Fire Department Strategic Plan

expired opportunity(Expired)
From: New Bedford(City)
RFP #22220013

Basic Details

started - 11 Aug, 2021 (about 2 years ago)

Start Date

11 Aug, 2021 (about 2 years ago)
due - 30 Aug, 2021 (about 2 years ago)

Due Date

30 Aug, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
RFP #22220013

Identifier

RFP #22220013
City of New Bedford

Customer / Agency

City of New Bedford
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR PROPOSALS CITY OF NEW BEDFORD, MASSACHUSETTS FIRE DEPARTMENT STRATEGIC PLAN RFP #22220013 Proposals Due: Monday, August 30, 2021 at 2:00 p.m. Jonathan F. Mitchell Mayor Fire Department 868 Pleasant Street New Bedford, MA 02740 CITY OF NEW BEDFORD MASSACHUSETTS Advertisement REQUEST FOR PROPOSALS Fire Department Strategic Plan RFP # 22220013 The City of New Bedford Purchasing Department, in conjunction with the Fire Department, is seeking proposals from qualified and responsible consultants to conduct an assessment and to assist with the development of a strategic plan for the City of New Bedford Fire Department. The mission of the City of New Bedford Fire Department is to protect the lives and property of the citizens and visitors of the City of New Bedford against harm from all hazards whether natural or man-made. The Fire Department strive to reduce the risk to the community through public education and prevention. As a maritime community, the Fire Department is
committed to the protection of the environment and it’s natural resources from harm and is accomplished through service to others, dedication and a commitment to providing the highest levels of service to the community possible. Proposers should provide detail about project cost, time for completion and process/methodology. Sealed proposals will be received by the Purchasing Department until Monday, August 30, 2021 at 2:00 p.m. E.S.T. All proposals must be submitted via mail or in-person delivery to the Purchasing Department, 133 William Street, Room 208, New Bedford, MA 02740 during business hours (8:00 a.m. – 4:00 p.m.) until the above time and date. We strongly recommend submitting proposals via mail delivery service. Proposers must email purchasing@newbedford- ma.gov to confirm they have submitted a proposal. As this is an RFP, the opening will not be public. Proposals received after the above time and date will be rejected and returned unopened. Emailed and/or faxed proposals will not be accepted. Project documents may be obtained beginning on Wednesday, August 11, 2021 by visiting the City of New Bedford webpage at newbedford-ma.gov/Purchasing or by emailing purchasing@newbedford-ma.gov. The City of New Bedford reserves the right to waive any informality in, or to reject, any or all proposals, if it deems such waiver or rejection to be in the best interest of the City. Awarding Authority City of New Bedford Molly Gilfeather, Director of Purchasing FIRE DEPARTMENT STRATEGIC PLAN RFP # 22220013 I. INSTRUCTIONS TO PROPOSERS 1. PROPOSALS Sealed proposals herein specified as Fire Department Strategic Plan for the City of New Bedford, MA will be received at the City of New Bedford's Purchasing Department on or before Monday, August 30, 2021 at 2:00 p.m. E.S.T. As this is an RFP, the opening will not be public. 2. SUBMITTAL Sealed proposals will be received by the Purchasing Department until Monday, August 30, 2021 at 2:00 p.m. E.S.T. All proposals must be submitted via mail or in-person delivery to the Purchasing Department, 133 William Street, Room 208, New Bedford, MA 02740 during business hours (8:00 a.m. – 4:00 p.m.) until the above time and date. Proposers must email purchasing@newbedford-ma.gov to confirm they have submitted a proposal. Proposals received after the above time and date will be rejected and returned unopened. A Proposer may correct, modify, or withdraw a proposal by written notice received in the office of the Purchasing Department prior to the time and date set for the proposal opening. After proposal opening, a Proposer may not change the price or any other provision of the proposal in a manner prejudicial to the interests of the governmental body or fair competition. The City shall waive minor informalities. If a mistake and the intended proposal are clearly evident on the face of the proposal document, the City shall correct the mistake to reflect the intended correct proposal and so notify the Proposer in writing. A Proposer may withdraw a proposal if a mistake is clearly evident on the face of the proposal document, but the intended correct proposal is not similarly evident. 3. ENVELOPE LABELING Technical proposals and price proposals must be submitted in sealed separate, plain, opaque envelopes and must be clearly marked "RFP # 22220013 FIRE DEPARTMENT STRATEGIC PLAN- TECHNICAL PROPOSAL” and “RFP # 22220013 FIRE DEPARTMENT STRATEGIC PLAN- PRICE PROPOSAL.” The date and time of the proposal opening as indicated on the proposal conditions must appear on the envelope. Telephone, emailed, and/or faxed replies will not be accepted. No responsibility shall be attached to any person or persons for the premature openings of proposals not properly marked. 4. TIME All proposals received after the time stated in the paragraph 2. Submittal will be rejected and will be returned to the Proposer unopened. The Proposer assumes the risk of any delay in the mail or in the handling of the mail by employees of the City. 5. REGULAR PROPOSAL All information required by the Instructions to Proposers, Specifications and Proposal Offer in connection with each item against which a proposal is submitted must be provided to constitute a regular proposal. No alteration, erasure or addition is to be made in the typewritten or printed matter. The submission of a proposal will be construed to mean that the Proposer is fully informed as to the extent and character of the service required and is representation that the Proposer can furnish the manpower and equipment necessary to properly render the desired service. 