ADDENDUM NO. 2. Broward Addiction Recovery Center Medical Services. Date Of Addendum: June 19, 2013

Size: px
Start display at page:

Download "ADDENDUM NO. 2. Broward Addiction Recovery Center Medical Services. Date Of Addendum: June 19, 2013"

Transcription

1 Solicitation: RLI No. R R1 Addendum No. 2 Finance and Administration Services Department PURCHASING DIVISION, Fort Lauderdale, Florida FAX broward.org/purchasing Hours of Operation: Monday through Friday 8:30 a.m. to 5:00 p.m. ADDENDUM NO. 2 Solicitation No.: Solicitation Title: RLI R R1 Broward Addiction Recovery Center Medical Services Date Of Addendum: June 19, 2013 Attention all potential proposers: Should Addendum: Information included in this Addendum is for clarification purposes. This Addendum SHOULD be acknowledged on the Request for Letters of Interest (RLI) submittal or returned with your RLI submittal. To all prospective proposers, please note the following changes and clarifications: 1. The RLI Opening Date has been revised as follows: June 24, 2013 at 5:00 p.m. Location remains the same. 2. The Projected Schedule dates remains as follows: Short List Date: August 9, 2013 Presentations Date: August 28, All other terms, conditions and specifications remain unchanged for this RLI. NAME OF COMPANY: Addendum Form 3 (rev 08/2012) Page 1 of 1 A Service of the Broward County Board of County Commissioners Excellence in Government Procurement Our Best. Nothing Less.

2 Solicitation: RLI No. R R1 Addendum No. 1 Finance and Administration Services Department PURCHASING DIVISION, Fort Lauderdale, Florida FAX broward.org/purchasing Hours of Operation: Monday through Friday 8:30 a.m. to 5:00 p.m. ADDENDUM NO. 1 Solicitation No.: Solicitation Title: RLI R R1 Broward Addiction Recovery Center Medical Services Date Of Addendum: Junee 6, 2013 Attention all potential proposers: Should Addendum: Information included in this Addendum is for clarification purposes. This Addendum SHOULD be acknowledged on the Request for Letters of Interest (RLI) submittal or returned with your RLI submittal. To all prospective proposers, pleasee note the following changes and clarifications: 1. The RLI Opening Date has been revised as follows: : June 17, 2013 at 5:00 p.m. Location remains the same.. 2. The Projected Schedule dates have been revised as follows: Short List Date: August 9, 2013 Presentations Date: August 28, All other terms, conditions and specifications remainn unchanged for this RLI. NAME OF COMPANY: Addendum Form 3 (rev 08/2012) A Service of the Broward County Board of County Commissioners Excellence in Government Procurement Our Best. Nothing Less. Page 1 of 1

3 Rev

4 Table of Contents Procurement Authority... 4 Project Funding Source... 5 Scope of Service... 5 Submittal Instructions... 8 Required Forms... 9 For Additional Project Information Contact Selection Process Review Responses Short Listing Cone of Silence Demonstrations Pricing Public Art and Design Program Presentations/Interviews/Ranking Negotiation and Award Posting of Solicitation and Proposed Contract Awards Vendor Protest Rejection of Responses Public Records and Exemptions Copyrighted Materials Right of Appeal Projected Schedule Responsiveness Criteria Definition of a Responsive Proposer: Domestic Partnership Act Joint Venture Enterprises Lobbyist Registration Certification Responsibility Criteria Definition of Responsible Proposer Financial Information Litigation History Authority to Conduct Business in Florida Employment Verification Program (E-Verify) Evaluation Criteria Project-Specific Criteria Company Profile Legal Requirements Tiebreaker Criteria Required Forms to be Returned Attachment E - Vendor s List (Non-Certified Subcontractors and Suppliers Information). 37 Attachment G - Domestic Partnership Certification Attachment I - Employment Eligibility Verification Program Contractor Certification Attachment J - Litigation History Attachment K - Insurance Requirements Rev Page 2 of 47

5 Attachment L - Cone of Silence Certification Attachment N - Drug Free Workplace Policy Certification Attachment O - Non-Collusion Statement Form Attachment Q - Local Vendor Certification Attachment R - Volume of Work Over Five Years Balance of Page Left Blank Intentionally Rev Page 3 of 47

6 Request for Letters of Interest (RLI) RLI Number: R R1 RLI Name: Broward Addiction Recovery Center Medical Services Procurement Authority Unchecked boxes do not apply to this solicitation. Pursuant to the Broward County Procurement Code, the Broward County Commission invites qualified firms to submit Letters of Interest for consideration to provide services on the following project: Standard Request for Letters of Interest Construction General Contractor: Two-Step Process - (Step 1) Issue RLI to Short list firms - (Step 2) Issue Invitation for Bids to Shortlisted firms to obtain bids Establish Library of Firms for Services Pursuant to the Broward County Procurement Code, the Broward County Commission invites qualified firms to submit Letters of Interest for consideration to provide Construction Manager at Risk Services on the following project. Standard Construction Manager at Risk Construction Manager at Risk (Modified): Two Step Process - (Step 1) Issue RLI to Short list firms (Step 2) Issue Invitation for Bids to Shortlisted firms to obtain bids Pursuant to Florida Statutes, Chapter (Consultants Competitive Negotiation Act), the Broward County Commission invites qualified firms to submit Letters of Interest for consideration to provide Professional Consulting Services on the following project. Non-Continuing Contract: (Check only one box) Professional services needed for a construction project where the construction costs exceed $ 325,000 Professional services needed for a planning or study activity where the fee for the professional services exceed $ 35,000 Continuing Contract :( Check only one box) Professional services needed for projects in which construction costs do not to exceed $2 million Professional services needed for study activities when the fee for such professional service does not exceed $ 200,000 Professional services needed for work of a specified nature Design-Build: (Check only one box) Rev Page 4 of 47

