REQUEST FOR PROPOSALS RFP-LC DRUG AND ALCOHOL TESTING SERVICES. DUE: April 30, 2018 at 2:00 p.m. local time

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS RFP-LC DRUG AND ALCOHOL TESTING SERVICES. DUE: April 30, 2018 at 2:00 p.m. local time"

Transcription

1 REQUEST FOR PROPOSALS DRUG AND ALCOHOL at 2:00 p.m. local time LIVINGSTON COUNTY PURCHASING 304 East Grand River, Suite 204 Howell, MI

2 TABLE OF CONTENTS INTRODUCTION... 3 CHANGES AND ADDENDA TO BID DOCUMENTS... 3 CALENDAR OF EVENTS... 3 COMMUNICATIONS... 4 PROPOSAL SUBMISSION REQUIREMENTS... 4 WITHDRAWAL OF PROPOSAL... 4 RESPONSIVE PROPOSALS... 4 SUBMITTAL PREPARATION COST... 5 GIFTS/GRATUITIES... 5 RESERVATION OF RIGHTS... 5 TAXES & PAYMENT TERMS... 5 INDEMNIFICATION AND HOLD HARMLESS... 5 EQUAL EMPLOYMENT OPPORTUNITY... 5 NONDISCRIMINATION... 6 GOVERNING LAW AND VENUE... 6 COMPLIANCE WITH LAWS AND REGULATIONS... 6 COMPLIANCE WITH HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) OF INTEREST OF CONTRACTOR AND COUNTY... 7 SUBCONTRACTING OR ASSIGNMENT OF CONTRACT OR CONTRACT FUNDS... 7 PRIMARY CONTRACTOR RESPONSIBILITIES... 7 AWARD... 8 TERM AND TERMINATION OF CONTRACT... 8 INSURANCE REQUIREMENTS... 8 I. SCOPE OF SERVICES - SPECIFICATIONS DRUG AND ALCOHOL TESTING REQUIRED TYPES OF TESTS MISCELLANEOUS DRUG AND ALCOHOL TESTING INFORMATION II. COMPENSATION ESCALATION QUESTIONNAIRE REQUIREMENT SIGNATURE PAGE/EXCULSIONS APPENDIX A: VENDOR QUESTIONNAIRE APPENDIX B: SUBCONTRACTOR FORM APPENDIX C: VENDOR REFERENCE INFORMATION APPENDIX D: PRICING PROPOSAL APPENDIX E: SIGNATURE PAGE APPENDIX F: CERTIFICATE OF COMPLIANCE WITH PUBLIC ACT 517 OF APPENDIX G: PROPOSAL SUBMISSION CHECKLIST Page 2 of 20

3 INTRODUCTION Livingston County is soliciting proposals from interested, qualified and experienced vendors to provide Drug and Alcohol Testing Services for the following Livingston County Courts: District Court and District Court Probation. In addition, the following Specialty Court Programs are included: Adult Drug Court, IT Mental Health Court, Swift & Sure Sanctions Probation Program, and Veterans Treatment Court. The initial contract award will begin on June 2, 2018 and will be until September 30, 2019, with an option for the County, at its discretion, to extend the contract for one (1) additional one-year period. A Request for Proposal differs from a Request for Bid/Quotation in that the County is seeking a solution as described herein, not a bid/quotation meeting firm specifications for the lowest price. As a result, the lowest price proposal does not guarantee an award recommendation. Competitive sealed proposals will be evaluated based upon criteria determined to be the most critical features of service including qualifications, experience, and timeliness which could be overriding factors, and price may not be determinative in the issuance of contract or award. The proposal evaluation criteria should be viewed as standards, which measure how well a vendors approach meets the desired requirements. The County of Livingston officially distributes bid documents from the Livingston County Purchasing Office and the Michigan Inter-governmental Trade Network (MITN) that you can access at Livingston County uses the MITN website for vendor registration, bid and tabulation posting, award information and other processes. Final bid results will be posted on the MITN website after award. Copies obtained through any other source are not considered official copies. If you have obtained this document from a source other than the Livingston County Purchasing Office or MITN, it is recommended that you obtain an official copy. It will be the bidder s responsibility to monitor for any addendums or amendments to this solicitation. CHANGES AND ADDENDA TO BID DOCUMENTS Each change or addendum issued in relation to this RFP will be on file in the Purchasing Office. It is the Vendor s responsibility to acquire knowledge of any changes, modifications or additions to the Authorized Version of the proposal document. No award will be made to any vendor who fails to submit the Addendum Signature Page(s), if applicable. CALENDAR OF EVENTS The following is a schedule of events concerning the bid process: Event Location Date Questions Close Monday, April 23, 2018, at Bid Due Date Livingston County Purchasing 304 E. Grand River Ave., Suite 204 Howell, MI :00 pm Monday, April 30, 2018, at 2:00 PM EST Interviews with Top May 3 & 4, 2018 Respondents Commencement Date June 2, 2018 Page 3 of 20

