July 23, REQUEST FOR PROPOSALS (RFP) No for
|
|
|
- Austin Wiggins
- 10 years ago
- Views:
Transcription
1 DEPARTMENT OF PURCHASING AND CONTRACTING OFFICE OF DIRECTOR DeKalb County Government 2 nd Floor, Maloof Center, 1300 Commerce Drive, Decatur, Georgia July 23, 2015 REQUEST FOR PROPOSALS (RFP) No for TELECOMMUNICATIONS EXPENSE AUDIT AND CONSULTING SERVICES ANNUAL CONTRACT WITH THREE (3) OPTIONS TO RENEW DEKALB COUNTY, GEORGIA DeKalb County Government seeks proposals from qualified firms to audit voice and data telecommunications, Internet connectivity, cable and cellular device expense management and consulting services for a one (1) year agreement with three (3) optional one (1) year renewal terms. The purpose of this RFP is to procure auditing and consulting services. Interested firms desiring consideration may submit software or software services related to expense management. If expense management software is proposed, it must be proposed and priced separately and not included in the auditing or consulting services. I. INTRODUCTION A. Current State DeKalb County Government (the County) operates an extensive telecommunications network comprised of voice, data, cable television and wireless infrastructure. The County has approximately five (5) facilities that comprise the voice network and approximately 200 facilities that interconnect via a fiber backbone to formulate the data network. Of the approximately 200 locations, nine (9) of these locations are deemed to be major locations. Two (2) of these are core locations for the data network with over 700 strands of fiber terminating at each location. These core locations are housed at: 1. The Courthouse 556 North McDonough Street Decatur, GA The Sheriff s Office 4415Memorial Drive Decatur, GA
2 The existing voice network infrastructure is comprised of an Avaya backbone connected via the existing meshed fiber or Internet Protocol (IP) networks. Avaya provides maintenance for this backbone. The existing Internet and data network infrastructure is a mix of Juniper / Avaya (Nortel). Cellular voice and data services are provided by AT&T, Sprint and Verizon. Cable services are provided by Comcast Business and Direct TV. For dial-tone access to the public switched telephone network (PSTN), the County utilizes AT&T. AT&T currently provides access to the Analog circuits (Radio / Meter Readers), Centrex, Digital Subscriber Line (DSL), 1FB Single line, Primary Rate Interface (PRI), Internet, Integrated Services Digital Network (ISDN) lines, and wireless services. The County has contracted with a professional services organization for the maintenance, installation, and procurement of data equipment. This contract commenced in 2010 and was again awarded in The current contract will expire in Sprint, another telecommunications service provider for the County, offers access to wireless, Internet, and long distance services. The County utilizes cable Internet services at multiple locations throughout the county. The County s wireless providers are AT&T, Sprint, and Verizon. The environment consists of over 3,500 devices including smartphones / non-smartphones, tablets, and hotspots. In 2014, the County migrated its services and facilities from 120 West Trinity Place Decatur, GA to 556 North McDonough Street, Decatur, GA Included in the migration was the increase / installation of the County s Internet services. The County increased its Internet capacity from a 100 Meg circuit with AT&T to a 200 Meg circuit and a DS3 with Sprint to a 500 Meg Circuit. This redundant connection facilitates the County having a high availability network out to the Internet. This is a very critical operation for the County, as a vast majority of the County s existing websites are hosted internally. Therefore, services are needed twenty four (24) hours a day, seven (7) days a week to serve the customers and citizens of DeKalb County. B. Objectives Due to the complexity of telecommunications, Internet, and cellular billing, it is difficult for County staff to ensure that all of these bills are consistently accurate in all respects. The County desires to enter into an agreement with a firm for the audit of telecommunications, Internet, and cellular expense management services to ensure that the funds paid are for services actually received and the rates charged are correct. Additionally, in order to cut costs while maintaining or enhancing services, the County would like to explore alternative approaches to the provision and management of telecommunications services going forward. To advance these objectives, the County requests proposals for telecommunications expense management and on-demand consulting services. Part I: Telecommunications, Internet, and Cellular Expense Audit Management Services: Selected firm will be required to provide a voice, wireless, security and data telecommunications audit. Selected firm shall audit one year of past bills. These auditing services will be compensation methods on a contingency basis, with compensation to the firm to be paid from the County s documented savings for each service. Telecommunications Internet and cellular auditing of billing for the following services providers: 2
3 AT&T Voice, data, Internet, and cellular services Sprint Internet and cellular services Verizon Cellular services Comcast Business Cable TV Services, Voice, data, and Internet services Part II: On-Demand Consulting Services: Selected firm will offer on-demand telecommunications, Internet, and cellular consulting services at an hourly rate. Selected firm will be asked to prepare an assessment of the County s telecommunications, Internet, and cellular billing processes and procedures along with exploring options for the provision and management of services, provide recommendations for a course of action, and prepare any Requests for Information (RFI s), Requests for Qualifications (RFQ s), or Requests for Proposals (RFP s) requested by the County for the provision and/or management of related telecommunication, Internet, and cellular services. DeKalb County reserves the right to reject any, or all proposals, waive technicalities, and to make an award deemed in its best interest. The County also reserves the right to make multiple awards. II. STATEMENT OF WORK A. Overview 1. Part I: Selected firm will conduct audits of land lines and cellular telephone services; data, Internet, and cellular network services; data security services; equipment leases, rental, and purchases; and maintenance bills and payments made by DeKalb County Government. The intent of this audit is to determine if charges made for telephone, wireless, data network services, data security, equipment lease, rental, and purchase, and maintenance charges are correct, accurate, and in accordance with vendor agreements. After analyzing the County s telecommunications process assets and environmental factors, the selected firm may recommend an effective and efficient expense management software package that will yield the minimum amount of reoccurring cost to the County. Any discrepancies found while performing the audit such as refunds, overpayments, and/or credits are to be noted and outlined in a detailed Discrepancy Report and provided to DeKalb County within (two) 2 business days after the discrepancy has been found. The County will then determine if the selected firm shall contact the provider and negotiate resolution of any discrepancies or if the County will negotiate resolution of the discrepancy. Whether resolution is negotiated by the firm or the County, compensation to the firm will be the same. Audits will encompass one year of past bills. Selected firm will only be compensated for realized savings from previous or current bills. These savings must accrue to the County, through cash or service credits, before any payment to the selected firm will be made. No compensation will be awarded for speculative or future savings. 3
4 The County and the selected firm shall conduct a project kick off meeting and shall mutually agree to the following items: a. Project Managers for both parties. b. Roles and responsibilities for both parties. c. A work plan with tasks and estimated completion for each task. d. Frequency of reporting and information to be included in progress reports for the project. e. Form, format, and process for submittal of pay applications and the supporting detail to be included with each application. The selected firm shall work directly with the telecommunications, Internet, and cellular service vendors in conducting all aspects of this audit, with the exception of resolving discrepancies if the County elects to resolve the discrepancies. The selected firm shall be responsible for obtaining up-to-date Customer Service Records (CSR's) for all accounts. The County shall reserve the right to withhold the audit report from being submitted to the telecommunication, Internet, and cellular service vendors if there is a net undercharge. The selected firm shall submit copies of the written audit for County review and approval prior to submission to telecommunication, Internet, and cellular service vendors for appropriate refunds. 2. Part II: The selected firm shall offer on-demand telecommunications, Internet, and cellular consulting services, at rates set in the firm s proposal. The County does not guarantee the number of projects to be assigned to the selected firm. The County will contact the selected firm when it has determined it will proceed with a project requiring the selected firm s services. Both parties shall mutually agree to a work plan, cost, scope of work, and timeline for the project. Anticipated projects shall accomplish the following: Current State Assessment: Selected firm shall prepare an assessment of the County s current telecommunications, Internet, and cellular state. This assessment should address all services, infrastructure, and use of County and third party personnel relating to voice, data, wireless, and data security, and should include costs associated with the current state. The County may abridge or expand the scope of this assessment as deemed necessary. Recommendations: Selected firm shall prepare a comprehensive recommendation regarding the provision and management of County telecommunications, Internet, and cellular. In preparing these recommendations, selected firm should explore a variety of options to reduce telecommunications, Internet, and cellular costs. Selected firm shall, at a minimum, investigate cost-saving opportunities in the provision of wireless, data, voice, Internet, and cellular, including equipment maintenance and acquisition. Recommendations should include an evaluation of options for third-party management of all County telecommunications, Internet, and cellular including voice, data, wireless, and data security, and shall include costs associated with these options. Selected firm may be asked to explore alternatives to how the County currently provides data, Internet, and cellular network services. 4
5 RFP, RFI, and RFQ Creation: Selected firm shall create, if requested by the County, all Requests for Proposals, Requests for Information, and Requests for Qualifications in conjunction with the recommendations completed in conjunction with this RFP. Selected firm may not bid on, or work as a subcontractor for work resulting from any RFP, RFI, or RFQ created. B. General Requirements 1. The selected firm may have access to confidential information and agrees not to use this for any purpose except as contemplated pursuant to this Agreement. Notwithstanding the foregoing, a party may disclose the other party s confidential information (i) to the extent necessary to comply with any law, rule, regulation or ruling applicable to it; (ii) as appropriate to respond to summons or subpoena applicable to it; or (iii) to the extent necessary to enforce it rights under this Agreement. 2. The selected firm will work on-site or off-site in a manner that will provide maximum benefit to the project. Normal County working hours are 8:30 A.M. to 5:00 P.M., Monday through Friday. The selected firm shall obtain approval from County Project Manager prior to working outside of the County's working hours. 3. The selected firm shall comply with all the County's workplace rules, as well as all other applicable rules and regulations, including, but not limited to, Occupational Safety and Health Administration (OSHA) and State and County Safety and Occupational Health Standards. 4. The DeKalb County Government observes 10 holidays during each calendar year, New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Day following Thanksgiving and Christmas Day. Whenever a legal holiday occurs on Saturday, the previous Friday will be observed. Whenever a legal holiday occurs on Sunday, the Monday following will be observed. For the purpose of this contract, all work will be performed during normal business workdays unless otherwise agreed to in writing. 5. Except in connection with a replacement for cause, the selected firm will not reassign or replace personnel assigned to the project unless the selected firm can demonstrate to the reasonable satisfaction of the County that such reassignment will not have a material adverse effect on the project. Reassignments shall not be done without the County's written consent which shall not be unreasonably withheld or delayed. 6. The County reserves the right to demand that the selected firm remove and replace any personnel assigned to a County project if, in the opinion of the County, such personnel do not possess the skills and experience necessary to render the services or in the event the individuals are not adhering to the County's policies or their actions have an adverse effect on the project. Any replacement of personnel will be at no additional cost to the County. 7. The selected firm will comply with County policies, procedures and requirements with 5
