEST FOR QUALIFICATIONS FROM LAW FIRMS INTERESTED IN SERVING AS SPECIAL COUNSEL FOR EMPLOYMENT MATTERS AND EMPLOYMENT LITIGATIONS TO THE TOWN OF GUTTENBERG FOR THE PERIOD

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL for BANKING SERVICES BOROUGH OF CALDWELL Prepared by: Borough of Caldwell 1 Provost Square Caldwell, NJ January 26, 2016 Borough of Caldwell County of Essex State of New Jersey NOTICE

More information

Duluth Transit Authority

Duluth Transit Authority REQUEST for BIDS FOR ASSISTANCE CALLS SERVICES, ALARM MONITORING SERVICES January 6, 2016 2402 W. Michigan St Duluth, MN 55806 (218) 623-4316 fax: (218) 722-4428 email: nbrown@duluthtransit.com Bid # 041-16-0304.1

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

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR PROPOSAL FOR GENERAL LIABILITY, SCHOOL LEADERS ERRORS & OMISSIONS, AND AUTO LIABILITY INSURANCE RFP #1281

More information

RELOCATION ASSISTANCE SERVICES SPECIFICATIONS (LUMP SUM)

RELOCATION ASSISTANCE SERVICES SPECIFICATIONS (LUMP SUM) RELOCATION ASSISTANCE SERVICES SPECIFICATIONS (LUMP SUM) A. PROJECT DESCRIPTION The Local Public Agency (LPA) will receive proposals for Relocation Assistance Services for: Project: CN: Location: The work

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Greene County Department of Economic Development, Tourism & Planning Full Service Advertising, Communications, and Public Relations Agency of Record October 15, 2014 OVERALL DESCRIPTION

More information

Each interested firm shall submit the following information: 4 Experience related to representation of public entities;

Each interested firm shall submit the following information: 4 Experience related to representation of public entities; TOWN OF GUTTENBERG REQUEST FOR QUALIFICATIONS FROM FIRMS INTERESTED IN SERVING AS INSURANCE CONSULTANT TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2015 TO DECEMBER 31, 2015 Introduction The

More information

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY Exhibit 1 CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY The undersigned certifies on behalf of the Contractor or Subcontractor

More information

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities; TOWN OF GUTTENBERG REQUEST FOR PROPOSALS FROM COMPUTER SOFTWARE FIRMS INTERESTED IN PROVIDING SOFTWARE SUPPORT SERVICES TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2015 TO DECEMBER 31, 2015

More information

PUBLIC NOTICE REQUEST FOR PROPOSAL UNDER A FAIR AND OPEN PROCESS RFP #14-009

PUBLIC NOTICE REQUEST FOR PROPOSAL UNDER A FAIR AND OPEN PROCESS RFP #14-009 PUBLIC NOTICE REQUEST FOR PROPOSAL UNDER A FAIR AND OPEN PROCESS RFP #14-009 The Housing Authority of Gloucester County invites proposals for the provisions of the following type of insurance coverage

More information

THE HUDSON COUNTY IMPROVEMENT AUTHORITY AFFIRMATIVE ACTION COMPLIANCE/MANDATORY EEO LANGUAGE N.J.S.A.

THE HUDSON COUNTY IMPROVEMENT AUTHORITY AFFIRMATIVE ACTION COMPLIANCE/MANDATORY EEO LANGUAGE N.J.S.A. APPENDIX E-13 THE HUDSON COUNTY IMPROVEMENT AUTHORITY AFFIRMATIVE ACTION COMPLIANCE/MANDATORY EEO LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27 CONSTRUCTION CONTRACTS This form is

More information

IFB 2015-0009 BID SPECIFICATIONS. For COURTHOUSE SECURITY

IFB 2015-0009 BID SPECIFICATIONS. For COURTHOUSE SECURITY IFB 2015-0009 BID SPECIFICATIONS For COURTHOUSE SECURITY April 2015 Facilities Management Division 12A Gateway Circle Hilton Head Island, SC 29926 843-342-4581 TOWN OF HILTON HEAD ISLAND INVITATION FOR

More information

REQUEST FOR PROPOSAL FOR: IT CONSULTANT

REQUEST FOR PROPOSAL FOR: IT CONSULTANT SYS13-05 REQUEST FOR PROPOSAL FOR: IT CONSULTANT COMMUNITY COLLEGE SYSTEM OF NH PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for the Community College System of NH System

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

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES CITY OF LINDEN REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES CITY OF LINDEN Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 9:30 AM November 13, 2014 10:00 a.m.

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

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

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

More information

STATE OF WISCONSIN. Issued by the State of Wisconsin Capital Finance Office for the State of Wisconsin Building Commission.

