HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Purchasing Department REQUEST FOR PROPOSAL (RFP)

Size: px
Start display at page:

Download "HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Purchasing Department REQUEST FOR PROPOSAL (RFP)"

Transcription

1 HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Purchasing Department REQUEST FOR PROPOSAL (RFP) FIREFIGHTER INATIONS BASED ON THE NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) 1582 STANDARD COMPREHENSIVE OCCUPATIONAL MEDICAL PROGRAM (RE-BID OF RFP ) 3/22/2015

2 REQUEST FOR PROPOSAL (RFP) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Purchasing Department The Board of County Commissioners (BCC), Highlands County, Sebring, Florida will receive sealed proposals in the County s Purchasing Department for: RFP NO FIREFIGHTERS INATIONS BASED ON THE NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) 1582 STANDARD MEDICAL COMPREHENSIVE PROGRAM (Re-bid of RFP ) Specifications may be obtained by downloading from our website: or by contacting: Olimpia Lonsdale, Purchasing Analyst; 4320 George Blvd., Sebring, Florida ; Phone: ; Fax: ; or E Mail: olonsdal@hcbcc.org. Each submittal shall include one (1) original and four (4) copies and five (5) electronic forms (CD s or thumb drives) of the submission packet. Proposal envelopes must be sealed and marked with the proposal number and name so as to identify the enclosed bid. Bids must be delivered to the Highlands County Purchasing Department, 4320 George Blvd., Sebring, FL so as to reach said office no later than 2:00 P.M., THURSDAY; April 23 rd, 2015, at which time they will be opened. Proposals received later than the date and time as specified will be rejected. The Board will not be responsible for the late deliveries of responses that are incorrectly addressed, delivered in person, by mail or any other type of delivery service. One or more County Commissioners may be in attendance at the bid opening. Highlands County Local Preference Policy will apply to the award of this bid. The Highlands County Board of County Commissioners (HCBCC / COUNTY) reserves the right to accept or reject any or all proposals or any parts thereof, and the determination of this award, if an award is made, will be based on the ranking of each vendor s proposal. The Board reserves the right to waive irregularities in the proposal. The Board of County Commissioners of Highlands County, Florida, does not discriminate upon the basis of any individual's disability status. This non-discrimination policy involves every aspect of the Board's functions, including one's access to, participation, employment or treatment in its programs or activities. Anyone requiring reasonable accommodation as provided for in the Americans with Disabilities Act or Section Florida Statutes should contact Mrs. 1

3 Amanda Tyner, ADA Coordinator at: (Voice), or via Florida Relay Service 711, or by Requests for CART or interpreter services should be made at least 24 hours in advance to permit coordination of the service. Board of County Commissioners, Highlands County, FL 2

4 SECTION I. GENERAL TERMS AND CONDITIONS A. All responses shall become the property of the County. B. Florida Statutes , on Drug Free Work Place, (3)(a) on Public Entity Crimes, and Section , on Discrimination, as a whole and/or as shown below, will be complied with: , Preference to businesses with drug free workplace programs: In order to have a drug free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business s policy of maintaining a drug free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contend ere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee s community by, any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug free workplace through implementation of this section , Public entity crime; denial or revocation of the right to transact business with public entities: (2)(a) A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 3

5 , Discrimination; denial or revocation of the right to transact business with public entities: (2)(a) An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract or provide goods and services to a public entity, may not submit a bid on a contract with a public entity for construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with a public entity. C. Responses are due and must be received in accordance with the instructions given in the announcement page. D. The County will not reimburse respondent(s) for any costs associated with the preparation and submittal of any responses. E. Respondents, their agents and associates shall refrain from contacting or soliciting any County Official and that contact may be made ONLY with the individual(s) listed in this document for additional information and clarification. F. Due care and diligence has been exercised in the preparation of this document and all information contained herein is believed to be substantially correct; however, the responsibility for determining the full extent of the service required rest solely with those making response. Neither the County nor its representative shall be responsible for any error or omission in the responses submitted, nor for the failure on the part of the respondents to determine the full extent of the exposures. G. All timely responses meeting the specifications set forth in this document will be considered. However, respondents are cautioned to clearly indicate any deviations from these specifications. The terms and conditions contained herein are those desired by the County and preference will be given to those responses in full or substantially full compliance with them. H. Each respondent is responsible for full and complete compliance with all laws, rules and regulations including those of the Federal Government, the State of Florida and the County of Highlands. Failure or inability on the part of the respondent to have complete knowledge and intent to comply with such laws, rules and regulations shall not relieve any respondent from its obligation to honor its response and to perform completely in accordance with its response. I. The County, at its discretion, reserves the right to waive minor informalities or irregularities in any responses, to reject any and all responses in whole or in part, with or without cause, and to accept that response, if any, which in its judgment will be in its best interest. J. Awards will be made to the respondents whose submittal is determined to be the most advantageous to the County, taking into consideration those responses in compliance with the requirements as set forth in this document. The Board of County Commissioners reserves the right 4

6 to reject any and all responses for any reason or make no award whatsoever or request clarification of information from the respondents. K. Any interpretation, clarification, correction or change to this document will be made by written addendum issued by the Highlands County Purchasing Department. Any oral or other type of communication concerning this document shall not be binding L. Responses must be signed by an individual of the respondent s organization legally authorized to commit the respondent s organization to the performance of the product(s) and/or service(s) contemplated by this document. M. INSURANCE REQUIREMENTS FOR MAJOR CONTRACT FOR SERVICE - where unusual hazards exist or where contracts which exceed one hundred eighty (180) calendar days in duration; or where the costs exceed $500, Insurance Requirements a. Workers' Compensation - to meet statutory limits in compliance with the Workers' Compensation Law of Florida. This policy must include Employer's Liability with a limit of $100,000 each accident, $500,000 disease (policy limit), $100,000 disease each employee. b. Commercial General Liability - coverage shall provide minimum limits of liability of $3,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: * Premises/Operations * Products/Completed Operations * Broad Form Contractual Liability * Independent Contractors c. Business Auto Liability - coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: * Owned Autos * Hired Autos * Non-Owned Autos d. Contractor s Bid & Payment/Performance Bond (per FS ) - coverage required for all public construction projects, and for those projects as determine by the General 5