6 respect to access to the County's offices and data. III. PROPOSAL FORMAT Responders are required to submit their proposals in the following format: A. TECHNICAL PROPOSAL (NOTE: DO NOT INCLUDE ANY COSTS OF ANY KIND IN THIS SECTION.) 1. Technical Proposals must be bound and submitted in a sealed envelope(s) or box(s) with the responder s name and Request for Proposals No for Telecommunications Expense Audit And Consulting Services on the outside of each envelope or box. 2. Responder shall complete Attachment A, Proposal Cover Sheet, and include this as the first page of the technical proposal. 3. Description of Services: Part I: Firms shall submit, as a part of their proposal, a detailed work plan that describes the exact approach they intend to take in conducting this audit. This work plan shall clearly state any resource requirements from the County, to include information, space, staff assistance, etc. The work plan shall define the time that shall be required to complete the audit, produce written results, apply for any identified refunds due, and an estimated time to receive those funds.. Part II: Firms shall also submit a detailed work plan that describes their intended approach in assessing the County's telecommunications current state, and developing recommendations to improve the provision and management of those services. This plan should clearly state any resource requirements from the County in addition to those required for Part I of this RFP, including information, space, staff assistance, etc. The work plan shall define the expected time frame to complete the assessment and produce recommendations. 4. Organizational Qualifications: a. Describe your firm's experiences, capabilities, and qualifications for this project. b. Describe your organizational capacity. c. Provide a copy of organization's current, valid business license upon award. d. Provide detailed information for all projects of similar scope performed in the last three years. e. Firms responding to this RFP must sign the attached Telecommunications Audit And Consulting Services Non-Collusion Affidavit attached hereto as Attachment K. 6
7 5. Project Management: a. Describe how the project will be organized and managed; b. Provide information regarding the anticipated use of subcontractors and other vendors. 6. Personnel: a. Identify all team members who will be part of the project by name, title and description of role. b. Include any outside personnel, such as subcontractors or consultant who will be part of the project by name, title and description of role. 7. Financial Responsibility: Responder must provide financial statements (balance sheet, income statement and cash flow statement) for the last three 3 years that evidences that the responder has the financial capacity to perform the scope of work. Failure to submit financial statement information will deem your proposal non-responsive. 8. References: Responder must provide a minimum of five (5) viable references with direct contact information who can verify your experience and ability to perform the type of service listed in the solicitation. References must include company name, contact name, address, address, telephone numbers, project name, and contract period. Failure to submit references with direct contact information may deem your proposal non-responsive. Reference Form and Reference Check Release Statement for projects similar in size and scope to the project specified herein using the Reference and Release Form attached hereto as Attachment B. 9. Provide the following: Are you a DeKalb County Firm? Yes/No. A. Local Small Business Enterprise Ordinance It is the objective of the Chief Executive Officer and Board of Commissioners of DeKalb County to provide maximum practicable opportunity for all businesses to participate in the performance of government contracts, including Local Small Business Enterprises (LSBE), Minority Business Enterprises (MBE) and Women Business Enterprises (WBE). See Attachment D of this RFP. The County s Schedule of Local Small Business Enterprise Participation, Minority Business Enterprise and Women Business Enterprise Opportunity Tracking Form (Exhibit A) and Letter of Intent to Perform as a Subcontractor or Provide Materials or Services (Exhibit B) are included in the Request for Proposal (RFP), along with sample report forms (Exhibit C). The current DeKalb County List of Certified Vendors may be found on the DeKalb County website. For details relative to DeKalb County s Local Small Business Enterprise Ordinance, contact [email protected] and telephone number to
8 In order for a Proposal to be considered, the Schedule of Local Small Business Enterprise Participation, Minority Business Enterprise and Women Business Enterprise Opportunity Tracking Form (Exhibit A) and Letter of Intent to Perform as a Subcontractor or Provide Materials or Services (Exhibit B) must be completed and submitted with responder s proposal. B. Federal Work Authorization Program Contractor and Subcontractor Evidence of Compliance All qualifying contractors and subcontractors performing work with DeKalb County, Georgia must register and participate in the federal work authorization program to verify the work eligibility information of new employees. Successful responder(s) shall be required to register and participate in the federal work authorization program. Responder must submit the Responder Affidavit, Attachment E, be completed and submitted with responder s proposal. C. Cost Proposal 1. The cost proposal must be one (1) original, submitted in a separate, sealed envelope with the responder s name Costs Proposal for Request for Proposals No for Telecommunications Expense Audit And Consulting Services on the outside of the envelope. 2. DO NOT INCLUDE FEES OR COSTS IN ANY AREA OUTSIDE OF THIS COST PROPOSAL. Including fees in any area outside of the Cost Proposal in its separate, sealed envelope will result in Responder s proposal being deemed non-responsive. 3. Responders are required to submit their costs on Attachment F, Cost Proposal Form. Responder shall not alter the cost proposal form. IV. CRITERIA FOR EVALUATION The following evaluation criteria will be used as the basis for the evaluation of proposals. The criteria are listed in order of importance. A. Technical Detailed Work Plan to the Project (35 points) B. Organizational Qualifications (25 points) C. Project Management and Personnel ( 10 points) D. Cost ( 10 points) E. Financial Responsibility (10 points) F. References ( 10 points) G. Local Small Business Enterprise Participation (10 points LSBE/DeKalb, 5 points LSBE/MSA) BONUS H. Optional Interview for Shortlisted Firms 20 points BONUS 8
9 V. CONTRACT ADMINISTRATION A. Submittal Instructions One (1) original Technical Proposal stamped Original and five (5) identical copies of the Technical Proposal; and one (1) copy of the Cost Proposal (see Section III.D. for additional instructions regarding submittal of Cost Proposal) must be submitted to the following address no later than 3:00 p.m. on Tuesday, August 18, DeKalb County Department of Purchasing and Contracting The Maloof Center, 2 nd Floor 1300 Commerce Drive Decatur, Georgia Proposals must be clearly identified on the outside of the envelope with the Responder s name and Request for Proposals No for Telecommunications Expense Audit And Consulting Services. B. Pre-Proposal Conference A pre-proposal conference will be held at The Clark Harrison Building, Conference Room A at 330 West Ponce de Leon Avenue, Decatur, GA at 10:00 to 11:30 on Wednesday, August 5, Interested responders are strongly encouraged to attend and participate in the pre-proposal conference. For information regarding the pre-proposal conference, please contact Sonia Gilbert at [email protected]. C. Questions All questions concerning the Project and requests for interpretation of the Contract may be asked and answered at the pre-proposal conference; however, oral answers are not authoritative. Questions must be submitted to the Department of Purchasing and Contracting in writing by one of the following methods: in person at the Maloof Center, 2 nd Floor, 1300 Commerce Drive, Decatur, Georgia 30030, or via to [email protected], no later than close of business on Friday, August 7, Questions and requests for interpretation received by the Department of Purchasing and Contracting after this date will not receive a response or be the subject of addenda. D. Acknowledgment of Addenda Addenda may be issued in response to changes in the Request for Proposals. Addenda must be acknowledged either in a cover letter or by signing and returning the Addendum form. Acknowledgments must be received no later than the proposal due date. If Acknowledgments are returned with the proposal, they must be submitted with the technical proposal only. Failure to properly acknowledge any Addendum may result in a declaration of non- 9
10 responsiveness by the County Administration. All addendums issued for this project may be found on DeKalb County s website, E. Proposal Duration Proposals submitted in response to this RFP must be valid for a period of One Hundred Twenty (120) days from proposal submission deadline, and must be so marked. F. Project Director The County will designate a Project Director to coordinate this project for the County. The successful responder will perform all work required pursuant to the contract under the direction of and subject to the approval of the designated Project Director. G. Expenses of Preparing Responses to this RFP The County accepts no responsibility for any expenses incurred by the responders to this RFP. Such expenses are to be borne exclusively by the responders. H. Georgia Open Records Act Without regard to any designation made by the person or entity making a submission, DeKalb County considers all information submitted in response to this invitation or request to be a public record that will be disclosed upon request pursuant to the Georgia Open Records Act, O.C.G.A et seq., without consulting or contacting the person or entity making the submission, unless a court order is presented with the submission. You may wish to consult an attorney or obtain legal advice prior to making a submission. I. First Source Jobs Ordinance The DeKalb County First Source Jobs Ordinance requires contractors or beneficiaries entering into any type of agreement with the County, including purchase orders, regardless of what they may be called, for the procurement or disposal of supplies, services, construction projects, professional or consultant services, which is funded in whole or part with County funds or County administered funds in which the contractor is to receive $50,000 or more in County expenditures or committed expenditures and recipient of urban redevelopment action grants or community development block funds administered in the amount of $50,000 or more make a good faith effort to hire DeKalb County residents for at least 50% of jobs using the First Source Registry (candidate database). The work to be performed under this contract is subject to the provisions of the DeKalb County First Source Jobs Ordinance. Please complete the First Source Jobs Ordinance Acknowledgement (Attachment G) and New Employee Tracking Form (Attachment H) and submit with the responder s proposal. The County s First Source Business Service Request Form (Attachment I) and Employment Roster reporting form (Attachment J) are included in the RFP. For more information on the First Source Jobs Ordinance requirement, please contact DeKalb Workforce Development at or
