FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES

Size: px
Start display at page:

Download "FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES"

Transcription

1 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 Adjusters Study Manuals Request for Contract Proposals and Request for Quote SECTION 1: PURPOSE AND GENERAL CONDITIONS 1.1 Purpose. The Florida Department of Financial Services, Division of Agent and Agency Services ( Department ), pursuant to section Florida Statutes, is seeking a Contractor who can develop, produce, and distribute the Florida General Lines Agents /Customer Representatives and the Florida Adjusters Study Manuals ( Manuals includes paper and/or electronic documents). The Manuals will be produced on the Department s behalf and cover the Department s examination content outline for the following: General Lines Agents /Customer Representatives Study Manual including the following: General Lines Agent, Personal Lines Agent, Customer Representative, Motor Vehicle Physical Damage and Mechanical Breakdown Agent; and Adjusters Study Manual including the following: All-Lines Adjuster, Property and Casualty Adjuster, Motor Vehicle Physical Damage and Mechanical Breakdown Adjuster Agent, Workers Compensation Adjuster, Health Adjuster, All-Lines Public Adjuster, Property and Casualty Public Adjuster, Motor Vehicle Physical Damage and Mechanical Breakdown Public Adjuster. The Contractor must be able to provide the high quality services and products required by the Department. 1.2 Point of Contact: The sole point of contact from the date of release of this Request for Contract Proposals and Request for Quote ( RCP and RFQ ) until selection of one or more successful Proposer(s) shall be: Department of Financial Services Division of Agent and Agency Services Attn: Brandi McNealy 200 E. Gaines Street, Larson Building Tallahassee, FL Fax: (850) Brandi.McNealy@myfloridacfo.com 1 of 14

2 All procedural questions and requests for clarification of this RCP shall be submitted to the above named contact. 1.3 General Conditions: PUR Form 1000, General Conditions, except as modified by the special conditions in Sections 1 through 6, is incorporated and is available online at esources/purchasing_forms. However, PUR 1000 Sections 3, 6, 12, 13, 14, 22, 38 and 43 have been omitted and are not incorporated in this RCP. SECTION 2: SOLICITATION INSTRUCTIONS 2.1 Reservations: This procurement is below the threshold amount for CATEGORY TWO and is not subject to competitive solicitation pursuant to section (1), Florida Statutes. This RCP shall not be treated as an offer under contract law principles. The Proposal may only be accepted by the Department by execution of the Contract, which will contain all agreed-upon terms and conditions. The Department reserves the right to: A. Reject any or all Proposals B. Conduct an investigation of the qualifications and/or past performance of any Proposer C. Request additional information or clarification in regard to any Proposer s Proposal D. Conduct face-to-face negotiations with one or more selected Proposers 2.2 This RCP will not have a public opening. SECTION 3: SUBMISSIONS AND PROPOSAL SPECIFICATIONS 3.1 General Instructions: Section 3 contains the instructions for formatting and submitting Proposals. Section 3 contains the elements the Department will use to evaluate Proposals. All elements are required unless otherwise identified. The provisions below are terms and conditions that are agreed to when submitting a Proposal. To facilitate the analysis of Responses to this RCP, Vendors are required to prepare Proposals in accordance with the instructions in this section. The Department may consider a failure to comply with these instructions to be non-responsive and grounds for disqualification, at the discretion of the State Submitting Proposal Responses: All Proposals must be submitted electronically to the office listed in Section 1.2, no later than the date specified in Section 3.3, Procurement Timeline of this RCP. Proposers with proposal(s) that need to be redacted because of confidential or trade secret information should refer to Section 3.1.2, Paragraphs B and C. Proposals MUST be sent via to: Brandi.McNealy@myfloridacfo.com. Proposer shall submit a redacted version of the Response if Proposer considers any portion of the documents, data or records submitted in response to this RCP to be confidential, trade secret or otherwise not subject to disclosure pursuant to Chapter 119, Florida Statutes, the Florida Constitution, or other authority. Together with the unredacted version labeled and submitted confidentially in encrypted or password protected format, Proposer must also simultaneously provide the Department with a separate redacted copy of its Response. See RCP section of 14

3 3.1.2 Public Records and Confidential Trade Secret Information: The final form of the Contract is a public record and will be posted online as part of the Transparency Act. A. Solicitation Responses. Notwithstanding any contractual provisions to the contrary, the Department is obligated to make available for inspection or copying any non-exempt public record pursuant to the requirements of Chapter 119, Florida Statutes, the Public Records Act, and Article I, Section 24 of the State Constitution. As such, upon receipt of a request to inspect or copy a Response to this competitive solicitation, the Department will make Responses to this solicitation that are not exempt from the Florida Public Records Act, available for inspection or copying upon receipt of a public records request as required by Chapter 119, Florida Statutes, the Public Records Act, and Article I, Section 24 of the State Constitution. B. Confidential Trade Secret Information. Trade secrets are not solicited or desired as submissions with Responses. Pursuant to section , Florida Statutes, a person who claims that information is a trade secret must take measures to protect such information and to prevent it from becoming generally available. As such, if Proposer includes in its Response information that Proposer considers to be a trade secret that meets the definition provided in section , Florida Statutes, Proposer shall file a notice of trade secret with the Department that puts the Department on notice that Proposer has included trade secret information in its Response. Furthermore, if a Proposer reserves the right to assert that a portion of its response is a trade secret, Proposer shall provide the Department with an additional copy of its Response that has been redacted to conceal only that information that Proposer claims to be a confidential trade secret meeting the definition of a trade secret as provided in section , Florida Statutes, and is clearly identified as having had trade secrets or other confidential proprietary information redacted, that is labeled CONFIDENTIAL. C. Other Confidential Records. The provision of redacted Contract information on a website for public viewing does not alleviate the duty of the Department nor the Contractor to respond to a public records request. The response to the requestor may include referral to the website for viewing the identical (redacted) version. Should the Proposer or Contractor provide information deemed confidential or exempt from the Florida Public Records Act, then the Proposer or Contractor shall place such information in an encrypted electronic form and/or a sealed separate envelope and provide the Department with an additional copy of their documentation containing such information that has been redacted to conceal only that information the Proposer claims to be confidential RCP Response Submission Contents. A. Proposal Qualification Requirements for Contractor. Legal Entity: Provide evidence that the organization is a legal entity. Incorporated Contractors must provide either a copy of the corporation's most current annual report on file with the appropriate state agency, or, if incorporated during the past twelve (12) months, a copy of the 3 of 14

