ORLEANS PARISH SCHOOL BOARD SPECIFICATIONS FOR FORENSIC ACCOUNTING AND AUDITING SERVICES

Size: px
Start display at page:

Download "ORLEANS PARISH SCHOOL BOARD SPECIFICATIONS FOR FORENSIC ACCOUNTING AND AUDITING SERVICES"

Transcription

1 ORLEANS PARISH SCHOOL BOARD Procurement Department 3520 General DeGaulle Drive New Orleans, LA Telephone (504) FAX (504) Jonathan Temple, Director of Business Partnerships ORLEANS PARISH SCHOOL BOARD SPECIFICATIONS FOR FORENSIC ACCOUNTING AND AUDITING SERVICES PROPOSAL SUBMITTAL DEADLINE: Friday, August 3, 2018 at 2:00 p.m. NOTE: Proposal response to be provided as one (1) original, with five (5) copies and one (1) COPY on flash drive MANDITORY PRE-PROPOSAL CONFERENCE: Thursday, July 26, 2018 at 10:00 a.m., Room 5105 PROPOSER: SIGNATURE: NAME: (Print or Type) ADDRESS: CITY, STATE, ZIP: PHONE: FAX NUMBER: ADDRESS: TERMS: Page 1 of 35

2 ORLEANS PARISH SCHOOL BOARD PROCUREMENT DEPARTMENT 3520 General De Gaulle Drive, Fifth Floor New Orleans, Louisiana ADVERTISEMENT REQUEST FOR PROPOSALS NO FORENSIC ACCOUNTING/AUDITING SERVICES Sealed proposals relative to the above will be received in the Office of Business Partnerships for the Orleans Parish School Board at 3520 General De Gaulle Drive, Fifth Floor, Suite 5055, New Orleans, Louisiana until 2:00 p.m. on FRIDAY, August 3, Specifications and proposal documents may be obtained upon request from OPSB Office of Business Partnerships in writing, by or by visiting the web site MANDITORY PRE-PROPOSAL CONFERENCE: THURSDAY, JULY 26, 2018 AT 10:00 A.M., ORLEANS PARISH SCHOOL BOARD, 5th FLOOR CONFERENCE ROOM 5105, GENERAL DE GAULLE DRIVE, NEW ORLEANS, LA OPSB reserves the right to reject any or all proposals whenever such rejection is in its best interest in accordance with law. The provisions and requirements of this advertisement shall not be waived. ORLEANS PARISH SCHOOL BOARD BY: Jonathan Temple Director of Business Partnerships FIRST INSERTION DATE: WEDNESDAY, JULY 18, 2018 SECOND INSERTION DATE: WEDNESDAY, JULY 25, 2018 PROPOSAL SUBMITTAL DEADLINE: AUGUST 3, 2018 AT 2:00 P.M. Page 2 of 35

3 ORLEANS PARISH SCHOOL BOARD REQUEST FOR PROPOSALS (No ) TABLE OF CONTENTS INSTRUCTIONS TO PROPOSERS...6 I. INTRODUCTION PAGE A. General Information...17 B. Term of Engagement...18 II. NATURE OF SERVICES REQUIRED A. General...18 B. Scope of Work to be Performed...18 C. Working Papers Retention and Access to Working Papers...19 III. DESCRIPTION OF THE ORLEANS PARISH SCHOOL BOARD (OPSB) A. Background Information B. OPSB Contact Information...20 IV. TIME REQUIREMENTS A. Proposal Calendar B. Notification and Contract Dates C. Date Forensic Accounting and Auditing Services May Commence D. Schedule for Each Engagement E. Entrance Conferences, Progress Reporting, Exit Conferences and Board Reporting F. Date Final Report Due for Each Engagement Page 3 of 35

4 ORLEANS PARISH SCHOOL BOARD REQUEST FOR PROPOSALS (No ) TABLE OF CONTENTS, CONTINUED PAGE V. ASSISTANCE TO BE PROVIDED TO THE AUDITOR AND REPORT PREPARATION A. Financial Services and Information Technology Departments Assistance B. Work Area, Telephone, Photocopying and Scanning C. Report Preparation VI. PROPOSAL REQUIREMENTS A. General Requirements Pre-proposal Conference and On-site Inspections Inquiries Submission of Proposals B. Technical Proposal General Requirements Independence License to Practice Firm Profile - Qualifications and Experience Partner, Supervisory and Staff Qualifications and Experience Prior Engagement(s) with OPSB Similar Engagement(s) with Other Government Entities Specific Audit Approach Identification of Anticipated Potential Audit Problems Report Format C. Sealed Dollar Cost Bid Total All-Inclusive Maximum Price Rates for Additional Professional Services Manner of Payment Option Years Page 4 of 35

5 ORLEANS PARISH SCHOOL BOARD REQUEST FOR PROPOSALS (No ) TABLE OF CONTENTS, CONTINUED PAGE VII. EVALUATION PROCEDURES A. Evaluation Committee B. Review and Evaluation of Proposals C. Evaluation Criteria Mandatory Elements Technical Quality Price Disadvantaged Business Enterprises (DBE) 29 D. Oral Presentations E. Final Selection F. Right to Reject Proposals APPENDICES A. Proposer Guarantees and Warranties B. Format for Schedule of Professional Fees and Expenses to Support the Total All- Inclusive Maximum Price 32 C. Client Agreement Engagement Checklist 33 ATTACHMENTS 1. OPSB Disadvantaged Business Enterprise (DBE) Program and Reports 2. Charter School Accountability Framework - Performance Matrix 3. Evaluation Criteria 4. Pre-Proposal Meeting Sign-in Listing Page 5 of 35

