IRFQ #R15-04: FRIDAY NIGHT LIVE

Similar documents
FILLABLE FORMS TEMPLATE INSTRUCTIONS TO BIDDERS

COUNTY OF ALAMEDA BEHAVIORAL HEALTH CARE SERVICES INFORMAL REQUEST FOR QUOTE (IRFQ) for

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

ALAMEDA LOCAL AGENCY FORMATION COMMISSION 1221 OAK STREET, SUITE 555 * OAKLAND, CA (510) FAX (510)

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

EXHIBIT B. Insurance Requirements for Construction Contracts

Form Rev 02/10 COMMUNITY BASED ORGANIZATION Master Contract Exhibit A and B Coversheet

January 18, Request for Proposals. for

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

CITY OF ROMULUS CHAPTER 39: PURCHASING

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL LIQUID CALCIUM CHLORIDE

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

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

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

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

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

SECTION IV CONTRACT BID NUMBER

INVITATION TO BID LANDSCAPE SERVICES

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

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

ARTICLE V Indemnification; Insurance

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

Or

Sample. Sub-Contractor Insurance & Indemnification Agreement

Contractor s Insurance Requirements

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

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

REQUEST FOR BIDS RENOVATION

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

MCGOUGH STANDARD INSURANCE REQUIREMENTS

AUTHORIZED RECYCLER CERTIFICATE OF OPERATION BUSINESS RECYCLING REQUIREMENT PURSUANT TO SWA CODE TITLE IV

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM

Request for Proposals (RFP)

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.

FIRST AMENDMENT TO AGREEMENT

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

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

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC

ADDENDUM A. Subcontractor Insurance Requirements

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

Insurance Requirements for Contractors

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

Cherokee Nation

INSURANCE REQUIREMENTS

REQUEST FOR BIDS MODERNIZATION

Subcontractor Insurance Requirements Certificate Holder VCI Construction, LLC 1921 W. Eleventh Street, Upland CA 91786

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

Insurance Requirements

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

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

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

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

Cherokee Nation

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

Certificate of. Insurance Information. Packet

REQUEST FOR PROPOSALS

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

Insurance Requirements

REQUEST FOR BIDS MINOR REPAIRS

July 20, 2018 at 2:00 p.m

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

Approval Standard Services Agreement Amendment between Joseph Barger M.D., and Public Health Department, Emergency Medical Services

BUILDING SERVICES AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

Real Estate Acquisition Services For Neighborhood Stabilization Program

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

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

RFP GENERAL TERMS AND CONDITIONS

SAMPLE INSURANCE AGREEMENT - CONTRACTOR (Asbestos/Lead Abatement Contractors)

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM. Training and Certification Required by 49 CFR Part 192, Subpart N

INVITATION TO BID (ITB)

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

SAMPLE SUBCONTRACTOR AGREEMENT

Request for Proposal Records Management and Storage September 1, 2017

CCIP ADDENDUM. Blasting or any blasting operations;

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

Ceres Unified School District SERVICES CONTRACT

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

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP )

Request for Proposals

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

STORM DRAIN ENGINEERING DESIGN SERVICES

INVITATION FOR UNSEALED BID

Transcription:

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 submit incomplete proposals, shall be subject to disqualification and their proposals rejected in total. 1. BIDDER INFORMATION Complete this form with your proposal. Bidder Organization Name Bidder Organization s Headquarter Address Name of Executive Title Director or Equivalent Phone Email City/State/Zip Name of Contact Person Phone Title Email Proposal Date 2. ELIGIBILITY REQUIREMENTS 1) Is your organization a current Behavioral Health Care Services (BHCS) Substance Use Disorder (SUD) Primary Prevention Provider? Yes No a. If no, proceed to question #2. 2) Is your organization currently implementing a Friday Night Live (FNL) program or has your organization implemented a FNL program in the last five years? Yes No a. If yes, provide a brief description of your FNL program as ATTACHMENT A. Include in your description response to the following: Where did you provide the FNL program and what communities did the program serve? When did you provide the FNL program? Provide start and end dates. Who did you contract with to provide these services? Have you implemented a FNL Roadmap chapter in your FNL program?

P a g e 2 3) Is your organization currently using the California Substance Abuse Prevention (CSAP) strategy of Environmental Prevention? Yes No a. If no, provide a description of your organization s capacity to implement environmental prevention strategies as ATTACHMENT B. 4) Does your organization have current or relatively recent (within past two years) youth development experience? Yes No 5) Provide a stand-alone budget and budget narrative for the $30,000 or provide a Friday Night Live budget and budget narrative that is incorporated into your agency s existing BHCS SUD prevention contract as ATTACHMENT C.