7 Qualification - Based with a Guaranteed Maximum Price and a Guaranteed Completion Date Two-Step process - (Step 1) Issue RLI to Short list firms - (Step 2) Issue Request for Proposals or Invitation for Bid to Shortlisted firms to obtain proposals Project Funding Source This project is funded in whole or in part by: Federal Funds: ARRA Funds FTA Funds FAA Funds Other ( ) Grant Funds: X Source of Grant Funds (Florida Department of Children and Families) State Funds X County Funds X Scope of Service Broward Addiction Recovery Center (BARC) is requesting a vendor to provide medical and clinical services for Broward County residents receiving substance abuse detoxification and treatment at two 24-hour residential facilities, a 34-bed Detoxification Unit and a 92-bed Residential Treatment Program and Outpatient Services. Services include clinical examination, psychiatric evaluation, diagnosis, and treatment of persons participating in BARC with substance abuse, and/or co-occurring psychiatric disorders located at 1011 SW 2 nd Court, Fort Lauderdale, Florida ("BARC Central ), 3275 NW 99 th Way, Coral Springs, Florida (Stephen R. Booher Facility) and 900 NW 31 st Avenue, Fort Lauderdale, Florida (Edgar P. Mills Multi- Purpose Center). Vendor agrees to perform the following medical and psychiatric services: Vendor will perform the following medical and psychiatric services: a. Provide, coordinate, and direct appropriate medical and psychiatric care for clients under the direction of BARC s Medical Director. This care will include routine medical and psychiatric examinations performed by the vendor as well as prescribing needed medications for clients. Rev Page 5 of 47

8 b. The vendor will perform general or specialized medical services in clinical examination, diagnosis, treatment, and confer with BARC s Medical Director and professional staff concerning the client s progress. Duties may include planning and developing medical, nutritional, hygiene, educational or health programs appropriate to the area of assignment. Professional staff such as the Physicians and Psychiatric Nurse Practitioners, and other staff who are expected to perform routine medical procedures under the direction and supervision of vendor. c. The vendor will be responsible for medical supervision of each client referred from the point of admission, during treatment and discharge. The vendor, in conjunction, with COUNTY s standard policy that all services to meet mandated requirements for the delivery of community based residential substance abuse services in accordance with all state and federal statues, codes and regulations as well as requirements set forth as a condition for retaining agency accreditation from the Joint Commission. d. The vendor shall deliver or oversee the provision of Medicaid reimbursable Community Behavioral Health Services to eligible clients, which may include the following: psychiatric evaluations; psychiatric review of records; medication management; brief individual medical psychotherapy; group medical therapy; behavioral health screening service; behavioral health services; and, methadone or buprenorphine administration. e. The vendor confers with and advises members of the medical and professional staff and allied personnel, agencies, hospitals, emergency rooms, relatives, and other interested persons on the care, treatment, and prognosis of patients. f. The vendor shall provide Detoxification Services with on-site medical and psychiatric coverage 7 days including holidays and weekends. Residential Services shall have on-site medical and psychiatric coverage 5 days a week. g. The vendor shall provide on-call medical and psychiatric coverage 7 days a week for Detoxification and Residential Services during the evening and night shifts. This coverage shall include consultation to the Nursing Staff for clients admissions and medical concerns. h. Under the direction of BARC s Medical Director, the vendor shall provide psychiatric consultations and evaluations and coordinate with medical, nursing and counseling staff to ensure that the client s needs are addressed. This may include medication administration. Rev Page 6 of 47

9 i. Under the direction of BARC s Medical Director, the vendor shall respond to any medical and psychiatric consultation requests from Assessment and Admissions Unit, Non-Residential Day Treatment and Outpatient Services Staff. j. Under the direction of BARC s Medical Director, the vendor shall provide and operate Outpatient Detoxification Services using Buprenorphine administration. This includes the monitoring and maintenance and documents the services into the medical record and/or electronic health record system. k. The vendor shall respond to all medical and psychiatric emergencies by contacting Emergency Services and speaking with paramedics. This is completed in coordination with the Nursing and Counseling staff. During the evenings and nights, the vendor shall be on-call to address these emergencies. l. The vendor shall respond and maintain medical and psychiatric services during a hurricane and/or County disaster event. m. Vendor must provide board certified and licensed physicians and other medical providers to practice medicine in the State of Florida as provided for in Chapters 458 and 459 of the Florida Statutes. For BARC, preference is given to physicians who are Board Certified in Addictions Medicine by American Society of Addiction Medicine. The vendor must obtain certification in Buprenorphine. The vendor must provide a formal credentialing process of their medical providers which must be within the Joint Commission or other accrediting body s standards. n. The vendor must be familiar with evidence based practices in the scope of medical and clinical treatment. In addition, the vendor must be fluent with other evidence-based practices such as Cognitive Behavioral Therapy, Motivational Enhancement Therapy, Stages of Changes Model and Trauma- Informed Care. o. The vendor s assigned medical providers shall document in the medical record and/or electronic health record system according to the standards of the Florida Medical Board, Department of Children and Families, Joint Commission, and third-party commercial providers. p. The vendor shall participate with the Agency s Performance Improvement and Quality Assurance Programs. This will include the revision of current policies and procedures and development of new policies and procedures. Rev Page 7 of 47

10 Submittal Instructions Unchecked boxes do not apply to this solicitation. Only interested firms from the Sheltered Market may respond to this solicitation. This solicitation is open to the general marketplace. Interested firms may supply requested information in the Evaluation Criteria section by typing right into the document using Microsoft Word. Firms may also prepare responses and any requested ancillary forms using other means but following the same order as presented herein. Submit eight (8) CDs, containing the following files: CD or DVD discs included in the submittal must be finalized or closed so that no changes can be made to the contents of the discs. IT IS IMPORTANT THAT EACH CD BE LABELED WITH THE COMPANY NAME, RLI NUMBER AND TITLE, AND THEN PLACED IN AN INDIVIDUAL DISC ENVELOPE. 1. A single PDF file that contains your entire response with each page of the response in the order as presented in the RFP/RLI document, including any attachments. 2. Responses to the Evaluation Criteria questions are to be provided in the following formats: a. Microsoft Word for any typed responses. b. Microsoft Excel for any spreadsheets Submit four (4) total printed copies (hard copies) of your response. It is the responsibility of each firm to assure that the information submitted in both its written response and CDs are consistent and accurate. If there is a discrepancy, the information provided in the written response shall govern. This is of particular importance in the implementation of the County's tiebreaker criteria. As set forth in Section d of the Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the firm's response to the solicitation. Therefore, in order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the written submittal. Balance of Page Left Blank Intentionally Rev Page 8 of 47