6 PURCHASING DEPARTMENT 3520 General DeGaulle Drive, Fifth Floor New Orleans, Louisiana INSTRUCTIONS TO PROPOSERS One signed original (clearly marked) proposal, with five (5) copies and one (1) COPY on flash drive shall be submitted in a sealed envelope and clearly marked: RESPONSE TO REQUEST FOR PROPOSAL NO SPECIFICATIONS FOR FORENSIC ACCOUNTING AND AUDITING SERVICES TO BE RECEIVED ON FRIDAY, AUGUST 3, 2018 AT 2:00 P.M. and addressed to the Purchasing Department, Orleans Parish School Board, 3520 General DeGaulle Drive, Suite 5055, New Orleans, LA The name and address of the company submitting the Request for Proposal must appear on the top left corner of the envelope containing the proposal document. Hand-carried and express mail PROPOSALS may be delivered to the above address ONLY between the hours of 8:00 a.m. and 4:30 p.m. local time, Monday through Friday, excluding holidays observed by OPSB, and excluding Bid-date. The Orleans Parish School Board will not be responsible for the opening of, post-opening of, or failure to open a Proposal not properly addressed or identified. The Orleans Parish School Board will not assume the responsibility for any delay as a result of failure of any entity to deliver Proposals on time. No Proposal will be accepted after 2:00 p.m. August 3, 2018 under any conditions whatsoever. In order for your company to be provided proof of delivery time, proposals should be hand delivered, sent by registered mail, or private carrier only to the Purchasing Department, 3520 General DeGaulle Drive, Suite 5055, New Orleans, Louisiana MANDATORY PRE-PROPOSAL CONFERENCE: A Mandatory Pre-proposal Conference will be held on Thursday, July 26, 2018, at 10:00 a.m. in Room 5105, 3520 General DeGaulle Drive, New Orleans, LA REQUEST FOR PROPOSAL DOCUMENTS: A complete set of Request for Proposal documents shall be used in preparing proposals; neither the Orleans Parish School Board nor its representatives assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Request for Proposal Documents. The forms furnished as part of the specifications MUST be used for filing of Request for PROPOSALS and must be signed by the proposer. No proposals will be considered unless made on the forms provided and must not be detached from the proposal document of which it forms a part. Failure to follow these instructions may result in your proposal being disqualified. Page 6 of 35

7 OBJECTION TO THE AWARD: If any Proposer who submitted a proposal has an objection to the award of the Contract to the Apparent Low Proposer, the objecting Proposer shall furnish that protest, in writing, to the Director of Business Partnerships within two (2) business days of the date of the contract award. The protest shall describe in detail the basis for the protest, and shall request a determination under this section of the Instructions to Proposers. If a protest is filed in a timely fashion, the Director of Business Partnerships will review the basis for the protest and relevant facts under such terms and conditions as he considers proper. Upon completion of the review, the Director of Business Partnerships shall submit this findings and recommendations to the Superintendent and/or OPSB who shall then review the matter under such terms and conditions, as deemed proper. Upon receipt of authority to act from the Superintendent or OPSB, the Director of Business Partnerships will notify those Proposers involved of its decision. The decision shall be final and binding on the objecting Proposer. WITHDRAWAL OF BID: Any bid may be withdrawn if clear and convincing sworn, written evidence of obvious mechanical, clerical or mathematical error is furnished by the proposer to the Director of Business Partnerships within 48 hours of proposal receipt. SUPPLIER PERFORMANCE AND EVALUATION: The proposer, vendor, service provider and/or supplier performance process will involve evaluating the proposer, vendor, service provider and/or supplier s overall quality status, as well as evaluating the quality of each material or service the Orleans Parish School Board wishes to purchase from the said proposer, vendor, service provider and/or supplier. Prior to the invoice submission, the proposer, vendor, service provider and/or supplier, shall meet with a purchasing representative to discuss and review deliverables and timeline events for said services. Contract with automatic renewals will be based upon the Orleans Parish School Board evaluating and analyzing proposer, vendor, service provider and/or supplier performance. DEBARMENT AND SUSPENSION: To ensure that the Orleans Parish School Board does not enter into a contract with a debarred or suspended company or individual, each responsive proposer must include a certification statement with each bid. By signing the certification statement, the proposer certifies that neither it nor any of its principals (e.g., key employees) have been proposed for debarment, debarred or suspended by a Federal Agency. It is the responsibility of each proposer to sign the attached certification statement and submit it with the bid. Failure to comply with this requirement will cause your bid to be disqualified and declared non-responsive. CONTRACTS OVER $100,000: The Proposer must comply with the applicable standards, orders or requirements issued under Section 306 of the Clean Air Act [(42 USC 1837 (h)], Section 508 of the Clean Water Act (32 USC 1368), Executive Order 11738, and Environmental Protection Agency Regulations (40 CFR, Part 15), which prohibit the use under non-exempt federal contracts, grants or loans of facilities included in the EPA list of violating facilities. Proposer shall report any violations to the Orleans Parish School Board, the Department of Agriculture and to the Environmental Protection Agency Assistant Administrator for enforcement. CONSIDERATION OF PROPOSAL: The Board reserves the right to select any part of the proposal or the whole proposal as well as to reject any and all bids whenever such rejection is in its best interest in accordance with law. Page 7 of 35

8 INQUIRIES: All inquiries must be addressed in writing to Mr. Jonathan Temple, Director of Business Partnerships at 3520 General DeGaulle Drive, Suite 5055, New Orleans, LA or fax to (504) or No contact in any form or manner is to be made with any employee of the District except through Mr. Jonathan Temple. Violation of this provision shall be considered grounds for disqualification of the violator employer's proposal. OPSB DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM: OPSB is seeking a DBE goal of up to 35%. See attachment no. 1, DBE Program Packet which is hereby made a part of this RFP. Orleans Parish School Board Jonathan Temple, Director of Business Partnerships Page 8 of 35

9 INDEMNITY AND INSURANCE A. The Contractor shall indemnify and hold harmless OPSB, its Board Members, Officers, Staff Directors, etc. for and against any and all losses, damages, and liabilities whatsoever for injury to or death of persons, or loss of or damage to property, including Government property of any kind or nature caused by or arising out of the performance of the work or services required hereunder by the contractor or the officers, employees, or agents of the Contractor. B. The Contractor shall, as a minimum, obtain and maintain during the entire period of performance of this contract insurance provided by insurers authorized to transact business in the State of Louisiana, has and maintains a minimum of a A rating or better financial size category as shown in the most current AM Best Company ratings the following coverage placements: 1. Workmen's Compensation and Employees Liability Insurance Worker s Compensation insurance limits as required by the Labor Code of the State of Louisiana meeting minimum statutory requirements and Employer s Liability coverage with a minimum of $500,000. The policy shall include a waiver of subrogation in favor of the District (OPSB). 2. Comprehensive General Liability/ Professional Liability Insurance For Standard Contracts, minimum limits of $1,000,000 per occurrence. The policy shall include a waiver of subrogation in favor of OPSB with an additional insured endorsement. For Architectural & Engineering (A&E) projects, the Contractor shall provide evidence of coverage for Professional Liability and or E&O Liability subject to limits of not less than $1,000,000 with additional insured and/or a waiver of subrogation endorsement in favor of the District (OPSB). The liability insurance shall remain in effect until the end of the Correction Period and at all times after that when the Contractor may be correcting or removing and replacing, defective work. 3. Motor Vehicle Liability Insurance - Minimum limits of $250,000 per person and $500,000 per occurrence for bodily injury liability and $100,000 for property damage liability is required on each vehicle owned, non-owned or hired to be used in conjunction with the contract. The policy shall include a waiver of subrogation in favor of the District (OPSB). 4. Excess Liability Insurance OPSB reserves the right to require this coverage subject to the value of the contract or scope of work required in the contract. If required, the excess liability insurance shall follow the same form and offer the same protections as employer s liability, general liability and auto liability. It shall also be as broad as the underlying policies of liability. Limits of Excess Liability coverage will be established based on the size and scope of the contract project. Additional insured and/or waiver of subrogation endorsements will be required. Page 9 of 35

