REQUEST FOR PROPOSAL. for PERSONAL COMPUTER/HELP DESK SUPPORT SERVICES

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL. for PERSONAL COMPUTER/HELP DESK SUPPORT SERVICES"

Transcription

1 REQUEST FOR PROPOSAL for PERSONAL COMPUTER/HELP DESK SUPPORT SERVICES CITY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS BUREAU OF SANITATION

2 TABLE OF CONTENTS 1. INTRODUCTION GENERAL INFORMATION In Writing Cover Letter Authorized Signatures Number of Copies Required Information Requested And Not Furnished Alternatives PROPOSAL Errors Waiver Of Minor Administrative Irregularities Interpretation And Clarifications Pre-PROPOSAL Conference Purpose Of Pre-PROPOSAL Conference How To Prepare Questions PROPOSAL Submission PROPOSAL Closing Late PROPOSAL Withdrawal Of PROPOSAL Americans With Disabilities Act Award Of Contract Rejection Of PROPOSAL PROPOSAL Protest GENERAL TERMS AND CONDITIONS Definition Of Terms Property Of City/Proprietary Material Addendum(a) Multiple PROPOSALS Pre-Award Negotiations...9 2

3 3.6 Execution Of Contract Amendments/Modifications/Change Orders Prime Contractor Subcontractors/Joint Ventures Copies Of Subcontractor Agreements Contractor Performance Feedback Meetings Replacement Of Contractor s Staff Contractor s Address FINANCIAL RESPONSIBILITY RIGHTS OF NEGOTIATION, REVISION, WITHDRAWAL AND REJECTION ACCEPTANCE OF TERMS AND CONDITIONS SCOPE OF REQUIRED SERVICES SPECIFICATIONS FOR PROPOSALS Proposer Background Information Verification of Prior City Contracts Years in Business Past Failure to Complete Work Awarded Business Organization Proposed Subcontractor Information Specific Experience Costs Conflict Of Interest Standard Policies And Requirements Items Proposer Chooses Not To Address Discount Terms Term of Contract Invoicing Instructions Billing Address Termination

4 9. SELECTION PROCEDURE CITY STANDARD POLICIES and REQUIREMENTS Business Tax Registration Certificate (BTRC) Nondiscrimination/Equal Employment Practices/Affirmative Action Plan Insurance Requirements Living Wage Ordinance And Service Contractor Worker Retention Contractor Performance Evaluation Ordinance Contractor Responsibility Ordinance Certification Regarding Americans With Disabilities Act Certification Regarding Compliance With Equal Benefits Ordinances Headquarters And Location Of Work Force City of Los Angeles Contract History Standard Provisions for City Personal Services Contracts MBE/WBE/OBE Subcontractor Outreach Program Requirements Slavery Disclosure Ordinance PROPOSER CHECKLIST PROPOSER SIGNATURE DECLARATION PAGE

5 1. INTRODUCTION The Bureau of Sanitation of the City of Los Angeles, Department of Public Works, is requesting submittal of proposals for firms to provide Personal Computer/Help Desk support services. 2. GENERAL INFORMATION It is the Bureau of Sanitation, Department of Public Works intent to award a contract, in a form approved by the City Attorney, to the selected proposer. This Request for Proposal (RFP) and the PROPOSAL submitted or any part thereof may be incorporated into and made a part of the contract. PROPOSALs accepted by the City in writing constitute a legally binding contract offer. It is requested that PROPOSALs be prepared simply and economically, avoiding the use of unnecessary promotional material. PROPOSAL Format and Submission Requirements PROPOSALs shall be based only on the material contained in the RFP, pre-proposal conference responses, amendments, addenda and other material published by the City relating to the RFP. The proposer shall disregard any previous draft material and oral representations that may have been obtained by the proposer. PROPOSALs shall be submitted in accordance with the requirements set in this RFP In Writing All PROPOSALs must be submitted in writing and proposers shall complete and return all applicable documents including forms, appendices, specifications, drawings, schematic diagrams and any technical and/or illustrative literature. The City may deem a proposer nonresponsive if the proposer fails to provide all required documentation and copies Cover Letter Each PROPOSAL must include a cover letter limited to one page. The cover letter must include the title, address and telephone number of the person or persons who will be authorized to represent the proposer Authorized Signatures PROPOSALs must be signed by a duly authorized officer eligible to sign contract documents and authorized to bind the company to all commitments made in the PROPOSAL. Consortiums, joint ventures, or teams submitting PROPOSALs will not be considered responsive unless it is established that all contractual responsibility rests solely with one proposer or one legal entity. The PROPOSAL must identify the responsible entity Number of Copies Required Proposers are required to submit one original RFP signed in ink and seven (7) copies of the RFP. Original and copies should be identified as such. Written PROPOSALs must be presented in a sealed envelope. Proposer must enter the PROPOSAL number, title and proposer s name on the outside of the envelope. Sealed PROPOSALs are to be delivered to the address listed in this RFP no later than the stated PROPOSAL closing date and time Information Requested and Not Furnished The information requested and the manner of submission is essential to permit prompt evaluation of all PROPOSALs. Accordingly, the City reserves the right to declare as non- 5

