Review of Water and Wastewater Services General Professional Consultant Services Agreements

Size: px
Start display at page:

Download "Review of Water and Wastewater Services General Professional Consultant Services Agreements"

Transcription

1 Review of Water and Wastewater Services General Professional Consultant Services Agreements July 14, 2009 Report No Office of the County Auditor Evan A. Lukic, CPA County Auditor

2 Table of Contents Topic Page Executive Summary /////////////////////////.2 Purpose and Scope /////////////////////////..3 Methodology /////////////////////////////.3 Background /////////////////////////////..3 Findings and Recommendations /////////////////...6 Office of the County Auditor 1

3 EXECUTIVE SUMMARY This report presents the results of our review of the General Professional Consultant Services Agreements between the County s Water and Wastewater Services (WWS) and Hazen and Sawyer, P.C. (Hazen) dated April 2, 2002 and June 24, 2008 and Malcolm Pirnie, Inc. dated June 24, Our objectives were to evaluate administration of the agreements by WWS and compliance with County procurement policies and contract terms. Our review covered the period from February 2003 to April Our review disclosed: 49 subconsultants (subs) were added during the term of the contracts without the benefit of open and competitive solicitation or negotiation. The Scopes of Services of the agreements provide the means to circumvent County procurement policies and procedures. We found evidence of inappropriate staff influence in the selection of three subconsultants. The inappropriate use of the lump sum method of compensation resulted in the County paying $9,900 more than necessary. WWS did not comply with Board policy regarding negotiations and staff due diligence. 34 consultant invoices tested did not contain sufficient information to substantiate the work performed as required by the agreements. Board approved changes to the County s procurement policy have not been promulgated in the Purchasing Division Internal Control Handbook. We concluded that the manner with which the general professional consulting services agreements have been used conflicts with sound public procurement policy in that a significant amount of procurement takes place without the benefit of open competitive solicitation. In addition, the agreements create opportunities for inappropriate influence in the procurement of services. Our report includes recommendations designed to address our specific findings and improve contract administration at WWS. It should be noted that management has taken several steps to address our findings during the course of our review. These steps include modifications to the information provided with consultant invoices to describe the work performed and sunshine advertising of all work authorization negotiation meetings. Office of the County Auditor 2

4 PURPOSE AND SCOPE The objectives of this review were to evaluate whether Water and Wastewater Services (WWS) complied with the County procurement policies and whether the consultants complied with the requirements of the Agreements between Broward County and Hazen Sawyer, P.C. and Broward County and Malcolm Pirnie, Inc. The review covered the period from February 2003 through April METHODOLOGY To accomplish our objectives, we: Reviewed: The General Professional Consultant Services Agreement with Hazen and Sawyer, P.C. approved by the Board of County Commissioners (the Board) on April 2, 2002, The General Professional Consultant Services Agreement with Hazen and Sawyer, P.C. approved by the Board on June 24, 2008, The General Professional Consultant Services Agreement with Malcolm Pirnie, Inc. approved by the Board on June 24, 2008, Broward County Administrative Code and Code of Ordinances, and Selected invoices, work authorizations, and other contract related documentation. Interviewed staff at: Water and Wastewater Services, Purchasing Division, and Hazen and Sawyer, P.C. BACKGROUND WWS operates a water utility providing both drinking (potable) water and wastewater 1 services to residential and retail customers. WWS operates three principal lines of business: retail water and wastewater services, wholesale wastewater treatment and transmission services, and wholesale water. WWS serves as a liaison with local, State and Federal agencies as well as with public and private groups regarding the regulation, safety and conservation of water and wastewater resources for the County and the entire South Florida region. 1 Wastewater is water that has been adversely affected in quality by human processes; it may be discharged by residential or commercial properties and may include a wide range of contaminants. Source: Wikipedia Office of the County Auditor 3

5 WWS is composed of the following divisions: Engineering, Fiscal Operations, Information Technology, Water Management, and Operations. The fiscal year 2010 operating budget is approximately $87.8 million, and the capital budget is approximately $39.7 million. WWS has a workforce of 418 employees. Consulting Services Contracts WWS has historically contracted with engineering firms to provide consulting services, perform technical assistance, and various engineering, design and maintenance services. The consultants are utilized for a variety of services in areas of WWS operations including: the water and wastewater treatment plants, storm drainage systems, and the distribution/collection systems. The consultants utilized during the period of this review were Hazen Sawyer, P.C. and Malcolm Pirnie, Inc. On April 2, 2002 the Board entered into a two-year General Professional Consulting Services agreement with Hazen Sawyer, P.C. (Hazen). The agreement included a 15 percent minority goal and provided for three consecutive one-year extensions to be exercised at the sole discretion of the Contract Administrator. In 2004, 2005, and 2006 the Contract Administrator signed one-year extensions to continue services. The contract and all extensions expired on April 2, 2007; however, projects approved prior to this date remained in effect until completed. Subsequent to the expiration of the agreement with Hazen, on June 24, 2008 the Board entered into two separate two-year General Professional Consulting agreements with Hazen Sawyer, P.C. and Malcolm Pirnie, Inc. These agreements provided for 20% Community Disadvantaged Business Enterprise participation goal and three consecutive one-year extensions to be executed by the Director of Purchasing. The Scope of Service for each contract requires professional engineering services similar to those in the expired Hazen agreement, except that Design Build services were excluded and Information Technology services were added. During the period of our review payments totaling $15.5 million were made to Hazen and Malcolm Pirnie, Inc under the agreements. Administration of the Agreements was primarily handled by Water and Wastewater Engineering Division. Scope of Agreements The Agreements state that the specific nature of the work shall include but not be limited to providing: Professional engineering, Planning, Surveying, Testing, Process study, Compliance reporting, Office of the County Auditor 4