10 C. The minimum insurance amounts specified in paragraph B shall not include a deductible. Notwithstanding, if there is a deductible incorporated into the terms of the insurance policy, then OPSB shall not be liable for the deductible, nor shall it be an allowable cost if paid by the CONTRACTOR. Insurance issued on a claims-made basis and completed operations insurance shall be maintained for 2 years after acceptance and evidence of coverage shall be furnished to OPSB yearly. D. The insurer s cost of providing the insured s a defense and appeal, including attorney fees, shall be supplementary and shall not be included as part of the policy limits, but shall remain the insurer s separate responsibility. If any of the Contractor s sureties or insurers is declared bankrupt or placed into receivership, ceases to meet any of the requirements of the Contract Documents or its license to do business in the State of Louisiana is revoked or expires, the Contractor shall meet the requirements of the contract documents. E. Certificates of insurance evidencing that the requirements of paragraph B have been met shall be furnished to OPSB before work is commenced with respect to performance under this Contract. In addition to the certificate of insurance, a copy of all required endorsements will be required as proof of the coverage placement. The insurance required pursuant to the provisions of this clause shall be in such form and for such periods of time as OPSB may require or approve, and with insurers approved by OPSB. Provisions shall be made for 30 days advance written notice by mail to OPSB of change in or cancellation of such insurance. F. In the event the CONTRACTOR fails to furnish such certificates prior to the commencing of work or to continue to maintain such insurance during the performance of the Contract OPSB shall have the right to withhold any payments or partial payments required to be made under this Contract; and shall have the right to continue withholding any or all of said payments so long as the CONTRACTOR has not complied with the requirements of this clause. G. ADDITIONAL INSURANCE REQUIREMENTS The Contractor shall provide a Certificate of Insurance evidencing Errors and Omissions liability insurance coverage subject to limits of liability of not less than $1,000,000. Furthermore, it shall be mutually agreed that OPSB shall be solely responsible for the contents of any information or documentation, which OPSB may provide to the Contractor to rely upon in the process of this service agreement. Notwithstanding the aforementioned provision, the Contractor shall be responsible for any damages or liabilities to the extent that they result from the Contractor s actual errors, omissions, or negligence pursuant to this Agreement. No changes, modifications, or limitations to these insurance requirements shall be permitted. Page 10 of 35

11 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Lower Tier Covered Transactions (Form AD-1048) This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section , Participants' responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages ). (BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS THAT FOLLOW) (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Organization Name Name and Title of Authorized Representative Signature Date Page 11 of 35

12 Instructions for Completing Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions (Form AD-1048) NOTE: Each responsive proposer must include this certification statement with each proposal exceeding $100,000, or any contract for audit services regardless of amount. 1. By signing and submitting this form, the prospective lower tier participant providing the certification set out on the above in accordance with these instructions. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the U. S. Department of Agriculture regulations 7CFR 3017 implementing Executive Order (Contact the person to whom this proposal is submitted for assistance in obtaining a copy of those regulations.) 5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification that a prospective participant in a lower tier covered transaction has not been debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless the participant knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non-procurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Page 12 of 35

13 CERTIFICATION REGARDING LOBBYING CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS EXCEEDING $100,000 IN FEDERAL FUNDS The undersigned certifies, to the best of this or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards (exceeding $100,000 in Federal funds) at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. NAME/ADDRESS OF VENDOR TITLE OF SUBMITTING OFFICIAL SIGNATURE DATE Page 13 of 35

14 TO: ORLEANS PARISH SCHOOL BOARD Procurement Department 3520 General DeGaulle Drive, Fifth Floor New Orleans, LA PROPOSER'S CERTIFICATION Acknowledgment of Addenda: Addendum No., dated Addendum No., dated Addendum No., dated 1. Having read the Request for Proposal and the Specifications for FORENSIC ACCOUNTING AND AUDITING SERVICES (No ) I, the undersigned, authorized to represent the corporation, partnership, sole proprietorship (the Company) listed below, hereby submit to OPSB this Request for PROPOSALS for providing the service as listed above. 2. This proposal is submitted on behalf of: Company: Address: Street Number/P.O. Box Street Name City State Zip 3. I further certify that I/we have examined and fully comprehend the scope and conditions supplied for the consulting services for collections and that the Company agrees to furnish to OPSB said services for the payment amount listed on the attached Price Proposal form. 4. In submitting this proposal, the Proposer agrees to the terms and conditions of the Request for Proposals, including the Specification and instructions to Proposers. If this proposal is signed by a partner, the person hereby states that he/she has the authority to bind the partnership; if signed by a corporate officer or employee, that person hereby states that he or she has the authority to bind the corporation. (Copy of corporate resolution attached). Signature of Company Representative Representative's Title Date Page 14 of 35

15 PRINCIPALS OF THE COMPANY PRESIDENT: VICE-PRESIDENT: SECRETARY: TREASURER: BIDDER: SIGNATURE: NAME: (PRINT OR TYPE) ADDRESS: CITY, STATE, and ZIP: AREA CODE & PHONE: AREA CODE & FAX: LIST THE BIDDER S FEDERAL TAX IDENTIFICATION NUMBER Bidder is (check one) Sole Proprietorship; Partnership; Corporation (If corporation, in what state incorporated) ; or Joint venture. Identify parties: Page 15 of 35