11 Required Forms This Request for Letter of Interest requires the following CHECKED forms to be returned: (Please initial each Attachment being returned) Documents submitted to satisfy responsiveness requirement(s) indicated with an (R) must be attached to the RLI submittal and returned at the time of the opening deadline. Rev Page 9 of 47 Verification of return (Please Initial) Attachment A Proposers Opportunity List Removed Not Included Attachment B Letter of Intent (CBE) Removed Not Included Attachment D Application For Evaluation of Good Faith Effort Removed Not Included Attachment B Letter of Intent (DBE) Removed Not Included Attachment D Application For Evaluation of Good Faith Effort (DBE) Removed Not Included Attachment E Vendor s List (Non-Certified Subcontractors and Suppliers Information) Attachment F Contractors Assurance Statement Removed Not Included Attachment G Domestic Partnership Certification (R) Attachment H Lobbyist Registration Certification (R) Attachment I Employment Eligibility Verification Program Contractor Certification Attachment J Litigation History Attachment K Insurance Requirements Attachment L Cone of Silence Certification Attachment M Living Wage Ordinance Removed Not Included Attachment N Drug Free Workplace Policy Certification Attachment O Non-Collusion Statement Form Attachment P Scrutinized Companies List Certification Attachment Q Local Vendor Certification Attachment R Volume of Work Over Five Years Attachment S Proposal Bond Removed Not Included Attachment T Certificate As To Corporate Principal Removed Not Included

12 Send all requested materials to: Broward County Purchasing Division 115 South Andrews Avenue, Room 212 RE: RLI Number: R R1 The Purchasing Division must receive submittals no later than 5:00 pm on insert due date. Purchasing will not accept electronically transmitted, late, or misdirected submittals. If fewer than three interested firms respond to this solicitation, the Director of Purchasing may extend the deadline for submittal by up to four (4) weeks. Submittals will only be opened following the final submittal due date. For Additional Project Information Contact: Additional Project Specific Information Contact: Project Manager: Karen Hamberger Phone: Procurement Process Related Information Contact: Purchasing Agent: Nancy Miller Phone: Selection Process A Selection Committee (SC) will be responsible for recommending the most qualified firms and ranking them for negotiation. The process for this procurement may proceed in the following manner: Review Responses The Purchasing Division delivers the submittals to agency staff for summarization for the Selection Committee members. The Office of Economic and Small Business Development staff evaluates submittals to determine compliance with the Office of Economic and Small Business Development Program requirements, if applicable. Agency staff will prepare an analysis report which includes a matrix of responses submitted by the firms. This may include a technical review, if applicable. Staff will also identify any incomplete responses. The Director of Purchasing will review the information provided in the matrix and will make a recommendation to the Selection Committee as to each firm s responsiveness to the requirements of the RLI. The final determination of responsiveness rests solely on the decision of the Selection Committee. Rev Page 10 of 47

13 Short Listing The SC will meet to create a short list of the most qualified firms. The matrix and staff analysis report is a tool that the SC may use in its decision-making process. The County will not consider oral or written communications, prior to the conclusion of short-listing the firms, which may vary the terms of the submittals. Cone of Silence At the time of the Selection Committee appointment (which is typically prior to the advertisement of the solicitation document) in this RLI process, a Cone of Silence will be imposed. Section 1-266, Broward County Code of Ordinances as revised, provides that after Selection Committee appointment, potential vendors and their representatives are substantially restricted from communicating regarding this RLI with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff, or any person appointed to evaluate or recommend selection in this RLI process. For communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the Shortlist Meeting of the Selection Committee. After the application of the Cone of Silence, inquiries regarding this RLI should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation. Demonstrations If this box is checked, then this project will lend itself to an additional step where shortlisted firms demonstrate the nature of their offered solution. After the Short List Meeting, shortlisted firms will be notified of the desired demonstration. A copy of the demonstration (hard copy, DVD, CD or a combination of both) should be given to the Purchasing Agent at the meeting to retain in the Purchasing files. Pricing Unchecked boxes do not apply to this solicitation. Price may be considered in the final evaluation and ranking of the short-listed firms. If the SC will consider price, staff will provide each short-listed firm with a pricing submittal instrument and instructions for its preparation and delivery. Price will not be a factor in evaluating or ranking the interested firms. County staff and the top ranked firm will negotiate fees for pre-construction services during the Negotiation Phase of this process. Generally, the Parties negotiate a Guaranteed Maximum Price (GMP) for construction services during the course of preconstruction services. Public Art and Design Program Unchecked boxes do not apply to this solicitation. Rev Page 11 of 47

14 Section 1-88, as amended, of the Broward County Code (of Ordinances) contains the requirements for the Broward County s Public Art and Design Program. It is the intent of Broward County to functionally integrate art, when applicable, into capital projects and integrate artists design concepts into this improvement project. The Proposer or proposer may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. (For additional information contact Mary Becht at (954) ). Presentations/Interviews/Ranking Each of the short-listed firms will have an opportunity to make an oral presentation to the SC on the firm s approach to this project and the firm s ability to perform. The SC may provide a list of subject matter for the discussion. The firms will have equal time to present but the questionand-answer time may vary. A copy of the presentation (hard copy, DVD, CD or a combination of both) should be given to the Purchasing Agent at the meeting to retain in the Purchasing files. The SC will rank the firms and post its recommendation for three days as a Proposed Recommendation of Ranking. Following this three-day period, if no objections to the proposed ranking have been received in writing by the Director of Purchasing, a Final Recommendation of Ranking will be posted and presented to the Board for approval. At the discretion of the Board, presentations to the Board of County Commissioners by the ranked firms may be required. Negotiation and Award The Purchasing Negotiator, assisted by County staff, will attempt to negotiate a contract with the first ranked firm. If an impasse occurs, the County ceases negotiation with the firm and begins negotiations with the next-ranked firm. The final negotiated contract will be forwarded by the Purchasing Negotiator to the Selection Committee for approval, if required by the committee, or to the awarding authority for approval. Posting of Solicitation and Proposed Contract Awards The Broward County Purchasing Division's website is the official location for the County's posting of all solicitations and contract award results. It is the obligation of each vendor to monitor the website in order to obtain complete and timely information. The website is located at Vendor Protest Sections and of the Broward County Procurement Code set forth procedural requirements that apply if a vendor intends to protest a solicitation or proposed award of a contract and state in part the following: a) Any protest concerning the bid or other solicitation specifications or requirements must Rev Page 12 of 47