4 COMMUNICATIONS To ensure fair consideration for all interested Vendors, the County prohibits communications to or with any employee at the departmental level during the submission and evaluation periods. ANY QUESTIONS ANSWERED AT THE DEPARTMENT LEVEL ARE CONSIDERED UNOFFICIAL. Questions regarding this RFP shall be ed to Roberta Bennett at by April 23, 2018 at 5:00 pm. Questions received after this date and time may not be answered. Questions will be answered as soon as possible after receipt and will be posted at the County s website at: If you require any assistance, please contact: Roberta Bennett at (517) or via at rbennett@livgov.com. PROPOSAL SUBMISSION REQUIREMENTS Proposals must conform to the requirements set forth in the RFP. Proposals not conforming to these requirements may be rejected as non-responsive. A complete original (marked as such), three (3) exact duplicate copies, and one (1) electronic version in Adobe Reader PDF format on flash drive, CD or DVD shall be submitted by 2:00 p.m., EST. on Monday April 30, 2018 to: LIVINGSTON COUNTY PURCHASING 304 East Grand River, Suite 204 Howell, Michigan **PLEASE MARK THE OUTSIDE OF YOUR SEALED ENVELOPES WITH: 1. : 2. COMPANY NAME & ADDRESS NO FAXED OR ED DOCUMENTS WILL BE ACCEPTED. PROPOSALS RECEIVED AFTER THE DEADLINE WILL NOT BE ACCEPTED. The County reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. No submitted proposal may be withdrawn for a period of ninety (90) days from the date set for the opening thereof. WITHDRAWAL OF PROPOSAL Prior to the stated proposal deadline, proposals may be withdrawn in person by a bidder or authorized representative provided their identity is made known and a receipt is signed for the proposal. No proposal may be withdrawn for at least 90 days after opening except the successful vendor whose prices shall remain firm for the entire contract period. In case of error by the bidder in making up a bid, the Purchasing Office staff may, by discretion, reject such a proposal upon presentation of a letter by the Bidder which sets forth the error, the cause thereof, and sufficient evidence to substantiate the claim. RESPONSIVE PROPOSALS Companies are expected to examine the RFP requirements and all instructions. Failure to do so will be at the company s risk. Each company shall furnish all information requested herein. The person signing the proposal must initial all erasures or other changes. If any person Page 4 of 20

5 contemplating submitting a proposal is in doubt of the true meaning of any part of the specifications or other conditions with the RFP, they are advised to Elizabeth Young (eyoung@livgov.com) and have the portion in question clarified. SUBMITTAL PREPARATION COST The County shall not be liable for any expense incurred in connection with preparation of a submittal to this request. Vendors should prepare a straightforward and concise description of the vendor s ability to meet the requirements of this document. GIFTS/GRATUITIES Elected Officials, Department Heads, and/or County Employees will not be offered or entitled to earn or receive personal gifts, gratuities, credits or other benefits of economic value by reason of their official business. RESERVATION OF RIGHTS Livingston County reserves the right to reject any and all proposals, to award the agreement to other than the low proposal, to award separate agreements for separate parts of the services required, to negotiate the terms and conditions of all and any part of the proposals, to waive irregularities and/or formalities, and in general to make award in the manner as determined to be in the Board s best interest and its sole discretion. TAXES & PAYMENT TERMS Livingston County is exempt from Federal Excise and State Sales Tax. The County s tax number is Payment terms are Net 30 days upon receipt and acceptance. Livingston County will not pay for any test performed that is not authorized by the County Court Administration. Contractor is required to pay all applicable taxes lawfully assessed in connection with its performance of this Contract. INDEMNIFICATION AND HOLD HARMLESS The Contractor whose proposal is accepted must agree to the following indemnification and hold harmless responsibilities: The Contractor shall, at its own expense, protect, defend, indemnify and hold harmless Livingston County, its elected and appointed officers, employees and agents from all claims, damages (including but not limited to direct, indirect, incidental, consequential, special and punitive damages), costs, lawsuits and expenses including, but not limited to, all costs from administrative proceedings, court costs, and attorney fees, that they may incur as a result of any acts, omissions or negligence of the selected firm, its employees or agents or its subcontractors of sub-subcontractors, or any of their officers, employees or agents which may arise out of the contract. The Contractor s indemnification responsibilities shall include the sum of damages, costs and expenses which are in excess of the sum paid out on behalf of or reimbursed to Livingston County or its elected and appointed officers, employees, agents or by the insurance coverage obtained and/or maintained by the selected firm pursuant to the requirements of this RFP and the contract entered into. EQUAL EMPLOYMENT OPPORTUNITY The Contractor and its subcontractors, as required by law, shall not discriminate against the employee or applicant for employment with the respect to hire, tenure, terms, conditions or privileges of employment, or a matter directly relates to employment, because of race, color, Page 5 of 20

