INVITATION TO BID ITB # SNR1112FS01

Size: px
Start display at page:

Download "INVITATION TO BID ITB # SNR1112FS01"

Transcription

1 INVITATION TO BID ITB # SNR1112FS01 Service of Process FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Southern Region Circuits 11 & 16 Miami-Dade and Monroe Counties Posting Date: April 15, 2011 MAIL OR DELIVER BIDS TO: Debra A. Kuhn Contract Management Administrator Department of Children and Families 401 NW 2 nd Avenue, Suite S-923 Miami, FL SERVICE OF PROCESS 1 ITB #SNR1112FS01

2 INVITATION TO BID ITB# SNR1112FS01 Service of Process TITLE TABLE OF CONTENTS PAGE SECTION A. INTRODUCTION 1. Statement of Need Statement of Purpose Term of Agreement Schedule of Events and Deadlines Definitions... 6 SECTION B. ITB PROCESS 1. Contact Person Posting Vendor Disqualification Limitations on Contacting Department Personnel Prohibition of Gratuities Information Regarding Addenda to this ITB Solicitation Conference Inquiries Withdrawal of Bids Acceptance/Rejection of Bid Notice of Intent to Award a Contract Sureties Bid Guarantee Sureties Performance Bond Protest and Disputes SECTION C. MINIMUM PROGRAM REQUIREMENTS 1. General Statement Programmatic Authority Scope of Service Major Program Goals Client General Description Client Eligibility Client Determination Client Contract Limits Task List Task Limits Staffing Levels SERVICE OF PROCESS 2 ITB #SNR1112FS01

3 12. Professional Qualifications Staffing Changes Subcontractors Service Delivery Location Service Times Change in Location Equipment Service Unit Records and Documentation Reports Performance Measures Description of Performance Measurement Terms Performance Evaluation Methodology Vendor Unique Activities Coordination with Other Vendors/Entities Department Obligations Department Determinations Monitoring Requirements SECTION D. FINANCIAL SPECIFICATIONS 1. Funding Source Invoicing and Payment of Invoices Cost Bid MyFloridaMarketPlace Transaction Fee SECTION E. INSTRUCTIONS TO VENDORS 1. Vendor Registration in MyFloridaMarketPlace Authority to do Business in Florida General Instruction to Respondents PUR Title Page Required Vendor s Statement or Certifications Signature Authority Trade Secrets Cost of Preparation of Bid Number of Copies Required How to Submit A Bid Other Required Information SECTION F. BID RATING AND BID TABULATION SHEET 1. Description of Rating Criteria Identical or Tie Responses ITB Tabulation Methodology SERVICE OF PROCESS 3 ITB #SNR1112FS01

4 SECTION G. CONTRACT PROVISIONS 1. Standard Contract or List of Required Contract Provisions Attachment I Audit Attachment General Contract Conditions, PUR APPENDICIES APPENDIX I Financial Cost Proposal APPENDIX II Standard Contract APPENDIX III Attachment I APPENDIX IV Financial and Compliance Audit APPENDIX V Required Certifications APPENDIX VI Certification Regarding Debarment APPENDIX VII Certification Regarding Lobbying APPENDIX VIII Evaluation Manual SERVICE OF PROCESS 4 ITB #SNR1112FS01

5 INVITATION TO BID ITB# SNR1112FS01 SERVICE OF PROCESS SECTION A - INTRODUCTION 1. Statement of Need The Florida Department of Children and Families (DCF), Circuits 11 and 16, are in need of procuring Service of Process services for pick-up of Subpoenas, Summons, Termination of Parental Rights Notices and any other required legal documentation from the DCF s Southern Region Child Legal Services office and deliver to various locations in Miami- Dade, Broward and Monroe Counties, the State of Florida, or within the 48 contiguous states of the United States as identified by the department. 2. Statement of Purpose To procure Service of Process services for DCF s Southern Region to ensure timely pickup and delivery of legal documents. The Department of Children & Families, Circuits 11 and 16, is requesting bids for the provision of these services in Miami-Dade, Monroe and Broward Counties, the State of Florida, and within the 48 contiguous states of the United States. 3. Term of Agreement The initial term of any contract resulting from this Invitation to Bid is anticipated to be July 1, 2011 through June 30, The resulting contract may be renewed for one term not to exceed three years or for the term of the original contract, whichever period is longer. Such renewal shall be contingent upon satisfactory performance evaluations as determined by the department and be subject to the availability of funds. Any renewal shall be in writing and shall be subject to the same terms and conditions as set forth in the initial contract and the rate shall be based upon the Bid Price Sheet which was submitted with the response to the original bid document. 4. Schedule of Events and Deadlines The following schedule of events and deadlines are imposed on prospective vendors. Failure to adhere to the due dates in the Schedule of Events and Deadlines may render a proposal unresponsive and disqualify it from further consideration. All times are listed as local time in Miami-Dade. SERVICE OF PROCESS 5 ITB #SNR1112FS01

6 ACTIVITY DUE DATE TIME ADDRESS ITB Advertised and Released Deadline for Submission of Inquiries Deadline for Responses to Inquiries Deadline for all Sealed Bids April 15, 2011 April 27, 2011 April 29, 2011 May 9, :00 PM 10:00 AM 5:00 PM 12:00 PM Open Bids May 9, :01 PM Bid Tabulation May 9, :30 PM Notice of Intent to Award Posting Anticipated Effective Date of Contract May 10, 2011 July 1, :00 PM N/A Electronic Posting Site w.main_menu Debra A. Kuhn Contract Management Administrator 401 NW 2 nd Avenue, S-923 Miami, FL debra_kuhn@dcf.state.fl.us Electronic Posting Site w.main_menu Debra A. Kuhn Contract Management Administrator 401 NW 2 nd Avenue, S-923 Miami, FL debra_kuhn@dcf.state.fl.us Debra A. Kuhn Contract Management Administrator 401 NW 2 nd Avenue, S-923 Miami, FL debra_kuhn@dcf.state.fl.us Debra A. Kuhn Contract Management Administrator 401 NW 2 nd Avenue, S-923 Miami, FL debra_kuhn@dcf.state.fl.us Electronic Posting Site w.main_menu N/A Note: Any proposal submitted after 12:00 PM, local time, Monday, May 9, 2011, will be returned unopened. The department will retain one unopened time stamped copy of each late bid received for its records. The official clock of record will be the time/date stamp located in the reception area of: 401 NW 2 nd Avenue, S-923, Miami, FL that is calibrated to Coordinated Universal time (UTC)( 5. Definitions a. Contract Terms Contract terms used in this document can be found in the Florida Department of Children and Families Glossary of Contract Terms, which is incorporated herein by reference and is available upon request from the procurement manager. b. Program or Service Specific Terms 1) Bundled Service: When two (2) or more service of process documents are completed or attempted to be completed at the same address, this is considered SERVICE OF PROCESS 6 ITB #SNR1112FS01