15 be made and received by the County within seven (7) business days from the posting of the solicitation or addendum on the Purchasing Division s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest bid/solicitaion specifications or requirements is a waiver of the ability to protest the specifications or requirements. b) Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the bid or proposal opening, shall be submitted in writing and received by the County within five (5) business days from the posting of the recommendation of award on the Purchasing Division's website. c) Any actual or prospective Proposer or offeror who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award on the Purchasing Division's website. d) For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a solicitation or proposed contract award shall be a waiver of the vendor's right to protest. e) Protests arising from the decisions and votes of a Selection Committee or Evaluation Committee shall be limited to protests based upon the alleged deviations from established Committee procedures set forth in the Broward County Procurement Code and existing written Guidelines. Any allegations of misconduct or misrepresentation on the part of a competing vendor shall not be considered a protest. f) As a condition of initiating any RLI protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below. Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million $5,000 If no contract bid or proposal amount was submitted, the estimated contract amount shall be the County s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier s check, payable to Broward County Board of Commissioners. Rev Page 13 of 47

16 Rejection of Responses The Selection Committee may recommend to reject all proposals in the best interests of the County. The rejection shall be made by the Director of Purchasing except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board. Public Records and Exemptions Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Any firm that intends to assert any materials to be exempted from public disclosure under Chapter 119, Florida Statutes must submit the document(s) in a separate bound document labeled "Name of Firm, Attachment to Proposal Package, RLI# - Confidential Matter". The firm must identify the specific statute that authorizes the exemption from the Public Records Law. CD or DVD discs included in the submittal must also comply with this requirement and separate any materials claimed to be confidential. Failure to provide this information at the time of submittal and in the manner required above may result in a recommendation by the Director of Purchasing that the response is non-responsive. Furthermore, proposer s failure to provide the information as instructed may lead for the information to become public. Any claim of confidentiality on materials that the firm asserts to be exempt and placed elsewhere in the submittal will be considered waived by the firm upon submission, effective after opening. Please note that the financial statement exemption provided for in Section (1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project. Please be aware that submitting confidential material may impact full discussion of your submittal by the Selection/Evaluation Committee because the Selection/Evaluation Committee will be unable to talk about the details of the confidential material(s) at the public Selection/Evaluation Committee meeting. Copyrighted Materials Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. It is noted that copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public. Right of Appeal Pursuant to Section of the Broward County Procurement Code, any vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection Rev Page 14 of 47

17 Committee's determination of responsiveness may appeal the determination pursuant to Section of the Code. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection Committee to be deemed timely. As required by Section , the appeal must be accompanied by an appeal bond by a person having standing to protest and must comply with all other requirements of this section. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal. Projected Schedule Open Date: June 10, 2013 Short list Date: July 9, 2013 Presentations: July 24, 2013 First Negotiation Meeting: Second Negotiation Meeting, if needed: If three (3) or fewer responses are received, a combination Short List and Presentation/Ranking meeting may be held on July 10, Please check the above website for any changes to the above tentative schedule. Balance of Page Left Blank Intentionally Rev Page 15 of 47

18 Responsiveness Criteria Definition of a Responsive Proposer: In accordance with Broward County Procurement Code Section 21.8.b.66, a Responsive Proposer means a person who has submitted a proposal which conforms in all material respects to a solicitation. A proposal of a Responsive Proposer must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of the solicitation opening. Failure to provide the information required below, at the time of submittal opening may result in a recommendation of non-responsive by the Director of Purchasing. The Selection Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section f.1(c) of the Broward County Procurement Code. ***NOTICE TO PROPOSERS*** Proposers are invited to pay strict attention to the following requirements of this RLI. The information being requested in this section is going to be used by the Selection Committee during the selection/evaluation process and further consideration for contract award. Please be aware that proposers have a continuing obligation to provide the County with any material changes to the information being requested in this RLI. The County uses the interested firm s submittal to this section of the RLI to determine the firm s responsiveness. The County only considers responsive submittals for shortlisting. To be considered responsive requires the following actions. 1. Domestic Partnership Act The Broward County Domestic Partnership Act (Section 16-1/2 157 of the Broward County Code of Ordinances, as amended) requires that, for projects where the initial contract term is valued at more than $100,000, that at the time of RLI submittal, the vendor shall certify that the vendor currently complies or will comply with the requirements of the Domestic Partnership Act by providing benefits to Domestic Partners of its employees on the same basis as it provides benefits to employee s spouses. The Domestic Partnership Certification Form (Attachment G) should be completed, for all submittals over $100,000, and returned with the RLI Submittal Response at the time of the opening deadline, but no later than five (5) business days from request of the Purchasing agent. Failure to meet this requirement shall render your submittal nonresponsive. Rev Page 16 of 47

19 2. Joint Venture Enterprises Unchecked boxes do not apply to this solicitation. Construction Licensing A Joint Venture is required to provide evidence with its response that the Joint Venture, or at least one of the Joint Venture partners, holds the specified Construction License issued either by the State of Florida or Broward County. If not with its response, the Joint Venture is required to provide evidence prior to contract execution that the Joint Venture holds the specified Construction License issued either by the State of Florida or Broward County. Failure to provide any of this information to the County at the required time may be cause for the response to the solicitation to be deemed non-responsive. 3. Lobbyist Registration Certification A vendor who has retained a lobbyist(s) to lobby in connection with a competitive solicitation shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies, see Attachment H, that each lobbyist retained has timely filed the registration or amended registration required under Section 1-262, Broward County Code of Ordinances. If, after awarding a contract in connection with the solicitation, the County learns that the certification was erroneous, and upon investigation determines that the error was willful or intentional on the part of the vendor, the County may, on the basis, exercise any contractual right to terminate the contract for convenience. The Lobbyist Registration Certification Form (Attachment H) should be completed and returned at the time of the RLI opening deadline and included within the submittal document. If not included with the RLI submittal at the time of the RLI opening deadline, the Lobbyist Certification Form must be completed and returned prior to contract award at a date and time certain established by the County. Balance of Page Left Blank Intentionally Rev Page 17 of 47

20 Definition of Responsible Proposer Responsibility Criteria In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsible Proposer or Offeror means an offeror who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance. The Selection Committee will recommend to the awarding authority a determination of a firm s responsibility. At any time prior to award, the awarding authority may find that an offeror is not responsible to receive a particular award. The following criteria shall be evaluated in making a determination of responsibility: Office of Economic and Small Business Development Program Requirements In accordance with Ordinance No , Broward County Business Opportunity Act of 2012, the County Business Enterprise (CBE) Program shall apply to this contract. All proposers responding to this solicitation shall utilize, or attempt to utilize, CBE firms in performing the contract in at least the assigned percentage amount for this solicitation. The assigned CBE participation goal for this contract is listed below. In accordance with the Act, participation for this contract is as follows: No CBE goals were assigned to this solicitation. 1. Financial Information Although the review of a vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements as stated in the Evaluation Criteria and Public Record and Exemptions sections may result in a recommendation of non-responsive by the Director of Purchasing. 2. Litigation History Although the review of a vendor's litigation history is an issue of responsibility, the failure to provide litigation history as required in the Evaluation Criteria may result in a recommendation of non-responsive by the Director of Purchasing. 3. Authority to Conduct Business in Florida A Florida corporation or partnership is required to provide evidence with its response that the firm is authorized to transact business in Florida and is in good standing with the Rev Page 18 of 47

