CITY OF FARMINGTON 800 MUNICIPAL DRIVE FARMINGTON, NEW MEXICO Credit Repair and Financial Literacy Classes RFQ #

Size: px
Start display at page:

Download "CITY OF FARMINGTON 800 MUNICIPAL DRIVE FARMINGTON, NEW MEXICO Credit Repair and Financial Literacy Classes RFQ #"

Transcription

1 CITY OF FARMINGTON 800 MUNICIPAL DRIVE FARMINGTON, NEW MEXICO Credit Repair and Financial Literacy Classes RFQ # QUOTE DUE DATE March 14, :00 p.m. DEADLINE FOR QUESTIONS March 1, :00 p.m. 1

2 Table of Contents Section Page Acknowledgment of Receipt Form... 3 Request for Quotes - Submittal... 4 Notice to Offerors... 5 General Conditions... 6 I. Background Information General Information Scope of Work Requirements of Offerors Information Provided by City Intent II. Quote Process Introduction Schedule Due Date Inquiries Signing of Quotes and Authorization to Negotiate Period of Acceptance Binding Offers Subcontracts and Other Contractual Arrangements Independence of the Offeror Laws and Regulations Confidentiality Prohibited Contacts Bribery and Kickbacks Protest Deadline Agreement Contract Length References Conflict of Interest Debarment, Suspension, and Ineligibility III. Quote Format Requirements General Format for Quotes Organization of Materials Contents of Quote IV. Evaluation Criteria for Award Presentation Agenda Presentation Schedule Cost Proposal... Exhibit A Offeror's Estimate of Taxes... Exhibit B Campaign Contribution Disclosure Form... Exhibit C Draft Agreement... Exhibit D 2

3 Credit Repair and Financial Literacy Classes RFQ # March 14, 2017 at 2:00 p.m. ACKNOWLEDGEMENT OF RECEIPT FORM In acknowledgement of receipt of the Credit Repair and Financial Literacy Classes distribution packet # , the undersigned agrees that he/she has received a complete copy, beginning with the title page and ending with the Draft Agreement, for a total of 36 pages. In order to receive copies of all future communications, relating to, and including amendments to this distribution packet # , return this acknowledgement form no later than March 1, Returning this form is not mandatory to submit a bid. FIRM: REPRESENTED BY: TITLE: PHONE: FAX: ADDRESS: CITY: STATE: ZIP: SIGNATURE: DATE: This name and address will be used for all correspondence related to document # Firm does / does not (circle one) intend to respond to Credit Repair and Financial Literacy Classes, # If firm does not intend to reply, please give a brief reason for not responding: Return to: Sharron Dunn, CPPB, Buyer I City of Farmington Central Purchasing 800 Municipal Drive Farmington, NM Phone: (505) Fax: (505) sdunn@fmtn.org ed and Faxed Copies of this form will be accepted. 3

4 REQUEST FOR QUOTES ************************************ RFQ TITLE: Credit Repair and Financial Literacy Classes RFQ #: *********************************** PROPOSALS SHALL BE DELIVERED TO: CITY OF FARMINGTON CENTRAL PURCHASING DEPARTMENT 800 MUNICIPAL DRIVE (Mailing Address) 805 MUNICIPAL DRIVE (Physical Location) FARMINGTON, NM FAX: DATE DUE: March 14, 2017 at 2:00 p.m. Approved as to form: /s/rosalyn Potter Rosalyn Potter, CPPB Contracts Administrator If you have any questions regarding this RFQ, please contact: /s/sharron Dunn Sharron Dunn, CPPB, Buyer I Telephone Number: (505) DEADLINE FOR QUESTION: DATE: March 1, 2017 TIME: 2:00 p.m. IMPORTANT ED OR FAXED RFQ S WILL BE ACCEPTED. The undersigned declares that the amount and nature of the service to be furnished is understood and that the nature of this quote is in strict accordance with the conditions set forth and is part of this Request for Quotes ( RFQ ), and that the undersigned Offeror has read and understands the scope and conditions of the RFQ. The undersigned, in submitting this quote, represents that Offeror is an equal opportunity employer, and will not discriminate with regard to race, age, religion, color, national origin, ancestry, sex, or physical or mental handicap as specified in Sec NMSA 1978 in the performance of this contract between Offeror and the City of Farmington ( CITY ). The undersigned hereby proposes to perform necessary professional services for the amount and upon the conditions stated in this quote after notice of award of the contract. This RFQ is subject to the Purchase Order Terms and Conditions, Quote Requirements, Scope of Work and any subsequent contract or agreement. OFFEROR MUST COMPLETE THE FOLLOWING COMPANY NAME / MAILING ADDRESS / CITY / STATE / ZIP (please print) CONTACT PERSON (please print) TELEPHONE To be a valid quote, Offeror must sign here Title In-State/Resident Veterans Preference will be applied only to those Offerors who have been issued a certification number from the State of New Mexico Taxation and Revenue Department and return a copy of their certificate with their proposal. In- State/Resident Veterans Preference certification approval is required at the time of the quote opening to be eligible. Please check here if you qualify for either preference and have included a certificate with your response. Offeror must check the appropriate box below: If applicable, OFFEROR ACKNOWLEDGES RECEIPT OF THE FOLLOWING AMENDMENT(S): Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated 4

5 CITY OF FARMINGTON, NEW MEXICO NOTICE TO BIDDERS Credit Repair and Financial Literacy Classes, RFQ # March 14, 2:00 p.m. Request for Quote (RFQ) documents may be retrieved by accessing the Purchasing page of the City of Farmington website, by calling (505) or visiting the Central Purchasing Office at 805 Municipal Drive, Farmington, New Mexico. The above document has been issued by the City of Farmington for a competitive solicitation. Interested parties may obtain documents as described above. 5

6 GENERAL CONDITIONS The City of Farmington (City) is requesting quotes (RFQs) for Credit Repair and Financial Literacy Classes, RFQ # Quotes must include, but are not limited to, the requirements set forth in the RFQ. Quotes deposited with the City may be withdrawn or modified prior to the time set for opening of quotes by delivering written notice on company letterhead. The opening of quotes shall be conducted in private in order to maintain the confidentiality of the information/data provided. Quotes will remain confidential during the negotiation process. Pursuant to NMSA 1978, Offerors submitting quotes may be afforded an opportunity for discussion and revision of quotes. Revisions may be permitted after submissions of quotes and prior to award for the purpose of obtaining best and final offers. Negotiations may be conducted with responsible Offerors who submit quotes found to be reasonably likely to be selected for award. The City will open all quotes, assign an evaluation committee and evaluate all quotes; determine the need for, and conduct any negotiation; and make a final recommendation to the City Council for award of the agreement or contract. The agreement or contract award shall be made to the responsible Offeror or Offerors whose quote is most advantageous to the City, taking into consideration the evaluation factors set forth in the RFP. The Quote total shall exclude all applicable taxes including applicable New Mexico Gross Receipts Tax or applicable local option tax. The City will pay the successful Offeror for any taxes due on the agreement or contract and will pay any increase in applicable taxes which become effective after the date the agreement or contract is entered into in addition to the Quote total amount. Taxes shall be shown as a separate line item and separate amount on the invoice. The Offeror shall complete the Offeror s Estimate of Taxes and shall identify by name each tax Offeror believes to be applicable to the agreement or contract and shall estimate the amount of each tax which will be billed to the City. The City reserves the right to reject any or all quotes, cancel the RFQ in its entirety or to waive irregularities at its option when it is in the best interest of the City of Farmington. Award of the contract is contingent upon the budgeting and appropriation of funds for continuation of the professional services contemplated by this RFP. 6

7 1. General Information Request for Quotes Credit Repair and Financial Literacy Classes RFQ I. Background Information a. The City of Farmington, New Mexico is seeking Offers from qualified firms and non-profit organizations (Offerors) interested in receiving Community Development Block Grant (CDBG) funding for public service Credit Repair/Financial Literacy Classes. The classes will be offered to Low and Moderate Income Persons who reside in the City of Farmington. Income verification will be in accordance with HUD requirements. A total funding amount of $9, is available for these services. 2. Scope of Work a. Qualifications The Offeror shall provide a qualified individual with a background in financial and credit education to provide Credit Repair/Financial Literacy Classes to Low and Moderate Income Limited Clientele (LMC). Budget and credit counseling are considered high priority needs in the community and special attention will be paid to these issues in the financial literacy/credit repair classes. b. Low and Moderate Income Benefit Offeror shall create applications, collect application information, and verify income for Low and Moderate Income Limited Clientele (LMC). This is an activity which provides benefits only to persons whose family income meets the City of Farmington By-Family-Size Income Limits. The income shall be reported as the number of individuals or family assisted, which are at or below eighty percent (80%) MFI (Median Family Income), at or below fifty percent (50%), and at or below thirty percent (30%) MFI. A key provision of LMC projects is that all persons assisted must have their family income level verified. Other students may attend the classes, but their tuition will not be funded by this grant if they do not meet HUD income levels. c. Classroom Arrangements The awarded Offeror with the assistance of City staff shall arrange for and schedule the classroom space and times in City facilities, Community Centers or other approved locations within CDBG targeted neighborhoods. The classes must be taught in an ADA accessible facility. 7

8 The Offeror shall notify staff if assistance is needed for limited English proficiency (LEP) persons to be present at classes. The Offeror shall work with staff on marketing flyers for the classes. Together they shall develop English, Spanish and Navajo flyers to advertise the classes. The Offeror shall market the classes to residents of targeted neighborhoods, lending institutions, realtors, social service agencies, as well as large/small employers. The Offeror shall acquire participants for the classes with the assistance of City staff. The Offeror shall coordinate with City staff childcare activities when needed. The Offeror shall work with City staff to make sure that the classes are successful. d. Offerors Approach List the days of the week and hours Offeror is available to provide classes. The City s intent is to provide services to a minimum of 60 (LMC) participants. Please describe the format of the classes you would provide, minimum and maximum number of students in each class, the proposed session length and the proposed content of the classes. Please describe the learning objective of the classes Offeror proposes, the length of classroom time that is necessary to meet those objectives and the measurement tool Offeror will use to measure the results. e. Record Keeping The Contractor must maintain financial records, receipts for costs and expenses for a minimum of four (4) years from the end of classes. Client records must include race/ethnicity, income levels, hours of service, and residency. Copies of the income documentation must be kept in the records. Records are subject to monitoring by the City and by HUD. 3. Requirements of Offerors a. Required Environmental Review Prior to the disbursement of funds, all CDBG projects must be assessed in accordance with the provisions of the National Environmental Policy Act of 1969 (NEPA). Where possible, NEPA assessments will be prepared by City Staff. An educational class is expected to require only the filing of an 8

9 exemption level review. If this is the case, City staff plans to prepare the report. b. Nondiscrimination All funded recipients must agree not to discriminate on the basis of race, color, ancestry, national origin, religion, sex, sexual preference or gender identity, age, marital status, family status, source of income, physical or mental disability, or any other arbitrary basis. (24 CFR Parts 5, 200, 203, 236, 400, 570) c. Affirmative Marketing and Class Advertisement All advertising must conform to Affirmative Marketing procedures approved by HUD (HUD-935.2). City of Farmington CDBG staff will assist with the marketing of the classes by reviewing advertisements and by physically posting bi-lingual advertisements of the class at standard locations targeting special needs populations in conformance with the City of Farmington CDBG Public Participation Plan. d. Conflict of Interest Employees, agents, consultants, officers and officials of the City who exercise any functions or responsibilities with respect to activities assisted with CDBG funds, or who are in a position to participate in a decisionmaking process or gain inside information with respect to these activities, are prohibited, during their tenure and for one year thereafter, from obtaining financial interest or benefit from CDBG-assisted activities, or from having an interest in any contract or subcontract, either for themselves or those with whom they have family or business ties. Funding recipients are responsible for ensuring that such conflicts of interest do not occur. e. Religious Organizations The Sub-recipient agrees that all funds and/or programs under this Agreement, which includes faith-based organizations, will be subject to the requirements of 24 CFR Part (j), amended September 30, f. Handicapped accessibility The classes must be taught in an ADA accessible facility, and reasonable accommodations must be made for clients. e. Timeliness CDBG funds are granted annually and must be obligated within the program year. However, the City reserves the right to require the funds be spent at such time as determined appropriate on a case-by-case basis. 9

10 4. Information Provided by the City 5. Intent a. Offerors are solely responsible for conducting their own independent research, due diligence or other work necessary for the preparation of quotes, negotiation of agreements, and the subsequent delivery of services pursuant to any agreement. In no event may Offerors rely on any oral statement. b. Should an Offeror find discrepancies in, or omissions from, this RFQ and related documents, or should Offeror be in doubt as to meaning, Offeror shall immediately notify the City s designated representative and, if necessary, a written addenda will be ed to each Offeror who has returned the Acknowledgement of Receipt form, included in this document as Page 3. Each Offeror requesting an interpretation will be responsible for the delivery of such requests to the City s designated representative in writing as outlined in this RFQ. The City will not be bound by, nor responsible for, any explanation or interpretation of the proposed documents other than those given in writing. a. It is the intent of the City to award the contract to the most qualified, responsible Offeror(s) as detailed in the Scope of Work, and with consideration of the potential costs for services. The City will negotiate with the Offeror(s) deemed most qualified by the City to address the specific services to be provided, the time and order of services, staffing, areas of responsibility and proposed fee structure, including the amount and method of payment. 10

