View
0
Download
0
Category
Preview:
Citation preview
CITY OF INGLEWOOD, CALIFORNIA
REQUEST FOR PROPOSAL
Special Events Planning Services for the City of Inglewood
RFP–0120
PROPOSALS DUE: TUESDAY, MAY 15, 2018 AT 11:00 A.M.
AT THE PURCHASING AND CONTRACTS SERVICES DIVISION
LOCATED ON THE 8TH FLOOR OF INGLEWOOD CITY HALL
ONE W. MANCHESTER BLVD.
INGLEWOOD, CA 90301
Contact Person During Bid Period:
Bianca Plascencia, Procurement and Contracts Coordinator
(310) 412-5266
2
TABLE OF CONTENTS
1. INVITATION TO SUBMIT PROPOSAL ........................................................................... 3
2. INSTRUCTION TO PROPOSER ........................................................................................ 4
3. SCOPE OF WORK ............................................................................................................... 6
4. GENERAL PROVISIONS .................................................................................................. 15
5. DECLARATION FOR THE PROPOSER ......................................................................... 20
6. EXTENSION OF CONTRACT TO OTHER PUBLIC AGENCIES ................................ 21
7. NON-COLLUSION DECLARATION ............................................................................... 22
8. NO PROPOSAL FORM .................................................................................................... 23
THE BALANCE OF THIS PAGE INTENTIONALLY LEFT BLANK
4
RFP-0120
INSTRUCTIONS TO PROPOSER
BEFORE SUBMITTING YOUR PROPOSAL, HAVE YOU PROPERLY COMPLETED THE
FOLLOWING?
Please Check Here
1. PROPOSAL:
a. Have you submitted a proposal on all of the items of the proposal
document?
b. Is the proposal properly signed and dated?
c. If the proposal is being submitted by a corporation, is the corporate
seal affixed to the proposal?
d. Have you submitted Exhibit “A” Proposal Cost Sheet?
2. REFERENCES:
a. Have you submitted the required references?
3. CONTRACT COMPLIANCE:
a. Have you complied with the non-collusion affidavit?
b. Is the non-collusion affidavit properly signed and duly notarized?
c. Have you examined and understand the requirements and forms to
be furnished on the project?
4. BUSINESS TAX CERTIFICATE:
a. Are you aware of General Provisions Section 3, entitled Inglewood
Business Tax Certificate?
5
CITY OF INGLEWOOD
RFP-0120
SPECIAL EVENTS PLANNING SERVICES FOR THE CITY OF INGLEWOOD
SCOPE OF WORK
SECTION 1. INTRODUCTION…..…………….……………………………….……….6
SECTION 2. SCOPE OF WORK………..…..…………..…..…………..…..…………..……6
SECTION 3. EXHIBIT “A” PROPOSAL COST SHEET……………………..…..…10
SECTION 4. SUBMITTAL REQUIREMENTS………………………………..…..…12
SECTION 5. SELECTION PROCESS AND CRITERIA.........................................…12
SECTION 6. QUESTIONS CONCERING PROPOSAL REQUIREMENT…….…..13
SECTION 7. SUBMISSION OF PROPOSAL…………………….…………………...13
6
RFP-0120
SPECIAL EVENTS PLANNING SERVICES FOR THE CITY OF INGLEWOOD
SCOPE OF WORK
SECTION 1. INTRODUCTION
The City of Inglewood is requesting a proposal for the planning and coordination of Martin Luther
King Day Festival, Earth Day Festival, Hispanic Heritage Festival, Turkey Giveaway, Holiday
Tree Lighting Ceremony, Employee Holiday Social, Citywide Yard Sale Recycling and
Community Document Shredding and Donations Event, conference meetings and other events as
needed.
SECTION 2. SCOPE OF WORK
The scope of work listed below under each event is a best guess estimate of what will be needed
going forward, and is based on past needs.
