CITY OF HAMTRAMCK REQUEST FOR PROPOSALS FOR AMBULANCE SERVICES FOR THE CITY OF HAMTRAMCK
|
|
- Daniella Bennett
- 8 years ago
- Views:
Transcription
1 CITY OF HAMTRAMCK REQUEST FOR PROPOSALS FOR AMBULANCE SERVICES FOR THE CITY OF HAMTRAMCK ADVERTISE DATE: October 18, 2013 QUESTION(S) DEADLINE: October 23, 2013 Questions regarding this RFP should be submitted in writing to PROPOSAL DUE DATE: October 29, :00 p.m. local time City of Hamtramck Office of the City Clerk 3401 Evaline Street Hamtramck, MI PUBLIC RECORDING: October 30, :00 a.m. To be held in the Hamtramck City Hall City Council Chambers, 2 nd Floor 3401 Evaline Street Hamtramck, MI Proposals must be in the actual possession of the City Clerk at the location indicated on, or prior to, the exact date and time indicated above. Late proposals shall not be accepted. Proposals submitted will not be available for review. The Public Recording will be the Contractors opportunity to be informed as to the contractors that submitted proposals in response to this Request for Proposal.
2 TABLE OF CONTENTS DESCRIPTION PAGE NO. TABLE OF CONTENTS 2 INTRODUCTION 3 MINIMUM QUALIFICATIONS 3 SCOPE OF WORK 3-6 INSURANCE REQUIREMENTS 6-7 PRICE PROPOSAL 8 BACKGROUND INFORMATION 8-9 EVALUATION CRITERIA 10 EVALUATION PROCEDURE 11 PROPOSAL CONTENT REQUIREMENTS SUBMITTAL INSTRUCTIONS AND OTHER KEY INFORMATION PROPOSAL 16 2
3 1. INTRODUCTION The City of Hamtramck is seeking a 24/7/365 high quality, cost-efficient medical transportation provider of Advanced Life Support (ALS) and Basic Life Support (BLS) ambulance services for its citizens and for persons who may be injured or in need of ambulance services within the City of Hamtramck. Additionally, the ambulance service shall provide, on an emergency and non-emergency basis, for all incidents, including, without limitation, road accidents, occurring within the City and within any jurisdiction with which the City of Hamtramck is part of a Mutual Aid or similar emergency response agreement that requires such medical intervention and transport services to the closest appropriate medical facility or as depicted under DEMCA EMS protocols for trauma. The Office of the City Clerk is issuing this Request for Proposal. The successful respondent will be required to obtain approved clearances and affidavits (and insurances) from the Income Tax Division, Revenue Collections Division prior to City Council approval of a contract. Approved clearances and insurances are not required when submitting a response to the RFP but will be required of the successful Respondent prior to the City Clerk submitting a recommendation to City Council for approval. The City expressly reserves the right to modify, add, or delete, any item(s) from the proposal it deems necessary prior to the issuance of an award. The term of the contract will be for three (3) years, with two, one (1) year renewal options. Any renewal option exercised under this contract is effective only after the approval of the Hamtramck City Council. 2. MINIMUM QUALIFICATIONS Proposals will only be accepted from firms with professional licenses along with a minimum of five (5) years of experience providing the services requested in this RFP for projects of similar scope and size (see Scope of Work for full details). 3. SCOPE OF WORK All personnel, supplies, capital equipment and business expenses shall be the responsibility of the contractor. The Contractor shall provide and maintain, at its own cost and expense, State certified ambulances and other equipment necessary to provide Advanced Life Support (ALS) Ambulance service and Basic Life Support (BLS) Ambulance services. Contractor will provide sufficiently trained and experienced personnel to maintain, operate and administer the ambulance service required under the proposal. The proposal shall specify the contractor s intended response times to be incorporated into the contract, with penalties for non-compliance. The proposal shall identify the company s intended staffing, training and certification of staff and age, condition and replacement periods for machinery and equipment. 3
4 The contractor is expected to provide stand-by coverage at all City of Hamtramck functions attended by 500 or more people and any other City function upon request. The contractor shall supply personnel, equipment, vehicles and supplies to provide ALS and BLS emergency ambulance services to transport any person who becomes injured or ill within the city limits of Hamtramck and who requires emergency medical treatment or emergency transport to the hospital. The contractor may be called upon to provide said services to persons within any jurisdiction with which the City of Hamtramck is part of a Mutual Aide or similar emergency response agreement. Contractor shall provide ALS and BLS services without regard to a person s ability to pay for the services. The contractor shall provide these transport services on a twenty-four (24) hour a day, seven (7) days per week, 365 days per year basis to the closest appropriate medical facility as depicted under DEMCA EMS protocols for trauma. The contractor shall be the primary responder to any emergency dispatched for ambulance services. In the event of a major incident or dispatches involving multiple patients (3 or more), the contractor will provide an onscene duty officer within a reasonable response time. There is no minimum or maximum number of calls that will be received by the contractor. As a reference, there are approximately 2500 to 3000 calls per year. The contractor will be expected to respond immediately to a dispatched call it receives for emergency services. The contractor shall be on the scene of the call as soon as safely possible. The contractor will be expected to maintain a record of the times of dispatch and on-scene arrival to provide said times to the City, as requested. The City of Hamtramck will be forwarded these reports quarterly detailing the arrival and response times during the term of the contract to ensure that the residents are receiving the best possible service. The contractor will be called upon to assist with fire stand-by calls, provide a supervisor for command posts when requested, staff a dedicated emergency unit for community or special events within the