7 bundled service and the provider shall bill at the bundled rate as indicated on the Bid Price Sheet included in Appendix I. 2) Free Skip Trace: Information software which allows provider to locate persons being served. 3) Personal Service: Face to face service of process from the provider to the hand of the client being served. 4) Real Time: Program on providers webpage which allows attorney s and paralegals to view status update on documents to be served. SECTION B ITB PROCESS 1. Contact Person This ITB is being issued by the State of Florida, Department of Children and Families Southern Region, Circuits 11 and 16. The sole point of contact for all communication for this ITB is: Debra A. Kuhn, Procurement Manager Department of Children and Families 401 NW 2 nd Avenue, Suite S-923 Miami, Florida debra_kuhn@dcf.state.fl.us TO ENSURE PROPER DELIVERY OF BIDS OR WRITTEN INQUIRIES, ALL U.S. POSTAL SERVICE OR OTHER COMMON COURIER MAIL MUST BE CLEARLY LABELED WITH ALL OF THE ABOVE IDENTIFYING INFORMATION. 2. Posting All notices, decisions and intended decisions and other matters relating to the procurement will be electronically posted on the MyFlorida.com Vendor Bid System website at: The department reserves the right to amend, modify, supplement or clarify this ITB at any time in its sole discretion. The electronic posting on the MyFlorida.com website is the official posting. It is the responsibility of interested vendors to check the MyFlorida.com Vendor Bid System website for the following: a. Changes to the solicitation b. Other documents referenced by the solicitation SERVICE OF PROCESS 7 ITB #SNR1112FS01

8 c. Responses to written inquiries d. Notice of Intent to Award The posting will remain for 72 hours after it is posted. The department may also post the evaluation and the Notice of Intended Award or other information or notice relating to the procurement at the following location: Department of Children and Families- Southern Region 401 N.W. 2 nd Avenue Suite S-923 Miami, Florida Notice is specifically given, however, that this secondary posting is not an official posting and that any protest must be filed within 72 hours of the official posting on the internet as described above. Physical posting will not extend the time permitted within which to file a protest. It is the responsibility of those submitting a reply to the solicitation to obtain the results from the internet posting in sufficient time to protect their own interests should they care to do so. Likewise, any faxed information with regard to the results of this procurement will not extend the time limits set out in subsection (3), F.S. The electronic posting on the MyFlorida.com website is the official posting. NO HARD COPIES WILL BE PROVIDED. THE PROSPECTIVE VENDOR MUST OBTAIN THE SOLICITATION DOCUMENT FROM THE VENDOR BID SYSTEM ON THE MYFLORIDA.COM WEBSITE LISTED BELOW: 3. Vendor Disqualification Failure to have performed any contractual obligation with the department in a manner satisfactory to the department will be sufficient cause for disqualification as a vendor. To be disqualified as a vendor under this provision, the vendor must have: (1) previously failed to satisfactorily perform in a contract with the department, been notified by the department of the unsatisfactory performance, and failed to correct the unsatisfactory performance to the satisfaction of the department; or (2) had a contract terminated by the department for cause. 4. Limitations on Contacting Departmental Personnel a. Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer as provided in the solicitation documents. SERVICE OF PROCESS 8 ITB #SNR1112FS01

9 b. Violation of the provisions of Section B.4.a. of this ITB may be grounds for rejecting a reply. A violation of Section B.4.a. of this ITB that occurs by a written communication by or on behalf of a prospective vendor shall not be determined to be anticompetitive if it is not opened, read, or acted upon by any department personnel, in which case the department may, but shall not be required to, reject the reply from the prospective vendor on whose behalf the prohibited contact was made. A violation of Section B.4.a. of this ITB that occurs by an oral communication by or on behalf of a prospective vendor shall not be determined to be anticompetitive if at the time of the prohibited communication the department personnel contacted advises the offender that the department personnel contacted may not take or receive the communication or discuss the matter and it is not acted upon by any department personnel, in which case the department may, but shall not be required to, reject the reply from the prospective vendor on whose behalf the prohibited contact was made. c. All written communications as referred to in this Section B.4. are subject to the public records law. 5. Prohibition of Gratuities By submission of a bid, a vendor certifies that no elected official or employee of the State of Florida has or shall benefit financially or materially from such bid or subsequent contract in violation of the provision of Chapter 112, F.S. Any contract issued as a result of this ITB may be terminated if it is determined that gratuities of any kind were either offered or received by any of the aforementioned parties. 6. Information Regarding Addenda to this ITB Information regarding any addenda to this ITB and copies of written official departmental responses to questions submitted will be electronically posted on the Department of Management Services Florida Community Network (FCN) Vendor Bid System at the following web site: It is the vendor s exclusive responsibility to access the initial ITB document and all updates posted. 7. Solicitation Conference Not applicable to this ITB. 8. Inquiries All inquiries from vendors shall be submitted in writing to the procurement manager listed below and received on or before the date and time specified in Section A.4. Schedule of Events and Deadlines. Only written inquiries may be submitted. Phone calls and faxes are not permitted. Written inquiries may be submitted either by hand delivery, SERVICE OF PROCESS 9 ITB #SNR1112FS01

10 courier, U.S. Postal Service or via to the procurement manager. All written inquiries must be received by 10:00 AM on Wednesday, April 27, 2011 and sent to: Debra A. Kuhn, Procurement Manager Department of Children and Families 401 NW 2 nd Avenue, Suite S-923 Miami, Florida debra_kuhn@dcf.state.fl.us If inquiries are submitted by a potential vendor, the department will respond with an indicating that the inquiry has been received and the response will be posted according to Section A.4. Schedule of Events and Deadlines. If the prospective vendor does not receive confirmation within 48 hours that their has been received, it is strongly advised that the proposed vendor resubmit the . Copies of the responses to all inquiries and clarifications and/or addenda if made to the ITB, will be made available by Friday, April 29, 2011 through electronic posting at the following web site: Only responses electronically posted on the MyFlorida.com Vendor Bid System website shall be considered an official response from the department. TO ENSURE PROPER DELIVERY OF BIDS AND INQUIRIES, ALL U.S. POSTAL SERVICE OR OTHER COMMON COURIER MAIL MUST BE CLEARLY LABELED WITH THE IDENTIFYING INFORMATION AS OUTLINED IN THIS ITB TO INCLUDE THE BID NUMBER AND AGENCY CONTACT INFORMATION AS OUTLINED IN SECTION B.1 OF THIS ITB. 9. Withdrawal of Bids A written request for withdrawal, signed by the vendor, may be considered if received by the department within 72 hours after the bid opening time and date indicated in Section A.4 Schedule of Events and Deadlines. A request received in accordance with this provision may be granted by the department upon proof of the impossibility to perform based upon an obvious error on the part of the vendor. 10. Acceptance/Rejection of Bid a. Bid Deadline Hard copies of the bids must be received by the Procurement Manager no later than 12:00 PM, Monday, May 9, 2011 to the attention of: Debra A. Kuhn, Procurement Manager Department of Children and Families SERVICE OF PROCESS 10 ITB #SNR1112FS01

11 401 NW 2 nd Avenue, Suite S-923 Miami, Florida Any bid submitted shall remain a valid offer for at least 90 days after the bid submission date. No changes, modifications, or additions to the bids submitted after the deadline for bid opening has passed will be accepted by or be binding on the department. b. Receipt Statement Bids not received by the Procurement manager at the specified place and by the specified date and time will be rejected as non-responsive and returned unopened to the vendor by the department. The department will retain one (1) unopened original for use in the event of a dispute. c. Right to Reject or to Waive Minor Irregularities Statement The department reserves the right to reject any and all bids or to waive minor irregularities when to do so would be in the best interest of the State of Florida. Minor irregularity is defined as a variation from the Invitation to Bid terms and conditions, which does not affect the price of the bid, or give the vendor an advantage or benefit not enjoyed by other vendors, or does not adversely impact the interest of the department. At its option, the department may correct minor irregularities but is under no obligation to do so whatsoever. All bids accepted by the department are subject to the department s terms and conditions and any and all additional terms and conditions submitted by the vendor are rejected and shall have no force and effect. The department reserves the right to reject any and all bids or to withdraw the ITB even after an award, when to do so would be in the best interest of the State of Florida. 11. Notice of Intent to Award The Notice of Intent to Award the Contract will be posted electronically at 5:00 PM, Tuesday, May 10, 2011 on the MyFlorida.com Vendor Bid System website at: The department reserves the right to post the intended award prior to the time and date specified in Section A.4, if determined necessary for the successful completion of this procurement. The Notice of Intent to Award will be electronically posted for seventy-two (72) hours (three working days excluding Saturday, Sunday and state holidays). If no written notice of protest is filed during this posting, the intended contract award will become final. A completed Tabulation Form, PUR 7004, located in Appendix VIII, will be used for this purpose. Any protest must be filed within 72 hours of the posting on the internet as described above. It is the responsibility of those submitting a response to the solicitation to obtain the results from the Internet posting in sufficient time to protect their own interests should they care to SERVICE OF PROCESS 11 ITB #SNR1112FS01

12 do so. Likewise, any faxed information with regard to the results of this procurement will not extent the time limits set out in section (3), Florida Statutes. 12. Sureties Bid Guarantee Not applicable to this ITB. 13. Sureties Performance Bond Not applicable to this ITB. 14. Protests and Disputes Any person who is adversely affected by the decision or intended decision made by the department pursuant to this solicitation shall file with the department a notice of protest in writing within 72 hours (Saturdays, Sundays and state holidays excluded) after the posting of the notice of decision, or intended decision. The formal written protest shall be filed within 10 days after the date the notice of protest is filed. With respect to a protest of the terms, conditions, and specifications contained in this solicitation, including any provisions governing the methods for ranking bids, awarding contracts, reserving rights of further negotiation, or modifying or amending any contract, the notice of protest shall be filed in writing within 72 hours (Saturdays, Sundays and state holidays excluded) after the posting of the solicitation. For purposes of this provision, the term the solicitation includes any addendum, response to written questions, clarification or other document concerning the terms, conditions, or specifications of the solicitation. The formal written protest shall be filed within 10 days after the date the notice of protest is filed. When protesting a decision or intended decision (including a protest of the terms, conditions and specifications contained in this solicitation), the protestor must post a bond equal to one percent (1%) of the department's estimated contract amount. The estimated contract amount shall be based upon the contract price submitted by the protestor. If no contract price was submitted, the department shall provide the estimated contract amount to the protestor within 72 hours (excluding Saturdays, Sundays and state holidays) after the notice of protest has been filed. The estimated contract amount is not subject to protest pursuant to s (3) F.S. The bond shall be conditioned upon the payment of all costs and charges that are adjudged against the protestor in the administrative hearing in which action is brought and in any subsequent appellate court proceeding. FAILURE TO FILE THE PROPER BOND AT THE TIME OF FILING THE FORMAL PROTEST WILL RESULT IN A REJECTION OF THE PROTEST. In lieu of a bond the department may accept a cashier's check, official bank check, or money order in the amount of the bond. A notice of protest, formal protest and bond are "filed," when received by the contact person listed in this solicitation. Filing may be achieved by hand-delivery, courier, US Mail or facsimile transfer. Filing by will not be accepted. All methods of delivery or SERVICE OF PROCESS 12 ITB #SNR1112FS01

13 transmittal to the department's contact person shall remain the responsibility of the protestor and the risk of non-receipt or delayed receipt shall be upon the protestor. FAILURE TO FILE A PROTEST WITHIN THE TIME PRESCRIBED IN S (3), F.S., OR FAILURE TO POST THE BOND OR OTHER SECURITY REQUIRED BY LAW WITHIN THE TIME ALLOWED FOR FILING A BOND SHALL CONSTITUTE A WAIVER OF PROCEEDINGS UNDER CHAPTER 120, F.S. SECTION C - MINIMUM PROGRAMMATIC REQUIREMENTS 1. General Statement The successful vendor will provide daily (Monday - Friday) pick-up of Subpoenas, Summons, Termination of Parental Rights Notices and any other required legal documentation from the DCF s Southern Region Child Legal Services office and deliver to various locations in Miami-Dade, Broward and Monroe Counties, the State of Florida, or within the 48 contiguous states of the United States as identified by the Department. 2. Programmatic Authority The successful vendor must comply with all applicable Federal and state laws, regulations, action transmittals, program instructions, review guides and similar documentation. The authority to conduct this solicitation is provided in the following references: a. 45 CFR, part 80, Non-discrimination Under programs Receiving Federal Financial Assistance through the Department of Health and Human Services Effectuation of Title VI of the Civil Rights Act of b. 45 CFR, Part 84, Non-discrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance (Section 504 of Title V of the Rehabilitation Act of 1973, as amended). c. 28 CFR, Part 35, provides for nondiscrimination on the basis of disability in state and local government services and implements, Titles I and II of the Americans with Disabilities Act of d. Sections , and , Florida Statutes (2005). 3. Scope of Service The vendor will provide Service of Process services for the Department of Children and Families Southern Region. 4. Major Program Goals The primary goal of this service is to provide timely pick-up and delivery of legal documents. SERVICE OF PROCESS 13 ITB #SNR1112FS01

14 5. Client General Description N/A 6. Client Eligibility N/A 7. Client Determination N/A 8. Contract Limits Services shall be delivered only to those individuals authorized by the department s Child Legal Services or Regional Legal Counsel s staff, and only to the extent that funds are available. 9. Task List The successful vendor will be responsible for: a. Providing proof of compliance with Florida Statute, Chapter 48 and submitting yearly renewals of authorization to serve legal documents. Proof of compliance will be submitted annually by July 15, to the contract manager. b. Submitting a duly executed Affidavit of Service on every legal document to be served (i.e. subpoenas, summons, termination of parental rights petitions etc.) This affidavit of service must be received by the Department of Children and Families and filed with the appropriate Clerk of Court within two (2) days of service or prior to the date of the court hearing specified on the document. A facsimile copy will be accepted in lieu of the original only for the attorney to review prior to going to court. A facsimile copy is not legally sufficient for acceptance as proof of service. Non receipt of an Affidavit of Service prior to a court hearing will be grounds for non-payment. If the contractor is unable to produce the Affidavit of Service prior to the Court hearing, the process server must notify the department immediately and be present to testify at the hearing regarding said Affidavit of Service. c. Drivers, vehicles, gasoline and maintenance of vehicles. d. On-call service five (5) days a week (Monday Friday, State Legal Holidays excluded) throughout the duration of the contract. On-call means that in the event that a secretary or paralegal calls for pick up of documents or with any other inquiry, the server will have SERVICE OF PROCESS 14 ITB #SNR1112FS01