11 J. Business License Responders shall submit a copy of their valid company business license upon award. If the Responder is a Georgia corporation, Responder shall submit a valid county or city business license. If the Responder is not a Georgia corporation, Responder shall submit a certificate of authority to transact business in the state of Georgia and a copy of their valid business license issued by their home jurisdiction. If Responder holds a professional certification which is licensed by the state of Georgia, then Responder shall submit a copy of their valid professional license. Any license submitted in response to this requirement shall be maintained by the Responder for the duration of the contract. K. Standard County Contract The attached sample contract is the County s standard contract document (see Attachment L), which specifically outlines the contractual responsibilities. All responders should thoroughly review the document prior to submitting a proposal. Any proposed revisions to the terms or language of this document must be submitted in writing with the responder s response to the request for proposals. Since proposed revisions may result in a proposal being rejected if the revisions are unacceptable to the County, responders should review any proposed revisions with an officer of the firm having authority to execute the contract. No alterations can be made in the contract after award by the Board of Commissioners. VI. AWARD OF CONTRACT An evaluation committee will review and rate all proposals and may determine an interview list of the firms whose proposals are highest rated based on qualifications and information provided in Section III, Proposal Format, and Section IV, Criteria for Evaluation. Interview listed firms may be scheduled for an oral presentation to the evaluation committee, not to exceed one hour s duration, in order to respond to questions from the evaluation committee relevant to the firm s proposal. The evaluation committee will make its recommendation for award to the DeKalb County Board of Commissioners, who will make the final decision as to award of contract. THE COUNTY RESERVES THE RIGHT TO REJECT ANY AND ALL PROPOSALS, TO WAIVE INFORMALITIES, AND TO RE-ADVERTISE. Sincerely, Sonia Gilbert, Senior Procurement Agent Department of Purchasing and Contracting 11
12 Attachment A: Attachment B: Attachment C: Attachment D: Attachment E: Attachment F: Attachment G: Attachment H: Attachment I: Attachment J: Attachment K: Attachment L: Proposal Cover Sheet Reference and Release Form (Prime) Reference and Release Form (Subcontractor) LSBE/MBE/WBE Opportunity Tracking Form Responder Affidavit Cost Proposal (consists of 3 pages) First Source Jobs Ordinance Acknowledgement New Employee Tracking Form Business Service Request Form Employment Roster Non-Collusion Affidavit Sample Standard County Contract 12
13 REQUIRED DOCUMENTS CHECKLIST Responder shall complete and submit the following documents with Responder s proposal. Attachment F, Cost Proposal Form (3 pages), shall be submitted in a separate sealed envelope in accordance with the RFP, Section III.D. All other documents are to be submitted in Responder s Technical Proposal. Title Proposal Page No. Cost Proposal (consists of 3 pages) Proposal Cover Sheet Reference and Release Form (Prime) Reference and Release Form (Subcontractor) LSBE/MBE/WBE Opportunity Tracking Form Responder Affidavit First Source Jobs Ordinance Acknowledgement New Employee Tracking Form Acknowledgements for all addenda issued to this RFP Non-Collusion Affidavit Exceptions to Contract (in any) 13
14 ATTACHMENT A PROPOSAL COVER SHEET NOTE: Read all instructions, conditions and specifications in detail before completing this Request for Proposal. Please complete and include this cover sheet with your technical proposal. Company Name Federal Tax ID# Complete Primary Address County City Zip Code Mailing Address (if different) City State Zip Code Contact Person Name and Title Address Company Website Address Telephone Number (include area code) Fax Number (include area code) Type of Organization (check one) Corporation Joint Venture Proprietorship Government Proposals for RFP # , TELECOMMMUNICATIONS EXPENSE AUDIT AND CONSULTING SERVICES described herein will be received in the Purchasing & Contracting Department, Room 2 nd Floor, The Maloof Center, 1300 Commerce Drive, Decatur, Georgia on Tuesday, August 18, 2015 until 3:00 p.m. (EST). Proposals shall be marked in accordance with the RFP, Section V, Item A. CAUTION: The Decatur Postmaster will not deliver certified or Special Delivery Mail to specific addresses within DeKalb County Government. When sending bids or time sensitive documents, you may want to consider a courier that will deliver to specific addresses. Proposal Cover Sheet should be signed by a representative of Proposer with the authority to bind Proposer to all terms, conditions, services, and financial responsibilities in the submitted Proposal. Authorized Representative Signature(s) Type or Print Name(s) Title(s) Date 14
15 ATTACHMENT B REFERENCE AND RELEASE FORM (PRIME) List below five (5) references, including company name, contact name, address, address, telephone numbers and contract period who can verify your experience and ability to perform the type of service listed in the solicitation. Company Name Contact Person Name and Title Contract Period Telephone Number (include area code) Complete Primary Address City State Zip Code Address Fax Number (include area code) Project Name Company Name Contact Person Name and Title Contract Period Telephone Number (include area code) Complete Primary Address City State Zip Code Address Fax Number (include area code) Project Name Company Name Contact Person Name and Title Contract Period Telephone Number (include area code) Complete Primary Address City State Zip Code Address Fax Number (include area code) Project Name 15
16 ATTACHMENT B REFERENCE AND RELEASE FORM (PRIME) Company Name Contact Person Name and Title Contract Period Telephone Number (include area code) Complete Primary Address City State Zip Code Address Fax Number (include area code) Project Name Company Name Contact Person Name and Title Contract Period Telephone Number (include area code) Complete Primary Address City State Zip Code Address Fax Number (include area code) Project Name REFERENCE CHECK RELEASE STATEMENT You are authorized to contact the references provided above for purposes of this RFP. Signed Title (Authorized Signature of Proposer) Company Name Date 16
17 ATTACHMENT C REFERENCE AND RELEASE FORM (SUBCONTRACTOR) List below five (5) references, including company name, contact name, address, address, telephone numbers and contract period who can verify your experience and ability to perform the type of service listed in the solicitation. Company Name Contact Person Name and Title Contract Period Telephone Number (include area code) Complete Primary Address City State Zip Code Address Fax Number (include area code) Project Name Company Name Contact Person Name and Title Contract Period Telephone Number (include area code) Complete Primary Address City State Zip Code Address Fax Number (include area code) Project Name Company Name Contact Person Name and Title Contract Period Telephone Number (include area code) Complete Primary Address City State Zip Code Address Fax Number (include area code) Project Name 17
18 ATTACHMENT C REFERENCE AND RELEASE FORM (SUBCONTRACTOR) Company Name Contact Person Name and Title Contract Period Telephone Number (include area code) Complete Primary Address City State Zip Code Address Fax Number (include area code) Project Name Company Name Contact Person Name and Title Contract Period Telephone Number (include area code) Complete Primary Address City State Zip Code Address Fax Number (include area code) Project Name REFERENCE CHECK RELEASE STATEMENT You are authorized to contact the references provided above for purposes of this RFP. Signed Title (Authorized Signature of Responder) Company Name Date 18
19 Purchasing & Contracting Form No. 7, Page 1 Rev ATTACHMENT D SCHEDULE OF LOCAL SMALL BUSINESS ENTERPRISE PARTICIPATION MINORITY BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE OPPORTUNITY TRACKING FORM The Chief Executive Officer and the Board of Commissioners of DeKalb County believe that it is important to encourage the participation of small and local businesses in the continuing business of County government; and that the participation of these types of businesses in procurement will strengthen the overall economic fabric of DeKalb County, contribute to the County s economy and tax base, and provide employment to local residents. Therefore, the Chief Executive Officer and the Board of Commissioners have made the success of local small businesses a permanent goal of DeKalb County by implementing the Local Small Business Enterprise Ordinance. PROVISIONS OF LOCAL SMALL BUSINESS ENTERPRISE (LSBE) ORDINANCE Amount of LSBE Participation Required 20% of Total Award LSBE Within DeKalb (LSBE- DeKalb) LSBE Outside DeKalb (LSBE- MSA) Request For Proposals (RFP) Ten (10) Percentage Points Five (5) Percentage Points Invitations To Bid (ITB) Ten (10) Percent Preference Five (5) Percent Preference Certified Local Small Business Enterprises (LSBEs) located within DeKalb County and prime contractors utilizing LSBEs that are locally-based inside DeKalb County shall receive ten (10) percentage points in the initial evaluation of their response to any Request for Proposal and a ten (10) percent preference on all responses to any Invitation to Bid. Certified LSBEs located outside of DeKalb County but within the ten (10) County Metropolitan Statistical Area (MSA) consisting of Cherokee, Clayton, Cobb, DeKalb, Douglas, Fayette, Fulton, Gwinnett, Henry and Rockdale Counties shall receive five (5) percentage points in the initial evaluation of their response to any Request for Proposal and a five (5) percent preference on all responses to any Invitation to Bid. For all qualified sealed solicitations, the Director of Purchasing and Contracting, DeKalb County Government, shall determine if the bidder/proposer has included written documentation showing that at least twenty percent (20%) of the total contract award will be performed by a certified LSBE. This written documentation shall be in the form of a notarized Schedule of LSBE Participation (Attached hereto as Exhibit A.) For all contracts, a signed letter of intent from all certified LSBEs describing the work, material, equipment and/or services to be 19
20 performed or provided by the LSBE(s) and the agreed upon dollar value shall be due with the bid or proposal documents and included with Exhibit A. The certified vendor list compiled by the Contract Compliance Division, Purchasing and Contracting Department, DeKalb County Government establishes the group of Certified LSBE s from which the bidder/proposer must solicit subcontractors for LSBE participation. Contractors failing to meet the LSBE benchmark must document and demonstrate Good Faith Efforts in accordance with the attached Checklist for Good Faith Efforts portion of Exhibit A. Failure to achieve the LSBE benchmark or demonstrate good faith efforts may result in a bid or proposal being rejected. The notarized Schedule of LSBE Participation shall be due and submitted with each bid or proposal. Failure to complete and submit the notarized Schedule of LSBE Participation will result in a bid or proposal being rejected. Upon award, Prime Contractors are required to submit a report detailing LSBE/Sub-Contractor usage with each request for payment and not less than on a monthly basis. Prime Contractors are also required to certify that all sub-contractors have been paid within seven (7) days of the Prime s receipt of payment from the County. Failure to provide requested reports/documentation may constitute a material breach of contract, entitling the County to terminate the Contract for default or pursue other remedies. LSBE sub-contractors must submit a detailed report of their sub-contracting activity for each County contract they participate in. Sample Report Forms are attached as Exhibit C. For eligible bids over $5,000,000.00, The Director of Purchasing and Contracting or designee will determine if the Mentor-Protégé provision of the Ordinance will apply. It is the objective of the Chief Executive Officer and Board of Commissioners of DeKalb County to provide maximum practicable opportunity for all businesses to participate in the performance of government contracts, including Local Small Business Enterprises (LSBE), Minority Business Enterprises (MBE) and Women Business Enterprises (WBE). To achieve this purpose, the County would like to track and record information about participating vendors. The attached Exhibit A, also records who performs work and renders services to the County. Contractors are requested to indicate whether they are a LSBE, MBE or WBE and list the level of participation by subcontractors designated as such on each solicitation.