6 religion, national origin, age, sex, disability that is unrelated to the individual s ability to perform the duties of a particular job or position. Breach of this covenant may be regarded as a material breach of the Contract. The Contractor agrees to post notices containing this policy against discrimination in conspicuous places available to applicants for employment and employees. All solicitations or advertisements for employees, placed by or on the behalf of the Contract, will state that all qualified applicants will receive consideration for employment without regard to race, color, sex, national origin, disability, age, height, weight, marital status and religion. NONDISCRIMINATION The Contractor, its contractors and subcontractors, as required by law, shall not discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions or privileges of employment, or a matter directly or indirectly related to employment because of race, color, religion, national origin, age, sex, disability that is unrelated to the individual s ability to perform the duties of a particular job or position, height, weight, or marital status. Breach of this Section shall be regarded as a material breach of the contract. GOVERNING LAW AND VENUE The Contractor shall be governed by the laws of the State of Michigan. In the event any actions arising under the Contract are brought by or against the County of Livingston, the venue for such actions shall be established in accordance with the statutes of the State of Michigan and/or Michigan Court Rules. In the event that any action is brought under the Contract in Federal Court, the venue for such action shall be the Federal Judicial District of Michigan, Eastern District, Southern Division. COMPLIANCE WITH LAWS AND REGULATIONS The Contractor will comply with all federal, state and local regulations including, but not limited to, all applicable OSHA/MIOSHA requirements, the Americans with Disabilities Act, Federal and/or State licensing and/or certification requirements for services provided under this Contract. COMPLIANCE WITH HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) OF 1996 To the extent the Contractor has access to health information of participants that it is protected by the Health Insurance Portability and Accountability Act of 1996 (HIPAA), Public Law , as amended. Contractor shall comply with all applicable requirements of HIPAA and the rules and regulations which are promulgated pursuant thereto, 45 CFR Parts 160 and 164, as amended. Vendors must comply with the Confidentiality rules of the Specialty Court Programs and must agree to share necessary information as it relates to the participant s participation in the program. Participants are required to sign a confidentiality and privacy waiver that waives their rights under the 45 CFR parts 160 and 64, commonly known as HIPPAA, and 42 CFR Part 2. As the client s defense attorney, Specialty Court Programs defense attorneys should help ensure their clients have signed these waivers in order to participate in the program. Any statement or other information obtained as a result if an individual's participation in a preadmission screening and evaluation assessment is confidential, and is exempt from disclosure under the freedom of information act, and shall not be used in a criminal prosecution, except for a statement or information that reveals criminal acts other than personal drug use. Page 6 of 20

7 Any statement or other information obtained as a result of participating in an assessment, treatment, or testing while in the Specialty Court Programs is confidential and is exempt from disclosure under the freedom of information act, and shall not be used in a criminal prosecution, except for a statement or information that reveals criminal acts other than, or inconsistent with, personal drug use. Access shall be limited to the minimum necessary to provide the applicable service. Breach of this section shall be a material breach of contract. INTEREST OF CONTRACTOR AND COUNTY The Contractor assures that they have no interests which would conflict with the performance of services required by the Contract. The Contractor also assures that, in the performance of the Contract, no officer, agents, employee of the County of Livingston, or member of its governing bodies, may participate in any decision relating to the Contract which affects his/her personal interest or the interest of any corporation, partnership or association in which he/she is directly or indirectly interested or has any personal or pecuniary interest. However, this paragraph does not apply where specifically exempt under Michigan Law. SUBCONTRACTING OR ASSIGNMENT OF CONTRACT OR CONTRACT FUNDS Once awarded, this Contract shall not be subcontracted or any part thereof assigned without the express written approval of the County Purchasing Agent. In no case; however, shall such approval relieve the Contractor from his obligations or change the terms of the Contract. The Contractor shall not transfer or assign any Contract funds or claims due or to become due without the advance written approval of the Purchasing Agent. The unauthorized subcontracting or assignment of the Contract, in whole or in part, or the unauthorized transfer or assignment of any Contract funds, either in whole or in part, or any interest therein, which shall be due or are to become due the Contractor shall have no effect on the County and are null and void. The Contractor shall identify any and all contractors and subcontractors it intends to use in the performance of the Contract. All such persons shall be subject to the prior approval of the County. The contractor and its employees, contractors, subcontractors, agents and representatives are, for all purposes arising out of the contract, independent contractors and not employees of the County. It is expressly understood and agreed that the Contractor and its employees, contractors, subcontractors, agents and representatives shall in no event as a result of the contract be entitled to any benefit to which county employees are entitled; including, but not limited to, overtime, retirement benefits, worker s compensation benefits and injury leave or other leave benefits. PRIMARY CONTRACTOR RESPONSIBILITIES The contractor will be required to assume responsibility for all contractual activities offered in this proposal. Further, Livingston County will consider the Contractor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the anticipated contract. The contractor shall perform all of the services described within this RFP. Invoicing shall be submitted to the proper Court on a monthly basis. If the contract is terminated prematurely for any reason, the contractor will be compensated for completed services only as specified in the contract. Page 7 of 20

8 AWARD A Review Committee will evaluate submitted proposals. The Review Committee will be holding May 3 rd and 4 th open for conducting vendor interviews of the top respondents. Please keep these dates available. The County will award the contract to the most responsive, responsible proposer having proven experience as described herein. The County reserves the right to award this contract not necessarily to the proposal with the lowest price but to the proposal that demonstrates the Best Value. The evaluation and award of this proposal shall be rated on the following criteria: Demonstrated ability to meet all of the minimum requirements as stated in the RFP; Reputation and experience of vendor based on references provided; Responses to the Vendor Questionnaire; Proposed pricing; and Previous experience with the County, if applicable. Livingston County, at its discretion, may request site visits of potential vendor s facilities and brochures, specifications and/or samples of any proposed new equipment that may be used prior to award. The price proposed shall be considered firm and cannot be altered after receipt per the terms of this proposal. All proposals will be reviewed and the recommendation for a selection will be made to the Livingston County Board of Commissioners. Final approval will be granted by the Board of Commissioners. The County may make a determination that the rejection of all proposals is in the best interest of Livingston County. Livingston County will not pay for any information herein requested, nor is it liable for any costs incurred by the proposer. The successful contractor shall commence work only after the transmittal of a fully executed contract and after receiving written notification to proceed from Livingston County. The successful proposer will perform all services indicated in the RFP and in compliance with the negotiated contract. The contents of this RFP and the vendor s response will become contractual obligations if a contract ensues. Failure of the successful contractor to accept these obligations may result in cancellation of the award. TERM AND TERMINATION OF CONTRACT The initial contract award will begin on June 2, 2018 and will be until September 30, 2019, with an option for the County, at its discretion, to extend the contract for one (1) additional one-year period. The contractor shall not assign the contract or any part thereof to any person, firm, corporation or company unless such assignment is approved in writing by Livingston County. The County reserves the right to terminate this contract at any time, with a minimum thirty (30) days written notice to the vendor in the event that the services of vendor are deemed by the County to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this agreement. INSURANCE REQUIREMENTS The contractor, or any of their subcontractors, shall not commence work under this contract until they have obtained the insurance required under this paragraph, and shall keep such insurance in force during the entire life of this contract. All coverage shall be with insurance companies licensed and admitted to do business in the State of Michigan and acceptable to Livingston Page 8 of 20