6. TYPEWRITTEN Prices and information required, with the exception of the signature of Proposer, should be typewritten for legibility. Illegible or vague proposals may be rejected. All signatures must be written. Facsimile, printed or typewritten signatures are not acceptable. All proposal prices must be presented so that the total cost is clearly understandable. 7. RFP QUESTIONS & ADDENDA Questions concerning this specification must be submitted via email to purchasing@newbedford-ma.gov by Thursday, August 19, 2021 at 4:00 PM. City responses will be emailed as an addendum to all Proposers on record as having pulled RFP documents (by emailing purchasing@newbedford-ma.gov), and will post all addenda to the City’s website. Failure of any Proposer to receive any such addendum or interpretation shall not relieve any Proposer from any obligation under this proposal as submitted. No oral interpretations will be made to any proposer as to the meaning of any provision of the Request for Proposals or other contract documents. Failure to acknowledge all addenda may result in your proposal being rejected as non-responsive. 8. AWARDS The contract will be awarded to the responsible and responsive proposer offering the most advantageous proposal meeting the specifications within this RFP. One contract will be awarded to the one responsive and responsible Proposer whom the City of New Bedford determines offers the most advantageous proposal, taking into consideration all required qualifications, submission requirements and selection criteria set forth in the RFP, including price. Emphasis in selecting a firm shall be placed on the chosen firm's experience on similar past projects and overall experience within this category of work. It is understood that the City may use all means at their disposal to evaluate the proposals received on these criteria, and the final decision as to the best overall offer, both as to price and to suitability of the services offered to fit the needs of the City. mailto:purchasing@newbedford-ma.gov No contract will be accepted from or contract awarded to any person, firm, or corporation that is in arrears or is in default to any Massachusetts municipality or had failed previously to perform faithfully any previous contract with a municipality. 9. REJECT PROPOSALS The City reserves the right to reject all proposals. Also reserved is the right to reject for cause any proposal in whole or in part; to waive technical defects, qualifications, irregularities; and omissions if in its judgment, the best interest of the City will be served. 10. CONTRACT This RFP #22220013, the technical proposal and price proposal submitted by the Successful proposer, and Addenda (as applicable), shall form a part of this contract, and the provisions thereof shall be binding upon the parties thereto. The term "Contract Documents" shall include all of the aforesaid, together with the contract itself. 11. PROPOSAL REQUIREMENTS The Successful Proposer must meet all specifications. Any bid which does not meet these requirements, is nonresponsive, incomplete, conditional, and/or obscure, will be rejected. Any bid which contains additions not called for, and/or irregularities of any kind, is non- responsive and will be rejected. The attention of all Proposers is called to General Laws Chapter 156D, which requires in part that, not later than 10 days after it commences transacting business in the commonwealth, a foreign corporation deliver a certificate to the secretary of state for filing. Proposers required to be registered with the Secretary of State in the Massachusetts Corporate Database must use the same business name in their bidding documents as is listed in the Database for that business. All Proposers must use the same business name throughout all bidding documents, and for the Successful Proposer, throughout all contract documents. Examples of these documents include the technical proposal, price proposal, vote of corporation, W-9, and certificate of insurance. Any Proposer with multiple and/or inconsistent business names for one business may be rejected by the City. 12. SPECIFICATION INTENT It is the intention of this RFP to establish and define the services that are to be provided and to determine the capability and experience of the proposers desiring to provide such services. 13. TAXES No charge will be allowed for federal, state, or municipal sales and excise taxes since the City is exempt from such taxes. The price proposal shall be net and shall not include the amount of any such tax. 14. SIGNED PROPOSAL A proposal must be signed as follows: (1) if the proposer is an individual, by her/him personally; (2) if the proposer is a partnership, by the name of the partnership, followed by the signature of each general partner; and (3) if the proposer is a corporation, by the authorized officer, whose signature must be attested to by the Clerk/Secretary of the corporation and the corporate seal affixed. If the proposal is being submitted by an entity other than an individual, partnership or corporation, the proposal must include written evidence of the proposer’s authority from the entity to submit the proposal in the form of legally binding documentation. 15. LICENSING Proposers must be properly licensed and registered in the Commonwealth of Massachusetts to perform the work identified in this specification. 16. NON-PERFORMANCE In the event that the Successful Proposer does not fulfill its obligations under the terms and conditions of this contract, the City shall notify the Successful Proposer in writing. If the Successful Proposer continues to neglect the terms and conditions of the contract, the City may elect to terminate the contract. Under no circumstances shall monies be due to the Successful Proposer in the event that the contract is terminated under non- performance. END OF SECTION- INSTRUCTION TO PROPOSERS II. GENERAL REQUIREMENTS 1. There will be no scheduled conference. No oral interpretations will be made to any proposer as to the meaning of any provision of the Request for Proposals or other contract documents. 