Event #1-Martin Luther King Day Festival
Stage treatment and continental breakfast for VIP/Green Room areas
A. Scope of work
a. VIP/West Wing Areas
i. Set-up tables, linen, and supplies needed for breakfast
b. Delivery and set-up of breakfast
i. VIP/Green Room-Continental breakfast for 40 guests
1. Medley of fresh fruit, pastries, muffins, whole fruits, assorted
yogurt, bagels and cream cheese, juices-apple, orange, cranberry,
fresh brewed coffee and tea service-lemon, honey, creamers, sugars,
bottled water, etc.
2. Buffet style-plates, forks, knives, napkins, etc.
ii. West Wing-Mini continental breakfast for 100 guests
1. Assorted juices, muffins, pastries, coffee, tea service- lemon, honey,
creamers, sugars, bottled water, etc.
2. Buffet style-linen for tables
c. Stage treatment
i. (2) large floral arrangements for corner of the stage-red rose, white
hydrangeas, magnolia branches, and trailing eucalypts greenery filling, in
tall black vase w/blue fabric at base
ii. Delivery and set-up
Event #2-Earth Day Festival
Continental breakfast/snacks & light lunch for VIP/Green Room set-up (rentals and supplies for
event)
A. Scope of work
a. Community room set-up
i. (4) tall tables w/linen
ii. (4) 48 inch rounds w/linen
7
iii. Full length mirror and privacy screen
b. Mini continental breakfast for 75 guests
i. Fresh fruit medley, whole fruit, health snacks, assorted muffins, bagels
w/cream cheese, orange and cranberry juice, full coffee station and bottled
water
c. Lunch buffet style for 75 guests
i. Turkey croissant, Caesar & pasta salad, variety of chips, assorted beverages
(sodas, teas and bottled water)
d. Buffet style setup
i. Plates, forks, knives, napkins, linen, etc.
e. Earth Day Balloons (throughout the event area/Mylar & latex balloons)
f. Green plants for décor of room (6 cornstalks and 4 Pothos in pots)
B. Scope of work-Balloon décor, rentals and stage treatment for event a. Stage treatment
i. Live plants to line the front of stage (10 Pothos)
ii. 40 ft. Cluster balloon arch over stage canopy
b. Rentals
i. (40) Table linen for vendor tables (6 ft. tables)
c. Balloon décor
i. (12) 36-inch balloon towers–to be attached to lamp posts throughout the
event
d. Balloon clusters arches
i. (8-10) arches will be over the entire event area including Farmers Market
Area
e. Delivery and set-up
Event #3-Hispanic Heritage Festival
Event Stage, decorations, and balloon markers for entrance to venue
A. Scope of work
a. Balloon markers
i. (4) Spiral mini balloon towers–goldenrod, red and white w/matching
ribbons
b. Stage treatment
i. Streamers and fabric draped across front stage sides of canopy to match the
theme
c. Delivery, set-up and take down
Event #4-Turkey Giveaway
Stage treatment, assist and coordinate set-up and take down event popup tents
A. Scope of work
a. Stage treatment
i. Tall corn stalk bushels with straw boy and girl, pumpkins at base, and brown
fabric
b. (2) 10 x 10 popup tents
c. Assist and coordinate set-up
i. (2) logistics meetings and day of event set-up
8
d. Delivery, set-up and take down
Event #5-Holiday Tree Lighting Ceremony
Stage treatment for ceremony, refreshments for public, green rooms, rentals, decorations, linen
for tents, Christmas trees, and staff for event.