11 II. Quote Process 1. Introduction a. Until the final award, the City reserves the right to reject any and/or all submittals, to waive technicalities, to re-advertise, or to otherwise proceed when the best interest of the City will be realized. This procurement is governed by the New Mexico State Statutes 1978, Chapter 13, Public Purchases and Property. 2. Schedule a. It is the City s intent to adhere to the following schedule. However, the City reserves the right to modify this schedule. Activity Preliminary Schedule Date Issue RFQ February 15, 2017 Deadline for Questions Quote Due Date March 1, 2017 at 2:00 p.m. March 14, 2017 at 2:00 p.m. 3. Due Date a. Quotes shall be due no later than March 14, 2:00 p.m. The Submittal Form (see page 4); the cost proposal form; and the Campaign Contribution Disclosure Form must be completed, signed, and incorporated into the proposal. Envelopes or boxes or s should be clearly marked Credit Repair and Financial Literacy Classes, RFQ b. Offerors are fully responsible for timely delivery of quotes. Any Quote received after the stated closing time will be returned unopened. If quotes are sent by mail to the Central Purchasing Office, the Offeror shall be responsible for actual delivery of the quote to the Central Purchasing Office before the advertised date and hour for the opening. Quotes which are delayed will not be considered and will be returned unopened. 4. Deadline for Questions a. Deadline for questions is March 1, 2017 at 2:00 p.m. The purpose is to answer any questions, as might arise, with respect to the requirements and execution of the quote. Questions and answers will be posted as an Addendum and offerors interested in receiving the addendum may obtain them from the website at or by contacting the Central Purchasing Office at

12 5. Inquiries a. Questions and/or clarifications concerning this RFQ will be accepted in writing through March 1, 2017 at 2:00 p.m. Requests may be transmitted via facsimile or . Written responses to all written inquiries will be provided and distributed to all recipients of this RFQ. Responses and addenda to this RFQ, if necessary, are scheduled to be issued by March 2, No Offeror may rely upon oral responses made by any City employee or any representative of the City. Questions and/or clarifications concerning this RFQ shall be directed to: Sharron Dunn, CPPB, Buyer I Phone: (505) Fax: (505) sdunn@fmtn.org b. The only approved contact shall be with the above referenced purchasing staff. Offerors making contact with any other City official, evaluation committee member, or City employee regarding this RFQ may be disqualified. c. Offerors shall have no claim against the City for failure to obtain information made available by the City which the Offeror could have remedied through the exercise of due diligence. 6. Signing of Quotes and Authorization to Negotiate a. The original quote shall be executed by a duly authorized officer of the Offeror. The Offeror must also identify those persons authorized to negotiate on its behalf with the City in connection with this RFQ (see Section III Item 3.c.). 7. Period of Acceptance a. All quotes must remain valid for a minimum period of ninety (90) days after the Quote Due Date. No proposal may be modified or withdrawn by the Offeror during this period of time unless prior written permission is granted by the City. b. The City reserves the right to request additional information from the Offeror at any time during the selection process. The City also reserves the right to extend by thirty (30) days the quote of any Offeror, at no additional cost to the City, to allow for the completion of the final contract documents. If the notification of selection of an Offeror or request for time extension has not been made by the City after ninety (90) days, Offerors may, at their discretion, withdraw their quotes or provide the City with written extensions of time. 8. Binding Offers a. All quotes submitted by Offeror are required to be binding offers, enabling acceptance by the City to form a binding contract. Proposals are to remain as binding offers for the full period of time of the initial 90-day Period of Acceptance 12

13 and as such time period may be extended by the City. The City reserves the right to request revisions to proposals, prior to award, for the purpose of obtaining best and final offers. 9. Subcontracts and Other Contractual Arrangements a. The use of subcontracts or other contractual arrangements to provide the requested services is permitted. The City, however, is looking for a contracting entity that provides for a single, technically and financially capable party to be fully responsible to the City for all contractual obligations. b. All existing or anticipated subcontracting and other arrangements relating to the entity that will contract with the City and to the services to be provided by such entity must be fully and clearly disclosed in proposals and are subject to further clarification by the Offeror, and the review and approval by the City. 10. Independence of the Offeror a. The employees, officers and agents of the Offeror are not, nor shall they be deemed for any purpose, employees or agents of the City, nor shall they be entitled to any rights, benefits, or privileges of City employees. It is understood that the relationship of the Offeror to City, if a contract is successfully negotiated, will be that of independent contractor. 11. Laws and Regulations a. This procurement shall be governed by, construed, and enforced in accordance with the laws of the State of New Mexico, and the laws, ordinances, rules and regulations of the City of Farmington. The City also requires that all responses to this RFP, and any contracts that may arise as a result of this procurement, be in accordance with laws, ordinances, and regulations of the State of New Mexico and the City of Farmington, New Mexico. 12. Confidentiality a. It is understood by the Seller or Offeror and the City that the City is a New Mexico municipal corporation and, as such, is subject to the provisions of the New Mexico Inspection of Public Records, Section through NMSA 1978 and the New Mexico Public Records Act, Chapter 14, Article 3 NMSA In the event Seller or Offeror has responded to a City Request for Quotes (RFQ), Request For Bid (RFB) or a City Request For Proposal (RFP) and marked all or any part of the information submitted as CONFIDENTIAL INFORMATION or as PROPRIETARY INFORMATION, City agrees to notify Seller of any third party request for any rates, terms, compensation amounts, or other information documented in the Purchase Order, Agreement, or Contract. To the extent Seller or Offeror provides City with written direction to withhold such requested Confidential Information or Proprietary Information and litigation results, Seller or Offeror agrees that the action would be brought in a New Mexico court of competent jurisdiction 13