6 responsive and reject any PROPOSALs in which the requested information is not furnished or when a direct or complete answer is not provided Alternatives The proposer shall not change any wording in the RFP or associated documents. Any explanation or alternatives offered shall be submitted in a letter attached to the front of the PROPOSAL documents. Alternatives that do not substantially meet the City s requirements cannot be considered. PROPOSALs offered subject to conditions and/or limitations may be rejected as non-responsive PROPOSAL Errors Proposer is liable for all errors or omissions incurred by proposer in preparing the PROPOSAL. Proposer will not be allowed to alter PROPOSAL documents after the due date for submission. The City reserves the right to make corrections or amendments due to errors identified in PROPOSAL by the City or the proposer. This type of correction or amendment will only be allowed for errors as typing, transposition or any other obvious error. Any changes will be date and time stamped and attached to PROPOSAL. All changes must be coordinated in writing with, authorized by and made by the Contract Administrator Waiver of Minor Administrative Irregularities The City reserves the right, at its sole discretion, to waive minor administrative irregularities contained in any PROPOSAL Interpretations and Clarifications The City will consider prospective recommendations or suggestions regarding any requirements before the pre-proposal conference. All recommendations or suggestions must be in writing and submitted to the Contract Administrator. The City reserves the right to modify requirements on any RFP if it is in the best interest of the City Pre-PROPOSAL Conference A mandatory pre-proposal conference will be held for all interested Proposers on: DATE: TIME: LOCATION: Hyperion Treatment Plant Pregerson Building Vista Del Mar Playa Del Rey, CA Purpose of Pre-PROPOSAL Conference The purpose of the conference is to clarify the contents of this RFP and to discuss Bureau of Sanitation, Department of Public Works needs How to Prepare Questions To maximize the effectiveness of the conference, the Bureau of Sanitation, Department of Public Works requests that, to the extent possible, proposers provide questions in writing at least two business days prior to the conference. This will 6

7 enable the Bureau of Sanitation, Department of Public Works to prepare responses in advance. Specific questions concerning the RFP should be submitted in writing to the Contract Administrator: City of Los Angeles Public Works Sanitation Information & Control Systems Division Vista Del Mar Playa Del Rey, CA Attn: Ken Kinsey (310) Additional questions may be accepted at the conference. However, responses may be deferred and provided as addenda to the RFP at a later date PROPOSAL Submission Sealed PROPOSALs are to be delivered by proposers to: PROPOSAL Closing City of Los Angeles Public Works Sanitation Information & Control Systems Division Vista Del Mar Playa Del Rey, CA Attn: Ken Kinsey (310) No PROPOSAL will be accepted after Late PROPOSAL Late PROPOSALs will not be accepted and will be returned to the proposer unopened Withdrawal of PROPOSAL Proposer may withdraw submitted PROPOSAL in writing at any time prior to the specified due date and time. Faxed withdrawals will be accepted. A written request, signed by an authorized representative of the company, must be submitted to the Contract Administrator. After withdrawing a previously submitted PROPOSAL, the proposer may submit another PROPOSAL at any time up to the specified due date and time Americans with Disabilities Act As covered under Title II of the Americans with Disabilities Act, the City of Los Angeles does not discriminate on the basis of disability and, upon request, will provide reasonable accommodation to ensure equal access to its PROPOSALs, programs, services and activities. If an individual with a disability requires accommodations to attend a pre- PROPOSAL conference, site examination or PROPOSAL opening, please contact the Contract Administrator at least five working days prior to the scheduled event Award of Contract Award of contract is made to the contractor/consultant with the best combination of price, experience, and quality of service delivery. Awards are not restricted to the lowest offer or bid. 7

8 2.17. Rejection of PROPOSAL The City reserves the right to reject any or all PROPOSALs; to waive any minor informality in PROPOSALs received; to reject any unapproved alternate PROPOSAL(s); and reserves the right to reject the PROPOSAL of any proposer who has previously failed to perform competently in any prior business relationship with the City. The rejection of any or all PROPOSALs shall not render the City liable for costs or damages PROPOSAL Protest Any protest to a PROPOSAL award(s) must be in writing. Upon receipt of protest, the Contract Administrator will furnish protester with a written statement setting forth the reasons for the proposed award based on the lowest ultimate cost and best overall value to the City and will hold a hearing within five (5) working days after receiving the protest, unless waived by the proposer. At or prior to the hearing, the protester may present evidence as to why the award should not be made according to the City s plans. After the close of the hearing, the Bureau of Sanitation, Department of Public Works will make a final determination with respect to the protest, and will award the contract accordingly or reject all PROPOSALs. The decision will be final. 3. GENERAL TERMS AND CONDITIONS 3.1. Definition of Terms The following terms used in the RFP documents shall be construed as follows: a. City shall mean the City of Los Angeles. b. Department shall be considered synonymous with the City s Department of Public Works, Bureau of Sanitation. c. Agreement shall be considered synonymous with term Contract. d. Contractor shall mean the individual, partnership, corporation or other entity to which this agreement is awarded, and shall be synonymous with the term vendor Property of City/Proprietary Material All PROPOSALs submitted in response to this RFP shall become the property of the City of Los Angeles and subject to the State of California Public Records Act. Proposers must identify all copyrighted material, trade secrets or other proprietary information that the proposers claim are exempt from the California Public Records Act (California Government Code Section 6250 et seq.). In the event a proposer claims such an exemption, the proposer is required to state in the PROPOSAL the following: The proposer will indemnify the City and its officers, employees and agents, and hold them harmless from any claim or liability and defend any action brought against them for their refusal to disclose copyrighted material, trade secrets or other proprietary information to any person making a request therefore. Failure to include such a statement shall constitute a waiver of a proposer s right to exemption from this disclosure. 8