A. Scope of work
a. Stage treatment
i. Lighted garland
ii. (2) living trees w/LED lights and skirting
b. Refreshments for event (2,000 guests)
i. (2) Popup tents w/total of (4) stations decorated w/light garland, red
ornaments and gold bows
ii. (24) 58 oz. cans hot chocolate
iii. (24) Bags of mini marshmallows
iv. (52) Cases of cookies
v. Individual bags, cups, lids, and napkins for 2,000 guests
vi. (6) 10-gallon hot liquid dispensers-pick up and return
vii. (8) Coffee makers
c. (2) Green rooms
i. Executive conference rooms-Complete set up of food service for Artist and
executive team
d. Buffet for 15-30 guests
i. Mixed green garden salad, grilled vegetables, shrimp pasta, grilled lemon
herb chicken, salmon with mango chutney, roll and butter, linen, plates,
forks, knives, napkin, etc.
e. Coordinate with City staff on logistics of event
f. Delivery, set-up and take down
Event #6-Employee Holiday Social
A. Scope of work
a. (40) Centerpieces (large)
b. Set-up and delivery
Event #7-Citywide Yard Sale and Recycling Events
Logistics, coordination, set-up, vendor booths, take down and clean up after the event
A. Scope of work
a. Vendor booth layout allocation 10x20 (150 spaces)
b. Set up tables and chairs for (150) tables and (300) chairs
i. 150 vendors, information, food court, check-in, shredder area, Goodwill
area, and public address area
c. (3) food vendor permits
d. (4) tents 10 x 10
e. (150) Table linens
f. (2) 4x6 Banners-English and Spanish
g. Correspondence to all (150) vendors-maps and directions
h. (2) Balloon markers per area/(12) areas
9
i. Public address and amplify sound equipment
j. Event set-up (day before event)/ supplied by contractor and hired by event planner
i. Portables
ii. Dumpsters
iii. (1) Sink hot and cold water sink for vendors to use
k. (6) 18x4 ft. Vendor and public parking signage
l. Assist the day of event for final set-up/vendor check-in
m. Take down and clean up
Event #8-Community Documents Shredding and Donations Event
A. Scope of work
a. Balloon décor-arches will go from side to side for the two blocks of the event area
i. (6) 65-70 ft. Balloon cluster arches/each width of street
b. Delivery and set-up
Event #9- Conference Meeting (Breakfast)
Buffet breakfast, beverage station, set-up and supplies needed for event
A. Scope of work
a. Premium breakfast buffet for 25 guests
i. Medley of fresh fruit, southern potatoes, cheesy grits, scrambled eggs,
salmon croquettes, turkey sausage and wings
b. Beverage station
i. Fresh brewed coffee, assorted teas, orange and cranberry juice, and
glassware
c. Conference table
i. Placemats, silverware, water glass, linen napkins, bottled water
d. Floral
i. (3) small floral arrangements for middle of conference table
e. Delivery, set-up and cleanup
Event #10- Conference Meeting (Luncheon)
Buffet luncheon, beverage station, set-up and supplies needed for event
A. Scope of work
a. Premium lunch buffet for 25 guests
i. Mixed green garden salad, grilled vegetables, shrimp pasta, grilled lemon
herb chicken, salmon with mango chutney, roll and butter, and strawberry
cheesecake dessert
b. Beverage station
i. Lemonade, sweet tea, assorted sodas, bottled water, beverage dispensers
and glassware
c. Conference table
i. Placemats, silverware, water glass, linen napkin
d. Floral
i. (3) Small floral arrangements for middle of conference table
e. Delivery, set-up and cleanup
10
SECTION 3. EXHIBIT “A” PROPOSAL COST SHEET
GRAND TOTAL IN WORDS:____________________________________________________
Event Description Total Event Cost
Event #1
Martin Luther King Festival $
Event #2
Earth Day Festival $
Event #3
Hispanic Heritage Festival $
Event #4
Turkey Giveaway $
Event #5
Holiday Tree Lighting
Ceremony
$
Event #6 Employee Holiday Social $
Event #7 Citywide Yard Sale and
Recycling Events
$
Event #8 Community Documents
Shredding and Donations
Event
$
Event #9 Conference Meeting
(Breakfast)
$
Event #10 Conference Meeting
(Luncheon)
$
Grand total for events #1-10 (Including all Taxes and Fees) $
11 IN CASE OF DISCREPANCY BETWEEN THE WORDS AND FIGURES, THE WRITTEN
AMOUNT IN WORDS SHALL PREVAIL.
