Request for Proposals (RFP) for Septic System Risk Assessment

Size: px
Start display at page:

Download "Request for Proposals (RFP) for Septic System Risk Assessment"

Transcription

1 Request for Proposals (RFP) for Septic System Risk Assessment Issued by: Washington County Department of Public Health and Environment (PHE) Date: December 5, 2017 The issuance of this RFP constitutes only an invitation to submit a Proposal to the COUNTY. It is not to be construed as an official and customary request for bids, but as a means by which the COUNTY can facilitate the acquisition of information related to the purchase of Services. Any Proposal submitted, as provided herein, constitutes an indication to negotiate and NOT A BID. Request for Proposals will be accepted no later than 4:00 pm Central Standard Time (CST) on or before January 12, Telephone calls will not be accepted regarding this Request for Proposal.

2 TABLE OF CONTENTS Introduction... 3 Description of Washington County... 3 Purpose of RFP... 3 Scope of Work... 4 Instructions to Vendors... 5 Anticipated Schedule of Events... 5 RFP Questions and Clarifications... 5 RFP Amendment... 6 Proposal Rejection or Acceptance... 6 Public Records... 7 Proposal Costs... 7 RFP Response Format... 7 Proposal Evaluation... 9 Contract Term... 9 General Contract Requirements... 9 Contract Language... 9 Vendor Profile and Qualifications... 9 Certificate of Insurance...10 References...10 Additional Attachments...10 Attachment 1 Contract Terms...11 Attachment 2 Vendor Profile and Qualifications...15 Attachment 3 Vendor Reference Form...16 Attachment 4 Certificate of Insurance

3 Introduction Description of Washington County As one of Minnesota's original nine counties in Minnesota, Washington County is located on the eastern edge of the Twin Cities Metropolitan area and is composed of 423 square miles of land. The county seat is located in Stillwater, Minnesota, along the scenic St. Croix River. The population of Washington County is 233,104. Washington County contains 27 cities ( Afton, Bayport, Birchwood, Cottage Grove, Dellwood, Forest Lake, Grant, Hastings, Hugo, Lake Elmo, Lake St. Croix Beach, Lakeland, Lakeland Shores, Landfall, Mahtomedi, Marine on St. Croix, Newport, Oak Park Heights, Oakdale, Pine Springs, St Mary s Point, St. Paul Park, Scandia, Stillwater, a portion of White Bear Lake, Willernie, and Woodbury), and 6 townships (Baytown, Denmark, Grey Cloud Island, May, Stillwater, West Lakeland). Washington County is the fifth largest County in the State of Minnesota, housing 4% of the State's population and 8% of the Twin Cities Metropolitan Area's population. Washington County s eastern border is defined by the Saint Croix River, which separates the State of Minnesota from Wisconsin. The Saint Croix National Scenic Riverway is one of the eight original rivers designated as a wild or scenic river and is a popular destination for canoeing, boating, fishing, camping, and hunting. Washington County has had a subsurface sewage treatment system (SSTS) permitting and inspection program since While SSTS otherwise known as septic systems can be an efficient means of treating waste in rural areas, failing or poorly maintained SSTS have the potential to contaminate groundwater and surface water with a number of contaminants, including nitrates, coliform bacteria (E Coli), and phosphorus. The Department of Public Health and Environment estimates there are over 17,000 SSTS in the county, serving approximately 50,000 residents in widely dispersed geographic areas. Nearly all of drinking water in the county is derived from groundwater sources and protection of groundwater is of vital importance. The work proposed under this RFP supports implementation of the county s Groundwater Plan which includes Strategy 9.2.1: Develop a countywide assessment [of septic systems] that utilizes geologic data, nitrate testing, housing stock, and a community approach to determine risk levels of existing systems throughout the county and identify possible areas of concern for failing systems. In , the county developed and implemented a comprehensive web-based SSTS Data Management System. This system is used to manage data on permitting, permitting, installation, maintenance, and compliance inspections of new and existing SSTS and includes geographic displaying and reporting capabilities. Purpose of RFP The county is requesting proposals from qualified consulting firms to assist in the development of a risk assessment model for SSTS in the county. This is part of a multi-phase project, funded in part by a Clean Water Fund grant from the State of Minnesota and county resources 3

4 Scope of Work The project described herein involves gathering, organizing, and analyzing relevant data to be used for performing an assessment of risk to ground and surface water posed by SSTS use in the county. A major outcome of the project will be the building a model for calculating relative risk to ground and surface water posed by SSTS use. The county plans to use results from this project and the risk assessment model to guide policy and program decisions and address SSTS that pose a relative high risk potential. The county, in consultation with local and state agencies, has compiled a preliminary list of data that would be needed for a risk assessment. We intend to work with a consultant to refine and/or add to this list. A sampling of this data is below. Drinking water risks Well locations Well testing data Climate data 100 year flood levels Future flooding scenarios Land locked basins Surface water Impaired waters Surface water quality trends System conditions Depth to water table System age System type Geologic conditions and soil suitability Groundwater chemistry Pollution sensitivity Karst Surficial groundwater flow Other types of SSTS Commercial flows Hazardous waste generators Community systems Existing system risks Density Lack of maintenance information The selected consultant would compile needed data from identified sources both internal and external to the county. The data will be analyzed and the results used to create the assessment model which can identify areas of relative higher risk for groundwater and/or surface water pollution from SSTS. Once completed the model will be used with various inputs and scenarios and the output would be the calculated risk associated with the specific scenario. A conceptual framework for the model includes developing weighted factors for each of the constituent data inputs based on degree or potential of environmental harm. This would include inputs from independent or scholarly research, public engagement, elected officials, and other stakeholders. The county will take a lead role in gathering stakeholder input, but the consultant may be expected to attend up to 3 stakeholder meetings in support of these efforts. Outputs and final results will include maps, tabular and numeric data in electronic formats (e.g. Excel) with the capability of being translated or displayed in GIS, and a final report describing the stages of the project, including: 4