15 to respond in a timely manner (within 1 3 hours) to ensure that service of process is done appropriately. e. Providing up-to-the-minute status reports on all outstanding assignments and completed cases. f. Providing expeditious service. g. Providing the department access of Real-Time status via internet. h. Providing an unlimited amount of attempts of service. i. Providing Free Skip Trace. j. Providing notification containing all affidavits to the requesting secretary or paralegal. k. Providing services throughout the 48 contiguous United States and Alaska and Hawaii. l. Transporting each document received to the server by any practicable means. The vendor shall select the method that will permit timely service of the document. In choosing the method, the vendor shall make every reasonable effort to utilize the least expensive method. m. Ensuring that the server, in cases where service cannot be achieved at the first address provided, will attempt to locate and promptly serve in accordance with Florida Statute. If, based upon the respective actions date of a document, time remains to extend location services efforts, the vendor shall contact the department for additional instructions. If the server is unsuccessful in his/her service efforts, the document will be returned as a non-service and will be charged as if service had been completed. n. Providing services necessary to locate persons to be served if the department is unable to secure a valid address for the person and the department requests the assistance. o. Ensuring that the individual who served process or attempts service (server) will testify at the court proceedings relating to services or attempted service when the service of process, through summons, subpoenas or other legal documents are an issue at any court proceeding. p. Complying with Florida Statutes for all summonses with attached petitions and / or other complaints. q. Notifying the department immediately if the vendor is unable to produce the Affidavit of Service prior to the court hearing and/or be present to testify at the hearing regarding said affidavit of service. Non-receipt of an Affidavit of Service prior to a court hearing SERVICE OF PROCESS 15 ITB #SNR1112FS01

16 will be grounds for non-payment if non-receipt is a result of the provider s failure to comply. r. Contacting and instructing all servers to return any documents should the department choose to discontinue service efforts. The vendor shall ensure that each server returns all documents by a reasonable transportation method. Any service which has been attempted shall be charged as if it had not been cancelled. 10. Task Limits The successful vendor is not authorized by the department to perform any tasks related to the project other than those described in the Task List without the express written consent of the department. 11. Staffing Levels Each vendor shall include its proposed staffing for technical, administrative, and clerical support. The successful vendor shall maintain an adequate administrative organizational structure and support staff sufficient to discharge its contractual responsibilities. In the event the department determines that the successful vendor s staffing levels do not conform to those promised in the bid, it shall advise the successful vendor in writing and the successful vendor shall have 30 days to remedy the identified staffing deficiencies. Any employee whose continued presence would be detrimental to the success of the project as determined by the department shall be replaced by the vendor with an employee of equal or superior qualifications. The department s contract manager will exercise exclusive judgment in this matter. 12. Professional Qualifications The successful vendor shall maintain and make available upon request, documentation that confirms that all employees performing services under the resulting contract meet the minimum qualifications, as specified in this document and evidence of the same is maintained in individual personnel files as: a. Have a valid State of Florida Driver s License. b. Be a properly registered Corporation in the State of Florida and be bonded. c. Must be duly certified as a Process Server by the Clerk of the Circuit Courts in Miami-Dade, Monroe and Broward Counties. 13. Staffing Changes The successful vendor shall staff the project with key personnel identified in the vendor s bid, which are considered be essential to this project. Prior to substituting any of the proposed individuals the vendor shall notify and obtain written approval from the SERVICE OF PROCESS 16 ITB #SNR1112FS01

17 department of the proposed substitution. Written justification should include documentation of the circumstances requiring the changes and a list of the proposed substitutions in sufficient detail to permit evaluation of the impact on the project. The department, at its discretion, may agree to accept personnel of equal or superior qualifications in the event that circumstances necessitate the replacement of previously assigned personnel. Any substitution shall be made only after consultation with the Contract Manager s supervisor. 14. Subcontractors This contract does not allow the provider to subcontract for the provision of any services under this contract. 15. Service Delivery Location Department of Children and Families Child Legal Services 401 NW 2 nd Avenue, South 5 th Floor Miami, Florida (and other locations as requested by the department) 16. Service Times a. Monday Friday (8:00 AM 5:00 PM) b. The successful vendor must notify the resulting contract s contract manager, within 24 hours via telephone, of any changes to its office hours, telephone or facsimile numbers, to be followed by written notification within 7 days of any such occurrence. In the event of a natural or unnatural disaster, the department may waive this requirement. 17. Changes in Location The successful vendor shall notify the department in writing a minimum of 15 days prior to making changes in location that will affect the department s ability to contact the successful vendor by phone or facsimile transmission. In the event of an emergency, temporary changes in location may necessitate a waiver of this designated standard by the department. 18. Equipment The selected vendor will be responsible for supplying, at its own expense, all equipment necessary to perform under, conduct and complete the contract including but not limited to computers, telephones, copiers and fax machines including supplies and maintenance, as well as needed office supplies. SERVICE OF PROCESS 17 ITB #SNR1112FS01

18 19. Service Unit A unit of service consists of a duly executed Affidavit of Service on a legal document to be served. 20. Records and Documentation The successful vendor agrees to maintain the confidentiality of all records required by law or administrative rule to be protected from disclosure. The successful vendor further agrees to hold the department harmless from any claim or damage including reasonable attorney s fees and costs or from any fine or penalty imposed as a result of an improper disclosure by the successful vendor of confidential records whether public records or not and promises to defend the department against the same at its expense. The successful vendor shall maintain all records required to be maintained pursuant to the resulting contract in such a manner as to be accessible by the department upon demand. Where required by applicable law, access by the public shall be permitted without delay. 21. Reports Where the resulting contract requires the delivery of reports to the department, mere receipt by the department shall not be construed to mean or imply acceptance of those reports. It is specifically intended by the parties that acceptance of required reports shall require a separate act in writing. The department reserves the right to reject reports as incomplete, inadequate, or unacceptable according to the parameters set forth in the resulting contract. The department, at its option, may allow additional time within which the successful vendor may remedy the objections noted by the department or the department may, after having given the successful vendor a reasonable opportunity to complete, make adequate, or acceptable, such reports, declare the contract to be in default. The following table specifies the type, content and frequency of any reports that the successful vendor will be required to submit as a part of the contract. Report Title Reporting Frequency Report Due Date Number of copies DCF Employee to receive reports Monthly Invoice Monthly 15 days following end of the month 1 Contract Manager Annual Performance Measure Report Annually July 15 th 1 Contract Manager a. The Invoice shall be submitted by the 15 th of the following month in which services were provided. SERVICE OF PROCESS 18 ITB #SNR1112FS01

19 b. An Annual Performance Measure Report shall be submitted annually on July Performance Measures a. 100% of personal service for all Termination of Parental Rights Petitions (TPR) and Advisory Hearings shall either be face to face or the affidavit of service must contain a detailed recitation of all efforts made to obtain personal service. b. 100% of summons served in dependency cases will either be personally served, or on a relative over 15 years of age who resides in the home. c. 100% of requests for service will be served within 7 days of request. 23. Description of Performance Measurement Terms a. Personal Service means face to face service of process from the provider to the hand of the client being served. b. Termination of Parental Rights (TPR) Petitions means legal document severing all parental rights to the child in question. c. Advisory Hearings mean legal proceedings at which the family in question is advised of all matters currently in effect in the individual case. 24. Performance Evaluation Methodology a. The outcome measurement contained in paragraph C.22.a. above will be calculated by dividing the total number of face to face personal services of Termination of Parental Rights Petitions and Advisory Hearings and the documented efforts when personal service is impossible by total number of services of process. # of face to face services of TPR petitions & Advisory Hearings & Numerator: detailed recitations of all efforts made to obtain personal service Denominator: Total number of services of process. b. The outcome measurement contained in paragraph C.22.b. above will be calculated by dividing the total number of summons personally served to relatives 15 years of age or older who reside in the home by the total number of dependency summons served. Numerator: Denominator: # of dependency summons personally served or served on appropriately aged relative residing in the home Total number of dependency summons served c. The outcome measurement contained in paragraph C.22.c. above will be calculated by dividing the total number of requests for service served within 7 days by the total number of requests for service. SERVICE OF PROCESS 19 ITB #SNR1112FS01