2. The Proposer will be bound by all applicable statutory provisions of law of the Federal Government, the Commonwealth of Massachusetts and of the City of New Bedford. Certificates of all required insurances’ will be required prior to executing a contract. 3. All submitted proposals and associated price quotes must be guaranteed to the City of New Bedford for a period of sixty (60) days from the date of the proposal opening. If a contract is to be awarded as a result of this RFP, it will be awarded within a thirty (30) day time period. As provided by Massachusetts General Law, Chapter 64H, §6(d), purchases made by the City of New Bedford are exempt from the payment of Federal Excise Taxes and Massachusetts Sales Tax; any such taxes must not be included in the quoted price. All Proposers should take this factor into consideration and be calculated accordingly. 4. The City reserves the right to reject any and all proposals, and to make awards in a manner deemed in the best interest of the City. 5. The Proposer will not be permitted to either assign or underlet the contract nor assign either legally or equitably, any monies hereunder, or its claim thereto, without the previous written consent of the Director of Purchasing. 6. All proposal prices stated must be firm. 7. When submitting a proposal, the Proposer shall submit only one (1) original of the technical proposal and one (1) original of the price proposal and if the City accepts said proposal, it shall constitute part of the contract. Printing shall be double sided. 8. Before submitting a proposal, each Proposer must make a careful study of the specifications contained in this Request for Proposal document and fully assure themselves as to the quality, quantity and type of services that the City is seeking to have performed. 9. The proposal for this work must cover all contingencies, including all labor and materials, transportation, etc., necessary for the purchase and delivery/execution of the services required by the City. 10. The Proposer who is selected to provide services will be required to indemnify the City for all damage to life and property that may occur due to their negligence or that of their employees, subcontractors, etc., during the period of this contract. 11. The Successful Proposer shall maintain liability insurance as such that will protect it from claims under Workmen’s Compensation Acts, and from other claims for damages for personal injury, including death, property damage and automobile liability, which may arise from operations under this contract. The Awardee covenant agrees to hold the City of New Bedford and its employees, agents and officials harmless from loss or damage due to claims for personal injury and/or property damage arising from or in connection with operations under this contract. A copy of said liability insurance which is in effect and enforceable shall be provided and include the City of New Bedford as an additional insured, on a primary and non-contributory basis, on all liability policies for the length of this agreement. Failure to provide and continue in force such insurance as aforesaid shall be deemed a material breach of the contract and shall operate as an immediate termination thereof. All policies shall be so written that the City of New Bedford will be notified of the cancellation or restrictive amendment at least thirty (30) days prior to the effective date of such cancellation or amendment. Certificates evidencing such insurance shall be furnished to the City of New Bedford at the execution of this contract and each anniversary date thereafter. All proposers must include a signed and completed Insurance and Indemnification Agreement. Successful Proposer agrees to carry the following insurance, with the City clearly designated as additional insured, during the term of this Agreement. Prior to execution of the Agreement, Successful Proposer shall provide proof of the following coverage: a. Workers Compensation and Employer’s Liability Insurance in compliance with statutory limits; b. Liability Insurance with $1,000,000 General Liability Coverage c. $2,000,000 General Aggregate Liability coverage d. Certificate of Errors and Omissions Insurance will also be required with $1,000,000 minimum coverage e. Automobile Liability Insurance including non-owned and hired automobiles with combined single limit of $1,000,000 per accident Prior to execution of this Agreement, Successful Proposer will furnish certificates of insurance evidencing the above coverage to the City for the City’s review and approval. 12. The contract agreement will be in the form customarily employed by the City and is attached hereto as a sample. 13. The proposal must include a certification of tax compliance as required by General Laws Chapter 62C, Sec. 49A, (Requirement of Tax Compliance by All Contractors Providing Goods, Services, or Real Estate Space to the Commonwealth or Subdivision). All proposers must submit a signed and completed Non-Collusion and Tax Compliance Form. 14. The following list has been prepared for the convenience of the Proposers. Proposer is responsible for verifying and determining the required forms to be submitted with his/her proposal. Proposers shall complete and submit the following attachments with their Technical Proposals in accordance with the Instruction to Proposers and the Request for Proposals: • Technical Proposal • Price Proposal • City of New Bedford Non-Collusion and Tax Compliance Form • City of New Bedford Vote of Corporation • W-9 • Addenda Acknowledgement Form (if applicable) 15. All materials provided to the City become the property of the City and may be returned only at its sole discretion. The City is a public entity. All proposals and any materials submitted with a proposal may be deemed public records subject to disclosure pursuant to the Massachusetts Public Records Act. No portion of any proposal or materials submitted therewith will be withheld from disclosure as proprietary, trade secret or confidential unless that portion is clearly marked by the proposer as such, and the proposer agrees to indemnify The City against any claim or action to compel disclosure of such portion of the proposal. The City is not obligated to accept any proposal or to negotiate with any entity. All transactions are subject to the final approval of the City, which reserves the right to reject any and all proposals without liability. All costs directly or indirectly related to a response to this RFP will be borne by the proposer. 