Appendix I Cost Proposal Forms

Size: px
Start display at page:

Download "Appendix I Cost Proposal Forms"

Transcription

1 Airport Contract #8994 February 1, 2010 Appendix I Cost Proposal Forms

2 Annual Cost Proposal Summary - Total Airport Funded Program (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1, 2010 to June 30, 2011 Page 1 of 2 Projected Total Period Hourly Period Period Direct Labor Costs Hours Rates Costs Costs Program Staff - Classification 1. Curbside Managers x = 2. Taxi Supervisors x = 3. Limo/Van Supervisors x = 4. Taxi Dispatchers x = 5. Van Coordinator x = 6. Limo Monitor x = 7. Smartcard Administrative Asst. x = 8. Cashier Supervisor (30 Day Max.) x = 9. Taxi Cashiers (30 Day Max.) x = 10. x = Fringe Benefits Subtotal: Payroll Taxes FICA FUTA SUI Health Insurance Disability Insurance Life/Accident Insurance Compensated Leave Pension IMPORTANT: Backup Documents MUST be Attached to this Summary Form. Proposer will be Held to the Unit Costs for T2 Operations in Subtotal:

3 Annual Cost Proposal Summary - Total Airport Funded Program (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1, 2010 to June 30, 2011 Page 2 of 2 Premiums - Airport Funded Program Only Required Insurance Workers Compensation Commercial General Liability Business Auto Liability Subtotal: Other Direct Costs Subtotal: Management Fee Subtotal: IMPORTANT: Backup Documents MUST be Attached to this Summary Form. Proposer will be Held to the Unit Costs for T2 Operations in Total Airport Funded Proposal:

4 Management Fee & Other Direct Cost Schedule Summary - Total Airport Funded Program (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1, 2010 to June 30, 2011 Page 1 of 2 Salaries - Curbside Management Program On-Site Management Staff Period Fee Components Subtotal: Fringe Benefits - Curbside Management Program On-Site Management Staff Payroll Taxes FICA FUTA SUI Health Insurance Disability Insurance Life/Accident Insurance Compensated Leave Pension Subtotal: Overhead & Profit Overhead & Profit IMPORTANT: Backup Documents MUST be Attached to this Summary Form. Proposer will be Held to the Unit Costs for T2 Operations in TOTAL ANNUAL MANAGEMENT FEE:

5 Management Fee & Other Direct Cost Schedule Summary - Total Airport Funded Program (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1, 2010 to June 30, 2011 Page 2 of 2 Other Direct Costs - Itemized List Airport Photo Badges (1) Background Investigations/Airport ID Badges (1) Broadband Internet Connection (1) Business Reply Postage Fees - Customer Feedback Cards Computer Software Fax Line (1) Materials & Supplies (Includes Computer Consumables) Name Badges (1) Office Equipment Postage (1) Radio Equipment and Service/Maintenance Agreement Recruitment (Excluding Management Staff) Telephone Equipment & Service (1) Ticket/Form Printing (Excluding Letterhead/Business Cards) (1) Uniform Purchase, Rental & Cleaning (Line & Supervisory Staff Only) (1) Vehicle Leases Vehicle Operating and Maintenance Costs (Except Insurance) Service Incentive Program (1) Paperless Door-to-Door Van Passenger and Vehicle Database System (1) Other Costs Not Specifically Excluded by the RFP (Itemize Cost in the Backup Documents) Other Outside Services (Itemize Costs in the Backup Documents) Notes: (1) Reimbursements are limited. See RFP for additional details. IMPORTANT: Backup Documents MUST be Attached to this Summary Form. Proposer will be Held to the Unit Costs for T2 Operations in TOTAL OTHER DIRECT COSTS:

6 Labor Rate Per Unit Cost Summary - Total Airport Funded Program + Door-to-Door Van Operator Funded Program (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1, 2010 to June 30, 2011 Management Position Rate Basis OT Status Staff Position 1. Curbside Managers 2. Taxi Supervisors 3. Limo/Van Supervisors 4. Taxi Dispatchers 5. Van Coordinator 6. Limo Monitor 7. Smartcard Administrative Asst. 8. Cashier Supervisor 9. Cashiers 10. IMPORTANT: Backup Documents MUST be Attached to this Summary Form. Proposer will be Held to the Unit Costs for T2 Operations in 2011.

7 Annual Cost Proposal Summary - Door-to-Door Van Curb Coordination Program [Non-Airport Funded Portion] (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1, 2010 to June 30, 2011 Page 1 of 2 Projected Total Direct Labor Costs Charged to Period Hourly Period Period Door-to-Door Van Operators Hours Rates Costs Costs Program Staff - Classification 1. Van Coordinator x Subtotal: Fringe Benefits Payroll Taxes FICA FUTA SUI Health Insurance Disability Insurance Life/Accident Insurance Compensated Leave Pension Subtotal: Uniform Purchase, Rental & Cleaning (1) Other Direct Costs Charged to Door-to-Door Van Operators (From Page 2): Management Fee Charged to Door-to-Door Van Operators (Including Overhead & Profit): Premiums - Non Airport Funded Portion Only Required Insurance Workers Compensation Commercial General Liability Business Auto Liability IMPORTANT: Backup Documents MUST be Attached to this Summary Form. Proposer will be Held to the Unit Costs for T2 Operations in Subtotal:

8 Annual Cost Proposal Summary - Door-to-Door Van Curb Coordination Program [Non-Airport Funded Portion] (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1, 2010 to June 30, 2011 Page 2 of 2 Period Fee Other Direct Costs - Itemized List Components Notes: (1) Reimbursements are limited. See RFP for additional details. TOTAL OTHER DIRECT COSTS [Charged to Door-to-Door Van Operators]: IMPORTANT: Backup Documents MUST be Attached to this Summary Form. Proposer will be Held to the Unit Costs for T2 Operations in DWONG1\2010 CMP RFP ACP Year 1 Submittal Form.xlsx Revised: 1/26/10

9 Annual Cost Proposal Summary - Total Airport Funded Program (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1, 2011 to June 30, 2012 Page 1 of 2 Projected Total Period Hourly Period Period Direct Labor Costs Hours Rates Costs Costs Program Staff - Classification 1. Curbside Managers x = 2. Taxi Supervisors x = 3. Limo/Van Supervisors x = 4. Taxi Dispatchers x = 5. Van Coordinator x = 6. Limo Monitor x = 7. Smartcard Administrative Asst. x = 8. Cashier Supervisor (30 Day Max.) x = 9. Taxi Cashiers (30 Day Max.) x = 10. x = Fringe Benefits Subtotal: Payroll Taxes FICA FUTA SUI Health Insurance Disability Insurance Life/Accident Insurance Compensated Leave Pension IMPORTANT: Backup Documents MUST be Attached to this Summary Form. Proposer will be Held to the Unit Costs for T2 Operations in Subtotal:

10 Annual Cost Proposal Summary - Total Airport Funded Program (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1, 2011 to June 30, 2012 Page 2 of 2 Premiums - Airport Funded Program Only Required Insurance Workers Compensation Commercial General Liability Business Auto Liability Subtotal: Other Direct Costs Subtotal: Management Fee Subtotal: IMPORTANT: Backup Documents MUST be Attached to this Summary Form. Proposer will be Held to the Unit Costs for T2 Operations in Total Airport Funded Proposal:

11 Management Fee & Other Direct Cost Schedule Summary - Total Airport Funded Program (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1, 2011 to June 30, 2012 Page 1 of 2 Salaries - Curbside Management Program On-Site Management Staff Period Fee Components Subtotal: Fringe Benefits - Curbside Management Program On-Site Management Staff Payroll Taxes FICA FUTA SUI Health Insurance Disability Insurance Life/Accident Insurance Compensated Leave Pension Subtotal: Overhead & Profit Overhead & Profit IMPORTANT: Backup Documents MUST be Attached to this Summary Form. Proposer will be Held to the Unit Costs for T2 Operations in TOTAL ANNUAL MANAGEMENT FEE:

12 Management Fee & Other Direct Cost Schedule Summary - Total Airport Funded Program (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1, 2011 to June 30, 2012 Page 2 of 2 Other Direct Costs - Itemized List Airport Photo Badges (1) Background Investigations/Airport ID Badges (1) Broadband Internet Connection (1) Business Reply Postage Fees - Customer Feedback Cards Computer Software Fax Line (1) Materials & Supplies (Includes Computer Consumables) Name Badges (1) Office Equipment Postage (1) Radio Equipment and Service/Maintenance Agreement Recruitment (Excluding Management Staff) Telephone Equipment & Service (1) Ticket/Form Printing (Excluding Letterhead/Business Cards) (1) Uniform Purchase, Rental & Cleaning (Line & Supervisory Staff Only) (1) Vehicle Leases Vehicle Operating and Maintenance Costs (Except Insurance) Service Incentive Program (1) Paperless Door-to-Door Van Passenger and Vehicle Database System (1) Other Costs Not Specifically Excluded by the RFP (Itemize Cost in the Backup Documents) Other Outside Services (Itemize Costs in the Backup Documents) Notes: (1) Reimbursements are limited. See RFP for additional details. IMPORTANT: Backup Documents MUST be Attached to this Summary Form. Proposer will be Held to the Unit Costs for T2 Operations in TOTAL OTHER DIRECT COSTS:

13 Labor Rate Per Unit Cost Summary - Total Airport Funded Program + Door-to-Door Van Operator Funded Program (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1, 2011 to June 30, 2012 Management Position Rate Basis OT Status Staff Position 1. Curbside Managers 2. Taxi Supervisors 3. Limo/Van Supervisors 4. Taxi Dispatchers 5. Van Coordinator 6. Limo Monitor 7. Smartcard Administrative Asst. 8. Cashier Supervisor 9. Cashiers 10. IMPORTANT: Backup Documents MUST be Attached to this Summary Form. Proposer will be Held to the Unit Costs for T2 Operations in 2011.

14 Annual Cost Proposal Summary - Door-to-Door Van Curb Coordination Program [Non-Airport Funded Portion] (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1, 2011 to June 30, 2012 Page 1 of 2 Projected Total Direct Labor Costs Charged to Period Hourly Period Period Door-to-Door Van Operators Hours Rates Costs Costs Program Staff - Classification 1. Van Coordinator x Subtotal: Fringe Benefits Payroll Taxes FICA FUTA SUI Health Insurance Disability Insurance Life/Accident Insurance Compensated Leave Pension Subtotal: Uniform Purchase, Rental & Cleaning (1) Other Direct Costs Charged to Door-to-Door Van Operators (From Page 2): Management Fee Charged to Door-to-Door Van Operators (Including Overhead & Profit): Premiums - Non Airport Funded Portion Only Required Insurance Workers Compensation Commercial General Liability Business Auto Liability IMPORTANT: Backup Documents MUST be Attached to this Summary Form. Proposer will be Held to the Unit Costs for T2 Operations in Subtotal:

15 Annual Cost Proposal Summary - Door-to-Door Van Curb Coordination Program [Non-Airport Funded Portion] (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1, 2011 to June 30, 2012 Page 2 of 2 Period Fee Other Direct Costs - Itemized List Components Notes: (1) Reimbursements are limited. See RFP for additional details. TOTAL OTHER DIRECT COSTS [Charged to Door-to-Door Van Operators]: IMPORTANT: Backup Documents MUST be Attached to this Summary Form. Proposer will be Held to the Unit Costs for T2 Operations in DWONG1\2010 CMP RFP ACP Year 2 Submittal Form.xlsx Revised: 1/26/10

16 Airport Contract #8994 February 1, 2010 Appendix J Brief Statistical Summary of the Curbside Management Program as of December 31, 2009

17 APPENDIX J - BRIEF STATISTICAL SUMMARY SFO CURBSIDE MANAGEMENT PROGRAM AS OF DECEMBER 31, 2009 Estimated Annual Departing Door-to-Door Van Trips Coordinated: 132,392* Estimated Annual Departing Door-to-Door Van Passengers Coordinated: 290,725* Estimated Annual Departing Taxi Trips Dispatched: 1,701,130 *Data Does Not Include Blue (SuperShuttle) Zone Data Number of FTE Management Personnel: 7.00 Number of FTE Operating Personnel: Management Number of General Managers: 1 [Exempt] Number of Assistant General Managers: 1 [Exempt] Number of Curbside Managers: 3 [Exempt] Number of FTE Administrative Assistants: 2 Annual Salary for General Manager: 97,758 Annual Salary for Assistant General Manager: 67,000 Annual Salary for Curbside Managers: 53,250 Annual Salary for Administrative Assistants: 41,200 Taxicab Dispatching Number of FTE Taxicab Dispatchers: Number of FTE Taxicab Supervisors: 4.11 Hourly Salary Range for Taxicab Dispatchers: to Hourly Salary Range for Taxicab Supervisors: to Daily Work Hours Scheduled for Taxicab Dispatchers: 128 Daily Work Hours Scheduled for Taxicab Supervisors: Taxicab Dispatchers Represented by Labor Union: Yes Taxicab Supervisors Represented by Labor Union: Yes Taxicab Cashiering Estimated Hourly Salary Range for Cashiers: to Estimated Hourly Salary Range for Cashier Supervisors: Cashiers Represented by Labor Union: Yes (City-Wide) Door-to-Door Van Curb Coordinators/Limousine Monitors Number of FTE Door-to-Door Van Curb Coordinators: Number of FTE Limousine Monitors: 1.41 Number of FTE Van/Limo Supervisors: 4.70 Hourly Salary Range for Door-to-Door Van Curb Coordinators: to Hourly Salary Range for Van/Limo Supervisors: to Daily Work Hours for Door-to-Door Van Curb Coordinators: 160 Daily Work Hours Scheduled for Limousine Monitors: 6.86 (Friday to Monday Only) Daily Work Hours Scheduled for Van/Limo Supervisors: Door-to-Door Van Curb Coordinators Represented by Labor Union: Yes Limousine Monitors Represented by Labor Union: Yes Van/Limo Supervisors Represented by Labor Union: Yes DWONG1\2010 CMP RFP Statistical Summary.docx Revised: 29-Jan-10

18 Airport Contract #8994 February 1, 2010 Appendix K Initial Performance Measures and/or Standards

19 APPENDIX K PROPOSED PERFORMANCE STANDARDS AIRPORT CONTRACT #8994 The following standards will be among those used by Director to evaluate the performance of the Airport s Curbside Management Program at San Francisco International Airport commencing with the new agreement effective July 1, Note that additional performance standards may be placed on the Contractor by Director as set forth in any future contract modifications. The overall goal for the Contractor is to score an overall average of 3.0 out of Contractor will strive to run an operation that has zero lost time injuries in FY 10/11 utilizing the OSHA Form Points (Excellent) 0 Lost Time Injuries in FY 10/11 4 Points (Above Average) 1 Lost Time Injury in FY 10/11 3 Points (Average) 2 Lost Time Injuries in FY 10/11 2 Points (Below Average) 3 Lost Time Injuries in FY 10/11 1 Point (Poor) 4 Lost Time Injuries in FY 10/11 2. Contractor will maintain a active Safety Committee, conduct quarterly meetings, report and document safety hazards as they are identified, and document the resolution of all hazards. 5 Points (Excellent) All Quarterly Meetings Conducted in FY 10/11 4 Points (Above Average) One Quarterly Meeting Missed in FY 10/11 3 Points (Average) Two Quarterly Meetings Missed in FY 10/11 2 Points (Below Average) Three Quarterly Meetings Missed in FY 10/11 1 Point (Poor) All Four Quarterly Meetings Missed in FY 10/11 3. Contractor shall strive to provide excellent customer service to all passengers seeking ground transportation provided using the Airport s Curbside Management Program resulting in minimal complaints. 5 Points (Excellent) No or One Valid Complaints Received Each Month in FY 10/11 4 Points (Above Average) Two or Three Valid Complaints Received Each Month in FY 10/11 3 Points (Average) Four or Five Valid Complaints Received Each Month in FY 10/11 2 Points (Below Average) Six or Seven Valid Complaints Received Each Month in FY 10/11 1 Point (Poor) Eight or More Valid Complaints Received Each Month in FY 10/11 4. Contractor will ensure that new employees receive the required initial training and point of service training for their position before being assigned to a shift on the curb. All new employee training and status shall be documented and updated regularly when conditions change.

20 5 Points (Excellent) All New Employees Received the Required Training in FY 10/11 1 Point (Poor) One or More Employees Missed the Required Training in FY 10/11 5. Recurrent training for all employees as authorized in the contract and approved ACP will be provided and documented. All recurrent training and status shall be documented and updated regularly when conditions change. 5 Points (Excellent) All Training Documented and Conducted as Scheduled in FY 10/11 4 Points (Above Average) One Training Session Missed as Scheduled in FY 10/11 3 Points (Average) Two Training Sessions Missed as Scheduled in FY 10/11 2 Points (Below Average) Three Training Sessions Missed as Scheduled in FY 10/11 1 Point (Poor) Four or More Training Sessions Missed as Scheduled in FY 10/11 6. Curbside Management Program management will conduct weekly supervisory and management meetings, the topics of which will be documented and set forth monthly. 5 Points (Excellent) All Scheduled Meetings Held and Documented in FY 10/11 4 Points (Above Average) One Scheduled Meeting Missed Quarterly in FY 10/11 3 Points (Average) Two Scheduled Meetings Missed Quarterly in FY 10/11 2 Points (Below Average) Three Scheduled Meetings Missed Quarterly in FY 10/11 1 Point (Poor) Four or More Scheduled Meetings Missed Quarterly in FY 10/11 7. Curbside Management Program management will provide the initial training on communications between Curbside Management Program team members and management personnel as this communication has great bearing on the well-being of the entire Curbside Management Program team. 5 Points (Excellent) Training Conducted by July 15, Points (Above Average) Training Conducted by August 15, Points (Average) Training Conducted by September 15, Points (Below Average) Training Conducted by October 15, Point (Poor) Training Conducted by November 15, Curbside Management Program management will provide on-going annual refresher training on communications between Curbside Management Program team members and the management personnel as this communication has great bearing on the well-being of the entire Curbside Management Program team. 5 Points (Excellent) Annual Refresher Training Conducted by July 15, Points (Above Average) Annual Refresher Training Conducted by August 15, Points (Average) Annual Refresher Training Conducted by September 15, Points (Below Average) Annual Refresher Training Conducted by October 15, Point (Poor) Annual Refresher Training Conducted by November 15, Curbside Management Program management shall provide all staff with adequate training so as to prepare and/or review written incident reports that will be turned over and reviewed by Airport staff on a weekly basis. Clear and well-written incident reports submitted in a very timely basis

21 after review by management will allow Airport staff to work expeditiously with operators to operate themselves in a professional manner. 5 Points (Excellent) All Reports Reviewed by Curbside Management Program Management and All Valid Reports Transmitted to Landside Operations within One Week from the Date of the Incident in FY 10/11 4 Points (Above Average) One or Two Valid Reports Missed by Curbside Management Program Management and Not Transmitted to Landside Operations within One Week from the Date of the Incident in FY 10/11 3 Points (Average) Three Reports Missed by Curbside Management Program Management and Not Transmitted to Landside Operations within One Week from the Date of the Incident in FY 10/11 2 Points (Below Average) Four Valid Reports Missed by Curbside Management Program Management and Not Transmitted to Landside Operations within One Week from the Date of the Incident in FY 10/11 1 Point (Poor) Five or More Valid Reports Missed by Curbside Management Program Management and Not Transmitted to Landside Operations within One Week from the Date of the Incident in FY 10/ Curbside Management Program management is expected to be extremely prudent with any and all funds received by the Airport to staff and manage the Program. 5 Points (Excellent) Billed expenditures for the prior six (6) month reporting period are 10.00% or more below the budget agreed upon between Contractor and City as set forth in the Annual Cost Proposal excluding any special budget requests from the Airport 4 Points (Above Average) Billed expenditures for the prior six (6) month reporting period are between 5.00% and 9.99% or more below the budget agreed upon between Contractor and City as set forth in the Annual Cost Proposal excluding any special budget requests from the Airport 3 Points (Average) Billed expenditures for the prior six (6) month reporting period are between 0.00% and 4.99% below the budget agreed upon between Contractor and City as set forth in the Annual Cost Proposal excluding any special budget requests from the Airport 2 Points (Below Average) Billed expenditures for the prior six (6) month reporting period are between 0.99% and 4.99% above the budget agreed upon between Contractor and City as set forth in the Annual Cost Proposal excluding any special budget requests from the Airport 1 Point (Poor) Billed expenditures for the prior six (6) month reporting period are 5.00% or more above the budget agreed upon between Contractor and City as set forth in the Annual Cost Proposal excluding any special budget requests from the Airport DWONG1\2010 CMP RFP Performance Standards.docx Revised: 22-Jan-10

22 Airport Contract #8994 February 1, 2010 Appendix L Current Door-to-Door Van Coordinator Log Forms

23

24

25

26

27

28

29

30

31

32 Airport Contract #8994 February 1, 2010 Appendix M Statement of Business and Financial Qualifications

33 Appendix M Airport Contract #8994 RFP Statement of Business and Financial Qualifications Proposers shall complete the Statement of Business and Financial Qualifications below. Proposers are free to attach additional material, but it is either to be attached to this form or clearly identified as being a part of this form. Note that the information on this form will be a factor in evaluating the proposals. 1. Business Name of Proposer: a. Address: b. Telephone No.: c. Contact Person: 2. Form of Proposer Organization: a. Is Proposer a sole proprietorship? Yes No Name of Owner: b. Is Proposer a partnership, or joint venture? Yes No Name of Partners, or joint venturers: c. Is Proposer a limited partnership? Yes No Name of General Partner: d. Is Proposer a corporation? Yes No State of Incorporation: Name of Officers: Corporation Number: Federal Taxpayer ID Number 3. Business License (documented) Taxpayer ID Number (Federal) 4. How many years has your organization been in business under your present business name? 5. How many years of experience has your organization had? Page 1 of 3

34 6. How many years of experience have your organization had in the type of work similar to the work you are proposing? 7. List similar types of agreements your firm has successfully concluded. Include names of individuals and telephone numbers, the Airport may contact including public bodies for these agreements. Contract Names of Owner Contact Year Price Agreement Description and Address Person 8. Name the key personnel who are to work on the agreement for which you are proposing and next to each person's name the agreement title of similar work to that upon which you are bidding which they have successfully participated. Attach resumes of these key people to this document. Indicate who will be the Agreement Manager and lead contact with the Airport for execution and coordination of the work. 9. How many years have the key people worked in your firm? 10. How many years of experience have the key people had working in areas similar to these agreements? 11. Where is the location of offsite work to be done? Telephone No. 12. Have you or your organization failed to complete a contract? If so, give details: 13. Reference is hereby made to the following bank or banks as to financial responsibility of the Proposer. Name of Bank: Street Address: City and State: Telephone No.: Officer Familiar with Proposer s Account: Name of Bank: Street Address: City and State: Telephone No.: Officer Familiar with Proposer s Account: Page 2 of 3

35 Name of Bank: Street Address: City and State: Telephone No.: Officer Familiar with Proposer s Account: 14. Reference is hereby made to the following surety company or companies as to the financial responsibility and general reliability of Proposer: Name of Surety Company: Name of Local Agent (If Different): Local Address: City and State: Telephone No.: Person Familiar with Proposer s Account: 15. Provide as a part of this form, complete and audited financial statements (including all notes thereto) for your firm for the past three (3) years ending December 31, This should also include specific data that will allow the Airport to evaluate the indirect cost rate provided in the estimated cost for scope of work. 16. Does your firm have a financial interest in other lines of business? 17. Is any litigation pending against your organization? If so, give details. I declare under penalty of perjury that the foregoing is true and correct: Executed on day of, 2010, at State City Name of Proposer: By: Signature of Proposer or Authorized Representative/Print Name and Title of Person Signing DWONG1\2010 CMP RFP Statement of Business-Financial Qualifications.docx Revised: 28-Jan-10 Page 3 of 3

36 Airport Contract #8994 February 1, 2010 Appendix N Airport Commission Resolution No Worker Retention Policy Applicable to Certain Service Providers

37

38

39

40 Airport Contract #8994 February 1, 2010 Appendix O Airport Commission Resolution No Labor Peace/Card Check Rule

41

42

43

44

45

46

47

48

49

50

51

52

53

54

55

56

Addendum No.1 Airport Proposal #OPS PS October 19, 2007 Page 2

Addendum No.1 Airport Proposal #OPS PS October 19, 2007 Page 2 Addendum No.1 Airport Proposal #OPS PS 08-8770 October 19, 2007 Page 2 Management Fee & Other Direct Cost Schedule Summary Total Airport Funded Program (2 Pages) Labor Rate Per Unit Cost Summary Total

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

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT TOWN OF HILLSBOROUGH PUBLIC WORKS DEPARTMENT AGREEMENT FOR PUBLIC IMPROVEMENTS SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT THIS AGREEMENT is made and entered into as of the -----------------, by and between

More information

Contractor Qualification Statement

Contractor Qualification Statement Contractor Qualification Statement PART I OPERATIONAL INFORMATION Date: A. GENERAL Legal Name of Business: Principal Office Street Address: Zip Code: City State: Principal Office Mailing Address: Zip Code:

More information

Part 10: SSAI SCSEP Program Finance Procedures

Part 10: SSAI SCSEP Program Finance Procedures SSAI SCSEP Policy and Procedure Manual Part 10: SSAI SCSEP Program Finance Procedures 1000 Sponsor Agreement, Budget Instructions and Administrative Requirements A. SSAI SCSEP Sponsor Agreement B. SSAI

More information

PERSONAL AND PROFESSIONAL EXCELLENCE. Critical System ITN 50 TH ANNUAL CONFERENCE MAY 24-27, 2017 ORLANDO, FLORIDA

PERSONAL AND PROFESSIONAL EXCELLENCE. Critical System ITN 50 TH ANNUAL CONFERENCE MAY 24-27, 2017 ORLANDO, FLORIDA PERSONAL AND PROFESSIONAL EXCELLENCE 50 TH ANNUAL CONFERENCE MAY 24-27, 2017 ORLANDO, FLORIDA Critical System ITN Presented by: Denise K Schneider, CPPO, C.P.M., CPPB, CM HOW TO GET THE BEST SERVICE PROVIDER

More information

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office For For The Issue Date: June 1, 2018 Due Date: June 25, 2018 by 10:00 a.m. Central Time Submit RFP to: Benton County Commission c/o Michelle McLerran Kreisler P.O. Box 1238 316 Van Buren Warsaw, Missouri

More information

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial

More information

Small Business Tax Organizer

Small Business Tax Organizer EIN Name Date Started Street Address City State Zip Code Please utilize this Tax Organizer to help you gather and organize information relating to preparation of your business income tax returns. Where

More information

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE] Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the

More information

PREQUALIFICATION OF PROSPECTIVE BIDDERS

PREQUALIFICATION OF PROSPECTIVE BIDDERS SUBCONTRACTOR S STATEMENTS OF EXPERIENCE Company Name: Contact Person: Email: Address: City/State/Zip: Website Address: Telephone: Contractor License.: Fax: Type(s): Business Type: Corporation Partnership

More information

CONTRACTOR/SUPPLIER QUALIFICATION STATEMENT

CONTRACTOR/SUPPLIER QUALIFICATION STATEMENT CONTRACTOR/SUPPLIER QUALIFICATION STATEMENT Statement of Qualifications and Financial Conditions Date Form Filled Out: Date Form Received by BOND: I. NAME OF FIRM: Street Address: Mailing Address (if different):

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

SUBCONTRACTOR Pre-Qualification Form

SUBCONTRACTOR Pre-Qualification Form Please complete the form below and email (form and all attachments) to Jodi Huntoon at jhuntoon@stevensconstructioninc.com or fax to 239-936-9010. If all information is not provided and all attachments

More information

Request for Proposal. For: Solid Waste & Recycling Collection Services

Request for Proposal. For: Solid Waste & Recycling Collection Services WEST BOUNTIFUL CITY Request for Proposal For: Solid Waste & Recycling Collection Services Summary West Bountiful City invites proposals from solid waste collection firms to provide residential curbside

More information

RFP No Attachment No. 1 Company Overview

RFP No Attachment No. 1 Company Overview 00 01 21-1 REQUEST FOR COMPETITIVE SEALED PROPOSALS The University of Texas Medical Branch at Galveston Project Name: Alumni Field House Roof Coating RFP No.: 19-002 1a. CONTRACTOR LEGAL NAME/BUSINESS

More information

Request for Proposal ACTUARIAL CONSULTING SERVICES

Request for Proposal ACTUARIAL CONSULTING SERVICES Request for Proposal for ACTUARIAL CONSULTING SERVICES October 12, 2005 1. Introduction The Board of Trustees of State Institutions of Higher Learning (IHL), through the Office of Insurance & Risk Management

More information

WHEREAS, the District desires to adopt the Prequalification Process, including the Questionnaire, Rating System, and Appeal Process.

WHEREAS, the District desires to adopt the Prequalification Process, including the Questionnaire, Rating System, and Appeal Process. RESOLUTION NO. 18-009 OF THE BERKELEY UNIFIED SCHOOL DISTRICT ADOPTING PREQUALIFICATION PROCESS FOR PRIME CONTRACTORS PURSUANT TO PUBLIC CONTRACT CODE SECTION 20111.6 WHEREAS, the Berkeley Unified School

More information

RFP No Attachment No. 1 Company Overview

RFP No Attachment No. 1 Company Overview 00 01 21-1 REQUEST FOR COMPETITIVE SEALED PROPOSALS The University of Texas Medical Branch at Galveston Project Name: Jennie Sealy Hospital and Clinical Service Wing Insulation Repair RFP No.: 19-015 1a.

More information

SUBCONTRACTOR PREQUALIFICATION APPLICATION GENERAL INFORMATION

SUBCONTRACTOR PREQUALIFICATION APPLICATION GENERAL INFORMATION Date of Response: Company name: SUBCONTRACTOR PREQUALIFICATION APPLICATION GENERAL INFORMATION DBA: Phone: E-mail: Main Office Address: State: ZIP Code: Website: Sole Proprietorship: Partnership: Corporation:

More information

REQUEST FOR QUALIFICATION/REQUEST FOR PROPOSAL (RFQ/RFP) # Request for Proposal must be received no later than December 5, 2014 at 2:00 PM

REQUEST FOR QUALIFICATION/REQUEST FOR PROPOSAL (RFQ/RFP) # Request for Proposal must be received no later than December 5, 2014 at 2:00 PM REQUEST FOR QUALIFICATION/REQUEST FOR PROPOSAL (RFQ/RFP) #1415-80 LEGAL CONSULTING SERVICES FOR VARIOUS LEGAL ISSUES REGARDING FACILITIES PLANNING AND CONSTRUCTION PROJECTS Request for Proposal must be

More information

1 Exam Prep Florida Contractor s Reference Manual Practice Test 3

1 Exam Prep Florida Contractor s Reference Manual Practice Test 3 1 Exam Prep Florida Contractor s Reference Manual Practice Test 3 1. Before improving any real property, the owner should file a with the county clerk's office. A. Notice of commencement. B. Waiver of

More information

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3 CITY & COUNTY OF SAN FRANCISCO Requirements for Contracts For Contracts $300,000 & over that are Advertised on or after August 1, 2016 PART I. GENERAL 1.01 SAN FRANCISCO ADMINISTRATIVE CODE CHAPTERS 12B

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES CITY OF STILLWATER, OK. March 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES CITY OF STILLWATER, OK. March 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES CITY OF STILLWATER, OK March 2018 CITY OF STILLWATER, OKLAHOMA REQUEST FOR PROPOSAL FOR AUDIT SERVICES I. Introduction The City of Stillwater (the "City") operates

More information

Subcontractor Prequalification Checklist

Subcontractor Prequalification Checklist Subcontractor Prequalification Checklist The following information is required by Gilmore Construction in order to qualify your bid and / or enter into a Contract Agreement: Completed Subcontractor s Pre-qualification

More information

FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES ADDENDUM 4

FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES ADDENDUM 4 SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: April 28, 2016 BID NO.: 16-8067 FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES

More information

San Francisco Paratransit

San Francisco Paratransit San Francisco Paratransit Addendum #1 SF Paratransit Van Services: SFMTA/DAAS Group Van, & DAAS Shopping Shuttle No. 16-493-001 October 28, 2016 Proposal Submission Deadline: Wednesday, November 9, 2016

More information

Corporate & Protective Services

Corporate & Protective Services 214 FINANCIAL PLAN CORPORATE & PROTECTIVE SERVICES Corporate & Protective Services Rob Mayne - Divisional Director Percent of General Fund Operating Division Summary Corporate & Protective Services = $35.

More information

PART 1: COMPANY DETAILS

PART 1: COMPANY DETAILS PART 1: COMPANY DETAILS Legal Name of Company (per your W-9): Legal Parent Company: Federal Employee Identification Number: Website: Year Company Started *: Date of Incorporation: State of Incorporation:

More information

Self Employment Income & Single Member LLC Organizer This Organizer belongs to:

Self Employment Income & Single Member LLC Organizer This Organizer belongs to: This self-employment organizer will assist you with organization of your business information and records. The IRS imposes reporting and record-keeping rules, some of which are described in this Organizer.

More information

Self Employment Income & Single Member LLC Organizer This Organizer belongs to:

Self Employment Income & Single Member LLC Organizer This Organizer belongs to: Self Employment Income & Single Member LLC Organizer This Organizer belongs to: This self-employment organizer will assist you with organization of your business information and records. The IRS imposes

More information

Application for Florida Enterprise Zone Jobs Credit for Sales Tax Effective January 1, 2003

Application for Florida Enterprise Zone Jobs Credit for Sales Tax Effective January 1, 2003 Application for Florida Enterprise Zone Jobs Credit for Sales Tax Effective January 1, 2003 1. Business Name 2. Owner Name 3. Mailing Address City State ZIP 4. Business Location City State ZIP 5. Business

More information

February 25, Oakland International Airport 2019 Ground Transportation General Application Package for All Operators. To Whom It May Concern:

February 25, Oakland International Airport 2019 Ground Transportation General Application Package for All Operators. To Whom It May Concern: February 25, 2019 RE: Oakland International Airport 2019 Ground Transportation General Application Package for All Operators To Whom It May Concern: Thank you for your interest in providing ground transportation

More information

2008 Tax Rates and Information Bulletin

2008 Tax Rates and Information Bulletin Albin, Randall & Bennett, CPAs 2008 Tax Rates and Information Bulletin 06/08 2008 TAX UPDATE BULLETIN TABLE OF CONTENTS Topic Page Number Payroll Withholding Rates and Limits...1 Backup Withholding...2

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

ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop.

ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop. ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears on license) Partnership Sole Prop. Contact Person: Address: Phone: Fax: If Firm is a sole

More information

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District ADDENDUM NO. 1 Date: March 7, 2018 Accessible Ramp at Saddleback College Bid. 2071 South Orange County Community College District General-All project documents including contract documents, drawings, and

More information

Office of the City Manager CONSENT CALENDAR May 19, 2009

Office of the City Manager CONSENT CALENDAR May 19, 2009 Office of the City Manager CONSENT CALENDAR May 19, 2009 To: From: Honorable Mayor and Members of the City Council Phil Kamlarz, City Manager Submitted by: Jane Micallef, Acting Housing Director Subject:

More information

S&G LIMOUSINE OF NEW YORK

S&G LIMOUSINE OF NEW YORK AFFILIATE APPLICATION OF NEW YORK S OF NEW YORK OFFICE (516) 223-5555 FAX (516) 688-3914 WEBSITE www.sandglimo.com New York YOUR CAR IS WAITING AFFILIATE APPLICATION COMPANY INFORMATION Name of Company:

More information

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT NORTH ORANGE COUNTY COMMUNICTION COLLEGE DISTRICT PURCHASING DEPARTMENT 1830 WEST ROMNEYA DR.

More information

Bradley Lake Hydropower Project Operator

Bradley Lake Hydropower Project Operator ADDENDUM ONE Request for Proposal 18043 Bradley Lake Hydropower Project Operator March 27, 2018 EMAIL TO: All RFP recipients on record. The Request for Proposal (RFP) is hereby clarified or changed as

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Issued: December 2, 2016 City Auditorium Bathroom Remodel Project Design-Build Project STATEMENTS OF QUALIFICATIONS ARE DUE BY 3:00 P.M. TUESDAY, JANUARY 10, 2017 1.0 REQUEST

More information

Impact of the Living Wage on Paratransit Services

Impact of the Living Wage on Paratransit Services Impact of the Living Wage on Paratransit Services January 25, 2008 Report No. 08-06 Office of the County Auditor Evan A. Lukic, CPA County Auditor Table of Contents Topic Page Executive Summary... 3 Purpose

More information

INVITATION TO BID RFP #

INVITATION TO BID RFP # Grain Valley City Hall 711 Main Street Grain Valley, MO 64029 816-847-6284 Fax: 816-847-6209 www.cityofgrainvalley.org INVITATION TO BID RFP # 2017-04 The City of Grain Valley will accept separate sealed

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 Proposal. For Financial and Accounting Services

Request for Proposal. For Financial and Accounting Services Request for Proposal For Financial and Accounting Services Issued: Tuesday, February 20, 2018 Submission Deadline: Wednesday, March 21, 2018, 4:00 PM South Bayside Waste Management Authority (SBWMA) Attention:

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR THE OREM CITY PARKING STUDY Issued February 26 th, 2018 City of Orem 56 North State Street Orem Utah 84057 TABLE OF CONTENTS 1.0 Introduction... 2 1.1 The Successful Applicant...

More information

Qualifications Statement Prime Contractor Subcontractor. Cover Sheet DGS Project Name DGS Project Number

Qualifications Statement Prime Contractor Subcontractor. Cover Sheet DGS Project Name DGS Project Number Cover Sheet DGS Project Name DGS Project Number Check One: Corporation, Partnership*, Individual, Joint Venture*, Other* * If more than one entity, file a separate Qualifications Statement for each entity.

More information

Self Employment Income & Single Member LLC Organizer This Organizer belongs to:

Self Employment Income & Single Member LLC Organizer This Organizer belongs to: Self Employment Income & Single Member LLC Organizer This Organizer belongs to: This self-employment organizer will assist you with organization of your business information and records. The IRS imposes

More information

REQUEST FOR BID PROPOSALS

REQUEST FOR BID PROPOSALS REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE

More information

CITY OF BARTLESVILLE. Notice to Bidders. AUDIT SERVICE CONTRACT Request for Proposal (RFP)

CITY OF BARTLESVILLE. Notice to Bidders. AUDIT SERVICE CONTRACT Request for Proposal (RFP) CITY OF BARTLESVILLE Notice to Bidders AUDIT SERVICE CONTRACT Request for Proposal (RFP) The City of Bartlesville will be accepting sealed Proposals for the purpose of obtaining a qualified Certified Public

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

More information

Kallenz. S Corporation Tax Organizer

Kallenz. S Corporation Tax Organizer Kallenz S Corporation Tax Organizer The S Corporation Tax Organizer has been designed to help collect and organize the information that we will need to prepare your business income tax returns in the most

More information

Self Employment Income & Single Member LLC Organizer This Organizer belongs to:

Self Employment Income & Single Member LLC Organizer This Organizer belongs to: Self Employment Income & Single Member LLC Organizer This Organizer belongs to: This self-employment organizer will assist you with organization of your business information and records. The IRS imposes

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

Bulletin on Payment of Consultant Fees

Bulletin on Payment of Consultant Fees Bulletin on Payment of Consultant Fees January 22, 2018 Contents Page I. General Information... 3 II. Payment of Services... 5 III. Reimbursable Expenses... 7 IV. Subconsultant Payment Reporting... 13

More information

APPENDIX - A TECHNICAL SPECIFICATIONS. JEA Fleet Services Heavy Duty Maintenance and Repair

APPENDIX - A TECHNICAL SPECIFICATIONS. JEA Fleet Services Heavy Duty Maintenance and Repair APPENDIX - A TECHNICAL SPECIFICATIONS JEA Fleet Services Heavy Duty Maintenance and Repair 1. GENERAL SCOPE OF WORK The purpose of this Invitation to Negotiate (the "ITN") is to evaluate and select a Respondent

More information

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals ( RFP) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a

More information

PRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria

PRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria PRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria Contractors desiring to bid are required to complete the attached BIDDER QUALIFICATION QUESTIONNAIRE. These forms will be used to determine

More information

If the vehicle listing needs to be updated or changed, please a list of the changes to

If the vehicle listing needs to be updated or changed, please  a list of the changes to Statewide Office of Human Resources 907-450-8200 (telephone) 907-450-8201 (fax) March 20, 2018 TO: FROM: SUBJECT: Department Heads Laycie Schnekenburger Senior Tax Accountant, SWOHR Personal Use of University

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

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

More information

CONTRACTOR SAFETY QUALIFICATION PACKET

CONTRACTOR SAFETY QUALIFICATION PACKET Page 1 of 8. COMPANY DATA 1. Company Name: Subsidiary/Division of: Local Address: Headquarters Address: (If different from local). Contact Name/Title: Telephone No.: Email Address: FAX No.: Local Address:

More information

Professional Auditing Services

Professional Auditing Services Professional Auditing Services Request for Proposal Proposals will be received until the hour of 5:00 o'clock PM, March 14, 2018 City of Manteca Finance Department 1001 W Center St. Manteca, CA 95337 CITY

More information

Plumbers & Steamfitters Local Union 342

Plumbers & Steamfitters Local Union 342 Plumbers & Steamfitters Local Union 342 935 Detroit Avenue, Concord, CA 94518-2501 Phone (925) 686-5880 Fax (925) 685-3710 JOURNEYMAN FOREMAN HELPER TAXABLE RATE $48.25 $52.60 $30.50 (Dues Check Off -

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

1-10-C126 Questions and Answers Unarmed Guard Services at Washington Dulles International Airport and the Dulles Toll Road August 9, 2010

1-10-C126 Questions and Answers Unarmed Guard Services at Washington Dulles International Airport and the Dulles Toll Road August 9, 2010 1. Does the contractor or subcontractor need to be a state licensed private security company? 2. If not, do you require the employees providing security services to have completed the Commonwealth Of VA.?

More information

CITY AND COUNTY OF SAN FRANCISCO AIRPORT COMMISSION

CITY AND COUNTY OF SAN FRANCISCO AIRPORT COMMISSION CITY AND COUNTY OF SAN FRANCISCO AIRPORT COMMISSION REQUEST FOR PROPOSALS FOR CONTRACT #50093 NON-EXCLUSIVE CONCESSION AGREEMENT FOR ON-DEMAND SHARED-RIDE VAN SERVICE BETWEEN SAN FRANCISCO INTERNATIONAL

More information

1. In order to receive consideration, Bidder must have technical knowledge and experience as stated below.

1. In order to receive consideration, Bidder must have technical knowledge and experience as stated below. I. General Requirements A. This bid is for removing and reinstalling six (6) Flexi-Liner Tl liners (no substitution) in six (6) chemical tanks at the SFPUC Sunol Valley Chlorination Facility (SVCF) as

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

named 2018 Year End Packet Action Items that summarizes the required steps to be taken for each item.

named 2018 Year End Packet Action Items that summarizes the required steps to be taken for each item. HUTS N G BBLE LLC Important - Time Sensitive Dear Clients, As the end of the year approaches, there are several important items that are required to be reported on employee and employee-owner W-2 s. These

More information

The Little Rock Municipal Airport Commission. Request for Proposal. ERP Maintenance Services. May 11, 2017

The Little Rock Municipal Airport Commission. Request for Proposal. ERP Maintenance Services. May 11, 2017 The Little Rock Municipal Airport Commission Request for Proposal ERP Maintenance Services May 11, 2017 Due Date: Wednesday, May 31, 2017 Time: 2:00 P.M. Location: Clinton National Airport Commission Office

More information

Bid No /4 Release Date: August 16, Houston County School District Wicksburg High School Lunch Room A/C Request for Proposal (RFP)

Bid No /4 Release Date: August 16, Houston County School District Wicksburg High School Lunch Room A/C Request for Proposal (RFP) Houston County School District Wicksburg High School Lunch Room A/C Request for Proposal (RFP) Bid Opening Date & Time: Thursday August 24, 2017 9:30am (Central Time) I. MISCELLANEOUS A. The Houston County

More information

REQUEST FOR PROPOSALS FOR PROFESSIONAL EXTERNAL AUDITING SERVICES RFP No

REQUEST FOR PROPOSALS FOR PROFESSIONAL EXTERNAL AUDITING SERVICES RFP No Putnam Valley Central School District 146 Peekskill Hollow Road Putnam Valley, New York 10579 REQUEST FOR PROPOSALS FOR PROFESSIONAL EXTERNAL AUDITING SERVICES RFP No. 2017-18-01 Jill Figarella, District

More information

PREQUALIFICATION FOR GENERAL CONTRACTORS

PREQUALIFICATION FOR GENERAL CONTRACTORS PREQUALIFICATION FOR GENERAL CONTRACTORS Central Union School District Admiral Akers Elementary School Page 0 of 17 CONTACT INFORMATION Firm Name: Check One: Corporation (As it appears on license) Partnership

More information

SUBCONTRACTOR PRE-QUALIFICATION APPLICATION Please submit by to:

SUBCONTRACTOR PRE-QUALIFICATION APPLICATION Please submit by  to: I. General Information SUBCONTRACTOR PRE-QUALIFICATION APPLICATION Please submit by email to: ChristinaL@Citnalta.com A. Name and address of your business: This Company and address is the: Main Office

More information

GUIDELINES FOR BUDGET PREPARATION

GUIDELINES FOR BUDGET PREPARATION CENTERS FOR DISEASE CONTROL AND PREVENTION (CDC) INTRODUCTION Guidance is offered for the preparation of a budget request. Following this guidance will facilitate the review and approval of a requested

More information

ADDENDUM No. 1. RFP No /03 Airport Shuttle Bus, Ground Transportation & Curbside Management Services

ADDENDUM No. 1. RFP No /03 Airport Shuttle Bus, Ground Transportation & Curbside Management Services Purchasing Department 530 Water Street Oakland, CA 94607 August 30, 2017 ADDENDUM No. 1 RFP No. 17-18/03 Airport Shuttle Bus, Ground Transportation & Curbside Management Services This Addendum modifies

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES

REQUEST FOR PROPOSAL FOR AUDIT SERVICES REQUEST FOR PROPOSAL FOR AUDIT SERVICES 11/29/2017 City of Roy, Utah The City of Roy, acting through its Management Services Department, invites the submission of Proposals from qualified firms of certified

More information

Madera Unified School District

Madera Unified School District Madera Unified School District Contractor Prequalification Procedures Prequalification Application PREQUALIFICATION PROCEDURES tice is hereby given by Madera Unified School District ( District ) that general

More information

PREQUALIFICATION PACKAGE FOR

PREQUALIFICATION PACKAGE FOR PREQUALIFICATION PACKAGE FOR THERMAL ENERGY STORAGE TANK REHABILITATION (REVISED) PROJECT 17-59 Due Date and Location for Submittal: 2:00 pm on Monday, December 18, 2017 City Clerk City of Beverly Hills

More information

Print Name of Owner: Residential Address: City/St/ZIP: Tel. No.: ( ) - Social Security #: - -

Print Name of Owner: Residential Address: City/St/ZIP: Tel. No.: ( ) - Social Security #: - - APPLICATION FOR CERTIFICATE OF AUTHORITY TO COLLECT TAXES FOR 2015 City and County of San Francisco Office of the Treasurer & Tax Collector, Business Tax Section P.O. Box 7425, San Francisco, CA 94120-7425

More information

Job No.: Project Title: Lift Stations Rehabilitation Design Phase 3 Solicitation # B MF

Job No.: Project Title: Lift Stations Rehabilitation Design Phase 3 Solicitation # B MF PROPOSAL OF a partnership consisting of BID PROPOSAL, a corporation an individual doing business as. THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned proposes

More information

REQUEST FOR QUALIFICATIONS. Independent Adjusting Services for the Washington State Transit Insurance Pool

REQUEST FOR QUALIFICATIONS. Independent Adjusting Services for the Washington State Transit Insurance Pool REQUEST FOR QUALIFICATIONS Independent Adjusting Services for the Washington State Transit Insurance Pool Submissions due by: 5:00 p.m. July 01, 2018. Please send submissions as they are completed, as

More information

Frequently Requested Information

Frequently Requested Information SBS Grants and Contracts Frequently Requested Information Resource information from the gathered sources of NAU OGCS and College of SBS Grants and Contracts Office Stacy Wyman, Grants and Contract Administrator,

More information

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION. CMD ATTACHMENT 1 Requirements for Construction Contracts

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION. CMD ATTACHMENT 1 Requirements for Construction Contracts CITY & COUNTY OF SAN FRANCISCO Requirements for For Contracts $300,000 & over that are Advertised on or after August 1, 2016 PART I. GENERAL 1.01 SAN FRANCISCO ADMINISTRATIVE CODE CHAPTERS 12B AND 14B

More information

STATEMENT OF BIDDER S QUALIFICATIONS (GENERAL CONTRACTOR)

STATEMENT OF BIDDER S QUALIFICATIONS (GENERAL CONTRACTOR) HOUSING AUTHORITY OF THE COUNTY OF SAN BERNARDINO CAPITAL FUND PROGRAM 715 E. BRIER DRIVE SAN BERNARDINO, CA 92408-2841 (909) 890-0644 FAX (909) 915-1831 STATEMENT OF BIDDER S QUALIFICATIONS (GENERAL CONTRACTOR)

More information

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 8A

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 8A CITY & COUNTY OF SAN FRANCISCO Requirements for SFPUC Regional Architecture, Engineering, & Contracts For Contracts covered under SEC.14B.21 that are advertised on or after February 1, 2018 PART I. GENERAL

More information

Gang Reduction & Youth Development (GRYD) FISCAL POLICY MANUAL

Gang Reduction & Youth Development (GRYD) FISCAL POLICY MANUAL City of Los Angeles Office of Mayor Eric Garcetti Gang Reduction & Youth Development (GRYD) FISCAL POLICY MANUAL Effective July 1, 2014 200 N. Spring Street, Room 303 Los Angeles, CA 90012 Table of Contents

More information

Professional Information and Qualifications

Professional Information and Qualifications City of Union City Request for Qualifications from Individuals of Firms Interested in Serving as Health Insurance Consultant & Broker to the City of Union City for the Period of August 1, 2018 through

More information

Denver Public Schools Facility Management / Purchasing S. Acoma St. Denver, Colorado S. Acoma St. Denver, Colorado 80223

Denver Public Schools Facility Management / Purchasing S. Acoma St. Denver, Colorado S. Acoma St. Denver, Colorado 80223 Denver Public Schools Facility Management / Purchasing 1617 S. Acoma St. Denver, Colorado 80223 Date: March 4, 2014 RFQ Number: RFQ Title: RFQ will be received: 2014 DPS Contractor RFQ RFQ Construction

More information

San Francisco Community College District

San Francisco Community College District San Francisco Community College District SMALL LOCAL BUSINESS ENTERPRISE (SLBE) PROGRAM FOR CONSTRUCTION-RELATED PROFESSIONAL SERVICES CONTRACTING RULES, REGULATIONS, REQUIREMENTS, AND FORMS 1.01 GENERAL

More information

REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES

REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES You are hereby invited to submit proposals for Insurance Consultant Services, as specified in the attachments of this Request for

More information

Attachment C. 3. The Budget Narrative must accurately support the Budget Overview detail. Costs not properly supported in the narrative may be denied.

Attachment C. 3. The Budget Narrative must accurately support the Budget Overview detail. Costs not properly supported in the narrative may be denied. Council on Domestic Violence and Sexual Assault Department of Public Safety BUDGET OVERVIEW/NARRATIVE GUIDELINES Community-based Victim Services Grant Program FY19 FY21 I. OVERVIEW 1. Review these Budget

More information

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM PUBLIC WORKS DEPARTMENT BID FORMS FOR POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM-19-019 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID

More information

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL FOR Energy Services Design-Build Contractor For Proposition 39 Funded Energy Efficiency & Conservation

More information

Prequalification Questionnaire

Prequalification Questionnaire Prequalification Questionnaire MODESTO CITY SCHOOLS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE MEP SUBCONTRACTORS (Date) Pursuant to Public Contract Code section 20111.6, each prospective contractor

More information

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017 LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017 The Town of Madison, Connecticut is requesting proposals from qualified firms of certified public

More information

SUBCONTRACTOR QUALIFICATION STATEMENT

SUBCONTRACTOR QUALIFICATION STATEMENT SUBCONTRACTOR QUALIFICATION STATEMENT The information included herein shall not be disclosed outside SEDALCO and will not be duplicated, used or disclosed - in whole or in part for any purpose other than

More information

City And County Of San Francisco Office Of Contract Administration LED LUMINAIRE WITH WIRELESS MONITORING AND CONTROL SYSTEM

City And County Of San Francisco Office Of Contract Administration LED LUMINAIRE WITH WIRELESS MONITORING AND CONTROL SYSTEM City And County Of San Francisco 79000 Office Of Contract Administration APPENDIX I LED LUMINAIRE WITH WIRELESS MONITORING AND CONTROL SYSTEM APPENDIX I HRC FORMS HRC Attachment 3 Requirements for Contracts

More information

Housing Authority of the County of San Joaquin

Housing Authority of the County of San Joaquin Housing Authority of the County of San Joaquin Scope of Work For Invitation for Bid No.1011-027: Water System Rehabilitation Project, Harney Lane Migrant Center Introduction: The Housing Authority of the

More information