21 Florida Department of State. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent. A foreign (out-of-state) corporation or partnership is required to provide evidence with its response that the firm is authorized to transact business in Florida. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent. A joint venture is required to provide evidence with its response that the joint venture, or at least one of the joint venture partners, is authorized to transact business in Florida and is in good standing with the Florida Department of State. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent. However, the joint venture is required to provide evidence prior to contract execution that the joint venture is authorized to transact business in Florida and provide the County with a copy of the joint venture Agreement. A joint venture is also required to provide with its response a Statement of Authority indicating that the individual submitting the joint venture s proposal has the legal authority to bind the joint venture. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent. Failure to provide the County with any of the above referenced information at the required time may be cause for the response to the solicitation to be deemed non-responsible. 5. Employment Verification Program (E-Verify) Unchecked boxes do not apply to this solicitation. This service is funded by the State of Florida. Therefore, you are required to complete and return the Employment Eligibility Verification Program Contractor Certification (Attachment I). Additionally, the awarding authority may consider the following factors, without limitation: debarment or removal from the authorized vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the offeror has breached or failed to perform a contract, claims history of the offeror, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an offeror. The Remainder of this Page is Intentionally Left Blank Rev Page 19 of 47

22 Evaluation Criteria With regard to the Evaluation criteria, each firm has a continuing obligation to provide the County with any material changes to the information requested. The County reserves the right to obtain additional information from interested firms. Evaluation Criteria Project-Specific Criteria 1. Describe the substance abuse and psychiatric qualifications and relevant experience of the proposed organization and all key personnel that are most likely to be assigned to this proposed project. Include resumes for the all key personnel described. a. Vendor must provide board certified and licensed physicians and other medical providers to practice medicine in the State of Florida as provided for in Chapters 458 and 459 of the Florida Statutes. For BARC, preference is given to physicians who are Board Certified in Addictions Medicine by American Society of Addiction Medicine. b. The vendor must obtain certification in Buprenorphine. c. The vendor must provide a formal credentialing process of their medical providers which must be within the Joint Commission or other accrediting body s standards. d. The vendor shall participate with the Agency s Performance Improvement and Quality Assurance Programs. This will Rev Page 20 of 47 Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

23 Evaluation Criteria Project-Specific Criteria include the revision of current policies and procedures and development of new policies and procedures. 2. Describe the firm s experience with substance abuse treatment services of similar nature, scope, and duration along with evidence of satisfactory completion, both on time and within budget, for the past five (5) years. 3. Describe the firm s experience with the use of Buprenorphine in a Supervised Medically Managed Detoxification Unit. 4. Describe the firm s experience with an Outpatient Detoxification Program. 5. Describe the firm s experience and use of Best Practices. BARC has implemented Cognitive Behavioral Therapy, Motivational Enhancement Therapy using Motivational Interviewing, Stages of Change Model, and Trauma-Informed Care. 6. Describe the firm s experience with Marchman Act and Baker Act clients. 7. Describe the firm s experience with HIPAA Guidelines and 42 and 45 CFR Regulations. 8. Describe the firm s experience with maintaining Department of Children and Families (DCF), Joint Commission (JC), Commission on Accreditation of Rehabilitation Facilities (CARF) and Florida Medicaid requirements and standards. 9. Describe the firm s experience with maintaining Infection Control Standards. 10. Describe the firm s experience with Performance Improvement and Quality Assurance. Rev Page 21 of 47 Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

24 Evaluation Criteria Project-Specific Criteria 11. Describe the firm s experience with electronic health record system. Broward Addiction Recovery Center uses ECHO Group s Clinician s Desktop. 12. Describe the firm s experience with an In- House Pharmacy System. 13. Describe the firm s experience with Managing Entities assigned by Department of Children and Families. 14. Identify the office location responsible for this project. 15. Recent, Current, and Projected Workloads of the Firms - List all projects, including project number, during the past five (5) years - recent, current, completed, projected and active. 16. Volume of Work Previously Awarded to Each Firm by the County - List all projects, including project number, with Broward County Board of County Commissioners during the past five (5) years completed and active. 17. Provide references (contact name, title, organization, address, phone and ) for all cited projects completed and active. Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. Balance of Page Left Blank Intentionally Rev Page 22 of 47

25 Evaluation Criteria Company Profile 1. Supply legal firm name, headquarters address, local office addresses, state of incorporation, and key firm contact names with their phone numbers and addresses. 2. Supply the interested firm s federal ID number and Dun and Bradstreet number. 3. Is the interested firm legally authorized, pursuant to the requirements of the Florida Statutes, to do business in the State of Florida? 4. All firms are required to provide Broward County the firm's financial statements at the time of submittal in order to demonstrate the firm's financial capabilities. Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. YES NO Failure to provide this information at the time of submittal may result in a recommendation by the Director of Purchasing that the response is non-responsive. Each firm shall submit its most recent two (2) years of financial statements for review. The financial statements are not required to be audited financial statements. With respect to the number of years of financial statements required by this RLI, the firm must fully disclose the information for all years available; provided, however, that if the firm has been in business for less than the required number of years, then the firm must disclose for all years of the required period that the firm has been in business, including any partial year-to-date financial statements. The County may consider the unavailability of the most recent year s financial statements and Rev Page 23 of 47

26 Evaluation Criteria Company Profile whether the firm acted in good faith in disclosing the financial documents in its evaluation. Any claim of confidentiality on financial statements should be asserted at the time of submittal. (see below) Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. *****ONLY IF claiming Confidentiality***** The financial statements should be submitted in a separate bound document labeled "Name of Firm, Attachment to Proposal Package, RLI# - Confidential Matter". The firm must identify the specific statute that authorizes the exemption from the Public Records Law. CD or DVD discs included in the submittal must also comply with this requirement and separate any materials claimed to be confidential. Failure to provide this information at the time of submittal and in the manner required above may result in a recommendation by the Director of Purchasing that the response is non-responsive. Furthermore, proposer s failure to provide the information as instructed may lead to the information becoming public. Please note that the financial statement exemption provided for in Section (1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project. 5. Litigation History Requirement: The County will consider a vendor's litigation history information in its review and determination of responsibility. All vendors are required to disclose to the County all "material" Rev Page 24 of 47