16. Termination Clause If at any time the Successful Proposer fails to fulfill or comply with any of the requirements of this proposal/contract, such as shoddy workmanship, executing improper operating procedures, supplying sub-standard, improperly trained employees, not adhering to the work schedule, etc., the City, at its option, can terminate this contract upon thirty (30) days written notice to the Successful Proposer. END OF SECTION – GENERAL REQUIREMENTS III. SCOPE & SPECIFICATIONS OF THE WORK 1. DESCRIPTION OF THE PROJECT The Fire Department currently operates without a strategic plan. A strategic plan would align the Fire Department’s mission, vision, goals, values with current standards. Review the current mission statement, facilitate a participative process designed to involve representatives of the Department in a strategic plan, organizational values, and slogan that reflects the Department’s forward looking vision to serve the City. The strategic plan will detail organizational capabilities and challenges, goals, and objectives for maintaining and improving services and ensure the Fire Department is following the best practices to minimize and prevent firefighter injuries and fatalities. The plan will provide a picture of both actual and potential risks that the Department faces. 2. OVERVIEW OF CITY OF NEW BEDFORD FIRE DEPARTENT The New Bedford Fire Department is staffed with a compliment of 212 members. There are 205 sworn members staffing six engines; three ladder companies; ARFF apparatus; several rescue watercraft; a Fire Prevention Bureau; Training Division; Marine Unit; and a Support Services District Fire Chief. The Department is led by a Fire Chief and one Deputy Fire Chief. The Department operates out of six fire stations. The Emergency Management Agency is also a division of the Department and is led by a civilian director. The Department averages 14,000 calls for service annually. 3. SCOPE OF SERVICES The Successful Proposer will work with the Chief of the Fire Department, Department members, any City agency whose contribution to the Fire Department’s strategic plan would be beneficial, and a stakeholder group (if one is established) to develop a comprehensive strategic plan for the Fire Department. The strategic plan will provide for a comprehensive analysis of all Fire Department operations. This includes administration, suppression, prevention, training, and communications. A. Review the current Department mission statement, standard operating guidelines, and policies and procedures. Develop a series of recommendations and facilitate the development of an internal process to initiate the ongoing review and update to SOGs and organizational policies. B. Conduct a comprehensive risk assessment including an analysis of coverage and response times. This will be accomplished by touring the City to gain an understanding of deployment points and resources. This analysis will include a review of pertinent GIS data. C. Develop a strategic plan focusing on training (didactic and hands-on) coupled with professional development for company officers and command staff personnel. Evaluate locations suitable for a state-of-the-art public safety training center. D. Compose a public education plan centered around community engagement in conjunction with bilingual outreach fire safety programs. E. Conduct an analysis of the administrative and support staff. F. Evaluate the Fire Department’s ability to respond and mitigate the hazardous materials risks presented by diverse industries located within the City. G. Analyze the Fire Department’s communication system including procedures involving fireground accountability. H. Estimate the costs of the proposed changes and enhancements along with identifying the processes necessary to implement the proposed changes needed to carry out the strategic plan. I. Review the Department’s procedures for procuring capital equipment, vehicles, and apparatus. J. The Consultant shall interview Community Stakeholders to solicit their perspective on existing conditions and stakeholders’ suggestions moving forward. K. The Consultant shall attend a kickoff meeting with the Fire Department, Mayor’s Office, and other stakeholders. 4. PROPOSAL OUTLINE To simplify the review process and to obtain the maximum degree of comparability, the proposals should include the following sections and be organized in the manner specified below. A. TECHNICAL PROPOSAL OUTLINE A. 1 SECTION 1 – LETTER OF TRANSMITTAL A Letter of Transmittal briefly outlining the proposer’s understanding of the work and general information regarding the proposer and individuals to be involved. The letter should clearly identify the local address of the office of the proposer performing the work, the telephone number, and the name of the authorized representative. The letter shall include a clear statement from Proposer that this offer is binding and shall remain open for sixty (60) days from the due date of this RFP and acknowledges that its proposal cannot be withdrawn within that time without the written consent of the City. The Letter of Transmittal shall be signed by a person authorized to execute such documents. A.2 SECTION 2 – TABLE OF CONTENTS Include a table of contents that identifies the material by section, page number, and a reference to the information to be contained in the proposal. A list of any and all tables, figures, and appendices shall be provided. A.3 SECTION 3 – PROFILE OF PROPOSER Provide a brief summary of the firm including but not limited to the number of employees, founding of the firm, current office locations, breath of firm’s qualifications, etc. State whether the proposer is a local, national, or international proposer and include a brief description of the firm/corporation. State whether the proposer is a qualified small or minority-owned business, women’s business enterprise or labor surplus area proposer. Provide a statement as to whether the proposer is in compliance with the registration and permit requirements to do business in the Commonwealth of Massachusetts. Provide the location and address of the firm’s corporate office and the office where the work will be completed out of. Provide the largest dollar contract amount entered into agreement for the firm, the date of project completion, duration of the project, the location of the project, name of the division or department for whom the work was completed, and a contact name, phone number and email address for project. A.4 SECTION 4 – REFERENCES & QUALIFICATIONS Section 4.1 – Previous Project Description and References Describe recent experience with implementing solutions for first responders’ organizations of a similar size to the City of New Bedford Fire Department. Include three project descriptions with client references completed in the last five years. Including a reference for a municipality located in Massachusetts is recommended. As part of the references, provide project descriptions for the work completed. The project descriptions shall clearly indicate the scope of work, the cost of the project (initial), the completed project cost (final cost), the size of the organization, and any other pertinent information. Please provide contact names, phone numbers, and emails for each reference. Section 4.2 – Staff and Project Team Provide the following information related to the proposed Project Team. The team members proposed shall be fully available for the entire project and no team members shall be removed unless otherwise approved by the City. At least one member of the project team shall be a Pro Board certified Fire Instructor II; at least one member of the project team shall have a Master’s Degree; at least one member of the project team shall have experience in the Massachusetts fire service; and at least one member of the project team shall have experience at an urban fire department equal in size or larger than New Bedford. One member of the project team may fulfill all of the above requirements. Provide a project organizational chart of all key staff and support staff including any subconsultants with resumes of, at a minimum, the following key staff: Client Service Leader – Provide a resume for the proposed Client Service Leader (CSL). The CSL shall be the main business contact for business related communications between the City and the Proposer. Provide a minimum of three clients that the CSL has been involved in within the last 5 years including references. Project Manager – Provide a resume of the proposed Project Manager (PM). The PM shall be responsible for the day-to-day management of the project and completion of tasks to scope, schedule and budge. The PM must have successfully completed a minimum of three implementations of similar scope in the last five years. Provide a minimum of three client references and project descriptions of three representative projects. Project descriptions shall include a summary of the scope, the total budgeted cost, the final cost at completion, the anticipated project duration and actual project duration. Subconsultants – If the Proposer intends to utilize subconsultants for the purposes of completing tasks, those firms shall be clearly listed in the organizational chart and proposal. Resumes for each subconsultant shall be provided. A.5. SECTION 5 – SCOPE OF SERVICES AND PROJECT APPROACH The Proposer shall clearly describe the process/methodology to establish a strategic plan for the City of New Bedford Fire Department and to meet the City’s needs that are outlined in above section 3. Scope of Services. The proposer shall provide any alternative implementation approaches or modified business practices that the Proposer deems appropriate to provide a better, more efficient system for the City. Proposer must demonstrate knowledge and experience in providing the solutions and/or services in response. A.6. SECTION 6 – SCHEDULE A project schedule and timeline must be provided. This should include all aspects of the project. The finalized timeline and schedule will be specified by the City and Successful Proposer once the contract has been awarded. The schedule shall be shown graphically and described in words. The project schedule shall include the following milestones. The proposer should indicate how, based on staffing needs and approach, that the interim milestones will be met along with the final completion data. B. PRICE PROPOSAL OUTLINE The Price Proposal shall be provided in a separate envelope as noted in Instruction to Proposers. Provide the following information as relevant to the Price Proposal: Applicant must provide following list of cost items in detail. Include these costs in your price proposal only, not in the technical proposal. If the price proposal is included with the technical proposal, the proposal submission is automatically considered non-responsive. • Total Proposal Price for all services to be performed. • Provide a breakdown for each major component of service including hourly rate. • Description of any reimbursable charges (if applicable). • Overtime hourly rates for the personal who will be in the project team. The price proposal must be signed by a person authorized to execute such documents follows with the print name, title, firm’s name, address, telephone number and email address. END OF SECTION- SCOPE & SPECIFICATIONS OF THE WORK IV. COMPARATIVE EVALUATION CRITERIA By use of the evaluation criteria below, proposals will be evaluated by the City against the factors specified. The City will ultimately award to the most responsive and responsible Proposer(s) whom the City determines offers the most advantageous proposal(s). 