9 3.3. Addendum(a) The City s Department of Public Works, Bureau of Sanitation reserves the right to submit addendum(a) to this RFP, which may add additional requirements to be considered responsive. All proposers must acknowledge any addendum(a) issued as a result of any change in this RFP on the proposer s signature declaration page. Failure to indicate receipt of addendum(a) may result in a PROPOSAL being rejected as non-responsive Multiple PROPOSALS Proposers interested in submitting more than one PROPOSAL may do so, providing each PROPOSAL stands alone and independently complies with the instructions, conditions and specifications of the RFP Pre-Award Negotiations Prior to award of the contract, the successful Proposer may be required to attend negotiation meetings that will be scheduled at a later date. The intent of the meeting(s) will be to discuss and negotiate contract requirements, prices, service level agreements, detailed scope of work specifications, ordering, invoicing, delivery, receiving and payment procedures, etc. in order to insure successful administration of the contract Execution of Contract Unless otherwise stated, PROPOSALs submitted shall be irrevocable for a period of 90 days following the PROPOSAL opening date. A response to this RFP is an offer to contract with the City based upon the terms, conditions, service level agreement and specifications contained in the PROPOSAL submitted. A contract will be formed when the City s Department of Public Works, Bureau of Sanitation awards the contract to the selected proposer. Any contract made pursuant to this RFP must be accepted in writing by the proposer. If for any reason proposer should fail to accept the contract in writing, any conduct by proposer, which recognizes the existence of a contract pertaining to the subject matter hereof, shall constitute acceptance by proposer of the contract and all of its terms and conditions Amendments/Modifications/Change Orders Any amendments, adjustments, alterations, additions, deletions, or modifications in the terms and/or conditions of resultant agreement must be made by written change order approved by the City s Department of Public Works, Bureau of Sanitation s Contract Administrator and the contractor. If contractor performs any modification without a written change order, the City shall neither pay for nor be obligated to accept said modification Prime Contractor The proposer awarded the contract must be the prime contractor performing the primary functions of the contract. If any portion of the contract is to be subcontracted, it must be clearly set forth in the PROPOSAL document as to what part(s) are to be subcontracted, the reasons for the subcontracting and a listing of subcontractors. The City reserves the right to reject any PROPOSAL wherein use of subcontractors significantly affects the ability of the proposer to function as the prime contractor on the awarded contract. The prime contractor shall at all times be responsible for the acts and errors or omissions of its subcontractors or joint participants and persons directly or indirectly employed by them. 9

10 3.9. Subcontractors/Joint Ventures Acceptance or rejection of a proposer s request to use subcontractors is at the sole discretion of the City. With approval of the City, the contractor may enter into subcontracts and joint participation agreements with others for the performance of portions of resultant agreement. The provisions of resultant agreement shall apply to all subcontractors in the same manner as to the contractor. In particular, the City will not pay, even indirectly, the fees and expenses of subcontractors that do not conform to the limitations and documentation requirements of resultant agreement Copies of Subcontractor Agreements Upon written request from the City, the contractor shall supply the City with all subcontractor agreements Contractor Performance Feedback Meetings The proposer awarded the resulting agreement is required to attend periodic performance feedback meetings facilitated by the City s Contract Administrator. The meetings will focus on the contractor s and the City s performance in fulfilling the service level agreements contained in the contract. The meetings will provide a forum to informally discuss opportunities for improving contract terms and conditions, services level agreements, and cost reductions for both parties Replacement of Contractor s Staff The City reserves the right to have the contractor replace any contract personnel with equally or better qualified staff upon submitting written notice to contractor. In addition, the City reserves the right to approve in advance any changes in project personnel or levels of commitment by the consultant to the project Contractor s Address The address given in PROPOSAL response shall be considered the legal address of the contractor and shall be changed only by written notice to the City. The contractor shall supply an address to which certified mail can be delivered. The delivery of any communication to the contractor personally, or to such address, or the depositing in the United States Mail, registered or certified with postage prepaid, addressed to the contractor at such address, shall constitute a legal service thereof. Also, telephone numbers, fax numbers and addresses (if applicable) must be provided. 4. FINANCIAL RESPONSIBILITY The City shall not be responsible in any manner for the costs associated with submission of your PROPOSAL. The City shall not, in any event, be liable for any precontractual expense incurred by the contractor in preparation and/or submission of the required response. All proposers who respond to solicitations do so solely at their own expense. The PROPOSAL, including all work samples, drawings, plans, brochures, photos, and narrative materials shall become the property of the City upon receipt by the City. The City shall have the right to copy, reproduce, publicize or dispose of each PROPOSAL in any way the City elects. 10