27 Evaluation Criteria Company Profile cases filed or resolved in the three (3) year period ending with the solicitation response due date, whether such cases were brought by or against the vendor, any parent or subsidiary of the vendor, or any predecessor organization. If the vendor is a joint venture, the information provided should encompass the joint venture (if it is not newly-formed for purposes of responding to the solicitation) and each of the entities forming the joint venture. For purpose of this disclosure requirement, a case includes lawsuits, administrative hearings and arbitrations. A case is considered to be "material" if it relates, in whole or in part, to any of the following: Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. 1. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; 2. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; 3. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; 4. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary); or 5. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants. Notwithstanding the descriptions listed in paragraphs 1 5 above, a case is not Rev Page 25 of 47

28 Evaluation Criteria Company Profile considered to be "material" if the claims raised in the case involve only garnishment, auto negligence, personal injury, or a proof of claim filed by the vendor. Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. For each material case, the vendor is required to provide all information identified in the form attached as Attachment "J". A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the vendor's subcontractors, and or, subconsultants proposed to work on this project. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the vendor being deemed nonresponsive. Prior to making such determination, the vendor will have the ability to clarify the submittal and to explain why an undisclosed case is not material. 6. Has the interested firm, its principals, officers, or predecessor organization(s) been debarred or suspended from submitting proposals by any government during the last three (3) years? If yes, provide details. 7. Has your company ever failed to complete any work awarded to you? If so, where and why? 8. Has your company ever been terminated from a contract? If so, where and why? 9. Insurance Requirements: Refer to the sample Certificate of Insurance Attachment K. It reflects the insurance requirements deemed necessary for this Rev Page 26 of 47 YES YES YES NO NO NO

ADDENDUM NO. 2. Animal Care and Adoption Case Management Software-Service (NSM) Date Of Addendum: January 14, 2014

ADDENDUM NO. 2. Animal Care and Adoption Case Management Software-Service (NSM) Date Of Addendum: January 14, 2014 Solicitation No. R1155901P1 Addendum No. 2 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

ADDENDUM NO. 2. Third Party Administration of Health Reimbursement, Flexible Spending and Health Savings Accounts (NSM)

ADDENDUM NO. 2. Third Party Administration of Health Reimbursement, Flexible Spending and Health Savings Accounts (NSM) Solicitation No. R1223432P1 Addendum No. 2 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

ADDENDUM NO. 2. Date Of Addendum: April 21, 2014

ADDENDUM NO. 2. Date Of Addendum: April 21, 2014 Finance and Administration Services Department PURCHASING DIVISION, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535 broward.org/purchasing Hours of Operation: Monday through Friday 8:30 a.m.

More information

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Rev 12-24-13 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Table of Contents Procurement Authority... 4 Project Funding

More information

REQUEST FOR LETTERS OF INTEREST. DMZ Security Assessment and Penetration Testing Services ADDENDUM NO. 1. DATE OF ADDENDUM: November 3, 2011

REQUEST FOR LETTERS OF INTEREST. DMZ Security Assessment and Penetration Testing Services ADDENDUM NO. 1. DATE OF ADDENDUM: November 3, 2011 RLI No. R0939903R1 Addendum No. 1 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA REQUEST FOR LETTERS OF INTEREST DMZ Security Assessment and Penetration Testing Services

More information

In-House Pharmacy Management Services for Broward Addiction Recovery Center RLI Number: R1012809R1

In-House Pharmacy Management Services for Broward Addiction Recovery Center RLI Number: R1012809R1 In-House Pharmacy Management Services for Broward Addiction Recovery Center RLI Number: R1012809R1 Prepared by: Karen Hamberger, RLI Project Manager Advanced Pharmaceutical Consultants. Inc. EVALUATION

More information

State Health Benefit Plan Procurement Policy

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

More information

REQUEST FOR LETTERS OF INTEREST - AIRPORT MARKETING AND ADVERTISING CONSULTING SERVICES -

REQUEST FOR LETTERS OF INTEREST - AIRPORT MARKETING AND ADVERTISING CONSULTING SERVICES - REQUEST FOR LETTERS OF INTEREST - AIRPORT MARKETING AND ADVERTISING CONSULTING SERVICES - (RLI No. 2015-BRAA-001) The Boca Raton Airport Authority (the Authority ) invites qualified persons and entities

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

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

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

More information

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

Request for Proposal RFP #201501. Printing & Mailing Services

Request for Proposal RFP #201501. Printing & Mailing Services Request for Proposal Printing & Mailing Services Date of Issue: 03/24/2015 For period beginning: 05/01/2015 Due Date/Time for Receipt of Proposals: 04/06/2015 @ 2:00 p.m. (EDT) RFP Number: 201501 Date

More information

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND Utah County is planning to

More information

GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W-00340-0IA SOUTH CELL LOT ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS

GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W-00340-0IA SOUTH CELL LOT ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W-00340-0IA SOUTH CELL LOT ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS For scope of services and information regarding the Pre-Submittal

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

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

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

More information

REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District

REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District Introduction: REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District Pursuant to Utah Code Ann. 63G-6-701, it is the policy of the Provo City

More information

REQUEST FOR PROPOSALS SKAGIT COUNTY JAIL SUBSTANCE ABUSE TREATMENT PROGRAM

REQUEST FOR PROPOSALS SKAGIT COUNTY JAIL SUBSTANCE ABUSE TREATMENT PROGRAM REQUEST FOR PROPOSALS SKAGIT COUNTY JAIL SUBSTANCE ABUSE TREATMENT PROGRAM Skagit County Community Services is accepting proposals for providing treatment services from Division of Behavioral Health and

More information

Request for Proposal (RFP) Chemical Dependency Outpatient Treatment Services

Request for Proposal (RFP) Chemical Dependency Outpatient Treatment Services Request for Proposal (RFP) Chemical Dependency Outpatient Treatment Services 1. Introduction Island County Board of County Commissioners is requesting proposals to provide Outpatient Chemical Dependency

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

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

REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services

REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services STATE OF GEORGIA Georgia Southern University REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services For all questions about this RFP contact:, Issuing Officer RELEASED ON: DUE ON:, 1:00

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

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO. 164514

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO. 164514 REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO. 164514 Contact: Mr. Tom Brown, Senior Construction Project Manager Facilities Services,

More information

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

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m. DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB

More information

Evidence-Based Supported Employment Services in Broward County. Request for Letters of Interest (RLI) Solicitation # 0003

Evidence-Based Supported Employment Services in Broward County. Request for Letters of Interest (RLI) Solicitation # 0003 Evidence-Based Supported Employment Services in Broward County Request for Letters of Interest (RLI) Solicitation # 0003 Available: November 23, 2015 December 15, 2015 1 P a g e CONTENTS Page Number I.