1. Proposed Development Process (40%): The proposal clearly describes the Proposer’s approach and provides a realistic timeline that accomplishes the scope of service as defined in the RFP. 2. Relevant Experience (25%): The principal staff and subcontractors assigned to the project must have directly-related experience on at least three (3) similar experience with implementing solution for first responders’ organizations of a similar size to the City of New Bedford Fire Department in the last five years. Municipality based in Massachusetts reference is recommended. 3. Demonstrated Understanding of the City’s Needs (25%): The proposal demonstrates an understanding of City of New Bedford Fire Department’s challenges going forward. Preference will be given to firms with demonstrated experience in communities with similar characteristics or planning for organizations with similar strengths and challenges. 4. Professional References (10%): The proposal provides at least three (3) professional references from previous clients that are satisfactory to the City. The professional references must be from prior contracts, preferably performed within the last five years, be similar in size and scope to this contract. END OF SECTION- COMPARATIVE EVALUATION CRITERIA V. SELECTION PROCESS As a result of this RFP, the City intends to award the contract to the responsible proposer whose proposal is most advantageous to the City. All qualified technical proposals will be reviewed and evaluated by the selection committee based on the established Comparative Evaluation Criteria set forth in this RFP. Background checks, requests for additional information, and interviews will be performed as needed. The selection committee will then submit a recommendation to the Director of Purchasing who will review the recommendation and then open the price proposals, at which time a firm will be selected based on composite ratings and taking into account the price. This Request for Proposals does not commit the City to award a contract, to pay any costs incurred in the preparation of a response to this request, or to procure or contract for any services of any kind. In the evaluation of the proposals, the City, at its discretion, may obtain technical support from outside sources. The Proposers, by virtue of their proposal submissions, agree to fully cooperate with the personnel of such outside sources in the evaluation of their respective proposal. Failure to cooperate may result in the rejection of your Proposal. If a contract is to be awarded as a result of this RFP, it will be awarded within sixty (60) days after the opening of technical proposals. When the City gives a Notice of Award to the Successful Proposer, within twenty (20) days, excluding Saturdays, Sundays and legal holidays, after the date of receipt of such notification, the Successful Proposer shall return the acknowledgement of the Notice of Award and other applicable document to the City. Within twenty (20) days thereafter the City will furnish the Contract for electronic signature via DocuSign. END OF SECTION- SELECTION PROCESS CITY OF NEW BEDFORD, MASSACHUSETTS AGREEMENT FOR PROFESSIONAL SERVICES SAMPLE Contract # 22220013 Fire Department Strategic Plan DATE: WHEREAS, the CITY OF NEW BEDFORD, MASSACHUSETTS, a municipal corporation, 133 William Street, New Bedford, Bristol County, Massachusetts 02740, hereinafter referred to as the “City,” acting by and through its Fire Department, has need for a consultant to execute a strategic plan for the City’s Fire Department. WHEREAS ________________., a corporation located at _________________________, hereinafter referred to as the “Consultant,” submitted a proposal to perform the Scope of Services described herein in Appendix “A” and undertake related duties and responsibilities required under this Agreement; and WHEREAS the Consultant’s proposal indicates that it is qualified by experience and training to perform said Scope of Services and undertake the duties and responsibilities required under this Agreement; NOW, THEREFORE, in consideration of the mutual covenants and agreements hereinafter contained, and other good and valuable consideration, receipt of which is hereby acknowledged, the City and Consultant hereby agree as follows: This Agreement is comprised of Part I and Part II, and includes all appendices, attachments, submitted documents, addenda, technical proposal, the price proposal and all documented negotiations relevant to the RFP #22220013. Part I includes details of the services to be performed, schedule of the services, and compensation. Part II contains the Terms and Conditions of Agreement, which are the general terms of the engagement between the City and Consultant. PART I SCOPE OF SERVICES The complete Scope of Services and Budget for performance of the Scope of Services are contained herein in Appendixes A, and B respectively. The Scope of Services and Budget may be modified by agreement of the City and Consultant, providing any such modification complies with applicable law. The Consultant shall perform services by specific Task authorized by its proposal or on an as needed basis by Change Order or Work Order in accordance with this Agreement. PART II TERMS AND CONDITIONS The City’s engagement of the Consultant is under the following terms and conditions that form an integral part of this Agreement: 1. Scope: The Scope of Services, Schedule, and Budget encompass the entire time of performance of the Agreement regardless of whether the term exceeds one (1) year. See Appendix A for full Scope of Services and Appendix B for Budget. 