21 EXHIBIT A SCHEDULE OF LOCAL SMALL BUSINESS ENTERPRISE PARTICIPATION MINORITY/WOMEN BUSINESS ENTERPRISE OPPORTUNITY TRACKING FORM As specified, Bidders and Proposers are to present the details of LSBE, MBE AND WBE participation below: PRIME BIDDER/PROPOSER SOLICITATION NUMBER: RFP No TITLE OF UNIT OF WORK Telecommunications Expense Audit And Consulting Services 1. My firm, as the prime bidder/proposer on this unit of work, is a certified (check all that apply): LSBE-DeKalb LSBE-MSA MBE WBE. 2. If you are a Certified LSBE, MBE or WBE, please indicate below the portion of work (including the percentage of the amount bid/proposal) that your firm will carry out directly:. 3. If the prime bidder/proposer is a joint venture, please describe below the nature of the joint venture and level of work and financial participation to be provided by the LSBE, MBE or WBE joint venture firm. 4. List the LSBE, MBE, and/or WBE subcontractors and/or firms (including suppliers) to be utilized in this contract, if awarded. No changes can be made in the subcontractors listed below without the prior written approval of the County. Copy the following page and list additional subcontractors, if necessary. Please attach a signed letter of intent from all certified LSBEs describing the work, materials, equipment or services to be performed and/or provided and the agreed upon dollar value. A Letter of Intent form is attached hereto as Exhibit B. Name of Company Address Telephone Fax Contact Person Indicate all that apply and attach proof of certification: LSBE-DeKalb/LSBE-MSA/MBE/WBE Description of services to be performed Percentage of work or estimated contract award amount to be performed Name of Company
22 Address Telephone Fax Contact Person Indicate all that apply and attach proof of certification: LSBE-DeKalb/LSBE-MSA/MBE/WBE Description of services to be performed Percentage of work or estimated contract award amount to be performed Name of Company Address Telephone Fax Contact Person Indicate all that apply and attach proof of certification: LSBE-DeKalb/LSBE-MSA/MBE/WBE Description of services to be performed Percentage of work or estimated contract award amount to be performed Name of Company Address Telephone Fax Contact Person Indicate all that apply and attach proof of certification: LSBE-DeKalb/LSBE-MSA/MBE/WBE Description of services to be performed Percentage of work or estimated contract award amount to be performed
23 DEKALB COUNTY CHECKLIST FOR GOOD FAITH EFFORTS A bidder/proposer that does not meet the County s LSBE participation benchmark is required to demonstrate that it made good faith efforts. Please indicate whether or not any of these actions were taken: Yes No Description of Actions 1. Advertisement for solicitation of Local Small Business Enterprises in general circulation media, trade association publications, and minority-focus media, to provide notice of sub-contracting opportunities. 2. Advertisement in general circulation media at least seven (7) calendar days prior to bid or proposal opening any and all sub-contractor opportunities. Proof of advertisement must be submitted with the bid or proposal. 3. Provided interested LSBEs with timely, adequate information about the plans, specification, and other such requirements of the contract to facilitate their quotation and conducted follow up to initial solicitations. 4. Provided written notice to LSBEs that their interest in sub-contracting opportunities or furnishing supplies is solicited. Provide a contact log showing the name, address, and contact number (phone or fax) used to contact the proposed certified subcontractors, nature of work requested for quote, date of contact, the name and title of the person making the effort and the amount of the quoted price if one was obtained. 5. Efforts were made to divide the work for LSBE subcontracting areas likely to be successful and to identify portions of work available to LSBEs consistent with their availability. Include a list of divisions of work not subcontracted and the corresponding reasons for not including them. The ability or desire of a bidder/proposer to perform the contract work with its own organization does not relieve it of the responsibility to make good faith efforts on all scopes of work subject to subcontracting.
24 6. Efforts were made to assist potential LSBE subcontractors meet bonding, insurance, or other governmental contracting requirements. Where feasible, facilitating the leasing of supplies or equipment when they are of such a specialized nature that the LSBE could not readily and economically obtain them in the marketplace. 7. Utilization of services of available minority community organizations, minority contractor groups and other organizations that provide assistance in the recruitment and placement of LSBEs. 8. Communication with the Contract Compliance Division seeking assistance in identifying available LSBEs. 9. Explored Joint venture opportunities. 10. Other Actions (specify): Please explain all no answers above (by number): This list is a guideline and by no means exhaustive. The County will review these efforts, along with other documents, to assess the bidder/proposer s efforts to meet the County s LSBE Participation benchmark. If you require assistance in identifying certified, bona fide LSBEs, please contact the Purchasing and Contracting Department, Contract Compliance Division at A copy of the list of LSBEs certified by the DeKalb County Government, Purchasing and Contracting Department, Contract Compliance Division is available on our website at
25 DEKALB COUNTY LOCAL SMALL BUSINESS ENTERPRISE SCHEDULE OF PARTICIPATION MINORITY/WOMEN BUSINESS ENTERPRISE OPPORTUNITY TRACKING FORM Bidder/Proposer Statement of Compliance Bidder(s)/Proposer(s) hereby state that they have read and understand the requirements and conditions as set forth in the objectives and that reasonable effort were made to support the County in providing the maximum practicable opportunity for the utilization of LSBEs consistent with the efficient and economical performance of this contract. The Bidder and any subcontractors shall file compliance reports at reasonable times and intervals with the County in the form and to the extent prescribed by the Director of DeKalb County Purchasing and Contracting Department. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of Contractors and their subcontractors. 1. Non-Discrimination Policy a. During the performance of this agreement, Contractor agrees to conform to the following Non-Discrimination Policy adopted by the County. b. Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, or disability. The Contractor will take action to ensure that applicants are employed, and the employees are treated during employment without regard to their race, color, religion, sex, national origin, or disability. Such action shall include, but not be limited to, the following: (1) Employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places available to employees and applicants for employment, notices to be provided setting forth provisions of this non-discrimination clause. (2) Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of Contractor; state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, or disability. c. Without limiting the foregoing, Contractor shall not discriminate on the basis of disability in the admission or access to, or treatment or employment in, the programs and activities, which form the subject of the contract. The Contractor will take action to ensure that applicants for participation in such programs and activities are considered without regard to disability. Such action shall include, but not be limited to, the following: (1) Contractor agrees to post in conspicuous places available to participants in its programs and activities notices to be provided setting forth the provisions of this non-discrimination clause.
26 (2) Contractor shall, in all solicitations or advertisements for programs or activities, which are the subject of the contract, state that all qualified applicants will receive consideration for participation without regard to disability. 2. Commitment The undersigned certifies that he/she has read, understands, and agrees to be bound by the bid specifications, including the accompanying Exhibits and other terms and conditions of the Invitation to Bid and/or Request for Proposal regarding LSBE utilization. The undersigned further certifies that he/she is legally authorized by the bidder or responder to make the statements and representations in Exhibit A and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s) with the LSBE(s) listed in this Exhibit A, which are deemed by the owner to be legitimate and responsible LSBEs. Said agreement(s) shall be for the work and contract with the County. The undersigned understands and agrees that if any of the statements and representations are made by the Bidder knowing them to be false, or if there is a failure of the successful Bidder (i.e., Contractor) to implement any of the stated agreements, intentions, objectives, goals and commitments set forth herein without prior approval of the County, then in any such events the contractor s act or failure to act, as the case may be, shall constitute a material breach of contract, entitling the County to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights and remedies the County may have for other defaults under the Contract. Additionally, the Contractor will be subject to the loss of any future contract awards by the County for a period of one year. Firm Name (Please Print): Firm s Officer: (Authorized Signature and Title Required) Date Sworn to and subscribed to before me this day of, 201. Notary Public My Commission Expires:
27 Instructions: EXHIBIT B LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR PROVIDING MATERIALS OR SERVICES 1. Complete the form in its entirety and submit with bid documents. 2. Please be advised that LSBEs cannot be removed from a project without pre-approval from Contract Compliance. 3. Executed contracts between the Prime and LSBEs must be submitted with the bid documents. Such contracts shall include a statement that the contract will become effective only upon approval of the contract between the County and the Prime. To: (Name of Prime Contractor Firm) From: LSBE DeKalb LSBE MSA MBE WBE (Name of Subcontractor Firm) (Check all that apply) ITB Number: insert Project Name: insert The undersigned subcontractor is prepared to perform the following described work or provide materials or services in connection with the above project (specify in detail particular work items, materials, or services to be performed or provided). Description of Materials or Services Project Commence Date % of Contract Award Estimated Dollar Amount Prime Contractor Sub-contractor Signature: Signature: Title: Date: Title: Date:
28
29
30 ATTACHMENT E RESPONDER AFFIDAVIT By executing this affidavit, the undersigned verifies its compliance with O.C.G.A , as amended, stating affirmatively that the responder submitting a bid to DEKALB COUNTY, GA, a political subdivision of the State of Georgia, has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L ], in accordance with the applicability provisions and deadlines established in O.C.G.A , as amended]. Responder s Name Federal Work Authorization Enrollment Date BY: Authorized Officer or Agent Title of Authorized Officer or Agent of Bidder Identification Number Printed Name of Authorized Officer or Agent Address (*do not include a post office box) SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF, 20 Notary Public My Commission Expires:
31 ATTACHMENT F COST PROPOSAL FORM (Consisting of three (3) pages) TELECOMMUNICATIONS AUDIT AND CONSULTING SERVICES Responder: Please complete the attached pages of the Cost Proposal Form, and return them with this cover page. The cost proposal must be submitted in a separate, sealed envelope with the Responder s name and Request for Proposals No , TELECOMMUNICATIONS EXPENSE AUDIT AND CONSULTING SERVICES clearly identified on the outside of the envelope. By signing this page, Responder acknowledges that he has carefully examined and fully understands the Contract, Scope of Work, and other attached documents, and hereby agrees that if his proposal is accepted, he will contract with DeKalb County according to the Request for Proposal documents. Please provide the following information: Name of Firm: Address: Contact Person Submitting Proposal: Title of Contact Person: Telephone Number: Fax Number: Address: Signature of Contact Person Title of Contact Person
32 COST PROPOSAL FORM Responder: State the requested percentage for all costs, direct and indirect, administrative costs, and all things necessary for providing services for a one (1) year agreement with three (3) optional one (1) year renewal terms for Telecommunications Audit And Consulting Services. I. Fee Based on Cost and Recovered (Contingency Fee): % II. Consulting Services: Hourly rates must be all inclusive including all travel, supplies, or similar charges. Labor Category Labor Rate Schedule HOURLY LABOR RATES CONTRACT YEAR Year (1) Option -1 Option -2 Option Consultant
33 III. Telecommunications Expense Management Software: (OPTIONAL) After analyzing the County s telecommunications process assets and environmental factors, the selected firm may recommend an effective and efficient expense management software package that will yield the minimum amount of reoccurring cost to the County. Description SaaS (Y/N) Cost Annual Maintenance Software Professional Installation Services Training Other - Describe Signature/Title: Printed Name: Company: Date:
34 ATTACHMENT G First Source Jobs Ordinance Acknowledgement Contract No. The DeKalb County First Source Ordinance requires contractors or beneficiaries of eligible projects entering into any type of agreement with the County, including purchase orders, regardless of what they may be called, for the procurement or disposal of supplies, services, construction projects, professional or consultant services, which is funded in whole or part with County funds or County administered funds in which the contractor is to receive $50,000 or more in County expenditures or committed expenditures and recipient of urban redevelopment action grants or community development block funds administered in the amount of $50,000 or more to make a good faith effort to hire DeKalb County residents for at least 50% of jobs created using the First Source Registry (candidate database) within one hundred twenty (120) days of contract execution. The work to be performed under this contract is subject to the provisions of the DeKalb County First Source Jobs Ordinance. All contractors will be asked to submit an Employment Roster and/or copies of active payroll registers on a monthly basis to verify compliance. The undersigned acknowledges and agrees to comply with the provisions of the DeKalb County First Source Jobs Ordinance. CONTRACTOR OR BENEFICIARY INFORMATION: Contractor or Beneficiary Name (Signature) Contractor or Beneficiary Name (Printed) Title Telephone Name of Business Please answer the following questions: 1. How many job openings do you anticipate filling related to this contract? 2. How many incumbents/existing employees will retain jobs due to this contract? DeKalb Residents: Non-DeKalb Residents: 3. How many work hours per week constitutes Full Time employment? Please return this form to DeKalb Workforce Development, fax (404) or to [email protected]. DeKalb Workforce Development 774 Jordan Lane, Building #4, Decatur, GA (404) An Equal Opportunity Employer/Program and auxiliary aids and services are available upon request to individuals with disabilities.