City; such as fireworks, community events, athletic events, etc. The special events will not be a separately billed item but may require additional staffing. The contractor will at a minimum provide sufficient vehicles, personnel and equipment to staff one (1) licensed transport capable ambulance 24 hours a day, 7 days per week, 365 days per year, including all holidays. The ambulance shall be staffed with at least two (2) Michigan certified emergency medical technicians. Additionally, the contractor shall provide a duty supervisor who is able to respond to major EMS incidents, fires, OEM incidents or police incidents when requested, within a reasonable response time, to help supervise, coordinate and manage EMS resources for such incidents. Compliance with Applicable Law- The contractor shall comply with all applicable laws and regulations governing the provision of ALS and BLS emergency ambulance services, including but not limited to all employee licensing, training and education requirements. In addition, the contractor shall comply with applicable labor laws and/or Department of Health regulations pertaining to the amount of hours worked by any one person in a day. The contractor also agrees to comply with all state and local traffic laws and ordinances. Personnel Qualifications- Each Emergency Medical Technician shall hold current certifications from the Michigan Department of Health as an Emergency Medical Technician and a current certification in CPR/Defibrillator. Drivers must hold a valid Michigan driver s license. The contractor shall be solely responsible for the hiring of employees. In addition to the certifications, all ambulance staff shall be trained in the use of radio transmitting and receiving. The contractor shall offer in-service training programs to ambulance staff to assist its employees in keeping current their certifications and to assure that ALS and BLS services are of the highest quality. All EMS supervisors shall be trained at a minimum to the ICS-300 level. Contractors 4
5 shall provide documentation of training and continuing education provided to its employees. The contractor shall also provide documentation of successful background investigations, including drug screening tests and fingerprinting for all personnel that will be assigned to work in the City of Hamtramck. The successful contractor will be required to update this information with each personnel change in a quarterly report to the City. Uniforms - All ambulance staff shall be properly uniformed and identified as to employer, name and title by a name plate or emblem attached to the uniform and work jacket. The contractor is responsible for all operating expenses, including salaries, benefits, insurance etc. for the personnel assigned to work in the City. It shall be expressly understood that the personnel assigned to the City are employees of the contractor and not employees of the City of Hamtramck. Radios and other equipment and supplies The contractor shall be equipped with and maintain mobile radios and other communication equipment and licenses necessary to comply with applicable Federal Communications Commission and Michigan Department of Health guidelines. Maintenance, Replacement and Storage of Ambulance and other Equipment The contractor shall be responsible for the maintenance, replacement and storage of its ambulances and other equipment necessary to perform services under this Agreement. The contractor EMS personnel furnished with the use of such equipment shall use due care and abide by all motor vehicle laws. Additionally, it will be the responsibility of the contractor EMTs to ensure that the ambulance vehicle and equipment is in proper working order before each call for service. The contractor EMS personnel shall be responsible for keeping the assigned vehicle clean and stocked with appropriate supplies. The City will require that the successful contractor provide certain reports as described below to the City. The contractor shall provide all reports to the City Clerk. Said reports will be generated in an electronic form to the City; however, all record keeping required by State law or regulation shall be maintained in the manner prescribed by the laws of the State of Michigan. The contractor shall provide to the City a quarterly operating report by the 10 th day of the months of April, July, October and January, for the previous quarter. The report shall be sent to the City in an electronic format acceptable to the City. The report shall contain the following information: a. Total number of ALS and BLS responses; b. The response time to ALS and BLS calls, identifying time of dispatch and time of arrival on scene; c. The number of incidents an ALS and/or BLS unit was not available; d. The number of incidents when a mutual aid ambulance was called into the City of Hamtramck; e. The total number of calls where the patient was not transported; f. The total number of patient emergency transports; g. The total number of stand-by assignments, special events or other assistance requested by the City. 5
6 In addition, the contractor shall maintain proper documentation of calls. The contractor shall provide a quarterly financial report, which shall include: a. The number of ALS and BLS calls for the three month period; b. Number of calls and associated dollar amounts considered uncollectible (if available to the contractor); c. Amount billed and amount received for ALS and BLS calls for the three-month period, including the payer mix of collections. The contractor shall provide a process for which to receive complaints about its service and also provide a written report, to the City, of each complaint of service that was delivered by the contractor that the contractor receives. Said report shall state name, address, and telephone number of the complaint, nature of complaint, exact status of ambulance and personnel involved on behalf of the contractor. The contractor shall reply to all complaints of service received within one (1) week. If the contractor believes that the complaint is due to the actions of the City or its designee (rather than the Contractor), the contractor shall refer the complaint to the City Clerk along with a copy of the initial complaint within one (1) week. All