9 County. The requirements below should not be interpreted to limit the liability of the Contractor. All deductibles and SIR s are the responsibility of the Contractor. The Contractor shall procure and maintain the following insurance coverage: Commercial General Liability Insurance on an Occurrence Basis with limits of liability not less than $1,000,000 per occurrence and aggregate. Coverage shall include the following extensions: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent, if not already included; (E) Deletion of all Explosion, Collapse, and Underground (XCU) exclusion, if applicable. Worker s Compensation Insurance including Employers Liability Coverage, in accordance with all applicable statutes of the State of Michigan. Automobile Liability insurance including Michigan No-Fault Coverage, with limits of liability not less than $1,000,000 per occurrence, combined single limit for Bodily Injury, and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles. Additional Insured Commercial General Liability and Automobile Liability, as described above, shall include an endorsement stating the following shall be Additional Insured s. Livingston County, all elected and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and board members, including employees and volunteers thereof. It is understood and agreed by naming Livingston County as additional insured, coverage afforded is considered to be primary and any other insurance Livingston County may have in effect shall be considered secondary and/or excess. Cancellation Notice: All policies, as described above, shall include an endorsement stating that is it understood and agreed Thirty (30) days, Ten (10) days for non-payment of premium, Advance Written Notice of Cancellation, Non-Renewal, Reduction, and/or Material Change shall be sent to: Livingston County, ATTN: Purchasing 304 E. Grand River Ave., Suite 204 Howell, MI Proof of Insurance Coverage: The Contractor shall provide Livingston County, at the time that the contracts are returned by him/her for execution, a Certificate of Insurance as well as the required endorsements. In lieu of required endorsements, if applicable, a copy of the policy sections where coverage is provided for additional insured and cancellation notice would be acceptable. Copies or certified copies of all policies mentioned above shall be furnished, if so requested. If any of the above coverage(s) expire during the term of this contract, the Contractor shall deliver renewal certificates and endorsements to Livingston County at least ten (10) days prior to the expiration date The required Certificate of Liability Insurance and endorsements must be submitted to the Purchasing Office upon a fully executed written agreement. The Insurance Certificate and endorsements may be faxed or ed to: or purchasing@livgov.com. NOTE: Failure on the part of any bidder to contact his/her insurance carrier to verify that the insurance carried by the bidder meets Livingston County s specifications shall result in this proposal being completed incorrectly. Page 9 of 20

10 OTHER: Sole proprietors or partnerships shall provide proof of Worker s Compensation Insurance or Notice of Exclusion from Workers Compensation as required by law. Any company who claims Workers Compensation Exclusion is required to have a Notice of Exclusion from the Michigan Department of Energy, Labor & Economic Growth, and Workers Compensation Agency on file. Below is the contact information necessary to request a Notice of Exclusion form (WC-337). Michigan Department of Energy, Labor & Economic Growth Workers' Compensation Agency PO Box Lansing, MI (517) Once you have a WC-337 form on file with the State of Michigan, a copy may be faxed or ed to: or eyoung@livgov.com. I. SCOPE OF SERVICES - SPECIFICATIONS DRUG AND ALCOHOL TESTING 1. Hours of testing are to be determined by vendor based on testing needs. 2. Hours and days vendor is to be open for defendants referred for an instant test by the court: a. 8:00 AM 5:00 PM Monday through Friday 3. Hours and days vendor employees are to be available to appear in court to testify: a. 8:00 AM 5:00 PM Monday thru Friday 4. Agree to appear at a court located in Howell, MI as needed for an instant test. 5. Submit tests to a lab that has no longer than 2 business day turnaround for results. 6. As directed by court staff, report any testing issues, such as: a. Failure to appear b. Positives c. Dilutes d. Other as requested by court staff 7. Visual observation of sample being given by defendant. 8. Access by court staff to vendor s records of court-referred individuals testing results. 9. Enter results data in DCCMIS for all Specialty Court Programs as requested. 10. Provide documentation of the process used to assure that the sample tested is the sample obtained from the client and how this process is verified. 11. For the purpose of monitoring same gender samples, a female and male employee must always be available during testing hours. 12. Must maintain adequate staffing levels for holiday and weekend testing, or any other day when the plan is to test all or most clients. 13. Written information given to defendants when they sign up for testing that explains, in detail, what they are required to do and what they are prohibited from doing. 14. Notices of violations must be communicated to court staff in the manner requested by the court staff. 15. Swab capability for drugs and alcohol. 16. ETG capability panel test capability. 18. List any and all fees, such as, enrollment fee, cancellation fee, after hours testing, holiday testing, and any other applicable fees. Page 10 of 20