The undersigned understands that the City of Inglewood reserves the right to accept or reject any or all
proposals submitted and to re-advertise at its discretion.
Company’s Legal Name
Street Address of Company
City State Zip code Phone number
Authorized Signature Title Date
Type or Print Above Name
Tax Identification Number
The original copy of the proposal must be signed in writing, and sealed in an envelope or package.
12
SECTION 4. SUBMITTAL REQUIREMENTS A. Qualifications of the Firm
Include a brief description of the Proposer’s qualifications and previous experience
on similar or related projects. Provide descriptions of pertinent project experience
with other public municipalities and private sector.
B. Project Staffing
Discuss how the Proposer would propose to staff this project. Key project team
members shall be identified by name, title and specific responsibilities on the project.
An organizational chart for the project team and resumes for key Proposer personnel
shall be included.
C. References
Include a summary of work performed, the total project cost, percentage of work the
firm was responsible for, the period of which the work was completed, and the name,
title, and phone number of clients to be contacted for references.
D. Proposal Costs Sheet
Include the proposed costs to provide the services desired and fill in pricing on
Exhibit “A”.
PLEASE NOTE: The City of Inglewood does not pay for services before it receives them.
Therefore, do not propose contract terms that call for upfront payments or deposits.
SECTION 5. SELECTION PROCESS AND CRITERIA All proposals submitted in response to this RFP will be reviewed for their relative strengths and
weaknesses in accordance with the submission requirements described herein.
General Evaluation Criteria: Proposals will be rated by the Selection Committee according to
the following criteria, using a 100 point scale:
1. Quality and completeness of proposal. (20 points)
2. List the experience of staff available for engagements of similar scope and complexity to
those listed in the scope of work. (30 points)
3. References from customers that you have planned events for. Provide descriptions of
pertinent project experience with other public municipalities and private sector that
includes a summary of work performed. (30 points)
4. Proposed fees, rates and expenses. (20 points)
Oral Interviews
Proposer may be required to participate in an oral interview. The oral interview will be a panel
comprised of members of the selection committee.
Each Proposer’s time slot for oral interviews will be determined randomly. Proposer’s who are
selected shall make an effort to attend. If representatives of the City experience difficulty on the
part of any Proposer in scheduling a time for the oral interview, it may result in disqualification
from further consideration.
13
SECTION 6. QUESTIONS CONCERNING PROPOSAL REQUIREMENTS
All questions and issues related to proposal requirements or information expected for each
statement package should be made in writing to City to the attention of:
Bianca Plascencia
8th Floor Purchasing and Contract Services Division
City of Inglewood
One Manchester Blvd.
Inglewood, CA 90301
Telephone: (310) 412-5266
Fax: (310) 330-5766
Email Address: bplascencia@cityofinglewood.org
The City of Inglewood will only communicate with one person per proposal. It is the responsibility
of the Proposer to ensure that the City has the correct name and address of the contact person,
phone number, and e-mail address. All changes to instructions to this RFP will be done through
written addendum and posted on the City’s website.
NO QUESTIONS WILL BE RECEIVED OR RESPONDED TO AFTER
TUESDAY, MAY 15, 2018 AT 11:00 A.M.
SECTION 7. SUBMISSION OF PROPOSAL
Written responses to the RFP must be prepared as specified above as to form, content, and
sequence. Respondents should follow the checklist to ensure that all requirements are met. No
changes to responses may be made after the submittal deadline.
One original and three copies of proposal for City Envelopes, ATTN: Bianca Plascencia,
received on or before, but no later than Tuesday, May 15, 2018 at 11:00 A.M. at the
Purchasing and Contract Services Division. Any responses received after this time will
not be considered by the City.
Original responses and package copies shall be enclosed in two sealed packages (one
package for the Statement and one for the fee schedule) with the name and address of the
respondent in the upper left-hand corner and marked “PROPOSAL FOR SPECIAL
EVENTS PLANNING SERVICES FOR THE CITY OF INGLEWOOD.”
The response shall be signed by an officer, or officers, authorized to execute legal
documents on behalf of the respondent and submitted to:
14
Bianca Plascencia
8th Floor Purchasing and Contract Services Division
City of Inglewood
One Manchester Blvd.
Inglewood, CA 90301
The City reserves the right to waive informalities in any proposal, to reject any or all
proposals, to reject one part of a proposal and accept the other, except to the extent that
proposals are qualified by specific limitations, and to make awards to the proposer whose
proposal is most beneficial to the needs of the City. Each firm is responsible for the timely
delivery of any response. Additionally, the City will not be responsible for the delivery of
any proposal to the wrong address or City department. Each firm assumes all risks and/or
consequences of an incorrect delivery or an untimely delivery of a proposal.
THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK
15
REQUEST FOR PROPOSAL
GENERAL PROVISIONS
SECTION 1. PRICES……………………………………………………………..14
SECTION 2. PAYMENT TERMS……………………………………………….14
SECTION 3. INGLEWOOD BUSINESS TAX CERTIFICATE………………14
SECTION 4. SALES TAX………………………………………………………...14
SECTION 5. “OR EQUAL” CLAUSE…………………………………………...14
SECTION 6. LOWEST RESPONSIBLE PROPOSER…………………………15
SECTION 7. NON-DISCRIMINATION…………………………………………15
SECTION 8. AWARD OF PROPOSAL………………………………………….15
SECTION 9. EXECUTION OF PURCHASE ORDER………………………….15
SECTION 10. RIGHT OF CITY TO WITHHOLD PAYMENT………………..15
SECTION 11. WARRANTY (IF APPLICABLE)…………………………………16
SECTION 12. CHOICE OF LAW/VENUE……………………………………….16
SECTION 13. DURATION OF AGREEMENT…………………………………..16
SECTION 14. ADDENDUMS (REVISIONS TO THIS DOCUMENT)…………16
THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK
16
The City of Inglewood, California, hereby extends an invitation to submit a proposal, in
accordance with this Request for Proposal (RFP), to provide labor and or and materials for the
designated service. Furthermore the City makes no representation that any agreement will be
awarded to any firm responding to this request. There are no expressed or implied obligations for
the City to reimburse responding firms for any expense incurred in preparing a proposal in
response to this request. All information submitted to the City of Inglewood shall become property
of the City and will be returned to the proposer at the City’s option.
SECTION 1. PRICES
The proposal shall state the total cost for the service as specified in this document.
SECTION 2. PAYMENT TERMS
Standard payment shall be made by City check.
SECTION 3. INGLEWOOD BUSINESS TAX CERTICATE
The vendor agrees to at all times during the performance of the agreement, obtain and maintain an
Inglewood City Business Tax Certificate. The purchase of said Certificate must be made prior to
the purchase of product or rendering services and a copy said Certificate must be forwarded to the
Purchasing and Contract Services Division.
SECTION 4. SALES TAX
The City of Inglewood is subject to the payment of sales tax. All suppliers will be required to
include in your proposal/price quote the City of Inglewood sales tax rate of 10%. If a proposer
fails to include the City’s sales tax rate in their bid, the City will add the 10% amount to the
proposal for evaluation purposes.