35 ATTACHMENT H NEW EMPLOYEE TRACKING FORM Name of Bidder Address Phone Number Fax Number Do you anticipate hiring from the First Source Candidate Registry? Y or N (Circle one) If so, the approximate number of employees you anticipate hiring: Type of Position (s) you anticipate hiring: (List position title, one position per line) Attach job description per job title: The number you anticipate hiring: Timeline Please return this form to 1st Source, DeKalb Workforce Development, fax (404) or to [email protected]
36
37
38 ATTACHMENT K TELECOMMUNICATIONS EXPENSE AUDIT AND CONSULTING SERVICES NON-COLLUSION AFFIDAVIT I, of the City of, in the County of, and the State of, of full age, being duly sworn according to law on my oath depose and say that: I am of the firm of The respondent making the proposal for the above named Contract, and that I executed the said proposal with full authority so to do; that said bidder has not, directly or indirectly, entered into any agreement, participate in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above named Contract; and that all statements contained in said proposal and in this affidavit are true and correct, and made with full knowledge that the County of DeKalb relied upon the truth of the statements contained in said Proposal and in the statements contained in this affidavit in awarding the Contract for the said proposal. I further warrant that no person or selling agency has been employed or retained to solicit or secure such Contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except bonafide employees or bonafide established commercial or selling agencies maintained by (Name of Vendor) Subscribed and sworn to before me This day of, 20. (Signature of Notary Public) Notary Public of My Commission expires, 20
39 ATTACHMENT L SAMPLE STANDARD COUNTY CONTRACT AGREEMENT FOR PROFESSIONAL SERVICES DEKALB COUNTY, GEORGIA PROJECT NO THIS AGREEMENT made as of this day of, 20, (hereinafter called the execution date ) by and between DEKALB COUNTY, a political subdivision of the State of Georgia (hereinafter referred to as the County ), and, an organized and existing under the laws of the State of, with offices in County, (hereinafter referred to as Contractor ), shall constitute the terms and conditions under which the Contractor shall provide Telecommunications Expense Audit and Consulting Services) in DeKalb County, Georgia. WITNESSETH: That for and in consideration of the mutual covenants and agreements herein set forth, the County and the Contractor hereby agree as follows: ARTICLE I. CONTRACT TERM The Contractor shall commence the Work under this Contract within ten (10) days from the acknowledgement of receipt of the Notice to Proceed ( Commencement Date ). The Initial Term of this Agreement shall be for twelve (12) calendar months, beginning on the Commencement Date. This annual contract comes with three (3) options to renew. Prior to the expiration of the Initial Term, the parties have the option to renew this agreement for a First annual Renewal Term of twelve (12) calendar months. Prior to the expiration of the First Annual Renewal Term, the parties have the option to renew this Agreement for a Second Annual Renewal Term of twelve (12) calendar months. Prior to the expiration of the Second Annual Renewal Term, the parties have the option to renew this Agreement for a Third Annual Renewal Term of twelve (12) calendar months. Without further action by either party, this Agreement will terminate at the end of the Initial Term or at the end of each annual renewal term, unless terminated under another provision of this Contract. Each option to renew must be exercised prior to the beginning of each annual Renewal Term and, is only effective upon adoption and approval by the DeKalb County Governing Authority and the Contractor in accordance with the terms of this Contract.
40 ARTICLE II. PAYMENT As full payment for the faithful performance of this Contract, the County shall pay the Contractor, the Contract Price, which is an amount not to exceed ($ ), unless changed by written Change Order in accordance with the terms of this Contract. The term Change Order includes the term amendment and shall mean a written order authorizing a change in the Work, and an adjustment in Contract Price to Contractor or the Contract Term, as adopted and approved by the Contractor and the DeKalb County Governing Authority, or the Chief Executive Officer, if exempted from Governing Authority adoption and approval in accordance with the express terms of this Contract. The County s Chief Executive Officer or his/her designee shall have the authority to approve and execute all change orders to contracts up to an absolute value of 20% of the original contract, provided the total change order amount is less than $100, If the original contract or purchase order price does not exceed $100,000.00, but the change order will make the total price of the contract exceed $100,000.00, then the change order requires approval by official action of the Governing Authority. Change orders to contracts that did not require official action of the Governing Authority upon the original execution thereof and which amend the scope of work, term, time and/or total cost not exceeding $100,000.00, may be approved by the Chief Executive Officer or his designee(s) in the same manner as the original contract. Amounts paid to the Contractor shall comply with and not exceed Attachment 1, the Contractor s Cost Proposal, consisting of page(s) attached hereto and incorporated herein by reference. Payment is to be made no later than thirty (30) days after submittal of undisputed invoice. Invoice(s) must be submitted as follows: A. Original invoice(s) must be submitted to: DeKalb County, Georgia Accounting Services 1300 Commerce Drive, 3 rd Floor Decatur, Georgia B. A copy of the invoice(s) must be submitted to: Fire Rescue Department Attention: Fiscal Officer 1950 West Exchange Place Tucker, GA 30084
41 C. A copy of the invoice(s) must be submitted with completed Prime Contractor LSBE (Local Small Business Enterprise) Utilization Report and LSBE Sub-Contractor Report to: Contract Compliance Division DeKalb County Purchasing & Contracting 1300 Commerce Drive, 2 nd Floor Decatur, Georgia ARTICLE III. SCOPE OF WORK The Contractor agrees to provide all services in accordance with the County s Request for Proposals (RFP) No Telecommunications Expense Audit And Consulting Services, attached hereto as Appendix I and incorporated herein by reference, and the Contractor s response thereto, attached hereto as Appendix II and incorporated herein by reference. The Contractor s services shall include all things, personnel, and materials necessary to accomplish specific projects authorized by the County. Specific Work Authorizations will have precedence over any interpretation within the Contract. ARTICLE IV. GENERAL CONDITIONS A. Accuracy of Work. The Contractor shall be responsible for the accuracy of the Work and any error and/or omission made by the Contractor in any phase of the Work under this Agreement. B. Additional Work. The County shall in no way be held liable for any work performed under this section which has not first been approved in writing by the County in the manner required by applicable law and/or the terms of this Contract. The County may at any time order changes within the scope of the Work without invalidating the Contract upon seven (7) days written notice to the Contractor. The Contractor shall proceed with the performance of any changes in the Work so ordered by the County unless such change entitles the Contractor to a change in Contract Price, and/or Contract Term, in which event the Contractor shall give the County written notice thereof within fifteen (15) days after the receipt of the ordered change, and the Contractor shall not execute such changes until it receives an executed Change Order from the County. No extra cost or extension of time shall be allowed unless approved by the County and authorized by execution of a Change Order. The parties execution of any Change Order constitutes a final settlement of all matters relating to the change in the Work which is the subject of the Change Order. The County shall not be liable for payment for any work performed under this section which has not first been approved in writing by the County in the manner required by applicable law and/or the terms of this Contract.