16 NON-COLLUSION STATEMENT State of Louisiana Parish of Orleans, States that he/she is (a partner of the firm, officer of the corporation, or individual making the foregoing proposal or bid); that said bid is genuine and not collusive or sham; that said proposer has not colluded, conspired, connived or agreed, directly or indirectly, with any proposer or person to put in a sham bid or to refrain from bidding, collusion, or communication or conference, with any person, to fix the bid price or affiant or any other proposer, or to fix any overhead, profit or cost element, or that of any other proposer, or to secure any advantage against any person interested in the proposed contract, and that all statements contained in the said bid or proposal are true. (Signature) Page 16 of 35

17 I. INTRODUCTION A. General Information ORLEANS PARISH SCHOOL BOARD REQUEST FOR PROPOSALS No The Orleans Parish School Board ( OPSB ) is requesting sealed proposals from qualified firms of certified public accountants to perform requested forensic accounting and auditing services as determined by OPSB as needed for the fiscal year beginning July 1, 2018 and ending June 30, 2019, with the option of performing said services for each of the four (4) subsequent fiscal years. These services are to be performed in accordance with professional standards, as applicable, and as set forth by the American Institute of Certified Public Accountants (AICPA); the standards set forth for financial audits in the General Accounting Office's (GAO) Government Auditing Standards, the provisions of the federal Single Audit Act and U.S. Office of Management and Budget (OMB) Circular A-133, Audits of States, Local Governments, and Non-Profit Organizations, the Governmental Accounting Standards Board (GASB) and the State of Louisiana Accounting and Auditing requirements as set forth in the Louisiana Governmental Audit Guide. A MANDATORY Pre-proposal Conference for all firms interested in submitting a proposal will be held at 10:00 a.m. on Thursday, July 26, 2018 at 3520 General DeGaulle Drive, New Orleans, LA in Room 5105 to answer questions about the engagement. After the Pre-Proposal Conference, any inquiries concerning the request for proposal should be addressed to Mr. Jonathan Temple in writing and sent to the above address or by to jonathan_temple@opsb.us. To be considered, one signed original (clearly marked) proposal, with five (5) copies, and one (1) COPY on flash drive of the proposal must be received in a sealed envelope by OPSB Procurement Department at 3520 General DeGaulle Drive, Suite 5055, New Orleans, LA by 2:00 pm on Friday, August 3, OPSB reserves the right to reject any or all proposals submitted. During the evaluation process, the Committee and OPSB reserve the right, where it may serve OPSB's best interest, to request additional information or clarifications from proposers. At the discretion of OPSB or the Evaluation Committee, firms submitting proposals may be requested to make oral presentations as part of the evaluation process. OPSB reserves the right to retain all proposals submitted and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the firm of the conditions contained in this request for proposals, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between OPSB and the firm selected. Page 17 of 35

18 It is anticipated the selection of a firm will be completed by TBA, Following the notification of the selected firm it is expected a contract will be executed between both parties by TBA, B. Terms of Engagement A five year contract is contemplated, subject to OPSB exercising its option for each of the four (4) option years, subject to the annual review and recommendation of the Executive Director of School Performance and Deputy Chief of Finance and Operations, the satisfactory negotiation of terms (including a price acceptable to both OPSB and the selected firm), the concurrence of OPSB and the annual availability of an appropriation. II. NATURE OF SERVICES REQUIRED A. General OPSB is soliciting the services of qualified certified public accountants firms to conduct forensic accounting and auditing services to conduct forensic audits of its charter schools, direct-run schools, and Central Office finances, as requested to do so by OPSB, with the option to perform said services for each of the four (4) subsequent fiscal years. These audits are to be performed in accordance with the provisions contained in this request for proposal. Effective July 1, 2018, pursuant to Louisiana Act 91, the School Board will receive all Orleans Parish public schools under the authority of the State of Louisiana s Recovery School District culminating in about seventy-six (76) independently run charter schools. The OPSB - Office of School Performance, which oversees school performance as part of its authority as authorizer, established a performance matrix by which to evaluate charter school performance components, one of which is financial compliance. B. Scope of Work to be Performed It is anticipated that the forensic accounting firm s engagement will have two phases. The first phase will consist of a risk assessment of the District s concern, defining an appropriate scope for a forensic accounting investigation and timeline for completion. The second phase will consist of a forensic accounting investigation based on the approved scope of work, progress reports, deliver a report of findings and recommendations. The second phase may also include delivering a final report to the District s Board. Page 18 of 35

19 Phase One Each Engagement: a. Risk Assessment of the District s concern b. Define an appropriate scope for a forensic accounting investigation c. Provide a timeline for completion. Phase Two Each Engagement: a. Forensic Accounting Investigation based on the approved scope of work b. Provide progress reports c. Deliver a report of findings and recommendations and applicable exhibits d. Solicit, in coordination with OPSB, Management s Response from subject charter school or site e. Deliver a final report to the District s Board as requested C. Working Papers Retention and Access to Working Papers All working papers and reports must be retained, at the auditor's expense, for a minimum of three (3) years, unless the firm is notified in writing by OPSB of the need to extend the retention period. The auditor will be required to make working papers available, upon request, to the following parties or their designees: Audited Charter School Board of Directors Charter School management and/or it s designee(s) Orleans Parish School Board - Board of Directors Orleans Parish School Board management and/or it s designee(s) In addition, the firm shall respond to the reasonable inquiries of successor auditors and allow successor auditors to review working papers relating to matters of continuing accounting significance. III. DESCRIPTION OF THE ORLEANS PARISH SCHOOL BOARD A. Background Information OPSB provides a full range of educational and related services as contemplated by the Louisiana Revised Statutes within the boundaries of the City of New Orleans (Orleans Parish). Services are provided to approximately 45,000 students at the pre-school, kindergarten, elementary and secondary levels in two (2) direct-run schools and other specialized facilities. In addition, OPSB has seven (7) Charter Schools within its LEA. Pursuant to the unification of schools as defined in Louisiana Act 91, Senate Bill 432, 2016 Regular Session, effective July 1, 2018, the district will have a total of approximately seventy-six (76) independently operated charter schools. These seventy-six (76) charter schools were formerly Page 19 of 35