More information

ATLANTA PUBLIC SCHOOLS

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

More information

REQUEST FOR QUALIFICATIONS 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

GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROGRAM AND PROJECT MANAGEMENT SERVICES FOR THE SOUTH TERMINAL C, PHASE 1 ORLANDO INTERNATIONAL AIRPORT

GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROGRAM AND PROJECT MANAGEMENT SERVICES FOR THE SOUTH TERMINAL C, PHASE 1 ORLANDO INTERNATIONAL AIRPORT GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROGRAM AND PROJECT MANAGEMENT SERVICES FOR THE SOUTH TERMINAL C, PHASE 1 ORLANDO INTERNATIONAL AIRPORT PREAMBLE Based on the type and scope of services required

More information

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,

More information

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

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

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL

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

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 16FB101644C PROJECT TITLE: Electronic Signature Pads DEPARTMENT: Finance DUE DATE: March

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101413B PROJECT TITLE: Communication Access Real Time Translation and Open Captioning Transcription

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

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

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009 DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB

More information

SUBMISSION REQUIREMENTS

SUBMISSION REQUIREMENTS GREATER ORLANDO AVIATION AUTHORITY REQUEST FOR CONTRACTOR STATEMENT OF QUALIFICATIONS (RFQ) FOR BP-459 SECURED AREA ACCESS POINT CCTV IMPROVEMENTS ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS

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

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

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 (CM at Risk Contract) State of Ohio Standard Forms and Documents

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Administration of Project: School District Board + OFCC Project Name Wellington New K-8 EM/MS Response Deadline

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

Program/Construction Management Request for Qualifications

Program/Construction Management Request for Qualifications Solano Community College District Program/Construction Management Request for Qualifications Please note: Applicants must attend the mandatory pre-qualification conference on Friday, January 11, 2013 at

More information

Solicitation Information February 26, 2016

Solicitation Information February 26, 2016 Solicitation Information February 26, 2016 RFP#7550347 TITLE: SEARCH FOR AFFORDABLE CARE ACT TAX REPORTING SOLUTION Submission Deadline: Monday, March 21, 2016 @ 11:30 AM (Eastern Time) Questions concerning

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

Terms and Conditions Relating to Protected Health Information ( City PHI Terms ) Revised and Effective as of September 23, 2013

Terms and Conditions Relating to Protected Health Information ( City PHI Terms ) Revised and Effective as of September 23, 2013 Terms and Conditions Relating to Protected Health Information ( City PHI Terms ) Revised and Effective as of September 23, 2013 The City of Philadelphia is a Covered Entity as defined in the regulations

More information

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

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

More information

For Credit and Debit Card Acceptance and the Associated. Processing Services GREENVILLE UTILITIES COMMISION

For Credit and Debit Card Acceptance and the Associated. Processing Services GREENVILLE UTILITIES COMMISION Request for Proposal For Credit and Debit Card Acceptance and the Associated Processing Services for GREENVILLE UTILITIES COMMISION P.O. Box 1847 Greenville, North Carolina 27835 Note: All questions regarding

More information

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

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

More information

REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS

REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS Office of the Special Deputy Receiver 222 Merchandise Mart Plaza Suite 1450 Chicago, IL 60654 312-836-9500 www.osdchi.com REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS

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

ADDENDUM TO AGREEMENT BETWEEN CHIROPRACTIC CARE OF MINNESOTA, INC. AND PROVIDER

ADDENDUM TO AGREEMENT BETWEEN CHIROPRACTIC CARE OF MINNESOTA, INC. AND PROVIDER ADDENDUM TO AGREEMENT BETWEEN CHIROPRACTIC CARE OF MINNESOTA, INC. AND PROVIDER This HealthPartners Workers Compensation Addendum (the Addendum ), dated as of the date set forth on the signature page (the

More information

DUE DATE: August 23, 2011-2:00 p.m.

DUE DATE: August 23, 2011-2:00 p.m. REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS

More information

INDEPENDENT HEALTHCARE PROVIDER SERVICES AGREEMENT

INDEPENDENT HEALTHCARE PROVIDER SERVICES AGREEMENT INDEPENDENT HEALTHCARE PROVIDER SERVICES AGREEMENT This Independent Healthcare Provider Services Agreement (the Agreement ) by and between ("Provider") a licensed physician or licensed nurse/healthcare

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

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

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

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

More information

Office of the Special Deputy Receiver 222 Merchandise Mart Plaza Suite 1450 Chicago, IL 60654 312-836-9500 www.osdchi.com

Office of the Special Deputy Receiver 222 Merchandise Mart Plaza Suite 1450 Chicago, IL 60654 312-836-9500 www.osdchi.com Office of the Special Deputy Receiver 222 Merchandise Mart Plaza Suite 1450 Chicago, IL 60654 312-836-9500 www.osdchi.com INVITATION FOR BID FOR COPYING, PRINTING AND MAILING SERVICES Bid Deadline November

More information

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

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

More information

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

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

More information

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave. Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott

More information

BCBSM MENTAL HEALTH AND SUBSTANCE ABUSE MANAGED CARE PROGRAM

BCBSM MENTAL HEALTH AND SUBSTANCE ABUSE MANAGED CARE PROGRAM BCBSM MENTAL HEALTH AND SUBSTANCE ABUSE MANAGED CARE PROGRAM Professional Provider Participation Agreement This agreement (Agreement) is between Blue Cross Blue Shield of Michigan (BCBSM), and the provider

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

COMMUNITY LIBRARY (SUNBURY) RFP for Construction Manager at Risk

COMMUNITY LIBRARY (SUNBURY) RFP for Construction Manager at Risk Project Name: Addition to Community Library (Sunbury) Project Location: 44 Burrer Drive, Sunbury, Ohio 43074 Owner: Community Library Board of Trustees Address: 44 Burrer Drive, Sunbury, Ohio 43074 Project