6 Pre-design, Design, Design criteria professional, Permitting, Bid/award, and Construction management services. The Work Authorization Process The Agreements provide WWS with the means to engage consultant services on an as needed basis for various projects. Work under the contracts is initiated using a work authorization 2, which acts as an individual agreement, bound by the terms of the overall contract. The work authorization includes the description of the project scope, amount, method of payment, time for performance, deliverables, and other provisions relating to the work to be performed. When WWS needs to procure services under the contracts the following steps are typically performed: WWS personnel identify the need for the services and contact the Consultant to discuss the potential project, The Consultant drafts the Scope of Services for the project/work authorization, Sunshine meetings are held to finalize scope and negotiate costs, time, payment method and deliverables, If applicable, the Consultant selects the subconsultant needed to perform the specific scopes, and includes their name, scope and fees in the proposal, Method of payment is determined - under the contract the consultant could be compensated using lump sum or maximum-not-to-exceed or a combination of both. Often reimbursable expenses are included in maximum-not-to-exceed work authorizations for associated direct costs, such as permitting, printing, copying, testing or travel expenses, and The Director of WWS approves work authorizations for up to $100, Board approval is required for work authorizations in excess of $100,000 in accordance with the Broward County Procurement Code. Typically, after the work authorization is approved the: Purchasing Division issues a purchase order (PO) to encumber the project cost, The Contract Administrator issues notice-to-proceed (NTP) to the Consultant, and The Consultant commences work on the project. 2 Article 1.11, of the agreement defined the term work authorization as a formal document by which County accepts Consultant s proposal and Consultant indicates a willingness to perform same for terms and under the conditions specified in the Agreement and the applicable Work Authorization. 3 The Procurement Code authorizes the Purchasing Director to approve agreements for professional services for $100,000 and less. However delegation of approval authority to the Director of WWS was included in the expired contract and was therefore approved by the Board. The current contracts, approved June 24, 2008 require the Purchasing Director to approve work authorizations consistent with the requirements of the Procurement Code. Office of the County Auditor 5

7 Invoicing Process: The contract requires the Consultant to submit invoices monthly and the type of documents required is dependent on the method of payment: Invoices for lump sum work authorizations are required to identify the nature of work performed, the phase of work, and the estimated percent of work accomplished, and Invoices for maximum-not-to-exceed work authorizations are required to identify the nature of work performed, the total hours of work performed, and the category of employees completing the work. Reimbursable expenses, if applicable, must be supported with proper documentation. The invoices and supporting documentation are submitted to WWS. After review and approval by the Project Manager and the Contract Administrator the invoices are forwarded to the Fiscal Operations Division for processing into the Advantage Financial System. Checks are issued by the Accounting Division and mailed to the Consultant. Broward County Procurement Policy The General Consulting Agreements are governed by the Broward County Procurement Policy. The County s procurement policy 4 is based on the fundamentals of public procurement - free and open competition for all. This concept enables the County to maximize to the fullest extent practicable, the purchasing value of public funds by fostering effective broad based competition within the free enterprise system, while ensuring fair and equitable treatment of all persons who deal with County Procurement. The policy is accomplished through public and competitive solicitation and award practices designed to provide fair and equitable opportunities for vendors to respond to County procurement needs. FINDINGS AND RECOMMENDATIONS Finding 1: Forty-nine subconsultants were added to the contracts without the benefit of open and competitive solicitation. Our review found that 49 subs were added to the contracts without the benefit of competitive solicitation. Further the rates and amounts paid to these subs were not publicly negotiated. Without an open competitive process all vendors do not have a fair opportunity to compete for public contracts. Further, the County lacks assurances that awards are based on appropriate qualifications and fair prices. 4 Broward County Administrative Code, Volume II Operational Policy, Chapter 21 Procurement Code Finance and Administrative Services Office of the County Auditor 6

8 Six of the 49 added subconsultants were added after the adoption of the Board s policies mandating the use of the Record of Negotiation Form and requiring the reasons for and financial impacts of additions or deletions of subs in County contracts to be reported to the Purchasing Director. We found no evidence the consultants competitively solicited the six additional subconsultants or negotiated the rates/costs. Recommendation 1. To strengthen procurement controls, we recommend the Board of County Commissioners direct the County Administrator to take effective steps to ensure Contract Administrators and Project Managers comply with the Board s policy regarding changes in subconsultants. Finding 2: The Scopes of Services of the agreements provide the means to circumvent County procurement policies and procedures. The Scope of Services for each of the general professional services agreements state that the specific nature of the work shall include but not be limited to providing: professional engineering, planning, surveying, testing, process study, compliance reporting, pre-design, design, design criteria professional, permitting, bid/award, and construction management services in all of the following areas: Water/Wastewater, treatment plants, Drainage systems, Distribution/collection systems, Lift stations, [Bi] product disposal, Finance/administrative consulting services for rate & fee studies, Bond feasibility studies, and Annual engineering reports required by bond covenants. Management has taken the shall include but not be limited to phrase in the agreements to mean that virtually any service can be purchased through the consultants by work authorization. As a result, the consultant is effectively a procurement agent for WWS. This arrangement provides a means to procure services outside of the County procurement policies and procedures. For example, the three projects in Table 1 on the next page were procured under the consultant agreements (via work authorization) even though the services are not within the expertise of the contract consultants (requiring addition of the listed specialty subconsultants) and expand the scope of the agreement. This enabled WWS to obtain the services without following the County s procurement policies and procedures. Office of the County Auditor 7

9 Table 1 Work Authorizations which expended the scope of the agreements Subconsultant Work Authorization (WA) Amount Scope of Service Life Cycle Engineering, Inc. Distribution Consulting, Inc. WA Maintenance Excellence Services WA Inventory Warehouse Study $95,530 Optimize in-house maintenance practices by providing standard operating procedures and training courses for maintenance staff. $80,256 Review and evaluate the administration, management, and operating policies of the Warehouse Operations. EMA, Inc. WA Maximo Upgrade Assistance Source: Schedule prepared by County Auditor $58,700 Review impact of upgrade to the existing Computerized Maintenance Management System 5. Use of the consultants to procure these services resulted in: Non-competitive pricing Subconsultant costs are paid via pass-through to the County without the benefit of competitive solicitation or negotiation under existing contracts. This results in lost opportunities for financial savings from competitive procurement. Circumvention of the County Sheltered Market Program The inclusion of these small stand-alone projects in the consultant agreements undermines the Board s disadvantaged sheltered market program by reducing opportunities for the sheltered market program. Circumvention of the Procurement Code - Transfer of procurement functions to third parties Combining stand-alone projects which are unrelated to the qualification selection criteria and scope of the general consultant s agreement serves to outsource the procurement to the consultant and thereby circumvent County policies and procedures. Loss of transparency in vendor selection The process by which subconsultants are added to the consultant contracts is not open and transparent and provides opportunities for inappropriate staff and other influences in the vendor selection process (further discussed in Finding 3). 5 Information technology assistance was later included in the contracts executed on June 24, Office of the County Auditor 8