20 under the state agency, Recovery School District (RSD). Some charter schools may fall under one charter operator, commonly referred to as a charter management organization or charter management operator ( CMO ). OPSB is governed by seven (7) elected board members, and has a consolidated budget of approximately $330 million. Administrative services are managed by the Superintendent/CEO, and are centralized at OPSB headquarters at 3520 General DeGaulle Drive, Suite 5055, New Orleans OPSB staffs more than 370 full and part-time employees in its direct-run schools and headquarters. Additional background information is available on OPSB s web B. OPSB Contact Information Key personnel/contacts are as follows: School Performance - Dina Hasiotis Equity & Accountability - Dr. Kelli R. Peterson, Ed. Finance and Operations - Dr. David H. Trautenberg, Ph.D. Financial Compliance - Katherine Phelan Procurement - Jonathan Temple IV. TIME REQUIREMENTS A. Proposal Calendar The following is a list of key dates up to and including the date proposals are due: Request for Proposal issued July 18, 2018 Pre-Proposal Conference July 26, 2018 Due date for proposals August 3, 2018 B. Notification and Contract Dates Selected firm notified (based on OPSB approval) August 10, 2018 Contract date TBA, 2018 C. Date Forensic Accounting and Auditing Services May Commence Pursuant to the determination of this vendor subsequent to Request for Proposal and Board approval, any engagement request may commence in Fiscal Year 2019 (defined as July 1, 2018 through June 30, 2019). D. Schedule for Each Engagement A time schedule will be developed for each audit dependent upon each audit s Page 20 of 35

21 scope. E. Entrance Conference, Progress Reporting, Exit Conference and Board Reporting The auditor will develop and present to the Executive Director of Financial Compliance or her designee a mutually agreed upon schedule for Entrance Conference, Progress Reporting, Exit Conference and any reporting to the OPSB Board of Directors. The following conferences may be held to facilitate on-going communication between OPSB management and the audit firm. Dates for such meetings will be mutually agreed upon subsequent to each engagement. 1. Entrance conference with the Executive Director of School Performance and/or the Executive Director of Financial Compliance and/or a designee and with all key personnel and other department heads of key offices and/or programs (as needed). The purpose of this meeting will be to discuss the District s concern and to begin defining a scope of work for each engagement performed. This meeting will also be used to establish overall liaison for the audit and to make arrangements for work space and other needs of the auditor. 2. Progress conferences with the Executive Director of School Performance and/or the Executive Director of Financial Compliance or a designee and department heads of key offices and/or programs (as needed). F. Date Final Report Due for Each Engagement The District will require the auditor to submit a report of findings to the Executive Director of School Performance and/or the Executive Director of Financial Compliance and/or a designee. The Deputy Chief of Finance and Operations or his designee will complete the review of the draft report as expeditiously as possible. It is not expected that this process should exceed one week. During that period, the auditor should be available for any meetings that may be necessary to discuss the report(s). The final signed report(s) shall be delivered to the Executive Director of School Performance and/or the Executive Director of Financial Compliance or a designee within seven (7) working days of the completion of the review. The final report and four (4) signed copies, including one electronic copy, should be delivered to the Executive Director of Financial or her designee at OPSB. Page 21 of 35

22 V. ASSISTANCE TO BE PROVIDED TO THE AUDITOR AND REPORT PREPARATION A. Financial Service and Information Technology Departments Assistance The OPSB Division of School Performance and/or Finance staff and responsible management personnel will be available during the audit to assist the auditor by providing information, documentation and explanations. The auditor should provide their own internet access via Wi-Fi, air card, etc. B. Work Area, Telephones, Photocopying and Scanner The audit will typically be a field audit in scope. C. Report Preparation Report preparation, editing and printing shall be the responsibility of the auditor. VI. PROPOSAL REQUIREMENTS A. General Requirements 1. Mandatory Pre-proposal Conference and On-site Inspections A mandatory pre-conference for firms interested in submitting proposals will be held in Room 5105, at OPSB on Thursday, July 26, 2018 at 10:00 a.m. Both verbal and written questions will be accepted during the conference. Minutes of the Pre-Proposal Conference will be distributed within three (3) business days via to all firms in attendance. Representatives of the various departments within OPSB will be available to discuss their operations and conduct on-site inspections for interested proposers on, Thursday, July 26, 2018 after concluding the Pre-Proposal Conference. 2. Inquiries Inquiries concerning the request for proposals and the subject of the request for proposals must be made in writing to: Page 22 of 35

23 Mr. Jonathan Temple Director of Business Partnerships 3520 General DeGaulle Drive, Suite 5055 New Orleans, LA (504) Submission of Proposals The following material is required to be received by 2:00 p.m. on Friday, August 3, 2018 for a proposing firm to be considered: a. One (1) signed original proposal (clearly marked), with five (5) copies, and one (1) copy on flash drive. i. Title Page Title page showing the request for proposal subject; the firm's name; the name, address and telephone number of the contact person; and the date of the proposal. ii. Table of Contents iii. Transmittal Letter A signed letter of transmittal briefly stating the proposer's understanding of the work to be done, the commitment to perform the work within the time period, a statement why the firm believes itself to be best qualified to perform the engagement and a statement that the proposal is a firm and irrevocable offer. iv. Detailed Proposal The detailed proposal should follow the order set forth in Section VI.B of this request for proposals. v. Guarantees and Warranties Executed copies of Proposer Guarantees and Proposer Warranties, attached to this request for proposals (Appendix C). b. One (1) signed original proposal (clearly marked), with five (5) copies, and one (1) copy on flash drive of a dollar cost bid in a separate sealed envelope marked as follows: Page 23 of 35

24 SEALED DOLLAR COST BID PROPOSAL FOR OPSB FOR PROFESSIONAL AUDITING SERVICES c. Proposers should send the completed proposal package consisting of the two separate envelopes to the following: B. Technical Proposal 1. General Requirements Jonathan Temple Director of Business Partnerships 3520 General DeGaulle Drive, Suite 5055 New Orleans, LA (504) The purpose of the Technical Proposal is to demonstrate the qualifications, competence and capacity of the firms seeking to undertake an independent audit of OPSB in conformity with the requirements of this request for proposals. As such, the substance of proposals will carry more weight than their form or manner of presentation. The Technical Proposal should demonstrate the qualifications of the firm and of the particular staff to be assigned to this engagement. It should also specify an audit approach that will meet the request for proposals requirements. The Technical Proposal should address all the points outlined in the Request for Proposals (excluding any cost information which should only be included in the sealed dollar cost bid). While additional data may be presented, the following subjects, items Nos. 2 through 10, must be included. They represent the criteria against which the proposal will be evaluated. The Technical Proposal should not include any reference to cost. All cost related information should be included in a separate sealed bid as discussed in Item C. below. 2. Independence The firm should provide an affirmative statement that it is independent of OPSB and any of its charter schools as defined by auditing standards generally accepted in the United States of America and the U.S. General Accounting Office's Government Auditing Standards. Page 24 of 35