4 corporation's articles of incorporation and charter number assigned by the appropriate state agency. Businesses that are not incorporated must provide a copy of their business or occupational license. Partnerships shall submit documentation of compliance with the applicable provisions of Chapter 620, Florida Statutes. REQUIRED. B. Technical Approach. 1. Experience and Ability to Provide Services: A written summary of the Contractor s experience demonstrating the ability to provide the proposed services. Indicate whether internal staff or external resources were used or will be used. REQUIRED. 2. Expertise: A written summary of the Contractor s technical expertise, capability, procedures, and staff demonstrating the ability to provide the proposed services. Indicate whether internal staff or external resources will be used. REQUIRED. C. Price Proposal. Provide the price to be charged by the Contractor and all distributors to the ultimate users in the form attached as Attachment A: Price Proposal. 3.3 Procurement Timeline. The Department s anticipated procurement timeline is shown below. All times are Eastern Time (ET). The Department reserves the right to amend the procurement timeline if deemed to be in the best interest of the State. Responses to questions posed to the Point of Contact in writing will be posted on the Division of Agent & Agency Services website, at It is the responsibility of prospective Respondents to check the divisions website periodically for any information or updates to this RCP. The Department bears no responsibility for any resulting impacts associated with a prospective Respondent s failure to obtain the information made available through the website. PROCUREMENT TIMELINE PROCUREMENT ACTIVITIES DATE/TIME Deadline for questions regarding the RCP. December 15, 2014 (Submit questions via . See Section 1.2 of 3:00 PM this RCP.) Answers to December 18, Deadline for submission of Proposals December 22, 2014 (Submit Proposals via . See Section 1.2 of 5:00 PM this RCP.) Anticipated Contract start date January 27, 2015 SECTION 4: EVALUATION OF PROPOSALS 4.1 Phase I Initial Screening. To be considered administratively responsive to this RCP and be eligible for the Technical Evaluation, a Proposer must fully comply with Section 3.2 A. 4 of 14

5 4.2 Phase II Technical Evaluation. A contract will be awarded based on the responses provided by the Proposers in response to Section 3 of this RCP as it relates to the Statement of Work (Attachment B). 4.3 Phase III Cost. All Proposers must complete Attachment A: Price Proposal. 4.4 Evaluation Team ( Team ). The Team will have members who have experience and knowledge in the area of preparation and development of the Florida General Lines Agents /Customer Representatives and the Florida Adjusters Study Manuals evaluations. The Team will be responsible for evaluating the Proposals received. SECTION 5: CONTRACT (ATTACHED PROVIDER CONTRACT) The Department will coordinate a contract for signature, substantially in the form attached with the Attachment documents is the Provider Contract, with only such non-substantive changes therein as shall be necessary to the orderly administration of the contract, between the Department and successful Respondent, who will be the Contractor, that incorporates this solicitation and the Respondent s Price Response as soon as possible after the award. SECTION 6: SPECIAL CONDITIONS 6.1 Pricing and Invoicing. The Contractor agrees, as complete compensation for all services rendered under this contract, to collect from each purchaser of the Manuals the price of the Manuals as indicated in the price proposal, Attachment A. Further, the Contractor shall agree to each of the following terms: The price to be charged by the Contractor for the Manuals shall not exceed the price indicated in the price proposal, Attachment A, which shall be the maximum price charged by all distributors excluding Florida sales tax, to the ultimate user during the initial contract period or any period of extension. The price of the Manuals shall include a five dollar ($5.00) fee to the Department for each Manual sold, paper or electronic. The Contractor shall provide the Department an accurate accounting system to track each five dollar ($5.00) fee remitted to the Department. Any discounts given any purchaser for the maximum price shall reflect only reasonable quantity discounts. No special prices shall be afforded on the basis of membership in an insurance related entity. The Contractor shall be responsible for the collection, reporting and remittance of all applicable sales tax in accordance with the sales tax statutes and regulations of Florida. 6.2 Contract Period. The contract period begins the date the Contract is last signed by the parties and ends close of business on January 26, Contract Manager. 5 of 14