SECTION 5. “OR EQUAL” CLAUSE
Whenever a material, article, or piece of equipment is identified in the specifications or on the
plans by reference to manufacturers’ or vendors’ names, trade names, catalogue numbers, etc., it
is intended merely to establish a standard; and any materials, article, or equipment of other
manufacturers and vendors which will perform adequately in the duties imposed by the general
design will be considered equally acceptable provided the material, article, ore equipment so
proposed is, in the opinion of the City of equal substance and function. Said materials, articles or
equipment shall not be purchased or installed by the Contractor without the City’s written approval
THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK
17
SECTION 6. LOWEST RESPONSIBLE PROPOSER
Section 2-200 of the Inglewood Municipal Code states: “The expression ‘lowest responsible
proposer’ as used in this article and the City’s proposal documents shall be deemed to mean the
lowest proposer whose offer best responds in quality, fitness, and capacity for the requirements of
the proposed work or usage”.
In selecting the lowest responsible proposer, consideration will be given not only to the financial
standing but also to the general competence of the proposer for the performance of the work (or
product) covered by the proposal. To receive favorable consideration a proposer must present
evidence that he/she has successfully performed similar work (or provided similar products) of
comparable magnitude or submit evidence satisfactory to the City that he/she or their associates
are personally competent to manage the proposed undertaking and to carry it forward to a
successful conclusion. Professional integrity and honesty of purpose shall be essential
requirements.
SECTION 7. NON-DISCRIMINATION
California State Labor Code §1735: Discrimination in Employment Because of Race, Color, etc.
No discrimination shall be made in the employment of persons working on behalf of or as an agent
for the City of Inglewood because of the race, religious creed, color, national origin, or ancestry,
physical disability, medical condition, marital status, or sex of such persons except as provided in
Section 12940 of the Government Code, and every vendor for the City of Inglewood violating this
section is subject to all the penalties imposed for a violation of this chapter.
SECTION 8. AWARD OF PROPOSAL
Award of contract will be based on the proposal that meets all of the specified requirements.
SECTION 9. EXECUTION OF PURCHASE ORDER
A proposer to whom award is made shall furnish all services in accordance with the provisions
hereof and within the time stated in the proposal. If proposer to whom an award is made fails or
refuses to enter into the contract as herein provided or to conform to any of the stipulated
requirements in connection therewith, an award may be made to the proposer whose proposal is
next most acceptable to the City. Such proposer shall fulfill every stipulation embraced herein as
if he/she were the party to whom the first award was made. A corporation to which an award is
made will be required, before the contract is finally executed, to furnish evidence of its corporate
existence, of its rights to do business in California.
SECTION 10. RIGHT TO WITHHOLD PAYMENT
18
a. Defective materials not remedied in accordance with provisions of specifications;
b. Claims or liens filed or reasonable evidence indicating probable filing of claims or
liens, whenever the City shall, in accordance herewith, withhold any monies otherwise
due the vendor. Written notice of the amount withheld and the reasons therefore shall
be given the vendor, and, when the vendor shall remove the grounds for such
withholding, the City will pay to the vendor, within thirty-five (35) calendar days, the
amount so withheld.
SECTION 11. WARRANTY (If applicable)
All products and installation shall be guaranteed for defective materials and workmanship,
commencing at final acceptance. No payment shall be made without a written guarantee.
SECTION 12. CHOICE OF LAW/VENUE
This agreement shall be interpreted, construed and governed according to the laws of the State of
California. In the event of litigation between the parties, venue in state trial courts shall lie
exclusively in the County of Los Angeles, Superior Court, Southwest District, located at 825
Maple Avenue, Torrance California 90503-5058. In the event of litigation in the United States
District Court, venue shall lie exclusively in the Central District of California, in Los Angeles,
California.
SECTION 13. DURATION OF AGREEMENT
The duration of this agreement shall be for two years with the option to extend an additional year.
SECTION 14. ADDENDUMS (REVISIONS TO THIS DOCUMENT)
In the event that it becomes necessary to clarify or revise this RFP, such clarification or revision
will be by Addendum. Any Addendum will become part of this RFP and part of any contract
awarded as a result of this RFP.