25 The firm should also list and describe the firm's (to include any proposed subcontractor s) professional relationships involving OPSB for the past five (5) years, together with a statement explaining why such relationships do not constitute a conflict of interest relative to performing the proposed audit. 3. License to Practice An affirmative statement should be included that the firm and all assigned key professional staff may properly practice in Louisiana. 4. Firm Profile - Qualifications and Experience The proposer should state the size of the firm, the size of the firm's audit staff and the location of the firm s office. If the proposer is a joint venture or consortium, the qualifications of each firm comprising the joint venture or consortium should be separately identified, and the firm that is to serve as the principal auditor should be noted, if applicable. The firm is also required to submit a copy of the report on its most recent external quality control review, with a statement whether that quality control review included a review of specific governmental engagements The firm shall also provide information on the results of any federal or state desk reviews or field reviews of its audits during the past three (3) years. In addition, the firm shall provide information on the circumstances and status of any disciplinary actions taken or pending against the firm during the past three (3) years by state regulatory bodies, federal or state agencies or professional organizations. 5. Partner, Supervisory, Staff Qualifications and Experience Identify the principal supervisory and management staff, including engagement partners, managers, other supervisors and specialists, who would be assigned to the engagement. Indicate whether each person is registered or licensed to practice as a certified public accountant (CPA) in Louisiana. Indicate whether each person is registered or licensed as certified in financial forensics (CFF). Provide information on the forensic and government auditing experience of each person, including information on relevant continuing professional education for the past three (3) years and membership in professional organizations relevant to this audit as defined in the scope of work herein. Page 25 of 35

26 Provide as much information as possible regarding the number, qualifications, experience and training, including relevant continuing professional education, of staff who may be assigned to an engagement as defined in the scope of work herein.. Indicate how the quality of staff over the term of the agreement will be assured. The proposer should identify the extent to which staff to be assigned to the audit reflect OPSB s commitment to Affirmative Action. Engagement partners, managers, other supervisory staff and specialists may change if those personnel leave the firm, are promoted or are assigned to another office. These personnel may also be changed for other reasons with the express prior written permission of OPSB. However, in either case, OPSB retains the right to approve or reject replacements. Consultants and firm specialists mentioned in response to this request for proposal can only be changed with the express prior written permission of OPSB, which retains the right to approve or reject replacements. Other audit personnel may be changed at the discretion of the proposer provided that replacement(s) have substantially the same or better qualifications or experience. 6. Prior Engagements with OPSB List separately all engagements within the last five years for OPSB, ranked on the basis of total staff hours and by type of engagement (i.e., audit, management advisory services, other). Indicate the scope of work, date, engagement partners, total hours, the location of the firm's office from which the engagement was performed, and the name and telephone number of the principal client contact. 7. Similar Engagements with Other Government Entities For the firm's office that will be assigned responsibility for the audit, list the most significant engagements (maximum five [5]) performed in the last five (5) years that are similar to the engagement described in this request for proposal. These engagements should be ranked on the basis of total staff hours. Indicate the scope of work, date, engagement partners, total hours, and the name and telephone number of the principal client contact. 8. Specific Audit Approach The proposal should set forth a commitment to respond as needed as concerns may arise. Each work plan, including an explanation of the audit Page 26 of 35

27 methodology will be defined at the onset of each engagement. 9. Identification of Anticipated Potential Audit Problems The proposal should identify and describe any anticipated potential audit problems, the firm's approach to resolving these problems and any special assistance that will be requested from OPSB. 10. Report Format The proposal should include sample formats for required reports. C. Sealed Dollar Cost Bid 1. Total All-Inclusive Maximum Price The Sealed Dollar Cost Bid should contain all pricing information relative to performing the audit engagement as described in this request for proposal. The total all-inclusive maximum price to be bid shall contain all direct and indirect costs including all out-of-pocket expenses. OPSB will not be responsible for expenses incurred in preparing and submitting the technical proposal or the Sealed Dollar Cost Bid. Such costs should not be included in the proposal. The first page of the Sealed Dollar Cost Bid should include the following information: a. Name of Firm b. Certification that the person signing the proposal is entitled to represent the firm, empowered to submit the bid, and authorized to sign a contract with OPSB. c. A Total All-Inclusive Maximum Price for the engagement. 2. Rates for Additional Professional Services If it should become necessary for OPSB to request the auditor to render any additional services to either supplement the services requested in this RFP or to perform additional work as a result of the specific recommendations included in any report issued on this engagement, then such additional work shall be performed only if set forth in an addendum to the contract between OPSB and the firm. Any such additional work agreed to between OPSB and the firm shall be performed at the same rates set forth in the schedule of fees and expenses included in the Sealed Dollar Cost Bid. Page 27 of 35

28 3. Manner of Payment Progress payments will be made on the basis of hours of work completed during the course of the engagement and out-of-pocket expenses incurred in accordance with the firm's dollar cost bid proposal. Demonstration of work completed during the course of each engagement and out-of-pocket expenses must be supplied to OPSB weekly for each engagement. 4. Option Years The proposing firm should include the all-inclusive maximum price for each of the four (4) subsequent year s audit that may be exercised at the option of OPSB. VII. EVALUATION PROCEDURES A. Evaluation Committee Proposals submitted will be evaluated by the three-member Committee selected by OPSB. B. Review and Evaluation of Proposals OPSB reserves the right to retain all proposals submitted and use any idea in a proposal regardless of whether that proposal is selected. C. Evaluation Criteria Proposals will be evaluated using four sets of criteria: Mandatory Elements, Technical Quality, Price and DBE Participation. Firms meeting the mandatory criteria will have their proposals further evaluated for both technical qualifications and price. The following represents the principal selection criteria which will be considered during the evaluation process. 1. Mandatory Elements a. The audit firm is independent and licensed to practice in Louisiana. b. The firm has no conflict of interest with regard to any other work performed by the firm for OPSB. c. The firm has no conflict of interest with regard to any other work Page 28 of 35