11 19. Use acceptable software that is approved by the court. 20. Provide training to court staff on software at no additional cost to the court. REQUIRED TYPES OF TESTS 1. PBT 2. Urine screen for drug and alcohol 3. ETG/ETS Testing 4. GC/MS Confirmation 5. SWAB testing for drug and/or alcohol 6. Medication review of prescription usage MISCELLANEOUS DRUG AND ALCOHOL TESTING INFORMATION 1. Vendor shall have the ability to provide weekly reports on testing results, and the capacity of providing testing history and/or provide the County the ability to obtain results via the internet. 2. Vendor must provide court testimony, statements or documents regarding these services. 3. All information provided to and information contained in the records of all participants is required to be held confidential. In addition, Vendor shall comply with the requirements of the Health Insurance Portability and Accountability Act of 1996 (HIPAA). 4. Positive tests that are challenged by the client and sent to the lab are paid for by the client. 5. With approval from the court, clients may test at hours other than the normal testing hours without incurring any additional charges. 6. With approval from the court, clients may re-instate cases that have been closed due to inactivity without incurring additional charges. II. COMPENSATION Vendor shall submit an invoice by Court and/or Program no later than the 5 th of each month detailing all services provided, including client name, source of referral, and any enrollment or set up charges for new clients, any charges to end clients service, and any per day charges. Vendor will use invoice templates supplied by Court Finance staff. Vendor will invoice for District Court and each Specialty Court Programs on a separate invoice. Vendor shall respond to questions or need for clarification by Court Finance staff within 24 hours of receiving questions. ESCALATION Prices offered herein shall be firm against any increase for the initial contract period ending September 30, Prior to commencement of subsequent renewal terms, the County may entertain a request for escalation in accordance with the current Consumer Price Index for the previous 12-month period or up to a maximum 5% increase on the current pricing, whichever is lower. For purposes of this section, Consumer Price Index shall mean the Consumer Price Index-All Urban Consumers-United States Average-: Midwest Region All Items, =100 - CUUR0200SA0 as published by the United States Department of Labor, Bureau of Labor Statistics. Any proposed price increases shall be submitted to Livingston County Purchasing Department ninety (90) days prior to the next renewal period. Livingston County reserves the right to accept or reject the request for a price increase for the next renewal period. Page 11 of 20

12 QUESTIONNAIRE REQUIREMENT Vendor must complete in detail the enclosed questionnaire of pertinent information concerning the Vendor's qualifications. Questionnaire must be returned with proposal response (Appendix A). Failure to do so may be considered just cause to reject Proposal for failure to meet specification. SIGNATURE PAGE/EXCULSIONS The Signature Page shall be completely filled out and returned with the proposal submission. A representative of your company who is authorized to bind your company must sign the Signature Page. Include any exclusion(s) to this RFP in the area provided on the Signature Page (Appendix E). Page 12 of 20

13 APPENDIX A: VENDOR QUESTIONNAIRE VENDOR NAME: 1. Provide a brief company history outlining the qualifications and organization of your company. 2. Include summaries of key personnel with the qualifications that will be pertinent to the contract. 3. Please indicate the number of years of experience providing drug and alcohol testing services as outlined in the scope of services. 4. Please indicate the number of years of experience providing court testimony services as outlined in the scope of services. 5. Please provide a detailed explanation of your company s randomization determination process. 6. What types of insurance payments does your organization accept? If currently not accepting insurance payments, are you able to do so in the future? 7. Complete and return Appendix C. Provide three (3) business or organizational references with complete name, address and telephone of the contract person(s). 8. Please identify (if any) subcontractors that will be used or if a partnership will be formed to provide the scope of services detailed within this RFP. 9. For every subcontractor identified in question 6, please detail the subcontractors qualifications and roles within this partnership. 10. For each subcontractor identified in question 6, please complete and return Appendix B forms. 11. To the best of the vendor s knowledge, does an actual potential conflict exist between a County employee and the vendor? 12. Please describe the software that would be used to provide drug and alcohol testing results to the court. Would you provide training to the court staff on how to use your software at no additional cost to the court? Page 13 of 20

14 APPENDIX B: SUBCONTRACTOR FORM Failure to complete this form and/or provide the information requested may result in your Bid being deemed nonresponsive and rejected without any further evaluation. Are there any subcontractors to be utilized under this contract? YES - You must complete both pages*. NO - You must complete only this page. *A separate Subcontractor Form must be completed by each subcontractor intended to be used on the contract. Ensuring completion of the Subcontractor Form is the responsibility of the Proposer, and failure of the Proposer to timely arrange for its prospective subcontractors to complete and submit the form as part of the proposal may result in its proposal being deemed nonresponsive. ACKNOWLEDGED BY: Firm: Name: Title: Signature: Date: (Authorized Representative) Page 14 of 20