ALL ADDENDA WILL BE ISSUED ON THE CITY OF INGLEWOOD “OPEN BIDS AND
RFP’S” WEB PAGE. CLICK ON THE RFP TITLE LISTED ON THE COVER PAGE
OF THIS DOCUMENT.
TO ACCESS ADDENDA USE THE FOLLOWING WEB PAGE ADDRESS:
https://www.cityofinglewood.org/Bids.aspx
19
There are no designated dates for release of addenda. Therefore, interested proposers should check
the Purchasing “Open Bids and RFP’s” webpage on a daily basis. Vendors with no access to the
internet should call the Purchasing and Contract Services Division to inquire about any issued
addendums. It is the vendor’s responsibility to either check the city website or call the Purchasing
and Contract Services Division to obtain any addendums.
The City encourages vendors to send a signed copy of each addendum with your quotation.
If no signed addendum is returned with your quotation, the City will assume that all pricing
submitted includes any and all costs associated with any addendums issued.
Answers to questions that do not require an addendum will also be posted on the city website.
THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK
20
REQUEST FOR PROPOSALS
DECLARATION FOR THE PROPOSER
I declare, under penalty of perjury under the laws of the State of California, that I am an authorized
agent or officer of the organization submitting this proposal and in such capacity I am empowered
to submit this proposal on behalf of (organization):
__________________________________________________________
I also verify that all information submitted and contained herein is true and correct to the best of
my knowledge and belief.
BY: Signature: _________________________________________
Printed Name: ______________________________________
Position/Title: _______________________________________
Date of Execution: __________________________________
THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK
21
REQUEST FOR PROPOSALS
EXTENSION OF CONTRACT TO OTHER PUBLIC AGENCIES
The prices, terms, and conditions of this proposal may be extended to other governmental agencies
at the mutual agreement of both the city and awarded vendor. All requirements of the
specifications, purchase orders, invoices, and payments with other agencies would be directly with
the successful contractor. The City of Inglewood does not warrant any additional use of the
contract by such agencies. The vendor’s response as requested below will in no way affect the City
of Inglewood’s consideration of this proposal.
Please indicate if this quote will be extended to other public agencies, and the length of time it will
remain in effect from the opening date of this proposal.
Yes_________ No____________ Length of time ___________________Days/Months
THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK
22
REQUEST FOR PROPOSALS
NON-COLLUSION DECLARATION
The undersigned hereby declares and says:
That he/she has not, either directly or indirectly, entered into any agreement, participated in any
collusion, or otherwise taken any action in restraint of free competitive bidding in connection with
the contract described below:
(Full description of contract):
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
I declare under penalty of perjury under the laws of the State of California that the foregoing is true
and correct to the best of my knowledge.
Executed at __________________________________, California on
_______________ 20__
______________________________
Signature of Proposer
THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK
23
REQUEST FOR PROPOSALS
RFP-0120
NO PROPOSAL FORM
TO ALL PROPOSERS:
IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT, PLEASE
INDICATE BELOW AND RETURN IMMEDIATELY TO THE PURCHASING AND
CONTRACTS SERVICES DIVISION OF THE CITY OF INGLEWOOD.
_____ THE FIRM CANNOT PROVIDE THE SERVICES AS SPECIFIED,
PLEASE CHANGE THE CLASSIFICATION OF OUR FIRM TO THE FOLLOWING:
______________________________________________________________________
_____ THE FIRM BELOW CANNOT SUBMIT A PROPOSAL AT THIS TIME BECAUSE
OF THE FOLLOWING: ___________________________________________________
______________________________________________________________________
_____ THE FIRM BELOW IS NOT INTERESTED IN BEING ON THE CITY OF
INGLEWOOD VENDOR LIST, PLEASE REMOVE OUR NAME
RFP NUMBER: ______________
Name of Firm: __________________________________________________________
Address: ______________________________________________________________
Phone: _______________________________________________________________
Name of Individual: ______________________________________________________
Signature: _____________________________________________________________
Date: _________________________________________________________________
Recommended