14 under New Mexico law. Seller or Offeror, being aware of said facts, agrees to provide legal counsel on behalf of the City in any such litigation and shall bear the complete cost of litigation, including attorney fees and court costs. If Seller or Offeror fails or refuses to provide legal counsel at its expense within ten (10) calendar days after written notification, as aforesaid, such failure may result in the City agreeing to release the Purchase Order, Agreement, or Contract or any portion thereof which is relevant to the denied request. b. Confidential data are normally restricted to confidential financial information concerning the Offeror s organization and data that qualifies as a trade secret in accordance with the Uniform Trade Secrets Act, 57-3A-1 to 57-3A-7 NMSA, Prohibited Contacts a. The Offeror, including any person affiliated with or in any way related to the Offeror, is strictly prohibited from any contact with members of the City Council, City staff or the City consultants on any matter having to do in any respect with this RFQ other than as outlined herein. Failure by any Offeror to adhere to this prohibition may, at the sole discretion of the City, result in disqualification and rejection of any proposal. 14. Bribery and Kickbacks a. By law (Section , NMSA, 1978) the City is required to inform Offerors of the following: (1) it is a third-degree felony under New Mexico law to commit the offense of bribery of a public officer or public employee (Section , NMSA, 1978); (2) it is a third-degree felony to commit the offense of demanding or receiving a bribe by a public officer or public employee (Section , NMSA, 1978); (3) it is a fourth-degree felony to commit the offense of soliciting or receiving illegal kickbacks (Section , NMSA, 1978); (4) it is a fourthdegree felony to commit the offense of offering or paying illegal kickbacks (Section , NMSA, 1978). 15. Protest Deadline a. Any protest by an Offeror must be timely and in conformance with Section , NMSA, 1978 and applicable procurement regulations. The fifteen (15) day protest period for responsive Offerors shall begin on the day following the City s written notification to all responding Offerors. Protests must be written and must include the name and address of the protestor and the number assigned to this RFQ by the City. It also must contain a statement of grounds for protest including appropriate supporting exhibits. The timely protest must be delivered to: Ms. Kristi Benson, CPPO, CPPB Chief Procurement Officer Central Purchasing Division City of Farmington 800 Municipal Drive (Mailing Address) OR 14

15 805 Municipal Drive (Physical Location) Farmington, NM Agreement a. A draft agreement is attached as Exhibit D. A written contract will be entered into between the City and the successful Offeror. 17. Contract Length a. The term of the Agreement shall be in effect until completion of services, subject to earlier termination or extension pursuant to the Agreement provisions; 18. References a. The Offeror shall provide a list of three (3) references of clients whom are being provided the same or similar type service. The reference list shall include current clients which services have been provided within the past three (3) years and shall provide a contact person, telephone number and address. The City reserves the right to contact clients for reference checks. 19. Conflict of Interest a. Offeror warrants that it presently has no interest and will not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of service under this contract. b. Offeror must notify the City s Chief Procurement Officer if any employee(s) of the requesting department or the Central Purchasing Division have a financial interest in the Offeror. If yes, the Offeror must specify the employee(s) name in their proposal. 20. Debarment, Suspension, and Ineligibility a. By submitting a response (RFQ/Bid/Offer) to this solicitation, the business (Bidder/Offeror/Contractor) represents and warrants that it is not debarred, suspended, or placed in ineligibility status under the provisions of Federal Executive Order

16 III. Quote Format Requirements 1. General Format for Quotes a. To facilitate comparison and evaluation, Offerors must follow the format outlined in this section. Failure of an Offeror to follow the required format, may, at the sole discretion of the City, result in the rejection of the submittal. Quotes shall contain concise written material and illustrations that enable a clear understanding and evaluation of the capabilities of the Offeror. Legibility, clarity, and completeness are essential. The City, at its sole discretion, may reject any Q which is unclear in any way. 2. Organization of Materials a. Proposals must be organized in the following manner: 3. Contents of Quote (1) Submittal Form, page 4; Cost Proposal, Exhibit A; Campaign Contribution Disclosure Form, Exhibit C. (2) Cover Letter (3) Table of Contents (4) Qualifications and Experience with governmental entities 1. Professional Resumes 2. Experience and Background (5) Minimum requirements listed in the Scope of Work (6) References with a minimum of three (3) years of experience. (7) Contractual Considerations of Draft Agreement a. The Offeror must provide the required information both as to itself and any other person, including without limitation, any corporation, partnership, contractor, joint venture, consortium, or individual which the Offeror intends to assign to a key management role in the proposed agreement with the City or to which the Offeror intends to assign material responsibilities under any such agreement. b. Submittal Form and Form of Quote (1) The submittal form is included as Page 4, the cost proposal is included as Exhibit A, and the Campaign Contribution Disclosure Form is included as Exhibit C. They must be completed, signed and incorporated into the submitted proposal. Failure to do so may result in disqualification. c. Cover Letter (1) The cover letter shall constitute a firm offer to the City and be utilized to introduce the Offeror. Cover letters should contain the following information: 16

17 d. Table of Contents 1. Designation of the business entity that will contract with the City; 2. Identification of the principal contact person for the Offeror and an alternate contact person together with addresses, telephone and facsimile numbers, and address; 3. A clear statement indicating that the attached proposal constitutes a firm and binding offer by the Offeror to the City; and 4. A clear statement indicating that all information in support of the proposal is accurate, truthful, and factual. (1) Quotes should contain a detailed table of contents listing major sections and subsections which correspond to the requirements of the RFQ. The table of contents should also list all tables, exhibits, figures, etc. contained in the quote. e. Qualifications and Experience (1) Professional Resumes of each key staff member, organized as follows: 1. Professional background 2. Current and past relevant experience 3. Education 4. Certifications 5. A listing of directly relevant projects of similar nature which includes the project name, project description, and role of staff member in project. f. Offeror to submit any requested changes/additions to the Draft Agreement. 17

18 IV. Evaluation 1. Criteria for Award a. The City will receive quotes from firms having specific experience, resources and qualifications in the proposed scope of work. Quotes for consideration for this project must contain evidence of the firm's experience and abilities in the specified area and other disciplines directly related to the proposed services. Other information required by the City to be submitted in response to this RFQ is included elsewhere in this solicitation. A selection committee will review and evaluate all replies and detailed quotes, may conduct oral presentations or a combination of both, unless otherwise indicated in this solicitation. The selection committee will have only the response to this solicitation to review for selection of finalists and, therefore, it is important that Offerors emphasize specific information considered pertinent to the services to be provided. Evaluation of the responses will be based on the following criteria: 25 Points 25 Points 20 points 30 points Adequacy of proposed approach to the tasks described in Scope of Services. Experience and qualifications of Offeror staff to perform tasks described in this RFP. Adequacy of proposed project management and resources to be utilized by the Offeror. Hourly Rate The Offeror with the lowest hourly rate will receive a total of 30 points. Each succeeding offer will receive a quota of points computed as follows: Lowest Offer ($ ) X 30 = Points Higher Offer ($ ) Price Evaluation 100 Points Proposals will be evaluated based on the above 100 points of the evaluation criteria for final negotiations with the top rated firm. 18

