Services Needed: Attachment A describes the needed services. Submittal Delivery:

Size: px
Start display at page:

Download "Services Needed: Attachment A describes the needed services. Submittal Delivery:"

Transcription

1 City of New Orleans New Orleans Aviation Board Louis Armstrong New Orleans International Airport Request for Qualifications for Professional Services Airport Public Relations Consulting Services RFQ # Request for Qualifications: The City of New Orleans ( City ) by and through the New Orleans Aviation Board ( NOAB ) is seeking to obtain Airport Public Relations Consulting Services as detailed in Attachment A hereto. As provided below, and incident to City Charter Section 6-308(5) and Executive Order MJL 10-05, the City by and though the NOAB requests qualifications from experienced firms to provide the needed services. Services Needed: Attachment A describes the needed services. Submittal Delivery: Applicants shall submit the following to the Department of Finance/Bureau of Purchasing directed Attention: Nat Celestine, Assistant Purchasing Administrator, City Hall, 1300 Perdido St., Room 4W07, New Orleans, LA, not later than Thursday, October 6, 2011, 4:00 P.M. Offeror shall provide one (1) original plus ten (10) hard copies of the qualification statement in a sealed envelope, marked Airport Public Relations Consulting Services and one (1) digitally signed qualification statement in Microsoft Word format or as a PDF file, marked Airport Public Relations Consulting Services. Questions: The City and NOAB will reasonably attempt to answer questions submitted in advance to: Procurement@flymsy.com. Deadline for submittal of questions is seven (7) days prior to the RFQ submittal deadline. Copies of the solicitation, any/all addendums, and related information are available from the City s Open Bids website at: Anticipated RFQ Schedule: Submittals RFQ Release Date: September 7, 2011 Deadline for submittal of questions: September 28, 2011 Request For Qualifications Submission Deadline: October 6, 2011 Selection Committee Meeting (Approximate): October 13, 2011 Award Notification (Approximate): October 18, Qualification Statement/Letter of Interest (See 2 and 3 below.) All Respondents shall execute and submit with RFQ response: NOAB S-03B Form. The prime and each subconsultant, and any other tier subconsultant must submit a fully completed NOAB S-03B form Consulting Services Questionnaire.

2 Each prime firm participating as a joint venture should complete a separate NOAB S-03B form and indicate on the form that the firm is a joint venture. All items requested on the form are required, if an item is not applicable, respondent shall enter N/A. A copy of NOAB S-03B form is attached hereto as Attachment C. Corporate resolution or other documentation demonstrating the authority of the signatory to enter into a contract on behalf of the Respondent Schedule of Contract Participation and SL/DBE Commitment, attached hereto as Attachment D Please read the instructions accompanying Attachment D. The prime and all tier subcontractors/subconsultants, whether they are DBE-certified or non-dbes, must be listed on Attachment D. Completed NOAB Ethics Questionnaire attached as Exhibit E Other forms and information that may be requested and are required prior to entering into an agreement include: Louisiana Secretary of State Registration Certificate(s) of insurance demonstrating sufficient coverage to meet criteria established by the NOAB Disclosure of possible conflicts of interest and ethics questionnaire(s) City of New Orleans Non-Solicitation Affidavit City of New Orleans Convicted Felon Affidavit Acknowledgement of the City Inspector General s right to review and audit the contractor s books and premises City of New Orleans Registration and completed Tax Clearance Form Registration as a vendor in the City s BuySpeed purchasing system 2. Qualifications Statements (also referred to as Letter of Interest ) should clearly demonstrate the applicant s qualifications to perform the needed services and attend all factors applicable in a professional relationship. Qualifications Statements should include detailed resumes or curricula vitae for the principals performing the services. 3. Qualification Statement/Letter of Interest must address the suggested structure or organization of the proposed team (prime and all tiers of subconsultants), the approach to the project coordination, and a brief response to each of the selection criteria. Please explain the firm s proposed coordination with the Airport s operational needs, and any other information that may assist the City and NOAB in making the selection. Qualification Statements shall be signed by an authorized representative of the prime respondent. 4. All submissions MUST contain the following statement signed by the applicant or its authorized representative, By responding to this RFQ, respondent agrees to the City s Required Contract Provisions as provided in Attachment B and therefore waives any future right to contest the required provisions. 5. All submissions MUST contain the following statement signed by the applicant or its authorized representative, The Respondent agrees to use its Best Efforts to fully comply with the DBE Program, including all reporting requirements and any specific contract goals for DBE participation. RFQ # Page 2 of 18

3 6. The NOAB has set a SL/DBE participation goal of at least 38.46% for this contract. The NOAB desires to achieve, to the greatest extent possible, quality participation by certified SL/DBE firms. Respondents are challenged to present a creative and responsive plan that provides for participation that is commercially meaningful and useful. Submittals will be evaluated, in part, on the respondent s stated intention to ensure quality participation. If a submittal does not meet the 38.46% SL/DBE participation goal, the respondent must include documentation justifying the failure to meet this goal. Such justification must be supported by written documentary evidence of efforts to secure SL/DBE participation or evidence of the unavailability of potential SL/DBE participants. 7. The NOAB has set a SL/DBE participation goal of at least 31.40% for this contract. The NOAB desires to achieve, to the greatest extent possible, quality participation by certified SL/DBE firms. Respondents are challenged to present a creative and responsive plan that provides for participation that is commercially meaningful and useful. Submittals will be evaluated, in part, on the respondent s stated intention to ensure quality participation. If a submittal does not meet the 31.40% SL/DBE participation goal, the respondent must include documentation justifying the failure to meet this goal. Such justification must be supported by written documentary evidence of efforts to secure SL/DBE participation or evidence of the unavailability of potential SL/DBE participants. 8. All submittals shall include a notarized Schedule of Subcontractor/Consultant/Vendor Participation and SL/DBE Commitment form. This form can be found on the RFQ webpage at and is also attached to this RFQ as Attachment D. The SL/DBE firm(s) participating in this project must perform a commercially useful function. 9. The NOAB affords no preference based upon the geographical area in which a DBE firm is located. The NOAB shall have the authority to investigate allegations of discriminatory practices of respondent(s) who contract or seek to contract with the NOAB. 10. Please direct all questions related to DBE compliance prior to submission of the solicitation to Philistine Ferrand, Disadvantaged Business Enterprise Liaison Officer, NOAB, at philisti@flymsy.com or Procurement@flymsy.com. 11. The City and NOAB will not accept solicitation submissions by fax. All submissions must be received by the City on or before the Delivery Deadline. The City will not accept submissions delivered after the deadline. The City will not credit delivery claims not clearly documented by original receipt. 12. Selection Criteria: The City will select an applicant generally according to the procedures described in Executive Order MJL The City will apply the following selection criteria and weighting factors to evaluate submissions: 35% Specialized experience and technical competence; 35% Performance history, including, without limitation, competency, responsiveness, cost control, work quality and the ability to meet schedules and deadlines; 25% Willingness to promote full and equal business opportunities in accordance with the NOAB s Disadvantaged Business Enterprise Program; and 5% Maintenance of an office, residence or domicile in Orleans Parish, to the extent permitted by law. 13. Fees and Costs: OMITTED RFQ # Page 3 of 18