15 APPENDIX B: SUBCONTRACTOR FORM (You must submit this form for each subcontractor. If you have more than one subcontractor, make additional copies of this form, as needed) Prime Contractor State relationship, if any, between Prime Contractor and each Subcontractor: NOTE: Both the Prime Contractor/Consultant and Subcontractor must sign this form appropriately. Subcontractor: Fed Tax ID Address: P.O. Box City: County State Zip: Phone: ( ) Primary contact person: Fax: ( ) Phone: ( ) Detailed description of the work to be self-performed by the subcontractor: Amount of subcontract and/or Percent of total contract: $ and/or: % ACKNOWLEDGEMENTS: SUBCONTRACTOR: I acknowledge that all the above information has been completely filled out and is true. Authorized Signature Name & Title Date PRIME CONTRACTOR: I acknowledge that all the above information has been completely filled out and is true. Authorized Signature Name & Title Date Page 15 of 20

16 APPENDIX C: VENDOR REFERENCE INFORMATION VENDOR NAME: Company Name: Type of Service(s) Provided: Contact Name: Contact Phone Number: Contact Address: Date (s) of Services: Company Name: Type of Service(s) Provided: Contact Name: Contact Phone Number: Contact Address: Date (s) of Services: Company Name: Type of Service(s) Provided: Contact Name: Contact Phone Number: Contact Address: Date (s) of Services: Page 16 of 20

17 APPENDIX D: PRICING PROPOSAL VENDOR NAME: Please indicate the fees related each of the proposed tests or services. As it relates to the other fees, please provide pricing for Court Testimony and other proposed services not outlined within the Pricing Proposal Sheet. PBT Description of Service or Test Service or Test Fee Enrollment Fee Urine Screen for Drug and Alcohol ETG/ETS Testing GC/MS Confirmation SWAB Testing for Drug and/or Alcohol Medication Review of Prescription Usage Court Testimony Other Applicable Fee(s) Other Type(s) of Service(s) Please list any other type(s) of service(s) provided and the cost for each proposed service(s). Page 17 of 20

18 APPENDIX E: SIGNATURE PAGE Vendor Name: Address: Address: Telephone Number: Fax Number: Federal Tax ID Number: Check ONE of the following: Partnership Non-Profit Corporation Profit Corporation DBE (If you have a DBE status, submit current certificate with proposal) Non-DBE Other, Specify: If awarded a contract in response to this Proposal, our company: Will Will Not be able to meet the specifications as required for Insurance Coverages/ Limits. It is recommended to contact your insurance provider prior checking the above. I certify, under penalty of perjury, that I have the legal Title and Name of Agency: authorization to bind the firm hereunder Signature of Person Authorized to Sign: Name of Authorized Signatory (print): Date: The above individual is authorized to sign on behalf of the company submitting this proposal. Proposals must be signed by an official authorized to bind the provider to its provisions for a period of at least 90 days. How did you learn about this proposal opportunity? EXCLUSIONS Please list any exclusions for this RFP: (Check here if a separate page is necessary, please indicate these are exceptions to any portion of this solicitation) EXTENSION OF AWARD will extend to other Livingston County Departments, other Local Units of government within Livingston County, and the MITN Cooperative, the opportunity to piggyback off of this contract for the same pricing, terms and conditions. COMPANY NAME YES NO Page 18 of 20

19 APPENDIX F: CERTIFICATE OF COMPLIANCE WITH PUBLIC ACT 517 OF 2012 I certify that neither (Company), nor any of its successors, parent companies, subsidiaries, or companies under common control, are an Iran Linked Business engaged in investment activities of $20,000, or more with the energy sector of Iran, within the meaning of Michigan Public Act 517 of In the event it is awarded Contract as a result of this Invitation to Proposal, Company will not become an Iran linked business during the course of performing the work under the Contract. NOTE: IF A PERSON OR ENTITY FALSELY CERTIFIES THAT IT IS NOT AN IRAN LINKED BUSINESS AS DEFINED BY PUBLIC ACT 517 OF 2012, IT WILL BE RESPONSIBLE FOR CIVIL PENALTIES OF NOT MORE THAN $250, OR TWO TIMES THE AMOUNT OF THE CONTRACT FOR WHICH THE FALSE CERTIFICATION WAS MADE, WHICHEVER IS GREATER, PLUS COSTS AND REASONABLE ATTORNEY FEES INCURRED, AS MORE FULLY SET FORTH IN SECTION 5 OF ACT NO. 517, PUBLIC ACTS OF (Name of Company) By: Date: Title: Subscribed and sworn to before me This day of, 20. My Commission Expires: Notary Public,, County, State of Michigan Page 19 of 20

20 APPENDIX G: PROPOSAL SUBMISSION CHECKLIST To enable consistent Proposal evaluation, the following Proposal Contents/Format has been developed. FAILURE TO SUBMIT THE REQUESTED DOCUMENTS COULD RESULT IN DETERMINING THE SUBMISSION AS NON-RESPONSIVE AND REJECTED. Complete Item Description Appendix A Vendor Questionnaire Certificate of Insurance & W-9 Appendix B Subcontractor Forms Appendix C Vendor Reference Information Appendix D Pricing Proposal Appendix E Signature Page Appendix F Certificate of Compliance with Public Act 517 of 2012 Appendix G Proposal Submission Checklist Addendum Signature Page (s) *(If applicable) SUBMITTED PROPOSAL CONTAINS ALL COMPLETED FORMS/CERTIFICATIONS AS LISTED ABOVE Authorized Signature Printed Name of Authorized Representative: Title: Date Page 20 of 20

REQUEST FOR PROPOSALS RFP-LC Legal Services for Indigent Defendants in Adult Criminal Proceedings. DUE: May 4, 2018 at 2:00 p.m.