6 All services will be performed under the direction and control of: Brandi McNealy Contract Manager Division of Agent and Agency Services 200 East Gaines Street, Larson Building Tallahassee, FL Attachments Provider Contract substantially in the form to be signed by the successful Proposer ATTACHMENT A- Price Proposal ATTACHMENT B- Statement of Work ATTACHMENT C- Deliverable Schedule 6 of 14

7 ATTACHMENT A: PRICE PROPOSAL Per General Lines/Customer Representative Manual Per General Lines/Customer Representative CD-ROM or other electronic format Per Adjuster Manual Per Adjuster CD- ROM or other electronic format Grand Total *Used for basis of award * Overhead Cost: Overhead Cost: Overhead Cost: Overhead Cost: Printing Cost: Production Cost: Printing Cost: Production Cost: FDFS Fee: FDFS Fee: FDFS Fee: FDFS Fee: $ 5.00 Profit: $ 5.00 Profit: $ 5.00 Profit: $ 5.00 Profit: The Manual users will provide all compensation due to the Contractor for all services identified in this Request for Contract Proposals and Request for Quote ( RCP and RFQ ) and the Contractor s response. All of the Contractor s costs specified in RCP and RFQ and the Proposer s proposal must be included in the costs identified on this attachment. I certify that this Proposal is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a proposal for the same materials, supplies or equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this RCP and RFQ and certify that I am authorized to sign this RCP and RFQ for the Proposer and that the Proposer is in compliance with all requirements of the RCP and RFQ, including but not limited to, certification requirements. PROPOSER NAME: (Company) PROPOSER ADDRESS: (City/State/Zip) PROPOSER PHONE: PROPOSER CONTACT: AUTHORIZED REPRESENTATIVE: (Printed) AUTHORIZED SIGNATURE: 7 of 14

8 ATTACHMENT B: STATEMENT OF WORK 1. Purpose. The Florida Department of Financial Services, Division of Agent and Agency Services ( Department ), pursuant to Section Florida Statutes, is seeking a Contractor who can develop, produce, and distribute the Florida General Lines Agents /Customer Representatives and the Florida Adjusters Study Manuals ( Manuals includes paper or electronic documents). The Manuals will be produced on the Department s behalf and cover the Department s examination content outline for the following: General Lines Agents /Customer Representatives Study Manual including the following: General Lines Agent, Personal Lines Agent, Customer Representative, Motor Vehicle Physical Damage and Mechanical Breakdown Agent; and Adjusters Study Manual including the following: All-Lines Adjuster, Property and Casualty Adjuster, Motor Vehicle Physical Damage and Mechanical Breakdown Adjuster Agent, Workers Compensation Adjuster, Health Adjuster, All-Lines Public Adjuster, Property and Casualty Public Adjuster, Motor Vehicle Physical Damage and Mechanical Breakdown Public Adjuster. The Contractor must be able to provide the high quality services and products required by the Department. 2. Scope of Work. The scope of work to be performed includes the following: A. Revisions The Contractor must be able to annually revise the Manuals so as to maintain technical accuracy and applicability to the related state licensure examinations. Revisions of the Manuals must cover all subject areas covered in earlier editions to at least the same extent as those subjects are covered in the earlier editions. Revisions must keep the Manuals current with applicable changes in Florida law and Department Administrative Rules, all pertinent Insurance Service Office ( ISO ) forms, and all applicable changes in the insurance industry. Applicable changes in the insurance industry include, but are not limited to, trends, conditions, and new developments in the industry. The contractor must be able to adhere to any style and formatting requirements set by the Department and must ensure that the Manuals are made available for distribution to match the frequency of examinations given by the current license examination vendor. During the life of the contract, the Department intends to incorporate the use of a national item bank of questions for various examination types. The contractor will need to ensure that any selected questions are properly addressed into the revisions of the manuals, and that these revisions shall be submitted to the Department for approval. The Contractor must have and maintain sufficient knowledge of the insurance industry and Florida law so as to develop revisions without guidance from the Department. The Contractor will be required to make comprehensive and thorough recommendations as to updated material needed as dictated by any changes in regulations and applicable events in the Florida insurance industry. If the Department recommends any modifications, the 8 of 14

9 modifications shall be incorporated into the revisions, and the revisions shall be resubmitted to the Department for approval. The Contractor must obtain the Department s prior written approval for all material incorporated or included in the Manuals. Any text will be the property of the Florida Department of Financial Services. The revisions of each Manual shall be subject to the approval of the Department. Revisions may not be printed, incorporated or included in the Manuals without the Department s express written approval. Work Tasks, Section 2.A Revise the Manuals annually meeting all criteria as defined in Section 2.A. Manual revisions and changes must cover all material as defined in Section 2.A. Develop revisions without guidance from the Department and make modifications and recommendations as defined in Section 2.A. B. Revision Schedule The Contractor must be able to adhere to a revision schedule provided by the Department that begins at the end of each legislative session and ends approximately August 31 of each year. The complete revision and publication schedule is defined in Section 3. The Manuals must be available for distribution and sale on November 1 of each year. Additionally, the Contractor must be able to attend the annual Examination Review Workshop that takes place approximately July of each year and incorporate revisions resulting from that workshop to the Manuals. The Contractor must be able to cover all costs associated with their attendance at the workshop. Work Tasks, Section 2.B The Contractor will adhere to the revision schedule as defined in Section 2.B, to include the annual Examination Review Workshop revisions. The Manuals must be available for distribution and sale on November 1 of each calendar year. The Contractor must attend the annual Examination Review Workshop and the Contractor will be responsible for all costs associated with their attendance. C. Monthly Sales Reports The Contractor must deliver a Monthly Sales Report and remittance of fees (per Section 6) to the Department by the fifteenth (15 th ) State business day of each month for the preceding month. The report must include the total number of each Manual sold and the total amount of money due to the Department. Work Tasks, Section 2.C Monthly Sales Report and remittance of fees will be delivered to the Department by the fifteenth (15 th ) State business day of each month for the preceding month. D. Style and Format The style and format shall be in typeset, textbook format with statutory footnotes and a referenced, detailed glossary of insurance technology. The Manuals shall contain a section for each topic covered on the exam content outline and the state licensure exam, followed by questions and answers to be used for review. The format of the questions 9 of 14