10 Recommendations We recommend the Board of County Commissioners direct the County Administrator to: 2. Clearly define the scope of services in future contracts by discontinuing the use of ambiguous or expansive language such as shall include, but not be limited to, and, 3. Take steps to ensure consultants and vendors are not utilized to procure services outside the intended scope of services in their agreements, to include requiring that work authorizations necessitating the hiring of additional subconsultant(s)/subcontractors be reviewed by the Director of Purchasing for appropriateness and consistency with the qualification selection criteria and scope of services in the related agreement. Finding 3: We found evidence of inappropriate staff influence in the selection of three subcontracts. WWS staff appeared to have inappropriately influenced the selection of the three subconsultants shown in Table 1 on page 8. The occurrences were prior to the Board adopting the policy specifically prohibiting this action. Specifically we found: WWS files documented WWS staff was negotiating directly with Life Cycle Engineering, Inc., to provide a follow-up to the Maintenance Excellence Review performed in Subsequently, WWS staff approved a work authorization under the Hazen contract engaging Life Cycle Engineering, Inc. to provide the training. Our interview with Hazen staff disclosed that the selection of Distribution Consulting Inc. to perform an inventory warehouse study was recommended by County staff after Hazen sought the assistance of WWS in the selection of the subconsultant, because they were not familiar with subs offering such services. Our interview with WWS staff confirmed county staff also performed background reference verification prior to approval of the work authorization. WWS personnel revealed that their first contact with EMA, Inc. was at a seminar. A work authorization was later approved through the Hazen contract to utilize the services of EMA, Inc. to review the impact of upgrades to the existing maintenance software and applications. EMA, Inc. is one of the partners of the inventor of the Maximo maintenance software currently in use at WWS. The scope of service of the work authorization required an Implementation Assessment and Scope of Work document that WWS staff later used as the basis for writing a RLI to procure information technology services. These services were advertised under RLI No WWS-1A. On October 6, 2008 the Selection Committee ranked EMA Inc., number one after short-listing 3 Office of the County Auditor 9

11 of the 6 respondents, and on March 3, 2009 the Board awarded EMA, Inc. a maximum-not-to-exceed contract for $1,332,756. Recommendation 4. We recommend the Board of County Commissioners direct the County Administrator to implement training for Contract Administrators and Project Managers to ensure compliance with the County Code of Ordinance relative to inappropriate staff influence in the procurement process. Finding 4: Use of the lump sum method of compensation resulted in the County paying $9,900 more than necessary. Generally the use of lump sum payments is appropriate if the scope of work and deliverables are clearly defined and the cost of the work can be reasonably estimated. The County and Hazen negotiated a work authorization for a lump sum payment of $114,060 for a Vulnerability Assessment Study. Support for the work authorization named a minority subcontractor to perform information gathering and local coordination for $12,240, without a clear definition of a scope and deliverables. We noted that Hazen later executed a maximum-not-to-exceed agreement with the subconsultant. The subconsultant billed Hazen $2,356; however, Hazen billed the County $12,240, the full lump sum amount. As a result of the lump sum arrangement, the County paid $9,900 more than it would have under a maximum-not-to-exceed agreement. Given the lack of specificity in the scope of work for this subconsultant, use of a lump sum payment methodology was not appropriate. Recommendation 5. We recommend the Board of County Commissioners direct the County Administrator to take steps to ensure appropriate methods of compensation are used for work authorizations including the promulgation of guidance on the appropriate use of lump sum arrangements. Finding 5: WWS did not comply with Board policy regarding negotiations and staff due diligence. On August 24, 2004, the Board of County Commissioners approved several amendments to the Administrative Code. Among these amendments was the addition of clarifying language to Chapter 21.34, requiring that negotiation of contracts and work authorizations Office of the County Auditor 10

12 be in accordance with the practice of Government in the Sunshine 6. The revised procurement policy also required County staff to: Perform and document detailed negotiations with vendors/subs including hourly rates, number of hours by task, wage multipliers, and other significant contractual terms, Present the results of their due diligence to the Board, the Selection Committee or other approving authority for review prior to approval of an agreement, and Retain a record of all vendor negotiations. We reviewed a sample of twenty-two work authorizations and eight related amendments and found WWS did not comply with the Board policy for ten work authorizations and three amendments. We also found no evidence that project scopes and prices were advertised, negotiated, or meeting minutes documented. WWS management personnel stated that they were unaware of the Board approved policy until March 15, 2006 and therefore did not comply with the sunshine or documentation requirements prior to March We also reviewed the six subconsultants added since June 2008 and found negotiations for the wage rates for the six subconsultants were not documented. Failure to comply with the Board policy prevented an evaluation of the negotiation process and resulted in insufficient data to audit the work authorizations because the record of negotiations helps to clarify the intent of the negotiated price, scope, and deliverables. Management stated they routinely compare subconsultant wage rates to the prime s and have on occasion denied rates in excess of the Prime s. For new contracts they request audited backup for multipliers, if available. Recommendation 6. We recommend the Board of County Commissioners direct the County Administrator to take steps to ensure compliance with Board policies, to include training and monitoring for compliance. Finding 6: Consultant invoices reviewed did not contain information to substantiate work performed as required by the agreement. Article and Article of the agreements require that the Consultants shall provide the following information in invoices for: 6 Florida Statutes (1) and (2) - requires that meetings must be open to the public, reasonable notice of such meetings must be given, and that minutes of the meetings must be taken. Office of the County Auditor 11