records and reports required to be prepared and maintained by the respondent shall be maintained and made available as herein required during the term of the agreement and for a period of six (6) years following the termination of the agreement. The City shall, upon two (2) days written notice, have the right to conduct periodic program audits, vehicle inspections, patient care equipment inspections, and fiscal audits as often as it deems necessary for the purposes of monitoring the effectiveness of this Agreement. Such audits and inspections shall occur during normal business hours. The contractor shall receive a full copy of each report finding. The contractor agrees to cooperate fully with the City in the monitoring of the Agreement. Records maintained by the contractor in carrying out the terms of the contact shall remain property of the City of Hamtramck. Contractor will be required to comply with any privacy laws pertaining to medical records. 4. INSURANCE REQUIREMENTS The contractor shall comply with the following insurance requirements: A. The contractor shall purchase from and maintain in a company or companies lawfully authorized to do business in the State of Michigan such insurance as will protect the City of Hamtramck, it officers, directors, employees, agents, consultants, and volunteers from claims involving the contractor s contractual obligations under this agreement including, but not limited to, the following hold-harmless agreement: a. The contractor herein agrees to indemnify, defend and hold harmless the City of Hamtramck, its officers, directors, employees, agents, consultants and volunteers, from all losses, claims, liabilities, injuries, damages and expenses, including attorneys fees that the City of Hamtramck, its officers, directors, employees, agents, consultants and volunteers may incur by reason of any injury or damage sustained to any person or property (including loss of use) arising out of or occurring in connection with the negligent performance or lack of performance of the contractor s duties and obligations. B. The contractor shall obtain and maintain, at the contractor s own expense, contractor s professional liability insurance in the amount of two million dollars ($2,000,000.00) (including a broad form contractual liability coverage with all coverage retroactive to the earlier date of the agreement or commencement of the contractor s services in relation to the project) covering personal injury, bodily injury and property damages, said coverage to cover claims filed during a period of three (3) years after the date of final payment hereunder. 6
7 C. The contractor shall maintain at the contractor s own expense comprehensive general liability insurance (including a broad form contractual liability and completed operations, explosions and collapse) in the amount of two million dollars ($2,000,000.00) covering personal injury, bodily injury and property damage. D. The contractor shall maintain at the contractor s own expense comprehensive automobile liability insurance, including hired and non-owned vehicles, if any, in the amount of two million dollars ($2,000,000.00) covering personal injury, bodily injury and property damage. E. The contractor shall maintain at the contractor s own expense workers compensation insurance in the amount of the statutory minimum with an employer s liability coverage of at least two hundred thousand dollars ($200,000.00). F. The City of Hamtramck and its officers and employees shall be named as additional insured on the contractor s comprehensive general liability and automobile insurance policies. G. All insurance required by the contractor shall be maintained at the contractor s own expense, from a company or companies lawfully authorized to do business in Michigan and are rated at least A by Best s Key Rating Guide. All insurance obtained by the contractor shall incorporate a provision requiring the giving of written notice to the City of Hamtramck (by return receipt of United States certified mail) at least thirty(30) days prior to the cancellation, renewal or material modification of any such policies. All insurance required by the contractor shall also state that the coverage afforded under the policy or policies shall be primary insurance. Any insurance carried independently by the City of Hamtramck shall be secondary insurance, which operates only on an excess or contingent basis. H. All insurance required of the contractor shall provide that any failure to comply with reporting provisions of the policy shall not affect coverage provided to the City of Hamtramck, its directors, officials, employees, agents, consultants or volunteers. I. The contractor shall submit valid certificates in form and substance satisfactory to the City of Hamtramck evidencing the effectiveness of the foregoing insurance policies and the required amendatory requirements to each such policy to the City of Hamtramck for the City of Hamtramck s approval before the contractor commences the rendition of any services hereunder. J. Under no circumstances shall the City of Hamtramck be deemed to have waived any of the insurance requirements of this agreement by any action or omission, including, but not limited to: a. Allowing any work to commence by the contractor before receipt of certificates of insurance b. Failing to review any certificates of insurance received from the contractor c. Failing to advise the contractor that any certificate of insurance fails to contain all the required insurance provisions, or is otherwise deficient in any manner. K. Nothing contained in this agreement is to be construed as limiting Hamtramck, or the contractor, but are merely minimums. The obligation of the contractor to purchase insurance shall not in any way limit obligations to the City of Hamtramck in the event that the City of Hamtramck should suffer an injury or loss in excess of the amount recoverable through insurance liability of the contractor. The City of Hamtramck does not in any way represent that the coverage or limits of insurance specified is sufficient or adequate to protect the City from any loss or portion of a loss, which is not covered by the contractor s insurance. L. In the event the contractor fails to furnish and maintain the insurance required by this agreement, the City of Hamtramck may purchase such insurance on behalf of the contractor, and the contractor shall pay the cost thereof to the City of Hamtramck upon demand or shall have such cost deducted from any payments due the contractor. The contractor agrees to furnish the City of Hamtramck the information needed to obtain such insurance. 7