10 and answers must commensurate with the exam questions. The Contractor shall provide detailed specifications as to proposed form, style and technical specifications of the Manuals and are subject to review and approval of the Department. The Contractor must obtain the written approval of the Manual style and format before printing and on any alternate format (CD-ROM, etc.). The Manuals must be available in paper and electronic format. Work Tasks, Section 2.D Manuals must adhere to style and format requirements as indicated in Section 2.D. Manuals will be available in both paper and electronic formats. Manual style and format will be approved by the Department before printing. E. Delivery and Packaging The Contractor must provide a detailed description of how the Manuals will be sold, packaged, and delivered for Department review and approval as part of their response to this Statement of Work. The description will include, but is not limited to, payment methods that will be accepted, how Manuals will be ordered (internet, telephone, fax), delivery methods and timeframes. In the event that addenda or inserts are necessary and approved by the Department, such addenda or inserts must be delivered with each individual Manual. Work Tasks, Section 2.E Contractor must provide a detailed description of how the Manuals will be sold packaged, and delivered as part of their response. Contractor must be able to provide addenda and inserts with each individual Manual. 3. Performance Standards and Acceptance. a. All of the Contractor s Deliverables related to these commodities or services shall be submitted to the Department s contract manager for review and approval as stated in Section 3. The Department s approval and inspection of Contractor s services shall require no longer than five (5) business days from date of delivery of services, and no longer than fifteen (15) business days for delivery of documentary deliverables such as reports and procedures. The Department reserves the right to reject deliverables as outlined in the Statement of Work as incomplete, inadequate or unacceptable due in whole or in part to the Contractor s lack of satisfactory performance under the terms of this Contract. The Department, at its option, may allow additional time within which the Contractor may remedy the objections noted by the Department and the Department may, after having given the Contractor a reasonable opportunity to complete, make adequate or acceptable said deliverables, including but not limited to reports, declare this Contract to be in default. All status reports must be submitted timely showing tasks or activities worked on, attesting to the level of services provided, hours spent on each task/activity, and upcoming major tasks or activities. b. Performance Standards. The Contractor warrants that: (1) the Services will be performed by qualified personnel, (2) that the services will be of the kind and quality described in the Statement of Work, (3) the services will be performed in a professional and workmanlike 10 of 14

11 manner in accordance with industry standards and practices, (4) the services shall not and do not infringe upon the intellectual property rights, or any other proprietary rights, of any third party, and (5) that its employees shall comply with any security requirements and processes as provided by the Department, or provided by the Department s customer, for work done at the Department or other locations. The Department reserves the right to investigate or inspect at any time whether the services or qualifications offered by the Contractor meet the Contract requirements. If the Department determines that the qualifications or financial standing are not satisfactory, or that performance is untimely, the Department may terminate the Contract. 4. Financial Consequences. a. Damages for Non-Performance. To the extent that financial consequences are not further specified in the Statement of Work, the following apply. Nothing in this section shall be construed to make the Contractor liable for delays that are beyond its reasonable control. Nothing in this section shall limit the Department s right to pursue its remedies for other types of damages. b. Step-in Rights. i) For noncompliance by the Contractor with tasks related to public records, the Department at its option may enforce these provisions by exercising Step-In rights as described below: ii) If the Department exercises its Step-In rights, the Contractor must cooperate fully with the Department (including its personnel and any third parties acting on behalf of the Department) and shall provide, at no additional charge to the Department, all assistance reasonably required by the Department as soon as possible, including: (1) providing access to all relevant equipment, premises and software under the Contractor s control as required by the Department (or its nominee); and (2) ensuring that the Contractor personnel normally engaged in the provision of the Public Records Tasks are available to the Department to provide assistance which the Department may reasonably request. iii) The Department s Step-In rights will end, and the Department will hand back the responsibility to the Contractor, when the Contractor demonstrates to the Department s reasonable satisfaction that the Contractor is capable of resuming provision of the affected Public Records Tasks in accordance with the requirements of the Statement of Work section 2.A and that the circumstances giving rise to the Step-In right cease to exist and will not recur. iv) The Contractor must reimburse the Department for all reasonable costs incurred by the Department (including reasonable payments made to third parties) in connection with the Department s exercise of Step-In rights and provision of the affected Public Records Tasks (Step-In Costs). v) The Contractor will continue to retain its fee (including that portion which relates to the affected Public Records Tasks) due for the products or services, provided that the Contractor reimburses the Department for the Step-In Costs. If the Contractor fails to reimburse the Department within 30 days of receipt of the Department s demand for payment of Step-In Costs, the Department is entitled to set off such Step-In Costs against pursue other remedies to receive reimbursement for Step-In Costs. 11 of 14

