RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

Similar documents
TOWN OF TAOS, NM REQUEST FOR PROPOSALS FOR LOBBYIST CONSULTANT SERVICES. CONTROL NO. : RFP No. SB07-PO1516

WEB PAGE DEVELOPMENT - TOURISM. Mayor Daniel R. Barrone. Council Members Judith Y. Cantu Andrew T. Gonzales George "Fritz" Hahn Frederick A.

TOWN OF TAOS REQUEST FOR PROPOSALS FOR Annual Audit Services

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

NOTICE OF REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL DESIGN SERVICES

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUEST FOR PROPOSAL FOR Catering & Event Management Services at Carl M. Levin Public Dock and Terminal

Architectural Services

REQUEST FOR PROPOSALS

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

TOWN AUDITING SERVICES

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Social Media Management System

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

City of Malibu Request for Proposal

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REQUEST FOR PROPOSALS FOR MANAGEMENT OF WALTER GERRELLS CIVIC CENTER

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services

Health-Related Website and Social Media Platform Services

Consultant for Research and Design Services for Equipment and Systems for Unmanned Aerial Vehicle Drone (UAV) for OSU-Cascades

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Knights Ferry Elementary School District

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

SCHOOL BOARD ACTION REPORT

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

KELLER INDEPENDENT SCHOOL DISTRICT

Request for Qualifications Construction Manager

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

Londonderry Finance Department

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

SECOND REQUEST FOR PROPOSALS. for

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

REMINDER RFQ#: Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS. July 24, PM

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

PROFESSIONAL SURVEY SERVICES

ARCHITECTURAL SERVICES COLLEGEWIDE

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

CITY OF PITTSBURGH Office of Management & Budget

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS FOR Qualification-Based Architectural Services for Multiple Projects

RE: Request for Proposal Number GCHP081517

REQUEST FOR PROPOSAL Architectural Services

CITY OF CARLSBAD REQUEST FOR PROPOSALS NO CONCESSION SERVICES FOR BOB FORREST YOUTH SPORTS COMPLEX, CARLSBAD, NM

Automated Airport Parking Project

REQUEST FOR PROPOSAL FOR LEGAL SERVICES

ISSUING AGENCY INFORMATION. Guam Economic Development Authority. John A. Rios Administrator

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

December 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

Arizona Department of Education

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

REQUEST FOR PROPOSALS

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND ENGINEERING EVALUATION SERVICES FOR THE PUBLIC SAFETY BUILDING CITY OF OWOSSO, MICHIGAN

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

REQUEST FOR PROPOSALS Thomas MacLaren State Charter School Classroom Furniture for K-5 School March 2, 2018

(1) Vendor Acknowledgement (2) Instructions *(3) Scope/Required Information and Documents Outline Including Notarized Certification

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

The District is looking for the architectural firm to provide the following (not listed in order of preference):

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

1 INTERNAL AUDIT SERVICES RFP

Request for Proposals

REQUEST FOR PROPOSAL Milling Services

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) Football Statistics Solution for Mississippi State University

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

INVITATION TO BID (Request for Proposal)

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

REQUEST FOR PROPOSAL. Certification Form. CONSTRUCTION MANAGEMENT SERVICES RFP Number BS June 24, of 9

All proposals must be received by August 30, 2016 at 2:00 PM EST

Transcription:

Town of Taos Request for Proposal (RFP) PLANNING/ENGINEERING SERVICES FOR SITE PLAN, PHASED DEVELOPMENT PLAN AND PRELIMINARY COST ESTIMATES FOR A REGIONAL FIRE AND PUBLIC SAFETY TRAINING FACILITY February 6, 2017 SB06-PO1617 Project Description The Town of Taos (Fire Department) is soliciting proposals to provide Architectural Services for the Master Planning and Cost Estimating of a new Fire and Public Safety Training Facility. 1. The Scope of Work for this project consists of the Needs Assessment, Master Planning & Cost Estimate for a new Regional Fire and Public Safety Training Facility to include the following: Burn Building Rope Rescue Tower Water Reclamation and Draft Ponds Trench Rescue Structural Reserve Confined Space Reserve Vehicle Extrication Pad Liquid Petroleum Burn Pad Flammable Liquid Burn Pad Indoor Shooting Range Fire Station Training Building with Classrooms and Locker Rooms Workforce Housing 2. These components will require both indoor and outdoor space. The Town s goal is to provide a new Fire Station and Regional Fire and Public Safety Training Center that would allow for sharing of spaces and components. 3. A 20.032 Acre site has been identified for the project. The physical address is 301 Chamisa Road, Taos, NM 87571 (Taos County). 4. The purpose of the complex is to provide ongoing training for Fire and Public Safety staff in order for them to satisfy their training requirements and maintain certifications. 5. Goals: 1) Prepare a Need Assessment/Facilities Program document in coordination with the Town of Taos Fire Department. 2) Develop a Site Plan/Concept Plan with stages for each of the proposed Facilities at the Training Complex to include approximate square footage of the footprint for each building or activity, location on property of activities, utilities and buildings, height and cubic footage on internal space of each structure to be heated, cooled or vented; 3) Develop Cost Estimates for each facility and site improvements; and 4) Develop a Phasing Plan for the proposed improvements. RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

6. Project Schedule is 4 months? 7. Determine through the design process, the components to be provided such as the shooting range and rope rescue tower followed by construction phasing options and overall construction durations. Proposals must be no longer than 8 typed 8.5 x 11 pages, not including any of the required forms or Resident Business or Resident Veteran Business Preference certificates, if applicable. Within your proposal, please submit your resume, names and contact information of two professional references, your qualifications, experience and a short summary detailing why you feel you would be the best candidate to fulfill the Town of Taos requirements. Please also submit proposed hourly rate and flat fee rate. The successful Offeror will be required to enter into a Professional Services Agreement with the Town of Taos. The proposal response must include a full description of similar services that the Offeror has performed. The Town reserves the right to request proof of licensing for which licensure by the State of New Mexico or another agency is required (i.e. Professional Architect/Engineer, State Bar Member, etc.). The Offeror must be a responsible Offeror that is both ethically and financially in good standing, as determined by the Town. If the Offeror s office has had a contract terminated for default during the past three (3) years, this fact shall be disclosed in the RFP response along with the Offeror s position on the matter(s). If the Offeror has experienced no such terminations for default in the past three years, then it should so indicate. Please include the following information in you submittal: Company name & local business address (Include any regional offices and/or headquarters.) Year established (Include former names and year established, if applicable) Project manager who will be working the project for the company; and Fee/Cost Proposal The cost proposal must include the company name, date and signature of an officer authorized to contract for the work. Price shall be determined by formal negotiations related to scope of work following selection of the most qualified Offeror (NMSA 13-1-112.B). The detailed fee proposal will be the basis for final contract negotiations with the selected Offeror. Any cost incurred by the Offeror in preparation, transmittal, presentation of any proposal or material submitted in response to this RFP shall be borne solely by the Offeror. A public log will be kept of the names of all Offerors that submit proposals. Pursuant to Section 13-1-116 NMSA 1978, the contents of any proposal shall not be disclosed to competing Offerors prior to contract award. The Procurement Officer will review proposals for completeness and compliance with requirements. If any proposal submitted is deemed non-responsive, the Procurement Officer will notify the submitter in writing of such determination and the method of protesting that determination. RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 2

The Procurement Officer reserves the right to amend and/or cancel this request for proposals prior to the time and date of the proposal submission deadline, and the right to reject all offers submitted. The Procurement Officer reserves the right to waive any minor or technical irregularities in any proposal that do not alter the price, quality or quantity of services, systems or items of tangible personal property being offered and the right to reject any proposal mistakenly awarded as a result of clerical, arithmetical, or other error on the part of the Town of Taos. The Procurement Officer reserves the right to correct any bid/proposal awarded erroneously as a result of a clerical error on the part of the Town of Taos. The Procurement Code, Sections 13-1-28 through 13-1-199 NMSA 1978, imposes civil and misdemeanor criminal penalties for its violation. In addition, the New Mexico criminal statutes impose felony penalties for bribes, gratuities and kick-backs. Scope of Procurement The Town of Taos intends to enter into an initial six-month contract with the successful Offeror for the procurement of the services contemplated by this Request for Proposals. Any such contract will be subject to approval by the Town Manager and/or Mayor depending on proposed amount, availability of funds, and other terms and conditions. The parties may renew the initial contract on an annual basis for a maximum of three (3) additional years or any portion thereof for the purpose of continuity of contractual services. In no case will the contract, including all renewals, exceed a total of four (4) years months in duration. Subsequent contracts for the same services will be subject a new RFP process and to Mayor and/or Management approval as called for by law and Town ordinances and policies Proposal Evaluation 1. Proposals will be evaluated and scored according to the following evaluation criteria. Proposals that significantly deviate from the Town s requirements may be found non-responsive without further evaluation. Evaluation Criteria Points (Weight Factor) Experience and References 20 points Capacity and capability 20 points Evidence of understanding of scope of work and existing conditions 20 points Cost 20 points RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 3

Past record of performance on contracts with government agencies and/or private industry with respect to such factors as control of costs, quality of work, and ability to meet schedules 20 points Resident Business Preference (5 points) or Resident Veteran Business Preference (5, 7, 8 or 10 points) TOTAL POSSIBLE POINTS Up to 10 points 110 points Each Response submitted in response to this RFP shall focus on the above criteria. The Evaluation Committee also may consider past performance of the Offeror on other contracts with the Town or other entities. Responses will be evaluated equally and fairly; no preference will be given to any Offeror based solely on previous experience with the Town or to an incumbent thereof. The Town reserves the right to make additional inquiries and may request the submission of additional information Resident Business Preference New Mexico companies or contractors who wish to obtain a five percent bidding advantage on all contracts are required to obtain a valid resident business certificate or resident contractor certificate issued by the State Taxation and Revenue Department. The application for preference may be downloaded at the following website: http://tax.newmexico.gov/businesses/in-state-veteran-preference-certification.aspx Five (5) percent (%) of the total possible points may be awarded to an Offeror who qualifies as a Resident business. These points are added to the total points received for the Evaluation Criteria. Offeror must attach a copy of your preference certificate if applicable. Resident Veteran Business Preference For the Offeror to receive a Resident Veteran Business Preference, the business shall complete, sign, and include a valid Resident Veteran Business Preference certificate issued by the New Mexico Taxation & Revenue Department. The application for preference may be downloaded at the following website: http://tax.newmexico.gov/businesses/in-state-veteran-preference-certification.aspx Offerors seeking a Resident Veteran Business Preference will be evaluated as follows: Resident Veteran Businesses with annual revenues of $1M or less are to receive a 10% preference on their proposals. Resident Veteran Businesses with annual revenues of more than $1M but less than $5M are to receive an 8% preference on their proposals. Resident Veteran Businesses with annual revenues of more than $5M are to receive 7% preference on their proposals. The 7%, 8% or 10% as indicated above will be added to the total points received for the Evaluation Criteria. The Resident Veteran Business Preference is separate from the Resident Business Preference and is not cumulative with that preference. However, Resident Veteran Businesses can still receive the resident business Preference once the Resident Veteran Business Preference cap is exceeded. RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 4

Offeror must attach a copy of your Veterans Preference Certificate and Certification, If applicable. No contractor shall be treated as a resident contractor in the awarding of public works contracts by the Owner unless the contractor has qualified with the New Mexico Department of Taxation & Revenue as a resident contractor pursuant to this section by making application and receiving from them a certification number. It shall be the sole responsibility of the bidders requesting consideration for Resident Bidders Preference or Veterans Preference to apply for Certification; and to receive approval and a certification number, which must be included in the Proposal prior to bid opening deadline date and time. General Submittal Requirements: Please submit one (1) original and three (3) copies of your proposal in a sealed envelope addressed to: Response to Site Plan/Concept Planning for a new Taos Regional Fire and Public Safety Training Facility, Attention Sharon Voigt, Procurement Officer, Finance Department, Town of Taos, 400 Camino de la Placita - Room 202, Taos, New Mexico 87571. Proposals must be received before 3:00 pm, Tuesday, February 28, 2017 Proposals submitted after the deadline or by facsimile or other electronic means will not be accepted. Sharon Voigt Procurement Officer Town of Taos 575.751.2025 svoigt@taosgov.com FORMS INCLUDED IN THIS SOLICITATION DOCUMENT: RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 5

(1) Response Form (2) Campaign Disclosure Form (3) Cost Form (to be provided by Offeror) (4) Resident Business Preference Certificate, if applicable (5) Resident Veteran Business Preference Certificate, if applicable Failure to complete and submit these forms with your Response may result in it being deemed non-responsive and rejected without further evaluation *Download solicitations, addenda and forms at http://www.taosgov.com/finance/solicitation.php RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 6

RESPONSE FORM Failure to complete this form shall result in your Response being deemed Non-responsive and rejected without further evaluation. TO: Town of Taos: The Undersigned hereby offers and agrees to furnish the goods and/or services in compliance with all terms, scope of work, conditions, specifications, and addenda in the Request for Proposal Request for Proposal. ADDENDA: The undersigned has read, understands and is fully cognizant of the Information to Offerors, Offer and Form of Contract, all Exhibits thereto, together with any written addendum issued in connection with any of the above. The undersigned hereby acknowledges receipt of the following addendum(s):,,, (write none if none). In addition, the undersigned has completely and appropriately filled out all required forms. OBLIGATION: The undersigned, by submission of this Offer, hereby agrees to be obligated, if selected as the Contractor, to provide the stated goods and/or services to the Town, for the term as stated herein, and to enter into a Contract with the Town, in accordance with the Conditions, Scope and Terms, as well as the Form of Contract, together with any written addendum as specified above. COMPLIANCE: The undersigned hereby accepts all administrative requirements of the RFP and will be in compliance with such requirements. By submitting this Response Form, the Offeror represents that: 1) the Offeror is in compliance with any applicable ethics or anti-kickback provisions of the Town s Procurement Ordinance, and 2) if awarded a contract to operate the Concession or provide the Services required in the RFP, the Offeror will comply with the ethics and anti-kickback provisions of the Procurement Ordinance. NONCOLLUSION: The undersigned, by submission of this Response Form, hereby declares that this Response is made without collusion with any other business making any other Response, or which otherwise would make a Response. PERFORMANCE GUARANTEE: The undersigned further agrees that if awarded the Agreement, it will submit to the Town any required performance guarantee (i.e. performance and payment bond). SUBMITTAL REQUIREMENTS: The undersigned certifies it has attached a complete response to each of the submittal requirements listed in the Evaluation Criteria and Submittal Requirements section of this RFP. RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 7

No Response shall be accepted which has not been manually signed in ink in the appropriate space below: I certify, under penalty of perjury, that I have the legal authorization to bind the firm hereunder: For clarification of this offer, contact: Company Name Address City State Zip Signature of Person Authorized to Sign Name: Title: Phone: Fax: Email: Printed Name Title Federal Tax ID Acknowledged before me by (name) as (title) of (company) this (day) of, 200. Notary Signature: My Commission Expires: Affix Seal Attachment 1 RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 8

CAMPAIGN CONTRIBUTION DISCLOSURE FORM Pursuant to Chapter 81, Laws of 2006, any prospective contractor seeking to enter into a contract with any state agency or local public body must file this form with the state agency or local public body. The prospective contractor must disclose whether they, a family member or a representative of the prospective contractor has made a campaign contribution to an applicable public official of the state or a local public body during the two years prior to the date on which the contractor submits a proposal or, in the case of a sole source or small purchase contract, the two years prior to the date the contractor signs the contract, if the aggregate total of contributions given by the prospective contractor, a family member or representative of the prospective contractor to the public official exceeds two hundred and fifty dollars ($250) over the two year period. THIS FORM MUST BE FILED BY AND PROSPECTIVE CONTRACTOR WHETHER OR NOT THEY, THEIR FAMILY MEMBER, OR THEIR REPRESENTATIVE HAD MADE ANY CONTRIBUTIONS SUBJECT TO DISCLOSURE. The following definitions apply: Applicable public official means a person elected to an office or a person appointed to complete a term of an elected office, who has the authority to award or influence the award of the contract for which the prospective contractor is submitting a competitive sealed proposal or who has the authority to negotiate a sole source or small purchase contract that may be awarded without submission of a sealed competitive proposal. Campaign contribution means a gift, subscription, loan, advance or deposit of money or other thing of value, including the estimated value of an in-kind contribution, that is made to or received by an applicable public official or any person authorized to raise, collect or expend contributions on that official s behalf for the purpose of electing the official to either statewide or local office. Campaign Contribution includes the payment of a debt incurred in an election campaign, but does not include the value of services provided without compensation or un-reimbursed travel or other personal expenses of individuals who volunteer a portion or all of their time on behalf of a candidate or political committee, nor does it include the administrative or solicitation expenses of a political committee that are paid by an organization that sponsors the committee. Contract means any agreement for the procurement of items of tangible personal property, services, professional services or construction Family member means spouse, father, mother, child, father-in-law, mother-in-law, daughter-in-law or son-in-law. Pendency of the procurement process means the time period commencing with the public notice of the request for proposals and ending with the award of the contract or the cancellation of the request for proposals. Person means any corporation, partnership, individual, joint venture, association or any other private legal entity. Prospective contractor means a person who is subject to the competitive sealed proposal process set forth in the Procurement Code or is not required to submit a competitive sealed proposal because that person qualifies for a sole source or a small purchase contract. Representative of a prospective contractor means an officer or director of a corporation, a member or manager of a limited liability corporation, a partner of a partnership or a trustee of a trust of the prospective contractor. RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 9

DISCLOSURE OF CONTRIBUTIONS applies to contributions made to the following Public Officials: DANIEL R. BARRONE, MAYOR COUNCIL MEMBERS: JUDITH Y. CANTU NATHANIEL EVANS DARIEN D. FERNANDEZ GEORGE "FRITZ" HAHN Contribution made by: Relation to Prospective Contractor: Name of Applicable Public Official: Date Contribution(s) made: Amount(s) of Contributions(s) Nature of Contributions (s) Purpose of Contributions(s) Signature Date Title (position) OR NO CONTRIBUTIONS IN THE AGGREGATE TOTAL OVER TWO HUNDRED FIFTY DOLLARS ($250) WERE MADE to an applicable official by me, a family member or representative. Signature Date Title (Position) RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 10