20 Numerator: Denominator: # of requests for service served within 7 days of request # of requests for service d. Performance Standards Statement By execution of any contract resulting from this ITB, the provider hereby acknowledges and agrees that its performance must meet the standards set forth in the resulting contract and will be bound by the conditions in the solicitation document. If the provider fails to meet these standards, the department, at its exclusive option, may allow a reasonable period, not to exceed 6 months, for the provider to correct performance deficiencies. If performance deficiencies are not resolved to the satisfaction of the department within the prescribed time, and if no extenuating circumstances can be documented by the provider to the department s satisfaction, the department must terminate the contract. The department has the sole authority to determine whether there are extenuating or mitigating circumstances. 25. Vendor Unique Activities The successful vendor is solely and uniquely responsible for the satisfactory performance of the tasks described in Section C.9. By execution of the resulting contract the successful vendor recognizes its singular responsibility for the tasks, activities, and deliverables described therein and warrants that it has fully informed itself of all relevant factors affecting accomplishment of the tasks, activities, and deliverables and agrees to be fully accountable for the performance thereof. In addition, the successful vendor assumes full responsibility for the acts of all subcontractors. 26. Coordination With Other Vendors/Entities The successful vendor agrees to support, be actively involved in, and cooperate with, all parties involved in the provision of services to clients receiving services from the department under any contract resulting from this ITB. Failure of other entities, including subcontractors, does not relieve the successful vendor of any accountability for tasks or services that the vendor is obligated to perform pursuant to the resulting contract to this ITB. 27. Department Obligations a. The department shall provide a single point of contact (contract manager) for the successful vendor who will have the authority to obtain discussions on behalf of the department. The department s contract manager shall be responsible for the performance of the following functions, some of which may be delegated to other department staff: SERVICE OF PROCESS 20 ITB #SNR1112FS01

21 1) To provide a liaison between the department and the successful vendor; 2) To resolve any contractual problems; 3) To ensure the timely review by the department of all project deliverables and changes thereto; 4) To accept all deliverables from the successful vendor; and, 5) To provide the successful vendor with a listing of department employees who are authorized to contact the vendor directly to acquire services, as requested. 28. Department Determinations a. The department is the final authority on all matters pertaining to paid services or goods purchased with funds appropriated to the department. b. The department reserves the right to make final determination as to the completeness and acceptability of all reports and deliverables. c. The department shall have the right to determine what services shall be reimbursed under the resulting contract. d. The department shall make final determinations regarding any disputes concerning the retention of records and documents. 29. Monitoring Requirements The prospective vendor will be monitored in accordance with existing departmental procedures (CFOP 75-8). SECTION D - FINANCIAL SPECIFICATIONS 1. Funding Source The contract resulting from this ITB will be funded by general revenue and trust fund appropriation. The State of Florida s performance and obligation to pay under any resulting contract is contingent upon an annual appropriation by the Legislature. 2. Invoicing and Payment of Invoices This ITB will result in a fixed price (unit cost) contract. The department shall pay the successful vendor for the delivery of service units in accordance with the terms of the resulting contract, subject to the availability of funds. The successful vendor will request reimbursement on a monthly basis through the submission of a properly completed invoice, along with supporting documentation, within 15 SERVICE OF PROCESS 21 ITB #SNR1112FS01

22 days following the end of the month for which reimbursement is being requested. Payment due under the resulting contract will be withheld until the department has confirmed delivery of negotiated services. Payments may be authorized only for services units provided in accordance with the terms and conditions of the awarded contract. The service units for which payment is being requested may not either by themselves, or cumulatively by totaling service units on previous invoices, exceed the total number of units authorized by the awarded contract. Where applicable, service units will be rounded to the nearest quarter hour. It is expressly understood by the vendor that any payment due the vendor under the terms of the resulting contract may be withheld pending the receipt and approval by the department of all financial and program reports due from the vendor as a part of the resulting contract and any adjustments thereto. Requests for payment, which cannot be documented with supporting evidence, will be returned to the vendor upon inspection by the Department. The vendor must maintain records documenting the total number of recipients and names (or unique identifiers) of recipients to whom services were provided and the dates the services were provided so an audit trail documenting service provision can be maintained. 3. Cost Bid a. Contract costs must be proposed in the Bid Price Sheet for the initial three-year contract period and the proposed three year renewal period, completed in the format attached in Appendix I, Financial Cost Proposal. b. A bid must also include a Proposed Project Summary Budget and Line Item Budget Detail (including narrative) which summarizes the initial three-year cost of the program, as well as the proposed three year renewal period. The Proposed Project Summary Budget and Line Item Budget Detail (including narrative) must be completed in accordance with the budget package as specified in Appendix I. The individual unit rates must be supported by the vendor s Proposed Project Summary Budget and Line Item Budget Detail (including narrative). c. The detailed budget narrative must provide an explanation and justification of all line items listed on the successful vendor s proposed budget, which supports the budget as to allowability. The budget narrative shall at a minimum, include line items and narrative as specified in Appendix I. d. Any indirect cost line that proposes a percentage of allocated over-head may not exceed 10% unless the successful vendor submits a detailed cost allocation proposal. 4. MyFloridaMarketPlace Transaction Fee The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eprocurement System. Pursuant to subsection SERVICE OF PROCESS 22 ITB #SNR1112FS01

23 (23), Florida Statutes, all payments shall be assessed a Transaction Fee of one percent (1.0%), which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to Rule 60A-1.031(2), Florida Administrative Code. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit of any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is nonrefundable when an item is rejected or returned, or declined, due to the vendor s failure to perform or comply with specifications or requirements of the agreement. Failure to comply with these requirements shall constitute grounds for declaring the vendor in default and recovering procurement costs from the vendor in addition to all outstanding fees. VENDORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE EXCLUDED FROM CONDUCTING FUTURE BUSINESS WITH THE STATE. SECTION E - INSTRUCTIONS TO VENDORS 1. Vendor Registration in MyFloridaMarketPlace No contract may be awarded by any state agency to any vendor who is not registered in the MyFloridaMarketPlace eprocurement system unless exempt by Rule 60A-1.030(3) F.A.C. A copy of the registration must be included as an appendix in the respondent s proposal. To access online registration, log onto select the Business menu item, then select the MyFloridaMarketPlace/e-Pro link under Doing Business with the State, select Vendors, then select Online Vendor Registration. All vendors are responsible for submitting evidence of registration, or proof of exemption by rule from registration, with any response to this ITB. 2. Authority To Do Business In Florida A vendor must be registered to do business in Florida with the Secretary of State and must supply a Certificate of Good Standing from the Florida Secretary of State s Office. To access online registration, log onto select Electronic Filing, then select On-line Filing. Alternatively, vendors may download the forms for submittal by U.S. mail by logging onto selecting Download Filing Forms, then selecting the applicable forms. To receive a Certificate of Good Standing electronically, log onto select Electronic Filing, then select Electronic Certification, and finally select Certificate of SERVICE OF PROCESS 23 ITB #SNR1112FS01