P a g e 3 3. BIDDER ACCEPTANCE Signature Title Date this day of 20

P a g e 4 EXHIBIT B SMALL LOCAL EMERGING BUSINESS (SLEB) PARTNERING INFORMATION SHEET IRFQ No. R15-04 Friday Night Live In order to meet the Small Local Emerging Business (SLEB) requirements of this IRFQ, all bidders must complete this form as required below. Bidders not meeting the definition of a SLEB (http://acgov.org/auditor/sleb/overview.htm) are required to subcontract with a SLEB for at least twenty percent (20%) of the total estimated bid amount in order to be considered for contract award. SLEB subcontractors must be independently owned and operated from the prime Contractor with no employees of either entity working for the other. This form must be submitted for each business that bidders will work with, as evidence of a firm contractual commitment to meeting the SLEB participation goal. (Copy this form as needed.) Bidders are encouraged to form a partnership with a SLEB that can participate directly with this contract. One of the benefits of the partnership will be economic, but this partnership will also assist the SLEB to grow and build the capacity to eventually bid as a prime on their own. Once a contract has been awarded, bidders will not be able to substitute named subcontractors without prior written approval from the Auditor-Controller, Office of Contract Compliance (OCC). County departments and the OCC will use the web-based Elation Systems to monitor contract compliance with the SLEB program (Elation Systems: http://www.elationsys.com/elationsys/index.htm). BIDDER IS A CERTIFIED SLEB (sign at bottom of page) SLEB BIDDER Business Name: SLEB Certification #: NAICS Codes Included in Certification: SLEB Certification Expiration Date: BIDDER IS NOT A CERTIFIED SLEB AND WILL SUBCONTRACT GOODS/SERVICES: % WITH THE SLEB NAMED BELOW FOR THE FOLLOWING SLEB Subcontractor Business Name: SLEB Certification #: SLEB Certification Status: Small / Emerging NAICS Codes Included in Certification: SLEB Certification Expiration Date: SLEB Subcontractor Principal Name: SLEB Subcontractor Principal Signature: Date: Upon award, prime Contractor and all SLEB subcontractors that receive contracts as a result of this bid process agree to register and use the secure web-based ELATION SYSTEMS. ELATION SYSTEMS will be used to submit SLEB subcontractor participation including, but not limited to, subcontractor contract amounts, payments made, and confirmation of payments received. Bidder Printed Name/Title: Street Address: City State Zip Code Bidder Signature: Date:

P a g e 5 EXHIBIT C: INSURANCE REQUIREMENTS Insurance certificated are not required at the time of submission; however, by signing Exhibit A Bidder Information and Acceptance, the Bidder agrees to meet the minimum insurance requirements state din the RFP, prior to award. This documentation must be provided to the County, prior to awards, and shall include insurance certificate and additional insured certificate, naming County of Alameda, which meets the minimum insurance requirements, as stated in the RFP. The following page contains the minimum insurance limits, required by the County of Alameda, to be held by the Contractor performing on this RFP: ***SEE NEXT PAGE FOR COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS***