2. Prices; Term: All prices contained in this agreement shall remain the same throughout the term of the Agreement. The term of this contract shall be from _____ to ______. 3. Appropriation; Termination: The City may terminate this Agreement if funds are not appropriated to support continuation of performance beyond the first year. 4. Payment Responsibility: Payment to Consultant is the sole responsibility of signatory of this Agreement and is not subject to third party agreements. 5. Acceptance: All Contracts require proper acceptance of the described goods or services by the City. Proper acceptance shall be understood to include inspection of goods and certification of acceptable performance for services by authorized representatives of the City to ensure that the goods or services are complete and are as specified in the Contract. 6. The Consultant: ______________________________ 7. Commencement: All schedules set forth in the Scope of Services commence upon the execution of this Agreement. 8. Compensation: The City will compensate Consultant for the satisfactory performance of the Tasks included in the Scope of Services as agreed upon in Appendix A. Compensation will be based on the proposed price to perform the respective Task. Total compensation for all services rendered by the Consultant under this Agreement shall not exceed $____________, unless authorized by a Change Order duly executed by Consultant and the City. 9. Invoices: Consultant shall submit a monthly invoice for services rendered the previous month. The City shall make all reasonable efforts to process payments within thirty (30) days from the date of receipt of each invoice. The City shall give prompt written notice of any disputed invoice amount and shall pay the amount not in dispute. 10. Insurance: Consultant agrees to carry the following insurance, with the City clearly designated as additional insured, during the term of this Agreement. Prior to execution of the Agreement, Consultant shall provide proof of the following coverage: a. Workers Compensation and Employer’s Liability Insurance in compliance with statutory limits; b. Liability Insurance with $1,000,000 General Liability Coverage c. $2,000,000 General Aggregate Liability coverage d. Certificate of Errors and Omissions Insurance will also be required with $1,000,000 minimum coverage e. Automobile Liability Insurance including non-owned and hired automobiles with combined single limit of $1,000,000 per accident Prior to execution of this Agreement, Consultant will furnish certificates of insurance evidencing the above coverage to the City for the City’s review and approval. 11. Indemnification: Consultant agrees to indemnify and hold the City harmless from and against legal liability for all judgments, losses, damages, and expenses to the extent of its applicable insurance coverage and to the extent that such judgments, losses, damages or expenses are caused by Consultant’s negligent acts, errors, or omissions arising out of its performance of services under this Agreement. 12. Delays: Consultant shall not be responsible for failure to perform or for delays in the performance of services that arise out of causes beyond the control and/or without the fault or negligence of Consultant. Consultant shall notify the City promptly in writing whenever a delay is anticipated or experienced, and to inform the City of all facts and details related to the delay. 13. Services for Use of City: Consultant’s services shall be performed on behalf of and solely for the benefit and exclusive use of the City and the City’s agents and designees for the limited purpose set forth in this Agreement. The City acknowledges that Consultant’s services require decisions that are not necessarily based upon science, but rather upon judgmental considerations. 14. Ownership and Use of Documents: All documents prepared or received by Consultant in its performance of this Agreement, including all drawings, designs, specifications, notes, field notes, computer files, data and other documents shall be delivered to and become the property of City. Consultant agrees not to assert any rights or establish any claim under patent, copyright or other laws with respect to the City’s ownership of said documents and hereby grants the City an irrevocable royalty-free license to all such documents, including the right to use them on any other City projects without additional cost to the City. Consultant bears no responsibility whatsoever for reuse by the City of documents prepared under this Agreement for any other purpose than originally intended. Consultant shall at all times obtain the prior written approval of the City before it, any of its officers, agents, employees or subcontractors, either during or after termination of this Agreement, makes any statement bearing on the work performed or data collected under this Agreement to the press or issues any material or publication through any medium of communication. If the Consultant, or any of its officers, agents, employees or subcontractors, publishes a work dealing with any aspect of performance under this Agreement, or of the results and accomplishments attained in such performance, the City shall have a royalty-free non-exclusive and irrevocable license to reproduce, publish or otherwise use, and to authorize others to use, the publication. 