12 c. Liquidated Damages i) Contractor acknowledges that its failure to meet an agreed upon deadline for delivery of services will damage the Department but that by their nature such damages are impossible to ascertain presently and will be difficult to ascertain in the future. Accordingly, the parties agree upon a reasonable amount of liquidated damages which are not intended to be a penalty and are solely intended to compensate for unknown and unascertainable damages. Liquidated damages shall be assessed on the Contractor for $ per calendar day for each day the Contractor fails to complete agreed upon work after expiration of the time allowed by the Contract, subject to the force majeure provisions of the Contract. Allowing completion after the time allowed shall not act as a waiver of liquidated damages. Nothing in this section shall be construed to make the Contractor liable for delays that are beyond its reasonable control. Nothing in this section shall limit the Department s right to pursue its remedies for other types of damages. ii) Critical Work Tasks Critical Work Tasks include the deliverables described below. The due date for each deliverable is either linked to a specific calendar date or a specific timeline. The due dates for each task will be identified precisely in this Scope of Work or in the contract. If the specified due date falls on a weekend or holiday, then the effective due date will be the next business day. The Manuals must be available for distribution and made available for sale on November 1 of each calendar year. The Contractor will adhere to the revision schedule as defined in Sections 2 and 3, to include the annual Examination Review Workshop revisions. Manual style and format will be approved by the Department before printing. For each default on a Critical Work Task, the Contractor shall be liable to the Department for an amount of five hundred dollars ($500.00) per business day from the occurrence to the correction of the default, as financial consequences for such delay, and not as a penalty. iii) Non-Critical Work Tasks For Work Tasks identified in Section 2 that are not considered Critical Work Tasks as defined above, the Contractor shall submit a Corrective Action Plan to the Department within ten (10) business days from initial written notification by the Department of any default. The Department will notify the Contractor within five (5) business days if the Corrective Action Plan is acceptable. The Department will allow five (5) business days for the Contractor to submit a clarification or revision if the plan is deemed unacceptable to the Department. Upon the Department s acceptance of the plan, the Contractor shall have, at the discretion of the Department, up to ten (10) calendar days to implement and successfully complete the agreed upon plan. For each business day the Contractor fails to timely submit a Corrective Action Plan, the Contractor shall be liable to the Department for an amount of one hundred dollars ($100.00), as financial consequences for such delay, and not as a penalty. For each business day the Contractor fails to correct the default according to the Corrective Action Plan, the Contractor shall be liable to the Department for an amount of one hundred dollars ($100.00), as financial consequences for such delay, and not as a penalty. 12 of 14

13 5. Contract Period. The contract period for this Scope of Work begins upon contract execution and ends close of business on January 26, No renewals will be contemplated. 6. Contract Manager. All services will be performed under the direction and control of: Brandi McNealy Contract Manager Division of Agent and Agency Services 200 East Gaines Street, Larson Building Tallahassee, FL Information and Data Security and Confidentiality. Contractor, its employees, subcontractors and agents shall comply with all security procedures of the Department in performance of this Contract. The Contractor shall provide immediate notice to the Department in the event it becomes aware of any security breach and any unauthorized transmission of State data or of any allegation or suspected violation of security procedures of the Department. Except as required by law or legal process and after notice to the Department, Contractor shall not divulge to third parties any confidential information obtained by Contractor or its employees, subcontractors or agents in the course of performing the services. Contractor shall not be required to keep confidential information that is publicly available through no fault of Contractor, material that Contractor developed independently without relying on the State s confidential information, or information that is otherwise obtainable under state law as a public record. See Contract section 6 for additional data security requirements. 13 of 14

14 ATTACHMENT C: DELIVERABLE SCHEDULE Revision Schedule Deliverables, Including Minimum Performance Standards* The Department will provide a copy of the current Manuals to the Contractor with any current revisions. Contractor will submit draft of new edition to the Department, updated according to analysis of industry, law and rule changes.* Additionally, the Contractor will submit format and style requirements for approval as indicated in 2.D. Department will review draft and return to Contractor with requested revisions Contractor will incorporate revisions and submit second draft document to Department and provide the Department three (3) hard copies or an electronic copy and the testing vendor with an electronic copy* Contractor will deliver three (3) hard copies or an electronic copy of the approved second draft to the test development workshop* Contractor will incorporate the revisions to the Manuals which result from the test development workshop into the final drafts and deliver three (3) hard copies or an electronic copy to the Department and an electronic copy to the testing vendor* Department will return final approved revisions to Contractor with authorization to produce the Manuals Contractor will provide the Department five (5) hard copies and an electronic copy and the current testing vendor with an electronic copy of the Manuals* Contractor will distribute the approved Manuals and make available for sale* Sales Report in accordance with Section 2.C* Due Date Within 10 days of Contract Execution On or about June 15 On or about July 7 On or about July 18 On or about July 18 On or about Aug 31 On or about Sept 12 On or about Sept 25 By November 1 Monthly 14 of 14

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

DEPARTMENT OF FINANCIAL SERVICES RLAC Attachment 2 - STATEMENT OF WORK. November 14, 2017