24 Status. Vendors may also request the Certificate of Good Standing from the Secretary of State s Office via U.S. mail or other common courier. Contact information is available at All vendors are responsible for submitting a copy of their Certificate of Good Standing from the Florida Secretary of State s Office with any response to this ITB. 3. General Instructions to Respondents, PUR 1001 This form, required by the Florida Department of Management Services (DMS), contains instructions explaining the solicitation process and the actions necessary to respond to a solicitation. Additional materials and guidance specific to each ITB must be included in the ITB. Vendors are not required to sign and return the PUR 1001 form with their response to the ITB. By submitting a bid, the vendor agrees to comply with all terms and conditions of the ITB. Failure to comply with all terms and conditions shall be grounds for rejecting the bid. The PUR 1001 form will be included in the Instructions to Vendors section of the ITB. The PUR 1001 form is available at the DMS website at: 4. Title Page Each copy of the Invitation to Bid must have a Title Page, which contains the following information: a. ITB Number; b. Title of Bid; c. Vendor s name (person, organization, firm); d. Name of Organization to which the Bid is submitted; e. Name, title, phone number, and address of person who can respond to inquiries regarding the Bid. f. Name of the vendor s project director (if known). 5. Required Vendors Statements or Certifications The proposal must include these certifications listed as FATAL CRITERIA (Appendix VIII) in order to be accepted for qualitative review and evaluations: a. Acceptance of Contract Terms and Conditions (Appendix V) The proposal must include a signed statement in response to the ITB indicating acceptance of the terms and conditions governing the provision of services as specified in the ITB and contained in the resulting contract. b. Statement of No Involvement (Appendix V) SERVICE OF PROCESS 24 ITB #SNR1112FS01

25 The prospective vendor must include a signed statement indicating that neither the prospective vendor nor any person with interest in the firm: Had a contract that was not competitively procured to perform a feasibility study for the potential implementation of a subsequent contract or, Participated in the drafting of a solicitation or, developed a program for future implementation dealing with the specific subject matter of this solicitation. c. Certification Regarding Debarment (Appendix VI) d. Certification Regarding Lobbying (Appendix VII) 6. Signature Authority A letter from the vendor authorizing the individual who will be signing the Standard Contract on behalf of the vendor (signed by the President, Chairman of the Board of Directors or the Chief Executive Officer) to legally bind the vendor to the contract terms and conditions. 7. Trade Secrets The department will attempt to afford protection from disclosure of any trade secret as defined in section , Florida Statutes, where identified as such in the response to this ITB, to the extent permitted under section , Florida Statutes, and Chapter 286, Florida Statutes. Any prospective vendor acknowledges, however, that the protection afforded by section , Florida Statutes, is incomplete, and it is hereby agreed by the vendor and the department that no right or remedy for damages arises from any disclosure by the department. 8. Cost of Preparation of Bid The department is not liable for any costs incurred by an applicant responding to this ITB. 9. Number of Copies Required An original and 4 copies, individually sealed, of the bid are required. The original must be marked original. At least one copy of the bid submitted to the department must contain an original signature of an official of the prospective vendor who is authorized to bind the prospective vendor to their bid. 10. How to Submit a Bid a. Any Bid must be received by the department according by the deadline set forth in Section A.4, Schedule of Events and Deadlines. This is one of the FATAL CRITERIA (Appendix VIII) and all bids must be submitted by the deadline in order for the bid to be further evaluated. SERVICE OF PROCESS 25 ITB #SNR1112FS01

Agency for Persons with Disabilities State of Florida Tacachale HOUSEKEEPING AND JANITORIAL SERVICES

Agency for Persons with Disabilities State of Florida Tacachale HOUSEKEEPING AND JANITORIAL SERVICES Agency for Persons with Disabilities State of Florida Tacachale INVITATION TO BID (ITB) FOR HOUSEKEEPING AND JANITORIAL SERVICES ITB #APD14-011 COMMODITY CODE: 91111601 / 76111501 Bid Opening Date: March

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES CENTRAL REGION FAMILY SAFETY PROGRAM

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES CENTRAL REGION FAMILY SAFETY PROGRAM STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES CENTRAL REGION FAMILY SAFETY PROGRAM INVITATION TO NEGOTIATE Behavioral Health Training for the Child Protective Investigation Professional ITN#: 07FS1801

More information

STATE OF FLORIDA. DEPARTMENT OF CHILDREN AND FAMILIES Northwest Region Contract Management Circuits Two and Fourteen

STATE OF FLORIDA. DEPARTMENT OF CHILDREN AND FAMILIES Northwest Region Contract Management Circuits Two and Fourteen STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Northwest Region Contract Management Circuits Two and Fourteen INTERN RECRUITMENT AND SUPERVISION SERVICES COMMODITY CODE 973-400 REQUEST FOR PROPOSAL

More information

INVITATION TO BID. ARCHIVE RECORDS STORAGE AND RETRIEVAL SERVICES For the Southeast Region/Circuit 17 FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES

INVITATION TO BID. ARCHIVE RECORDS STORAGE AND RETRIEVAL SERVICES For the Southeast Region/Circuit 17 FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES INVITATION TO BID ARCHIVE RECORDS STORAGE AND RETRIEVAL SERVICES For the Southeast Region/Circuit 17 FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES ITB #17-CA-1112-01 Circuit 17 Broward County Posting Date:

More information

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES SUNCOAST REGION FAMILY SAFETY PROGRAM

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES SUNCOAST REGION FAMILY SAFETY PROGRAM STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES SUNCOAST REGION FAMILY SAFETY PROGRAM INVITATION TO NEGOTIATE Child Protective Investigations In-Service Training and Job Coaching Program ITN#: 23FS15001

More information

STATE OF FLORIDA DEPARTMENT OF EDUCATION. Request for Proposal. Intent To Submit Proposal

STATE OF FLORIDA DEPARTMENT OF EDUCATION. Request for Proposal. Intent To Submit Proposal STATE OF FLORIDA DEPARTMENT OF EDUCATION Request for Proposal Intent To Submit Proposal *********************************************************************************************************************************

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health REQUEST FOR PROPOSAL Staffing and Training for Substance Abuse and Mental Health Integration Specialist RFP#: 07MH1501

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF PUBLIC BENEFITS INTEGRITY

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF PUBLIC BENEFITS INTEGRITY STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF PUBLIC BENEFITS INTEGRITY REQUEST FOR PROPOSALS Employment and Income Verification Services RFP 11F13GC1 Commodity Code: 973-500 1 TABLE OF

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES INVITATION TO NEGOTIATE (ITN) MANAGEMENT AND LEADERSHIP DEVELOPMENT ITN#: ITN4A2ME3 Release Date: APRIL 2, 2105 DCF ITN: ITN4A2ME3 1 of 79 (T008) Table