8 5. PRICE PROPOSAL All proposals must complete pricing details on the bid form attached on page 16. The contractor may bill patients, Medicare, Medicaid or other insurances for their service or others that may be financially responsible for services it renders during the contract term. The contractor shall comply with all State and Federal laws related thereto, including any regulations imposed by the Department of Health or related to Medicare/Medicaid. Uninsured consumers shall be provided charity or compassionate care or similar options to offset costs associated with services provided to them by the contractor. All related billing and collection efforts, expenses and liabilities associated therewith are the responsibility of the contractor. The City is not responsible for any deficiencies suffered by the contractor for uncollected amounts from billing. 6. BACKGROUND INFORMATION A. INDEPENDENT PROJECT COST DETERMINATION AND GRATUITIES a. By submission of this offer, the contractor certifies that in connection with this procurement: i. The prices quoted in this offer will not be changed for the entire period of the contract: ii. Unless otherwise required by law, the costs which have been quoted in this offer have not been knowingly disclosed by the contractor and will not knowingly be disclosed by the contractor before the award, directly or indirectly to any other contractor or to any competitor; iii. No attempt has been made or will be made by the contractor to induce any other person or firm to submit or not submit an offer for the purpose of restrictive competition; iv. No elected official or appointed official of the City of Hamtramck shall benefit financially or materially from this contract. B. PRIME CONTRACTOR S RESPONSIBILITY a. Contractors responding to this RFP may utilize the services of subcontractors. If subcontractors are to be used, this should be clearly explained in the proposal. The contractor and subcontractor firms must be professionally registered to conduct their business in the state of Michigan before any work begins. The prime contractor will be responsible for the entire contract performance whether or not a subcontractor is to perform. All corporate information required in this RFP must be included for each proposal submitted. C. KEY PERSONNEL a. The personnel and commitments identified in any contractor s proposal will be considered essential to the work to be done under this RFP. Before diverting any of the specified individuals to the other programs or changing the level of effort of the specified individuals, the contractor must notify the City of Hamtramck two (2) weeks in advance and will be required to submit justification, including proposed substitutions, in sufficient detail to permit evaluation of the impact on the project. The contractor will make no deviation without prior written consent of the City of Hamtramck. Replacement of personnel will be with personnel of equal ability and qualifications. D. PAYMENT a. Upon completion and approval of the City Council, the City shall remit full payment to the contractor, if applicable (refer to page 16). 8
9 E. TERMINATION FOR DEFAULT OR FOR THE CONVENIENCE OF THE CITY a. Work under a contract resulting from this RFP may be terminated by the City of Hamtramck whenever: i. The contractor, in the sole opinion of the City, is in default in performance of the contract and fails to correct such default within the period specified by the City Manager in a notice specifying default; or ii. The City Manager shall determine that termination is in the best interest of the City of Hamtramck. b. Termination will be effected by delivery to the contractor of a notice to terminate, stating the date upon which termination becomes effective. c. Upon receipt of the notice to terminate, the contractor shall stop all work. F. PERFORMANCE WARRANTY a. Not withstanding prior acceptance by the City of Hamtramck of any deliveries under any contract resulting from this RFP, the contractor shall be responsible for damage to public and private property caused by the contractor. G. AMBIGUITY IN THE REQUEST FOR PROPOSAL a. Before submitting the proposal, the contractor is required to bring to the City of Hamtramck s attention any ambiguity in this RFP. Not to do so shall result in contractor s forfeiting any claim for adjustment based on such ambiguity. H. CONTRACT AGREEMENT a. As a condition of accepting the contractor s proposal, the selected contractor shall be required to sign a formal written contract agreement with the City of Hamtramck. Failure by the contractor to sign this contract will result in the disqualification of the contractor. The selected contractor, upon the signing of the formal contract, will be required to deliver an insurance certificate in amounts, companies and terms acceptable to the Risk Manager of the City of Hamtramck. I. INCURRING COST a. The City of Hamtramck will not be held responsible for any costs or expenses incurred by the contractor for work performed in preparation and production of a proposal. J. SUBMISSION OF BID DEPOSIT a. Bidders will not be required to make a bid deposit. K. AWARD OF THE CONTRACT a. The contractor will not be required to provide a performance bond. 9
10 7. EVALUATION CRITERIA Proposals will be reviewed for compliance with the terms and conditions of the RFP. Any proposals not responsive to the RFP will be rejected. There will be four areas of broad criteria by which proposals will be evaluated. Each criterion will be evaluated and the extent to which the criterion is met or exceeded will be assessed by the City representatives. 1. Scope of Services: The proposal will be evaluated to determine whether the proposal meets the scope of services described in the request for proposal. A contractor s non-compliance with legal requirements shall constitute cause for rejection. 2. Contractor s Experience Proposals will be evaluated to determine whether they include documentation (including references, and service level/response time reports) of successful operations in municipalities of similar size and density. Background and overall experience will be considered. 3. Qualifications of Personnel: Through this project, the City of Hamtramck will be attempting to provide timely and efficient services to its residents. Resumes/qualifications of contractor personnel will be scrutinized to ensure this requirement is met. Proposals will be evaluated to determine whether the personnel team offered is adequately certified and trained. The contractor s methods for ensuring quality control will be taken into consideration. 4. Cost: Cost will be a factor in determining the successful contractor, but the lowest proposal will not necessarily be awarded the contract. The proposal will be evaluated to determine whether the cost is appropriate to the project and whether it provides a value to the City. A report will be prepared which may include a list of the names of all contractors who submitted proposals summarizing each proposal, ranking contractors in order of evaluation, and recommendations for the selection of a contractor, indicating the reasons why the contractor was selected and detailing the terms, conditions, scope of services, fees and other matters to be incorporated into the contract. The City of Hamtramck will make the final decision to award the contract or reject all proposals if determined in the best interest of the City. 10
11 8. EVALUATION PROCEDURE Following the receipt of proposals from qualified firms, a City designated Evaluation Committee will evaluate each response. All proposals, which meet the required format of this RFP, will be evaluated. Any proposals determined to be non-responsive to the specifications or other requirements of the RFP, including instructions governing submission and format, will be disqualified unless the City determines, in its sole discretion, that non-compliance is not substantial or that an alternative proposed by the respondent is acceptable. The City may also at its discretion, request oral presentations, make site visits at respondent s facility and may request a demonstration of respondent s operations. A final determination will be made after the oral presentations and/or demonstrations are complete, if same has been scheduled. All decisions reached by the Evaluation Committee will be by consensus. 9. PROPOSAL CONTENT REQUIREMENTS To be considered responsive, each proposal must, at a minimum, present and/or respond to the following RFP sections in their entirety. All pages of the submission must be numbered, excluding exhibits, drawings and other supplemental information, which may be added as attachments. The instructions contained in this RFP must be strictly followed. Accuracy and completeness are essential. An original and three (3) copies of the proposal must be included with each submission. a) Table of Contents A table of contents must be provided with all RFP submissions. b) Signature Page (Form Attached) c) Statement of Submission In your Statement of Submission, please include, at a minimum, the following information and/or documentation: 1) A statement to the effect that your proposal is in response to this RFP; 2) A brief description of your firm, including the Federal Employer Identification Number, the age of the firm s business and the average number of employees during each of the last five (5) years 3) The location of the firm s principal place of business and, if different, the location of the place of performance of the contract; 4) A commitment to perform the requested work in accordance with the requirements outlined in this RFP; and 5) The name and contact information of the firm s partner and or manager(s) that will be in charge of this project. d) Scope of Work Proposals must respond to all sections outlined in Scope of Work section. e) Pricing Proposal Proposals must provide a Pricing Proposal and cost all activities as indicated on bid form pages. 11
12 f) Respondent Performance History 1) Provide three (3) references, including contact information, for work performed that is similar to this RFP Scope of Work; 2) Identify contractor s key personnel working on the projects as identified above; 3) Identify any projects in which the contractor s contract was terminated for any reason; 4) Identify any claims or lawsuits that have been brought against your organization as a result of any services provided within the last five (5) years; and 5) Provide an organization chart indicating the key personnel who will provide services resulting from this RFP. Also provide a resume for each of the key personnel. g) Respondent Financial and Operational Stability 1) Provide copies of the contractor s financial statements (CPA Certified) for the previous three (3) years; 2) Certificate of Good Standing (Corporation) or Certificate of Existence (Limited Liability Company) issued by the Michigan Secretary of State (if respondent is a joint venture, a Certificate of Good Standing or Certificate of Existence, as applicable must be submitted for each entity comprising the joint venture.); and 3) Evidence of any licenses or registrations required to provide the services under this contract. 10. SUBMITTAL INSTRUCTIONS AND OTHER KEY INFORMATION A. ADDENDA TO REQUEST FOR PROPOSAL a. Amendments to this RFP may be necessary before the closing date and will be furnished by mail to all prospective bidders. Failure to acknowledge receipt of amendments according to the instructions contained in the amendment may result in the proposal s not being considered. B. PROPOSAL DISCLAIMERS AND CONDITIONS a. REJECTIONS, MODIFICATIONS, CANCELLATIONS The City of Hamtramck expressly reserves the right to: 1) accept or reject, in whole or in part, any and all proposals received; 2) waive any non-conformity; 3) re-advertise for proposals; 4) withhold the award for any reason the City determines; 5) cancel and/or postpone the request for proposals, in part or in its entirety, and/or, 6) take any other appropriate action that is in the best interest of the City. This RFP does not commit the City of Hamtramck to award a contract, to pay any cost incurred in the preparation of a proposal under this request, or to procure or contract for services. b. NEWS RELEASES AND OTHER COMMUNICATIONS News releases pertaining to these RFP specifications or the provisions to which they relate shall not be made without prior approval of the City and then only in coordination with the City. Respondents are advised that no oral interpretation, information or instruction by an officer or employee of the City of Hamtramck shall be binding upon the City of Hamtramck. 12
