REQUEST FOR PROPOSAL



Similar documents
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

CITY OF BONITA SPRINGS, FLORIDA RFP #

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval

City of Kirkland, WA - Contract For Aircraft Industry

BENEFITS TO THE CITIES. May 11, 2006

CITY OF ANN ARBOR & COUNTY OF WASHTENAW Information Technology Services Unit - Service Delivery Manager Service Agreement

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP


INDEPENDENT CONTRACTOR SERVICES AGREEMENT

Solicitation Addendum

THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No KMC

Kirkland Tourism Program Request for Qualifications Marketing and Public Relations Consultant Job # CMO

City of Boulder, Colorado. Request for Proposals RFQ # Pest Control

COUNTY ADMINISTRATOR 220 NORTH MAIN STREET, P.O. BOX 8645 ANN ARBOR, MICHIGAN (734) FAX (734)

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

(954) ) The Westin Diplomat Resort and Spa website (954) Shopping. Specifications

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE

City of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # FAC

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

FREIGHT FORCE, INC. (FLORIDA FREIGHT) 8437 NW 72ND ST MIAMI, FL Cities Served by - MIA [Order by City, State, Zip, Zone]

Film Policy Cedar Hill, Texas

CITY OF LEAWOOD. Independent Contractor Agreement

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

Document Scanning Services JOB NO PB

INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

CITY OF BROOKHAVEN INVITATION TO BID NUMBER ARMORED CAR SERVICES

REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000)


Stephenson County, Illinois

STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF WEBB

Office of Contracts Administration Purchasing

REQUEST FOR PROPOSAL (RFP) AMBULANCE SERVICES TO PROVIDE SERVICE IN THE AREA COVERED BY THE PLEASANT VALLEY AMBULANCE DISTRICT (OCTOBER, 2012)

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF FORT BEND FULL RELEASE, INDEMNIFICATION, AND REQUIREMENT FOR LIABILITY INSURANCE

KALEIDA HEALTH INSURANCE REQUIREMENTS SERVICE PROVIDERS. Bodily Injury and Property Damage Limit occurrence. General Aggregate $2,000,000

Air Conditioning Maintenance Services

Appendix J Contractor s Insurance Requirements

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

ADDENDUM # 1. Revised Due Date Now 4/29/2014, no later than 11:00 AM (Originally due on 4/22/2014, no later than 11:00 AM)

BRITISH SOCCER CAMP A G R E E M E N T

Request for Qualifications (RFQ) Number PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

Request for Statements of Qualifications # for Electric Motor Repair

NORTH CAROLINA ) ) MERSCHEL PLAZA LIMITED ACCESS AGREEMENT FORSYTH COUNTY )

CONSULTANT AGREEMENT

We would like to welcome you as a new customer of XFINITY Home!

EXHIBIT D INSURANCE REQUIREMENTS

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and

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

14RFP00721B-WL, Small Business Market Availability Study

Department of Purchasing & Contract Compliance

Invitation for Bid. For. Bank Courier Services

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

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

CONSULTING AGREEMENT between THE BOARD OF REGENTS OF THE UNIVERSITY SYSTEM OF GEORGIA BY AND ON BEHALF OF THE UNIVERSITY OF GEORGIA and

REQUEST FOR PROPOSALS For HEALTH INSURANCE BROKER SERVICES. FOR THE County of Baldwin, Alabama

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

Insurance Market Solutions Group, LLC Sub-Producer Agreement

TOWN OF SCITUATE MASSACHUSETTS

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

UNIVERSITY OF NEVADA, LAS VEGAS Master Agreement Agreement No.

AGREEMENT EMENT FOR PROFESSIONAL SERVICES Fixed Price Form of Agreement

Name of Event: Sponsoring Organization: Name of Person Responsible for application: Address of Organization: Phone: Event Contact during event

Department of Purchasing & Contract Compliance

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

We would like to welcome you as a new customer of XFINITY Home!

REQUEST FOR LETTER OF INTEREST For Lobbying Services for City Mayor and Council Office CM QSP

SAMPLE RESPONSIBLE OFFICERS.

Vendor Insurance Requirements Revised

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

RFQ # CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

CONTRACT BETWEEN WASHTENAW COMMUNITY HEALTH ORGANIZATION (WCHO) AND NAME OF CONTRACTOR

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

New Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion

Requirements for Qualifications Package Submittals

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT)

Planning Services Division September 2005 Number 38

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

Baldwin County Commission Request for Proposal (RFP) Closed Captioning Services

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

Request for Information Non-Electronic Health Record Vendors

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA

INDEPENDENT CONTRACTORS AGREEMENT

CHAPTER 1 0 INSURANCES

Limited Agency/Company Agreement

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

CITY OF KIRKLAND. REQUEST FOR PROPOSALS Jail Cell Phone Services JOB NO PD

CONSULTANT AGREEMENT WITNESSETH. Recitals:

Split System Air Conditioning System Replacement at Area 3 Maintenance Facility

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

Transcription:

REQUEST FOR PROPOSAL I NATURE OF PROPOSAL The Town of Davie, acting as lead agency for the Broward Governmental Cooperative Purchasing Group invites qualified firms or individuals to submit a proposal along with statements of qualifications and experience, a rate schedule including cost per image, 16mm and 35mm microfilming, roll film, duplicating, various methods of indexing, jacketing, preparation of documents, destruction of records, and pickup and delivery for off-site as well as on-site microfilming, a complete list of all equipment, number of employees and a list of at least three (3) references for consideration to provide microfilming services which may include, but not be limited to, the following: A. Microfilming of Resolutions, Ordinances, agendae, minutes, personnel files, property files/appraisals for the Town Clerk s Office. B. Microfilming of various documents for the Building Division. C. Microfilming of various records in the Police Department. D. Microfilming of various records in the Fire Department. The successful contractor will be required to prepare the records for microfilming. In addition, the contractor may be required to destroy records upon authorization by the appropriate personnel within each entity. The successful contractor will meet all the requirements of the Rules of the Department of State, Division of Library and Information Services, Chapter 1B-26, Records Management-Standards and Requirements concerning the microfilming of public records. The co-op selection committee reserves the right to inspect the facilities of any contractor in contention to be awarded this contract. All microfilming shall be done on silver gelatin type on polyester based film with diazo ammonia processed for duplicates. Should the participating entity determine that there is a need to review any documents which are in the possession of the successful contractor for microfilming purposes, the successful contractor shall coordinate with the entity to arrange for the review of said documents. The microfilm should be in a format that would make a later conversion to CD-Rom format achievable. Indexing and coding of the microfilm should likewise be done with an eye towards subsequent conversion to CD-Rom format.

This is a cooperative Request For Proposal issued by the Town of Davie on behalf of the participating agencies referenced herein. Any reference in this document to a single entity shall apply to all participating entities referenced in this Request For Proposal. The terms and conditions of the individual contracts and/or purchase orders including, but not limited to provisions regarding invoicing, individual delivery points, delivery instructions, and insurance requirements shall be established individually by each participating governmental entity prior to award. MUNICIPALITIES AND OTHER GOVERNMENTAL ENTITIES WHICH ARE NOT MEMBERS OF THE BROWARD CO-OP PURCHASING GROUP ARE STRICTLY PROHIBITED FROM UTILIZING ANY CONTRACT OR PURCHASE ORDER RESULTING FROM THIS SOLICITATION. HOWEVER, OTHER CO-OP MEMBERS MAY PARTICIPATE IN THIS CONTRACT DURING THE RENEWAL PERIOD PROVIDED IT IS ACCEPTABLE TO THE VENDOR(S). Some of the co-op members may currently have a contract in place for the services listed herein. Those entities may participate at the expiration of their current contracts. II SELECTION PROCESS The Town will accept proposals through 2 p.m. on Tuesday, August 25, 1998. Proposals will be reviewed by a committee made up of co-op members. This committee will short list and may interview candidates deemed to be the most highly qualified to perform the required services. Cost of services will be considered along with other criteria listed above. In no event will price be the sole consideration in selecting the most highly qualified firm(s) or individuals. The short listed firms will be given a representative sample of the type of documents that they will be asked to handle during this contract. The shortlisted firms will microfilm the sample documents and bring the finished product with them to the oral presentation. The co-op selection committee reserves the right to have an independent third party firm check density, resolution, etc. The committee will make a recommendation to the Town Council, which will make the final decision by resolution at a future date. III. INFORMATION For further information proposers should contact Herb Hyman, Procurement Manager at 797-1016. IV. TERM OF CONTRACT Proposers will be submitting proposals for a three (3) year contract. The contract may be renewed for up to three 1 year terms by mutual agreement of the parties.

V. PARTICIPATING AGENCIES Town of Davie City of Fort Lauderdale City of Tamarac City of Coral Springs City of Hallandale City of Pompano Beach City of Margate City of North Miami City of Deerfield Beach City of Parkland City of Coconut Creek The following entities are Co-op members and may participate pursuant to the provisions of Section I of this specification: City of Plantation Port Everglades Authority Broward County City of Oakland Park City of Miramar City of North Lauderdale City of Cooper City City of Boca Raton Dade County Public Schools City of Dania HRS. State of Florida, District 10 City of Lauderdale Lakes Miami-Dade Community College City of Opa-Locka Broward County Sheriff City of Wilton Manors Broward Community College City of Pembroke Pines City of Lauderhill City of Sunrise City of Hollywood Broward County Courthouse City of Homestead Housing Authority, Fort Lauderdale City of Lauderdale-by-the-Sea City of Lighthouse Point Miami Shores Village South Florida State Hospitals VI. QUANTITIES The participating co-op members estimate the yearly usage to be approximately 1500 boxes of documents per year. However, the actual quantities may vary from this estimate and the co-op offers no guarantee of actual usage. Each participating agency will avail themselves of the resulting contract as their respective budgets allow. VII. CONFIDENTIALITY Each participating agency will be supplying original documents. All originally supplied documents to be microfilmed are strictly confidential and must be carefully safeguarded. Safeguards against theft, loss, and /or damage must be maintained at the highest levels. The contractor will be held responsible for lost, stolen, and/or damaged original documents. The contractor will be fined up to $1,000.00/document for any lost, stolen, or damaged documents. No unauthorized reproduction or distribution of any participating agency document will be permitted.