REQUEST FOR PROPOSALS RFP-LC Legal Services for Indigent Defendants in Adult Criminal Proceedings. DUE: May 4, 2018 at 2:00 p.m. REQUEST FOR PROPOSALS Indigent Defendants in at 2:00 p.m. local time LIVINGSTON COUNTY PURCHASING 304 East Grand River Ave., Suite 204 Howell, MI 48843 517-540-8741 TABLE OF CONTENTS INTRODUCTION... 3

More information

REQUEST FOR PROPOSALS RFP-LC SOBER LIVING HOUSING SERVICES. DUE: January 25, 2018 at 2:00 p.m. local time

REQUEST FOR PROPOSALS RFP-LC SOBER LIVING HOUSING SERVICES. DUE: January 25, 2018 at 2:00 p.m. local time REQUEST FOR PROPOSALS at 2:00 p.m. local time LIVINGSTON COUNTY PURCHASING 304 East Grand River Ave., Suite 204 Howell, MI 48843 517-540-8741 TABLE OF CONTENTS INTRODUCTION... 3 CHANGES AND ADDENDA TO

More information

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN SEALED BIDS DUE: SEPTEMBER 27, 2018 BY 2:00 PM Procurement & Contracts Administrator Department of Finance Midland County Services Building

More information

REQUEST FOR PROPOSALS RFP-LC DIGITAL IMAGING & MICROFILM SERVICES. DUE: June 13, 2017 at 2:00 p.m. local time

REQUEST FOR PROPOSALS RFP-LC DIGITAL IMAGING & MICROFILM SERVICES. DUE: June 13, 2017 at 2:00 p.m. local time REQUEST FOR PROPOSALS at 2:00 p.m. local time LIVINGSTON COUNTY PURCHASING 304 East Grand River, Suite 204 Howell, MI 48843 517-540-8741 TABLE OF CONTENTS INTRODUCTION... 3 CHANGES AND ADDENDA TO BID DOCUMENTS...

More information

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

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 PROPOSALS RFP-LC TRANSIT MASTER PLAN FOR LIVINGSTON COUNTY. DUE: MONTH DD, 2017 at 2:00 p.m. local time

REQUEST FOR PROPOSALS RFP-LC TRANSIT MASTER PLAN FOR LIVINGSTON COUNTY. DUE: MONTH DD, 2017 at 2:00 p.m. local time REQUEST FOR PROPOSALS TRANSIT MASTER PLAN FOR LIVINGSTON COUNTY at 2:00 p.m. local time LIVINGSTON COUNTY PURCHASING 304 East Grand River Ave., Suite 204 Howell, MI 48843 517-540-8741 TABLE OF CONTENTS

More information

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

More information

REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES

REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES Sealed proposals endorsed PARKING CONSULTANT SERVICES, will be received at the Office of the City Clerk, 151 Martin Street, PO Box 3001, Birmingham,

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

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

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

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

More information

P R O P O S A L F O R M

P R O P O S A L F O R M GRAVEL 22A & 23A P R O P O S A L F O R M Bid Due: May 18, 2018-9:00 am To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City, MI 49696 The undersigned hereby certifies that they

More information

BERRIEN COUNTY ROAD DEPARTMENT

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements

More information

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

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

Application Requirements This Application will not be processed unless all required information is provided.

Application Requirements This Application will not be processed unless all required information is provided. LIVINGSTON COUNTY SEPTAGE RECEIVING STATION HAULER APPLICATION Livingston County Department of Public Works 2300 E. Grand River Ave., Suite 105 Howell, MI 48843 517-546-0040 Application Requirements This

More information

SECTION 2 - STANDARD TERMS & CONDITIONS

SECTION 2 - STANDARD TERMS & CONDITIONS SECTION 2 - STANDARD TERMS & CONDITIONS 1. Genesee County Purchasing Regulations: All procurements are conducted in accordance with the Genesee County Purchasing Regulations, a copy of which is on file

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

Columbia Public Schools Columbia, Missouri

Columbia Public Schools Columbia, Missouri FOR THE S Columbia Public Schools Columbia, Missouri RFP # C-10025 Invitation For Request For Proposal THIRD PARTY ADMINISTRATOR TO MANAGE THE SCHOOL DISTRICT ADMINISTRATIVE CLAIMING and ADMINISTRATION

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for PURCHASE OR LEASE OF CARDIVASCULAR EQUIPMENT 2018 Contact: Jennifer Franz Phone: 734 394-5482 E-mail: jennifer.franz@canton-mi.org Date Issued: 8/23/2018

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

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

Request for Proposal For Scrap Metal Removal

Request for Proposal For Scrap Metal Removal Daryl Huddleston Director of Transportation 900 S Powell Rd Independence, MO 64056 (816)521-5335 Fax (816)521-5660 Request for Proposal For Scrap Metal Removal Proposal Due: On or before June 21, 2018

More information

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535 EQUIPMENT WITH OPERATOR P R O P O S A L F O R M Due Date: April 21, 2016-9:00 am MITN Code: 97535 To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City MI 49696 The undersigned

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

West Hartford Housing Authority Request for Proposals (RFP) HQS Services I. INTRODUCTION The West Hartford Housing Authority (WHHA) is seeking proposals from qualified Housing Quality Standard inspection firms (Proposers) to perform HQS inspections of its Housing Choice Vouchers

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

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

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program Request For Proposal City of St. Joseph, Michigan Three Year Cross Connection Control Program City of St. Joseph 700 Broad Street St. Joseph, MI 49085 I. Purpose This Request for Proposal ( RFP ) is to