5 1. Data gathering and input 2. Stakeholder engagement 3. Model and Risk factor development 4. Analysis 5. Results 6. Conclusions We also anticipate that the consultant may need to perform some additional analysis of county data related to SSTS. County staff will be available to assist in these efforts, as well as to train the selected vendor on how to use the county s SSTS database system. Instructions to Vendors County Staff will coordinate efforts and activities of this project throughout the contract period. The consultant will provide a cost estimate for each project step and obtain the county s approval before commencing work at each step. The consultant could be one firm/organization, or it could be a consultant team with a primary contractor and one or more subcontractors. Potential subcontractors will be allowed to be part of more than one proposal team. The selected consultant will need to be able to respond effectively in a timely manner to the needs of the county. Anticipated Schedule of Events RFP released to vendors 12/05/2017 RFP Q&A period begins 12/05/2017 RFP Q&A period ends 4:00 pm CST 12/19/2017 RFP Q&A published 12/22/2017 RFP responses due 4:00 pm CST 01/12/2018 RFP evaluation begins 01/12/2018 Vendor interviews (potential) 01/22/ /26/2018 RFP evaluation ends 01/29/2018 Contract negotiations and final award to vendor 01/30/ /07/2018 RFP Questions and Clarifications Inquiries concerning any aspect of this RFP should be submitted by (postal or ). The closing date for receipt of written questions will be 4:00 pm CST on December 19, Phone calls are not acceptable. 5

6 Questions received after this deadline will not be considered. All questions received before the deadline will be compiled and responded to as identified in the schedule of events. Each question should begin by referencing the RFP page number and section number to which it relates. Questions concerning this RFP should be sent to: Stephanie Holt Washington County Public Health & Environment nd St N Stillwater, MN Stephanie.Holt@co.washington.mn.us All questions and requests for clarification, and Washington County s response, will be posted on the Washington County website at Vendor proposals in response to this RFP will be accepted by the Washington County Department of Public Health and Environment until 4:00 pm CST on January 12, RFP Amendment Washington County reserves the right to amend this RFP at any time. Changes to the RFP, if any, will be posted at Proposal Submission Proposals will be accepted by the Washington County Department of Public Health and Environment until 4:00 pm CST on January 12, Proposals received after the Proposal due date/time will not be accepted and will be marked LATE and shall be returned to the Vendor. Submit all responses by mail (double-sided 8 ½ x 11 recycled content paper with sequentially numbered pages throughout) or to: Stephanie Holt Washington County Public Health & Environment nd St N Stillwater, MN Stephanie.Holt@co.washington.mn.us Vendor s proposals can be hand delivered to the address above. Hand delivered responses will be collected but will not be opened and read at that time. Please note that it is the vendor's responsibility to ensure that the proposal and all other required documents are received at the address named above by the closing date and time specified above. All proposals submitted become the property of the County and will not be returned. Proposal Rejection or Acceptance Washington County reserves the right to accept or reject any or all proposals and to waive any defects or technicalities or to advertise for new proposals where the acceptance, rejection, waiving, or advertising of such would be in the best interest of the County. The County reserves the right to reject proposals based on 6

7 the evaluation of submitted materials and to accept proposals other than those submitting the lowest pricing. The County reserves the right to disqualify any proposal, before or after opening, if there is evidence of collusion with intent to defraud, or other illegal practices upon the part of the Vendor, or for noncompliance with the requirements of these documents. In participating in this proposal process, all Vendors agree to keep their offers open for 120 days. However, a proposal may be withdrawn any time prior to that end of 120 days. Public Records Washington County is aware that information contained in the proposals indicates the vendor's current operations. Proposals submitted become a matter of public record. All data collected, created, received, maintained, or disseminated for any purposes by the activities of the Vendor because of this RFP is governed by the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13. Proposal information is private or nonpublic until the responses are opened; once opened, proposer s name becomes public. Upon completion of the evaluation process, the remaining data becomes public but for trade secrets. If any Vendor deems information they submit as trade secret, it must be clearly indicated as such within the RFP response. Ownership of Materials Submitted All material submitted becomes the property of the county and will not be returned. Proposal Costs Vendors shall bear all costs associated with preparing and submitting responses to this RFP and the subsequent evaluation phase. Washington County will, in no way, be responsible for these costs, regardless of the conduct or outcome of the prequalification process. RFP Response Format Vendors must address all information specified by this RFP. All questions must be answered completely. Washington County reserves the right to verify any information contained in the vendor's RFP response, and to request additional information after the RFP response has been received. Washington County is not responsible for locating or securing any information that is not identified as the proposal and reasonably available to Washington County. To insure that sufficient information is available, the proposer must furnish as part of the proposal all descriptive material necessary for Washington County to determine whether the proposal meets the requirements of the RFP. Washington County may make such investigations as it deems necessary to determine the ability of the proposer to furnish the services outlined herein, and the proposer shall furnish to Washington County all such information and data for this purpose as Washington County may request. Washington County reserves the right to reject any proposal if the evidence submitted by, or the investigation, of such proposer fails to satisfy Washington County that such proposer is properly qualified to carry out the obligations of the contract. Marketing brochures included as part of the main body of the RFP response shall not be considered. Such material must be submitted only as attachments and must not be used as a substitute for written responses. In case of any conflict between the content in the attachments and a vendor's answers in the body of the proposal, the latter will prevail. 7

8 The consultant must respond to the requirements listed in this section. 1. Cover Letter Address the cover letter to: Stephanie Holt Washington County Public Health & Environment nd St N Stillwater, MN Stephanie.Holt@co.washington.mn.us Include the following: Identification of the offering firm(s), including name, address and telephone number of each firm; Name, title, address, telephone and fax numbers and address of contact person during period of proposal evaluation; A statement to the effect that the proposal shall remain valid for a period of not less than 120 days from the date of submittal; and The original proposal must be signed by a person who is authorized to sign contracts for the respondent. The proposal copies should include the signature page. 2. Qualifications and Experience Proposals are limited to eight (8) double-sided pages total (single spaced) should contain information reflecting but not limited to: a. Brief background of the company b. Qualifications for providing similar service and identify at least one public entity customer that you provide services for that is comparable to the County s requirements. For each customer named, indicate: 1) number of years as customer, 2) contact names and numbers, 3) general type of business of customer, and 4) services the company provides c. Documented work experience in environmental/engineering analysis, particularly experience dealing with wastewater and SSTS. d. Demonstrated experience in model development and/or GIS analysis. e. Demonstrated business skills to include accounting, timely invoicing for reimbursements, and completing projects on time f. Provide resumes for project manager and key personnel or provide a description of the project manager and key personnel s experience and qualifications. The consultant s proposal should demonstrate understanding of the project goals. The consultant s proposal must include a clear description of its capabilities to undertake the work scope. 3. Budget Include hourly rates for personnel and other expenses. Provide titles or classifications of personnel who may perform work and their hourly rates. Include additional expenses such as copying, mileage, travel and lodging (according to GSA standards), or other as appropriate. 4. Estimated timeline for completion Provide a timeline that address all three phases of the propose project, and discuss the ability to meet the timeline and the services. 8

9 5. References Please provide the name, address and telephone number of at least three professional current or past customers. References should be for customers with requirements similar to those of County. County reserves the right to contact these references and discuss the client's level of satisfaction with the vendor and its products. 6. Sub-Contractor Information Provide sub-contractor s company name, address, contact person, and telephone number. Provide description of company, contact person, and key personnel s experience and qualifications. 7. Conflict of Interest The consultant must identify any potential conflict of interest it may have with the County or any other party or entity that may be affected by the terms of this RFP and responsive proposal. Proposal Evaluation Evaluation of proposal will be conducted by county staff. The following will be taken into account: Qualifications and expertise: 40% of total score Previous experience with similar projects: 40% of total score Cost: 20% of total score After completing the evaluation phase of the process, Washington County will enter into financial negotiations. The final selection will be based on the satisfactory outcome of these negotiations. The award shall be made to the responsible proposer whose proposal is determined, at the County s sole discretion to be the most advantageous to Washington County. The lowest cost will not be the sole determining factor. After the contract has been awarded, Washington County will notify the proposal submitters of the outcome. Contract Term The term of the contract is from the date of execution through December 31, 2018, with the possibility of extension. General Contract Requirements Contract Language The Vendor must read the example contract language provided as Attachment 1. In order to enter into a contract with Washington County, a vendor must agree to include this language into the final contract. Vendor Profile and Qualifications Provide a statement giving a brief history of your company, how it is organized, and how its available products and resources will be used to meet Washington County s requirements. The vendor shall complete Attachment 2. 9

10 Certificate of Insurance The vendor shall provide a current copy of the company s Certificate of Insurance as Attachment 3. References The vendor should provide details of two to four customers for reference. References should be for customers with requirements similar to those of Washington County. Washington County reserves the right to contact these references and discuss the client's level of satisfaction with the vendor and its products. (Complete Attachment 3) Additional Attachments Vendor's proposal will consist of completion or acknowledgment of the following attachments. Attachment 1 Contract Terms (Vendor to read Washington County contract terms and sign the acknowledgement) Attachment 2 Vendor Profile and Qualifications (Vendor to complete form) Attachment 3 Vendor reference form (Vendor to complete form) Attachment 4 Certificate of insurance (Vendor to submit) 10

11 Attachment 1 Contract Terms The following terms are required when entering into a contractual relationship with Washington County. Please acknowledge that you will agree to the following contractual terms. INDEPENDENT CONTRACTOR. It will be agreed that nothing within the contract is intended or should be construed in any manner as creating or establishing the relationship of co-partners between the parties or as constituting the Contractor as the agent, representative, or employee of the County or Public Health & Environment for any purpose or in any manner whatsoever. The Contractor is to be and shall remain an independent Contractor with respect to all services performed under this agreement. The Contractor will secure, at its own expense, all personnel required in performing services under the agreement. Any and all personnel of the Contractor or other persons, while engaged in the performance of any work or services required by the Contractor under this agreement shall have no contractual relationship with the County or Public Health & Environment and shall not be considered employees of the County or Public Health & Environment. STANDARDS. The Contractor/Consultant shall comply with all applicable Federal law, State statutes, Federal and State regulations, and local ordinances now in effect or hereafter adopted. Failure to meet the requirements of the above shall be a substantial breach of the agreement and will be cause for cancellation of this contract. POSSESSION OF FIREARMS ON COUNTY PREMISES. Unless specifically required by the terms of this contract or the person it is subject to an exception provided by 18 USC 926B or 926BC (LEOSA) no provider of services pursuant to this contract or subcontractors shall carry or possess a firearm on county premises or while acting on behalf of Washington County pursuant to the terms of this agreement. Violation of this provision is grounds for immediate suspension or termination of this contract. SUBCONTRACTING AND ASSIGNMENT. The contractor shall not enter into any subcontract for performance of any services contemplated under this agreement nor novate or assign any interest in the agreement without the prior written approval of the county. Any assignment or novation may be made subject to such conditions and provisions as the county may impose. If the contractor subcontracts the obligations under this agreement, the contractor shall be responsible for the performance of all obligations by the subcontractors. INDEMNIFICATION. The Contractor/Consultant agrees it will defend, indemnify and hold harmless the County, its officers and employees against any and all liability, loss, costs, damages, and expenses which the County, its officers, or employees may hereafter sustain, incur, or be required to pay arising out of the negligent or willful acts or omissions of the Contractor/Consultant in the performance of this agreement. 11

12 INSURANCE REQUIREMENTS. The Contractor agrees that in order to protect itself, as well as the County, under the indemnity provisions set forth above, it will at all times during the term of this Agreement, keep in force the following insurance protection in the limits specified: 1. Commercial General Liability/Professional Liability with contractual liability coverage in the amount of the County s tort liability limits set forth in Minnesota Statute and as amended from time to time. 2. Automobile coverage in the amount of the County s tort liability limits set forth in Minnesota Statute and as amended from time to time. 3. Worker s Compensation in statutory amount. (if applicable) Prior to the effective date of this Agreement, the Vendor will furnish the County with a current and valid proof of insurance certificate indicating insurance coverage in the amounts required by this agreement. This certificate of insurance shall be on file with the County throughout the term of the agreement. As a condition subsequent to this agreement, Contractor/Vendor/Consultant shall insure that the certificate of insurance provided to the County will at all times be current. The parties agree that failure by the Vendor to maintain a current certificate of insurance with the County shall be a substantial breach of the contract and payments on the contract shall be withheld by the County until a certificate of insurance showing current insurance coverage in amounts required by the contract is provided to the County. Any policy obtained and maintained under this clause shall provide that it shall not be cancelled, materially changed, or not renewed without thirty days notice thereof to the County. AUDITS, REPORTS, RECORDS AND MONITORING PROCEDURES/RECORDS AVAILABILITY & RETENTION. Pursuant to Minn. Stat. section 16C.05 subd. 5, the Contractor/Consultant will: A. Maintain records which reflect all revenues, costs incurred and services provided in the performance of this Agreement. B. Agree that the County, the State Auditor, or legislative authority, or any of their duly authorized representatives at any time during normal business hours, and as often as they may deem reasonably necessary, shall have access to and the right to examine, audit, excerpt, and transcribe any books, documents, papers, records, etc., and accounting procedures and practices and involve transactions relating to this agreement. The Contractor agrees to maintain and make available these records for a period of six (6) years from the date of the termination of this agreement. DATA PRACTICES. All data collected, created, received, maintained, or disseminated for any purpose by the activities of the contractor, because of this agreement shall be governed by the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13 (Act), as amended and the Rules implementing the Act now in force or as amended. The contractor is subject to the requirements of the Act and Rules and must comply with those requirements as if it is a governmental entity. The remedies contained in section of the Act shall apply to the contractor. 12

13 CONTRACTOR DEBARMENT, SUSPENSION AND RESPONSIBILITY CERTIFICATION. Federal Regulation 45 CFR prohibits the county from purchasing goods or services with federal money from vendors who have been suspended or debarred by the federal government. Similarly, Minnesota Statutes, Section 16C.03, subdivision 2, provides the Commissioner of Administration with the authority to debar and suspend vendors who seek to contract with the county. Contractors may be suspended or debarred when it is determined through a duly authorized hearing process, that they have abused the public trust in a serious manner. By signing this agreement, the contractor certifies that it and its principals* and employees: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from transacting business by or with any federal, state, or local governmental department or agency; and B. Have not within a three year-period preceding this agreement: 1) been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (federal, state, or local government) transaction or contract, 2) violated any federal or state antitrust statutes, or 3) committed embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; and C. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity for: 1) commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (federal, state, or local government) transaction, 2) violating any federal or state antitrust statutes, or 3) committing embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; and D. Are not aware of any information and possess no knowledge that any subcontractor(s), that will perform work pursuant to this agreement, are in violation of any of the certifications set forth above; and E. Shall immediately give written notice to the contract manager should the contractor come under investigation for allegations of fraud or a criminal offense in connection with obtaining or performing a public (federal, state, or local government) transaction, violating any federal or state antitrust statute, or committing embezzlement, theft, forgery, bribery, falsification of records, making false statements, or receiving stolen property. * Principals, for the purpose of this certification, means officers, directors, owners, partners, and persons having primary management or supervisory responsibilities within a business entity (e.g., general manager, plant manager, head of subsidiary division or business segment, and similar positions). SUBCONTRACTOR PROMPT PAYMENT. Pursuant to Minnesota Statute subd. 4a., contractor shall pay any subcontractors within 10 days of the contractor s receipt of payment from the county for undisputed services provided by the subcontractor. The contractor shall pay interest of 1½ percent per month, or any part of a month, to the subcontractor on any disputed amount not paid on time to the subcontractor. The minimum monthly interest penalty payment for an unpaid balance of $100 or more is $10. For an unpaid balance of less than $100, the prime contractor shall pay the actual penalty due to the subcontractor. The subcontractor shall have third party rights under this agreement to enforce this provision. 13

14 NONDISCRIMINATION. The Contractor agrees to comply with the nondiscrimination provision set forth in Minnesota Statute The Contractors failure to comply with section may result in cancellation or termination of the agreement, and all money due or to become due under the contract may be forfeited for a second or any subsequent violation of the terms or conditions of this contract. JURISDICTION & VENUE. This contract, amendments and supplements thereto, shall be governed by the laws of the State of Minnesota. All actions brought under this agreement shall be brought exclusively in Minnesota State Courts of competent jurisdiction with venue in Washington County. VENDOR/CONTRACTOR INFORMATION TECHNOLOGY USAGE AGREEMENT All vendors and contractors having access to county information technology resources in the course of their work for the county will be required to sign the county Vendor/Contractor Information Technology Usage Agreement which is attached hereto and incorporated herein as Exhibit _. WITHHOLDING. The contractor or any subcontractor shall comply with the provisions of Minnesota Statute 270C.66, and final settlement with the contractor or subcontractor requiring the employment of employees for wages shall not be made until satisfactory showing is made that the contractor or subcontractor has complied with the provisions of section A certificate by the commissioner of revenue issued to the contractor or subcontractor shall satisfy this requirement Vendor acknowledgment Signature: Date: Name: Title: (Please print or type) (Please print or type) 14

15 Attachment 2 Vendor Profile and Qualifications Company Profile Attach additional pages if necessary. 1. Legal name of the Vendor: 2. Official Company Address: 3. Federal ID number: 4. Type of Operation: Individual Partnership Corporation Government 5. Number of years in business: Number of years under present name: 6. Number of years providing Records Management: 7. Total number of employees: 8. Number of employees dedicated to fulfillment of this project: 9. Is Vendor currently for sale or involved in any transaction to expand or to become acquired by another business entity? If yes, please explain the impact both in organizational and direction terms. Yes No 10. Provide any details of all past or pending litigation or claims filed against Vendor that would affect Vendor's performance under a Contract with Washington County. 11. Is Vendor currently in default on any loan agreement or financing agreement with any bank, financial institute, or other entity? If yes, specify date(s), details, circumstances and prospects for resolution. Yes No 12. Does any current relationship whether a relative, business associate, capital funding agreement or any other such kinship, exist between Vendor and any Washington County employee or official? If yes, please explain relationship. Yes No 13. Are there any circumstances impacting Vendor that could affect Vendor's ability to perform under any award made through RFP process? Yes No 14. Are there any circumstances impacting Vendor that could affect Vendor's ability to perform under any award made through RFP process? Yes No 15

16 Attachment 3 Experience and Customer References 1. Describe your experience with SSTS and risk assessment/model development. 2. Washington County prefers that the proposer have at least three references that are similar type, size and operation as Washington County where the proposer has successfully implemented the proposed project. If multiple proposers are involved, include three references for each proposer included in the proposal. Reference (1): Customer Name Address Contact Name Telephone Number Address Contract Date Project Summary Reference (2): Customer Name Address Contact Name Telephone Number Address Contract Date Project Summary 16

17 Reference (3): Customer Name Address Contact Name Telephone Number Address Contract Date Project Summary Reference (4): Customer Name Address Contact Name Telephone Number Address Contract Date Project Summary 17

Request for Proposals (RFP) for Septic System Records Catalog

Request for Proposals (RFP) for Septic System Records Catalog Request for Proposals (RFP) for Septic System Records Catalog Issued by: Washington County Department of Public Health and Environment (PHE) Date: January 18, 2017 The issuance of this RFP constitutes

More information

Request for Quotes (RFQ) For Graphic design services

Request for Quotes (RFQ) For Graphic design services Request for Quotes (RFQ) For Graphic design services Issued by: Washington County Department of Public Health and Environment (PHE) Date: 10/27/2016 The issuance of this RFQ constitutes only an invitation

More information

Request for Quotes (RFQ) For Trailer Tracking System Services

Request for Quotes (RFQ) For Trailer Tracking System Services Request for Quotes (RFQ) For Trailer Tracking System Services Issued by: Ramsey/Washington Recycling & Energy Board (R&E Board) Date: 4/5/2017 The issuance of this RFQ constitutes only an invitation to

More information

REQUEST FOR PROPOSALS. Bicycle and Pedestrian Plan

REQUEST FOR PROPOSALS. Bicycle and Pedestrian Plan REQUEST FOR PROPOSALS Bicycle and Pedestrian Plan Issue Date: March 25, 2019 Proposals Due: April 15, 2019 Issued By: Washington County Public Works CONTACT: Emily Jorgensen Planner II Planning Division

More information

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Town of Londonderry, NH Planning and Engineering Professional Review Services Request for Proposals (RFP) The Town of Londonderry, New Hampshire (Town), through the office of the Town Manager, and with

More information

REQUEST FOR PROPOSALS (RFP) FOR ST. CROIX VALLEY ROADWAY JURISDICTIONAL STUDY

REQUEST FOR PROPOSALS (RFP) FOR ST. CROIX VALLEY ROADWAY JURISDICTIONAL STUDY Public Works Department Donald J. Theisen, P.E. Director Wayne H. Sandberg, P.E. Deputy Director/County Engineer REQUEST FOR PROPOSALS (RFP) FOR ST. CROIX VALLEY ROADWAY JURISDICTIONAL STUDY STUDY COORDINATION,

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

REQUEST FOR PROPOSALS (RFP) FOR 2018 CONSTRUCTION INSPECTION AND ADMINISTRATION SERVICES

REQUEST FOR PROPOSALS (RFP) FOR 2018 CONSTRUCTION INSPECTION AND ADMINISTRATION SERVICES Public Works Department Donald J. Theisen, P.E. Director Wayne H. Sandberg, P.E. Deputy Director/County Engineer REQUEST FOR PROPOSALS (RFP) FOR 2018 CONSTRUCTION INSPECTION AND ADMINISTRATION SERVICES

More information

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker REQUEST FOR PROPOSAL FOR Spokane Tribal Benefits Broker PROPOSAL Number: RFP17-023 BY: SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT, WA 99040 KEY

More information

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE SELECTION OF ARCHITECTS. ENGINEERS AND CONSULTANTS (including Underwriters and Financial Advisors) RULES OF THE RHODE ISLAND

More information

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums: ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] APSU Contract Number C-18-0000 AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] This Agreement is made this [date] day of [month], 20, by and between Austin Peay State University, hereinafter

More information

Request for Proposals: Environmental Site Assessment for Single Property

Request for Proposals: Environmental Site Assessment for Single Property OBDD RFP No. C2019048 Request for Proposals: Environmental Site Assessment for Single Property Proposal due date: January 29, 2019 at 3:00 p.m. Pacific Time 1.0 SOLICITATION INFORMATION AND REQUIREMENTS

More information

SECTION IV CONTRACT BID NUMBER

SECTION IV CONTRACT BID NUMBER SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9] APSU Contract Number AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [Must match name on W9 or SW9] This Agreement is made this [date] day of [month], 2018, by and between Austin Peay State University,

More information

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

Professional and Technical Services Contract State of Minnesota

Professional and Technical Services Contract State of Minnesota Professional and Technical Services Contract State of Minnesota SWIFT Contract No.: Attachment IV Note: If you take exception to any of the terms, conditions or language in the contract, you must indicate

More information

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES. PURPOSE AND INTENT OF RULE () The primary purpose of this Rule is to describe the process for developing

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

REQUEST FOR PROPOSALS (RFP) FOR PRELIMINARY & FINAL DESIGN SERVICES COUNTY STATE AID HIGHWAY (CSAH) 13 (RADIO DRIVE)

REQUEST FOR PROPOSALS (RFP) FOR PRELIMINARY & FINAL DESIGN SERVICES COUNTY STATE AID HIGHWAY (CSAH) 13 (RADIO DRIVE) Public Works Department Donald J. Theisen, P.E. Director Wayne H. Sandberg, P.E. Deputy Director/County Engineer REQUEST FOR PROPOSALS (RFP) FOR PRELIMINARY & FINAL DESIGN SERVICES COUNTY STATE AID HIGHWAY

More information

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 REQUEST FOR PROPOSAL FOR American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100

More information

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators REQUEST FOR PROPOSAL No. FY19-17075 Facilitation Consulting Services October 2018 American Association of Motor Vehicle Administrators Table of Contents 1. INTRODUCTION...1 1.1. PURPOSE AND BACKGROUND...1

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

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

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

More information

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS The offeror represents and certifies as part of the offer that: (Check or complete all applicable boxes or blocks.) 1. TYPE

More information

Invitation To Bid B15/9886

Invitation To Bid B15/9886 Invitation To Bid B15/9886 4905 East Broadway, D-113 Bid No. B15/9886 Tucson, AZ 85709-1420 Requisition No. Telephone (520) 206-4759 Buyer J Posz Date Page 1 Of 4 Bid must be in this office on or before:

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Heath Services- RFB Panduit Cable Bid Due Date: March 11, 2016 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

Management of Jobing.com Arena

Management of Jobing.com Arena Request for Proposal Related to: Management of Jobing.com Arena Issued by: (Date) Introduction The (City), through its Materials Management Department, is accepting responses to this Request for Proposal

More information

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

Healthcare Fraud, Waste, and Abuse Services

Healthcare Fraud, Waste, and Abuse Services January 10, 2018 N O T I C E O F R E Q U E S T F O R P R O P O S A L S GENERAL CONDITIONS AND INSTRUCTIONS TO OFFERORS For Healthcare Fraud, Waste, and Abuse Services L. A. CARE HEALTH PLAN 1055 West Seventh

More information

Serving the Governments and Municipalities of Blount, Chilton. Jefferson, Shelby, St. Clair, and Walker REQUEST FOR QUALIFICATIONS

Serving the Governments and Municipalities of Blount, Chilton. Jefferson, Shelby, St. Clair, and Walker REQUEST FOR QUALIFICATIONS Serving the Governments and Municipalities of Blount, Chilton. Jefferson, Shelby, St. Clair, and Walker REQUEST FOR QUALIFICATIONS General Assistance for Project Feasibility Assessment and Advanced Planning

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

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

August 12, 2016 N O T I C E O F R E Q U E S T F O R P R O P O S A L S GENERAL CONDITIONS AND INSTRUCTIONS TO OFFERORS. For

August 12, 2016 N O T I C E O F R E Q U E S T F O R P R O P O S A L S GENERAL CONDITIONS AND INSTRUCTIONS TO OFFERORS. For August 12, 2016 N O T I C E O F R E Q U E S T F O R P R O P O S A L S GENERAL CONDITIONS AND INSTRUCTIONS TO OFFERORS For PRE-PROCESSING CLAIMS DATA MANAGEMENT SOFTWARE AND ENCOUNTER DATA MANAGEMENT SOFTWARE

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

Request for Bids. Financial Audit of the Minnesota Legislative Coordinating Commission for Fiscal Year 2015

Request for Bids. Financial Audit of the Minnesota Legislative Coordinating Commission for Fiscal Year 2015 Request for Bids Financial Audit of the Minnesota Legislative Coordinating Commission for Fiscal Year 2015 Solicitor: Minnesota Legislative Coordinating Commission Deadline for Receipt of Bids: 4:00 p.m.,

More information

External Website Hosting Services

External Website Hosting Services February 6, 2018 N O T I C E O F R E Q U E S T F O R P R O P O S A L S GENERAL CONDITIONS AND INSTRUCTIONS TO OFFERORS For External Website Hosting Services L. A. CARE HEALTH PLAN 1055 West Seventh Street,

More information

AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION RECITALS

AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION RECITALS AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION This agreement ("Agreement") is made by and between Rocklin Unified School District, a public school

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

More information

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION Acquisition Management On behalf of Career Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000

More information

Data Science Platform

Data Science Platform 07/24/2017 NOTICE OF REQUEST FOR PROPOSALS GENERAL CONDITIONS AND INSTRUCTIONS TO OFFERORS For Data Science Platform L. A. CARE HEALTH PLAN 1055 West Seventh Street, 11 th Floor Los Angeles, California

More information

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Housing Authority of the Cherokee Nation   REQUEST FOR BIDS Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS Solicitation #2015-001-060 Auction Services Bid Due Date: Thursday May 7th, 2015 at 10:00 A.M. Housing Authority of the Cherokee

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western

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

REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR QUALIFICATIONS (RFQ) Wayne Metropolitan Community Action Agency WRAP Water Conservation Plumbing Repair Services REQUEST FOR QUALIFICATIONS (RFQ) Issued: Tuesday, December 11, 2018 Posted at: waynemetro.org/request-for-proposal/

More information

TCL&P Facilities HVAC Improvements (specifications attached)

TCL&P Facilities HVAC Improvements (specifications attached) Date: April 3, 2018 Bidder: (TCL&P) will receive sealed bids in the office of TCL&P, 1131 Hastings Street, Traverse City, Michigan, 49686, until April 13, 2018 at 12:00 PM for the following project: TCL&P

More information

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL REQUEST. Sumner County Emergency Medical Service PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County

More information

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Regular Meeting Agenda Item 8B January 21, 2014 Action REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Recommendation: Staff will make a recommendation to award a contract

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Membrane Roof and Skylights Bid Due Date: April 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

REQUEST FOR PROPOSALS for UNDERWRITING SERVICES PROPOSED GENERAL OBLIGATION BOND ISSUE, SERIES OF 2015 RFP # 2014/15-04

REQUEST FOR PROPOSALS for UNDERWRITING SERVICES PROPOSED GENERAL OBLIGATION BOND ISSUE, SERIES OF 2015 RFP # 2014/15-04 REQUEST FOR PROPOSALS for UNDERWRITING SERVICES PROPOSED GENERAL OBLIGATION BOND ISSUE, SERIES OF 2015 RFP # 2014/15-04 Issued by: STATE COLLEGE AREA SCHOOL DISTRICT November 26, 2014 TABLE OF CONTENTS

More information

Contractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018

Contractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018 oetc.org 14145 SW Galbreath Drive Sherwood, Oregon 97140 (503) 625-0501 (800) 650-8250 Fax: (503) 625-0504 OETC Volume Price Agreement: #15-02R-Schoology This Agreement is made and entered into by the

More information

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

Housing Authority of the Cherokee Nation  REQUEST FOR BIDS HANDICAP RENOVATION Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS HANDICAP RENOVATION Kenneth Henson / Cherokee County Solicitation # 2015-001- 051 Bid Due Date: April 16th, 2015 at 10:00 A.M.