EXHIBIT C COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS P a g e 6 Without limiting any other obligation or liability under this Agreement, the Contractor, at its sole cost and expense, shall secure and keep in force during the entire term of the Agreement or longer, as may be specified below, the following minimum insurance coverage, limits and endorsements: A TYPE OF INSURANCE COVERAGES Commercial General Liability Premises Liability; Products and Completed Operations; Contractual Liability; Personal Injury and Advertising Liability; Abuse, Molestation, Sexual Actions, and Assault and Battery MINIMUM LIMITS $1,000,000 per occurrence (CSL) Bodily Injury and Property Damage B Commercial or Business Automobile Liability All owned vehicles, hired or leased vehicles, non-owned, borrowed and permissive uses. Personal Automobile Liability is acceptable for individual contractors with no transportation or hauling related activities $1,000,000 per occurrence (CSL) Any Auto Bodily Injury and Property Damage C D E Workers Compensation (WC) and Employers Liability (EL) Required for all contractors with employees Professional Liability/Errors & Omissions Includes endorsements of contractual liability and defense and indemnification of the County Endorsements and Conditions: WC: Statutory Limits EL: $100,000 per accident for bodily injury or disease $1,000,000 per occurrence $2,000,000 project aggregate 1. ADDITIONAL INSURED: All insurance required above with the exception of Personal Automobile Liability, Workers Compensation and Employers Liability, shall be endorsed to name as additional insured: County of Alameda, its Board of Supervisors, the individual members thereof, and all County officers, agents, employees, volunteers, and representatives. The Additional Insured endorsement shall be at least as broad as ISO Form Number CG 20 38 04 13. 2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement. In addition, Insurance policies and coverage(s) written on a claims-made basis shall be maintained during the entire term of the Agreement and until 3 years following the later of termination of the Agreement and acceptance of all work provided under the Agreement, with the retroactive date of said insurance (as may be applicable) concurrent with the commencement of activities pursuant to this Agreement. 3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies, including excess and umbrella insurance policies, shall include an endorsement and be primary and non-contributory and will not seek contribution from any other insurance (or self-insurance) available to the County. The primary and non-contributory endorsement shall be at least as broad as ISO Form 20 01 04 13. Pursuant to the provisions of this Agreement insurance effected or procured by the Contractor shall not reduce or limit Contractor s contractual obligation to indemnify and defend the Indemnified Parties. 4. INSURER FINANCIAL RATING: Insurance shall be maintained through an insurer with a A.M. Best Rating of no less than A:VII or equivalent, shall be admitted to the State of California unless otherwise waived by Risk Management, and with deductible amounts acceptable to the County. Acceptance of Contractor s insurance by County shall not relieve or decrease the liability of Contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor. 5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall verify that the subcontractor, under its own policies and endorsements, has complied with the insurance requirements in this Agreement, including this Exhibit. The additional Insured endorsement shall be at least as broad as ISO Form Number CG 20 38 04 13. 6. JOINT VENTURES: If Contractor is an association, partnership or other joint business venture, required insurance shall be provided by one of the following methods: Separate insurance policies issued for each individual entity, with each entity included as a Named Insured (covered party), or at minimum named as an Additional Insured on the other s policies. Coverage shall be at least as broad as in the ISO Forms named above. Joint insurance program with the association, partnership or other joint business venture included as a Named Insured. 7. CANCELLATION OF INSURANCE: All insurance shall be required to provide thirty (30) days advance written notice to the County of cancellation. 8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, Contractor shall provide Certificate(s) of Insurance and applicable insurance endorsements, in form and satisfactory to County, evidencing that all required insurance coverage is in effect. The County reserves the rights to require the Contractor to provide complete, certified copies of all required insurance policies. The required certificate(s) and endorsements must be sent as set forth in the Notices provision. Certificate C-2C Form 2003-1 (Rev. 08/01/13)

EXHIBIT D DEBARMENT AND SUSPENSION CERTIFICATION PROCUREMENTS $25,000 and OVER COUNTY OF ALAMEDA INFORMAL REQUEST FOR QUOTE No. R15-04 for Friday Night Live P a g e 7 The bidder, under penalty of perjury, certifies that, except as noted below, bidder, its principal, and any named and unnamed subcontractor: Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; Has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past three years; Does not have a proposed debarment pending; and Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessary result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. BIDDER: PRINCIPAL: SIGNATURE: TITLE: DATE:

P a g e 8 EXHIBIT F REQUEST FOR BID PREFERENCE PROCUREMENTS 25,000 and OVER COUNTY OF ALAMEDA INFORMAL REQUEST FOR QUOTE No. R15-04 for Friday Night Live PLEASE READ AND COMPLETE THIS FORM CAREFULLY: IF YOU WOULD LIKE TO REQUEST THE SMALL AND LOCAL BUSINESS, OR EMERGING AND LOCAL BUSINESS BID PREFERENCE, COMPLETE THIS FORM AND RETURN IT WITH YOUR RFP/Q SUBMITTAL. Subject to the requirements of the SLEB program and the criteria of each procurement process, the maximum bid evaluation preference points for being certified SLEB for this Informal Request for Quote is 5%. Compliance with the SLEB program is required for goods, services and professional services contracts, including but not limited to architectural, landscape architectural, engineering, environmental, land surveying, and construction project management services projects. Check the appropriate box below and provide the requested information. SLEB Certification #: NAICS Codes Included in SLEB Certification Request for 5% SMALL Local Business Bid Preference OR Request for 5% EMERGING Local Business Bid Preference (Complete certification information below) SLEB Certification Expiration Date / / The Undersigned declares that the foregoing information is true and correct: Print/Type Name: Print/Type Title: Signature: Date: