Prepared By: Lee County Metropolitan Planning Organization

Size: px
Start display at page:

Download "Prepared By: Lee County Metropolitan Planning Organization"

Transcription

1 Lee County Metropolitan Planning Organization (MPO) REQUEST FOR LETTERS OF INTEREST Professional Services Related To General Public Information/Involvement Services Annual contract LOI: M Prepared By: Lee County Metropolitan Planning Organization Available date: June 22, 2015 Responses Due: August 7, 2015

2 TABLE OF CONTENTS Page Number LEGAL NOTICE 3 HOW TO SUBMIT YOUR PROPOSAL 4 SCOPE OF SERVICES 10 GENERAL CONDITIONS AND INSTRUCTIONS 12 FEDERAL PROVISIONS 17 INSURANCE COVERAGE REQUIREMENTS 23 APPENDIX FTA PROCUREMENT REQUIREMENTS AND CERTIFICATIONS 30 REQUIRED FORMS, STATEMENTS, DOCUMENTATION

3 Lee County Metropolitan Planning Organization (MPO) REQUEST FOR LETTERS OF INTEREST Professional Services Related To General Public Involvement/Information Services Annual contract LOI: M The Lee County Metropolitan Planning Organization (MPO), request Letters of Interest from professional firms to provide public involvement/information services for an Annual Services Contract. Work associated with this contract requires the services of one or more Consultants to provide public information support to the MPO transportation planning activities set forth in the Unified Planning Work Program (UPWP). The MPO receives grant funding from the Federal Highway Administration, the Federal Transit Administration, the Florida Department of Transportation and the Florida Commission for the Transportation Disadvantaged. The length of contract is Two (2) years with one (1) additional year renewal option for a maximum of 3 years. The work involves providing assistance to the MPO staff on a work assignment basis in a variety of public involvement, graphical, and product review activities. The Consultant(s) shall assist the MPO staff by providing additional resources to accomplish assignments authorized by the MPO. The Scope of Services outlines tasks that may be assigned to Consultant(s) under one or more public involvement/information services consultant contracts. The Work performed under this contract will be subject to the most current adopted FDOT, FHWA and FTA requirements. Vendors are encouraged to further investigate requirements for federally funded projects. Work may include organizing and facilitating public workshops and meetings, identifying potential stakeholders, production of professional quality graphics, displays, publications and PowerPoint presentations and implementation of surveys and analysis of results. Consultants will assist MPO staff in complying with state and federal requirements by incorporating visualization techniques into their work products. Consultant tasks may also include planning and implementation of education, safety and awareness strategies for bicyclist, pedestrians and motorists. Guidelines detailing form and content requirements for the Letter of Interest are available by contacting Donald Scott, Executive Director, P.O Box , Cape Coral, FL , (239) , or they may be downloaded from our website at It is a basic tenet of the MPO s contracting program that contracts are procured in a fair, open, and competitive manner. By submitting a Letter of Interest, the Consultant certifies that they are in compliance with FDOT Procedure No , Restriction on Consultant s Eligibility to Compete for Department Contracts. This directive is available on FDOT s Web Site. This project is federally funded with assistance from the Florida Department of Transportation and the Federal Highway Administration. By submitting a Letter of Interest, the Consultant certifies that no principal (which includes officers, directors, or executives) is presently suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation on this contract by any federal department or agency. Letters of interest must be submitted electronically to the Lee MPO at no later than 11:59 p.m. EST, Friday August 7, 2015, in order to be considered. The Lee MPO has implemented a new Electronic Submittal Process, which requires the use of GovernmentForms.software. This software, which generates and posts a customized version the Standard Form (SF) 330 along with the capability to upload other required items, can be downloaded at the following address: This public notice was posted on the bulletin board outside the offices of the Lee County MPO at 815 Nicholas Parkway East, Cape Coral, FL 33990, on June 22, The Lee County MPO does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. Qualified minority-owned, women-owned or disadvantaged business enterprises are encouraged to apply.

4 Lee County Metropolitan Planning Organization (MPO) REQUEST FOR LETTERS OF INTEREST Professional Services Related To General Public Involvement/Information Services Annual contract LOI: M How to Submit Your Proposal The Lee County Metropolitan Planning Organization (MPO), request Letters of Interest from professional firms to provide public involvement/information services for an Annual Planning Services Contract. Work associated with this contract requires the services of one or more Consultants to provide production support to the MPO transportation planning activities set forth in the Unified Planning Work Program (UPWP). The MPO receives grant funding from the Federal Highway Administration, the Federal Transit Administration, the Florida Department of Transportation and the Florida Commission for the Transportation Disadvantaged. The length of contract is Two (2) years with one (1) additional year renewal option for a maximum of 3 years. The work involves providing assistance to the MPO staff on a work assignment basis in a variety of public involvement, graphical, and product review activities. The Consultant(s) shall assist the MPO staff by providing additional resources to accomplish assignments authorized by the MPO. The Scope of Services outlines tasks that may be assigned to Consultant(s) under one or more public involvement/information services consultant contracts. The Work performed under this contract will be subject to the most current adopted FDOT, FHWA and FTA requirements. Vendors are encouraged to further investigate requirements for federally funded projects. Please Review This Document Carefully. Offers That Are Accepted By The MPO Are Binding Contracts. Incomplete Proposals Are Not Acceptable. Submittals must be submitted electronically to the Lee MPO at no later than 11:59 p.m. EST, Friday August 7, 2015, in order to be considered. The Lee MPO has implemented a new Electronic Submittal Process, which requires the use of GovernmentForms.software. This software, which generates and posts a customized version the Standard Form (SF) 330 along with the capability to upload other required items, can be downloaded at the following address: GSA Standard Form 330 (the following forms must be submitted in the order listed below) o Part II (update if already submitted) o Part I Letter of Interest Certificate of Insurance Proof of Licenses/Certifications Drug-Free Workplace Form E-Verify Compliance Certification Public Entity Crimes Form

5 Conflict of Interest Form DBE Bid Opportunity form DBE Participation statement Disclosure of Lobbying Activities Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Truth in Negotiation Certification Certificate of Authority to do Business from the State Of Florida (Information Can Be Obtained at Note: While the above forms are attached to this solicitation. They are provided as an example only. Use the forms listed on Information/Sample Forms/Required Items, they are PDF Forms. These forms are available as editable PDF documents from the website (links to these and other forms can be found at the end of this document). I. INFORMATION PACKAGE Request for Letters of Interest for Professional Services The content of the Letter of Interest of the successful firm(s) will become a basis for contractual negotiations. The selected firm shall be required to assume responsibility for all services offered in their submittal. The selected firm will be the sole point of contact concerning contractual matters including payments of any charges resulting from the contract. Payment schedule and basis for payment will be negotiated, but will be based upon documented work completed and project deliverables. Description of Work Work associated with this contract requires the services of one or more Consultants to provide public involvement/information support for the MPO transportation planning activities set forth in the Unified Planning Work Program (UPWP). The work involves providing guidance and assistance to the MPO staff on a work assignment basis in a variety of public involvement/information and product review activities. Specific tasks will be assigned to the consultant(s) selected by the Lee County MPO on an as-needed basis. Work may include organizing and facilitating public workshops and meetings, identifying potential stakeholders, production of professional quality graphics, displays, publications and PowerPoint presentations and implementation of surveys and analysis of results. Consultants will assist MPO staff in complying with state and federal requirements by incorporating visualization techniques into their work products. Consultant tasks may also include planning and implementation of education, safety and awareness strategies for bicyclist, pedestrians and motorists. The Scope of Services outlines tasks that may be assigned to Consultant(s) under one or more general public involvement/information support contracts. The Work performed under this contract will be subject to the most current adopted FDOT, FHWA and FTA requirements. Vendors are encouraged to further investigate requirements for federally funded projects.

6 All work to be performed shall be in accordance with the federally funded JPA between the Florida Department of Transportation and Lee County MPO. Tasks performed under this contract could be funded with Federal, State, Local or Private funds. II. INSTRUCTIONS TO SUBMITTERS Letters shall be signed by an authorized representative of the firm. All information requested must be submitted. Failure to submit all information may result in a lower evaluation of the proposal. Letters which are substantially incomplete or lack key information may be rejected by the MPO at its discretion. The selection of the short listed firms will be based on the information provided in the submittal. Information submitted within your letter of interest should include documentation to demonstrate your firm s qualifications and abilities to provide the scope of services. The submittal should include sufficient information to present a clear understanding of this project and of similar past projects, especially in Florida, staff experience and abilities, and any other additional, pertinent details to describe the team s capabilities. The MPO will select multiple firms under this Continuing Contract. Tasks may be issued at the sole discretion of the MPO as workload or projects require. Work may on occasion be sufficient enough to warrant the use of specific firms. All Letters received by the submission deadline will be reviewed by the designated MPO staff for responsiveness. Letters will be distributed to the Evaluation Committee members for review. The committee members will independently score and rank each responsive letter received in accordance with the evaluation criteria listed in Section III below. The committee members will submit their individual scores and rankings of all letters to the Purchasing Agent for compilation of the overall ranking of the letters to determine a Longlist. At the Evaluation Meeting, the panel, will discuss the longlisted letters and any differences they may have. A final consensus ranking will be made during this meeting based upon the Evaluation criteria listed in Section III. The panel will select the final list of firms to be submitted to the MPO for approval to schedule negotiations of fair and reasonable prices. The MPO reserves the right to invite the firms in for oral presentations. Prior to the presentations, the MPO may provide each firm with a standard set of questions to be addressed in their oral presentation. Only key people who will administer and be assigned to work on the contract may make the oral presentations. Public Selection Committee meeting to Short list firms will be held on: Friday Aug 28, 2015 at 1:30 pm (subject to change) at Lee County Metropolitan Planning Organization 815 Nicholas Parkway E. Cape Coral, FL 33990

7 All prospective submitters are hereby cautioned not to contact any MPO Board member or any member of the Selection Committee after submittals are opened nor attempt to persuade or promote through other channels until notification that the Selection Committee has arrived at a recommendation of the most qualified firms. Until notification is received, all contacts shall be channeled through Don Scott, Executive Director. Failure to comply with these procedures will be cause for disqualification of the firm s Letter of Interest. III. FIRM EVALUATIONS AND SELECTION The MPO shall follow the procedures of the Consultants Competitive Negotiation Act, Title XIX, Chapter 287, Section 055 of the Florida Statutes. The selection committee shall consider such factors as: Experience of the firm (as it relates to the advertised task) - 20 Points Resources (firm organization, staffing plan, resource location) - 30 Points Project approach and understanding (outline plan for completing work, coordination plan, familiarity with the MPO planning process) - 25 Points Other content (references, identification of critical issues) - 15 Points Response to Mandatory Question (see below) - 10 Points IV. SUBMITTAL REQUIREMENTS 1. Letter of Interest (7 page max.) (PDF) Firms interested in being considered for the project should submit one (1) electronic copy in.pdf format (GovernmentForms.software ) of a letter of interest, not to exceed Seven (7) pages in length, including the following information: (1) Project Name/Financial Project Numbers and Firm s name, address, phone number, and contact person. Names of companies proposed as team members and key personnel with titles and/or classifications (Do NOT Include resumes) (2) Outline for completing the project. (3) Other information relative to the team s experience/qualification for this project. (4) Contact information for at least three (3) current references. Mandatory Question ALL Letters of Interest should address this question: What do you see as the main issues/challenges to increasing public participation in the Lee MPO process? And what added value does your team bring to assist the MPO in addressing these challenges?

8 Letter of Interest prepared by a corporate officer or principal of the firm authorized to obligate the firm contractually. The proposal format shall be 7 single sided, letter-sized pages, staffing charts and required forms. Font size will be restricted to Ariel, 10 pitch or larger. 2. Other Statements, Forms and Documentation a) Certificate of Insurance Self-explanatory, ACORD form b) Proof of Licenses/Certifications Provide proof of proper State of Florida business licensure and professional certifications/registration(s) in the State of Florida. Provide proof of corporate registration to operate in the State of Florida by the Department of State, Division of Corporations. Information concerning certification with the Secretary of State can be obtained at: c) Drug-Free Workplace Form Self-explanatory NOTE: For the firm s convenience, this certification form is enclosed and made a part of this package. d) Federal E-Verify Compliance - CONSULTANT shall certify to comply with the requirements of the Federal E-Verify System. NOTE: For the firm s convenience, this certification form is enclosed and made a part of this package. e) Sworn Statement under Section (3)(a) on Public Entity Crimes - Florida Statute requires the following statement, duly signed and notarized, be included in each submittal: NOTE: For the firm s convenience, this certification form is enclosed and made a part of this package. f) Conflict of Interest Disclosure Form - The award hereunder is subject to the provisions of Chapter 112, Florida Statutes. All respondents must disclose the name of any officer, director, or agent who is also a public officer or an employee of the Lee County MPO, or any of its Advisory Committees. NOTE: For the firm s convenience, this certification form is enclosed and made a part of this package. g) Truth in Negotiation Certification (FDOT ) NOTE: For the firm s convenience, this certification form is enclosed and made a part of this package.

9 h) Disadvantaged Business Enterprises Forms The Lee MPO has adopted policies that assure and encourage full participation of DBE s in the provision of goods and services. In addition, federal and state participation in projects requires certain participation goals to which the MPO expects its consultants to adhere. The Lee MPO s overall goal for federal fiscal years has been set at 9.91% for FHWA assisted contracts. NOTE: For the firm s convenience, DBE Participation Statement (FDOT form ) certification forms are enclosed and made a part of this package. i) Disclosure of Lobbying Activities (FDOT form ) This is federally funded project and form is required of all proposers. NOTE: For the firm s convenience, this certification form is enclosed and made a part of this package. j) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion for Federal Aide Contracts. (FDOT form ) this is federally funded project and form is required of all proposers NOTE: For the firm s convenience, this certification form is enclosed and made a part of this package. -Balance of page left blank -

10 Lee County Metropolitan Planning Organization (MPO) General Public Involvement/Information Services Annual contract LOI: M SCOPE OF SERVICES The Lee County Metropolitan Planning Organization (MPO) is responsible for the development and implementation of a balanced, integrated, and multimodal transportation program which efficiently moves traffic. The MPO s goal is to ensure that a continuing, comprehensive and cooperative approach to planning for transportation needs is maintained and properly coordinated with other MPOs, Florida Department of Transportation (FDOT) and the Federal Highway Administration (FHWA). To reach their goal, the MPO annually develops and reviews planning activities relating to roadway improvements, congestion management, bicycle /pedestrian, transit, and rail and aviation projects. Any firm chosen for this Scope of Services will support and assist MPO Staff and other consultants hired by MPO Staff with any tasks shown in the MPO s Unified Planning Work Program (UPWP). The MPO requires the services of one or more Consultants to provide public involvement/information support to the MPO transportation planning activities. Consultants will assist the MPO with public outreach activities. Work may include organizing and facilitating public workshops and meetings, identifying potential stakeholders, production of professional quality graphics, displays, publications and PowerPoint presentations and implementation of surveys and analysis of results. Consultants will assist MPO staff in complying with state and federal requirements by incorporating visualization techniques into their work products. Consultant tasks may also include planning and implementation of education, safety and awareness strategies for bicyclist, pedestrians and motorists. The work involves providing guidance and assistance to the MPO staff on a work assignment basis in a variety of public involvement/information and product review activities. Specific tasks will be assigned to the consultant(s) selected by the Lee County MPO on an as-needed basis. Key Services The types of work involved may include, but is not limited to, the following examples: Community Assessments Custom Project Branding, Graphic Design of Electronic/Print Material & Copywriting Elected Official, Agency & Key Stakeholder Coordination Elected Official, Agency & Key Stakeholder Database Development Media Relations / Press Releases Open House / Public Hearing Event Planning & Coordination MPO Committee Meeting Coordination/Administrative support Public Involvement activities in support of transit studies and activities

11 Public Comment Facilitation, Correlation & Database Management Public Involvement Plan Development Social Media Relations & Management Targeted Outreach Assessment & Coordination Website Development & Management Audio-Visual Presentations and Meeting Handouts Large Aerial Graphics Reports and Analysis in support of compliance with FHWA Title VI Program Requirements Newsletters and Mailings Newspaper Advertisements Photographic Renderings Project Summaries Video Production / PSA development Grant Writing and Management Facilitation/Visioning Bilingual Communications and Spanish-language Media Support This scope of services was written by the Lee County MPO, but can be used by any FDOT District One MPO (Collier, Charlotte, Sarasota/Manatee or Polk MPOs) and/or Lee Tran. The contracts are classified as fixed term agreements for various and miscellaneous professional public involvement consulting services which will be utilized on an as-needed basis. Tasks will be assigned by means of work orders, each of which will include a written scope of work specifying the products to be produced and/or services to be performed, and specify the completion date and maximum compensation to be paid for completion of the work specified therein. Work orders for more than $25,000 shall require the approval of the MPO Board or Executive Committee. Compensation under the work orders shall be based upon the negotiated schedule of hourly rates and charges specified in the contract. All work to be performed must follow federal and state laws, procedures and guidelines; and the selected firms shall be responsible for knowledge of and the compliance with all applicable local, state and Federal codes and regulations. -Balance of page left blank -

12 GENERAL CONDITIONS AND INSTRUCTIONS TO PROPOSERS PROPOSAL SUBMISSION: The proposal shall be deemed an offer to provide services to the MPO. In submitting a proposal, the proposer declares that he understands and agrees to abide by all specifications, provisions, terms and conditions of same, shall become a valid contract between the MPO and the undersigned upon notice of award of contract in writing and /or issuance of a purchase order by the MPO The proposer agrees that if the contract is awarded to him, he will perform the work in accordance with the provisions, terms and conditions of the contract. The MPO assumes no responsibility for proposals received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late proposals will be returned, unopened, and will not be considered for award. PRINCIPAL/COLLUSION: By submission of this Proposal, the undersigned, as proposer, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. PROPOSAL WITHDRAWAL: No Proposal can be withdrawn after it is filed unless the proposer makes his request in writing to the MPO Designee prior to the time set for the opening of Proposals ( 4:00 p.m., March 3, 2014), or unless the MPO fails to accept it within Sixty (60) days after the date fixed for opening. PROPOSER S CERTIFICATION: Submission of a signed Proposal is proposer s certification that the proposer will accept any awards made to him as a result of said submission of the terms contained therein. EXCEPTIONS TO INSTRUCTIONS OR CONDITIONS: Proposers taking exception to any part or section of these instructions or conditions shall indicate such exceptions on their Proposal. Failure to indicate any exceptions shall be interpreted as the proposer s intent to fully comply with the specifications as written. LAWS AND REGULATIONS: It shall be understood and agreed that any and all services, materials and equipment shall comply fully with all Local, State and Federal laws and regulations. RELATION OF MPO: It is the intent of the parties hereto that the successful proposer shall be legally considered as an independent contractor, and that neither he nor his employees shall, under any circumstances, be considered servants or agents of the MPO, and that the MPO shall be at no time legally responsible for any negligence on the part of said successful proposer, his servants or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation.

13 TERMS: All terms, conditions, and provisions of the contract must be strictly observed in addition to the general conditions herein described. INVOICES: Payments will be made for articles furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within a reasonable time thereafter. The number of the Purchase Order by which authority services have been made, shall appear on all invoices. Invoices shall be submitted in duplicate and with an attached progress report detailed by task. EXPENSES INCURRED IN PREPARING PROPOSAL: The MPO does not accept responsibility for any expenses incurred in the Proposal, preparation, or presentation; such expenses to be borne exclusively by the proposer. DEFAULT: Failure or refusal of a proposer to execute a contract upon award, or withdrawal of a Proposal before such award is made, shall be grounds for removal of the firm s name from the MPO s vendor file. TERM CONTRACTS: If funds are not appropriated for continuance of a term contract to completion, cancellation will be accepted by this successful proposer on thirty (30) days prior written notice. TERMINATION: Should the contractor be found to have failed to perform his services in a manner satisfactory to the MPO as per Specification, the MPO may terminate this Agreement immediately for cause; further the MPO may terminate this Agreement for convenience with a seven (7) day written notice. The MPO shall be sole judge of non-performance. LIABILITY: Successful proposer will not be held responsible for failure to complete contract due to causes beyond its control, including, but not limited to, work stoppage, fires, civil disobedience, riots, rebellions, acts of God and similar occurrences making performance impossible or illegal. QUALIFICATION OF PROPOSERS: Before the award of any contract, each proposer may be required to show (to the complete satisfaction of the MPO Staff Director, or his designee), that he has the necessary facilities, ability, and financial resources, to furnish the service as specified herein in a satisfactory manner, and he may also be required to show past history and references which will enable the MPO Staff Director, or his designee, to satisfy themselves as to the qualifications. Failure to qualify according to the foregoing requirements will justify the MPO in rejection of a Proposal. ASSIGNMENT: The successful proposer(s) shall not assign, transfer, convey, sublet or otherwise dispose of this contract, or of any or all of its rights, title or interest therein, or his or its power to execute such contract to any person, company or corporation without prior written consent of the MPO. AWARD CHALLENGE: All costs accruing from a Proposal or an award challenged as to quality, etc. (tests, etc.) shall be assumed by the challenger.

14 LOBBYING: All firms are hereby placed on NOTICE that the MPO does not wish to be lobbied, either individually or collectively, about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the MPO for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal advertisement to final MPO approval, no firm or its agent shall contact any employee of the MPO in reference to this Proposal, with the exception of the designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. E-Verify: Consultant: 1. Shall utilize the U.S. Department of Homeland Security s E-Verify system to verify the employment eligibility of all new employees hired by the Consultant during the term of the Agreement; and 2. Shall expressly require any Sub-consultants performing work or providing services pursuant to the State Contract to likewise utilized the U.S. Department of Homeland Security s E-Verify system to verify the employment eligibility of all new employees hired by the Sub- consultant during the Agreement term SINGLE PROPOSAL: Only one proposal from a legal entity will be considered. If it is found that a proposer is interested in more than one proposal, all proposals in which such a proposer is interested will be rejected. SIGNATURE OF PROPOSER: The proposer must sign the proposal in the spaces provided for signatures. If the proposer is and individual, the words Sole Owner shall appear after his signature. If the proposer is a partnership, the word Partner shall appear after the signature of one of the partners. IF the proposer is a corporation, the signature required is the Officer, Officers or Individual duly authorized by its by-laws or the Board of Directors to bind the corporation with official corporate seal affixed thereto. INTERPRETATION OF PROPOSAL DOCUMENTS AND INVESTIGATION OF PROJECT: Each proposer shall thoroughly examine the Proposal Documents, and judge for himself all matters relating to the location and the character of the services he agrees to perform. If the proposer should be of the opinion that the meaning of any part of the Proposal Document is doubtful, obscure or contains errors or omissions, he should report such opinion or opinions to the Purchasing Director. Neither the MPO Director nor his staff shall be responsible for oral interpretation given either by himself or members of his staff. The issuance of a written addendum shall be the only official method whereby such interpretation will be given. REJECTION OR ACCEPTANCE OF PROPOSALS: The right is reserved by the MPO to waive any irregularities in any proposal, to reject any or all proposals, to resolicit for proposals, if desired, and upon recommendation and justification by the MPO to accept the proposal(s) which in the judgment of the MPO is/are deemed the most advantageous for the public.

15 Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection of the proposal. In the event of default of the successful proposer, or his refusal to enter into contract with the MPO, the MPO reserves the right to accept the proposal of any other proposer or to re-advertise using the same or revised documentation, at its sole discretion. PROTEST PROCEDURES: Any actual or prospective respondent to a Request for Proposal who is aggrieved with respect to the former, shall file a written protest with the MPO Designee prior to the opening of the Bid or the due date for acceptance of Proposals. All such protests must be filed with the MPO Designee no later than 11:00 a.m. local time on the advertised date of the acceptance date for the Request for Proposals. Award of contract will be made by the MPO in public session. Award recommendations will be posted in the lobby of the MPO. Any actual or prospective respondent who desires formally to protest the recommended contract award must file a notice of intent to protest with the MPO Designee within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. PUBLIC ENTITY CRIME: A person or affiliate who has been placed on the convicted vendor list following a conviction for 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, or subcontractor 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. REQUESTS FOR ALTERNATIVE FORMAT: The Request for Proposal is available in alternative formats upon request. It can be provided on CD in MS Word for Windows. If a Proposer elects to obtain the proposal in an alternative format, he must still obtain a paper copy of the proposal document through the MPO Designee, so that there are no debates about how much time there was to prepare the Response. Contact Mr. Johnny Limbaugh at (239) for details. REQUESTS FOR CLARIFICATION: Written questions must be received no later than ten (10) working days prior to proposal acceptance date. Should any questions or responses require revisions to the Request for Proposal as originally published, such revisions will be by formal amendment only. Other than minor procedural matters, questions regarding this proposal must be in writing and submitted to: Questions/Answers

16 GENERAL INFORMATION: Competitive sealed proposals differ from competitive sealed bidding in several areas: a.) The criteria for evaluation of proposals are given under the paragraph titled Grading Criteria. Only these criteria will be used to determine the best response. b.) Hourly rates and cost proposals [as called for in Section II, Proposal Contents] will not be reviewed until proposals are assigned points according to the evaluation criteria. c.) Awards shall be made to the Proposer whose qualifications and responses are determined to be in the best interest of the Lee County MPO. CONTRACTUAL CONDITIONS: The MPO has developed a standard professional service agreement for all consultant projects. All respondents to the LOI will be required, if selected to perform the work, to execute a service agreement within fifteen (15) days of Notice of Selection Award. PROPOSER S QUALIFICATIONS: All proposers must meet at least two of the Qualification, Selection and Performance Evaluation Requirements , , , , and provided by the FDOT. All proposers must be primarily engaged in providing the services as outlined in the Scope of Services. All proposers must have a demonstrated comprehensive understanding in areas listed in this proposal. Understanding and previous experience are a very essential criteria in the qualifying process. The MPO reserves the right to check all references furnished and consider the responses received in evaluating the proposals. The proposer s personnel and management to be utilized in this service requirement shall be knowledgeable in their areas of expertise. The MPO reserves the right to perform investigations as may be deemed necessary to insure that competent persons will be utilized in the performance of the contract. -Balance of page left blank -

17 FEDERAL PROVISIONS FOR FEDERALLY FUNDED CONTRACTS TERMS FOR FEDERAL-AID CONTRACTS The following terms apply to all contracts in which it is indicated in the Standard Professional Services Agreement that the services involve the expenditure of federal funds: A. It is understood and agreed that all rights of the Agency relating to inspection, review, approval, patents, copyrights, and audit of the work, tracing, plans, specifications, maps, data, and cost records relating to this Agreement shall also be reserved and held by authorized representatives of the United States of America. B. It is understood and agreed that, in order to permit federal participation, no supplemental agreement of any nature may be entered into by the parties hereto with regard to the work to be performed hereunder without the approval of the U.S. Department of Transportation, anything to the contrary in this Agreement notwithstanding C. Compliance with Regulations: The Consultant shall comply with the Regulations of the U.S. Department of Transportation Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement. D. Nondiscrimination: The Consultant, with regard to the work performed during the contract, shall not discriminate on the basis of race, color, national origin, sex, age, disability, religion or family status in the selection and retention of subcontractors, including procurements of material and leases of equipment. The Consultant will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. E. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations made by the Consultant, either by competitive bidding or negotiation for work to be performed under a subcontract, including procurements of materials and leases of equipment, each potential subcontractor or supplier shall be notified by the Consultant of the Consultant's obligations under this contract and the Regulations relative to nondiscrimination on the basis of race, color, national origin, sex, age, disability, religion or family status. F. Information and Reports: The Consultant will provide all information and reports required by the Regulations, or directives issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Agency, Florida Department of

18 Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or Federal Motor Carrier Safety Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of the Consultant is in the exclusive possession of another who fails or refuses to furnish this information, the Consultant shall so certify to the Agency, Florida Department of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration as appropriate, and shall set forth what efforts it has made to obtain the information. G. Sanctions for Noncompliance: In the event of the Consultant's noncompliance with the nondiscrimination provisions of this contract, the Agency shall impose such contract sanctions as it or the Florida Department of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited to, 1. Withholding of payments to the Consultant under the contract until the Consultant complies and/or 2. Cancellation, termination or suspension of the contract, in whole or in part. H. Incorporation or Provisions: The Consultant will include the provisions of Paragraph C through H in every subcontract, including procurements of materials and leases of equipment unless exempt by the Regulations, order, or instructions issued pursuant thereto. The Consultant will take such action with respect to any subcontract or procurement as the Agency, Florida Department of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration may direct as a means of enforcing such provisions, including sanctions for noncompliance. In the event a Consultant becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Consultant may request the Agency to enter into such litigation to protect the interests of the Agency, and, in addition, the Consultant may request the United States to enter into such litigation to protect the interests of the United States. I. Interest of Members of Congress: No member of or delegate to the Congress of the United States will be admitted to any share or part of this contract or to any benefit arising therefrom. J. Interest of Public Officials: No member, officer, or employee of the public body or of a local public body during his tenure or for one year thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States; and public corporations, boards, and commissions established under the laws of any State.

19 K. Participation by Disadvantaged Business Enterprises: The Consultant shall agree to abide by the following statement from 49 CFR 26.13(b). This statement shall be included in all subsequent agreements between the Consultant and any sub-consultant or contractor. 1. Policy: It is the policy of the Department of Transportation that minority business enterprise as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this Agreement. Consequently, the MBE requirements of 49 CFR Part 23 apply to this agreement. 2. MBE OBLIGATION: The recipient or its contractor agrees to ensure that minority business enterprise, as defined in 49 CFR Part 23, shall have the maximum opportunity to participate in the performance of contracts and sub contracts financed in whole or in part with Federal funds provided under this Agreement. In this regard, all recipients of consultants shall take all necessary and reasonable steps in accordance with 49 CFR Part 23, have the maximum opportunity to participate in the performance of contract and subcontracts financed in whole or part with Federal funds provided under this agreement. In this regard, all recipients of consultants shall take all necessary and reasonable steps in accordance with 49 CFR Part 23, to ensure that minority business enterprises have the maximum opportunity to compete for perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT- assisted contracts L. It is mutually understood and agreed that the willful falsification, distortion or misrepresentation with respect to any facts related to the project(s) described in this Agreement is a violation of the Federal Law. Accordingly, United States Code, Title 18, Section 1020, is hereby incorporated by reference and made a part of this Agreement. M. It is understood and agreed that if the Consultant at any time learns that the certification it provided the Agency in compliance with CFR, Section 23.51, was erroneous when submitted or has become erroneous by reason of changed circumstances, the Consultant shall provide immediate written notice to the Agency. It is further agreed that the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" as set forth in 49 CFR, Section , shall be included by the Consultant in all lower tier covered transactions and in all aforementioned federal regulation. N. The Agency hereby certifies that neither the consultant nor the consultant's representative has been required by the Agency, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract, to

20 1. Employ or retain, or agree to employ or retain, any firm or person, or 2. Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; The Agency further acknowledges that this agreement will be furnished to a federal agency, in connection with this contract involving participation of Federal-Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil. O. The Consultant hereby certifies that it has not: 1. Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for the above contractor) to solicit or secure this contract; 2. Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this contract; or 3. Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for the above contractor) any fee contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the contract. The consultant further acknowledges that this agreement will be furnished to the Agency and a federal agency in connection with this contract involving participation of Federal-Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil. -Balance of page left blank -

21 FEDERAL PROVISIONS FOR FEDERALLY FUNDED CONTRACTS Revised 01/2015 APPENDICES A and E During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the Contractor ) agrees as follows: (1.) Compliance with Regulations: The Contractor shall comply with the Regulations relative to nondiscrimination in Federally-assisted programs of the U.S. Department of Transportation (hereinafter, USDOT ) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement. (2.) Nondiscrimination: The Contractor, with regard to the work performed during the contract, shall not discriminate on the basis of race, color, national origin, sex, age, disability, religion or family status in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. (3.) Solicitations for Subcontractors, including Procurements of Materials and Equipment: In all solicitations made by the Contractor, either by competitive bidding or negotiation for work to be performed under a subcontract, including procurements of materials or leases of equipment; each potential subcontractor or supplier shall be notified by the Contractor of the Contractor s obligations under this contract and the Regulations relative to nondiscrimination on the basis of race, color, national origin, sex, age, disability, religion or family status. (4.) Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Florida Department of Transportation, the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information the Contractor shall so certify to the Florida Department of Transportation, the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration as appropriate, and shall set forth what efforts it has made to obtain the information. (5.) Sanctions for Noncompliance: In the event of the Contractor s noncompliance with the nondiscrimination provisions of this contract, the Florida Department of Transportation shall impose such contract sanctions as it or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the contract until the Contractor complies, and/or

22 b. cancellation, termination or suspension of the contract, in whole or in part. (6.) Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (7) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the Florida Department of Transportation, the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. In the event a Contractor becomes involved in, or is threatened with, litigation with a sub-contractor or supplier as a result of such direction, the Contractor may request the Florida Department of Transportation to enter into such litigation to protect the interests of the Florida Department of Transportation, and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. (7.) Compliance with Nondiscrimination Statutes and Authorities: Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Federal-Aid Highway Act of 1973, (23 U.S.C. 324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 USC 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL ), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms programs or activities to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C ) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; The Federal Aviation Administration s Non-discrimination statute (49 U.S.C ) (prohibits discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and lowincome populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C et seq).

Request for Qualifications: Continuing Services For Central Florida Regional Planning Council

Request for Qualifications: Continuing Services For Central Florida Regional Planning Council Background: Request for Qualifications: Continuing Services For Central Florida Regional Planning Council The Central Florida Regional Planning Council (CFRPC) requires the services of several consultants

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS Board Date: August 3, 2017 HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO Software

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

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

Title VI/Nondiscrimination Technical Assistance Guide for Subrecipients

Title VI/Nondiscrimination Technical Assistance Guide for Subrecipients Title VI/Nondiscrimination Technical Assistance Guide for Subrecipients Office of Civil Rights October 5, 2015 Table of Contents Introduction... 3 Nondiscrimination Laws and Executive Orders... 4 TxDOT

More information

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

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

More information

Title VI/ Nondiscrimination TECHNICAL ASSISTANCE GUIDE FOR SUBRECIPIENTS

Title VI/ Nondiscrimination TECHNICAL ASSISTANCE GUIDE FOR SUBRECIPIENTS Title VI/ Nondiscrimination TECHNICAL ASSISTANCE GUIDE FOR SUBRECIPIENTS Table of Contents Introduction... 3 Nondiscrimination Laws and Executive Orders... 4 TxDOT s Title VI Program... 5 Title VI Compliance

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

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

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

Request for Proposals

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

More information

PLEASANTVILLE HOUSING AUTHORITY

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

More information

Request for Proposal # Executive Recruitment Services

Request for Proposal # Executive Recruitment Services Request for Proposal # 2019-001 Executive Recruitment Services Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street,

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

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 PROPOSAL

REQUEST FOR PROPOSAL SKOKIE-MORTON GROVE SCHOOL DISTRICT 69 REQUEST FOR PROPOSAL Skokie-Morton Grove District 69 will accept sealed proposals for: Audit Services Submit your proposals to the attention of: Mr. Justin Attaway,

More information

Black Hawk County Engineer

Black Hawk County Engineer Black Hawk County Engineer 316 E. 5 th Street Room 211 Waterloo, Iowa 50703 Phone: 319-833-3008 Fax: 319-833-3139 Email: engineer@co.black-hawk.ia.us Website: www.co.black-hawk.ia.us The mission of the

More information

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION TOWNSHIP OF PEQUANNOCK REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION The Township of Pequannock, a municipal corporation in the County of Morris and the

More information

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB)

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB) Page 1 of 7 THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB) REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL AIRPORT ENGINEERING SERVICES Sanford Airport Authority 1200 Red Cleveland

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Postage Meter Lease & Maintenance Service Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

More information

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STANDARD PROFESSIONAL SERVICES AGREEMENT

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STANDARD PROFESSIONAL SERVICES AGREEMENT Contract No. FDOT Financial ID No.(s) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STANDARD PROFESSIONAL SERVICES AGREEMENT 375-030-12 PROCUREMENT OGC - 06/11 Page 1 of 2 Appropriation Bill Number(s)/Line

More information

GUTTENBERG HOUSING AUTHORITY

GUTTENBERG HOUSING AUTHORITY GUTTENBERG HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et. seq. PROPOSALS MUST BE SUBMITTED BY Wednesday March

More information

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,

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

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

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

More information

SUBCONTRACT AGREEMENT NAME OF PROJECT

SUBCONTRACT AGREEMENT NAME OF PROJECT SUBCONTRACT AGREEMENT NAME OF PROJECT THIS SUBCONTRACT AGREEMENT is made this day of, 201 by and between the SOUTH JERSEY TRANSPORTATION AUTHORITY, having its principal offices located at the Farley Service

More information

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY SEEKS PROPOSALS FOR FINANCIAL ADVISORY CONSULTANT SERVICES FOR THE PERIOD JANUARY 1, 2018 TO DECEMBER 31, 2018 Introduction Pursuant to the Fair

More information

STANDARD PURCHASE ORDER TERMS AND CONDITIONS

STANDARD PURCHASE ORDER TERMS AND CONDITIONS STANDARD PURCHASE ORDER TERMS AND CONDITIONS The Port of Oakland uses Purchase Orders for all purchases. Phone orders are not valid and may be subject to non-payment. In these Terms and Conditions, the

More information

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals

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

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR-001-01-13 SUBMISSION DEADLINE: Friday, March 1, 2013 at 4:00 p.m. 1 Request for Proposals

More information

SUU Contract for Workshops and Entertainment

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

More information

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

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders. CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY HILLSBOROUGH COUNTY AVIATION AUTHORITY INVITATION TO QUOTE FOR Security Access Control Software Maintenance QUOTE NUMBER: 14-534-805 ISSUE DATE: July 16, 2014 1.0 Background and Contact Information 1.01

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

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

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 Quotes (RFQ) For Graphic design services

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

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles 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 # 17-0601-1 This procurement is governed

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

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SPACE RENTAL AGREEMENT TAMPA INTERNATIONAL AIRPORT BRITISH AIRWAYS PLC.