13 c. CONFIDENTIALITY OF PROPOSALS Proposals shall be opened with reasonable precautions to avoid disclosure of contents to competing offers during the process of evaluation. Once proposals have been publicly recorded they are subject to disclosure as per the requirements of the Michigan Freedom of Information Act. d. EQUAL EMPLOYMENT OPPORTUNITY AND OTHER CLAUSES The contractor shall agree not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability as defined by Michigan Compiled Statuses, or national origin. This provision shall include but not be limited to the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rate of pay or other forms of compensation, and selection for training including apprenticeship. The contractor further agrees to take affirmative action to ensure equal employment opportunities for persons with disabilities. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provision of the non-discrimination clause. 13
14 ***UNSIGNED BIDS CANNOT BE CONSIDERED*** ASSIGNMENT: A Contractor shall not assign any Purchase Order or Contract or any monies due therefrom without prior approval of the Hamtramck City Clerk, the City Manager and, if deemed necessary, the Hamtramck City Council. IN THE FURTHER DESCRIPTION OF THIS PROPOSAL, WE SUBMIT INFORMATION IDENTIFIED AS FOLLOWS: BIDDING UNDER THE NAME OF: (PRINT FULL LEGAL NAME) (PURCHASE ORDER WILL BE ISSUED AND PAYMENT WILL BE MADE ONLY IN THE NAME ABOVE. ALL PAYMENTS ARE TO BE MAILED. CONTRACTOR PICK-UP OF PAYMENT IS NOT ACCEPTABLE) MAILING ADDRESS: PAYMENT MAILING ADDRESS: (IF DIFFERENT FROM ABOVE) BUSINESS ADDRESS: CHECK ONE: LEASE RENT (ZIP CODE) (ZIP CODE) (ZIP CODE) OWN FEDERAL EMPLOYER ID #: CHECK ONE: ( ) CORPORATION, Incorporated Under The Laws Of The State Of If Other Than Michigan Corporation, Licensed To Do Business In Michigan? YES NO ( ) PARTNERSHIP, Consisting of (List Partners) ( ) ASSUMED NAME ( ) INDIVIDUAL 14
15 IF NOT SIGNED BY OFFICER OF FIRM, THE PERSON SIGNING MUST HAVE AUTHORITY TO COMMIT THE FIRM CONTRACTUALLY TO THIS BID. The authorized signature affirms that the proposal will remain firm for a period of one hundred twenty (120) days from its due date and thereafter until withdrawn, in writing, or a contract is executed, or the procurement is terminated by the City of Hamtramck, whichever occurs first. AUTHORIZED SIGNATURE: DATE SIGNED: PHONE NO. PRINTED FAX NO. TITLE CELL PHONE NUMBER TITLE/POSITION ALTERNATE COMPANY CONTACT * THIS FORM MUST BE FILLED IN ITS ENTIRETY. FAILURE TO COMPLETE FORM WILL BE CAUSE FOR REJECTION.* 15
16 PROPOSAL The undersigned, a duly authorized representative of the hereinafter named bidder, submits the following proposal: Term: three (3) year contract with two (2) one-year price proposals. ( ) ( ) Contractor will perform the services listed in the RFP at no expense to the City of Hamtramck. Contractor requires $ per year from the City of Hamtramck to perform the services listed in the RFP. By: (Signature of Authorized Representative) Name: Title: Name of Bidder: 16
CITY OF HAMTRAMCK REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECHURAL AND ENGINEERING SERVICES
CITY OF HAMTRAMCK REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECHURAL AND ENGINEERING SERVICES ADVERTISE DATE September 12, 2014 QUESTION DEADLINE September 22, 2014 Submitted in writing via email to the
More informationTOWNSHIP OF GLOUCESTER REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES
1. GENERAL OBJECTIVES TOWNSHIP OF GLOUCESTER REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES The Township of Gloucester is soliciting proposals from qualified emergency medical services (EMS) organizations
More informationCITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES
CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES 1 CITY OF HAMTRAMCK REQUEST FOR QUOTE FOR VEHICLE REPAIR SERVICES FOR THE CITY OF HAMTRAMCK ADVERTISE DATE: October 25,
More informationBID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM
BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING
More information5. Preparation of the State and Federal Single Audit Reports.
THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the
More informationNOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES
NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the
More informationDRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES
ATTACHMENT 1 DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES THIS AGREEMENT, made and entered into on XXX XX, 2013, by and between the ORANGE COUNTY VECTOR CONTROL DISTRICT, (hereinafter
More informationCeres 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 informationCONSULTANT AGREEMENT WITNESSETH. Recitals:
CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this day of, 2000, by and between ( CONSULTANT ) and the City of Santa Ana, a municipal corporation of the State of California ( CITY ). WITNESSETH
More informationAGREEMENT 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 informationSAMPLE SERVICES CONTRACT
SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at
More informationINDEPENDENT CONTRACTORS AGREEMENT
INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing
More informationTo: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10
Armond Budish Cuyahoga County Executive Cuyahoga County Division of Senior and Adult Services To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June
More informationREQUEST FOR PROPOSALS
PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon
More informationINDEPENDENT CONTRACTOR AGREEMENT
INDEPENDENT CONTRACTOR AGREEMENT This Agreement is hereby entered into between the ESCONDIDO UNION HIGH SCHOOL DISTRICT, hereinafter referred to as District, and hereinafter referred to as Contractor.
More informationSTAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS
MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC
More informationREQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT
REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY
More informationINVITATION 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 informationTHE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent
More informationREQUEST 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 informationATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS
ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA
More informationAGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision
More informationINDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")
More informationCOUNTY 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 informationWITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:
NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred
More informationREQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES
BOROUGH OF ROSELLE REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES BOROUGH OF ROSELLE Contract Term January 1, 2013 through December 31, 2015 SUBMISSION DEADLINE DECEMBER 27, 2012 10:00 A.M.
More informationRequest 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 informationCity of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044
Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Howard Rattner Commissioner Mark Zulli Risk/Purchasing Manager City of New Rochelle New York REQUEST
More informationASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT
APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING
More informationCARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT
CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT This Agreement is entered into by and between the County of Carver, 600 East 4 th Street, Chaska, Minnesota 55318, through (Division),
More informationINDEPENDENT CONTRACTOR SERVICES AGREEMENT
INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose
More informationMIDDLESEX 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#5 Independent Contractor Form - With Insurance With Bonds
#5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue
More informationDepartment: Public Works. Presented By: Michael J. Michael, City Engineer
CITY OF SHELTON COMMISSION BRIEFING REQUEST (Please Use Bolded Information Inserts) Touch: Feb 17, 2015 Brief: Feb 23, 2015 Action: Mar 2, 2015 Department: Public Works Presented By: Michael J. Michael,
More informationRecitals. 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-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies
More informationCOUNTY 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 information1. 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 informationHURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center
More informationCITY OF ANN ARBOR & COUNTY OF WASHTENAW Information Technology Services Unit - Service Delivery Manager Service Agreement
CITY OF ANN ARBOR & COUNTY OF WASHTENAW Information Technology Services Unit - Service Delivery Manager Service Agreement This Service Agreement ( Agreement ) is made this day of 2009, by and between the
More informationTRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL PURCHASING DEPARTMENT P.O. BOX 1349 300 N. PATTERSON ST. VALDOSTA, GEORGIA 31601 #LC-2016-09R FOR: Security Guard Services DUE DATE: April 20, 2016 Proposals Due By: 10:00 am EST Amy
More informationREQUEST FOR PROPOSALS. Curriculum Evaluation Services. for. Network Security/Computer Forensics Associate Degree program ISSUE DATE: December 8, 2014
REQUEST FOR PROPOSALS Curriculum Evaluation Services for Network Security/Computer Forensics Associate Degree program ISSUE DATE: December 8, 2014 PROPOSAL MUST BE RECEIVED BY: December 19, 2014 by 4:30
More informationEXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000
INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter
More informationREQUEST FOR PROPOSAL (RFP) AMBULANCE SERVICES TO PROVIDE SERVICE IN THE AREA COVERED BY THE PLEASANT VALLEY AMBULANCE DISTRICT (OCTOBER, 2012)
I. PROJECT INTRODUCTION: REQUEST FOR PROPOSAL (RFP) AMBULANCE SERVICES TO PROVIDE SERVICE IN THE AREA COVERED BY THE PLEASANT VALLEY AMBULANCE DISTRICT (OCTOBER, 2012) The Town of Pleasant Valley, Dutchess
More informationSTUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE
STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC
More informationCity of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID
INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,
More informationMIDDLESEX 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 informationRequest for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov
More informationPROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
More informationBENTON COUNTY PERSONAL SERVICES CONTRACT
BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and, hereinafter called CONTRACTOR.
More informationOAKLAND 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 informationQSP INFORMATION AT A GLANCE
QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:
More informationChase Lincoln Realty & Property Management Company 7045 Summer Place Charlotte, NC 28213 Phone: 704-921-1912, Fax: 704-921-1914
Chase Lincoln Realty & Property Management Company 7045 Summer Place Charlotte, NC 28213 Phone: 7049211912, Fax: 7049211914 EXCLUSIVE PROPERTY MANAGEMENT AGREEMENT Longterm Rental Property This Exclusive
More informationLIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.