INVITATION TO BID NO

INVITATION TO BID NO ORLEANS PARISH SCHOOL BOARD PURCHASING DEPARTMENT 3520 GENERAL DE GAULLE DRIVE, ROOM 5038 NEW ORLEANS, LA 70114 TELEPHONE (504)5639/5640/FAX (504) 309-2879 SPECIFICATIONS FOR BAND INSTRUMENTS INVITATION

More information

SPECIFICATIONS FOR. Heating, Ventilation and Air-Conditioning (HVAC) Preventative Maintenance Services

SPECIFICATIONS FOR. Heating, Ventilation and Air-Conditioning (HVAC) Preventative Maintenance Services ORLEANS PARISH SCHOOL BOARD PROCUREMENT DEPARTMENT 3520 GENERAL DE GAULLE DRIVE, FIFTH FLOOR, ROOM 5038 NEW ORLEANS, LOUISIANA 70114 TELEPHONE: (504) 304-5639 FAX (504) 309-2879 SPECIFICATIONS FOR REQUEST

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

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

SPECIFICATIONS FOR WATER FILTRATION SYSTEMS

SPECIFICATIONS FOR WATER FILTRATION SYSTEMS ORLEANS PARISH SCHOOL BOARD PURCHASING DEPARTMENT 3520 General DeGaulle Drive, Room 5055 New Orleans, Louisiana 70114 Telephone: (504) 304-5639 Fax (504) 309-2879 SPECIFICATIONS FOR WATER FILTRATION SYSTEMS

More information

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

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

More information

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

LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES

LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES The Town of Farmington, Connecticut is requesting proposals from qualified independent public accounting firms,

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

REQUEST FOR PROPOSALS FOR PROFESSIONAL EXTERNAL AUDITING SERVICES RFP No

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

More information

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to

More information

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

More information

CITY OF CLOVIS REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

CITY OF CLOVIS REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES CITY OF CLOVIS REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES Jamie Hughson Finance Director City of Clovis 1033 Fifth Street Clovis, CA 93612 City of Clovis 2013 CITY OF CLOVIS REQUEST FOR PROPOSALS

More information

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS S For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS RFP # 740 PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS NOTICE TO BIDDERS 1. NOTICE IS HEREBY GIVEN that the New Haven Unified School District is seeking

More information

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet LVIN ISD Purchasing Department Independent Contractor/Consultant Agreement CCA Packet Contracts with a yearly aggregate under $10,000 within a specified AISD category. Valid per school year. New Vendor

More information

Texas Rising Star Assessor Services RFQ. Cover Sheet

Texas Rising Star Assessor Services RFQ. Cover Sheet ATTACHMENT A Texas Rising Star Assessor Services RFQ Individual/Organization Name Mailing Address City, State, Zip Physical Address (if different) Contact Person & Telephone & Fax number & E-mail Cover

More information

CITY OF ESCONDIDO REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FOR FISCAL YEARS THROUGH REQUEST FOR PROPOSAL #16-03

CITY OF ESCONDIDO REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FOR FISCAL YEARS THROUGH REQUEST FOR PROPOSAL #16-03 CITY OF ESCONDIDO REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FOR FISCAL YEARS 2015-2016 THROUGH 2019-2020 REQUEST FOR PROPOSAL #16-03 201 North Broadway Escondido, CA 92025-2798 TABLE OF

More information

Professional Auditing Services

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

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

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

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The

More information

United Planning Organization REQUEST FOR PROPOSAL (RFP): AUDITING SERVICES RFP #

United Planning Organization REQUEST FOR PROPOSAL (RFP): AUDITING SERVICES RFP # United Planning Organization REQUEST FOR PROPOSAL (RFP): AUDITING SERVICES RFP # 2015-01 Proposal Issue Date: Friday, October 24, 2014 Request for Proposal (RFP) Cover Page Proposal Solicitation Closing

More information

REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES. Submission Deadline JANUARY 1, 2018

REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES. Submission Deadline JANUARY 1, 2018 ` REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES Submission Deadline JANUARY 1, 2018 City of Pine City 315 Main St S., Ste 100 Pine City, Minnesota 55063 Matthew Van Steenwyk, City Treasurer

More information

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE Issued by the: Economic Development Corporation of the City of Detroit

More information

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

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

More information

VILLAGE OF SCARSDALE, NEW YORK REQUEST FOR PROPOSALS PROFESSIONAL AUDITING SERVICES. February 3, 2017

VILLAGE OF SCARSDALE, NEW YORK REQUEST FOR PROPOSALS PROFESSIONAL AUDITING SERVICES. February 3, 2017 VILLAGE OF SCARSDALE, NEW YORK REQUEST FOR PROPOSALS PROFESSIONAL AUDITING SERVICES February 3, 2017 Office of the Village Treasurer 1001 Post Road Scarsdale, New York 10583 Village of Scarsdale, New York

More information

CITY OF LOCKHART 308 W. San Antonio St. Lockhart, TX REQUEST FOR PROPOSALS (RFP) FINANCIAL AUDIT SERVICES

CITY OF LOCKHART 308 W. San Antonio St. Lockhart, TX REQUEST FOR PROPOSALS (RFP) FINANCIAL AUDIT SERVICES CITY OF LOCKHART 308 W. San Antonio St. Lockhart, TX 78644 REQUEST FOR PROPOSALS (RFP) FINANCIAL AUDIT SERVICES The City of Lockhart (the City) will be accepting proposals for financial audit services

More information

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>>

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>> SERVICE CONTRACT BETWEEN KIPP, Inc. AND This Services Contract ( Contract ) is made and entered into by and between the KIPP, Inc. ( KIPP ), 10711 KIPP Way, Houston, Texas

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL. For PURCHASE OF PERIPHERALS FOR MAC MINI

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL. For PURCHASE OF PERIPHERALS FOR MAC MINI For PURCHASE OF PERIPHERALS FOR MAC MINI [FEDERAL RACE-TO-THE-TOP GRANT (RTTT-D)] RFP #761 S #761 PURCHASE OF PERIPHERALS FOR MAC MINI DEPLOYMENT FEDERAL RACE TO THE TOP GRANT (RTTT D) NOTICE TO BIDDERS

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

SANTA BARBARA COUNTY ASSOCIATION OF GOVERNMENTS REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

SANTA BARBARA COUNTY ASSOCIATION OF GOVERNMENTS REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES SANTA BARBARA COUNTY ASSOCIATION OF GOVERNMENTS REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES PROPOSALS DUE BY 5:00 P.M. FRIDAY, AUGUST 31, 2015 SANTA BARBARA COUNTY ASSOCIATION OF GOVERNMENTS