More information

INVITATION TO NEGOTIATE REGISTRATION

INVITATION TO NEGOTIATE REGISTRATION State of Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 325 West Gaines Street 332 Turlington Building Tallahassee, Florida 32399-0400 INVITATION TO NEGOTIATE

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES ECONOMIC SELF-SUFFICIENCY PROGRAM OFFICE INVITATION TO NEGOTIATE

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES ECONOMIC SELF-SUFFICIENCY PROGRAM OFFICE INVITATION TO NEGOTIATE STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES ECONOMIC SELF-SUFFICIENCY PROGRAM OFFICE INVITATION TO NEGOTIATE ELECTRONIC BENEFITS TRANSFER/ELECTRONIC FUNDS TRANSFER (EBT/EFT) ITN# - 02F12GC1 COMMODITY

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

COMPLETE AND RETURN THIS FORM

COMPLETE AND RETURN THIS FORM State of Florida Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 332 Turlington Building 325 West Gaines Street Tallahassee, Florida 32399-0400 BID REGISTRATION

More information

State of Florida Department of Transportation

State of Florida Department of Transportation ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

State of Florida Department of Financial Services

State of Florida Department of Financial Services State of Florida Department of Financial Services Request for Proposals (RFP) Number: DFS AA RFP 1718-09 Production Services for Florida General Lines Agents, Personal Lines Agents, and Insurance Adjusters

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

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES DFS AA RCP 14/15-06 Preparation and Development of the Florida General Lines Agents /Customer Representatives and the Florida

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

INSTRUCTIONS TO BIDDERS ARTICLE IB

INSTRUCTIONS TO BIDDERS ARTICLE IB INSTRUCTIONS TO BIDDERS WPU05 ARTICLE IB IB 1 Bid Proposals IB 1.1 Sealed proposals for the work described herein must be received and timestamped at the University prior to the closing date and time for

More information

ATTACHMENT I. A. Services To Be Provided

ATTACHMENT I. A. Services To Be Provided A. Services To Be Provided ATTACHMENT I 1. Definition of Terms a. Contract Terms. Contract Terms used in this document can be found in the Florida Department of Children and Families Glossary of Contract

More information

STATE OF FLORIDA AGENCY FOR PERSONS WITH DISABILITIES. SUNLAND CENTER Marianna, Florida. TACACHALE CENTER Gainesville, Florida REQUEST FOR PROPOSAL

STATE OF FLORIDA AGENCY FOR PERSONS WITH DISABILITIES. SUNLAND CENTER Marianna, Florida. TACACHALE CENTER Gainesville, Florida REQUEST FOR PROPOSAL physi STATE OF FLORIDA AGENCY FOR PERSONS WITH DISABILITIES SUNLAND CENTER Marianna, Florida TACACHALE CENTER Gainesville, Florida REQUEST FOR PROPOSAL PHARMACEUTICAL RFP # APD 14-001 Commodity Code(s):

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

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE INVITATION TO NEGOTIATE PREDICTIVE ASSESSMENT TOOL FOR CHILD PROTECTION PROFESSIONALS ITN#: 05J14JC1 Release Date: May 30, 2014

More information

Sample Request For Proposals

Sample Request For Proposals Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.

More information

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED

More information

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES SECTION I GENERAL INFORMATION A. INTRODUCTION/BACKGROUND The Coral Gables Retirement Board (hereafter Board ) is requesting

More information

NOTICE TO BID. Electrician/Helper Temporary Service, Florida State University

NOTICE TO BID. Electrician/Helper Temporary Service, Florida State University NOTICE TO BID THERE WILL BE A PUBLIC BID OPENING BID NUMBER: : Location: TITLE: FAC017-12 B.J. Lewis, Facilities Purchasing 969 Learning Way, 102A MMA, FSU Campus Tallahassee, Florida 32306 Electrician/Helper

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

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

More information

NEW JERSEY DIVISION OF PURCHASE AND PROPERTY WAIVERED SERVICES CONTRACTS STANDARD TERMS AND CONDITIONS

NEW JERSEY DIVISION OF PURCHASE AND PROPERTY WAIVERED SERVICES CONTRACTS STANDARD TERMS AND CONDITIONS NEW JERSEY DIVISION OF PURCHASE AND PROPERTY WAIVERED SERVICES CONTRACTS STANDARD TERMS AND CONDITIONS By submitting a proposal in response to the Agency Request for services, the bidder certifies that

More information

REQUEST FOR PROPOSAL REGISTRATION

REQUEST FOR PROPOSAL REGISTRATION State of Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 325 West Gaines Street 332 Turlington Building Tallahassee, Florida 32399-0400 REQUEST FOR PROPOSAL

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

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

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

UCF Administration and Finance; Procurement Services. (1) The University Board of Trustees (BOT) has authority to establish a system of

UCF Administration and Finance; Procurement Services. (1) The University Board of Trustees (BOT) has authority to establish a system of UCF-7.130 Administration and Finance; Procurement Services. (1) The University Board of Trustees (BOT) has authority to establish a system of coordinated procurement policies, procedures, and practices

More information

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) Due: August 26, 2011 by 2:00pm Statements shall be submitted to: County of Sonoma Probation Department Attn:

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida, EXHIBIT 1 Solicitation Date: June 8, 2018 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED CONTRACTORS BY THE STATE OF FLORIDA DEPARTMENT OF MILITARY AFFAIRS HEREINAFTER REFERRED TO AS OWNER, FOR CONSTRUCTION

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

Florida Lottery Invitation to Negotiate

Florida Lottery Invitation to Negotiate Florida Lottery Invitation to Negotiate Advertised: Tuesday, March 20, 2018 Market Research, Analysis and Related Commodities and Services Project Number: 001-16/17 Florida Lottery Procurement Management

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April

More information

INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA

INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT 29529 COUNTY ROAD 561 TAVARES, FLORIDA 32778-2496 The School Board of Lake County, located in Tavares, Florida, solicits your company

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF STATE GROUP INSURANCE INVITATION TO NEGOTIATE

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF STATE GROUP INSURANCE INVITATION TO NEGOTIATE 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Chad Poppell, Secretary STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF STATE

More information

October 16, Title: Statewide Medicaid Prepaid Dental Health Program

October 16, Title: Statewide Medicaid Prepaid Dental Health Program RICK SCOTT GOVERNOR JUSTIN M. SENIOR SECRETARY October 16, 2017 Prospective Vendor(s): Subject: Solicitation Number: AHCA ITN 012 17/18 Title: Statewide Medicaid Prepaid Dental Health Program This solicitation

More information

EAP SERVICES B REQUEST FOR PROPOSAL CLAY COUNTY SHERIFF S OFFICE EMPLOYEE ASSISTANCE PROGRAM (EAP) RFP B16-002

EAP SERVICES B REQUEST FOR PROPOSAL CLAY COUNTY SHERIFF S OFFICE EMPLOYEE ASSISTANCE PROGRAM (EAP) RFP B16-002 EAP SERVICES B16-002 REQUEST FOR PROPOSAL CLAY COUNTY SHERIFF S OFFICE EMPLOYEE ASSISTANCE PROGRAM (EAP) RFP B16-002 : Clay County Sheriff s Office 901 North Orange Avenue P.O. Box 548 Green Cove Springs,