13 Maximum Amount Not-to-Exceed (NTE) work authorizations: The Consultant shall identify the nature of the work performed, the total hours of work performed and the employee category of the individuals performing the tasks, and Lump Sum work authorizations: The Consultant shall identify the nature of the work performed, the phase of the work, as set forth in the work authorization, and the estimated percent of work accomplished. We reviewed 47 invoices for 17 work authorizations totaling $719,580 paid between 2003 and 2009, and found that 34 invoices did not comply with the contract requirements as follows: 26 invoices totaling $155,792, for NTE work authorizations, did not contain sufficient details to substantiate the nature of the work performed. 8 Invoices totaling $158,522 did not document the phase of the work performed or sufficient details to validate the percentage of work completed. Acceptance and processing of invoices without the required details; 1) limits the ability to properly review invoices prior to payment, 2) could potentially result in payment for work not performed, 3) is not in compliance with the agreement and, 4) limits the ability to ensure that payments are consistent with the progress of the project. Recommendation 7. The Board of County Commissioners should direct the County Administrator to ensure that Contract Administrators: Enforce compliance with the invoice requirements of the contracts, and Perform proper reviews of invoices prior to approval for payment. Finding 7: Board approved changes to the County s procurement policy have not been promulgated in the Purchasing Division Internal Control Handbook. As noted previously, on August 24, 2004, the Board approved Public Hearing Agenda Item #6, which included a requirement that negotiation of contracts, and work authorizations shall be in accordance with the practice of Government in the Sunshine. The revised procurement policy also required County staff to: Perform and document detailed negotiations with vendors/subs including hourly rates, number of hours by task, wage multipliers, and other significant contractual terms, Present the results of their due diligence to the Board, the Selection Committee or other approving authority for review prior to approval of an agreement, and Retain a record of all vendor negotiations. Office of the County Auditor 12

14 In Agenda Item #24, February 5, 2008, the Board approved audit recommendations contained in our report on Aviation Department Procurement Practices dated January 10, 2008 requiring changes (addition and deletions) to subconsultants in County contracts (except for competitively bid contracts) to be reported to the Purchasing Director. The notification to the Purchasing Division should include the reasons for the changes, the financial impact of the change and the record of negotiations with the contractor relative to the change in subs. As of April 13, 2010 the Board approved changes to the procurement policy have not been promulgated as revisions to the Purchasing Division Internal Control Handbook. Failure to codify Board policies and management s procedures undermines staff s understanding, compliance, and accountability. Recommendation 8. We recommend the Board of County Commissioners direct the County Administrator to update the Internal Control Handbook by September 30, 2010 to reflect all policies approved by the Board. Office of the County Auditor 13

City of West Palm Beach Internal Auditor s Office

City of West Palm Beach Internal Auditor s Office AUDIT OF HOUSING AND COMMUNITY DEVELOPMENT Audit No. 14-05 August 18, 2016 City of West Palm Beach Internal Auditor s Office Roger A. Strout, City Internal Auditor, CIA, CRMA, CFE, CICA Beverly Mahaso,

More information

Operational Procedure: Section TABLE OF CONTENTS

Operational Procedure: Section TABLE OF CONTENTS TABLE OF CONTENTS POLICY STATEMENT 3 DEFINITIONS 4 ESTABLISHMENT OF GOALS 5 DESIGNATION OF A PROGRAM DIRECTOR FOR MWBE PROGRAMS 5 PROCEDURES TO ENSURE THAT MWBEs HAVE EQUITABLE OPPORTUNITY TO COMPETE FOR

More information

WASATCH FRONT REGIONAL COUNCIL/WASATCH FRONT ECONOMIC DEVELOPMENT DISTRICT ACCOUNTING AND ADMINISTRATIVE POLICY 10/26/2017 (revised)

WASATCH FRONT REGIONAL COUNCIL/WASATCH FRONT ECONOMIC DEVELOPMENT DISTRICT ACCOUNTING AND ADMINISTRATIVE POLICY 10/26/2017 (revised) WASATCH FRONT REGIONAL COUNCIL/WASATCH FRONT ECONOMIC DEVELOPMENT DISTRICT ACCOUNTING AND ADMINISTRATIVE POLICY 10/26/2017 (revised) DESIGNATION OF THE TREASURER AND CLERK In compliance with Utah Code

More information

Consultant and Managing General Contractor Standard Agreement Form Updates

Consultant and Managing General Contractor Standard Agreement Form Updates Exhibit 1 Consultant and Managing General Contractor Standard Agreement Form Updates March 24, 2015 Report No. 15-9 Office of the County Auditor Evan A. Lukic, CPA County Auditor Table of Contents EXECUTIVE

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

AGREEMENT BROWARD COUNTY KIMLEY-HORN AND ASSOCIATES, INC. for CONSULTANT SERVICES FOR

AGREEMENT BROWARD COUNTY KIMLEY-HORN AND ASSOCIATES, INC. for CONSULTANT SERVICES FOR Airport Design Consultant Services Agreement CAF#404 AGREEMENT Between BROWARD COUNTY and KIMLEY-HORN AND ASSOCIATES, INC. for CONSULTANT SERVICES FOR PROFESSIONAL SERVICES FOR REHABILITATION OF NORTH

More information

CITY OF DOVER FINANCIAL POLICIES

CITY OF DOVER FINANCIAL POLICIES CITY OF DOVER FINANCIAL POLICIES ORIGINAL POLICY = BLANK FONT DRAFT CHANGES = RED FONT COMMITTEE COMMENTS = BLUE FONT Revised Draft 06/23/08 CITY OF DOVER, DELAWARE FINANCIAL POLICIES The purpose of these

More information

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

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

More information

Capital Improvement Projects

Capital Improvement Projects REPORT # 2011-12 AUDIT Of the Richmond City Department of Parks, Recreation and Community Facilities Capital Improvement Projects TABLE OF CONTENTS Executive Summary..... i Comprehensive List of Recommendations

More information

Section: Major Maintenance and Repair Reserve Fund

Section: Major Maintenance and Repair Reserve Fund DEPARTMENT OF MANAGEMENT SERVICES ADMINISTRATIVE POLICY TITLE: Major Maintenance and Repair Reserve Fund Management EFFECTIVE: July 16, 2008 REVISED: February 19, 2018 POLICY NUMBER 08-101 Bureau of Private

More information

CHAPTER 57 ARTICLES II & III

CHAPTER 57 ARTICLES II & III CHAPTER 57 ARTICLES II & III ARTICLE II. MINORITY BUSINESS ENTERPRISE Sec. 57.15. Definitions. (1) For the purposes of this Chapter, Minority Business Enterprise is defined as a business firm which is

More information

CALIFORNIA AREA SCHOOL DISTRICT

CALIFORNIA AREA SCHOOL DISTRICT No. 150.3 CALIFORNIA AREA SCHOOL DISTRICT SECTION: TITLE: PROGRAMS FEDERAL PROGRAMS PROCUREMENT ADOPTED: September 21, 2016 REVISED: 150.3 FEDERAL PROGRAMS PROCUREMENT The District maintains the following