DEPARTMENT OF FINANCIAL SERVICES RLAC Attachment 2 - STATEMENT OF WORK. November 14, 2017 DEPARTMENT OF FINANCIAL SERVICES RLAC-9999-17020 - STATEMENT OF WORK November 14, 2017 1 of 9 TABLE OF CONTENTS SECTION 1 Overview... 3 SECTION 2 Contractor Responsibilities... 4 SECTION 3 Performance

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

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

State of Florida Department of Financial Services

State of Florida Department of Financial Services State of Florida Department of Financial Services Invitation to Negotiate (ITN) Number: 1718-13 ITN TR Controlled Disbursement and Electronic Funds Transfer (EFT) Services Procurement Officer: Amy Jones

More information

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 REQUEST FOR PROPOSAL Consulting Services - Cable Television System Franchise Renewal ISSUE DATE: October 1, 2014 CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 CLOSING

More information

Invitation to Negotiate (ITN) Number: DFS OIT ITN Enterprise Financial System Support Services

Invitation to Negotiate (ITN) Number: DFS OIT ITN Enterprise Financial System Support Services State of Florida Department of Financial Services Invitation to Negotiate (ITN) Number: Enterprise Financial System Support Services Procurement Officer: Wanda Norton Operations Review Specialist Department

More information

Transurban Standard Terms and Conditions

Transurban Standard Terms and Conditions Transurban Standard Terms and Conditions 1. General. 1.1 In the absence of an existing written contract between the parties in effect as of the Purchase Order date for the particular goods or services

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 AGENCY FOR HEALTH CARE ADMINISTRATION REQUEST FOR INFORMATION AHCA RFI /16

STATE OF FLORIDA AGENCY FOR HEALTH CARE ADMINISTRATION REQUEST FOR INFORMATION AHCA RFI /16 STATE OF FLORIDA AGENCY FOR HEALTH CARE ADMINISTRATION REQUEST FOR INFORMATION AHCA RFI 001-15/16 STATEWIDE PROVIDER AND HEALTH PLAN CLAIM DISPUTE RESOLUTION PROGRAM A. GENERAL INFORMATION 1. Purpose This

More information

Attachment G - SSI Contract

Attachment G - SSI Contract Attachment G - SSI Contract Technology System Contract General Terms and Conditions The Department of Financial Services and ITN # DFS FL PALM ITN 1617-07 Page 1 of 87 TABLE OF CONTENTS

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

Union County. Request for Proposals # Employee Survey Services

Union County. Request for Proposals # Employee Survey Services Union County Request for Proposals # 2015-030 Employee Survey Services Due Date: April 9, 2015 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, Administrative Services, Procurement

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY

RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY RFP Coordinator: Brian Foster, Superintendent Tel: (207) 864-3312 e-mail: bfoster@rangeleyschool.org Fax: _(207) 864-2451 From the time this RFP is issued

More information

NOTICE OF PROPOSAL INVITATION

NOTICE OF PROPOSAL INVITATION NOTICE OF PROPOSAL INVITATION Proposal Name: Proposal Number: Transportation Fuels, Propane and Heating Oil TEC-103-16 Proposal Submission Deadline Date and Time: July 6, 2016 at 2:00 p.m. Contract Term:

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

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST I. OVERVIEW The District is seeking qualified firms to provide On-Call Professional Services in support of Capital Improvement

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 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

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

(Electronic Submission Only)

(Electronic Submission Only) DEERFIELD BEACH HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS NUMBER RFQ 2016-001R General Contractor for Pre-Construction and Construction Services THE PALMS OF DEERFIELD APARTMENTS REDEVELOPMENT PROJECT

More information

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction

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

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018 REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2018-2020 Issue Date April 23, 2018 Cumberland Mountain Community Services requests qualified

More information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

CONTRACT ADMINISTRATION GUIDE

CONTRACT ADMINISTRATION GUIDE CONTRACT ADMINISTRATION GUIDE Prepared for: Department Contract Administrators 12 November 2015 Prepared by: Purchasing and Warehouse Services General. Contract administration begins after award of the

More information

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) This Agreement is made and entered into this (INSERT DATE HERE), 2015 between the Santa Maria Joint Union

More information

06/22/2017. acceptance by Provider. The terms of this Order also apply to any Corrective Action required by Company pursuant to Section 3 hereof.

06/22/2017. acceptance by Provider. The terms of this Order also apply to any Corrective Action required by Company pursuant to Section 3 hereof. 06/22/2017 1. Terms of Order This purchase order is an offer by the company identified on the face of this purchase order ("Company") for the procurement of the services specified (the "Services") from

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

Master Services Agreement

Master Services Agreement Contract # Master Services Agreement This Master Services Agreement ( Agreement ) is made between Novell Canada, Ltd. with offices at 340 King Street East, Suite 200, Toronto, ON M5A 1K8 ( Novell ), and

More information

Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services

Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services TAIPA is soliciting proposals from qualified actuarial firms, to develop insurance rate filings for automobile

More information

Request for Proposals. For. Financial Aid Services. Issued by: Pennsylvania State System of Higher Education Office of the Chancellor

Request for Proposals. For. Financial Aid Services. Issued by: Pennsylvania State System of Higher Education Office of the Chancellor Request for Proposals For Issued by: Pennsylvania State System of Higher Education RFP # 2010-QCC-RLG-04 Issue Date: January 22, 2010 Response Date: February 12, 2010 Table of Contents Page Part I General