STATE OF WISCONSIN. Issued by the State of Wisconsin Capital Finance Office for the State of Wisconsin Building Commission. REQUEST FOR QUALIFICATIONS FOR FINANCIAL ADVISOR SERVICES Relating to VARIOUS PROGRAMS AND OBLIGATIONS STATE OF WISCONSIN Issued by the State of Wisconsin Capital Finance Office for the State of Wisconsin

More information

Commercial Liability Insurance Brokerage RFP

Commercial Liability Insurance Brokerage RFP 2014 Commercial Liability Insurance Brokerage RFP Closing Date: Contract Administrator: December 17 th, 2014, 3:30pm Eric C. Faulkner Telephone: 704-283-7583 x. 227 Facsimile: 704-283-1964 E-Mail Address:

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

DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES

DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES TOWNSHIP OF WEST NEW YORK FACTS AND FIGURES West New York Township is a legal, governmental entity. Its governing body consists

More information

FEDERAL REQUIREMENTS FOR CONSTRUCTION CONTRACTS

FEDERAL REQUIREMENTS FOR CONSTRUCTION CONTRACTS FEDERAL REQUIREMENTS FOR CONSTRUCTION CONTRACTS Arundel Community Development Services, Inc. 2666 Riva Road, Suite 210 Annapolis, Maryland 21401 (410) 222-7600 FAX: (410) 222-7619 FEDERAL REQUIREMENTS

More information

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY EXHIBIT 1 TO ATTACHMENT CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY The undersigned certifies on behalf of the Contractor

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

DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES

DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES Town of West New York Requests Proposals From Individuals/Firms Interested in Providing EMS Billing Services for the Town of West New York For the Period January 1, 2016 through December 31, 2016 Introduction

More information

AGREEMENT FOR FINANCIAL ADVISORY SERVICES RELATED TO 2012-13 TAX AND REVENUE ANTICIPATION NOTES (COUNTY KNN PUBLIC FINANCE)

AGREEMENT FOR FINANCIAL ADVISORY SERVICES RELATED TO 2012-13 TAX AND REVENUE ANTICIPATION NOTES (COUNTY KNN PUBLIC FINANCE) AGREEMENT FOR FINANCIAL ADVISORY SERVICES RELATED TO 2012-13 TAX AND REVENUE ANTICIPATION NOTES (COUNTY KNN PUBLIC FINANCE) THIS AGREEMENT, made as of the 11 th day of June, 2012, by and between the COUNTY

More information

Housing Authority Website Development

Housing Authority Website Development REQUEST FOR PROPOSALS for Housing Authority Website Development ATTACHMENTS: Section 3 Economic Opportunity Plan Section 3 Resident Employment/Business Utilization Bidders Certification A. INTRODUCTION

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

SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT

SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1 PRE-QUALIFICATION QUESTIONNAIRE 000 CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears

More information

3/5/2014. Section 3 Handbook Presque Isle County Home Improvement Program

3/5/2014. Section 3 Handbook Presque Isle County Home Improvement Program 3/5/2014 Section 3 Handbook Presque Isle County Home Improvement Program Section 3 Handbook Presque Isle County Home Improvement Program Introduction Section 3 is the legislative directive from the U.S.

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

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION QUESTIONNAIRE PREQUALIFICATION QUESTIONNAIRE BAW&G/WHW/JWF/172861.2 Revision Date: 01-14/14 1 Contractor Prequalification Package CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears on license) Partnership

More information

All necessary documents can be downloaded from the official Guttenberg website, www.guttenbergnj.org

All necessary documents can be downloaded from the official Guttenberg website, www.guttenbergnj.org TOWN OF GUTTENBERG REQUEST FOR QUALIFICATIONS FROM NEW JERSEY LICENSED REAL ESTATE APPRAISERS INTERESTED IN SERVING AS NEW JERSEY LICENSED REAL ESTATE APPRAISER TO THE TOWN OF GUTTENBERG FOR THE PERIOD

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

IV. MASTER CONTRACT PROVISIONS

IV. MASTER CONTRACT PROVISIONS 2 IV. MASTER CONTRACT PROVISIONS This Master Contract and all attachments and amendments thereto including the INDIVIDUAL SERVICE AGREEMENT, attached hereto as CUHSD EXHIBIT A, each INDIVIDUAL STUDENT

More information

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS (RFP) I. GENERAL: A. RFP NUMBER: 15-0914-SLC-PWCE B. DATE ISSUED: September 14, 2015 C. DATE DUE: November 16, 2015 D. TIME DUE: 12:00 PM CT E. DELIVER HARD COPIES AND PDF COPY TO: Attn: Fran Mahacek St. Louis

More information

PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List

PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List At their Board meeting of August 21, 2013, the Trustees of the

More information

NOTICE TO ARCHITECTS

NOTICE TO ARCHITECTS Contract Services/Rm. A-10 1140 W. Mission Rd. San Marcos, CA 92069-1487 Phone: (760) 744-1150 x2697 FAX: (760) 761-3548 REQUEST FOR QUALIFICATIONS RFQ #: 200-16 DISTRICT MASTER ARCHITECT NOTICE TO ARCHITECTS

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

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities; Introduction TOWN OF GUTTENBERG REQUEST FOR PROPOSALS FROM COMPUTER SOFTWARE FIRMS INTERESTED IN PROVIDING SOFTWARE SUPPORT SERVICES TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2016 TO DECEMBER

More information

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT

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

More information

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT made this day of, 201_, pursuant to the provisions of the Delaware River Basin Compact, by and between the DELAWARE RIVER BASIN COMMISSION

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

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

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

More information