7 Services Director, or the Risk Manager, that presents a significant financial risk to the County. 2. Special Requirements a. Ten (10) days prior to the commencement of any work under the contract a certificate of insurance will be provided to the Risk Manager for review and approval. The certificate shall provide for the following: i. Highlands County, a Political Subdivision of the State of Florida and it s Elected Officials, it s Agents, Employees, and Volunteers will be named as an "Additional Insured" on both the General Liability and Auto Liability policies. ii. Highlands County will be given thirty (30) days notice prior to cancellation or modification of any stipulated insurance. Such notice will be in writing by registered mail, return receipt requested and addressed to the Risk Manager. b. An appropriate "Hold Harmless/Indemnification" clause will be made a provision of the contract (See attachment). c. It is the responsibility of the contractor to insure that all subcontractors comply with all insurance requirements. d. It should be remembered that these are minimum requirements which are subject to modification in response to high hazard operations. N. If the goods or services being proposed are for an annual or a semi-annual contract period then Interlocal Agreements between Highlands County Board of County Commissioners, other State or County agencies, the Cities of Sebring and Avon Park, the Town of Lake Placid, and the Highlands County School Board, allow those entities to purchase goods and services through the County s proposals so long as such purchases will not interfere with the timely delivery of goods and services to the County in strict conformity with all specifications of its proposals. Each governmental entity will issue its own purchase orders for all purchases made and will be responsible for all payments thereof. Highlands County reserves the right to direct the successful proposer to prioritize its delivery of goods and services to the County ahead of delivery to other governmental entities purchasing under the County s proposals. O. An Indemnification Clause will be included within the contract document. P. All pages included in or attached by reference to this document shall be called and constitute the proposal as stated on the front page of this document. Vendors who will not be submitting a proposal are requested to notify us and indicate why they are not bidding. Vendors who fail to respond to two or more consecutive announcements may be removed from the County s Vendor bidding list. 6

8 Q. If submitting a response for more than one bid, each bid must be in a separate envelope and correctly marked. Only one Proposal per project shall be accepted from any person, corporation or firm. R. Modifications to bid submittals will not be accepted or acknowledged. S. The County is not responsible for correcting any errors or typos made on the bid response. Incorrect calculations, errors may cause the bid to be declared non-responsive. T. Bid submittals are only accepted if delivered to the location specified on the Invitation in a sealed envelope. Electronically submitted responses and faxed responses will not be accepted. U. Any blank spaces on the required bid form or the absence of required submittals or signatures may cause the bid to be declared non-responsive. V. Late bids will not be accepted under any circumstances. If bids received after the scheduled time of the bid Opening Meeting, the sender will be contacted for disposition. The Purchasing Department, at the Proposer s expense, can return the document, or, at the Proposer s request in writing, can destroy it. W. Each Bid must contain proof of enrollment in E-Verify. X. Minority Owned and Women Owned businesses must submit a copy of the certificate to receive credit. (Primary vendors only, subcontractor's certificate will not receive points) Y. The bidder will comply with the Florida Sales and Use Tax Law as it may apply to this contract. The quoted amount(s) shall include any and all Florida Sales and Use Tax payment obligations required by Florida Law of the successful bidder and/or their subcontractors or material suppliers. Z. Public Records: Any material submitted in response to this solicitation will become Public Record pursuant to Section 119, Florida Statutes. Sealed bids, proposals, or replies received by an agency pursuant to a competitive solicitation are exempt from s (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier. Florida Statute (1)b.2. Any financial statement that an agency requires a prospective bidder to submit in order to prequalify for bidding or for responding to a proposal for a road or any other public works project is exempt from s (1) and s. 24(a), Art. I of the State Constitution. These documents must clearly marked Confidential AA. If any Proposer violates or is a party to a violation of the code of ethics of Highlands County or the State of Florida, with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from bidding on any future proposals for work, goods or services for the COUNTY. 7

9 BB. Board policy prohibits any County employee or members of their family from receiving any gift, benefit, and/or profit resulting from any contract or purchase. Board policy also prohibits acceptance of gifts of any kind other than advertising novelties valued less than $10.00 CC. In the event of legal proceedings to enforce the terms of this agreement the prevailing party will be entitled to legal fees. Venue is in Highlands County, Florida. -END OF SECTION- 8

10 SECTION II. LOCAL PREFERENCE POLICY BOARD ADOPTED PURCHASING MANUAL 08/13/2002 APPROVED 09/23/2008 SECTION 2 POLICIES ADDITION OF SUBSECTION 110 LOCAL PREFERENCE 110 Local Preference Allowance of a Local Preference Intent and Purpose The intent and purpose of the Highlands County Local Preference in Purchasing is to establish a written policy that allows the authorized purchasing authority of the County to give a preference to local businesses Acknowledgements Any type of procurement done by the County staff to which the provisions of this subsection are being applied will contain a statement that a local preference will be used in the evaluation and award of that purchase Preference in Bidding In purchasing, or contracting for procurement of, tangible personal property, materials, contractual services, and construction of improvements to real property or existing structures, the authorized purchasing authority of the County will give a preference to local businesses in making such purchases or awarding such contracts, in an amount of five (5) percent of the total purchase price under $250,000.00; four (4) percent from $250, to less than $1,000,000.00; three (3) percent from $1,000, to less than $2,000,000.00; and two (2) percent for purchases $2,000, and over with a maximum cost differential that shall not exceed $80, For purposes of this subsection total purchase price shall include the base bid and all alternatives or options to the base bid which are being awarded by the authorized purchasing authority of the County Preference in (RFP) Requests for Proposals In purchasing, or contracting for procurement of, tangible personal property, materials, contractual services, and construction of improvements to real property or existing structures for which a request for proposals is developed with evaluation criteria, a local preference of not more than five (5) percent of the total score will be assigned for a local preference. Based upon analysis of the market place for each project, staff shall make a determination for inclusion of a local preference in the criteria for consideration for each request for proposal Notice All procurement documents including but not limited to bid documents and request for proposal documents shall include a notice to vendors of the County s Local Preference Policy Local Business Definition For purposes of this subsection, "local business" shall mean a business which: 9

11 (1) Has had a fixed office or distribution point located in and having a street address within Highlands County for at least twelve (12) months immediately prior to the issuance of the request for quotations, competitive bids or request for proposals by the County; and (2) Holds any business license required by the County, and/or, if applicable, the Municipalities; and (3) Employs at least one full-time employee, or two part-time employees whose primary residence is in Highlands County, or, if the business has no employees, the business shall be at least fifty (50) percent owned by one or more persons whose primary residence is in Highlands County Certification Any vendor claiming to be a local business as defined by Section above shall deliver a written certification to the County Purchasing Department. The certification shall certify that the business is a local business as that term is defined in Section above, shall provide all necessary information establishing that fact, and shall be signed under penalties of perjury. It is also the responsibility of any vendor claiming to be a local business, as defined by Section above, to include a copy of its certification in its bid or proposal. The Purchasing Department shall be required to verify the accuracy of any such certifications when determining whether a vendor meets the definition of a "local business." Exceptions to Local Preference Policy (a) The procurement preference set forth in this policy shall not apply to any of the following purchases or contracts: (1) Goods or services provided under a cooperative purchasing agreement or interlocal agreement; (2) Contracts for professional services procurement of which is subject to the (CCNA) Consultants Competitive Negotiation Act or subject to any competitive consultant selection policy or procedure adopted by or utilized by the Board of County Commissioners; (3) Purchases or contracts which are funded, in whole or part, by a governmental entity and the laws, regulations, or policies governing such funding prohibit application of that preference; (4) Purchases made or contracts let under emergency or noncompetitive situations or for litigation related legal services. (b) Application of local preference to a particular purchase, contract, or category of contracts for which the Board of County Commissioners is the awarding authority may be waived upon written justification and recommendation by the County Administrator, Assistant County Administrator or General Services Purchasing Director. (c) The local preference established in this policy does not prohibit or lessen the right of the Board of County Commissioners and General Services Purchasing staff to compare quality or fitness for use of supplies, materials, equipment, and services proposed for purchase and to compare qualifications, character, responsibility, and fitness of all persons and entities submitting quotations, bids or proposals. (d) The local preference established in this policy does not prohibit the Board of County Commissioners from giving any other preference permitted by law, in addition to the local preference authorized in this policy Application and Enforcement of Preference Policy 10

12 (a) The local preference established in this policy shall apply to new quotations, contracts and procurements solicited after the effective date of the policy. (b) This policy shall be implemented in a fashion consistent with otherwise applicable County purchasing policies and procedures Promulgation of Rules (a) The County Administrator, Assistant County Administrator, or General Services Purchasing Director are hereby authorized to adopt administrative rules supplemental to the provisions of this policy as deemed necessary and appropriate to implement the provisions of this policy. (b) The provisions of this policy and the rules adopted by the County Administrator, Assistant County Administrator, or General Services Purchasing Director shall be provided to potential bidders, vendors, and contractors to the widest extent practicable. -END OF SECTION- 11

13 SECTION III. ADDITIONAL TERMS AND CONDITIONS FOR RFP A. RESERVATION OF RIGHTS This RFP constitutes only an invitation to submit a proposal to the Board. The Board reserves, holds and may in its own discretion, exercise any or all of the following rights and options with respect to this RFP: 1. To supplement, amend or otherwise modify this RFP, and to cancel this RFP with or without the substitution of another ITB or a Request For Proposal (RFP). 2. To issue additional subsequent ITBs or RFPs. 3. The Board reserves the right to determine, in its sole discretion, whether any aspect of the submitted proposals is satisfactory to meet the criteria established in this document, the right to seek clarification and/or additional information from any submitting Vendor. 4. The Board also reserves the right to modify the scope of work for this project 5. The Board shall have no liability to any Vendor for any costs or expenses incurred in connection with the preparation and submittal of a proposal in response to this RFP. 6. To reject any or all incomplete (non-responsive) responses, or responses with errors. 7. If the County believes that collusion exists among Proposers, all proposals will be rejected. 8. Contract/Agreement resulting from this solicitation may also be used by the Highlands County Sheriff s Office and / or any other Highlands County governmental entity or organization via Piggy-Back orders upon mutual agreement between the parties. 9. Award will be based on the best interest of the County. B. ADDENDUMS In this RFP the Board has attempted to address most situations that may occur. However, should situations arise that are not addressed, they will be dealt with on a case by case basis, at the discretion of the Board. If deemed necessary, the Purchasing Department will supplement this RFP document with Addendums. These Addendums will be posted on the County s website, It is the sole responsibility of the Vendor to check the website for Addendums. Proposers must acknowledge receipt of Addendums by completing the respective section on the bid/proposal submittal form. C. AFFIRMATION By submitting a proposal, the Proposer affirms that the proposal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation. The Proposer has not directly or indirectly induced or solicited any other person to submit a false or sham proposal. The Proposer has not solicited or 12

14 induced any person, firm or corporation to refrain from submitting a proposal; and the Proposer has not sought by collusion to obtain for him/herself any advantage over other persons or over the County. D. COUNTY EMPLOYEES / CONFLICT OF INTEREST All Proposers must disclose the name of any officer, director or agent who is also an employee of the Highlands County Board of County Commissioners (HCBCC). All Proposers must disclose the name of any HCBCC employee who owns, directly or indirectly, any interest in the Proposers' business or any of its branches. E. JOINT RESPOSES In the event multiple vendors submit a joint proposal in response to this RFP, a single proposer shall be identified as primary vendor. The primary vendor must include the name, address and contact information of all parties of the joint proposal. Primary vendor shall provide all bonding insurance requirements, execute any contract, sign the proposal and have overall and complete accountability to resolve any dispute arising within the contract. Only a single contract with one vendor will be acceptable. Invoices will be accepted from and paid to the primary vendor only. Primary vendor shall remain responsible for performing services associated with response to this RFP. F. MISUNDERSTANDINGS The failure or omission of the Vendor to receive or examine any instruction or document, or any part of the specifications, or to visit the site and acquaint themselves as to the nature and location of the work (where applicable), the general and local conditions, and all matters which may in any way affect performance shall not relieve the vendor of any obligation to perform as specified herein. The vendor understands the intent and purpose thereof and their obligations and will not make any claim for, or have any right to damages resulting from any misunderstanding or misinterpretation of this document, or because of any lack of information. G. ASSIGNMENT OF CONTRACT The Vendor shall not assign, transfer, convey, sublet or sell any portion of this contract unless permission is first given by the County Representative. All matters dealing with these actions must be conducted in written format. H. VENDOR COMPLAINTS Complaints against the vendor will be processed thru the Purchasing Department and are to be corrected within five (5) business days. Written response to the Purchasing Department is required. Failure to properly resolve complaints within five (5) business days may result in cancellation of contract or agreement. Repeat complaints against the Contractor may result in termination of contract. 13

15 I. EXEMPTIONS / ITEMS NOT IDENTIFIED IN THE SCOPE OF WORK Any modification to these specifications by a Proposer shall be an exception to the bid and must be discussed in detail by the Proposer. Any work identified by any vendor or as an addendum issued shall be priced and detailed by scope on the attached bid form under Exemptions / Items not identified in scope of work." J. REQUEST FOR CHANGE OF SPECIFICATIONS Requests for changes to specifications must be submitted in writing to the designated contact for this RFP for consideration. Requests must be submitted by the RFI Cut-off date described in Section XIV. K. DOCUMENTATION RESULTING FROM SERVICES RENDERED The Proposer will be prohibited from publishing or releasing any information related to the requested services without the prior written permission from the County. All reports, documents resulting from the ensuing contract will remain the sole property of the County. -END OF SECTION- 14

16 SECTION IV. SPECIFICATIONS FOR RFP A. OVERVIEW / PURPOSE OF THIS SOLICITATION Highlands County is requesting proposals from Board Certified Physicians to provide annual firefighter physical examinations/screenings to Highlands County Emergency Operation employees, volunteers, and hazmat team members. The medical requirements are based on National Fire Protection Association (NFPA) 1582 (Edition specified in Florida Administrative Code 69A (2); currently the 2007 edition) and on in-depth consideration of essential functions. These essential functions are what members are expected to perform at emergency incidents and are derived from the performance objectives stated in NFPA 1001, Standard for Firefighting Professional Qualifications. Specifications have been prepared and are included herein. The successful Proposer (hereinafter called Contractor ) shall execute an appropriate contract with Highlands County. Cancer rates among firefighters are above the national rates of the civilian population due to their increased exposures to hazardous substances, Due to this increased risk, screening for prostate and colon cancers is added to the yearly physical examinations for firefighters age 40 and older. Firefighters that are members of the HazMat team are at even greater risk due to their possible exposure to chemicals. Additions screening for various types of metals are added to these firefighters yearly physical examinations. For the purpose of conducting a medical examination, a physician should have an understanding on the environmental, physical, and psychological demands placed on firefighters on a daily basis. Additionally, physicians performing physical examinations on firefighters must have an understanding of NPFA 1582 standards. Currently there are approximately two hundred (200) Firefighters in Highlands County, ten (10) of the Firefighters are paid, one hundred and ninety (75) are Volunteers and twenty (20) of the two hundred (200) are on the HazMat team. B. RESPONSE DUE DATE AND LOCATION As described on the Announcement sheet. (Page 3 of this document) C. TERMS OF CONTRACT This agreement shall become effective upon bilateral execution of a contract that may result from this solicitation. 1. The initial contract period is three (3) years, and may be renewed once for three (3) additional years at the discretion of the Contractor and the Highlands County Board of Commissioners Purchasing Manager. 2. Rates remain fixed for the initial term. The contract price quoted for services might be negotiated for the second term. 15

17 3. Highlands County s fiscal year runs from October 1 st through September 30 th. In order to align service delivery with the fiscal year period, the successful Proposer will be expected to perform the annual physicals each year. 4. Any proposed change in this contract shall be submitted to the Purchasing Department for prior approval and then will make the change by a contract modification. Any oral statement or representation changing any of these terms or conditions is specifically unauthorized and is not valid. 5. Work shall commence after issuance of a Purchase Order or after receipt of a Notice to Proceed. 6. Contractor shall perform all services identified in this RFP's Scope of Work. D. LOCAL PREFERENCE Local Preference will be applied to this bid. E. INSURANCE As described in the General Terms and Conditions, Section I. Paragraph M. Additionally, medical malpractice insurance is required. Malpractice Insurance Requirements: Contractor shall purchase and maintain medical malpractice/errors and omissions insurance with minimum limits of $3,000,000 per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP) of as great duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. Contractor is responsible for the amount of any deductible or self-insured retention. F. PRE-PROPOSAL MEETING Pre-Proposal meeting will not be held for this solicitation. G. PRICING Pricing shall be included with the proposal; the pricing schedule template must be used to provide pricing. See Section VII. Any additional fees, charges must be disclosed. H. INVOICING / COMPENSATION Contractor shall submit invoices for services rendered to the County Emergency Operations Center on a monthly basis, no later than five (5) working days at the end of each month. Each invoice shall set forth the number of examination completed by the Contractor s employees during the month and the total amount due to Contractor. The 16

18 County shall pay each invoice within thirty (30) days after the invoice is submitted, with all required supporting documentation. I. FAILURE TO PERFORM The Vendor shall be prepared to start providing services within 14 days after Board approval of the signed contract. Failure to complete the work as scheduled will result in written notice to the Contractor terminating its right to proceed as to the whole or any part of the contract. Should the vendor be unable to supply services within reasonable a reasonable timeframe to or refuse to supply service, County is forced to do the work with services bought from a different Contractor, the difference in the contracted price of the services and that paid the new vendor, in order to do the work, shall be charged to and paid for by the contracted vendor holding the proposal award for these services. Contractor shall not, however, be responsible for delays in service due to: Strikes Acts of God Fire provided the Highlands County Purchasing Manager is notified in writing by the contracted vendor of such pending or actual delay. In the event of any delay, the date of service completion shall be extended for a period equal to the time lost due to the reason for the delay. J. TERMINATION Either party may, upon providing thirty (30) days written notice, terminate the Contract at any time, with or without cause. Upon thirty (30) day notice of termination by either party, the County shall be liable only for payment in accordance with the provisions of the Contract for the services performed prior to the effective date of termination. The employment by Contractor of unauthorized aliens in violation of Section 274A of the Immigration and Nationality Act of 1986, as from time to time amended, shall constitute an event of default by Contractor, and upon the occurrence of any event of default, all obligations on the part of the County to make any further payment of funds pursuant to the Contract shall, if the County so elects, terminate, and the County may, at its option, terminate the Contract for cause, but the County may make any payments or parts of payments after the happening of any event of default without thereby waiving the right to exercise any remedy which it may have, and without becoming liable to make any further payment. K. LICENSES / PERMITS All fees, permits, certifications and licenses are the responsibility of the Contractor and shall be included in the contract price. Any of the Contractor s personnel who perform services shall be lawfully licensed and certified. 17

19 L. MINIMUM QUALIFICATIONS: 1. The successful Proposer is, or retains a Physician who is board certified and registered to practice in the State of Florida with a minimum of (5) five years experience. 2. Medical technicians performing services under this contract shall be certified as required by law. 3. The successful Proposer Project Managers and/or Supervisors shall have excellent communication skills and be capable of directing and coordinating with the designated County staff. 4. The Awarded Proposer shall meet mandated confidentiality requirements, regulations, and laws; Health Insurance Portability Accountability Act (HIPPA). M. COMPLIANCE WITH LAWS Each party warrants it shall comply with, and all work performed shall comply with, all applicable federal, state and local laws, rules, regulations or orders issued by any public authority having jurisdiction over the services being provided. Contractor shall assign and the County shall accept assignment of qualified personnel to work regardless of race, religion, color, sex, age, sexual orientation, national origin, physical or mental disability, marital status, veteran status or any other factor prohibited by law. N. INDEPENDENT CONTRACTOR Contractor shall act solely as an independent contractor and nothing shall be construed to give Contractor the power or authority to act for, bind, or commit the HCBCC. Nothing herein shall be construed to create the relationship of employer and employee, partnership, principal or agent or joint venture between the HCBCC and Contractor. Contractor s employees are not entitled to any of HCBCC s employee benefits. Contractor shall pay all salaries, wages, benefits, payroll and other taxes for all of Contractor s employees services in connection with this RFP. Contractor shall carry worker s compensation insurance and shall be responsible for all obligations, reports and deductions required by federal, state and local law. In the event of an accident involving a Contractor employee, that employee will file claims with Contractor. -END OF SECTION- 18

20 SECTION V. SCOPE OF WORK A. The Scope of Services shall include: 1. Complete physical assessments as outlined in NFPA 1852 for firefighters and hazmat team members. (Annually for each member) 2. Complete physical assessments as outlined in NFPA 1852 for firefighters and hazmat team members prior to employment or prior to fulfilling duties as a volunteer firefighter (Baseline evaluation, once for each member) 3. Complete physical assessment as outlined in NFPA 1852 for firefighter candidates 4. Return to full duty evaluations (Review of Worker s Comp evaluation performed by the County Worker s Comp physician) 5. Contractor shall provide an adequate number of personnel specifically trained, experienced and licensed in the all areas of the project. 6. Nothing in this document relieves the physician from carefully reviewing the entire NFPA 1582 document prior to performing services. ***NOTE: THE PRICE SHEETS INCLUDED IN THIS DOCUMENT WERE PREPARED FOR PRICING AND BUDGET PURPOSES ONLY, BY A NON- MEDICAL PERSONNEL, AND SHALL NOT TO BE USED FOR MEDICAL EVALUATION.*** B. REPORTING A copy of the complete examination and test results (except HIV test results) must be provided to Highlands County Emergency Operations. A Fit-for-Duty exam report stating whether the employee is medically fit to perform the essential duties of a firefighter must be provided for each employee within 14 days of the exam. If the employee is found to be unfit for duty, the County shall be notified by phone within twenty four (24) hours. of the exam, and providing a written notification with three (3) days of any tests that reveal conditions that could place the employee or teams in immediate danger by continuing unrestricted duty. The final evaluation shall be reviewed and signed by a licensed, board certified Physician. The Awarded Proposer shall provide a 20 year medical retention system for personnel covered under the contract. C. SUBCONTRACTING Subcontracting and/or assigning of any and/or all portions of this agreement are subject to County review and approval. The successful Proposer shall perform required services through its own employees and volunteers or subcontractors. The successful Proposer shall include the subcontractor s name, location, equipment and personnel with the proposal submission. 19

21 D. MEDICAL LABORATORY The Medical laboratory shall meet all equipment, location and personnel requirements as established by Department of Transportation regulations (49 CFR 40, 59, FR 4300, as amended) and be properly licensed. The successful Proposer shall provide a facility and certified technicians to collect blood and urine specimens. -END OF SECTION- 20

22 SECTION VI. PROPOSAL PREPARATION A. All proposals shall be typed or printed in ink. B. Proposers must use the Proposal Form, which is Section VII. of this document. The pricing schedule template must be used to provide pricing. Additional documentation must be attached to the Proposal form, or submitted in a binder. The proposal form is available in electronic format (Word/Excel) upon request. C. If errors are made, the person signing the proposal shall initial and date the corrections. Corrections after the opening of responses shall not be accepted. D. All proposals must be legible. Responses must be signed by an individual of the Respondent s organization legally authorized to commit the Respondent s organization to the performance of the product(s) and/or service(s) contemplated by this document. E. Proposer shall place the submittal in an envelope and seal it. On the front of each envelope, place the following information: SEALED PROPOSAL RFP FIREFIGHTER PHYSICALS BASED ON THE NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) 1582 STANDARD COMPREHENSIVE MEDICAL PROGRAM Highlands County Board of County Commissioners / Purchasing Department Company Name F. Each proposal shall include one (1) original and four (4) copies of the proposal and five (5) properly indexed electronic copies (such as compact discs or thumb drives). 1. No macros, audio-start media allowed. 2. PDF format is required. 3. The proposer must ensure that the electronic copy includes only one (1) file of the entire submittal, and that the electronic file is the exact copy of the original, however: 4. Confidential information is not required to be included on the electronic copy. If the Proposer chooses to include confidential information on the electronic copy, such information must be in a separate, second file marked Confidential in the file name. ---END OF SECTION--- 21

23 SECTION VII. PROPOSAL FORM *PROPOSAL MUST BE SUBMITTED USING THIS PROPOSAL FORM TOTALING 11 PAGES, PAGES 22-32* 1. SUBMITTAL COVER SHEET PROJECT IDENTIFICATION: RFP FIREFIGHTER PHYSICAL EXAMINATIONS BASED ON THE NATIONAL FIRE PROTECTION (NFPA) 1582 STANDARD COMPREHENSIVE OCCUPATIONAL MEDICAL PROGRAM (RE-BID OF RFP ) SUBMITTED TO: HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS PURCHASING DEPARTMENT PROPOSER IDENTIFICATION: PROPOSER S NAME PROPOSER S ADDRESS LINE 1 PROPOSER S ADDRESS LINE 2 CONTACT S NAME CONTACT S ADDRESS CONTACT S PHONE NUMBER 22

24 *For any of the criterion below, use an extra sheet if necessary* 2. Relevant Firm and Staff Experience & Capabilities -(MAXIMUM 50 POINTS) Number of years your medical firm has been in business under its current name. List the number of medical and clerical staff members currently employed at the location where the physical examinations will be performed and how many of these employees are on duty at times of operations when physical examinations are performed Additional sheet used: Introduce the physician overseeing the program, and who would be the authorized signer of the evaluations Additional sheet used: 23

25 Introduce additional staff members who will be involved with the program Additional sheet used: Provide the hours of operation for the facility to provide the examination. Additional sheet used: Describe the capabilities of your firm relevant to this bid. (Collection of specimen, in-house x-ray etc ) Additional sheet used: 24

26 3. Current and Projected Workload/Schedule ---(MAXIMUM 10 POINTS) Current workload versus capacity of firm. Additional sheet used: State the maximum number of business days for an appointment to be scheduled. It is acceptable to provide a busy season vs. slow season breakdown, as long as it s made clear which of the months are considered which category. Additional sheet used: Listing of all existing contracts in place at this time and any future possible contracts within the next six months. Additional sheet used: 25

27 4. Location / Accessibility ---(MAXIMUM 30 POINTS) State the Proposer firm s location during the contract. Additional sheet used: State the Proposer s SUB-CONTRACTOR(S) location(s) during the contract. Additional sheet used: 26

28 5. Proposed timeline for evaluations ---MAXIMUM OF 20 POINTS Please provide an approximate timeline for one annual visit with the test listed in the 8.1 price list. For example: Day 1. Scheduling of appointment Day 4. First appointment with physician Day 5. Specimen collection Day 10. Chest X-Ray... Day xx. - Final review with physician Day yy. Report to EOC Additional sheet used: 6. Other information at the Proposer s discretion -(NO POINTS) Promotional material may be submitted along with the proposal; however, these materials will not be considered a substitute for the proposal. 7. RFP Format -(MAXIMUM 10 points) Points will be given for proper completion of this proposal form and for including all required documentation 27

29 8. PRICING - MAXIMUM 50 POINTS 8.1 PRICE SHEET FOR ANNUAL MEDICAL EVALUATION OF MEMBERS ***This price sheet was prepared by non-medical personnel for budget/pricing purposes only*** FREQUENCY: ANNUALLY REQUIRED / OPTIONAL: REQUIRED GENDER: BOTH AGE: ALL AGES TYPE MEDICAL HISTORY FOR ANNUAL MEDICAL EXAM: TO DISCLOSE CHANGES AND EXPOSURES SINCE PREVIOUS MEDICAL EVALUATION EXAM TO DISCLOSE CHANGES AND EXPOSURES SINCE PREVIOUS MEDICAL EVALUATION TEMPERATURE PULSE RESPIRATORY RATE BLOOD PRESSURE HEAD EYES EARS NOSE THROAT NECK CARDIOVASCULAR PULMONARY BREAST HERNIA GASTROINTESTINAL / RECTAL EXAM LYMPH NODES NEUROLOGICAL MUSCULOSKELETAL SKIN VISION CBC (COMPLETE BLOOD COUNT) WITH DIFFERENTIAL RBC INDICES AND MORPHOLOGY PLATELET COUNT ELECTROLYTES -Na ELECTROLYTES -K ELECTROLYTES -Cl ELECTROLYTES -HCO3 OR CO2 RENAL FUNCTION - BUN RENAL FUNCTION - Creatinine GLUCOSE LIVER FUNCTION - ALT LIVER FUNCTION - AST LIVER FUNCTION - Direct Bilirubin LIVER FUNCTION - Indirect Bilirubin LIVER FUNCTION - Alkaline Phosphatase RFP Firefighter physical examinations based on the NFPA 1582 standard comprehensive medical program (Re-bid of ITB ) 28

30 TYPE URINE TEST URINE TEST URINE TEST URINE TEST URINE TEST URINE TEST AUDIOLOGY TEST SPIROMETRY SPIROMETRY SPIROMETRY EKG IMMUNIZATIONS AND INFECTIOUS DISEASE FITNESS EVALUATION FITNESS EVALUATION FITNESS EVALUATION FITNESS EVALUATION FITNESS EVALUATION FITNESS EVALUATION FITNESS EVALUATION FITNESS EVALUATION FITNESS EVALUATION FITNESS EVALUATION EXAM CHOLESTEROL - Total CHOLESTEROL - HDL CHOLESTEROL - LDL CHOLESTEROL - Clinically useful lipid ratios CHOLESTEROL - Triglycerides DIPSTICK ANALYSIS - Glucose DIPSTICK ANALYSIS - Ketones DIPSTICK ANALYSIS - Leukocyte esterase DIPSTICK ANALYSIS - Protein DIPSTICK ANALYSIS - Blood DIPSTICK ANALYSIS - Bilirubin AUDIOLOGY TEST FVC FEV1 FEV1/FVC RATIO RESTING HEPATITIS A VACCINE BODY WEIGHT CIRCUMFERENTIAL MEASUREMENTS BOD-POD SKINFORD MEASUREMENTS BIO IMPEDANCE ANALYSIS PRE-FITNESS EVALUATION PROCEDURE EVALUATION OF AEROBIC CAPACITY EVALUATION OF MUSCULAR STRENGTH EVALUATION OF MUSCULAR ENDURANCE EVALUATION OF FELXIBILITY ADDITIONAL TESTS / EXAMS TO INCLUDED BASED ON PHYSICIAN'S REVIEW OF NFPA 1582: Use additional sheets if needed TOTAL PRICE FOR THE ITEMS LISTED ABOVE: $. / MEMBER / YEAR RFP Firefighter physical examinations based on the NFPA 1582 standard comprehensive medical program (Re-bid of ITB ) 29

31 8.2 PRICE SHEET FOR ADITIONAL TESTS / EXAMS FOR MEDICAL EVALUATION OF MEMBERS ***This price sheet was prepared by non-medical personnel for budget/pricing purposes only*** TYPE EXAM PRICE COMPLETE MEDICAL HISTORY COMPLETE MEDICAL HISTORY $ PAP SMEAR $ TESTICULAR EXAM $ RECTAL EXAM FOR PROSTATE MASS $ PSA (PROSTATE SPECIFIC ANTIGEN) $ URINE TEST MICROSCOPIC ANALYSIS - RBC $ URINE TEST MICROSCOPIS ANALYSIS - WBC $ URINE TEST MICROSCOPIC ANALYSIS - Casts $ URINE TEST MICROSCOPIC ANALYSIS - Crystals $ URINE TEST OCCUPATIONAL CHEMICAL EXPOSURE $ CHEST X-RAY CHEST X-RAY $ EKG STRESS TEST $ MAMMOGRAPHY MAMMOGRAPHY $ IMMUNIZATIONS AND INFECTIOUS DISEASE SCREENING TUBERCULOSIS SCREENING $ IMMUNIZATIONS AND INFECTIOUS DISEASE SCREENING HEPATITIS C SCREENING $ IMMUNIZATIONS AND INFECTIOUS DISEASE SCREENING HEPATITIS B VACCINE AND TITERS $ IMMUNIZATIONS AND INFECTIOUS DISEASE SCREENING TETANUS / DIPHTERIA BOOSTER $ IMMUNIZATIONS AND INFECTIOUS DISEASE SCREENING MMR VACCINE $ IMMUNIZATIONS AND INFECTIOUS DISEASE SCREENING POLIO VACCINE $ IMMUNIZATIONS AND INFECTIOUS DISEASE SCREENING VARICELLA VACCINE $ IMMUNIZATIONS AND INFECTIOUS DISEASE SCREENING INFLUENZE VACCINE $ IMMUNIZATIONS AND INFECTIOUS DISEASE SCREENING HIV TEST $ IMMUNIZATIONS AND INFECTIOUS DISEASE SCREENING BIOLOGICAL THREAT AGENTS (PRE-SCREENING $ AND IMMUNIZATION) POST-EXPOSURE BLOODBORNE PATHOGENE TESTING POST-EXPOSURE BLOODBORNE PATHOGENE TESTING $ HEAVY METAL EVALUATION HEAVY METAL EVALUATION $ COLON CANCER SCREENING FECAL OCCULT $ COLON CANCER SCREENING COLONOSCOPY $ PROSTATE CANCER SCREENING PROSTATE CANCER SCREENING $ 8.3 PRICING FOR RETURN TO FULL DUTY ASSESSMENT $. / MEMBER / CLAIM 8.4 PRICING FOR FIREFIGHTER CANDIDATE EVALUATION PER CHAPTER 6 OF NFPA 1582 $. / CANDIDATE RFP Firefighter physycal examinations based on the NFPA 1582 standard comprehensive medical program 30

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed

More information

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Purchasing Department REQUEST FOR PROPOSAL (RFP)

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Purchasing Department REQUEST FOR PROPOSAL (RFP) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Purchasing Department REQUEST FOR PROPOSAL (RFP) 15-015 FIREFIGHTER PHYSICAL EXAMINATIONS BASED ON THE NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) 1582 STANDARD

More information

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC)

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC)

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Purchasing Department INVITATION TO BID (ITB) 16-004 SHELL HAULING (ONE-WAY) FROM COUNTY SHELL PIT 8/9/2015 TABLE OF CONTENTS INVITATION...3 SECTION I. GENERAL

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Purchasing Department INVITATION TO BID (ITB) 16-007 GRINDING OF ASPHALT SHINGLES 8/9/2015 TABLE OF CONTENTS INVITATION...3 SECTION I. GENERAL TERMS AND CONDITIONS...

More information

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT REQUEST FOR PROPOSALS (RFP) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed

More information

BIDDING AND CONTRACT DOCUMENTS ITB

BIDDING AND CONTRACT DOCUMENTS ITB BIDDING AND CONTRACT DOCUMENTS ITB 15-047 SEBRING PARKWAY PHASE II & SEBRING HIGH SCHOOL DRAINAGE IMPROVEMENTS HIGHLANDS COUNTY PROJECT No. 01101 ENGINEERING DEPARTMENT 505 S. COMMERCE AVENUE SEBRING,

More information

SOUTH FLORIDA STATE COLLEGE FOUNDATION REQUEST FOR PROPOSALS FOR BANKING SERVICES RFP 13-06

SOUTH FLORIDA STATE COLLEGE FOUNDATION REQUEST FOR PROPOSALS FOR BANKING SERVICES RFP 13-06 SOUTH FLORIDA STATE COLLEGE FOUNDATION REQUEST FOR PROPOSALS FOR BANKING SERVICES RFP 13-06 INDEX GENERAL INFORMATION... 3 QUALIFICATIONS... 3 PRE-PROPOSAL CONFERENCE... 3 PROCEDURAL REQUIREMENTS... 3

More information

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB SEBRING PARKWAY EMS STATION PROJECT NO For. Highlands County Board of County Commissioners

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB SEBRING PARKWAY EMS STATION PROJECT NO For. Highlands County Board of County Commissioners BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB 17-014 SEBRING PARKWAY EMS STATION PROJECT NO. 13061 For Highlands County Board of County Commissioners Polston Engineering, Inc. P. O. Box 588 Sebring, Florida

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) Purchasing Division INVITATION TO BID (ITB) 18-038 CONCRETE CULVERTS (Annual Bid) April 2018 TABLE OF CONTENTS INVITATION...3 SECTION I. GENERAL TERMS AND CONDITIONS... 4 SECTION II. THE COUNTY S RESERVATION

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Purchasing Department INVITATION TO BID (ITB) 17-037 PAVEMENT MARKINGS JUNE 2017 HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Purchasing Division INVITATION

More information

BIDDING AND CONTRACT DOCUMENTS ITB

BIDDING AND CONTRACT DOCUMENTS ITB BIDDING AND CONTRACT DOCUMENTS ITB 16-028 LAKE JOSEPHINE DRIVE IMPROVEMENTS HIGHLANDS COUNTY PROJECT No. 13008 FDOT FINANCIAL MANAGEMENT NO. 430107 1 58 01 ENGINEERING DEPARTMENT 505 S. COMMERCE AVENUE

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

BIDDING AND CONTRACT DOCUMENTS ITB

BIDDING AND CONTRACT DOCUMENTS ITB BIDDING AND CONTRACT DOCUMENTS ITB 14-053 SEBRING PARKWAY PHASE II DRAINAGE IMPROVEMENTS AND INSTALLATION OF DRAINAGE PIPE PER JACK AND BORE HIGHLANDS COUNTY PROJECT No. 01101 ENGINEERING DEPARTMENT 505

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) Purchasing Division INVITATION TO BID (ITB) 18-021 DITCH CLEANING, ISTOKPOGA WATERSHED DISTRICT (Annual Bid) January 2018 1 of 25 TABLE OF CONTENTS INVITATION...3 SECTION I. GENERAL TERMS AND CONDITIONS...

More information

INVITATION TO BID

INVITATION TO BID HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Purchasing Department INVITATION TO BID 17-008 SMALL ANIMAL FOOD AND BEDDING 08/07/16 TABLE OF CONTENTS INVITATION...3 SECTION I. GENERAL TERMS AND CONDITIONS...

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

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

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

More information

Botetourt County Public Schools

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

More information

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

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

BIDDING AND CONTRACT DOCUMENTS ITB

BIDDING AND CONTRACT DOCUMENTS ITB BIDDING AND CONTRACT DOCUMENTS MARTIN LUTHER KING JR. BOULEVARD SIDEWALK EXTENSION HIGHLANDS COUNTY PROJECT NO. 15005 ENGINEERING DEPARTMENT 505 S. COMMERCE AVENUE SEBRING, FLORIDA (863) 402-6877 August

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Invitation to Bid-B-05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing

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

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

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET BID #18-002-BOE VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION COVER SHEET and TWO COPIES OF

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION COVER SHEET and TWO COPIES OF THE BID SPECIFICATIONS

More information

REQUEST FOR STATEMENTS OF QUALIFICATIONS FOR A MEDICAL SERVICES PROVIDER CITY OF SEASIDE, CALIFORNIA

REQUEST FOR STATEMENTS OF QUALIFICATIONS FOR A MEDICAL SERVICES PROVIDER CITY OF SEASIDE, CALIFORNIA REQUEST FOR STATEMENTS OF QUALIFICATIONS FOR A MEDICAL SERVICES PROVIDER CITY OF SEASIDE, CALIFORNIA I. INVITATION The City of Seaside is requesting a statement of qualifications and service proposals

More information

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB REMODELING FOR PROBATION & PAROLE LEASE PROJECT NO For

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB REMODELING FOR PROBATION & PAROLE LEASE PROJECT NO For BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB 18-039 REMODELING FOR PROBATION & PAROLE LEASE PROJECT NO. 17015 For Highlands County Board of County Commissioners The Lunz Group, Inc. 58 Lake Morton Drive

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

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

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

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP CHROMEBOOKS

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP CHROMEBOOKS WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET BID #18-013-BOE PURCHASE OF HP CHROMEBOOKS VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION COVER

More information

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

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

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS. Quotation Number 14-Q06/PF

PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS. Quotation Number 14-Q06/PF PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS May 21, 2014 Quotation Number 14-Q06/PF PURCHASING SERVICES CONTACT: Phillip Ford, Purchasing Supervisor; pford@swa.org, Telephone

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL NO. 17/18-15 FINANCIAL ADVISORY SERVICES

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET BID #16-025-BOE PURCHASE OF DATAMATION CHROMEBOOK CARTS VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time. SALE OF PROPERTY INVITATION TO BID Bidder Acknowledgment Form ADAM H. PUTNAM COMMISSIONER BID SALE NO.: SOP/FFS-13/14-03 REBID Agency Mailing Date: October 11, 2013 Page 1 of 11 Pages SUBMIT BIDS TO: Reason

More information

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE CITY OF ROCKLEDGE REQUEST FOR PROPOSALS City of Rockledge Classification and Compensation Study RESPONSES ARE DUE BY February 5, 2016 at 4PM EST MAIL OR DELIVER RESPONSES TO: ATT: Corey Harris, HR Coordinator

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL TOWN OF ROCKLAND BROWN COUNTY, WISCONSIN Request for Proposal SNOW & ICE REMOVAL Issued February 23, 2015 DEADLINE 12:30 PM Monday, March 16, 2015 CONTACT: DENNIS CASHMAN CHAIRMAN 1712 BOB-BEA-JAN ROAD

More information

DEPARTMENT OF VERMONT HEALTH ACCESS GENERAL PROVIDER AGREEMENT

DEPARTMENT OF VERMONT HEALTH ACCESS GENERAL PROVIDER AGREEMENT DEPARTMENT OF VERMONT HEALTH ACCESS GENERAL PROVIDER AGREEMENT ARTICLE I. PURPOSE The purpose of this Agreement is for Department of Vermont Health Access (DVHA) and the undersigned Provider to contract

More information

INVITATION TO BID-R Frieda Zamba Pool Renovations

INVITATION TO BID-R Frieda Zamba Pool Renovations INVITATION TO BID-R-06-01 Frieda Zamba Pool Renovations Purpose: The City of Palm Coast is requesting bids from general contractors for the renovations of the Frieda Zamba Pool. The outdoor, unsheltered

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

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL REQUEST FOR PROPOSALS 19-409-01 FLOOD DEBRIS REMOVAL INTENT: It is the Intent of this Request for Proposal to solicit competitive sealed proposals for debris removal caused by local flooding event. The

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative

More information

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

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

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter Contractor) ) ) ) ) ) and ) CONTRACT AGREEMENT between Tow Company Contract No.: 06-FSP-01 Street Address City, State ZIP Code (hereinafter "Contractor" and Sacramento Transportation Authority Term: Dec. 1, 2006 Nov. 30, 2009 901

More information

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16 TOWN OF SOUTH PALM BEACH REQUEST FOR QUALIFICATIONS CONTINUING CONTRACTS FOR PROFESSIONAL ENGINEERING SERVICES RFQ NO. 2018-1 The Town of South Palm Beach is seeking Letters of Interest and Professional

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES 1. GENERAL STATEMENT OF PURPOSE Scott County is soliciting proposals for the services of a qualified contractor to perform a general reassessment

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION INTRODUCTON The City of Fernandina Beach, Florida, is accepting sealed bids at the location

More information

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

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

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org September 11, 2012 Ladies and Gentlemen: The City of Peachtree City will

More information

COLLECTION AGENCY SERVICES FOR EMS OKALOOSA COUNTY BOARD OF COMMISSIONERS, FLORIDA

COLLECTION AGENCY SERVICES FOR EMS OKALOOSA COUNTY BOARD OF COMMISSIONERS, FLORIDA COLLECTION AGENCY SERVICES FOR EMS OKALOOSA COUNTY BOARD OF COMMISSIONERS, FLORIDA RFP # EMS 63-14 PROPOSAL DUE: July 18, 2014 @ 4:00 P.M. NOTICE TO PROPOSERS COLLECTION AGENCY SERVICES FOR EMERGENCY MEDICAL

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

Request for Proposal Public Warning Siren System April 8, 2014

Request for Proposal Public Warning Siren System April 8, 2014 Request for Proposal Public Warning Siren System April 8, 2014 THE CITY OF MARTINSVILLE wishes to extend an invitation to all qualified contractors to submit a proposal/s for providing a complete siren

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

More information

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

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

More information

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below.

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below. FORM 1 RESPONDENT S CONTACT INFORMATION The Respondent shall identify the contact information as described below. For solicitation purposes, the Respondent s contact person shall be: For contractual purposes,

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

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

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

More information

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES REQUEST FOR PROPOSAL FOR CASH MANAGEMENT SERVICES The Rappahannock, Shenandoah and Warren Regional Jail, also known as RSW Regional Jail, is soliciting sealed proposals from qualified financial institutions

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

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

More information

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

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

More information

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO. 018-017 NOTICE The Liberty Public School District #53 (District) will accept proposals for video interviewing software as described in the attached

More information

REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP # KN

REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP # KN STATE OF TENNESSEE TENNESSEE STATE VETERANS HOMES BOARD REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. PROPOSAL REQUIREMENTS

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

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

More information

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING INVITATION TO BID FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING BID #2018-13 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904)

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

PLEASANTVILLE HOUSING AUTHORITY

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

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

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

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

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

More information

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES to perform an ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING CHOICE 24 C.F.R. 570.601 (a) (2) 24 C.F.R. 91.225 (a) June 27, 2011 ALL PROPOSALS ARE

More information

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL Request for Proposals (RFP) SAU #44 and the Nottingham School District REQUEST FOR PROPOSAL ( RFP ) RFP NOTT 05-17 INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL SAU #44 and the Nottingham School District

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

OFFICIAL BID FORM & BID DOCUMENTS

OFFICIAL BID FORM & BID DOCUMENTS OFFICIAL BID FORM & BID DOCUMENTS TOWN OF LAKE PLACID 2019-01 LAKE JUNE PARK PAVILION AND RESTROOM IMPROVEMENTS BIDS DUE 1:00 PM, Wednesday February 27, 2019 SUBMIT SEALED BIDS TO: TOWN OF LAKE PLACID

More information

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) Anticipated DBE Participation Statement (Form 375-040-63) Bid Opportunity List (From 375-040-02) Scrutinized Companies Lists (proposals

More information

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT Sealed proposals, addressed to the Supervisor of Purchases, City of Middletown, Room 112, Municipal Building, Middletown, Connecticut, 06457 will be received

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING REQUEST FOR PROPOSAL (RFP) The Board of County Commissioners, Highlands County, Sebring, Florida, will receive sealed proposals

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

More information

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

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

More information