42 C. Ownership of Documents. All documents, including drawings, estimates, specifications, and data are and remain the property of the County. The Contractor agrees that the County may reuse any and all plans, specifications, drawings, estimates, or any other data or documents described herein in its sole discretion without first obtaining permission of the Contractor and without any payment of any monies to the Contractor therefore. However, any reuse of the documents by the County on a different site shall be at its risk and the Contractor shall have no liability where such documents are reused. D. Successors and Assigns. The Contractor agrees it shall not sublet, assign, transfer, pledge, convey, sell, or otherwise dispose of the whole or any part of this Contract or his right, title, or interest therein to any person, firm, or corporation without the previous written consent of the County. If the County consents to any such assignment or transfer, then the Contractor binds itself, its partners, successors and assigns to all covenants of this Contract. Nothing contained in this Contract shall create, nor be interpreted to create privity, or any other relationship whatsoever, between the County and any person, or entity or than Contractor. E. Reviews and Acceptance. Work performed by the Contractor shall be subject to review and acceptance in stages as required by the County. Acceptance shall not relieve the Contractor of its professional obligation to correct, at his own expense, any errors in the Work. F. Termination of Agreement. The Contractor understands and agrees that the date of the beginning of Work, rate of progress, and time for completion of the Work are essential conditions of this Contract. The County may, for its own convenience and at its sole option, without cause and without prejudice to any other right or remedy of County, elect to terminate the Contract by delivering to the Contractor, at the address listed in the Notices article of this Contract, a written notice of termination specifying the effective date of termination. Such notice shall be delivered to Contractor at least thirty (30) days prior to the effective date of termination. If Contractor s services are terminated by the County, the termination will not affect any rights or remedies of the County then existing or which may thereafter accrue against Contractor or its surety. In case of termination of this Contract before completion of the Work, Contractor will be paid only for the portion of the Work satisfactorily performed through the effective date of termination as determined by the County. Neither party shall be entitled to recover lost profits, special, consequential or punitive damages, attorney s fees or costs from the other party to this Contract for any reason whatsoever. This Contract shall not be deemed to provide any third-party with any remedy, claim, right of action, or
43 other right. The parties obligations pursuant to this Section shall survive any acceptance of Work, or termination or expiration of this Contract. G. Indemnification Agreement. The Contractor shall be responsible from the execution date or from the time of the beginning of the Work, whichever shall be the earlier, for all injury or damage of any kind resulting from the Work, to persons or property, including employees and property of the County. The Contractor shall exonerate, indemnify, and save harmless the County, its elected officials, officers, employees, agents and servants, hereinafter collectively referred to in this Section as the County indemnities, from and against all claims or actions based upon or arising out of any damage or injury (including without limitation any injury or death to persons and any damage to property) caused by or sustained in connection with the performance of this Contract or by conditions created thereby or arising out of or any way connected with Work performed under this Contract, as well as all expenses incidental to the defense of any such claims, litigation, and actions. Furthermore, Contractor shall assume and pay for, without cost to the County indemnities, the defense of any and all claims, litigation, and actions suffered through any act or omission of the Contractor, or any Subcontractor, or anyone directly or indirectly employed by or under the supervision of any of them. Notwithstanding any language or provision in this Contract, Contractor shall not be required to indemnify any County Indemnities against claims, actions, or expenses based upon or arising out of the County Indemnities sole negligence. As between the County indemnities and the Contractor as the other party, the Contractor shall assume responsibility and liability for any damage, loss, or injury, including death, of any kind or nature whatever to person or property, resulting from any kind of claim made by Contractor s employees, agents, vendors, Suppliers or Subcontractors caused by or resulting from the performance of Work under this Contract, or caused by or resulting from any error, omission, or the negligent or intentional act of the Contractor, vendors, Suppliers, or Subcontractors, or any of their officers, agents, servants, or employees. The Contractor shall defend, indemnify, and hold harmless the County indemnities from and against any and all claims, loss, damage, charge, or expense to which they or any of them may be put or subjected by reason of any such damage, loss, or injury. The Contractor expressly agrees to provide a full and complete defense against any claims brought or actions filed against the County Indemnities, where such claim or action involves, in whole or in part, the subject of the indemnity contained in this Contract, whether such claims or actions are rightfully or wrongfully brought or filed. The County has the sole discretion to choose the counsel who will provide the defense. No provision of this Contract and nothing herein shall be construed as creating any individual or personal liability on the part of any elected official, officer, employee, agent or servant of the
44 County, nor shall the Contract be construed as giving any rights or benefits hereunder to anyone other than the parties to this Contract. The parties obligations pursuant to this Section shall survive any acceptance of Work, or termination or expiration of this Contract. H. Insurance. Prior to commencing work, Contractor shall, at its sole expense, procure and maintain insurance of the types and in the amounts described below from insurer(s) authorized to transact business in the state where the work or operations will be performed by Contractor. Such insurance shall be placed with admitted insurers that maintain an A.M. Best's rating of not less than A (Excellent) with a Financial Size Category of VII or better with coverage forms acceptable to Contractor. The insurance described below shall be maintained uninterrupted for the duration of the project, including any warranty periods, and shall protect Contractor, and others as required by contract, for liabilities in connection with work performed by or on behalf of Contractor, its agents, representatives, employees or Contractors. 1. Certificates of Insurance in companies doing business in Georgia and acceptable to the County covering: (a) Statutory Workers Compensation Insurance, or proof that Contractor is not required to provide such coverage under State law; (b) Professional Liability Insurance on the Contractor s services in this Agreement with limit of $1,000,000; (c) Commercial General Liability Insurance covering all operations with combined single limit of $1,000,000; (d) Comprehensive Automobile Liability Insurance with form coverage for all owned, non-owned and hired vehicles with combined single limit of $500,000. (e) Umbrella or Excess Insurance is acceptable to meet the minimum limits whenever there is an insurer licensed to do business in Georgia which is providing at least the first $100,000 of primary coverage. (f) Fidelity Bond in the total amount of the Agreement. 2. Certificates of Insurance must be executed in accordance with the following provisions: (a) Certificates to contain policy number, policy limits, and policy expiration date of all policies issued in accordance with this Agreement;
45 (b) Certificates to contain the location and operations to which the insurance applies; (c) Certificates to contain Contractor s protective coverage for any subcontractor s operations; (d) Certificates to contain Contractor s contractual liability insurance coverage; (e) Certificates are to be issued to: DeKalb County, Georgia Director of Purchasing & Contracting The Maloof Center, 2 nd Floor 1300 Commerce Drive Decatur, Georgia The Contractor shall be wholly responsible for securing certificates of insurance coverage as set forth above from all subcontractors who are engaged in this work. 4. The Contractor agrees to carry statutory Workers Compensation Insurance and to have all subcontractors likewise carry statutory Workers Compensation Insurance. 5. Contractor agrees to waive all rights of subrogation and other rights of recovery against the County and its officers and shall cause each Subcontractor to waive all rights of subrogation for all coverage. 6. Failure of the County to demand such certificate or other evidence of full compliance with these insurance requirements or failure of the County to identify a deficiency from evidence provided will not be construed as a waiver of the Contractor s obligation to maintain such coverage. Contractor understands and agrees that the purchase of insurance in no way limits the liability of the Contractor. 7. Certificates shall state that the policy or policies shall not expire, be cancelled or altered without at least sixty (60) days prior written notice to the County. Policies and Certificates of Insurance listing the County and its officers as additional insureds (except for workers compensation insurance) shall conform to all terms and conditions (including coverage of the indemnification and hold harmless agreement) contained in this Contract. 8. If the County shall so request, the Contractor will furnish the County for its inspection and approval such policies of insurance with all endorsements, or confirmed specimens thereof certified by the insurance company to be true and correct copies. Contractor shall be responsible and have the financial wherewithal to cover any deductibles or retentions included on the certificate of insurance.
46 I. Georgia Laws Govern. The laws of the State of Georgia shall govern the construction of this Contract without regard for conflicts of laws. Should any provision of this Contract require judicial interpretation, it is agreed that the court interpreting or construing the same shall not apply a presumption that the terms hereof shall be more strictly construed against one party, by reason of the rule of construction, that a document is to be construed more strictly against the party who itself or through its agent prepared same; it being agreed that the agents of all parties have participated in the preparation hereof, and all parties have had an adequate opportunity to consult with legal counsel. In interpreting this Contract in its entirety, the printed provisions of this Contract, and any additions written or typed hereon, shall be given equal weight, and there shall be no inference by operation of law or otherwise; that any provision of this Contract shall be construed against either party hereto. J. Venue. This Agreement shall be deemed to have been made and performed in DeKalb County, Georgia. For the purposes of venue, all suits or causes of action arising out of this Agreement shall be brought in the courts of DeKalb County, Georgia. K. Contractor and Subcontractor Evidence of Compliance; Federal Work Authorization. Pursuant to O.C.G.A , the County cannot enter into a contract for the physical performance of services unless the Contractor, its Subcontractor(s) and sub-subcontractor(s), as that term is defined by state law, register and participate in the Federal Work Authorization Program to verify specific information on all new employees. Contractor certifies that it has complied and will continue to comply throughout the Contract Term with O.C.G.A and any related and applicable Georgia Department of Labor Rule. Contractor agrees to sign an affidavit evidencing its compliance with O.C.G.A The signed affidavit is attached to this Contract as Attachment 2. Contractor agrees that in the event it employs or contracts with any Subcontractor(s) in connection with this Contract, Contractor will secure from each Subcontractor an affidavit that certifies the Subcontractor s current and continuing compliance with O.C.G.A throughout the Contract Term. Any signed Subcontractor affidavit(s) obtained in connection with this Contract shall be attached hereto as Attachment 3. Each Subcontractor agrees that in the event it employs or contracts with any sub-subcontractor(s), each Subcontractor will secure from each sub-subcontractor an affidavit that certifies the sub-subcontractor s current and continuing compliance with O.C.G.A throughout the Contract Term. Any signed sub-subcontractor affidavit(s) obtained in connection with this Contract shall be attached hereto as Attachment 4. L. County Representative. The County may designate a representative through whom the Contractor will contact the County. In the event of such designation, said representative shall be consulted and his written recommendation obtained before any request for extra work is presented to
47 the County. Payments to the Contractor shall be made only upon itemized bill submitted to and approved by said representative. M. Contractor s Status. The Contractor will supervise and direct the Work, including the Work of all Subcontractors. Only persons skilled in the type of work which they are to perform shall be employed. The Contractor shall, at all times, maintain discipline and good order among his employees, and shall not employ any unfit person or persons or anyone unskilled in the work assigned him. The relationship between the County and the Contractor shall be that of owner and independent contractor. Other than the consideration set forth herein, the Contractor, its officers, agents, servants, employees, and any Subcontractors shall not be entitled to any County employee benefits including, but not limited to social security, insurance, paid annual leave, sick leave, worker's compensation, free parking or retirement benefits. All services provided by Contractor shall be by employees of Contractor or its Subcontractors and subject to supervision by Contractor. No officer or employee of Contractor or any Subcontractor shall be deemed an officer or employee of the County. Personnel policies, tax responsibilities, social security payments, health insurance, employee benefits and other administrative policies, procedures or requirements applicable to the Work or services rendered under this Contract shall be those of the Contractor, not the County. N. Georgia Open Records Act. Contractor will be expected to comply with the applicable provisions of the Georgia Open Records Act, O.C.G.A et seq. O. First Source Jobs Ordinance and Preferred Employees. The DeKalb County First Source Jobs Ordinance requires contractors or beneficiaries entering into any type of agreement with the County, including purchase orders, regardless of what they may be called, for the procurement or disposal of supplies, services, construction projects, professional or consultant services, which is funded in whole or part with County funds or County administered funds in which the contractor is to receive $50,000 or more in County expenditures or committed expenditures and recipient of urban redevelopment action grants or community development block funds administered in the amount of $50,000 or more make a good faith effort to hire DeKalb County residents for at least 50% of jobs using the First Source Registry (candidate database). The work to be performed under this contract is subject to the provisions of the DeKalb County First Source Jobs Ordinance. For more information on the First Source Jobs Ordinance requirement, please contact DeKalb Workforce Development at or P. Business License. Contractor shall submit a copy of its current, valid business license with this Contract. If the Contractor is a Georgia corporation, Contractor shall submit a valid county or city business license. If Contractor is a joint venture, Contractor shall submit valid business licenses
48 for each member of the joint venture. If the Contractor is not a Georgia corporation, Contractor shall submit a certificate of authority to transact business in the state of Georgia and a copy of its current, valid business license issued by its home jurisdiction. If Contractor holds a professional license, then Contractor shall submit a copy of the valid professional license. Failure to provide the business license, certificate of authority, or professional license required by this section, may result in the Contract being terminated. Contractor shall ensure that any insurance, license, permit or certificate submitted in response to the County s RFP or as part of the Contract shall be current and valid when submitted, and shall remain valid, current and maintained in good standing for the Contract Term. Q. Sole Agreement. This Contract constitutes the sole contract between the County and the Contractor. The terms, conditions, and requirements of this Contract may not be modified, except by Change Order. No verbal agreement or conversation with any officer, agent, or employee of the County, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations herein contained. No representations, oral or written, shall be binding on the parties unless expressly incorporated herein. No Change Order shall be enforceable unless approved by official action of the County as provided by law or in this Contract. R. Attachments and Appendices. This Contract includes the following Attachments and Appendices all of which are incorporated herein by reference: Attachment 1, Contractor s Cost Proposal; Attachment 2, Contractor s Affidavit; Attachment 3, Subcontractor s Affidavit(s); Attachment 4, Sub-subcontractor s Affidavit(s); and Attachment 5, Certificate of Corporate Authority or Joint Venture Certificate, Appendix I, County s RFP; Appendix II, Contractor s Response. S. Severability. If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or circumstances, other than those as to which it is held invalid, shall not be affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent permitted by law. T. Notices. Any notice or consent required to be given by or on behalf of any party hereto to any other party hereto shall be in writing and shall be sent to the County s Chief Executive Officer and the Executive Assistant or to the Contractor or his authorized representative on the work site by (a) registered or certified United States mail, return receipt requested, postage prepaid, (b) personal delivery, or (c) overnight courier service. All notices sent to the addresses listed below shall be binding unless said address is changed in writing no less than fourteen days before such notice is sent. Future changes in address shall be effective upon written notice being given by the Contractor
49 to the County s Executive Assistant or by the County to the Contractor s authorized representative via certified first class U.S. mail, return receipt requested. Such notices will be addressed as follows: If to the County: Chief Executive Officer 1300 Commerce Drive, 6 th Floor Decatur, Georgia And Executive Assistant 1300 Commerce Drive, 6 th Floor Decatur, Georgia With a copy to: With a copy to: Director of the Department of Purchasing and Contracting 1300 Commerce Drive, 2 nd Floor Decatur, Georgia Director of the Finance Department 1300 Commerce Drive, 6 th Floor Decatur, Georgia If to the Contractor: With a copy to: U. Counterparts. This Contract may be executed in several counterparts, each of which shall be deemed an original, and all such counterparts together shall constitute one and the same Contract. V. Controlling Provisions. The Contract for this Project shall govern the Work. If any portion of the Contract shall be in conflict with any other portion, the various documents comprising the Contract shall govern in the following order of precedence: Contract, Change Orders or modifications issued after execution of the Contract; the provisions of the County s RFP; and the Contractor s Response thereto.