More information

REQUEST FOR PROPOSALS For Retail Consultant

REQUEST FOR PROPOSALS For Retail Consultant REQUEST FOR PROPOSALS For Retail Consultant Sealed proposals endorsed Retail Consultant, will be received at the Birmingham Shopping District, ATTN: Ingrid Tighe, 151 Martin Street, Birmingham, Michigan,

More information

BID DOCUMENTS FOR. WTP VFD Replacement Bid

BID DOCUMENTS FOR. WTP VFD Replacement Bid BID DOCUMENTS FOR WTP VFD Replacement Bid CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 18, 2018 NOTICE TO BIDDERS WTP VFD REPLACEMENT BID FOR THE CITY OF OWOSSO, MICHIGAN Sealed proposals

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for COLOR COPIER Contact: Michael Siegrist Phone: 734 394-5120 E-mail: michael.siegrist@canton-mi.org Date Issued: 10/4/2018 Due Date & Time: 3:00 p.m., Thursday,

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

Request for Qualifications

Request for Qualifications Request for Qualifications Barry County Sheriff s Department/Jail Facility and Commission on Aging Facility Consulting Services Barry County 220 W. State St. Hastings, Michigan 49058 Prepared By: Michael

More information

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016 Charter Township of Canton Invitation To Bid for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016 Contact: Jason Lombardo Phone: 734 394-5473 E-mail: Jason.lombardo@canton-mi.org Date Issued: 09/29/2016

More information

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:

More information

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole Bid Package For Lease of Golf Carts City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN 37864-5500 Phone: (865) 868-1570 Fax: (865) 453-5518 Contact: Nicole Catlett Email: ncatlett@seviervilletn.org

More information

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.

More information

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

More information

CITY OF SUGAR HILL Request for Proposals Event Audio Services

CITY OF SUGAR HILL Request for Proposals Event Audio Services CITY OF SUGAR HILL Request for Proposals Event Audio Services January 10, 2017 The City of Sugar Hill, Georgia (the City ) is now accepting sealed proposals from qualified vendors to provide sound production

More information

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

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

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK MAY 1, 2018 Effective Date: January 1, 2019 1 Introduction A. Overview and Reason for Competitive Request for Proposal Overland Park, Kansas

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

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

More information

REQUEST FOR 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

Invitation To Bid. for

Invitation To Bid. for PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:

More information

BAY COUNTY LIBRARY SYSTEM

BAY COUNTY LIBRARY SYSTEM BAY COUNTY LIBRARY SYSTEM REQUEST FOR PROPOSAL (THIS IS NOT AN ORDER OR OFFER) DATE OF REQUEST REFERENCE PROPOSAL NUMBER RFP - 1-16 DATE PROPOSALS ARE DUE SUBMIT PROPOSAL TO: MARK PROPOSAL: DELIVERY DATE:

More information

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CASTRO AVE. AND F.M. 462 WATER IMPROVEMENTS PUBLISHED DATE: March 1, 2018 RESPONSE DUE DATE: April 24, 2018 Interested vendors must submit a RESPONSE PACKAGE

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals

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

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY KENNETH L. GASPER ALBERT A. ALMY KAREN D. BOTA ROBERT

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

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

More information

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

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for DISCOVER PRINTING AND SORTING/DISTRIBUTION Contact: Peg Stevens Phone: 734 394-5469 E-mail: pstevens@canton-mi.org Date Issued: 10/18/2018 Due Date & Time:

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

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

PROPOSAL FOR STREET SWEEPING SERVICES

PROPOSAL FOR STREET SWEEPING SERVICES 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017-2018 STREET SWEEPING SERVICES BID OPENING: Thursday, April 27, 2017 at 10:00 a.m. BOARD OF COUNTY

More information

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB) Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and

More information

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave) COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

More information

REQUEST FOR PROPOSAL (RFP)

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

More information

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 REQUEST FOR PROPOSAL (RFP) #18-049-53 LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 RESPONSE DEADLINE: JANUARY 16, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: KIRSTEN BURMEISTER,

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

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

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

More information

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

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May

More information

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg

More information

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services Issue Date: March 23, 2018 Proposals Due Date: April 19, 2018 Optional Walk through: April 10, 2018 Interviews: April 25 and 26, 2018 RFP Coordinator: Amy James Director of Business Services Room # 1123

More information

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the upgrade of the existing A/V System for the City of Galesburg, Illinois Instructions to

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)

More information

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

Request for Proposals for Agent of Record/Insurance Broker Services

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

More information

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: RFP No. DPL-CL-1904 Issued: September 25, 2018 Due Date: October 16, 2018 at 2:00 p.m. Page 2 of 11 DPL-CL-1904 The

More information

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT BOROUGH of PINE HILL SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 5, 2017 10:00 A.M. ADDRESS ALL PROPOSALS TO: BUSINESS ADMINISTRATOR

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

More information

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

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS JANUARY 23, 2019 11:00 A.M. ADDRESS ALL PROPOSALS TO: TOWNSHIP ADMINISTRATOR

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN. June 26, 2014

S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN. June 26, 2014 S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN June 26, 2014 ADMINISTRATION AUTHORIZE COUNTY ADMINISTRATOR NEGOTIATE A NEW MEDICAL EXAMINER SERVICES CONTRACT WITH WESTERN

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

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

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

More information

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

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

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

More information