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

New Mexico Bidder s Number

New Mexico Bidder s Number WAGON MOUND PUBLIC SCHOOLS PO Box 158 / 300 Park Avenue Voice: 575-666-3000 Fax: 575-666-9001 General Bid Conditions RFP # 1819-001 General Legal Counsel SEALED BIDS will be opened in the Board Room of

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014 BID NUMBER 2083-30 FROM: City of Branson Date: March 6, 2014 Purchasing Office Date and Time Returnable: 110 W. Maddux St., Suite 200 3:00 p.m., April 30, 2014 Branson, MO 65616 Buyer: David D. Rockhill,

More information

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA REQUEST FOR PROPOSAL ( RFP ) PROPOSAL #: CA19-0001 RFP for Court Reporting Services To: The Eighteenth

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

MIDDLETOWN TOWNSHIP PUBLIC SCHOOLS REQUEST FOR QUALIFICATIONS. School District Board, Labor and Negotiations Legal Services SPECIFICATIONS

MIDDLETOWN TOWNSHIP PUBLIC SCHOOLS REQUEST FOR QUALIFICATIONS. School District Board, Labor and Negotiations Legal Services SPECIFICATIONS MIDDLETOWN TOWNSHIP PUBLIC SCHOOLS REQUEST FOR QUALIFICATIONS School District Board, Labor and Negotiations Legal Services SPECIFICATIONS PROPOSALS DUE: June 10, 2016 3:00 p.m.. MIDDLETOWN TOWNSHIP PUBLIC

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

IV. SERVICES TO BE PROVIDED See Exhibit A Statement of Work. V. PROPOSAL AND SUBMISSION INFORMATION

IV. SERVICES TO BE PROVIDED See Exhibit A Statement of Work. V. PROPOSAL AND SUBMISSION INFORMATION REQUEST FOR PROPOSAL RETIREE HEALTH INSURANCE PROGRAM CONSULTING SERVICES I. INTRODUCTION This Request for Proposal ( RFP ) is being released by the Chicago Teachers Pension Fund ( CTPF) to solicit proposals

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

More information

EARLY LEARNING COALITION OF BROWARD COUNTY, INC. REQUEST FOR PROPOSAL #ELC

EARLY LEARNING COALITION OF BROWARD COUNTY, INC. REQUEST FOR PROPOSAL #ELC EARLY LEARNING COALITION OF BROWARD COUNTY, INC. REQUEST FOR PROPOSAL #ELC2 2015-002 For Eligibility and Enrollment and Fiscal Administration for the School Readiness, Child Care Executive Partnership,

More information

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No. Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE REQUEST FOR PROPOSALS - Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES Regional School

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL CLAY COUNTY SHERIFF S OFFICE TOWING AND WRECKER SERVICES RFP B18-005 : Clay County Sheriff s Office 901 North Orange Avenue P.O. Box 548 Green Cove Springs, FL 32043 (904) 529-6029

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

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

ATTACHMENT I A. Services To Be Provided 1. Definition of Terms a. Contract Terms. Contract Terms used in this document can be found in the Florida

ATTACHMENT I A. Services To Be Provided 1. Definition of Terms a. Contract Terms. Contract Terms used in this document can be found in the Florida ATTACHMENT I A. Services To Be Provided 1. Definition of Terms a. Contract Terms. Contract Terms used in this document can be found in the Florida Department of Children and Families Glossary of Contract

More information

BID REGISTRATION TITLE: CLASSROOM ASSESSMENT SCORING ASSESSMENT (CLASS ) MATERIALS

BID REGISTRATION TITLE: CLASSROOM ASSESSMENT SCORING ASSESSMENT (CLASS ) MATERIALS State of Florida Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 332 Turlington Building 325 West Gaines Street Tallahassee, Florida 32399-0400 BID REGISTRATION

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

June 2017 BIDDING PROCEDURES No. 90

June 2017 BIDDING PROCEDURES No. 90 June 2017 BIDDING PROCEDURES No. 90 TABLE OF CONTENTS SECTION 1 DEFINITIONS AND INTERPRETATION Page 90. 1.1 Definitions... 3 90. 1.2 Interpretation... 3 SECTION 2 GENERAL TENDER INFORMATION 90. 2.1 Examination

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

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916 Southwest Florida Affordable Housing Choice Foundation, Inc. RFP #: 2010-01 Broadway Apartments Southwest Florida Affordable Housing Choice Foundation, Inc. 4224 Renaissance Preserve Way Fort Myers, FL

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

Ohio Public Employees Retirement System. Request for Proposal. For: Actuarial Consulting Services. Date: October 21, 2016

Ohio Public Employees Retirement System. Request for Proposal. For: Actuarial Consulting Services. Date: October 21, 2016 Ohio Public Employees Retirement System For: Actuarial Consulting Services Date: October 21, 2016 Project Name: Actuarial Consulting RFP 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377)

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

State of Florida Department of State REQUEST FOR PROPOSALS FOR

State of Florida Department of State REQUEST FOR PROPOSALS FOR State of Florida Department of State REQUEST FOR PROPOSALS FOR Development of Five Year Digital Plan. RFP # 973-290-06-13-01 (Library Consultant) RELEASED ON: June 21, 2013 THIS COVER SHEET MUST BE SIGNED

More information

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN SEALED BIDS DUE: SEPTEMBER 27, 2018 BY 2:00 PM Procurement & Contracts Administrator Department of Finance Midland County Services Building

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

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

INVITATION TO NEGOTIATE ITN #

INVITATION TO NEGOTIATE ITN # ATTACHMENT 1 STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES SUBSTANCE ABUSE AND MENTAL HEALTH PROGRAM INVITATION TO NEGOTIATE ITN # To Become the Community-Based Managing Entity for Substance Abuse

More information

City of Albany, New York

City of Albany, New York City of Albany, New York REQUEST FOR PROPOSALS FOR THE PROVISION OF BOND COUNSEL SERVICES Proposal Number 2012-03 March 19, 2012 SECTION 1: PURPOSE 1.1 The City of Albany hereby requests proposals from

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

More information

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

More information

ERRORS, OMISSIONS, AND CONTRACTUAL BREACHES BY PROFESSIONAL ENGINEERS ON DEPARTMENT CONTRACTS

ERRORS, OMISSIONS, AND CONTRACTUAL BREACHES BY PROFESSIONAL ENGINEERS ON DEPARTMENT CONTRACTS 4/24/2012: Pen & Ink to clarify language in Appendix H for Statutes of Limitations and correct reference in Authority Section. Approved: Effective: February 18, 2010 Office: Production Support Topic No.:

More information

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

State of Florida Department of Financial Services

State of Florida Department of Financial Services State of Florida Department of Financial Services Request for Proposals (RFP) Number: DFS FM RFP 1718-12 Construction Materials Mining Activities Consultation and Study Preparation Services Procurement

More information

State of Florida Department of Financial Services. Request for Proposals (RFP) Number: RFP UP Auctioneer Services

State of Florida Department of Financial Services. Request for Proposals (RFP) Number: RFP UP Auctioneer Services State of Florida Department of Financial Services Request for Proposals (RFP) Number: 1718-14 RFP UP Procurement Officer: Wanda Norton Operations Review Specialist Department of Financial Services Office

More information

CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10)

CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10) CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10) Purpose Section I Scope II Definitions III Responsibility IV Using Department IV A Purchasing Function IV B Property Disposal V I.

More information