More information

To Whom It May Concern:

To Whom It May Concern: To Whom It May Concern: The Ohio Treasurer of State ( Treasurer ) may be eligible for an initial allocation of 100,000 student loan accounts to become a Not-For-Profit Direct Loan Servicer, as permitted

More information

REQUEST FOR QUALIFICATIONS PLANNING, DESIGN AND CONSTRUCTION ARCHITECTURAL SERVICES FOR THE NEW COUNTY DETENTION CENTER

REQUEST FOR QUALIFICATIONS PLANNING, DESIGN AND CONSTRUCTION ARCHITECTURAL SERVICES FOR THE NEW COUNTY DETENTION CENTER REQUEST FOR QUALIFICATIONS PLANNING, DESIGN AND CONSTRUCTION ARCHITECTURAL SERVICES FOR THE NEW COUNTY DETENTION CENTER MIAMI COUNTY DETENTION CENTER 118 S. Pearl Paola, Kansas 66071 RESPONSE DEADLINE:

More information

NPSA GENERAL PROVISIONS

NPSA GENERAL PROVISIONS NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee

More information

Department of Mental Health and Addiction Services 17a-453a-1 2

Department of Mental Health and Addiction Services 17a-453a-1 2 17a-453a-1 2 DEPARTMENT OF MENTAL HEALTH AND ADDICTION SERVICES General Assistance Behavioral Health Program The Regulations of Connecticut State Agencies are amended by adding sections 17a-453a-1 to 17a-453a-19,

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

State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT

State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT The Washington State Department of Transportation (WSDOT) solicits interest

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

Sidewalk Rehabilitation Program

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

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROGRAM MANAGEMENT/CONSTRUCTION MANAGEMENT SERVICES FOR THE AIRPORT RESIDENTIAL SOUND INSULATION PROGRAM

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROGRAM MANAGEMENT/CONSTRUCTION MANAGEMENT SERVICES FOR THE AIRPORT RESIDENTIAL SOUND INSULATION PROGRAM REQUEST FOR QUALIFICATIONS (RFQ) FOR PROGRAM MANAGEMENT/CONSTRUCTION MANAGEMENT SERVICES FOR THE AIRPORT RESIDENTIAL SOUND INSULATION PROGRAM Specification No. 131721 Required for use by: CITY OF CHICAGO

More information

Request for Proposal. Broker and Claims Management Services For Redlands Christian Migrant Association, Inc. Workers Compensation Insurance Program

Request for Proposal. Broker and Claims Management Services For Redlands Christian Migrant Association, Inc. Workers Compensation Insurance Program Request for Proposal Broker and Claims Management Services For Redlands Christian Migrant Association, Inc. Workers Compensation Insurance Program April 8, 2015 2 Page 1 Redlands Christian Migrant Association,

More information

Mondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m.

Mondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m. TOWN OF WEBSTER, MASSACHUSETTS REQUEST FOR QUALIFICATIONS FOR OWNER S PROJECT MANAGEMENT SERVICES FOR THE CHESTER C. CORBIN PUBLIC LIBRARY CONSTRUCTION PROJECT The Town of Webster, Massachusetts seeks

More information

RFP Milestones, Instructions, and Information

RFP Milestones, Instructions, and Information This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,

More information

13 LC 37 1568ER. Senate Bill 202 By: Senators Unterman of the 45th, Mullis of the 53rd and Chance of the 16th A BILL TO BE ENTITLED AN ACT

13 LC 37 1568ER. Senate Bill 202 By: Senators Unterman of the 45th, Mullis of the 53rd and Chance of the 16th A BILL TO BE ENTITLED AN ACT Senate Bill 202 By: Senators Unterman of the 45th, Mullis of the 53rd and Chance of the 16th A BILL TO BE ENTITLED AN ACT 1 2 3 4 To amend Article 5 of Chapter 8 of Title 31 of the Official Code of Georgia

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 Occupational Therapy Services 2014-2015 July 29, 2014

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

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ), is made effective as of the sign up date on the login information page of the CarePICS.com website, by and between CarePICS,

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

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Request for Qualifications (CM at Risk Contract) Administration of Project: Local Higher Education Project Name FAES- Student Success Center Response Deadline 03/04/2013 4:30 pm local time Project Location

More information

California Health and Safety Code. Chapter 2.5 of Division 107

California Health and Safety Code. Chapter 2.5 of Division 107 California Health and Safety Code Chapter 2.5 of Division 107 AB 1503 (Chapter 445, Statutes of 2010) amended Hospital Fair Pricing Policies established by AB 774 (Statutes of 2006) and added Emergency

More information

RFQ-2-13-06 REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT (AT RISK) SERVICES

RFQ-2-13-06 REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT (AT RISK) SERVICES RFQ-2-13-06 REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT (AT RISK) SERVICES WICKHAM PARK COMMUNITY CENTER Parkway Drive, Melbourne, Florida 32935 The Brevard County Board of County Commissioners

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES ISSUED BY: INGLEWOOD UNIFIED SCHOOL DISTRICT Issued: November 20, 2015 Due: December 18, 2015 SCHEDULE OF EVENTS INGLEWOOD UNIFIED SCHOOL

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

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

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

More information

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

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS 1 REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS Title: TEMPORARY FLOW MONITORING SERVICES Project No.: 4712-2010 FOR MINOR WORKS PROJECTS RFEOI/SOQ for Project # 4712-2010 Page 1

More information

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: August 10, 2012 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED TO AS OWNER,

More information

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Request for Qualifications (CM at Risk Contract) Administration of Project: School District Board + OFCC Project Name Groveport Madison High School Response Deadline 10/17/2014 4:00pm local time Project

More information

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

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

More information

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

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

More information

Agreement for Professional Emergency Services. professional emergency and related services provided at (hospital name) Hospital be

Agreement for Professional Emergency Services. professional emergency and related services provided at (hospital name) Hospital be Agreement for Professional Emergency Services This Agreement, made and effective on (effective date) by and between (name of hospital) Hospital, Inc., located at (address of hospital), (city, state and

More information

SECTION 1: Applicant Information

SECTION 1: Applicant Information Energy Trust's programs provide incentive funding and technical assistance to support Oregon projects in the utility service areas of Portland General Electric, Pacific Power, NW Natural Gas, and Cascade

More information