More information

ORDINANCE NO

ORDINANCE NO 1 1 1 0 1 ORDINANCE NO. 0- AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF BROWARD COUNTY, FLORIDA, PERTAINING TO COUNTY PROCUREMENT AND CONTRACTING OPPORTUNITIES FOR COUNTY BUSINESS ENTERPRISES;

More information

General Discussion A&E Services Consultants

General Discussion A&E Services Consultants WSDOT Local Agency Guidelines M 36-63.01 Chapter 31 Chapter 31 General Discussion To be eligible for reimbursement of Federal Highway Administration (FHWA) funds for payments to a consultant, the procedures

More information

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria CITY OF LARAMIE Policy Title: Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria Policy Number: 2014-01 Page 1 of

More information

ARCHIVED - MAY 20, 2014

ARCHIVED - MAY 20, 2014 TEXAS POLICY In Texas, organizations contracting directly with the Texas Department of Agriculture (TDA) to operate nutrition programs federally funded through the United States Department of Agriculture

More information

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

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND SPOCK CONSULTING

AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND SPOCK CONSULTING AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND SPOCK CONSULTING This Services Agreement ( Agreement ) is entered into and effective February 27, 2018 (the Effective Date ), by

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

CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10)

CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10) CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10) Purpose Section I Scope II Definitions III Responsibility IV Using Department IV A Purchasing Function IV B Property Disposal V I.

More information

Audit Report 2018-A-0001 City of Lake Worth Water Utility Services

Audit Report 2018-A-0001 City of Lake Worth Water Utility Services PALM BEACH COUNTY John A. Carey Inspector General Inspector General Accredited Enhancing Public Trust in Government Audit Report City of Lake Worth Water Utility Services December 18, 2017 Insight Oversight

More information

Procurements by states General procurement standards.

Procurements by states General procurement standards. e-cfr data is current as of June 2, 2017 200.317 Procurements by states. When procuring property and services under a Federal award, a state must follow the same policies and procedures it uses for procurements

More information

Request for Proposal

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

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

Upon determination that liquidated damages are to be assessed, the Lottery shall notify the Contractor of the assessment in writing.

Upon determination that liquidated damages are to be assessed, the Lottery shall notify the Contractor of the assessment in writing. 2.3.1 Notification of Liquidated Damages Upon determination that liquidated damages are to be assessed, the Lottery shall notify the Contractor of the assessment in writing. 2.3.2 Severability of Individual

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

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

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

More information

Chapter 3.24 PURCHASING PROCEDURES

Chapter 3.24 PURCHASING PROCEDURES Page 1/8 Chapter 3.24 PURCHASING PROCEDURES Sections: 3.24.003 Definitions. 3.24.005 Types of contracts. 3.24.010 Service contracts. 3.24.020 Guidelines for service contracts. 3.24.030 Repealed. 3.24.040

More information

Purchasing Policy Resolution # Passed January 21, 2016

Purchasing Policy Resolution # Passed January 21, 2016 Section 1: Purpose The City s Charter, Article III, Section 3.01, vests the Charter Officers of the City with the authority to purchase and contract for supplies, materials, equipment and services required

More information

Maricopa County Policy/Contract Template Reference. Procurement Standards (http://www.ecfr.gov/cgi-bin/text-idx?node=2: )

Maricopa County Policy/Contract Template Reference. Procurement Standards (http://www.ecfr.gov/cgi-bin/text-idx?node=2: ) 200.317 Procurements by states. When procuring property and services under a Federal award, a state must follow the same policies and procedures it uses for procurements from its non-federal funds. The

More information

Seattle Public Schools The Office of Internal Audit. Capital Internal Audit Report Historic Horace Mann School Construction

Seattle Public Schools The Office of Internal Audit. Capital Internal Audit Report Historic Horace Mann School Construction Seattle Public Schools The Office of Internal Audit Capital Internal Audit Report Issue Date: June 16, 2015 Introduction and Background Executive Summary This report contains the results of our construction

More information

Office of Inspector General University of South Florida

Office of Inspector General University of South Florida Office of Inspector General University of South Florida Project # A-1718DOE-017 November 2018 Executive Summary In accordance with the Department of Education s fiscal year (FY) 2017-18 audit plan, the

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

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

More information

ARLINGTON COUNTY, VIRGINIA. County Board Agenda Item Meeting of October 21, 2017

ARLINGTON COUNTY, VIRGINIA. County Board Agenda Item Meeting of October 21, 2017 ARLINGTON COUNTY, VIRGINIA County Board Agenda Item Meeting of October 21, 2017 DATE: October 12, 2017 SUBJECT: Memorandum of Understanding (MOU) between Arlington County and the City of Alexandria for

More information

Federal and State Grant Procurements. Procurement and Contracts Division

Federal and State Grant Procurements. Procurement and Contracts Division 1. OBJECTIVE: The purpose of this is to provide guidance regarding the selection of contractors and the procurement of contracts funded by State and federal financial assistance. This is also designed

More information

REQUEST FOR PROPOSAL FOR ACTUARIAL SERVICES RFP

REQUEST FOR PROPOSAL FOR ACTUARIAL SERVICES RFP REQUEST FOR PROPOSAL FOR ACTUARIAL SERVICES RFP 2016-1 Statement of Objectives The Fort Worth Employees Retirement Fund ( FWERF or the Fund ) is searching for an actuarial firm to conduct actuarial valuations

More information

Lead Agency Procurement Self-Certification March 2017

Lead Agency Procurement Self-Certification March 2017 Lead Agency Procurement Self-Certification March 2017 Uniform Grant Guidance 200.324 200.317 Procurements By States When procuring property and services under a Federal award, a state must follow the same

More information

AIA Document A103 TM 2007

AIA Document A103 TM 2007 AIA Document A103 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is the Cost of the Work plus a fee without a Guaranteed Maximum Price AGREEMENT made as of the

More information

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ 19-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT PROJECT: CONSULTANT: THIS AGREEMENT is made and entered into by and between the Port of Port Angeles (hereinafter referred to as the "Port") and (hereinafter referred to as

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

Project Progress Audit Report

Project Progress Audit Report Project Progress Audit Report Sam M. McCall, CPA, CGFM, CIA, CGAP City Auditor Revision of the Report #1012 April 16, 2010 Summary This is the first in a series of audit reports on the City of Tallahassee

More information

Florida Department of Juvenile Justice Bureau of Procurement & Contract Administration 2737 Centerview Drive Knight Building Tallahassee, Florida

Florida Department of Juvenile Justice Bureau of Procurement & Contract Administration 2737 Centerview Drive Knight Building Tallahassee, Florida Florida Department of Juvenile Justice Bureau of Procurement & Contract Administration 2737 Centerview Drive Knight Building Tallahassee, Florida 32399 (850) 717-2600 Rick Scott, Governor Christina K.