11 5. RIGHTS OF NEGOTIATION, REVISION, WITHDRAWAL, AND REJECTION The City reserves the right to further negotiate the terms and conditions of the contract. It also reserves the right to revise the RFP; withdraw the RFP; to reject any or all PROPOSAL for noncompliance with RFP provisions; to waive any minor informality in PROPOSALs received; to reject any unapproved alternate PROPOSAL(s); not award a contract at any time because of unforeseen circumstances or if it is determined to be in the best interest of the City; and reserves the right to reject the PROPOSAL of any proposer who has previously failed to perform competently in any prior business relationship with the City. If the RFP is revised, written revisions to the RFP will be mailed to all potential proposers who were mailed (directly or by request) the RFP. 6. ACCEPTANCE OF TERMS AND CONDITIONS Submission of PROPOSALs pursuant to this RFP shall constitute acknowledgement of acceptance of all terms and conditions hereinafter set forth in the RFP unless otherwise expressly stated herein. A sample standard City contract is attached for informational purposes only. Actual terms and conditions in any contract(s) awarded under this RFP will reflect current City requirements at the time of contract execution. 7. SCOPE OF REQUIRED SERVICES Currently, the PC Support Group of the Bureau of Sanitation s Information & Control Systems Division (ICSD) provides day to day computer support for over 3,000 desktop, mobile computing devices, and computer peripherals deployed throughout the Bureau of Sanitation. The Bureau of Sanitation is operating in a Microsoft Windows Active Directory with NT 4.0 Domain environment and clients running Microsoft Windows 95, Windows NT 4.0 Professional, Windows 2000 Professional, and Windows XP Professional Operating Systems. Microsoft Office is the standard Office Suite application and Novell GroupWise for application. ICSD must use contract personnel to close the gap in support capability due to the insufficient City staff in meeting this large number of computers and peripherals support requirements. Project personnel must have an operational mobile phone that Bureau of Sanitation can reach during business hours. We are particularly interested in firms that can assign staff with PC support experience and know the issues related to help desk support. Successful proposer will provide the following: a) Provide to the Bureau of Sanitation, Department of Public Works candidates with the appropriate technical training and experience on an as needed basis for the ongoing support of Bureau equipment and peripherals throughout various Sanitation facilities. Candidates will be grouped into two work/pay levels based on expertise and level of supervision required. The two groups will be Journeyman level and Intern level. b) Provide administrative support in the form of weekly timesheets, evaluation reports, sick leave reports and other documentation as necessary. Seek out potential candidates and forward resumes to ICSD for initial review. c) Provide sick leave, overtime, vacation, and health benefits comparable to industry standards. 11

12 d) Provide a liaison to work with ICSD personnel to assist in identifying potential candidates. The liaison will negotiate with the contract personnel for wage and benefits requirements. e) Candidates will be referred to the Bureau of Sanitation by the contract company and will be interviewed by ICSD personnel to determine their suitability. Only those candidates who successfully pass the interview process will be accepted for assignment to this project. 8. SPECIFICATIONS FOR PROPOSALS Respondents are expected to submit one (1) original and seven (7) copies of their PROPOSAL. The PROPOSAL should be limited to ten pages, exclusive of any resumes, fee schedules, photographs, pamphlets, or brochures. Each consultant should include, at a minimum, the following information: 8.1. Proposer Background Information Proposer s Company Name: Contact Name: Contact Title: Mailing Address: Location of Business (if different from mailing address): Telephone Number: Pager Number: 24-Hour Tel. Number: Fax Number: Address: Remittance Address (if different from mailing address): 8.2. Verification of Prior City Contracts The City Council adopted a resolution requiring vendors to provide a list of all City contracts held by the bidder or any affiliated entity within the past 10 years to be included in the response package on all bids and PROPOSALs. Performance on past contracts with the City of Los Angeles will be part of the evaluation criteria. Failure to disclose this information will deem the PROPOSAL non-responsive. Please refer to Appendix XIII and complete the form attached therein Years in Business Number of Years in Business: Applicable Contractor Registration/License #: Expiration Date: 8.4. Past Failure to Complete Work Awarded If the proposer has had a contract terminated for default during the past five years, all such incidents must be described. Termination for default is defined as notice to stop performance due to the proposer s non-performance or poor performance and the issue was either not litigated; or litigated and such litigation determined the proposer to be in default. Submit full details of all termination for default experienced by the proposer during the past five years including the other party s name, address and telephone number. Present the proposer s position on the matter. The City will evaluate the facts and may, at its sole 12

13 discretion, reject the proposer s PROPOSAL if the facts discovered indicate that completion of a contract resulting from this RFP may be jeopardized by selection of the proposer. If the proposer has experienced no termination for default in the past five years, so indicate Business Organization Proposer shall provide an overview of the entity submitting this RFP including the following information: a) Date entity was established and location of entity when established b) Location of headquarters c) Total number of employees d) Total number of employees in the City of Los Angeles and Southern California e) Annual revenues f) Organization chart indicating the positions and names of the core management team which will undertake this service g) Brief history and description of entity 8.6. Proposed Subcontractor Information The following information must be provided for each proposed subcontractor. Attach and submit this information with the PROPOSAL: a) Subcontractor s name, mailing address, phone number b) Subcontractor s contact name, title, phone number c) Subcontractor s registration # and/or license #, if applicable d) Description of work to be subcontracted e) Reason(s) for subcontracting f) Percentage of total contract to be subcontracted and dollar amount g) If subcontractor is a MBE, WBE or OBE 8.7. Specific Experience 8.8. Costs Provide description, references, and experience Proposer has that are related to this RFP. Provide proposed hourly rates inclusive of overhead and profit for personnel that will be used and the firm s approach and procedures for controlling costs. The City reserves the right to negotiate final hourly rates Conflict of Interest Provide names of persons or entities associated with the Proposer who may have a conflict of interest with any activity of this RFP. If an apparent conflict of interest exists, the Proposer will be asked to provide a signed document, under separate cover, providing details and explanations. Proposers may be subject to disqualification on the basis of specific conflict of interest issues, as determined by the CITY Standard Policies and Requirements Proposers shall comply with the City Standard Policies and Requirements identified in Section