More information

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

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

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

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

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

More information

SAN DIEGO CONVENTION CENTER CORPORATION

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

More information

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

REQUEST FOR PROPOSALS

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

More information

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

More information

Request for Proposal

Request for Proposal San Mateo County Mosquito and Vector Control District Request for Proposal Professional Auditing Services Date of Issuance: December 8, 2017 Submittal Deadline: January 19, 2018 4:00 PM 1 I. INTRODUCTION

More information

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM LOWER RIO GRANDE VALLEY DEVELOPMENT COUNCIL REQUEST FOR PROPOSAL Vinyl Bus Wrap Production and Installation Services No: 2018-06 VINYL BUS WRAP PRODUCTION AND INSTALLATION SERVICES ON PUBLIC TRANSPORTATION

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: ASIA2016IND09o Open

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

ELMIRA CITY SCHOOL DISTRICT REQUEST FOR PROPOSALS FOR FINANCIAL AUDITING SERVICES (EXTERNAL AUDITOR)

ELMIRA CITY SCHOOL DISTRICT REQUEST FOR PROPOSALS FOR FINANCIAL AUDITING SERVICES (EXTERNAL AUDITOR) ELMIRA CITY SCHOOL DISTRICT REQUEST FOR PROPOSALS FOR FINANCIAL AUDITING SERVICES (EXTERNAL AUDITOR) Elmira City School District Business Office 951 Hoffman Street Elmira, New York 14905 Elmira City School

More information

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES SOLICITATION FOR CONTINUING SERVICES CS 19-601 PLUMBING SUPPLIES INTRODUCTION Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors interested in

More information

Enclosed for your consideration is a Request for Proposal (RFP), with all attachments.

Enclosed for your consideration is a Request for Proposal (RFP), with all attachments. To: Audit Firms From: Dana Bundick, Director of Finance Date: June 25, 2018 Subject: Auditing Services The is soliciting proposals from qualified firms of certified public accountants to audit the City

More information

Employers Training Resource Program Year Youth Subrecipients

Employers Training Resource Program Year Youth Subrecipients TO: Employers Training Resource Program Year 2013-14 Youth Subrecipients FROM: Daniel C. Smith, Director Employers' Training Resource DATE: Friday, March 14, 2014 SUBJECT: Youth Request for Refunding (RFR)

More information

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FINANCIAL AND COMPLIANCE AUDITS OF THE KANSAS PUBLIC EMPLOYEES DEFERRED COMPENSATION 457 PLAN SEALED PROPOSALS for furnishing the services

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

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

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

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

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 Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

More information

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

More information

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

More information

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

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

More information

Pittsburgh, PA 15213

Pittsburgh, PA 15213 The Board of Public Education of the School District of Pittsburgh Administration Building, 341 South Bellefield Avenue Pittsburgh, PA 15213 Inquiry Number 8796 Sealed bids for material listed herein will

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

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

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

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

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

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

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

More information

INVITATION TO BID RFP #

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

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

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

VILLAGE OF NEW HAVEN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

VILLAGE OF NEW HAVEN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES VILLAGE OF NEW HAVEN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES The Village of New Haven, is requesting proposals from qualified firms of certified public accountants, in accordance with

More information

PLEASANTVILLE HOUSING AUTHORITY

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

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

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

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

More information

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m.

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m. REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 2018 @ 12:00 p.m. DATE THAT SEALED BID PROPOSALS WILL BE PUBLICLY OPENED: June

More information

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

More information

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,

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

Please return by July 9, 10:00 AM Central Time to:

Please return by July 9, 10:00 AM Central Time to: SOLICITATION NO: R-14-006-DB INFORMAL REQUEST FOR PROPOSALS Release Date: June 25, 2014 ACTUARIAL SERVICES Please return by July 9, 2014 @ 10:00 AM Central Time to: dabenites@saws.org I. PROJECT INFORMATION

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

TRI-COUNTY REGIONAL PLANNING COMMISSION REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL AUDITING SERVICES. July 29, 2013

TRI-COUNTY REGIONAL PLANNING COMMISSION REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL AUDITING SERVICES. July 29, 2013 TRI-COUNTY REGIONAL PLANNING COMMISSION REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL AUDITING SERVICES July 29, 2013 Tri-County Regional Planning Commission 3135 Pine Tree Road, Suite 2C Lansing, MI 48911

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 PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE conduct business. The goal of Motor City Match is to help start new, permanent businesses in Detroit s commercial corridors by

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES to perform an ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING CHOICE 24 C.F.R. 570.601 (a) (2) 24 C.F.R. 91.225 (a) June 27, 2011 ALL PROPOSALS ARE

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 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

IRFQ #R15-04: FRIDAY NIGHT LIVE

IRFQ #R15-04: FRIDAY NIGHT LIVE IRFQ #R15-04: FRIDAY NIGHT LIVE INSTRUCTIONS: The Fillable Forms Template must be submitted in total with all required ATTACHMENTS and documents. Bidders that do not comply with the requirements, and/or

More information

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018 REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018 Equal Opportunity Employer/Program Auxiliary Aids and service are available upon request to individuals with disabilities Relay:

More information

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE Department of Health and Human Services Division of Mental Health, Developmental Disabilities and Substance Abuse Services Certification for Contracts,

More information

City of Merriam, Kansas

City of Merriam, Kansas City of Merriam, Kansas Request for Proposals Auditing Services August 30, 2012 Sections: I. Introduction II. Scope of Requested Services III. Description of the Government IV. Timing of Audit V. City

More information

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

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

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL

More information

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 REQUEST FOR PROPOSAL FOR American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

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

More information

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

Request for Proposal to Provide Audit Services

Request for Proposal to Provide Audit Services 3275 CENTRAL BLVD. HUDSONVILLE, MI 49426 Request for Proposal to Provide Audit Services For the Fiscal Years Ending June 30, 2015 To June 30, 2018 Request for Proposal to Provide Audit and Accounting Consulting

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL Actuarial Audit Services Request for Proposal No. 2016-01 San Joaquin County Employees' Retirement Association 6 So. El Dorado Street, Suite 400 Stockton, California 95202 Phone: (209)

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

SUU Contract for Workshops and Entertainment

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

More information

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

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

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

More information