More information

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

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

More information

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE THIS AGREEMENT, entered into this day of, by and between the Arkansas State Highway

More information

POLICY TITLE: Purchasing District Purchasing POLICY NO: 850 PAGE 1 of 11 PURCHASING POLICY 1 - DISTRICT PURCHASING

POLICY TITLE: Purchasing District Purchasing POLICY NO: 850 PAGE 1 of 11 PURCHASING POLICY 1 - DISTRICT PURCHASING POLICY TITLE: Purchasing District Purchasing POLICY NO: 850 PAGE 1 of 11 PURCHASING POLICY 1 - DISTRICT PURCHASING It is the policy of the Mountain Home School District to make purchases of goods, services,

More information

PROFESSIONAL SERVICES AGREEMENT NO

PROFESSIONAL SERVICES AGREEMENT NO PROJECT: PROFESSIONAL SERVICES AGREEMENT NO. 000000 PROJECT MANAGER: PROJECT NO. CONSULTANT: THIS AGREEMENT is made and entered into by and between the Port of Olympia (hereinafter referred to as the "Port")

More information

Port District of South Whidbey Island, 3/30/12. Finance Manager

Port District of South Whidbey Island, 3/30/12. Finance Manager Finance Manager Applications are hereby sought for the position of Finance Manager for the Port District of South Whidbey Island (Port). This is posted as a full-time salaried exempt position with defined

More information

Renville County Purchasing Procedures (Procurement Policy)

Renville County Purchasing Procedures (Procurement Policy) Renville County Purchasing Procedures (Procurement Policy) Board approved 11-15-2016 1 RENVILLE COUNTY PURCHASING PROCEDURES I. Purchasing/Procurement Approval Requirements All employees authorized to

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

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

More information

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ #13-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

AGREEMENT. between BROWARD COUNTY. and. Parsons Transportation Group, Inc. for CONSTRUCTION PROJECT MANAGER, FLL TERMINAL MODERNIZATION

AGREEMENT. between BROWARD COUNTY. and. Parsons Transportation Group, Inc. for CONSTRUCTION PROJECT MANAGER, FLL TERMINAL MODERNIZATION AGREEMENT between BROWARD COUNTY and Parsons Transportation Group, Inc. for CONSTRUCTION PROJECT MANAGER, FLL TERMINAL MODERNIZATION IN BROWARD COUNTY, FLORIDA RLI # R1039104R1 1 ".. -- INDEX ARTICLE PAGE

More information

LEGAL SERVICES RFP # AUGUST 13, 2018

LEGAL SERVICES RFP # AUGUST 13, 2018 LEGAL SERVICES RFP #2018-27 AUGUST 13, 2018 Electronic Submittals are due by 4:30 PM on September 5, 2018 The EVERETT HOUSING AUTHORITY is soliciting proposals for Licensed Professional Legal Services.

More information

REQUEST FOR PROPOSALS Accounting and Business Advisory Services for Borrowers of the PIDC Contract Line-Of-Credit

REQUEST FOR PROPOSALS Accounting and Business Advisory Services for Borrowers of the PIDC Contract Line-Of-Credit REQUEST FOR PROPOSALS Accounting and Business Advisory Services for Borrowers of the PIDC Contract Line-Of-Credit Issue Date: March 20, 2018 Due Date: April 20, 2018-12:00 Noon This RFP is also available

More information

Simone Marstiller, Secretary. Ron DeSantis, Governor

Simone Marstiller, Secretary. Ron DeSantis, Governor Florida Department of Juvenile Justice Bureau of Procurement & Contract Administration 2737 Centerview Drive Knight Building Tallahassee, Florida 32399 (850) 717-2600 Ron DeSantis, Governor Simone Marstiller,

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

More information

New Mexico Bidder s Number

New Mexico Bidder s Number WAGON MOUND PUBLIC SCHOOLS PO Box 158 / 300 Park Avenue Voice: 575-666-3000 Fax: 575-666-9001 General Bid Conditions RFP # 1819-001 General Legal Counsel SEALED BIDS will be opened in the Board Room of

More information

HOW TO FORM TEAMING AGREEMENTS

HOW TO FORM TEAMING AGREEMENTS 888 17 th Street, NW, 11 th Floor Washington, DC 20006 Tel: (202) 857-1000 Fax: (202) 857-0200 HOW TO FORM TEAMING AGREEMENTS AND STRATEGIC PARTNERSHIPS MARYLAND WOMEN'S BUSINESS CENTER JULY 31, 2014 Presented

More information

Tacoma Power Conservation Contractor Agreement

Tacoma Power Conservation Contractor Agreement Tacoma Power THIS AGREEMENT is made and entered into this day of, 2012 ( Effective Date ) by and between the City of Tacoma, Department of Public Utilities, Light Division, Tacoma Power (hereinafter referred

More information

PURCHASING POLICY. Amended May 24, 2011

PURCHASING POLICY. Amended May 24, 2011 PURCHASING POLICY Amended May 24, 2011 In order to create economies through volume buying, to promote competitive bidding, and to provide more efficient public service, the Itasca County Board of Commissioners,

More information

SECTION DESCRIPTION PAGE I. BUDGET INTRODUCTION... 1 II. FISCAL YEAR 2017 BUDGET ANALYSIS... 2 III. PROPOSED OPERATING BUDGET... 3

SECTION DESCRIPTION PAGE I. BUDGET INTRODUCTION... 1 II. FISCAL YEAR 2017 BUDGET ANALYSIS... 2 III. PROPOSED OPERATING BUDGET... 3 2018 SECTION DESCRIPTION PAGE I. BUDGET INTRODUCTION... 1 II. FISCAL YEAR 2017 BUDGET ANALYSIS... 2 III. PROPOSED OPERATING BUDGET... 3 IV. GENERAL FUND 001 DESCRIPTIONS... 4 Background Information The