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

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

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

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

for Developing and Implementing Quality Management System (ISO)

for Developing and Implementing Quality Management System (ISO) Health Authority Abu Dhabi REQUEST FOR PROPOSALS for Developing and Implementing Quality Management System (ISO) RFP # no.: 03/CS/HAAD/PT/2010 Bid issue date: February 18, 2010 Deadline for submission

More information

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

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

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH REQUEST FOR PROPOSAL FOR Full Cost Allocation Plan and Citywide User Fee and Rate Study Finance Department CITY OF HUNTINGTON BEACH Released on October 17, 2007 Full Cost Allocation Plan and Citywide User

More information

Pharmacy Benefits Management program for State Employee Workers Compensation Claims

Pharmacy Benefits Management program for State Employee Workers Compensation Claims State of Florida Department of Financial Services Request for Proposal DFS RM RFP 11/12-03 Pharmacy Benefits Management program for State Employee Workers Compensation Claims SECTION 1: Introductory Section

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE-211899 i REMINDER Please check your proposal to make sure you have included all

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:

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

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

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

More information

Request for Proposal

Request for Proposal Request for Proposal RFP No. 2017 11 001 Consulting Services for Emergency Operations Response Plans Issue Date Monday, November 20, 2017 ISSUED BY OFFICE OF PROCUREMENT RICE UNIVERSITY 6100 MAIN ST.,

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES ALVORD UNIFIED SCHOOL DISTRICT Angie Lopez, Director of Facilities Planning 10365 Keller Avenue Riverside, CA 92505 VARIOUS PROJECTS

More information

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FINANCIAL AND COMPLIANCE AUDITS OF THE KANSAS PUBLIC EMPLOYEES DEFERRED COMPENSATION 457 PLAN SEALED PROPOSALS for furnishing the services

More information

STREAMGUYS, Inc. Authorized Streaming Agent Agreement Please complete and fax back entire agreement to us at

STREAMGUYS, Inc. Authorized Streaming Agent Agreement Please complete and fax back entire agreement to us at StreamGuys.com P.O. Box 828 Arcata California 95521 (707) 667-9479 Fax (707) 516-0009 info@streamguys.com STREAMGUYS, Inc. Authorized Streaming Agent Agreement Please complete and fax back entire agreement

More information

PAYROLL SERVICE AGREEMENT

PAYROLL SERVICE AGREEMENT PAYROLL SERVICE AGREEMENT YOUR NAME: DATE: This Payroll Services Agreement (this Agreement ) is made as of the day of, 20 for the effective service commencement date of, between Client identified above

More information

TABLE OF CONTENTS CHAPTER 1 PROCUREMENT THRESHOLDS AND PROCEDURES...

TABLE OF CONTENTS CHAPTER 1 PROCUREMENT THRESHOLDS AND PROCEDURES... TABLE OF CONTENTS CHAPTER 1 THRESHOLDS AND PROCEDURES... 2 SECTION 1.1 OVERVIEW... 2 SECTION 1.2 METHODS OF... 2 Subsection 1.2.a Micro-purchases... 2 Subsection 1.2.b Small Purchase Procedures... 3 Subsection

More information

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Sealed proposals will be received at the WESTERN TIDEWATER REGIONAL JAIL Attn: Tim Wertheimer Director, Administration and Support Services 2402 Godwin Blvd Suffolk, Virginia 23434

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

Sealed proposals will be received until 4 pm on Friday, March 16, 2018.

Sealed proposals will be received until 4 pm on Friday, March 16, 2018. Request for Proposals for Financial Statement Audit Services February 1, 2018 1 Mount Rogers Community Services Board (MRCSB) requests qualified independent certified public accountants to submit proposals

More information

DOUKPSC04 Rev Feb 2013

DOUKPSC04 Rev Feb 2013 DOUKPSC04 Purchasing Standard conditions for the Purchase of Consultancy Services 1 DEFINITIONS In the Contract (as hereinafter defined) the following words and expressions shall have the meanings hereby

More information

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information

AGREEMENT Between TEXAS BOARD OF NURSING And BEVERLY SKLOSS, MSN, RN

AGREEMENT Between TEXAS BOARD OF NURSING And BEVERLY SKLOSS, MSN, RN STATE OF TEXAS COUNTY OF TRAVIS AGREEMENT Between TEXAS BOARD OF NURSING And BEVERLY SKLOSS, MSN, RN The Texas Board of Nursing, hereinafter referred to as the Board, and Beverly Skloss, MSN, RN, hereinafter

More information

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services Issue Date: March 23, 2018 Proposals Due Date: April 19, 2018 Optional Walk through: April 10, 2018 Interviews: April 25 and 26, 2018 RFP Coordinator: Amy James Director of Business Services Room # 1123

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

ACA UNIFORM TERMS AND CONDITIONS

ACA UNIFORM TERMS AND CONDITIONS ACA UNIFORM TERMS AND CONDITIONS ARIZONA COMMERCE AUTHORITY (ACA) UNIFORM TERMS AND CONDITIONS 1. Definition of Terms As used in this Solicitation and any resulting Contract, the terms listed below are

More information

CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE)

CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE) CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE) 1. DELIVERABLES Contractor agrees to provide the goods, equipment, or items ( Materials ) detailed in the work scope

More information

UNIVERSITY OF WEST FLORIDA BOARD OF TRUSTEES NOTICE TO PROFESSIONAL CONSULTANTS 13PQS-10JJ Greek Village Design Services