19 2. Presentation Agenda if required a. Offerors should be prepared to speak on the following issues during the course of their presentation. Grasp of Project Requirements - Discussion of firm's analysis and level of interest. Design Approach/Methodology - Discussion of the methodology the firm proposes to use in providing the required services. Key Personnel and Roles - Discussion of personal qualifications and professional skills of key individuals. Pertinent Experience of the Firm - Discussion of related projects presented as previous work of the firm. 3. Presentation Schedule if required a. A Presentation Schedule of the top evaluated firms that will be continuing in the evaluation process will be issued. Offeror s proposal will be utilized by the evaluation committee and any additional presentation material shall be distributed at the time of Offeror's presentation. City personnel will be available during the Offeror's set-up period, and during the presentation to offer assistance. b. A one (1) hour maximum time allotment will be available for each firm. A fifteen (15) minute question and answer period shall be incorporated within the presentation period. c. The City requests that Offerors address all concerns outlined in the RFQ during their scheduled presentation. The RFQ outlines the City s project summary and it is our intent to refine in detail the scope of services, additional requirements and agreement format during negotiations with the top evaluated firm. 19

20 Credit Repair and Financial Literacy Classes RFQ # EXHIBIT A COST PROPOSAL A. Hourly Rate: $ B. References: Name Telephone Number Address C. Experience

21 EXHIBIT B OFFEROR S ESTIMATE OF TAXES The City of Farmington issues Type 9 Non-Taxable Transaction Certificates (NTTC's) and is tax exempt for purchases of TANGIBLE PERSONAL PROPERTY ONLY. These certificates may not be used to purchase construction materials to be used in construction projects. To receive an NTTC please contact Accounts Payable at Determinations for applicable tax classification should be made by the Taxation and Revenue Department or your tax consultant. Please call for the Farmington branch or for the State office. I, the official signature on the Cost of Proposal, hereby swear that I am duly authorized to legally bind the prospective contractor to this estimate of taxes certification. Hereby as Offeror, I certify that Offeror has made a diligent effort to ascertain and identify all taxes which will be charged to the City against this Proposal and that, in Offeror's opinion, the taxes identified below and the amount shown for all of the taxes which will be charged in addition to the total costs shown on the Cost of Proposal. I affirm Offeror will submit payment on the State of New Mexico periodic CRS-1 report for actual taxes due, as estimated below, to the State of New Mexico Taxation and Revenue Department, accurately identifying the appropriate governmental entity to receive credit for taxes paid. I am fully aware that this certification is made under penalty of perjury under the laws of the State of New Mexico. New Mexico Gross Receipts Tax % $ Offeror s Initial Here to Certify Compliance Compensating Tax % $ Other % $ Offeror s New Mexico CRS Identification Number

22 EXHIBIT C CAMPAIGN CONTRIBUTION DISCLOSURE FORM Pursuant to Chapter 81, Laws of 2006, any prospective contractor seeking to enter into a contract with any state agency or local public body must file this form with that state agency or local public body. The prospective contractor must disclose whether they, a family member or a representative of the prospective contractor has made a campaign contribution to an applicable public official of the state or a local public body during the two years prior to the date on which the contractor submits a proposal or, in the case of a sole source or small purchase contract, the two years prior to the date the contractor signs the contract, if the aggregate total of contributions given by the prospective contractor, a family member or a representative of the prospective contractor to the public official exceeds two hundred and fifty dollars ($250) over the two year period. THIS FORM MUST BE FILED BY ANY PROSPECTIVE CONTRACTOR WHETHER OR NOT THEY, THEIR FAMILY MEMBER, OR THEIR REPRESENTATIVE HAS MADE ANY CONTRIBUTIONS SUBJECT TO DISCLOSURE. The following definitions apply: Applicable public official means a person elected to an office or a person appointed to complete a term of an elected office, who has the authority to award or influence the award of the contract for which the prospective contractor is submitting a competitive sealed proposal or who has the authority to negotiate a sole source or small purchase contract that may be awarded without submission of a sealed competitive proposal. Campaign Contribution means a gift, subscription, loan, advance or deposit of money or other thing of value, including the estimated value of an in-kind contribution, that is made to or received by an applicable public official or any person authorized to raise, collect or expend contributions on that official s behalf for the purpose of electing the official to either statewide or local office. Campaign Contribution includes the payment of a debt incurred in an election campaign, but does not include the value of services provided without compensation or unreimbursed travel or other personal expenses of individuals who volunteer a portion or all of their time on behalf of a candidate or political committee, nor does it include the administrative or solicitation expenses of a political committee that are paid by an organization that sponsors the committee. Contract means any agreement for the procurement of items of tangible personal property, services, professional services, or construction. Family member means spouse, father, mother, child, father-in-law, mother-in-law, daughterin-law or son-in-law. Pendency of the procurement process means the time period commencing with the public notice of the request for proposals and ending with the award of the contract or the cancellation of the request for proposals. Person means any corporation, partnership, individual, joint venture, association or any other private legal entity

23 Prospective contractor means a person who is subject to the competitive sealed proposal process set forth in the Procurement Code or is not required to submit a competitive sealed proposal because that person qualifies for a sole source or a small purchase contract. Representative of a prospective contractor means an officer or director of a corporation, a member or manager of a limited liability corporation, a partner of a partnership or a trustee of a trust of the prospective contractor. DISCLOSURE OF CONTRIBUTIONS MADE TO: Mayor Tommy Roberts, Councilor Linda G. Rodgers, Councilor Nathan Duckett, Councilor Gayla McCulloch and Councilor Sean E. Sharer: Contribution Made By: Relation to Prospective Contractor: Name of Applicable Public Official: Date Contribution(s) Made: Amount(s) of Contribution(s) Nature of Contribution(s) Purpose of Contribution(s) Signature Date Title (position) --OR NO CONTRIBUTIONS IN THE AGGREGATE TOTAL OVER TWO HUNDRED FIFTY DOLLARS ($250) WERE MADE to an applicable public official by me, a family member or representative. Signature Date Title (Position) 23

24 EXHIBIT D DRAFT AGREEMENT Community Development Block Grant (CDBG) Credit Repair and Financial Literacy Classes Contract # THIS AGREEMENT (hereafter Agreement ) is made and entered into this day of, 2017 ( Effective Date ) by and between the City of Farmington, New Mexico, a New Mexico municipal corporation (hereinafter referred to as the CITY ), and (hereinafter referred to as the CONTRACTOR ). CITY and CONTRACTOR may be referred to collectively as parties or singularly as party. WITNESSETH: WHEREAS, CITY has applied for and received Community Development Block Grant ( CDBG ) funds from the United States Government under Title I of the Housing and Community Development Act of 1974 (Public Law ), as amended; and WHEREAS, CITY has determined that it must provide basic services to ensure that certain and various residents are afforded access to basic services required to maintain a reasonable quality of life; and, WHEREAS, CONTRACTOR has represented to CITY that it is specifically qualified to perform certain basic services of the nature contemplated by this Agreement; and WHEREAS, CITY desires to engage the services of CONTRACTOR and CONTRACTOR desires to perform such services for CITY in accordance with this Agreement. NOW THEREFORE, in consideration of the promises and mutual obligations as herein established, the parties hereto mutually agree as follows: 1. The Scope of Services (hereafter Services ) for Public Service Projects to be performed by CONTRACTOR is generally described below: Credit repair and financial literacy classes CONTRACTOR shall provide a qualified individual with a background in financial and credit education to provide Credit Repair/Financial Literacy Classes to Low and Moderate Income Limited Clientele (LMC). Budget and credit counseling are considered high priority needs in the community and CONTRACTOR shall pay special attention to these issues in the financial literacy/credit repair classes. CONTRACTOR shall create applications, collect application information, and verify income for Low and Moderate Income Limited Clientele (LMC). This is an activity which provides benefits only to persons whose family income meets the City of Farmington By-Family-Size Income 24

25 Limits. The income shall be reported as the number of individuals or family assisted, which are at or below eighty percent (80%) MFI (Median Family Income), at or below fifty percent (50%), and at or below thirty percent (30%) MFI. A key provision of LMC projects is that all persons assisted must have their family income level verified. Other students may attend the classes, but their tuition will not be funded by this grant if they do not meet HUD income levels. CONTRACTOR with the assistance of City staff shall arrange for and schedule the classroom space and times in City facilities, Community Centers, or other approved locations within CDBG targeted neighborhoods. The classes must be taught in an ADA accessible facility. CONTRACTOR shall notify City staff if assistance is needed for limited English proficiency (LEP) persons to be present at classes. CONTRACTOR shall work with staff on marketing flyers for the classes. Together they shall develop English, Spanish and Navajo flyers to advertise the classes. CONTRACTOR shall market the classes to residents of targeted neighborhoods, lending institutions, realtors, social service agencies, as well as large/small employers. CONTRACTOR shall acquire participants for the classes with the assistance of City staff. CONTRACTOR shall coordinate with City staff childcare activities when needed. CONTRACTOR shall work with City staff to make sure that the classes are successful. CONTRACTOR will initiate performance of Services only upon written authorization by an authorized CITY representative. Such authorization is dependent upon and subject to CITY s receipt of an approved environmental review issued by Housing and Urban Development ( HUD ). CONTRACTOR shall obtain (and maintain) all necessary licenses, approvals, and permits required by federal, state, and local laws, rules, ordinances, and regulations. Contractor shall also provide copies of any such documents to CITY prior to initiating performance of any Services. CONTRACTOR will invoice the CITY after each class. CONTRACTOR will provide a report after each class, including the number of clients, hours of class, race/ethnicity of students, number of disabled students, and the number of female heads of households. Such accounting will be in accordance with generally accepted accounting principles and practices. Income Verification - The income of the assisted families must be no higher than eighty percent (80%) of median family income (MFI) as reported by the American Community Survey for the city of Farmington, New Mexico. The most current American Community Survey three (3) year average data published shall be used as the benchmark. The CONTRACTOR shall verify in writing the family income. Acceptable forms of verification include tax returns, two recent pay stubs, W-2's, social security documents etc. Client income shall not exceed the HUD FY 2016 Income Limits below. These limits are subject to change by HUD. The CONTRACTOR shall verify that the rates are current by visiting the HUD website on a regular basis. 25

26 FY 2016 Income Limit Area Farmington, NM MSA Median Income $57,700 FY 2016 Income Limit Category Very Low (50%) Income Limits Extremely Low (30%) Income Limits Low (80%) Income Limits FY 2016 Income Limits Summary Persons in Family ,200 23,100 26,000 28,850 31,200 33,500 35,800 38,100 12,150 16,020 20,160 24,300 28,440 32,580 35,800 38,100 32,350 36,950 41,550 46,150 49,850 53,550 57,250 60,950 CONTRACTOR shall provide the CITY with accomplishment data related to this Agreement as follows: The numbers of individuals or families assisted, their race, income, gender of the head of household, whether or not they are disabled, and type of service provided shall be submitted along with the invoices. The income shall be reported as the number of individuals or families assisted, which are at or below eighty percent (80%) MFI, at or below fifty percent (50%) MFI, and at or below thirty percent (30%) MFI. CONTRACTOR shall provide a written annual summary of accomplishments within ten (10) calendar days of the fiscal year ending September 30 of each year. All activities funded through this agreement must be readily accessible to, and useable by, persons with disabilities, in accordance with 24 CFR 8.4, 8.20, and 8.21 (c) (2). 2. Time of Performance: Services shall begin and be completed no later than. Services performed by the CONTRACTOR are to commence at the time authorized in writing by the CITY. The Services will then be undertaken and completed in such a manner and sequence to ensure their completion in accordance with this Agreement, including cost limitations and time schedule. 3. Compensation: A. The maximum compensation paid to CONTRACTOR for performing the Services specified in this Agreement shall not exceed nine thousand eight hundred fifty dollars ($9,850), which amount shall include any applicable gross receipts taxes. Such amount shall constitute full and complete compensation (subject to the limitations herein) for the CONTRACTOR s Services under this Agreement, including all expenditures made and expenses incurred by the CONTRACTOR in performing Services. B. CITY will compensate CONTRACTOR on an invoice basis. Invoices will be supported with applicable backup documentation, as the CITY may reasonably require. Prior to disbursement of compensation/funds, invoices are subject to approval by an authorized CITY representative. C. Payment terms applicable to CONTRACTOR compensation will be net thirty (30) calendar days after receipt of an undisputed invoice. Except as otherwise provided for in this Agreement, payment and processing of invoices shall be subject to the CITY s Purchase Order General Terms and Conditions. Disputed amounts will be brought to the attention of the CONTRACTOR within fifteen (15) calendar days from receipt of such invoice and may require 26

27 re-submittal to the CITY for processing and payment. Any re-submitted invoice shall be processed and paid under the same terms as an original invoice and without penalty to CITY for delays involving such dispute. 4. Amendment to Agreement: Change(s) to this Agreement shall be incorporated by an Amendment, which shall be effective only upon execution by authorized agents of the parties. 5. Establishment and Maintenance of Records: Records shall be maintained in accordance with requirements (if any) prescribed by the CITY with respect to all matters covered by this Agreement. Except as otherwise authorized by the Community Development Department of the City of Farmington, such records shall be maintained and made available to the CITY upon written request for a period of not less than four (4) years from the end of classes by CONTRACTOR under this Agreement. 6. Reports and Information: CONTRACTOR shall furnish statements, records, data and/or any other information pertaining to this Agreement at such times, in such forms, and in such detail as the CITY and/or the funding entity may reasonably require. 7. Fiscal Agent, Purchasing Agent, and Personnel Agent: A. The CONTRACTOR shall serve as its own fiscal agent, purchasing agent, and personnel agent. B. The CONTRACTOR shall practice, and maintain financial policies and procedures, an accounting system, purchasing policies and procedures (including bid requirements) and personnel policies and procedures that adhere to generally accepted accounting and management standards and practices. 8. Representations in Proposal: The CITY has relied on all representations in the CONTRACTOR s written response in its selection and award of this Agreement. The CONTRACTOR warrants the accuracy of all representations in said documents. Any misrepresentation in said documents shall be cause to terminate the Agreement and in such event the CONTRACTOR shall immediately pay CITY all compensation and expense amounts paid to CONTRACTOR as liquidated damages. 9. Other Attachments: CONTRACTOR must have on file with the CITY, prior to performance of any Services under this Agreement, current copies of: A. Certificates of Insurance in accordance with Article 15, Insurance. B. Licenses and Permits applicable to performance of the Services. 10. Termination for Cause: A. If, through any cause, CONTRACTOR fails to fulfill in a timely and proper manner CONTRACTOR s obligations under this Agreement or if CONTRACTOR violates any of the covenants, agreements, or stipulations of this Agreement, the CITY may order CONTRACTOR by written notice to stop the Services or any portion of them until the cause for such order has been remedied or eliminated. If CONTRACTOR fails to correct or remedy the deficiency to the satisfaction of the CITY within the time period specified in such notice, which time period shall 27

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

The proposal response must include a full description of similar services that the Offeror has performed.

The proposal response must include a full description of similar services that the Offeror has performed. Town of Taos Request for Proposal (RFP) LEGAL SERVICES INDIGENT DEFENDANTS November 10, 2016 SB05-PO1617 The TOWN OF TAOS (Legal Department) is soliciting proposals for professional services consisting

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

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

More information

TAOS COUNTY HOUSING AUTHORITY

TAOS COUNTY HOUSING AUTHORITY TAOS COUNTY HOUSING AUTHORITY Specifications & Contract Documents Fee Accountant Services for Taos County Housing Authority Request for Quotations Quotations Received Date Date: Monday, May 14, 2012 Time:

More information

RFP # FACILITIES MANAGEMENT SERVICES

RFP # FACILITIES MANAGEMENT SERVICES RFP # 991-13-004 FACILITIES MANAGEMENT SERVICES ISSUE DATE: MARCH 22, 2013 1 TABLE OF CONTENTS I. INTRODUCTION A. PURPOSE OF THIS REQUEST FOR PROPOSALS... 4 B. VISION... 4 C. SCOPE OF WORK... 4 D. SCOPE

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: 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

Botetourt County Public Schools

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

More information

NEW MEXICO MORTGAGE FINANCE AUTHORITY Request for Proposal

NEW MEXICO MORTGAGE FINANCE AUTHORITY Request for Proposal NEW MEXICO MORTGAGE FINANCE AUTHORITY Request for Proposal Proposal Management and Writing Services for Response to HUD Solicitation for Housing Assistance Payments (HAP) Contract Regional Support Services

More information

INVITATION TO BID (ITB) Road Materials Crushed Caliche Roosevelt County Road Department. ITB No Released: Feb. 25, 2018

INVITATION TO BID (ITB) Road Materials Crushed Caliche Roosevelt County Road Department. ITB No Released: Feb. 25, 2018 INVITATION TO BID (ITB) Road Materials Crushed Caliche Roosevelt County Road Department ITB No. 2018-05 Released: Feb. 25, 2018 Proposal Submittal Due Date: March 20, 2018 at 2 p.m. 1 P age GENERAL INFORMATION

More information

RFP SB09-PO1617 Taos Guided Tours with Licensed Transportation Page 1

RFP SB09-PO1617 Taos Guided Tours with Licensed Transportation Page 1 Town of Taos Request for Proposal (RFP) Taos Guided Tours with Licensed Transportation June 1, 2017 RFP#: SB09-PO1617 1) INTRODUCTION: The Town of Taos is seeking competitive proposals from qualified and

More information

REQUEST FOR PROPOSALS. LEASE OF REAL PROPERTY 4.8 acres with utiliities 2301 E. Gilmore Road PROPOSAL GIL Proposal Due Date & Time

REQUEST FOR PROPOSALS. LEASE OF REAL PROPERTY 4.8 acres with utiliities 2301 E. Gilmore Road PROPOSAL GIL Proposal Due Date & Time City of Lovington REQUEST FOR PROPOSALS LEASE OF REAL PROPERTY 4.8 acres with utiliities 2301 E. Gilmore Road PROPOSAL GIL011017 Proposal Due Date & Time Tuesday, January 10, 2017 10:00 A.M. (MST) SUBMIT

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas 78703-5399 March 22, 2016 REQUEST FOR QUALIFICATIONS The Austin Independent School District is soliciting Statements of Qualifications

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

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

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

More information

Design and Delivery of Playground Equipment and Parts for repair and/or replacement

Design and Delivery of Playground Equipment and Parts for repair and/or replacement Albuquerque Public Schools REQUEST FOR PROPOSAL (RFP) RFP # 16-037 RA-KM Design and Delivery of Playground Equipment and Parts for repair and/or replacement RFP DUE TIME AND DATE: 05/19/16 @ 2:00 pm (local

More information

INVITATION TO BID. PO Box N. Main Street Clovis, NM

INVITATION TO BID. PO Box N. Main Street Clovis, NM INVITATION TO BID ITB Number 17-107 CLOVIS MUNICIPAL SCHOOLS PO Box 19000 1009 N. Main Street Clovis, NM 88102-9000 Enclosed are specifications on Bidder s Forms for Band Instrument Repair. If you are

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

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

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

More information

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830)

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830) April 13, 2016 NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX. 78155 (830) 372-1930 REQUEST FOR QUALIFICATIONS PROFESSIONAL ANNUAL AUDITING SERVICES FOR FISCAL YEAR ENDING August

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

REQUEST FOR 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

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit responses from Energy Service

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

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

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

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

More information

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

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES A. Purpose of Request The Village of Greendale Wisconsin is requesting proposals for the purpose of retaining a certified

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

REQUEST FOR PROPOSAL

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

More information

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

RFP NAME: AUDITING SERVICES

RFP NAME: AUDITING SERVICES REQUEST FOR PROPOSAL RFP Number # RV070806 RFP NAME: AUDITING SERVICES The City of San Jose Housing Department is seeking qualifications from individuals and firms interested in providing professional

More information

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES Submission Date: June 9, 2015 By: Adrian Pollio School Business Administrator/ Board Secretary Page 1 of 19 Lincoln Park

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

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

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

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

More information

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

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

More information

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

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

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

More information

Request for 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

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018 REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2018-2020 Issue Date April 23, 2018 Cumberland Mountain Community Services requests qualified

More information

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION For Alameda CTC-funded projects subject to the Local Business Contract Equity (LBCE) Program Note to Project Sponsor: Be sure that your legal staff reviews

More information

Request for Proposals

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

More information

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

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

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

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

More information

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

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

More information

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services.

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services. December 12, 2018 To Whom It May Concern: Enclosed please find our Request for Professional Services. This service is to begin February 4, 2019 and continue through reorganization 2020. The Pine Hill Borough

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

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

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01 State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September

More information

GUTTENBERG HOUSING AUTHORITY

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

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

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

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications

More information

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No. Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE REQUEST FOR PROPOSALS - Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES Regional School

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

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

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 REQUEST FOR PROPOSALS for SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 City of Culver City FINANCE DEPARTMENT 9770 Culver Boulevard Culver City, CA 90232-0507 PROPOSAL DUE: January

More information

NOTICE OF REQUEST FOR PROPOSAL

NOTICE OF REQUEST FOR PROPOSAL NOTICE OF REQUEST FOR PROPOSAL RFP# 2016-001-114-01 CITY OF NOGALES EMPLOYEE BENEFIT TRUST (EBT) June 3, 2016 Issued by: THE CITY OF NOGALES EMPLOYEE BENEFIT TRUST 777 N. GRAND AVENUE NOGALES, AZ 85621

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

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

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

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

COMMISSION ADOPTED POLICY Procurement Policy

COMMISSION ADOPTED POLICY Procurement Policy Procurement Policy Adopted: December 16, 2014 Revised: N/A Page 1 of 6 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public Procurement Act,

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

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

IV. SERVICES TO BE PROVIDED See Exhibit A Statement of Work. V. PROPOSAL AND SUBMISSION INFORMATION

IV. SERVICES TO BE PROVIDED See Exhibit A Statement of Work. V. PROPOSAL AND SUBMISSION INFORMATION REQUEST FOR PROPOSAL RETIREE HEALTH INSURANCE PROGRAM CONSULTING SERVICES I. INTRODUCTION This Request for Proposal ( RFP ) is being released by the Chicago Teachers Pension Fund ( CTPF) to solicit proposals

More information

PUBLIC NOTICE BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY 1551 HIGHWAY 88 WEST, BRICK, NJ NOTICE OF SOLICITATION FOR RFQs

PUBLIC NOTICE BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY 1551 HIGHWAY 88 WEST, BRICK, NJ NOTICE OF SOLICITATION FOR RFQs PUBLIC NOTICE BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY 1551 HIGHWAY 88 WEST, BRICK, NJ 08724 NOTICE OF SOLICITATION FOR RFQs Notice is hereby given that pursuant to the provisions of N.J.S.A. 19:44A-20.5

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

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Sealed proposals will be received at the WESTERN TIDEWATER REGIONAL JAIL Attn: Tim Wertheimer Director, Administration and Support Services 2402 Godwin Blvd Suffolk, Virginia 23434

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

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

CUYAHOGA COUNTY REQUEST FOR PROPOSAL CUYAHOGA COUNTY REQUEST FOR PROPOSAL Issue date: RFP title: RFP #JA-13-28478 EMERGENCY ALERT SYSTEM MAINTENANCE Department Address: Cuyahoga County Department of Public Safety and Justice Services 310

More information

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

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

More information

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018 S FOR June 30, 2018 Rocky Hill Public Schools Audit RFP.doc Page # 1 TABLE OF CONTENTS I. INTRODUCTION A. General Information B. Term of Engagement II. DESCRIPTION OF THE SCHOOL DISTRICT A. General B.

More information

STATE OF NEW MEXICO REQUEST FOR PROPOSALS (RFP) RFP# P State Fiscal Year 2017

STATE OF NEW MEXICO REQUEST FOR PROPOSALS (RFP) RFP# P State Fiscal Year 2017 STATE OF NEW MEXICO REQUEST FOR PROPOSALS (RFP) RFP# 17-647-P737-02 State Fiscal Year 2017 Issue Date: April 11, 2016 1 Table of Contents I. Introduction 2 A. Purpose of this Request for Proposal 2 B.

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

Central Consolidated School District

Central Consolidated School District Central Consolidated School District Services RFP # 2018-Maint-200 Commodity Code: 93634, 34008 ISSUE DATE: March 31, 2017 SUBMISSION DEADLINE: April 27, 2017 @ 2:00 PM PHYSICAL LOCATION: For Express Mail,

More information

REQUEST FOR PROPOSALS. Auditing Services. Bid #

REQUEST FOR PROPOSALS. Auditing Services. Bid # REQUEST FOR PROPOSALS Auditing Services Bid #04-09-10-08 The City of Danbury, Connecticut is requesting proposals from qualified independent public accounting firms or accountants, in accordance with the

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

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional real estate appraisal

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

MANDATORY GENERAL TERMS AND CONDITIONS

MANDATORY GENERAL TERMS AND CONDITIONS MANDATORY GENERAL TERMS AND CONDITIONS A. PURCHASING M AN U AL / G O V E R NING R U LES: This s o l i c i t a t i o n and any resulting contract is s u b j e c t to the provisions of the Commonwealth of

More information

AGREEMENT FOR SERVICES FOR CDBG PROGRAM

AGREEMENT FOR SERVICES FOR CDBG PROGRAM AGREEMENT FOR SERVICES FOR CDBG PROGRAM Agreement No. [Enter #] This Agreement for Services for CDBG Program ( this Agreement ) is entered into in the County of Ventura, State of California, on this [Day]

More information

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

REQUEST FOR PROPOSALS FOR General Counsel Legal Services REQUEST FOR PROPOSALS FOR General Counsel Legal Services RFP Issued: October 6, 2017 RFP Submission Deadline: November 1, 2017 Issued by: Colusa Groundwater Authority 100 Sunrise Blvd., Suite A Colusa,

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

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

More information

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan RFP Release Date January 5, 2018 Proposal Submittal Deadline February 2, 2018-4:00 p.m. Contact Person: Sonya Williams Finance

More information

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

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

More information

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

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

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING Release Date: Friday, January 19, 2018 Due Date: Friday, February 16, 2018, 4:00 p.m. Housing Programs

More information

REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP # KN

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

More information

Solano Community College District REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM

Solano Community College District REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM In November of 2002 and November 2012 the residents of the Solano Community College District ( District ),

More information

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015 REQUEST FOR PROPOSAL AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2015-2017 Issue Date May 27, 2015 Cumberland Mountain Community Services requests qualified independent certified

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Van Dyke Public Schools is requesting proposals from Energy Services Companies (ESCOs)

More information

FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016

FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016 FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016 INTRODUCTION The Freeport Housing Authority (the "Authority") solicits proposals to provide

More information

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

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

More information

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