More information

PURCHASING, LEASING & CONTRACTING POLICY

PURCHASING, LEASING & CONTRACTING POLICY MENDOCINO COUNTY POLICY NO. 1 ADOPTED: Nov. 4, 1980 SUPERSEDED: Oct. 28, 1997 MODIFIED: Feb, 13, 2001 AMENDED: Feb 26, 2002 SUPERSEDED: April 17, 2007 SUPERSEDED: July 22, 2014 AMENDED: August 26, 2014

More information

PORT OF TACOMA/ NORTHWEST SEAPORT ALLIANCE. REQUEST FOR PROPOSALS No ON-CALL PROJECT MANAGEMENT AND/OR PROJECT CONTROLS SUPPORT SERVICES

PORT OF TACOMA/ NORTHWEST SEAPORT ALLIANCE. REQUEST FOR PROPOSALS No ON-CALL PROJECT MANAGEMENT AND/OR PROJECT CONTROLS SUPPORT SERVICES PORT OF TACOMA/ NORTHWEST SEAPORT ALLIANCE REQUEST FOR PROPOSALS No. 070872 ON-CALL PROJECT MANAGEMENT AND/OR PROJECT CONTROLS SUPPORT SERVICES Issued by Port of Tacoma/Northwest Seaport Alliance One Sitcum

More information

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

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

More information

POLICY EFFECTIVE DATE: 1/22/98 NO: PO-PUR REVISION HISTORY: 11/30/07; 5/15/09; 10/8/12 SUBJECT: STATEMENT OF PROCUREMENT POLICY.

POLICY EFFECTIVE DATE: 1/22/98 NO: PO-PUR REVISION HISTORY: 11/30/07; 5/15/09; 10/8/12 SUBJECT: STATEMENT OF PROCUREMENT POLICY. EFFECTIVE DATE: 1/22/98 NO: PO-PUR-373.01 Page 1 of 74 TABLE OF CONTENTS TABLE OF CONTENTS... 1 1 GENERAL PROVISIONS... 5 1.1 PURPOSE... 5 1.2 COMPLIANCE WITH LAWS AND REGULATIONS... 5 1.3 APPLICATION...

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

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

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

More information

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6

EXHIBIT A RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 3. PLANNING AND ADMINISTRATION A-6 OF THE PROJECT 4. PRECONSTRUCTION PHASE A-7 5. PRE-BIDDING

More information

PURCHASING AND PROCUREMENT POLICY FOR CALIFORNIA MENTAL HEALTH SERVICES AUTHORITY. Resolution No Replacement of Resolution 09-08

PURCHASING AND PROCUREMENT POLICY FOR CALIFORNIA MENTAL HEALTH SERVICES AUTHORITY. Resolution No Replacement of Resolution 09-08 PURCHASING AND PROCUREMENT POLICY FOR CALIFORNIA MENTAL HEALTH SERVICES AUTHORITY Resolution No. 10-01 Replacement of Resolution 09-08 WHEREAS, the California Mental Health Services Authority ( CalMHSA

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

Cheltenham School District

Cheltenham School District Cheltenham School District REQUEST FOR PROPOSALS LEGAL SERVICES 1. INTENT & BACKGROUND Cheltenham School District (the District ) is soliciting proposals from qualified licensed law firms to represent

More information

BETTER JACKSONVILLE PLAN HDR ENGINEERING CONTRACT. March 07, 2006 REPORT #613

BETTER JACKSONVILLE PLAN HDR ENGINEERING CONTRACT. March 07, 2006 REPORT #613 BETTER JACKSONVILLE PLAN HDR ENGINEERING CONTRACT March 07, 2006 REPORT #613 OFFICE OF THE COUNCIL AUDITOR Suite 200, St. James Building March 7, 2006 Honorable Members of the City Council City of Jacksonville

More information

April 29, 2011 ADOPTED ADMINISTRATION AND FINANCE

April 29, 2011 ADOPTED ADMINISTRATION AND FINANCE Section III ADMINISTRATION AND FINANCE 51 FINANCE 51.01 Contracts No person has the authority to bind the university contractually except in accordance with the policy. Complete, accurate and timely due

More information

CHAPTER 57 ARTICLES II & III

CHAPTER 57 ARTICLES II & III CHAPTER 57 ARTICLES II & III ARTICLE II. - MINORITY BUSINESS ENTERPRISE Sec. 57.15. - Definitions. (1) For the purposes of this Chapter, Minority Business Enterprise is defined as a business firm which

More information

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M.

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M. TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 2015 @ 4:00 P.M. GENERAL SERVICES DEPARTMENT 494 MAIN ST. MANCHESTER, CT 06040

More information

Construction Contract Review of the Consolidated Rental Car Facility (RAC) at Fort Lauderdale-Hollywood International Airport

Construction Contract Review of the Consolidated Rental Car Facility (RAC) at Fort Lauderdale-Hollywood International Airport of the Consolidated Rental Car Facility (RAC) at Fort Lauderdale-Hollywood International Airport January 5, 2006 Report No. 06-05 Office of the County Auditor Evan A. Lukic, CPA County Auditor EXECUTIVE

More information

Auditor General Update

Auditor General Update Auditor General Update FGFOA 2017 Annual Conference June 26, 2017 Sherrill F. Norman, CPA Auditor General 1 Overview Florida Auditor General. Who Are We? Our People. Our Audits and Activities. What is

More information

Section moves to amend H.F. No as follows: 1.2 Delete everything after the enacting clause and insert:

Section moves to amend H.F. No as follows: 1.2 Delete everything after the enacting clause and insert: 1.1... moves to amend H.F. No. 3120 as follows: 1.2 Delete everything after the enacting clause and insert: 1.3 "Section 1. Minnesota Statutes 2016, section 103B.101, subdivision 9, is amended to read:

More information

CONTACT: Tom McCann Tom Harbour Dennis Rule (623) (623) (623)

CONTACT: Tom McCann Tom Harbour Dennis Rule (623) (623) (623) Agenda Number 3.c. CONTACT: Tom McCann Tom Harbour Dennis Rule (623) 869-2343 (623) 869-2107 (623) 869-2667 tmccann@cap-az.com tharbour@cap-az.com drule@cap-az.com MEETING DATE: September 6, 2012 AGENDA