50 [SIGNATURES CONTINUE ON NEXT PAGE]
51 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in three counterparts, each to be considered as an original by their authorized representative. CONTRACTOR S LEGAL NAME DEKALB COUNTY, GEORGIA By: Signature Name (Typed or Printed) (SEAL) by Dir.(SEAL) LEE MAY Interim Chief Executive Officer DeKalb County, Georgia Title Date Federal Tax I.D. Number ATTEST: ATTEST: Signature Name (Typed or Printed) BARBARA H. SANDERS, CCC, CMC Clerk of the Chief Executive Officer and Board of Commissioners of DeKalb County, Georgia Title APPROVED AS TO SUBSTANCE: APPROVED AS TO FORM: Department Director County Attorney Signature County Attorney Name (Typed or Printed)
52 ATTACHMENT 2 SAMPLE STANDARD COUNTY CONTRACT Contractor Affidavit under O.C.G.A By executing this affidavit, the undersigned Contractor verifies its compliance with O.C.G.A , stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services on behalf of DEKALB COUNTY has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A Furthermore, the undersigned Contractor will continue to use the federal work authorization program throughout the Contract Term and the undersigned Contractor will contract for the physical performance of services in satisfaction of such contract only with Subcontractors who present an affidavit to the Contractor with the information required by O.C.G.A Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Name of Contractor Name of Project DeKalb County, Georgia Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on, 20 in (city), (state). By: Signature of Authorized Officer or Agent Printed Name and Title of Authorized Officer or Agent Subscribed and Sworn before m on this the day of, 20. NOTARY PUBLIC My Commission Expires:
53 ATTACHMENT 3 SAMPLE STANDARD COUNTY Subcontractor Affidavit under O.C.G.A By executing this affidavit, the undersigned Subcontractor verifies its compliance with O.C.G.A , stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services under a contract with (insert name of Contractor) on behalf of DEKALB COUNTY, GEORGIA has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A Furthermore, the undersigned Subcontractor will continue to use the federal work authorization program throughout the contract period and the undersigned subcontractor will contract for the physical performance of services in satisfaction of such contract only with sub-subcontractors who present an affidavit to the Subcontractor with the information required by O.C.G.A Additionally, the undersigned Subcontractor will forward notice of the receipt of an affidavit from a sub-subcontractor to the Contractor within five business days of receipt. If the undersigned Subcontractor receives notice that a sub-subcontractor has received an affidavit from any other contracted sub-subcontractor, the undersigned Subcontractor must forward, within five business days of receipt, a copy of the notice to the Contractor. Subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Name of Subcontractor Telecommunications Expense Audit And Consulting Services Name of Project DeKalb County, Georgia Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on, 20 in (city), (state). By: Signature of Authorized Officer or Agent Printed Name and Title of Authorized Officer or Agent Subscribed and Sworn before me on this the day of, 20. NOTARY PUBLIC My Commission Expires: 2
54 ATTACHMENT 4 SAMPLE STANDARD COUNTY Sub-subcontractor Affidavit under O.C.G.A By executing this affidavit, the undersigned sub-subcontractor verifies its compliance with O.C.G.A , stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services under a contract for (name of subcontractor or sub-subcontractor with whom such sub-subcontractor has privity of contract) and (name of Contractor) on behalf of DEKALB COUNTY, GEORGIA has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A Furthermore, the undersigned subsubcontractor will continue to use the federal work authorization program throughout the contract period and the undersigned sub-subcontractor will contract for the physical performance of services in satisfaction of such contract only with sub-subcontractors who present an affidavit to the subsubcontractor with the information required by O.C.G.A (b). The undersigned subsubcontractor shall submit, at the time of such contract, this affidavit to (name of Subcontractor or sub-subcontractor with whom such sub-subcontractor has privity of contract). Additionally, the undersigned sub-subcontractor will forward notice of the receipt of any affidavit from a sub-subcontractor to (name of Subcontractor or sub-subcontractor with whom such subsubcontractor has privity of contract). Sub-subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Name of Sub-subcontractor Telecommunications Expense Audit And Consulting Services Name of Project DeKalb County, Georgia Name of Public Employer that the foregoing is true and correct. Executed on, 20 in (city), (state). By: Signature of Authorized Officer or Agent Printed Name and Title of Authorized Officer or Agent Subscribed and Sworn before me on this the Day of, 20. NOTARY PUBLIC My Commission Expires: 3
55 ATTACHMENT 5 SAMPLE STANDARD COUNTY CERTIFICATE OF CORPORATE RESOLUTION I,, certify the following: That I am the duly elected and authorized Secretary of (hereinafter referred to as the ), an organized and incorporated to do business under the laws of the State of ; That said corporation has, through lawful resolution of the Board of Directors of the corporation, duly authorized and directed, in his official capacity as of the corporation, to enter into and execute the following described agreement with DeKalb County, a political subdivision of the State of Georgia: Telecommunications Expense Audit And Consulting Services; That the foregoing Resolution of the Board of Directors has not been rescinded, modified, amended, or otherwise changed in any way since the adoption thereof, and is in full force and effect on the date hereof. IN WITNESS WHEREOF, I have set my hand and corporate seal; This the day of, 20. (CORPORATE SEAL) (Secretary) 4
56 5
57 6
58 7
59 8
60 9
61 10
REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES
CITY OF LINDEN REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES CITY OF LINDEN Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 9:30 AM November 13, 2014 10:00 a.m.
ATLANTA PUBLIC SCHOOLS
Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT
BOROUGH OF KENILWORTH
BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS
1. Provide advice and opinions regarding workers compensation issues, as needed;
Town of West New York Requests Proposals ( RFP ) From Law Firms Interested in Serving as Workers Compensation Counsel for the Town of West New York For the Period January 1, 2016 through December 31, 2016
TOWNSHIP OF BERKELEY HEIGHTS
TOWNSHIP OF BERKELEY HEIGHTS REQUEST FOR PROPOSALFOR TAX ATTORNEY SERVICES Township of Berkeley Heights Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 10:00 A.M. DEBEMBER 5,
REQUEST 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.