14 8.11. Items Proposer Chooses Not to Address Proposers shall provide a detailed statement explaining any provision the proposer chooses not to address in the PROPOSAL. All written documentation to be done under contract shall be prepared and submitted in Microsoft Word and Office format. All drawings shall be in Microsoft Visio or PDF. All documentation will be provided to the City both in hard (paper or other appropriate media) copy and on diskette or CD. All work products shall become the property of the City. The consultant shall provide all labor, equipment, and incidentals required to perform the selected services Discount Terms Vendor agrees to offer the City any discount terms that are offered to its best customers for the goods and services to be provided herein, and apply such discount to payments made under this agreement, which meets the discount terms Term of Contract The term of this Contract shall be for a period of three (3) years from the effective date of the final signatures and approval by Bureau of Sanitation/Department of Public Works, City Attorney, City Administrative Officer (CAO), Board of Public Works, and authorized contractor Invoicing Instructions The City s payment terms are payment within 30 days. In no event will payment be made prior to the City s verifying and approving: a) the services provided; b) the work was approved and; c) a proper invoice has been submitted. A proper invoice shall include, but is not limited to: Billing Address a) Contractor s name and remittance address as listed in the contract b) Contractor s Business Tax Registration Number c) Contract number assigned by the City d) Contractor s phone number and address e) Receiving location City staff representative s name and phone number f) Invoice number and date g) Period of performance, for example, from period mm/dd/yr through mm/dd/yr h) Exact item/service description, hourly rates, specialist name and classification, reimbursable expenses and other direct costs which include backup receipts, and total price listed on the contract or project task order. The City is not liable for delays in payment caused by failure of the contractor to send invoices to the address specified below: City of Los Angeles Public Works Sanitation Information & Control Systems Division Vista Del Mar Playa Del Rey, CA Attn: Ken Kinsey (310)

15 8.16. Termination All contracts will include a termination clause. The clause will provide that the City may terminate the contract, with or without cause, effective upon ten (10) days written notification to the contractor. Cost payable at termination will be actual costs incurred to date of notice. The City reserves the right, at its convenience and without notification, to reject any or all responses to this RFP. 9. SELECTION PROCEDURE All work under this contract will be located within the City of Los Angeles and will require on-site work and coordination with staff. The Bureau of Sanitation will form a review panel composed of City of Los Angeles staff to rate the submitted written proposals based on the criteria listed below: Technical Qualifications and Competence of proposed contractors 40% This includes background, experience, and familiarity with providing PC/Help Desk support to a large organization running an environment comparable to Sanitation s. Record of Past Performance 20% This includes references provided and demonstrated ability to provide the PC/Help Desk support services required. Current Capability to provide services 20% This includes current availability of qualified contractors and ability to provide the PC/Help Desk support services required. Cost 20% Hourly rate for contractors in two pay levels: Intern and Journeyman. The Bureau of Sanitation will then hold interviews with the top five proposers and the most qualified will be selected based on evaluation ratings and interview scores. 10. CITY STANDARD POLICIES and REQUIREMENTS Business Tax Registration Certificate (BTRC) The City of Los Angeles requires that all firms, prime consultant and their subconsultants, doing business within the City of Los Angeles pay City business taxes. Each firm or individual paying the business tax receives a Business Tax Registration Certificate (BTRC) number. The prime consultant and their subconsultants represents that it has, or will obtain upon award, the Business Tax Registration certificates per the Los Angeles City s Business Tax Ordinance (Article 1, Chapter 2, Section and following, of the Los Angeles Municipal Code). The consultant shall maintain, or obtain as necessary, all such certificates required of it under said ordinance and shall not allow any such certificate to be revoked or suspended. Please refer to Appendix I Nondiscrimination/Equal Employment Practices/Affirmative Action Plan The City of Los Angeles requires that all firms doing business with the City comply with a Non-Discrimination, Equal Employment, Affirmative Action Plan as defined in Section , 15

16 Division 10 of the Los Angeles Administrative Code. Plans are valid for twelve months from the date they are approved. If the Bidder/Proposer has previously completed an Affirmative Action plan that has been filed and accepted by the Bureau of Contract Administration, Equal Employment Opportunities Enforcement Section, submit with their proposal a copy of the acceptance letter. If the bidder has not previously submitted an Affirmative Action Plan, or if the plan approval is within one month of expiring, it will be necessary to comply with the provisions contained in Appendix II. If the Bidder/Proposer plans to comply with its own Affirmative Action Plan, the plan must contain, at a minimum, all the elements of the City s Plan. Submit a copy of the plan with a signed policy statement, complete Page A-1 of Appendix II, and indicate whether submitting the City Plan or Company Plan Insurance Requirements The selected firm(s) will be required to maintain and provide certification of adequate insurance coverage as specified by the City Risk Manager and the Board of Public Works; certification will be required prior to commencement of any work under this RFP. Required coverage generally includes, but is not limited to, General and/or Professional liability, automobile insurance and Errors and Omissions. Workers Compensation insurance will be required for all contracts under this RFP. Please refer to Appendix III Living Wage Ordinance and Service Contractor Worker Retention Unless approved for an exemption, contractors under contracts primarily for the furnishing of services to or for the City and that involve an expenditure or receipt in excess of $25,000 and a contract term of at least three (3) months, lessees and licensees of City property, and certain recipients of City financial assistance, shall comply with the provisions of Los Angeles Administrative Code Sections et seq., Living Wage Ordinance (LWO) and et seq., Service Contractor Worker Retention Ordinance (SCWRO). Bidders/Proposers shall refer to Appendix IV, Living Wage Ordinance and Service Contractor Worker Retention Ordinance for further information regarding the requirements of the Ordinances. Bidders/Proposers who believe that they meet the qualifications for one of the exemptions described in the LWO List of Statutory Exemptions shall apply for exemption from the Ordinance by submitting with their proposal the Bidder/Contractor Application for Non- Coverage or Exemption (Form OCC/LW-10), or the Non-Profit/One-Person Contractor Certification of Exemption (OCC/LW-13). The List of Statutory Exemptions, the Application and the Certification are included in Appendix IV Contractor Evaluation Ordinance At the end of this contract, the City will conduct an evaluation of the Contractor's performance. The City may also conduct evaluations of the Contractor's performance during the term of the contract. As required by Section of the Los Angeles Administrative Code, evaluations will be based on a number of criteria, including the quality of the work product or service performed, the timeliness of performance, financial issues, and the expertise of personnel that the Contractor assigns to the contract. A Contractor who receives a Marginal or Unsatisfactory rating will be provided with a copy of the final City evaluation and allowed 14 calendar days to respond. The City will use the final City evaluation, and any response from the Contractor, to evaluate PROPOSALs and to conduct reference checks when awarding other personal services contracts. Please refer to Appendix V. 16