More informationHow To Work With The City Of Riverhead
MEMORANDUM OF UNDERSTANDING BETWEEN RIVERSIDE COMMUNITY COLLEGE DISTRICT and CITY OF RIVERSIDE THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made and entered into this day of, 2012 ( Effective Date ), by
More informationCITY 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 informationSTATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office
STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is
More informationREQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325
REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting
More informationRequest for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS
COMMUNITY DEVELOPMENT DEPARTMENT NEIGHBORHOOD PRESERVATION DIVISION 500 Castro Street Post Office Box 7540 Mountain View, California 94039 7540 650 903 6379 FAX 650 962 8502 Request for Proposals WEB-BASED
More informationUTAH COUNTY ANIMAL SHELTER REQUEST FOR PROPOSALS FOR VETERINARY SERVICES
S FOR VETERINARY SERVICES Page 1 SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND 1.2 PURPOSE The Utah County Animal Shelter s mission is to promote the health and safety of pets and people in Utah County
More informationMARYLAND 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 informationOSWEGO COUNTY PURCHASING DEPARTMENT
Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com
More informationOffice 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 informationAGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR
AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR This Agreement, made and entered into this day of,, by and between the CITY OF SAN MATEO, a municipal corporation existing under the laws of the
More informationCITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
More informationREQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015
REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015 PROJECT NAME: Library Security Camera System Request for Proposals ISSUANCE DATE: November 3, 2015 CLOSING DATE: December 1, 2015 INTRODUCTION
More informationGOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME
GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME This GOODS AND SERVICES AGREEMENT ("Agreement") is entered into and effective [DATE], by and
More informationNEWBURGH 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 informationSERVICE 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 informationREQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect
More informationBOTTLED WATER/COFFEE SERVICE. Invitation to Bid No. 400360 Issued: June 3, 2013. PURCHASING BUREAU CONTACT: Tammy M. Macon, Purchaser (585)428-7389
Department of Finance City Hall Room 105A, 30 Church Street Rochester, New York 14614-1281 www.cityofrochester.gov Printed Name of Bidder BOTTLED WATER/COFFEE SERVICE Invitation to Bid No. 400360 Issued:
More informationApril 22, 2009 REQUEST FOR PROPOSALS (RFP)
April 22, 2009 REQUEST FOR PROPOSALS (RFP) The New Jersey Schools Development Authority (NJSDA) is seeking proposals to engage a contractor to provide HVAC preventative maintenance and repairs at NJSDA
More informationFour Seasons Property Management Inc 2334 The Plaza Charlotte, NC 28205
Four Seasons Property Management Inc 2334 The Plaza Charlotte, NC 28205 EXCLUSIVE PROPERTY MANAGEMENT AGREEMENT Long-term Rental Property This Exclusive Property Management Agreement is entered into by
More informationCOUNTY 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 informationSealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
More informationInsurance Producer Agreement
Insurance Producer Agreement Section 1 - Producer s Authority The Producer shall periodically submit risks to the Company for its consideration as authorized by the Company. These risks shall be located
More informationINSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000
Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold
More informationREQUEST FOR PROPOSALS
THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to
More informationRetaining Wall Replacement at the Currituck County Veterans Memorial Park
CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the
More informationATTACHMENT 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 informationRequest for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015
New York State Department of Environmental Conservation Division of Lands and Forests Invasive Species Coordination Unit 625 Broadway, Floor 5 Albany, NY 12233-4250 Request for Quotation (RFQ) Hydrilla
More informationCHAPTER 7 PUBLIC WORKS LAW
7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed
More informationREQUEST 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 informationTHIS 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 informationCity of Danville, Virginia
City of Danville, Virginia PO Box 3300 Danville, VA 24543 Phone (434) 799-6528 J. Gary Via, CPPO Fax (434) 799-5102 Director of Purchasing e-mail: purch@ danvilleva.gov e-mail: viajg@ danvilleva.gov 1.0
More informationRequest For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas
Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation
More informationNEW ERA LIFE INSURANCE COMPANY GENERAL AGENT S CONTRACT. For. Name. Address. City State Zip
NEW ERA LIFE INSURANCE COMPANY GENERAL AGENT S CONTRACT For Name Of Address City State Zip P.O. Box 4884 Houston, Texas 77210-4884 200 Westlake Park Blvd. Suite # 1200 Houston, Texas 77079 1-800-713-4680
More informationCITY OF LEAWOOD. Independent Contractor Agreement
#3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement
More informationX Originator-Public Safety, X City Clerk \"1 X
CITY OF PALMER ACTION MEMORANDUM No. 08-063 SUBJECT: Authorize the City Manager to Enter into a Contract to Provide Dispatch Services for Guardian Flight, a Medical Evacuation Ground and Air Ambulance
More informationCITY OF UNION CITY REQUEST FOR PROPOSALS ( RFP ) TO PROVIDE GPS FLEET MANAGEMENT SYSTEM FOR UNION CITY VEHICLES
CITY OF UNION CITY REQUEST FOR PROPOSALS ( RFP ) TO PROVIDE GPS FLEET MANAGEMENT SYSTEM FOR UNION CITY VEHICLES Pursuant to the fair and open process as defined by the New Jersey Local Unit Pay-to- Play
More informationSTATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010
STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part
More informationKennebec Valley Community College 92 Western Avenue Fairfield, ME 04937. Competitive Bid Request for Proposal This is Not an Order
Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937 Competitive Bid Request for Proposal This is Not an Order Transcription Services Date: June 14, 2016 Proposals Due On: June 27, 2016
More informationREQUEST FOR PROPOSALS SPEC. # 4995
Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2057 New Rochelle, NY 10801 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR PROPOSALS SPEC. # 4995 NEW RO WORKS!
More informationCONSULTANT AGREEMENT
Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas
More informationa. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and
More informationAGREEMENT 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 informationALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS
ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00
More informationKERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR
KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR This Agreement is entered into by and between the Kern Community College District, on behalf of (Check One): District Office Bakersfield
More informationTown of Maiden. Request for Proposals For Sign Replacement Project
Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina
More information