4 14. If the City identifies a likely service provider, it may negotiate a final agreement with the provider and fix the relationship by Professional Services contract. The contract will contain the standard City provisions shown in Attachment B and the appropriate Disadvantaged Business Enterprise (DBE) provisions. 15. Ownership of Responses and Costs for solicitation response preparation: The provisions of the Louisiana Public Records Act (LSA RS 44.1 et seq.) will be in effect for this solicitation. All submittals, proceedings, records, contracts, and other public documents relating to this solicitation shall be open to public inspection. Respondents are reminded that while trade secrets and other propriety information submitted in conjunction with this solicitation may not be subject to public disclosure, protections must be claimed by the proposer at the time of the submission. All submissions and all documentation submitted therewith are City/NOAB property for all purposes. Applicants will clearly mark documents or information claimed exempt from public records disclosure and specifically justify the exemption. Information deemed proprietary and/or confidential that is included in the submittal must be printed on pink paper. The City/NOAB will not credit any blanket exemption claims lacking specific justification. The City/NOAB does not guarantee the confidentiality of submissions. 16. Any submittal marked as confidential or proprietary in its entirety may be rejected without further consideration or recourse. The City and NOAB reserve final judgment on all information deemed proprietary and confidential. 17. The City and NOAB are not responsible for any costs related to responding to this RFQ. Costs associated with preparation of each submittal shall be borne by the respondent(s). 18. Effect: This solicitation and any related discussions or evaluations by anyone create no rights or obligations whatsoever. The City may cancel or modify this solicitation at any time at will, with or without notice. Anything to the contrary notwithstanding, the Professional Services contract executed by the City and the selected applicant, if any, is the exclusive statement of rights and obligations extending from this solicitation. 19. Point of Contact: All correspondence and other communications regarding this procurement should be directed to the attention of: Ray Moran, C.P.M., Deputy Director for Procurement, at: Louis Armstrong New Orleans International Airport P.O. Box New Orleans, Louisiana Questions must be submitted by proposers in writing to the person and address provided above or ed to Ray Moran at: Procurement@flymsy.com no later than (7) days before submission date. Prospective Respondents are prohibited from contacting City or NOAB employees or officials, other than the designated point of contact and/or purchasing official about this solicitation prior to the submittal deadline. 21. Qualifications Review: In accordance with the Mayor s Executive Order MJL-10-05, the review committee will evaluate each submittal. The review process will be completed as soon as possible and specific recommendations will be presented to the NOAB and the Department of Finance/Bureau of Purchasing. RFQ # Page 4 of 18

5 22. The City/NOAB will make every effort to administer the solicitation process in accordance with the terms and dates provided. However, the City/NOAB reserves the right to modify the solicitation process and dates as deemed necessary. 23. Reservation of Rights and Venue. The City/NOAB reserves the right to cancel this solicitation, accept or reject any/all submittals, waive any technicalities and/or informalities or re-advertise for any reason deemed in the best interest of the City/NOAB. 24. The law of the State of Louisiana shall govern the resulting agreement. Any disputes relating to this solicitation or related agreement must be resolved accordingly. Exclusive venue for any lawsuits or disputes arising out of this solicitation or an agreement negotiated pursuant thereto shall be in the Civil District Court for the Parish of Orleans. 25. Public Trust. Each prime, subconsultant, and any other tier subconsultant hereinafter referred to as the Interested Contract Persons, acknowledges that the New Orleans Aviation Board and the City of New Orleans are government entities serving the public and charged with public trust. As such, the NOAB will be paying fees under this Contract with public funds and certain types of actions including without limitation criminal activities and offenses involving moral turpitude by Interested Contract Persons may violate the public s trust. Accordingly, the NOAB reserves the right: to exercise in its sole discretion, to pursue termination of this contract, termination of any affected sublease or subcontract, seeking damages, and any other remedies available at law, in the event of a conviction of any one or more of the Interested Contract Persons or the rendition of a civil judgment against any one or more of the Interested Contract Persons, for any crime or offense involving moral turpitude. RFQ # Page 5 of 18

6 Attachment A - Scope of Services RFQ # Airport Public Relations Consulting Services The New Orleans Aviation Board (NOAB) is seeking well-qualified and experienced consultants to assist it in achieving its public relations and marketing objectives of educating and informing the general public of the Airport s benefit to the regional economy, the complex factors that shape the Airport s operation and future and the services provided through the Airport. The Airport s objective is to be the air transport service provider of choice for the region and to be recognized as a community asset. To accomplish these objectives, the Airport seeks to partner with a firm(s) that can demonstrate proven capabilities in the area of public relations, market planning, image development, advertising planning, design and placement. Areas of interest may include but are not limited to the following: Video and Television Production services for the quarterly Airport television program Airport Alive to include but not limited to: assistance with show episode development, provision of television taping facilities and equipment for show production for taping each episode, provision of on-air talent for interviews and special features, duplication and shipping of episodes in various formats for distribution Print creative, design and production services for the development of advertising and marketing materials Strategy and outreach to enhance the ongoing marketing efforts of the Airport Crisis communication strategy Photography (various types, i.e., aerial, portrait, etc.) for assigned projects Miscellaneous electronic media services (radio, internet, etc.) Event planning for special occasions at the Airport, such as groundbreakings, anniversaries, etc. Social media project development and implementation All work associated with the provision of public relations/marketing consulting services will be at the direction of designated Airport staff. The Airport, at its option, may maintain a listing of prequalified firms to perform this work. Each firm is employed by project depending on the type of services required. The contract value will be balanced among the firms on the prequalified list. Therefore non-dbe and DBE firms are encouraged to apply independently for this work and not as subcontractors or joint ventures unless so desired. The Airport reserves the right to employ one or more firms for inclusion on the prequalified list. Projects and work will be assigned by the Aviation Director or his designee. DBE Goal: 38.46% Anticipated Start Date: November 1, 2011 Duration: The initial contract term will be two (2) years with three (3) one-year renewal options at the sole discretion of the NOAB. Funding Source: Operating RFQ # Page 6 of 18