17 10.6. Contractor Responsibility Ordinance Bidders/Proposers are advised that any contract awarded pursuant to this procurement process shall be subject to the provisions of Los Angeles Administrative Code Section et seq., Contractor Responsibility Ordinance (CRO). Bidders/Proposers shall refer to Appendix VI, Contractor Responsibility Ordinance, for further information regarding the requirements of the Ordinance. All Bidders/Proposers shall complete and return, with their PROPOSAL, the Responsibility Questionnaire included in the Appendix/Attachment. Failure to return the completed Questionnaire may result in a Bidder/Proposer being deemed non-responsive Certification Regarding Americans with Disabilities Act All proposers must comply with the Americans with Disabilities Act. This requirement is identified in Appendix VII Certification Regarding Compliance with the Equal Benefits Ordinance Bidders/Proposers are advised that any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Los Angeles Administrative Code Section , Equal Benefits Ordinance (EBO). Bidders/Proposers shall refer to Appendix VIII for further information regarding the requirements of the Ordinance. All Bidders/Proposers shall complete and return, with their proposal, the Equal Benefits Ordinance Compliance Form (three (3) pages) contained in Appendix VIII. The Application for Reasonable Measures Determination (one (1) page) and the Application for Provisional Compliance (two (2) pages) have been included in the Appendix but should be submitted only if applicable. Unless otherwise specified in this procurement package, Bidders/Proposers do not need to submit supporting documentation with their bids or proposals. However, supporting documentation verifying that the benefits are provided equally shall be required of the Bidder/Proposer that is selected for award of a contract Headquarters and Location of Work Force Proposers shall identify the headquarters address of the business and identify the percentage of the company work force that resides within the City of Los Angeles. Please refer to Appendix IX City of Los Angeles Contract History The Los Angeles City Council passed a resolution on July 21, 1998 requiring that all proposed vendors supply in their proposal or bid a list of all City of Los Angeles contracts held by the bidder or any affiliated entity during the preceding 10 years. Please refer to Appendix X Standard Provisions for City Personal Services Contracts The contract to be executed pursuant to this RFP will comply with the provisions and requirements shown in Appendix XI Minority Business Enterprise (MBE) / Women Business Enterprise (WBE) / Other Business Enterprise (OBE) Subcontractor Outreach Program Requirements The MBE/WBE/OBE Subcontractor Outreach Program requirements were waived by the Mayor s Office on August 16, However, prime contractors will be encouraged to utilize MBE/WBE/OBE firms whenever possible. 17

18 Slavery Disclosure Ordinance Unless otherwise exempt, in accordance with the provisions of the Slavery Disclosure Ordinance, any contract awarded pursuant to this RFP/RFQ will be subject to the Slavery Disclosure Ordinance, Section of the Los Angeles Administrative Code. 18

19 11. PROPOSER CHECK LIST Forms Completed and included with RFP (Please Initial) FORM/DOCUMENT DESCRIPTION One Original and seven (7) Copies of the Original PROPOSAL and Related Documents Signature Declaration Page [Identify RFP Page #] Proposer Background Information Including References[Identify RFP Page #] Business Tax Registration Certificate (BTRC) (Appendix I) Nondiscrimination/Equal Employment Practices/Affirmative Action Plan (Appendix II) Insurance Requirements (Appendix III) Living Wage Ordinance and Service Contractor Worker Retention Ordinance (Appendix IV) Contractor Performance Evaluation Ordinance (Appendix V) Contractor Responsibility Ordinance (Appendix VI) Certification Regarding Americans with Disabilities Act (Appendix VII) Certification Regarding Compliance With Equal Benefits Ordinances (Appendix VIII) Headquarters and Location of Workforce (Appendix IX) List of all City Contracts held in the Past 10 years (Appendix X) 19

20 12. PROPOSER SIGNATURE DECLARATION PAGE The undersigned hereby offers and agrees to furnish the goods and/or routine services in compliance with all the service level requirements, instructions, specifications, and any amendments contained in this RFP document and any written exceptions in the offer accepted by the City. This PROPOSAL is genuine, and not sham or collusive, nor made in the interest or in behalf of any person not herein named; the proposer has not directly or indirectly induced or solicited any other proposer to put in a sham PROPOSAL, or any other person, firm or corporation to refrain from submitting a PROPOSAL; and the proposer has not in any manner sought by collusion to secure for themselves an advantage over any other proposer. An officer authorized to bind the proposer to the PROPOSAL must sign each PROPOSAL on behalf of the proposer. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and I agree to the terms and conditions in this PROPOSAL. Company Name: Signature of Authorized Person: Printed Name: Title: Address: City: State: Zip Code: Date: The proposer hereby acknowledges receipt of and agrees this submittal is based on the RFP and the following addenda. Failure to indicate receipt of addenda may result in the PROPOSAL being rejected as non-responsive. To constitute a responsive PROPOSAL you must return all pages of the PROPOSAL forms. ADDENDUM # DATED ADDENDUM # DATED ADDENDUM # DATED ADDENDUM # DATED (If additional addenda are issued, attach a complete listing when submitting this PROPOSAL.) NO PROPOSAL If not submitting a PROPOSAL please state reason and return this sheet to City s Department of Public Works, Bureau of Sanitation, Vista Del Mar, Playa Del Rey, CA

Title: RFP# 44-009 Architectural Design Consultant for Digital Media Labs at Central Library and Pio Pico Koreatown Branch Library.