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SPACE RENTAL AGREEMENT TAMPA INTERNATIONAL AIRPORT BRITISH AIRWAYS PLC. HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SPACE RENTAL AGREEMENT TAMPA INTERNATIONAL AIRPORT Board Date: PREPARED BY: HILLSBOROUGH COUNTY AVIATION AUTHORITY REAL ESTATE DEPARTMENT ATTN:

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

ADDENDUM NO. 1 REQUEST FOR PROPOSALS FOR COMMUNITY PROGRAMS LEGAL SERVICES CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT CITY OF CHARLOTTE, NORTH CAROLINA

ADDENDUM NO. 1 REQUEST FOR PROPOSALS FOR COMMUNITY PROGRAMS LEGAL SERVICES CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT CITY OF CHARLOTTE, NORTH CAROLINA ADDENDUM NO. 1 REQUEST FOR PROPOSALS FOR COMMUNITY PROGRAMS LEGAL SERVICES CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT CITY OF CHARLOTTE, NORTH CAROLINA OCTOBER 20, 2014 1 This is the First Addendum ( Addendum

More information

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP 201 West Moody Blvd Bunnell, Florida 32110 REQUEST FOR PROPOSALS (RFP) RFP 2015 04 FOR Property/Casualty, Liability Insurance and Workers Compensation Program DATED: Larry Williams, City Manager Stella

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

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

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

More information

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

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

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

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

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

More information

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION

More information

REQUEST FOR Proposals CONSULTING SERVICES FOR TERMINAL AREA CONCEPT PLAN

REQUEST FOR Proposals CONSULTING SERVICES FOR TERMINAL AREA CONCEPT PLAN REQUEST FOR Proposals CONSULTING SERVICES FOR TERMINAL AREA CONCEPT PLAN I. Introduction A. General Information The Fort Wayne-Allen County Airport Authority (the Authority) is soliciting proposals from

More information

FORT WAYNE ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS Air Service Development Consultant

FORT WAYNE ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS Air Service Development Consultant FORT WAYNE ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS Air Service Development Consultant I. Introduction A. General Information The Fort Wayne Allen County Airport Authority (the Authority) is

More information

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

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

More information

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 REQUEST FOR QUALIFICATIONS For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 San Joaquin County Department of Public Works 1810 East Hazelton

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

INSTRUCTIONS TO BIDDERS

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

More information

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

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

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract To Prospective Respondents: You are invited to submit a quote for the rehabilitation of the property listed

More information

CONSTRUCTION AGREEMENT

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

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS TABLE OF CONTENTS 1. Executory Clause 3 2. Non-Assignment Clause 3 3. Comptroller s Approval 3 4. Workers Compensation Benefits 3 5. Non-Discrimination

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 12/ LR APPROVED SURVEYOR LIST. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 12/ LR APPROVED SURVEYOR LIST. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 12/13-021 LR APPROVED SURVEYOR LIST Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions to

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

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

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

More information

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

Request For Proposal (RFP) for

Request For Proposal (RFP) for Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date

More information

REQUEST FOR LETTERS OF INTEREST. Brownfields Services On Going. Solicitation Identification Number PD

REQUEST FOR LETTERS OF INTEREST. Brownfields Services On Going. Solicitation Identification Number PD ESCAMBIA COUNTY FLORIDA REQUEST FOR LETTERS OF INTEREST Brownfields Services On Going Solicitation Identification Number PD 06-07.038 Letters of Interest Will Be Received Until: Continuous Basis Office

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

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS September, 2004 TABLE OF CONTENTS 1. Executory Clause 2. Non-Assignment Clause 3. Comptroller s Approval 4. Workers Compensation Benefits 5. Non-Discrimination

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

AGREEMENT. WITNESS: This Agreement has been entered into by and between the

AGREEMENT. WITNESS: This Agreement has been entered into by and between the AGREEMENT WITNESS: This Agreement has been entered into by and between the GOLDEN GATE BRIDGE, HIGHWAY AND TRANSPORTATION DISTRICT (hereinafter GGBHTD ) and the MARIN COUNTY TRANSIT DISTRICT (hereinafter

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

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

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

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

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

Lockbox Services. Job No FA

Lockbox Services. Job No FA Request for Proposal (RFP) for: Lockbox Services Job No. 09-10-FA Department of Finance and Administration 123 Fifth Avenue Kirkland, WA 98033 Page 1 of 15 REQUEST FOR PROPOSAL I PURPOSE OF REQUEST The

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

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from individuals or firms licensed in the State

More information

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # 24-09-CM BACKGROUND The City of Kirkland Economic Development Program is focused on business retention. The satisfaction of existing

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

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

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional engineering firms

More information

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

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

More information

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

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

More information

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

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

More information

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

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

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 FOR PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH NEIGHBORHOOD STABILIZATION PROGRAM 3 ( NSP 3 ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES Date Issued: November 13, 2017 Return Date & Time: Return To: December 14, 2017 no later than 11am Debra Sopronyi, Borough

More information

REQUEST FOR PROPOSALS FOR ACTUARIAL AUDIT OF THE JUNE 30, 2009 TCRS ACTUARIAL VALUATION RFP #

REQUEST FOR PROPOSALS FOR ACTUARIAL AUDIT OF THE JUNE 30, 2009 TCRS ACTUARIAL VALUATION RFP # STATE OF TENNESSEE TREASURY DEPARTMENT REQUEST FOR PROPOSALS FOR ACTUARIAL AUDIT OF THE JUNE 30, 2009 TCRS ACTUARIAL VALUATION RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. PROPOSAL

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY Contract Term 3 Year July 1, 2014 through June 30, 2017 SUBMISSION

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

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