More information

Professional and Technical Services Contract State of Minnesota

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

More information

OSE FORM STANDARD MODIFICATIONS TO THE STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER AS CONSTRUCTOR

OSE FORM STANDARD MODIFICATIONS TO THE STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER AS CONSTRUCTOR OSE FORM 00502 STANDARD MODIFICATIONS TO THE STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER AS CONSTRUCTOR OWNER: PROJECT NUMBER: PROJECT NAME: PROCUREMENT OFFICER:. 1 Standard Modifications

More information

FORENSIC INVESTIGATION (FI) 3 64

FORENSIC INVESTIGATION (FI) 3 64 FORENSIC INVESTIGATION (FI) 3 64 (C) s for the District to Consider Implementing Based on the Results of FI Testing What FI s Are and What They Mean VLS has made specific recommendations based on the results

More information

State and Local RCW 28A Goods and Supplies (excluding books and *services) Less than $40,000 No quotes required

State and Local RCW 28A Goods and Supplies (excluding books and *services) Less than $40,000 No quotes required Procedure 6220P Bid Requirements The centralized purchasing department s main function is to support the purchasing needs of all schools and departments in the District while complying with State, Federal,

More information

Review of Travel Payment Processing

Review of Travel Payment Processing Exhibit 1 Review of Travel Payment Processing March 16, 2015 Report No. 16-1 Office of the County Auditor Evan A. Lukic, CPA County Auditor Table of Contents Executive Summary... 1 Purpose and Scope...

More information

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the ATTACHMENT A REV.1/17/18 FINAL CONTRACT FOR TITLE SERVICES-ON AN AS-NEEDED BASIS AGREEMENT made this day of, 2017, by and between the NEW JERSEY ECONOMIC DEVELOPMENT AUTHORITY (the "Authority or NJEDA"),

More information

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

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

More information

PROCUREMENT POLICY. EDD Revision Date: 8/24/00 WDB Review Date: 6/21/07; 12/20/07; 12/17/15 EXECUTIVE SUMMARY: Purpose:

PROCUREMENT POLICY. EDD Revision Date: 8/24/00 WDB Review Date: 6/21/07; 12/20/07; 12/17/15 EXECUTIVE SUMMARY: Purpose: PROCUREMENT POLICY EDD Revision Date: 8/24/00 WDB Review Date: 6/21/07; 12/20/07; 12/17/15 EXECUTIVE SUMMARY: Purpose: This document establishes the Madera County Workforce Development Board s policy regarding

More information

DIVISION 2. - PURCHASES [11]

DIVISION 2. - PURCHASES [11] DIVISION 2. - PURCHASES [11] Sec. 2-261. - Definitions. Sec. 2-262. - Penalty. Sec. 2-263. - Purpose. Sec. 2-264. - Establishment of purchasing division. Sec. 2-265. - Appointment and functions of purchasing

More information

A. For the purposes of this Part, the following words and terms shall have the following meanings:

A. For the purposes of this Part, the following words and terms shall have the following meanings: 835-RICR-30-00-1 TITLE 835 NARRAGANSETT BAY COMMISSION CHAPTER 30 PURCHASING AND ACQUISITIONS SUBCHAPTER 00 - N/A PART 1 Purchasing Rules and Regulations 1.1 General Provisions 1.1.1 Authority This Part

More information

AGREEMENT BETWEEN BROWARD COUNTY AND FOR CONSULTANT SERVICES FOR RLI/RFP #

AGREEMENT BETWEEN BROWARD COUNTY AND FOR CONSULTANT SERVICES FOR RLI/RFP # AGREEMENT BETWEEN BROWARD COUNTY AND FOR CONSULTANT SERVICES FOR RLI/RFP # This is an Agreement ("Agreement") between Broward County, a political subdivision of the State of Florida ("County"), and, a

More information

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN 1. CONTRACT: This contract is entered into by and between Spokane Regional Clean Air Agency (SRCAA) and (CONTRACTOR) to provide certain services to SRCAA.

More information

SERVICE AGREEMENT CONTRACT NO.

SERVICE AGREEMENT CONTRACT NO. SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES

More information

Mount Vernon City School District

Mount Vernon City School District DIVISION OF LOCAL GOVERNMENT AND SCHOOL ACCOUNTABILITY REPORT OF EXAMINATION 2017M-198 Mount Vernon City School District Purchasing and Claims Auditing FEBRUARY 2018 Contents Report Highlights.............................

More information

DGR ENGINEERING Master Agreement for Professional Services Task Order Version

DGR ENGINEERING Master Agreement for Professional Services Task Order Version DGR ENGINEERING Master Agreement for Professional Services Task Order Version THIS AGREEMENT is entered into on the 7th day of March, 2016, by and between the City of Volga, South Dakota, hereinafter referred

More information

Fresno County Zoo Authority Procedures for Approving and Administering Measure Z Funds. Adopted November 11, 2005

Fresno County Zoo Authority Procedures for Approving and Administering Measure Z Funds. Adopted November 11, 2005 Fresno County Zoo Authority Procedures for Approving and Administering Measure Z Funds Adopted November 11, 2005 Revised February 13, 2018 TABLE OF CONTENTS INTRODUCTION... 1 Exhibit 1 - Financial Management

More information

THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC MANAGEMENT AND ORGANIZATIONAL ASSESSMENT

THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC MANAGEMENT AND ORGANIZATIONAL ASSESSMENT THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC-19-03 MANAGEMENT AND ORGANIZATIONAL ASSESSMENT Proposal Issue Date: January 4, 2019 Proposal Due Date: January 29,

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

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

More information

CITY OF ST. LOUIS DEPARTMENT OF PUBLIC SAFETY. REQUEST FOR PROPOSAL (amended*)

CITY OF ST. LOUIS DEPARTMENT OF PUBLIC SAFETY. REQUEST FOR PROPOSAL (amended*) RFP #: 610-2007 CITY OF ST. LOUIS DEPARTMENT OF PUBLIC SAFETY REQUEST FOR PROPOSAL (amended*) FOR: PUBLIC SAFETY ANSWERING POINT, DISPATCH/EMERGENCY OPERATIONS CENTER CONSOLIDATION FEASIBILITY STUDY ISSUED:

More information

Telemetry Upgrade Project: Phase-3

Telemetry Upgrade Project: Phase-3 Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering

More information