More information

PROPOSAL REQUEST. Sumner County Sheriff s Office

PROPOSAL REQUEST. Sumner County Sheriff s Office PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

More information

Iowa Dept. of Inspections & Appeals, Health Facilities Division Iowa licensed attorney

Iowa Dept. of Inspections & Appeals, Health Facilities Division Iowa licensed attorney RFP COVER SHEET Administrative Information: TITLE OF RFP: Agency: State seeks to purchase: Number of mos. or yrs. of the initial term of the contract: Initial Contract term beginning: State Issuing Officer:

More information

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE PROPOSAL REQUEST For Scanners and Printers For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid# 16-150223 February, 2015 Introduction Sumner

More information

REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL ENGINEERING SERVICES ON A CONTINUING CONTRACT BASIS

REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL ENGINEERING SERVICES ON A CONTINUING CONTRACT BASIS REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL ENGINEERING SERVICES ON A CONTINUING CONTRACT BASIS I. GENERAL The Westgate/Belvedere Homes Community Redevelopment Agency (WCRA) is seeking proposals from

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Freezer Merchandiser Bid Due Date: August 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST Freezer

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE HOUSING AUTHORITY OF THE CITY OF MCKINNEY, TEXAS

ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE HOUSING AUTHORITY OF THE CITY OF MCKINNEY, TEXAS ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE HOUSING AUTHORITY OF THE CITY OF MCKINNEY, TEXAS The Housing Authority of the City of McKinney, Texas ("MHA") is soliciting

More information

REQUEST FOR BIDS RENOVATION

REQUEST FOR BIDS RENOVATION REQUEST FOR BIDS RENOVATION NATASHA KIRK UNIT ADAIR COUNTY Bids Due: November 7th, 2017 @ 10:00 a.m. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 1 (918) 456-5482 Housing

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

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

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

RE: APPROVAL OF COOPERATIVE AGREEMENT WITH ITASCA WATER LEGACY PARTNERSHIP, INC.

RE: APPROVAL OF COOPERATIVE AGREEMENT WITH ITASCA WATER LEGACY PARTNERSHIP, INC. RE: APPROVAL OF COOPERATIVE AGREEMENT WITH ITASCA WATER LEGACY PARTNERSHIP, INC. WHEREAS, Itasca County is currently estimated to receive $256,336.00 for the current year 2014 and $569,636.00 for the year

More information

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MINOR REPAIRS REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-01-17-3415 SEQUOYAH COUNTY Bids Due: February 16, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482

More information

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES A. Purpose of Request The Village of Greendale Wisconsin is requesting proposals for the purpose of retaining a certified

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

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

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs North Carolina Department of Health and Human Services Women's and Children's Health Branch Special Nutrition Programs AGREEMENT BETWEEN SPONSORING ORGANIZATION AND DAY CARE HOME (DCH) PROVIDER Instructions:

More information

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called

More information

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

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services The City of Blue Springs, Missouri, Engineering Department, invites you to submit a proposal and statement of qualifications regarding Professional Engineering and Construction Services for the 2014 Sni-A-Bar

More information

IRFQ #R15-04: FRIDAY NIGHT LIVE

IRFQ #R15-04: FRIDAY NIGHT LIVE IRFQ #R15-04: FRIDAY NIGHT LIVE INSTRUCTIONS: The Fillable Forms Template must be submitted in total with all required ATTACHMENTS and documents. Bidders that do not comply with the requirements, and/or

More information

CITY OF SPOKANE VALLEY Public Works Department

CITY OF SPOKANE VALLEY Public Works Department CITY OF SPOKANE VALLEY Public Works Department REQUEST FOR PROPOSALS (RFP) #16-023 Solid Waste, Recycling, and Organics Collection Services Contract Consultant The City of Spokane Valley seeks proposals

More information

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts. BOARD POLICY NO. 024 PROCUREMENT AND CONTRACTING CONSTRUCTION Purpose To establish a method for administering SANDAG construction contracts. Background Public Utilities Code section 132352.4 states that

More information

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) EXHIBIT A - MEMORANDUM OF NOTIFICATION TO POTENTIAL BIDDERS [NAME OF GOVERNMENT LETTERHEAD] DATE: TO: FROM: SUBJECT: [DATE] Invited Parties [NAME OF

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

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR AUDIT SERVICES FOR THE COLQUITT COUNTY BOARD OF COMMISSIONERS COLQUITT COUNTY, GEORGIA June 6, 2017 TABLE OF CONTENTS 1. 0 INTRODUCTION 1.1 Purpose for Request for Proposal (RFP)

More information

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0056-B01 Contract Name/Description: A. Chester Redshaw Elementary

More information

CONSULTING SERVICES AGREEMENT [Lump Sum]

CONSULTING SERVICES AGREEMENT [Lump Sum] MWH CONTRACT No. CONSULTING SERVICES AGREEMENT [Lump Sum] This agreement ( Agreement ), with an effective date of September 20, 2013, is by and between the CITY OF NORTH ROYALTON ( CLIENT ) and MWH Americas,

More information

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office PROPOSAL REQUEST 20160621-01 NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff Contact:

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

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing

More information

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M. REQUEST FOR BIDS Installation of 6 Chain Link Fence & Gates Bids Due: December 12th, 2016 at 10:00 A.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482 Housing

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

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP REQUEST FOR PROPOSALS FOR PROFESSIONAL CONSULTING SERVICES RFP 252018 Town of Scarborough P.O. Box 360 259 U.S. Route One Scarborough, Maine 04070-0360 Released on April 12, 2018 Proposals Due on May 7,

More information