UNIVERSITY OF WEST FLORIDA BOARD OF TRUSTEES NOTICE TO PROFESSIONAL CONSULTANTS 13PQS-10JJ Greek Village Design Services UNIVERSITY OF WEST FLORIDA BOARD OF TRUSTEES NOTICE TO PROFESSIONAL CONSULTANTS 13PQS-10JJ Greek Village Design Services The University of West Florida and its Board of Trustees announce that professional

More information

Request for Proposal Supply & Install Generators at District Health Centers Project

Request for Proposal Supply & Install Generators at District Health Centers Project HSA1011SER04 Cayman Islands Health Services Authority Request for Proposal Supply & Install Generators at District Health Centers Project #HSA1314 SER08 Contents I. Instructions to Proposers... 2 II. Information

More information

REQUEST FOR PROPOSAL. Compensation and Classification Study

REQUEST FOR PROPOSAL. Compensation and Classification Study School Employees Retirement System of Ohio Request for Information Investment Manager SCHOOL EMPLOYEES RETIREMENT SYSTEM OF OHIO 300 East Broad Street, Suite 100 Columbus, Ohio 43215 REQUEST FOR PROPOSAL

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL West Virginia Board of Risk and Insurance Management RIM:09092013 TABLE OF CONTENTS Section 1: General Information Section 2: General Terms and Conditions Section 3: Project Specifications

More information

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES 1. General Terms: These General Terms and Conditions shall apply to and be incorporated by this reference in all

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

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

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS These Standard Purchase Order Terms & Conditions, as set forth herein, are applicable to Purchase Orders issued by Valdosta State

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE FACILITIES PROFESSIONAL OR TECHNICAL CONSULTANT MASTER CONTRACT FOR ARCHITECTURAL, OWNER REPRESENTATIVE, REAL ESTATE, AND OTHER

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 PROJECT TITLE: Marketing and Outreach Proposal PROPOSAL DUE DATE: February 27, 2015 by 4:00 P.M. Mailed,

More information

Request for Risk Management and Insurance Broker Services

Request for Risk Management and Insurance Broker Services TO: Prospective Vendors DATE: 08/01/ SUBJECT: Services Request for Proposal for Risk Management and Insurance Brokerage You are invited to submit Proposals for Risk Management and Insurance Brokerage Services

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

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

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015 Request for Proposal (RFP) For Printing Services RFP #15-001-44 Posting Date: March 18, 2015 Response Deadline: April 15, 2015 2:00 p.m. Central Standard Time (CST) To: Kristi Yates, Accountant Marinette

More information

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

Addendum No. 2 Q&A Responses ADDENDUM NO. 2. State of Florida Department of Management Services

Addendum No. 2 Q&A Responses ADDENDUM NO. 2. State of Florida Department of Management Services Addendum No. 2 Q&A Responses ADDENDUM NO. 2 State of Florida Department of Management Services INVITATION TO Negotiate (ITN) No. 02 973 000 A Management Consulting and Auditing Services August 30, 2012

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

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

More information

VENTURA COUNTY EMPLOYEES RETIREMENT ASSOCIATION (VCERA) REQUEST FOR PROPOSAL FOR ACTUARIAL AUDIT SERVICES

VENTURA COUNTY EMPLOYEES RETIREMENT ASSOCIATION (VCERA) REQUEST FOR PROPOSAL FOR ACTUARIAL AUDIT SERVICES VENTURA COUNTY EMPLOYEES RETIREMENT ASSOCIATION (VCERA) REQUEST FOR PROPOSAL FOR ACTUARIAL AUDIT SERVICES Issued April 3, 2017 PROPOSAL SUBMISSION DEADLINE: May 5, 2017 Ventura County Employees Retirement

More information

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS (RFP) CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP") May 12, 2017 CHARLOTTE PUBLIC SCHOOLS A. Instructions REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES PART

More information

FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form

FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form Page 1 of 19 pages Agency Release Date: April 28, 2015 SUBMIT REPLY TO: Department of Law Enforcement Office of General Services

More information

PO Terms for Ariba (Effective as of ).DOC

PO Terms for Ariba (Effective as of ).DOC TERMS AND CONDITIONS 1. GENERAL. The vendor/seller (the Company ) identified on the attached purchase order (the PO ) shall provide the purchaser identified on the PO ( Purchaser ) all products and/or

More information

MASTER SERVICES AGREEMENT

MASTER SERVICES AGREEMENT MASTER SERVICES AGREEMENT This Master Services Agreement (the Agreement ) is made effective as of the day of in the year 20 (the Effective Date ), by and between Solution Zero, LLC, Doing Business As (DBA)

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

CONFIRMATION FORM FOR REQUEST FOR PROPOSALS NO

CONFIRMATION FORM FOR REQUEST FOR PROPOSALS NO CONFIRMATION FORM FOR REQUEST FOR PROPOSALS NO. 16-047 PURCHASING REPRESENTATIVE: CHARLES CHEATHAM If you are interested in this project, complete and email this confirmation form to the email address

More information

exo PARTNER AGREEMENT

exo PARTNER AGREEMENT exo PARTNER AGREEMENT This exo Partner Agreement ( Agreement ) is entered into between exo Platform NA LLC with its principal place of business at 51 Federal Street, Suite 350, San Francisco, California

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)

More information