Title: RFP# 44-009 Architectural Design Consultant for Digital Media Labs at Central Library and Pio Pico Koreatown Branch Library. REQUEST FOR PROPOSAL FOR Architectural Design Consultant for Digital Media Labs at Central Library and Pio Pico-Koreatown Branch Library CITY OF LOS ANGLES LOS ANGELES PUBLIC LIBRARY DATE RFP Issued: July

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

Responses to this RFP will be due on or before November 14, 2013, as described below in Sections III. and V.

Responses to this RFP will be due on or before November 14, 2013, as described below in Sections III. and V. SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Professional Insurance Brokerage Services RFP Date: October 25, 2013 Response Deadline: November 14, 2013 I. Introduction The Southern

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

Statement of Work (SOW) for Computer Technical Support Requirements

Statement of Work (SOW) for Computer Technical Support Requirements Statement of Work (SOW) for Computer Technical Support Requirements Background Currently, the PC Support Group of ICSD (Information & Control Systems Division) provides day-to-day computer support for

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE 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 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

City of Powell Request for Proposals for a Total Compensation Survey

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

More information

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

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

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response

More information

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 PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

Bid closing date December 21, 2013

Bid closing date December 21, 2013 REQUEST FOR PROPOSAL FOR DATA CENTRE FACILITIES MANAGEMENT SERVICES XYZ DATA CENTRE Kotakinabalu Bid closing date December 21, 2013 Failure to meet the following requirements will invalidate your bid submission

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 Proposal For Fund Developer

Request for Proposal For Fund Developer Request for Proposal For Fund Developer City of Riverside Development Department August 11, 2008 The City of Riverside is currently seeking proposals from qualified organizations/individuals that can raise

More information

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015 Request for Proposal Internet Access Satilla Regional Libraries Erate Funding Year July 1, 2014 through June 30, 2015 January 2013 Page 1 REQUEST FOR PROPOSAL Internet Access Satilla Regional Library The

More information

INSTRUCTIONS TO BIDDERS

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

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

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

More information

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

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

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

More information

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT Proposals will be received until Friday, May 22, 2015 4:00 p.m. CST General Information Questions: All inquiries for information regarding this solicitation

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

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552 ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

More information

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,

More information

STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS

STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS Section I. Purpose The purpose of these Guidelines is to describe the methods and procedures governing the use, awarding,

More information

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

LIBERTY 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 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 information

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows:

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows: JULIE A. PACYNA PURCHASING AGENT WARREN COUNTY PURCHASING DEPARTMENT 1340 STATE ROUTE 9 LAKE GEORGE, NY 12845 Telephone: (518) 761-6538 Fax: (518) 761-6395 JASON M. SHPUR DEPUTY PURCHASING AGENT NOTICE

More information

Kennebec 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 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 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

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant). Page 1 of 13 CONSULTING SERVICES AGREEMENT This consulting services agreement is between: THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality ( City ) and, an Ontario ( Consultant"). The parties

More information

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014 LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014 SEEKING: EXECUTIVE SEARCH SERVICES FOR PRINCIPAL INVESTMENT OFFICER POSITION Contact Person: John Nogales Director

More information

CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS: HEALTH INSURANCE BROKER. Contract Term November 1, 2013 through October 31, 2016 SUBMISSION DEADLINE:

CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS: HEALTH INSURANCE BROKER. Contract Term November 1, 2013 through October 31, 2016 SUBMISSION DEADLINE: CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS: HEALTH INSURANCE BROKER Contract Term November 1, 2013 through October 31, 2016 SUBMISSION DEADLINE: 4:00 PM September 26, 2013 ADDRESS ALL PROPOSALS TO:

More information

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

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

More information

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5 AUGUST 17, 2015 NOTICE INVITING PROPOSALS FOR THE CITY OF BEVERLY HILLS, COMMUNITY SERVICES DEPARTMENT RECREATION MANAGEMENT SOFTWARE SYSTEM The City of Beverly Hills invites prospective respondents to

More information

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

More information

Consulting Master Services Agreement

Consulting Master Services Agreement Consulting Master Services Agreement THIS CONSULTING AGREEMENT (this Agreement ), made and entered into this 21st day of June, 2002, by and between PrimeContractor, a StateName EntityType, its successors

More information

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

City 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 information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY 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 information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City 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 information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

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

MEMORANDUM. Board ofadministration ofthe Los Angeles City Employees' Retirement System

MEMORANDUM. Board ofadministration ofthe Los Angeles City Employees' Retirement System AGENDA OF: APRIL 14, 2015 ITEM NO: VI-B MEMORANDUM TO: Board ofadministration ofthe Los Angeles City Employees' Retirement System FRoq.lan L. Manning, Assistant City Attorney DATE: April 9, 2015 RE: RFP

More information

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES The Town of Canton is soliciting proposals from professional architectural/engineering consultants for

More information

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

Request 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 information

Joint Powers Authority Bond Counsel and Tax Counsel Legal Services

Joint Powers Authority Bond Counsel and Tax Counsel Legal Services SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY REQUEST FOR PROPOSALS for Joint Powers Authority Bond Counsel and Tax Counsel Legal Services Dated: May 1, 2011 Response Deadline: Friday, May 27, 2011 by 5:00