COUNTY OF UNION, NEW JERSEY
CITY OF ELIZABETH, COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS Insurance Consultant Contract Term Fiscal Year (July 1, 2015 through June 30, 2016) SUBMISSION DEADLINE 4:00 P.M. Friday JUNE 26,
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
Minority and Women Business Enterprises (MBE/WBE) Program
Minority and Women Business Enterprises (MBE/WBE) Program The Indiana Department of Transportation will ensure that all certified Minority and Women s Business Enterprises (MBE/WBE) will be afforded full
CHAPTER 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
REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS
SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
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
MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT
MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT ( Agreement ) is entered into as of, 20, by and among ( General Contractor ), having
OSWEGO COUNTY PURCHASING DEPARTMENT
Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: [email protected]
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL for BANKING SERVICES BOROUGH OF CALDWELL Prepared by: Borough of Caldwell 1 Provost Square Caldwell, NJ January 26, 2016 Borough of Caldwell County of Essex State of New Jersey NOTICE
Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE
Request for Quote Inland Lakes School Indian River, Michigan For Phone System BID PACKAGE The deadline for sealed bids is May 26, 2016 at 12:00 PM at the following location: Inland Lakes School 4363 South
REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015
REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT August 10, 2015 The City of Rome, Georgia is requesting proposals from qualified firms to provide Check Processing
STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS
MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC
HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015
HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015 REQUEST FOR PROPOSALS FOR SCHOOL DISTRICT HEALTH INSURANCE BROKER SERVICES Notice is hereby
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
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request
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
COUNTY OF UNION, NEW JERSEY
CITY OF ELIZABETH COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS FINANCIAL ADVISORARY SERVICES Contract Term 2017 State Fiscal Year (Ending June 30, 2017) SUBMISSION DEADLINE 11:00 A.M. MAY 12,
Town of Guttenberg Hudson County, NJ Notice for R.F.Q. and R.F.P. (Request for Qualifications) (Request for Proposals)
Town of Guttenberg Hudson County, NJ Notice for R.F.Q. and R.F.P. (Request for Qualifications) (Request for Proposals) Request for Qualifications/ Requests for Proposals will be received by the Town Clerk
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
REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES
REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES DEVELOPMENT AUTHORITY OF FULTON COUNTY 141 PRYOR STREET S.W., SUITE 1031 ATLANTA, GEORGIA 30303 DATE RE-ISSUED JANUARY 21, 2014 RESPONSES DUE
REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT
REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT BOROUGH of PINE HILL SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 11, 2012 10:00 A.M. ADDRESS ALL PROPOSALS TO: JENNICA BILECI,
TOWNSHIP OF CRANFORD OFFICE OF THE TOWNSHIP CLERK 8 SPRINGFIELD AVENUE CRANFORD, NEW JERSEY 07016. Tara Rowley, RMC Municipal Clerk
TOWNSHIP OF CRANFORD OFFICE OF THE TOWNSHIP CLERK 8 SPRINGFIELD AVENUE CRANFORD, NEW JERSEY 07016 Tara Rowley, RMC Municipal Clerk PHONE 908-709-7210 FAX 908-276-4859 EMAIL [email protected] The
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
DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES
DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES TOWNSHIP OF WEST NEW YORK FACTS AND FIGURES West New York Township is a legal, governmental entity. Its governing body consists
REQUEST FOR QUOTATION For MOVING SERVICES FOR CHATHAM COUNTY SUPERIOR COURT AND STATE COURT
REQUEST FOR QUOTATION For MOVING SERVICES FOR CHATHAM COUNTY SUPERIOR COURT AND STATE COURT QUOTE NUMBER: 14-0118-3 The Number Must Appear On All Quotations and Related Correspondence. Quotation must be
N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")
N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP") January 7, 2016 N.I.C.E. Community School District A. Instructions REQUEST FOR PROPOSAL FOR PRELIMINARY
City of Mobile Community Planning and Development. REQUEST FOR PROPOSALS (Time is of Essence, Project is Low Budget) PUBLIC NOTICE
City of Mobile Community Planning and Development P. O. BOX 1827 Mobile, AL 36633-1827 PH: (251) 208-6294 REQUEST FOR PROPOSALS (Time is of Essence, Project is Low Budget) PUBLIC NOTICE DATE: July 19,
SCRANTON, PA 18503 (570) 963-6800
REQUEST FOR PROPOSALS FOR GRANT WRITING SERVICES FOR ENVIRONMENTAL ASSESSMENTS OF BROWNFIELD SITES PROPOSAL FORMAT AND SCOPE OF SERVICES PROPOSALS TO BE SUBMITTED BY 10:00 AM, MONDAY, SEPTEMBER 29, 2014
NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY
NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY Please be advised that the Mount Laurel Library will accept proposals for a
TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014
TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY Qualification Period January 1, 2014 December 31, 2014 SUBMISSION DEADLINE 3:30 p.m., November 15, 2013 ADDRESS
Borough of Jamesburg
Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough
THE HUDSON COUNTY IMPROVEMENT AUTHORITY AFFIRMATIVE ACTION COMPLIANCE/MANDATORY EEO LANGUAGE N.J.S.A.
APPENDIX E-13 THE HUDSON COUNTY IMPROVEMENT AUTHORITY AFFIRMATIVE ACTION COMPLIANCE/MANDATORY EEO LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27 CONSTRUCTION CONTRACTS This form is
MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND
MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint
Solicitation Information February 26, 2016
Solicitation Information February 26, 2016 RFP#7550347 TITLE: SEARCH FOR AFFORDABLE CARE ACT TAX REPORTING SOLUTION Submission Deadline: Monday, March 21, 2016 @ 11:30 AM (Eastern Time) Questions concerning
REQUEST FOR PROPOSALS ADVERTISING SERVICES
LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS ADVERTISING SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation d/b/a Empire
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RISK MANAGEMENT CONSULTANT & INSURANCE BROKER OF RECORD SERVICES ISSUE DATE: December 18, 2014 DUE DATE: January 9, 2015 Issued by: Edward Cho, QPA Purchasing Agent Township of Montclair
PROPOSAL FOR RISK MANAGEMENT CONSULTANT
PROPOSAL FOR RISK MANAGEMENT CONSULTANT Wantage Township is seeking proposals through the fair and open process as set forth in the State of New Jersey s Pay to Play legislation for the position of Risk
REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY
REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY Required for use by: Illinois International Port District (IIPD)
MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND
PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint
Exhibit D CONTRACT DOCUMENTS
Exhibit D CONTRACT DOCUMENTS Table of Contents: PUBLIC CONSTRUCTION BOND... 1 CONTRACT... 3 CONSENT OF SURETY TO FINAL PAYMENT... 7 PROPOSAL/BID BOND... 8 AFFIDAVIT... 9 NON COLLUSION AFFIDAVIT... 10 SCRUTINIZED
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day
REQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS The Town of Ayer s Department of Planning & Development seeks proposals from qualified consultants to provide the following services in the Town of Ayer: INFRASTRUCTURE PROJECT CONSULTANT
DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES
Town of West New York Requests Proposals From Individuals/Firms Interested in Providing EMS Billing Services for the Town of West New York For the Period January 1, 2016 through December 31, 2016 Introduction
All necessary documents can be downloaded from the official Guttenberg website, www.guttenbergnj.org
TOWN OF GUTTENBERG REQUEST FOR QUALIFICATIONS FROM EMPLOYEE PAYROLL FIRMS INTERESTED IN SERVING AS EMPLOYEE PAYROLL SERVICE TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2015 TO DECEMBER 31, 2015
RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM
REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:
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
Tax Credit Consultant
Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 Request for Proposals Tax Credit Consultant Proposals due by 2:00 PM on March 26,
CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID
CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID ITB # 1002 ITEM: Storage Area Network Equipment, Installation & Support DEADLINE: Friday, February
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
AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT. Name of Offeror/Proposer:
AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT Name of Offeror/Proposer: Address: Contracting Agency/Owner: Contract (Project) Title
Voice over IP (VoIP) Telecommunications Solution REQUEST-FOR-PROPOSAL
RFP 2014-2 Clinic Locations: 15774 State Street, Hillman, MI 49746 11899 Michigan 32, Atlanta, MI 49709 205 S Bradley Hwy, Rogers City, MI 49779 21258 Michigan 68 Hwy, Onaway, MI 49765 4549 Michigan 33,
Each interested firm shall submit the following information: 3. Experience related to representation of public entities;
TOWN OF GUTTENBERG REQUEST FOR QUALIFICATIONS FROM TELEPHONE SUPPORT FIRMS INTERESTED IN PROVIDING TELEPHONE CONSULTING SERVICES TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2016 TO DECEMBER
Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald
LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch
PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015
PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 Project Description: The Regional Transit Authority of New
Each interested firm shall submit the following information: 4 Experience related to representation of public entities;
TOWN OF GUTTENBERG REQUEST FOR QUALIFICATIONS FROM FIRMS INTERESTED IN SERVING AS INSURANCE CONSULTANT TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2015 TO DECEMBER 31, 2015 Introduction The
REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431)
REQUEST FOR PROPOSALS: Internet Access Service For: Peach County School District (BEN: 127431) Project Objectives: 1.0 Objective: Peach County Schools is seeking qualified responses for a managed 100.0
Puget Sound Regional Council
Puget Sound Regional Council PSRC Request for Qualifications for Legal Services Consultant Services Solicited by the Puget Sound Regional Council Released: November 12, 2009 Submissions Due: 4:30pm, November
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
Request for Proposal For Health Insurance Brokerage Services
Request for Proposal For Health Insurance Brokerage Services To Be Received on or Before June 16, 2015 at 10:00 AM prevailing time. Send to the Attention of: Mr. Jonathan Houdart School Business Administrator/Board
COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS
COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS A. PURPOSE: The Collingswood Board of Education is seeking proposals through the EUS procurement process
Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services
Detroit Land Bank Authority Request for Qualifications: As Needed Legal Services RFQ NUMBER: 02-09-2015 DATE ISSUED: Request for Qualifications As Needed Legal Services Page 2 REQUEST FOR QUALIFICATIONS
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
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
Ocoee, FL July 01, 2016 Advertisement No. 1
BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software
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
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement
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
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 [email protected] REQUEST FOR PROPOSAL NO. RFP09503
BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM
BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING
ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION
ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION Notice is hereby given that the Duckett Creek Sanitary District will receive sealed proposals at the Duckett
TOWN OF HARRISON PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT FOR THE PERIOD OF JANUARY 1, 2016 THROUGH DECEMBER 31, 2016
TOWN OF HARRISON PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT FOR THE PERIOD OF JANUARY 1, 2016 THROUGH DECEMBER 31, 2016 NOTICE IS HEREBY GIVEN that sealed submissions will be received
REQUEST FOR QUOTATION Quote #30-452-1808 CAR WASH PUMP REPLACEMENT (This Is Not A Sealed Bid)
Purchasing Division 211 West Oakley Street Flint, Michigan 48503 Ph: 810.767.4920 Fax: 810.767.4405 Quotations will be received by the Purchasing Division of Genesee County Road Commission, until 1:45
REQUEST FOR PROPOSALS WEBSITE DESIGN AND MAINTENANCE SERVICES
LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS WEBSITE DESIGN AND MAINTENANCE SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation
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
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
Request for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
Air Conditioning Maintenance Services
Town of Lauderdale-By-The-Sea REQUEST FOR PROPOSAL No. 14-05-01 Air Conditioning Maintenance Services RFP OPENING: July 29, 2014 2:00P.M. Town Hall 4501 Ocean Drive Lauderdale-By-The-Sea, FL 33308 acs
Small Public Work Contract
City of Bellevue 450 110 th Ave. NE Bellevue, WA 98004 Small Public Work Contract City of Bellevue Contract Identification Information: Contract Title: This CONTRACT is entered into the date
SHORT FORM For Use by presently certified firms.
Economic Development Department Minority and Women-Owned Business Enterprise Certification Application SHORT FORM For Use by presently certified firms. M/WBE Certification Application, Short Form Rev.
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
State Health Benefit Plan Procurement Policy
State Health Benefit Plan Procurement Policy 1. Introduction 1.1 Purpose The mission of the Department of Community Health (DCH) Office of Procurement Services (OPS) is to obtain quality goods and services