7 Attachment B REQUIRED CONTRACT PROVISIONS 1. EQUAL EMPLOYMENT OPPORTUNITY: In all hiring or employment made possible by, or resulting from this contract, there (1) will not be any discrimination against any employee or applicant for employment because of race, color, religion, gender, age, physical or mental disability, national origin, sexual orientation, creed, culture, or ancestry, and (2) where applicable, affirmative action will be taken to ensure that the Consultants employees are treated during employment without regard to their race, color, religion, gender, age, physical or mental disability, national origin, sexual orientation, creed, culture, or ancestry. This requirement shall apply to, but not be limited to the following: 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. All solicitations or advertisements for employees shall state that all qualified applicants will receive consideration for employment without regard to race, color, religion, gender, age, physical or mental disability, national origin, sexual orientation, creed, culture, or ancestry. 2. ASSIGNABILITY: The Consultant shall not assign any interest in this agreement and shall not transfer any interest in the same without prior written consent of the City of New Orleans. 3. CONFLICT OF INTEREST: In the interest of ensuring that efforts of the Consultant do not conflict with the interests of the City, and in recognition of the Consultant s responsibility to the City, the Consultant agrees to decline any offer of employment if its independent work on behalf of the City is likely to be adversely affected by the acceptance of such employment. The initial determination of such a possibility rests with the Consultant. It is incumbent upon the Consultant to notify the City and provide full disclosure of the possible effects of such employment on the Consultant's independent work in behalf of the City. Final decision on any disputed offers of other employment for the Consultant shall rest with the City Attorney. 4. INDEMNIFICATION: The Consultant shall indemnify, defend and save the City harmless against any and all claims, demands, suits, judgments of sums of money to any party accruing against the City for loss of life or injury or damage to persons or property growing out of, resulting from, or by reason of any act or omission or the operation of the Consultant, its agents, servants or employees while engaged in or about or in connection with the discharge or performance of the services to be done or performed by the Consultant hereunder and shall also hold the City harmless from any and all claims and/or liens for labor, services, or materials furnished to the Consultant in connection with the performance of its obligation under this Agreement. 5. ACKNOWLEDGMENT OF EXCLUSION OF WORKER S COMPENSATION COVERAGE: Consultant herein expressly agrees and acknowledges that it is an independent Consultant as defined in R.S. 23:1021 and as such, it is expressly agreed and understood between the parties hereto, in entering into this services agreement, that the City of New Orleans shall not be liable to the Consultant for any benefits or coverage as provided by the Workmen's Compensation Law of the State of Louisiana, and further, under the provisions of R.S. 23:1034 anyone employed by the Consultant shall not be considered an employee of the City for the purpose of Worker s Compensation coverage. 6. ACKNOWLEDGMENT OF EXCLUSION OF UNEMPLOYMENT COMPENSATION COVERAGE: Consultant herein expressly declares and acknowledges that it is an independent Consultant, and as such is being hired by the City under this agreement for hire as noted and defined in R.S. 23:1472 (E), and therefore, it is expressly declared and understood between the parties hereto, in entering into this services agreement, or agreement for hire, and in connection with unemployment compensation only, that: a. Consultant has been and will be free from any control or direction by the City over the performance of the services covered by this contract; and b. Services to be performed by Consultant are outside the normal course and scope of the City s usual business; and RFQ # Page 7 of 18

8 c. Consultant has been independently engaged in performing the services listed herein prior to the date of this agreement. Consequently, neither Consultant nor anyone employed by Consultant shall be considered an employee of the City for the purpose of unemployment compensation coverage, the same being hereby expressly waived and excluded by the parties hereto. 7. WAIVER OF SICK AND ANNUAL LEAVE BENEFITS: It is expressly agreed and understood between the parties entering into this services agreement that the Consultant, acting as an independent agent, shall not receive any sick and annual leave benefits from the City of New Orleans. 8. JURISDICTION & CHOICE OF LAW: The Consultant hereby consents and yields to the jurisdiction of the State Civil Courts of the Parish of Orleans, and does hereby formally waive any pleas of jurisdiction on account of the residence elsewhere of the Consultant. This agreement shall be construed and enforced according to the laws of the state of Louisiana, excepting its conflict of laws provisions. 9. DURATION: This Agreement shall commence on the Effective Date and shall continue until contracted-for work is completed per the provisions of the executed contract for services. It is understood and acknowledged by Consultant that the Services described above are expected to be completed within this time period. 10. APPROPRIATION AND/OR EXTENSION: This agreement may be extended at the option of the City, provided that funds are allocated by the New Orleans Aviation Board and the extension of the agreement facilitates the continuity of services provided herein. This agreement may be extended by the City on an annual basis for no longer than five one year periods. 11. SOLICITATION: The Consultant has not employed or retained any company or person, other than a bona fide employee working solely for him, to solicit or secure the subject contract. The Consultant has not paid or agreed to pay any person, other than a bona fide employee working for him, any fee, commission, percentage, gift, or any other consideration contingent upon or resulting from the subject contract. 12. CANCELLATION: Either party to this agreement may terminate the agreement at any time during the term of the agreement by giving the other party written notice of said intention to terminate at least thirty (30) days prior to the date of termination. In the event the City elects to terminate for convenience, City shall be obligated to pay Consultant only for those Services performed up to and through the date of termination. 13. AUDIT AND OTHER OVERSIGHT: It is agreed that the contractor or applicant will abide by all provisions of City Code , including but not limited to City Code (12), which requires the contractor to provide the Office of Inspector General with documents and information as requested. Failure to comply with such requests shall constitute a material breach of the contract. In signing this contract, the contractor agrees that it is subject to the jurisdiction of the Orleans Parish Civil District Court for purposes of challenging a subpoena. City Officials and/or their designated representatives shall have the right to audit, inspect. and review all books and records (in whatever form they may be kept whether written, electronic or other) relating or pertaining to this contract or agreement (including any and all documents and other materials, in whatever form they may be kept which support or underlie those books and records), kept by or under the control of the Contractor, including, but not limited to those kept by the Contractor, its employees, agents, assigns, successors and subcontractors. The Contractor shall maintain such books and records together with such supporting or underlying documents and materials for the duration of this contract or agreement and for at least 5 years following RFQ # Page 8 of 18

9 the completion of this contract or agreement, including any and all renewals thereof. The books and records, together with the supporting or underlying documents and materials shall be made available, upon request to the City, through its employees, agents representatives, contractors or other designees, during normal business hours at the Contractor's office or place of business. In the event that no such location is available, then the books and records, together with the supporting or underlying documents and records, shall be made available for audit at a time and location at, location, which is convenient for the City. 14. SUBCONTRACTS: The City may require information regarding ownership interests in the subconsultant prior to approval of the subconsultant s retention. Consultant shall incorporate by reference in all subcontracts the provisions of this Article and shall require all subconsultants to comply with such provisions. Consultant s failure to comply with the obligations in this subsection shall constitute a material breach of this Agreement. 15. COMPLIANCE: The Consultant understands and will abide by all provisions of the Code of the City of New Orleans, Chapter 2, Art. XIII, Sect , as adopted by City Ordinance No. 22,888 M.C.S., (relative to the operations and authority of the City Inspector General), incorporated herein by reference. 16. DBE PROGRAM COMPLIANCE: Consultant agrees to use its best efforts to fully and completely carry out the applicable requirements of the City s DBE Program in the award and administration of this Agreement, including, without limitation, all reporting requirements and specific DBE participation goals. Consultant s failure to carry out these requirements, as determined in good faith by the DBE Compliance Officer, shall be deemed a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as set forth in the City s Policy Memorandum for the DBE Program. 17. DBE Compliance Reporting. Consultant agrees to provide quarterly written reports to the DBE Compliance Officer on all expenditures made to achieve compliance with the DBE participation goals for this Agreement. The report shall, at a minimum, include the following: i. The name and business address of each DBE involved in the contract; ii. A description of the work performed and/or the product or service supplied by each DBE; iii. The date and amount of each expenditure made to a DBE; and iv. Such other information as may assist the DBE Compliance Officer in determining Consultant s compliance with the DBE Program and the status of any DBE performing any portion of the contract. 18. ACCESS TO BOOKS AND RECORDS: Consultant agrees to grant DBE Compliance Officer reasonable access to its books and records for purposes of verifying compliance with the DBE Program. RFQ # Page 9 of 18

10 Attachment C NOAB S-03B Consulting Services Questionnaire Instructions: The prime, each subconsultant, and any other tier subconsultant must submit a fully completed NOAB S-03B form. All items requested on the form are required, if an item is not applicable, respondent should enter N/A. Each prime firm participating as a joint venture should complete a separate S-03B form and indicate on the form in item 10 that the response is a joint venture. 1. Solicitation Name and Number: Airport Public Relations Consulting Services RFQ # Official name of firm, indicate if prime or subconsultant: 3. Address of office to perform work: 4. Name of parent company, if any: 5. Location of headquarters (city): 6. Name, title, and telephone number of principal contact: 7. Name, title, and telephone number of project manager: 8. Specify Type of Ownership: Private corporation Public corporation Proprietorship Partnership 9. Indicate Special Status: Small business SBA certified Minority-owned business 10. Is this submittal a joint venture (JV)? SLDBE certified Woman-owned business LAUCP certified If so, has the JV worked together before? Yes No Yes No 11. List full-time personnel by primary function. Count each only once. If all personnel are not stationed in office as listed in item 3, indicate in-office personnel separately, e.g. 5/1. # Function (e.g. CEO) 12. List applicable specialties (architectural, engineering, accounting, medical doctor, etc.): Other Total Personnel Domiciled in LA Total Personnel RFQ # Page 10 of 18

11 13. Summary of firm s annual revenues, insert index number: Ranges of annual revenues received: Index Index 1 Less than $250,000 4 $3,000,000 to $6,000,000 2 $250,000 to $1,000,000 5 Over $6,000,000 3 $1,000,000 to $3,000, List all outside subcontractors or subconsultants you intend to employ for this project (use separate sheet for subcontractors or subconsultants beyond 5): a. Name & address of each subconsultant or subcontractor: b. Specific work to be performed on this project: c. Worked with prime firm before? If so, describe: 15. Brief resumes of key persons anticipated for this project (clearly identify if person s office location is different than listed in item 3): a. Name and title: a. Name and title: b. Position or assignment for this project: b. Position or assignment for this project: c. Years of professional experience with this firm and with other firms (specify): c. Years of professional experience with this firm and with other firms (specify): d. Education - Degree / Year / Specialization: d. Education - Degree / Year / Specialization: RFQ # Page 11 of 18

12 e. Active registrations or applicable certifications - State / Discipline / License number / First year registered: e. Active registration or applicable certifications - State / Discipline / License number / First year registered: f. Experience and qualifications relevant to this project: f. Experience and qualifications relevant to this project: 16. List work by firm s personnel that are to be assigned to this project which best illustrates experience and current qualifications relevant to this project (add separate sheets for projects beyond 5): Project name, location, and owner s name: #1 Reference contact name, telephone number, and Project description: Nature of firm s responsibilities: Completion date (actual or estimate): #2 Estimated fees (000 s) Entire Project & Firm s Work: $ $ Project name, location, and owner s name: Reference contact name, telephone number, and Project description: Nature of firm s responsibilities: Completion date (actual or estimate): #3 Estimated fees (000 s) Entire Project & Firm s Work: $ $ Project name, location, and owner s name: Reference contact name, telephone number, and Project description: Nature of firm s responsibilities: Completion date (actual or estimate): Estimated fees (000 s) Entire Project & Firm s Work: $ $ RFQ # Page 12 of 18

13 #4 Project name, location, and owner s name: Reference contact name, telephone number, and Project description: Nature of firm s responsibilities: Completion date (actual or estimate): #5 Estimated fees (000 s) Entire Project & Firm s Work: $ $ Project name, location, and owner s name: Reference contact name, telephone number, and Project description: Nature of firm s responsibilities: Completion date (actual or estimate): Estimated fees (000 s) Entire Project & Firm s Work: $ $ 17. List all projects currently under contract or under contract negotiations that are being (or will be) performed by the firm s office as listed in item 3 (add separate sheets for projects beyond 3): Project name, location, and owner s name: #1 Nature of firm s responsibility: Indicate whether work completed as prime, subconsultant or joint venture: Percent complete & Estimated Completion Date: #2 Estimated fees (000 s) Total Fee & Fee Remaining: $ $ Project name, location, and owner s name: Nature of firm s responsibility: Indicate whether work completed as prime, subconsultant or joint venture: Percent complete & Estimated Completion Date: Estimated fees (000 s) Total Fee & Fee Remaining: $ $ RFQ # Page 13 of 18