More information

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

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

More information

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

TOWN OF LINCOLN, MA Request for Quotes For Affordable Accessory Apartments Consultant

TOWN OF LINCOLN, MA Request for Quotes For Affordable Accessory Apartments Consultant TOWN OF LINCOLN, MA Request for Quotes For Affordable Accessory Apartments Consultant The Town of Lincoln is seeking quotes from qualified consultant(s) to collaborate with the Housing Commission in the

More information

Request 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 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 information

5. Preparation of the State and Federal Single Audit Reports.

5. 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 information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section

More information

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015 I. BACKGROUND AND OVERVIEW PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS May 21, 2015 The Culver City Unified School District ( District ), is prequalifying contractors to perform construction

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

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

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015 CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015 Request for Proposals #JD150021703 Insurance Agent /Broker of Record Services Questions concerning requirements

More information

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3

More information

How To Pay A Contract With Neustar

How To Pay A Contract With Neustar Neustar Referral Partnership Agreement This NEUSTAR REFERRAL AFFILIATE PARTNERSHIP AGREEMENT ( Agreement ) is made and entered into between Neustar, Inc. a Delaware Corporation, located at 46000 Center

More information

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5]) PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM Sec. (Statutory authority: Executive Law, 200, 369-i[5]) 252.1 Definitions. 252.2 State agency responsibilities: purpose, scope and applicability.

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

REQUEST FOR PROPOSAL (RFP)

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

More information

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ADVISORY SERVICES

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

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

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

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

More information

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions PROJECT NO. 2733, RFP NO. 14-15/02 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 August 7, 2014 ADDENDUM No. 1 This addendum supersedes items of the original contract documents

More information

Proposal Writing - A Cover Letter of Compliance

Proposal Writing - A Cover Letter of Compliance 1.0 Submission Requirements: SECTION I INFORMATION & INSTRUCTIONS 1.1 The complete original proposal must be submitted in a sealed package and received in accordance with the instructions detailed in the

More information

REQUEST FOR PROPOSAL

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

More information

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

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS 1.0 GENERAL INFORMATION 1.1 Introduction. a. The Pennsylvania Convention Center Authority ( PCCA or the Authority ) is the entity responsible for the construction and operation of

More information

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

REQUEST 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 information

REQUEST FOR PROPOSALS. Professional Consultant Retainer Contract

REQUEST FOR PROPOSALS. Professional Consultant Retainer Contract OREGON STATE UNIVERSITY REQUEST FOR PROPOSALS Professional Consultant Retainer Contract ISSUE DATE: January 15, 2015 {00344109;3} TABLE OF CONTENTS Page Section I Retainer Contract Introduction... 3 Introduction...

More information

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

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

More information

REQUEST FOR 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 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 information

STATE 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 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 information

Request for Proposal Permitting Software

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

More information

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES Issued by: City of Clewiston 115 W. Ventura Avenue Clewiston, Florida 33440 September 30, 2015 1 REQUEST FOR PROPOSALS FOR FINANCIAL AUDIT SERVICES

More information

REQUEST FOR PROPOSALS FOR FINANCIAL EDUCATION SERVICES RFP NO. MOSS-0003

REQUEST FOR PROPOSALS FOR FINANCIAL EDUCATION SERVICES RFP NO. MOSS-0003 REQUEST FOR PROPOSALS FOR FINANCIAL EDUCATION SERVICES RFP NO. MOSS-0003 Release Date July 25, 2011 RFP Submittal Due Date: September 6, 2011 3:00 P.M. Los Angeles City Employees Retirement System Public

More information

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

INDEPENDENT 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 information

RFP-00118 ADDENDUM NO. 1

RFP-00118 ADDENDUM NO. 1 INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES 111 NW 1 ST Street Suite 1300 Miami, Florida 33128-1974 Telephone: 305-375-4725 Fax: (305) 375-5688 RFP-00118 ADDENDUM NO. 1 DATE: March 26,

More information

AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101

AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101 AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101 THIS AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES is made this day of, 2013, and entered into by and between the City of Meridian,

More information

INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET

INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET I. The requesting department should complete the following Independent Contractor Consulting Agreement ( Agreement

More information

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

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

More information

COUNTY OF YUBA REQUEST FOR PROPOSAL SOUTH ANNEX BUILDING ASBESTOS ABATEMENT. Due Date: November 13, 2009 Time: 2:00 PM, PST.

COUNTY OF YUBA REQUEST FOR PROPOSAL SOUTH ANNEX BUILDING ASBESTOS ABATEMENT. Due Date: November 13, 2009 Time: 2:00 PM, PST. COUNTY OF YUBA REQUEST FOR PROPOSAL SOUTH ANNEX BUILDING ASBESTOS ABATEMENT Due Date: November 13, 2009 Time: 2:00 PM, PST. October 19, 2009 To: All Interested Vendors Re: Request for Proposals, County

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

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

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

More information

Request for Proposal No. 2055. Replacement of (12) existing package AC Units at the Golden West College Administration Building

Request for Proposal No. 2055. Replacement of (12) existing package AC Units at the Golden West College Administration Building Request for Proposal No. 2055 Replacement of (12) existing package AC Units at the Golden West College Administration Building I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community

More information

REQUEST FOR PROPOSAL Procurement of Landscaping Services

REQUEST FOR PROPOSAL Procurement of Landscaping Services City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012

More information

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

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09503

More information

REQUEST FOR QUALIFICATIONS

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

More information

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department

More information

AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES

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

More information

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

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

More information

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply

More information

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

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

More information

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

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

More information

REQUEST FOR 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

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014

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