VIII. ADDITIONS AND/OR DELETIONS OF SERVICES The Town may require additional services, and services of a similar nature, during the contract term which are not specifically listed herein. The contractor agrees to provide such services and shall provide pricing consistent with the established pricing (i.e. use the same formula or methodology). If the prices or terms offered are not acceptable to the Town, and an agreement cannot be reached, the Town reserves the right to procure these services from other qualified contractors or to cancel the contract upon written notice. IX. INSPECTION A sample of the various documents to be microfilmed is available for inspection by contacting the appropriate co-op member for each participating agency. A complete co-op address and phone list has been provided for you with this document. X. TESTS/REPORTS A Methylene Blue Test shall be performed by the Contractor on every 10th roll of microfilm (or with every new batch of processing chemicals, whichever occurs more frequently) to ensure residual standards are being met in accordance with ANSI standards for residual thiosulfate levels. A monthly report is to be submitted to the appropriate person within each entity. This report should document the average density of both original silver and diazo duplicate rolls of microfilm, as well as the Methylene Blue test results for the original silver rolls of film. This report should minimally include such identifying information as: date filmed, roll number, date of methylene blue test and test results and number of images/documents filmed on each roll of film. XI. DEADLINES Deadlines may vary from one entity to the next. The successful contractor shall be responsible for meeting any deadlines imposed by each participating agency. XII. RETAKES If the Town determines that any document is not legible due to the duplication process, that roll is to be reduplicated and reinspected at the sole expense of the contractor. Any image that is not legible due to improper filming shall be retaken, spliced into its proper location on the original silver roll of film and then duplicated onto a solid silver roll of film without splices at the sole expense of the contractor. Diazo duplicates are to reflect any retakes and be one solid roll of film without splices. XIII. PUBLIC ENTRY CRIMES INFORMATION

A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid/proposal for a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for category two for a period of 36 months from the date of being placed on the convicted vendor list. XIV. REGISTRATION OF LOBBYISTS Firms or Individuals who wish to contact any official of the Town outside of a presubmission conference or written request for information procedure must first register with the Town Clerk as a lobbyist for this Request for Proposal. Failure to register before contacting any official will result in disqualification of the proposal and submissions will not be considered. Lobbying Registration Certificates (attached hereto) should be mailed to: Town of Davie Town Clerk 6591 Orange Drive Davie, Fl. 33314-3399 XV. INSURANCE The Contractor shall furnish proof of Worker s Compensation Insurance, Commercial General Liability Insurance, Business Automotive Liability Insurance and Professional Liability Insurance. The Contractor shall carry in force at all times the insurance coverage and the Town will be included as Additional Insured. Insurance requirements are as follows: Worker s Compensation & Employer s Liability Insurance Limits: Worker s Compensation - Statutory Employers Liability - $100,000 for each accident, $500,000 disease (policy limit) and $100,000 disease (each employee) Commercial General Liability Insurance - coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for premises/operations; products/completed operations; contractual liability; independent contractors. Business Automobile Liability Insurance - coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and

Property Damage. This shall include coverage for: owned autos, hired autos and non-owned autos. Insurance must be furnished to the Town s Purchasing Division and notification received of its approval by the Town PRIOR TO THE COMMENCEMENT of any work. The Town will be given fifteen (15) days written notice of any cancellation or material change in any policy. Contractor shall furnish co-op members with a certificate of insurance upon request. XVI. INDEMNITY/HOLD HARMLESS The contractor agrees to indemnify and hold harmless the Town, its officers, agents, and employees from any and all liability, defense costs, including attorneys fees, and all other fees incidental to the defense, loss, or damage the town may suffer as a result of claims, demands, costs, or judgments against it arising from the subject project. Nothing in this agreement shall be construed to affect in any way the Town's rights, privileges and immunities as set forth in Florida Statutes 768.28. XVII. PAYMENT The Town will accept invoices no more frequently than once a month. Each invoice shall be accompanied by records fully detailing all amounts stated on the invoice. Payments will be made in accordance with the accepted practice of each co-op agency. In no case will the payment date exceed the legal requirement as set forth in the Florida Prompt Payment Act. XVIII. CANCELLATION The Town of Davie reserves the right to cancel this contract upon written notice should the contractor fail to reasonably perform services as outlined herein. XIX. SUBMISSION AND RECEIPT Interested firms or individuals should submit their proposals along with resumes of key personnel by 2 p.m. on Tuesday, August 25, 1998. An original and five (5) copies of the proposal should be submitted to: Town of Davie 6591 Orange Drive Davie, Florida 33314 Attn: Purchasing Division Proposal for Microfilming Services