14 #3 Project name, location, and owner s name: Nature of firm s responsibility: Indicate whether work completed as prime, subconsultant or joint venture: Percent complete & Estimated Completion Date: Estimated fees (000 s) Total Fee & Fee Remaining: $ $ 18. Use this space to provide any additional information or description of resources supporting your firm s qualifications for the proposed project: 19. Statement of Agreement to a Background Check: Because the professional services may necessitate access to the secure areas of the Airport, it will be necessary that the selected respondent be issued identification badges as required by Part 1542 of the Federal Air Regulations. The Respondent must be willing to provide extensive details on personnel and company background. By signing this form below, I agree to submit to a five-year background investigation and criminal history record check. 20. Ethics Questionnaire: If any owner, officer, or employee of respondent or any of the respondent s subconsultants (whether identified in the submittal or not) is currently an officer, employee, or board member of the City of New Orleans or of any of its departments, boards, or commissions, committees, authorities, agencies, public trusts, or public benefit corporations, please state the name or names of said owner, officer or employee, the relationship to respondent and/or respondent s subcontractor(s), the relationship with City board, agency, department, commission, authority, public trust, or public benefit corporation; if respondent or person(s) identified believe that the relationship is not or would not be a violation of applicable ethics laws, fully explain why not. If applicable, please complete ethics questionnaire on company letterhead attached to the back of this form. By signing below, you have completed the ethics questionnaire or you have not identified any ethics conflict at this time. 21. The forgoing is a statement of facts. Signature: Date: Typed Name: Title: RFQ # Page 14 of 18

15 RFQ # Attachment D - SCHEDULE OF CONTRACT PARTICIPATION AND SL/DBE COMMITMENT - PRIME(S) & SUB-CONTRACTOR/CONSULTANT/VENDOR(S) INSTRUCTIONS Ensure all fields are complete including Title, Number, Type and SL/ (AC) DBE Goal. Complete a table row for each firm that will participate in the contract, including the prime. Additional pages are provided should the number of firms exceed the number of rows provided in page 1. Column A. Indicate the firm s role: Prime, Sub-Tier 2 (first-level sub), Sub-Tier 3 (sub of a sub), Manufacturer, Regular Dealer/Supplier, or Broker/Agent. Please note that only 60% of the value of Regular Dealer/Supplier commissions and fees can be counted toward SL/ (AC) DBE participation Column B. Provide the name and address of the firm. Column C. Provide the principal contact person and phone number of the firm. Column D. Describe the work, goods, and/or services to be provided by the firm. Column E. Indicate the dollar amount of work assigned to the firm. On the line Total Value of Participation, enter the Total Bid Amount which equals the sum of the Base Bid and any Alternatives. Column F. Indicate the value of work assigned to the firm as a percent of the total bid amount. This percent should equal the amount indicated in Column E divided by the total bid amount. On the line Total Value of Participation, enter the total percent value of work should equal 100% to account for all work being performed on the contract. Column G. Indicate whether firm is a DBE, ACDBE, SLDBE or non-dbe, with priority relevant to the type of goal. DBE-certified means federally certified by a member of the Louisiana Unified Certification Program ( - an ACDBE designation recognizes the firm as an airport concessionaire. SLDBE-certified means locally certified with the State & Local Disadvantaged Enterprise Program through the New Orleans Aviation Board, City of New Orleans, Sewerage & Water Board, or Jazz Casino Company, LLC d/b/a Harrah s New Orleans Jazz Casino. On the line Total Value of Participation, enter the total SL/ (AC) DBE participation counted towards SL/ (AC) DBE goal as a percentage of Total Bid Amount. If any part of the contract is federally funded, (AC) DBE goal and requirements take precedence. Firms must be (AC) DBE- or SLDBE-certified at the time of bid submission in order to count their participation towards that specific goal. Firm(s) that are providing Regular Dealer/Supplier work or purchases can only have 60% of their value counted toward SL/ (AC) DBE goal. Good Faith Efforts to Secure SL/ (AC) DBE Participation If required, please attach documents to establish that Good Faith Efforts were undertaken to secure SL/ (AC) DBE participation respective with CFR 49 Part 26, Appendix A, Part IV, quoted below: IV. The following is a list of types of actions which you should consider as part of the bidder's good faith efforts to obtain DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. A. Soliciting through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising and/or written notices) the interest of all certified DBEs who have the capability to perform the work of the contract. The bidder must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation. The bidder must determine with certainty if the DBEs are interested by taking appropriate steps to follow up initial solicitations. B. Selecting portions of the work to be performed by DBEs in order to increase the likelihood that the DBE goals will be achieved. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation, even when the prime contractor might otherwise prefer to perform these work items with its own forces. C. Providing interested DBEs with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation. D. (1) Negotiating in good faith with interested DBEs. It is the bidder's responsibility to make a portion of the work available to DBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of DBEs that were considered; a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform the work. (2) A bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm's price and capabilities as well as contract goals into consideration. However, the fact that there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a bidder's failure to meet the contract DBE goal, as long as such costs are reasonable. Also, the ability or desire of a prime contractor to perform the work of a contract with its own organization does not relieve the bidder of the responsibility to make good faith efforts. Prime contractors are not, however, required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. E. Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The contractor's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the contractor's efforts to meet the project goal. F. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or contractor. G. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. H. Effectively using the services of available minority/women community organizations; minority/women contractors' groups; local, state, and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBEs. RFQ # Page 15 of 18

16 Bidder s Name: Page 1 of. RFQ # NOAB RFQ Title: Airport Public Relations Consulting Services Project Type (Specify DBE, ACDBE or SLDBE.): SLDBE_ Project DBE Goal: 38.46% A B C D E F G WORK TO BE PRINCIPAL SUBCONTRACTED $ VALUE OF % VALUE OF FIRM NAME AND CONTACT NAME / GOODS / WORK / WORK / ADDRESS AND PHONE SERVICES TO BE PURCHASES PURCHASES NUMBER PURCHASED FIRM ROLE *Prime, Sub- Tier 2, Manufacturer, Supplier, etc. DBE or non-dbe TOTAL VALUE OF PARTICIPATION FROM CONTINUATION PAGES:. % *Regular Dealer/Supplier work/purchases is counted at 60% participation toward DBE goal. Enter Total Bid Amount Total Must Equal 100% Total DBE Participatio n* TOTAL VALUE OF PARTICIPATION: $ _%. % If Total SL/ (AC) DBE Participation is less than the goal, refer to the Good Faith Efforts section of the Instructions and attach necessary documentation. If contract is (partially) federally funded, (AC) DBE goal and requirements take precedence. Firms must be (AC) DBE or SLDBE-certified to count participation towards the goal. The undersigned Prime firm will enter into a formal written agreement with the Subcontractors / Consultants / Vendors identified herein for work and/or goods and services as shown in this schedule, conditioned upon the execution of a contract with the OPCSO. The undersigned agrees to be contractually bound to maintain the level of DBE participation set forth above. Failure to comply with this agreement constitutes breach of contract. Signature Title SWORN AND SUBSCRIBED, before me, this day of, NOTARY PUBLIC (Seal) My commission expires RFQ # Page 16 of 18

17 Bidder s Name: Continuation Page of. A B C D E F G FIRM ROLE *Prime, Sub- Tier 2, Manufacturer, Supplier, etc. FIRM NAME AND ADDRESS PRINCIPAL CONTACT NAME AND PHONE NUMBER WORK TO BE SUBCONTRACTED / GOODS / SERVICES TO BE PURCHASED $ VALUE OF WORK / PURCHASES % VALUE OF WORK / PURCHASES (AC)DBE, SLDBE or non-dbe *Regular Dealer/Supplier work/purchases is counted at 60% participation toward SL/ (AC) DBE goal. TOTAL VALUE OF PARTICIPATION FOR CONTINUATION PAGE 1: Total $ Value of Work Purchases $ Total % Value of Work Purchases Total SL/(AC) DBE Participati on. %. % RFQ # Page 17 of 18

18 Attachment D NOAB Ethics Questionnaire 1) Name of respondent: 2) If any owner, officer, or employee of respondent or any of respondent s subcontractors (whether identified in response or not) is currently an officer, employee, or board member of the City of New Orleans or of any of its departments, boards, or commissions, committees, authorities, agencies, public trusts, or public benefit corporations, please state: a) name or names of said owner, officer or employee: b) relationship to respondent and/or respondent s subcontractor(s): c) relationship with City board, agency, department, commission, authority, public trust, or public benefit corporation: d) if respondent or person(s) identified believe that the relationship is not or would not be a violation of applicable ethics laws, fully explain why not (use extra sheet if needed): RFQ # Page 18 of 18

New Orleans Public Belt Railroad Request for Proposals EXECUTIVE SEARCH AND RECRUITING SERVICES NOPB Proposal No. XXXX

New Orleans Public Belt Railroad Request for Proposals EXECUTIVE SEARCH AND RECRUITING SERVICES NOPB Proposal No. XXXX New Orleans Public Belt Railroad Request for Proposals EXECUTIVE SEARCH AND RECRUITING SERVICES NOPB Proposal No. XXXX Request for Proposals: The New Orleans Public Belt Railroad (NOPB), by and through

More information

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL Date Issued: November 14, 2016 Return Date & Time: Return To: December 6, 2016, 11:00 AM Keith Kazmark, RMC/CMC/MMC

More information

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS JANUARY 23, 2019 11:00 A.M. ADDRESS ALL PROPOSALS TO: TOWNSHIP ADMINISTRATOR

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES Date Issued: November 13, 2017 Return Date & Time: Return To: December 14, 2017 no later than 11am Debra Sopronyi, Borough

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional real estate appraisal

More information

REQUEST FOR SEALED PROPOSALS

REQUEST FOR SEALED PROPOSALS REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS CITY REDEVELOPMENT ATTORNEY 2015 CITY OF WOODBURY 33 DELAWARE STREET WOODBURY GLOUCESTER COUNTY NEW JERSEY, 08096 Proposal

More information

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

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 5, 2017 10:00 A.M. ADDRESS ALL PROPOSALS TO: BUSINESS ADMINISTRATOR

More information

PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063

PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063 PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES WORKER COMPENSATION Submission Date: Tuesday, December 9, 2014 9:00 a.m. PLAINFIELD

More information

REQUEST FOR QUALIFICATIONS TOWNSHIP AUDITOR

REQUEST FOR QUALIFICATIONS TOWNSHIP AUDITOR REQUEST FOR QUALIFICATIONS TOWNSHIP AUDITOR TOWNSHIP OF MANTUA SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 9, 2016 10:00 A.M. ADDRESS ALL PROPOSALS TO: Township of Mantua Attn:

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in

More information

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES 600 S. Grand Central Parkway, Suite 350 Las Vegas, Nevada 89106-4512 702-676-1500 Fax: 702-676-1518 Tina Quigley, General Manager September 17, 2015 ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO. 15-069 CONSTRUCTION

More information

Request for Proposal for Professional Services

Request for Proposal for Professional Services Request for Proposal for Professional Services Purpose: The following procedures are designed to provide for a fair and open process in awarding professional services based on qualifications, merit and

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY SEEKS PROPOSALS FOR FINANCIAL ADVISORY CONSULTANT SERVICES FOR THE PERIOD JANUARY 1, 2018 TO DECEMBER 31, 2018 Introduction Pursuant to the Fair

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional engineering firms

More information

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FOR FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS QUOTE OPENING DATE: FEBRUARY 1, 2017 11:00 A.M. FAIR AND OPEN PROCESS IN ACCORDANCE WITH

More information

GUTTENBERG HOUSING AUTHORITY

GUTTENBERG HOUSING AUTHORITY GUTTENBERG HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et. seq. PROPOSALS MUST BE SUBMITTED BY Wednesday March

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from individuals or firms licensed in the State

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

Federal Transit Administration (FTA) Federal Aviation Administration (FAA)

Federal Transit Administration (FTA) Federal Aviation Administration (FAA) MUNICIPALITY OF ANCHORAGE OFFICE OF EQUAL OPPORTUNITY DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM SPECIFICATIONS FOR MUNICIPAL CONTRACTS For Projects Funded Wholly or in Part by Federal DOT Federal

More information

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts 1. DESCRIPTION The purpose of this Special Provision is to carry out the U.S. Department of Transportation's (DOT)

More information

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION TOWNSHIP OF PEQUANNOCK REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION The Township of Pequannock, a municipal corporation in the County of Morris and the

More information

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts 2004 Specifications SPECIAL PROVISION 000--1966 Disadvantaged Business Enterprise in Federal Aid Contracts 1. Description. The purpose of this Special Provision is to carry out the U. S. Department of

More information

REQUEST FOR SEALED PROPOSALS

REQUEST FOR SEALED PROPOSALS REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS LABOR ATTORNEY 2017 CITY OF WOODBURY 33 DELAWARE STREET WOODBURY GLOUCESTER COUNTY NEW JERSEY, 08096 Proposal acceptance

More information

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals

More information

TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS

TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS PROFESSIONAL SERVICE: COAH/AFFORDABLE HOUSING ATTORNEY SUBMISSION DATE: January 31, 2013

More information

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER A. INTRODUCTION FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER The Franklin Borough is seeking proposals from licensed Professional Engineers for the position of Borough Engineer for calendar

More information

REQUEST FOR PROPOSALS PROVIDE DIGITAL SIGNAGE SOLUTION

REQUEST FOR PROPOSALS PROVIDE DIGITAL SIGNAGE SOLUTION REQUEST FOR PROPOSALS PROVIDE DIGITAL SIGNAGE SOLUTION FOR THE 900 CONVENTION CENTER BOULEVARD NEW ORLEANS, LOUISIANA 70130 ERNEST N. MORIAL NEW ORLEANS EXHIBITION HALL AUTHORITY THE AUTHORITY NEW ORLEANS

More information

SERVICE AGREEMENT CONTRACT NO.

SERVICE AGREEMENT CONTRACT NO. SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES

More information

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES Submission Date: June 9, 2015 By: Adrian Pollio School Business Administrator/ Board Secretary Page 1 of 19 Lincoln Park

More information

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019 Bidders Name: Address: City and State: Phone: Fax: E-Mail: TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ 08085 SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR

More information

Request for Proposals For: HQS Inspection Services From June 1, 2017 May 31, April 2017

Request for Proposals For: HQS Inspection Services From June 1, 2017 May 31, April 2017 Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ 08904 Phone: (732) 572-4420 Fax: (732) 985-6485 Donna Brightman, Executive Director Request for Proposals For: HQS Inspection

More information

REQUEST FOR QUALIFICATIONS FOR ARBITRAGE REBATE CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS FOR ARBITRAGE REBATE CONSULTING SERVICES Joseph H. Vicari, Freeholder Director Gerry P. Little, Freeholder Deputy Director John C. Bartlett, Jr., Freeholder Virginia E. Haines, Freeholder John P. Kelly, Freeholder Michael J. Fiure, Assistant

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

More information

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY Contract Term 3 Year July 1, 2014 through June 30, 2017 SUBMISSION

More information

City of New Orleans, Louisiana Request for Proposals Rental Housing Registry and Inspection Program July 1, 2016

City of New Orleans, Louisiana Request for Proposals Rental Housing Registry and Inspection Program July 1, 2016 City of New Orleans, Louisiana Request for Proposals Rental Housing Registry and Inspection Program July 1, 2016 Request for Proposals: The City of New Orleans desires to obtain professional services to

More information

SECTION HISTORY Based on Ord. No. 132,533, Eff Amended by: Ord. No. 147,030, Eff ; Ord. No. 173,186, EfC

SECTION HISTORY Based on Ord. No. 132,533, Eff Amended by: Ord. No. 147,030, Eff ; Ord. No. 173,186, EfC Sec. 10.8. Mandatory Provisions Pertaining to Non-discrimination Employment in the Performance of City Contracts. The City of Los Angeles, in letting and awarding contracts for the provision to it or on

More information

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

DANTE HALL SERVICE AGREEMENT CONTRACT NO. DANTE HALL SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") as assignee and sub lessor of Stockton Affiliated Services, Inc., a New Jersey non-profit

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION

More information

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019 TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019 NOTICE IS HEREBY GIVEN that sealed submissions will be received by

More information

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

More information

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK MAY 1, 2018 Effective Date: January 1, 2019 1 Introduction A. Overview and Reason for Competitive Request for Proposal Overland Park, Kansas

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY

CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY Department of the Comptroller Bureau of Purchasing 02/20/14 TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4

More information

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

TEMPORARY EMPLOYEE STAFFING. Request for Proposal

TEMPORARY EMPLOYEE STAFFING. Request for Proposal HOUSING AUTHORITY OF THE CITY OF WILMINGTON NORTH CAROLINA (WHA) REQUEST FOR PROPOSAL (RFP) SOLICITATION NO.: WHA17.14 TEMPORARY EMPLOYEE STAFFING Request for Proposal Issued: Friday, October 27, 2017

More information

City State Zip. Review of Supporting Documents for Certification: Sole Proprietorship/Individual Partnership Corporation

City State Zip. Review of Supporting Documents for Certification: Sole Proprietorship/Individual Partnership Corporation SLDBE/EDB CERTIFICATION CHECKLIST FOR NOAB, STATE AND/OR LOCALLY FUNDED CONSTRUCTION PROJECTS, ALL SEWERAGE AND WATER BOARD CONTRACTS, AND JAZZ CASINO COMPANY, LLC D/B/A HARRAH S NEW ORLEANS CASINO CONTRACTS

More information

Housing Authority of the Borough of Keansburg

Housing Authority of the Borough of Keansburg Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson MARY FOLEY Vice-Chairperson YOLANDA ANN COMMARATO

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 REQUESTS FOR PROPOSALS NOTICE OF SOLICITATION FOR PROFESSIONAL SERVICES FOR THE 2018-2019 SCHOOL YEAR Notice

More information

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: 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

More information

Ocean County Board of Health Request for Qualifications Nurse Practitioner Services for Clinics RFQ# Q110918E

Ocean County Board of Health Request for Qualifications Nurse Practitioner Services for Clinics RFQ# Q110918E Ocean County Board of Health Request for Qualifications Nurse Practitioner Services for Clinics RFQ# Q110918E RFQ Due Date: 4:30 pm on December 5, 2018 In accordance with N.J.S.A. 19:44a-20.4 et seq.,

More information

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES Section 1. RECEIPT AND OPENING OF SUBMISSIONS A. OWNER AND PROJECT The

More information

FINANCIAL ADVISORY SERVICES

FINANCIAL ADVISORY SERVICES CITY OF LONG BRANCH MONMOUTH COUNTY, NEW JERSEY REQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICE CONTRACT FINANCIAL ADVISORY SERVICES MAYOR ADAM SCHNEIDER HOWARD H. WOOLLEY, JR., BUSINESS ADMINISTRATOR CITY

More information

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES PURPOSE: To provide financial advisory services on a broad array of public financial activities for both specific projects and day-to-day

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER DOCUMENT SCANNING. September 15, 2017

CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER DOCUMENT SCANNING. September 15, 2017 City of O Fallon Document Scanning Request for Proposals #17-056 CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER 17-056 DOCUMENT SCANNING September 15, 2017 INCLUDED ARE: Proposal Instructions

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the ATTACHMENT A REV.1/17/18 FINAL CONTRACT FOR TITLE SERVICES-ON AN AS-NEEDED BASIS AGREEMENT made this day of, 2017, by and between the NEW JERSEY ECONOMIC DEVELOPMENT AUTHORITY (the "Authority or NJEDA"),

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders. CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting

More information

AGREEMENT REGARDING On-Call CONSULTANT SERVICES. Agreement No.

AGREEMENT REGARDING On-Call CONSULTANT SERVICES. Agreement No. AGREEMENT REGARDING On-Call CONSULTANT SERVICES Agreement No. THIS AGREEMENT, made this day of, 20, by and between SOUTHEAST METRO STORMWATER AUTHORITY acting by and through SEMSWA WATER ACTIVITY ENTERPRISE

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract To Prospective Respondents: You are invited to submit a quote for the rehabilitation of the property listed

More information

Bergen County Board of Social Service

Bergen County Board of Social Service Bergen County Board of Social Service REQUEST FOR QUALIFICATIONS The Bergen County Board of Social Services (the Board ) is soliciting Qualification Statements from interested persons and/or firms for

More information

RFP NAME: AUDITING SERVICES

RFP NAME: AUDITING SERVICES REQUEST FOR PROPOSAL RFP Number # RV070806 RFP NAME: AUDITING SERVICES The City of San Jose Housing Department is seeking qualifications from individuals and firms interested in providing professional

More information

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

CUYAHOGA COUNTY REQUEST FOR PROPOSAL CUYAHOGA COUNTY REQUEST FOR PROPOSAL Issue date: RFP title: RFP #JA-13-28478 EMERGENCY ALERT SYSTEM MAINTENANCE Department Address: Cuyahoga County Department of Public Safety and Justice Services 310

More information

Officer Jamie L, Rhee Y 31,2015 Y 31, By Order of the Chief Procurement Officer: Signed: chi. Published: Effective: Date:

Officer Jamie L, Rhee Y 31,2015 Y 31, By Order of the Chief Procurement Officer: Signed: chi. Published: Effective: Date: DETERMINATION OF GOOD FAITH EFFORTS REGARDING MBE/WBE/DBE PARTICIPATION AT CONTRACT CLOSE-OUT UNDER 2-92-450 AND 2-92-740 LAST UPDATED: JULY 31, 2015 Mayor Rahm Emanuel Chief Procurement Officer Jamie

More information

CITY OF UNION CITY REQUEST FOR PROPOSALS FOR FERAL CAT SPAYING AND NEUTERING SERVICES FOR THE CITY OF UNION CITY

CITY OF UNION CITY REQUEST FOR PROPOSALS FOR FERAL CAT SPAYING AND NEUTERING SERVICES FOR THE CITY OF UNION CITY Introduction CITY OF UNION CITY REQUEST FOR PROPOSALS FOR FERAL CAT SPAYING AND NEUTERING SERVICES FOR THE CITY OF UNION CITY In accordance with the provisions of N.J.S.A. 40A:11-1, et. seq., and pursuant

More information

City State Zip. Review of Supporting Documents for Recertification: Sole Proprietorship/Individual Partnership Corporation

City State Zip. Review of Supporting Documents for Recertification: Sole Proprietorship/Individual Partnership Corporation For Office Use Only Initial Application Received Addt l Information Requested Addt l Information Received Site Visit Date Date Certified By SLDBE/EDB RECERTIFICATION CHECKLIST FOR NOAB, STATE AND/OR LOCALLY

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

SUBCONTRACT AGREEMENT NAME OF PROJECT

SUBCONTRACT AGREEMENT NAME OF PROJECT SUBCONTRACT AGREEMENT NAME OF PROJECT THIS SUBCONTRACT AGREEMENT is made this day of, 201 by and between the SOUTH JERSEY TRANSPORTATION AUTHORITY, having its principal offices located at the Farley Service

More information

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:

More information

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Barry County Sheriff s Department/Jail Facility and Commission on Aging Facility Consulting Services Barry County 220 W. State St. Hastings, Michigan 49058 Prepared By: Michael

More information

APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS

APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS I. DBE GOAL The Pennsylvania Department of Transportation (Department) has established,

More information

TAX APPEAL COUNSEL 2019 RFQ # MC-RFQ

TAX APPEAL COUNSEL 2019 RFQ # MC-RFQ REQUEST FOR QUALIFICATIONS TOWNSHIP OF FRANKLIN, SOMERSET COUNTY FOR THE PROVISION OF LEGAL SERVICES TAX APPEAL COUNSEL 2019 RFQ # MC-RFQ-0010-19 ISSUE DATE: November 9, 2018 DUE DATE: December 7, 2018

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

the SERVICES in accordance with the time set forth as agreed upon by the CITY and CONTRACTOR. 7. EXTENSIONS, CHANGES, AND AMENDMENTS This Agreement sh

the SERVICES in accordance with the time set forth as agreed upon by the CITY and CONTRACTOR. 7. EXTENSIONS, CHANGES, AND AMENDMENTS This Agreement sh Page 1 of 9 the SERVICES in accordance with the time set forth as agreed upon by the CITY and CONTRACTOR. 7. EXTENSIONS, CHANGES, AND AMENDMENTS This Agreement shall not be extended, changed, or amended

More information

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION For Alameda CTC-funded projects subject to the Local Business Contract Equity (LBCE) Program Note to Project Sponsor: Be sure that your legal staff reviews

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

TENNESSEE EDUCATION LOTTERY CORPORATION

TENNESSEE EDUCATION LOTTERY CORPORATION Page 1 of 16 TENNESSEE EDUCATION LOTTERY CORPORATION REQUEST FOR QUALIFICATIONS FOR PRIZE ANNUITY CONTRACTS A. PURPOSE The Tennessee Education Lottery Corporation ( TEL ) is seeking to qualify firms capable

More information

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. THIS CONTRACT is

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

REQUEST FOR QUALIFICATIONS (RFQ) #17/18 Q-18

REQUEST FOR QUALIFICATIONS (RFQ) #17/18 Q-18 NOTE: Ocean County College will consider proposals only from firms or organizations that demonstrate the capability and willingness to provide high quality services in the manner described in this Request

More information