15. Confidential Information: Consultant acknowledges that its services hereunder are being rendered to the City of New Bedford Fire Department. Communications, reports, findings, conclusions, theories, and other work, however characterized, performed by Consultant hereunder is not to be divulged to any person or entity other than Fire Department, City of New Bedford, or persons designated as privileged to receive such information. Consultant further acknowledges that it may receive confidential information as it provides services under this Agreement and agrees that neither it nor its employees, officers, agents, attorneys, subcontractors or other representatives, however described, shall discuss, relay, transmit or otherwise divulge such information in person or by print or electronic media, whether by telephone or e-mail, with or to any person who is not privileged to receive such information by virtue of this Agreement or applicable state or federal law, statute or regulation. This prohibition is absolute, the violation of which will constitute grounds for the City’s termination of this Agreement and collection of any associated damages incurred by the City. 16. Independent Contractor: Consultant is an independent contractor, solely responsible for methods and means used in performing the services under this Agreement, and is not an employee, agent, or partner of the City. Consultant is not authorized to enter into any agreement with any party on behalf of the City. 17. Certifications: Consultant certifies under the pains and penalties of perjury pursuant to M.G.L. c. 62C, § 49A that the Consultant has filed all state tax returns, paid all taxes and complied with all laws of the Commonwealth relating to taxes; and pursuant to M.G.L. 151A, § 19A(b), has complied with all laws of the Commonwealth relating to contributions and payments in lieu of contributions to the Employment Security System; and with all laws of the Commonwealth relating to Worker’s Compensation, M.G.L. c. 152. 18. Licenses; Permits: The Consultant also represents that s/he is qualified to perform all services required under this Agreement and has obtained all requisite licenses and permits to perform these services. 19. Appropriations; City’s Obligations: Appropriations for expenditures by the City and authorization to spend for a particular purpose are ordinarily made on a fiscal year basis. The fiscal year of the City is the twelve (12) month period ending June 30 of each year. The obligations of the City under this Agreement for the present or any subsequent fiscal year following the fiscal year in which the Agreement is executed are subject to appropriation by the City of funds sufficient to discharge the City’s obligations that accrue in this or any subsequent fiscal year. In the absence of such appropriation or authorization, this Agreement shall be terminated immediately upon the Consultant’s receipt of notice to said effect without liability or damages, penalties or other charges arising from such early termination. Expenditures under this Agreement for services that will extend beyond a single fiscal year shall not exceed in any fiscal year the amount appropriated or authorized for said fiscal year. The Consultant’s yearly costs, as contained herein, may not exceed the amount appropriated for the year. 20. Records; Inspection: The Consultant shall maintain books, records and other compilations of data pertaining to the requirements of this Agreement to the extent and in such detail as shall properly substantiate claims for payment under the Agreement. All such records shall be kept for a period of six (6) years or for such longer period as is specified herein. All retention periods start on the first day after final payment under this Agreement. If any litigation, claim, negotiation, audit or other action involving the records is commenced prior to the expiration of the applicable retention period, all records shall be retained until completion of the action and resolution of all issues resulting therefrom, or until the end of the applicable retention period, whichever is later. The City, or any of its duly authorized representatives or designees, shall have the right at reasonable times and upon reasonable notice, to examine and copy, at reasonable expense, the books, records, and other compilations of data of the Consultant which pertain to the provisions and requirements of this Agreement. Such access shall include on-site audits, reviews, and copying of records. 21. Notices: Any notice required or permitted to be given under this Agreement shall be sufficient if in writing and sent by certified mail to ________________________________ for the Consultant and 868 Pleasant Street, New Bedford, Massachusetts, 02740 for the City. 22. Representations; Reliance: In entering into this Agreement, the City and Consultant have relied only upon the representations set forth herein. No verbal warranties, representations, or statements shall be considered a part of this Agreement or a basis upon which the City or Consultant relied in entering into this Agreement. No statements, representations, warranties, or understandings, unless contained herein, exist between the City and Consultant. 23. No Inducement: Consultant certifies that neither it nor any of its employees, agents, officers, attorneys, subcontractors or representatives, however described, has given, offered or agreed to give any person, corporation or other entity any gift, contribution, offer of employment or other reward as an inducement for, or in connection with, the award of this Agreement. 24. Solicitation: Consultant certifies that no person, corporation or other entity, other than a bona fide full-time employee of Consultant, has been retained or hired by Consultant to solicit for or in any way assist Consultant in obtaining this Agreement upon an agreement or understanding that such person, corporation, or other entity be paid a fee or other consideration contingent upon the award of the Agreement to Consultant. 25. Accounting: Consultant agrees to maintain internal accounting controls and permit the City to view its audited or unaudited financial statements in camera at Consultant’s offices upon city’s request. 26. Waivers: A waiver by either the City or Consultant of any breach of this Agreement shall be in writing. Such a waiver shall not affect the waiving party’s rights with respect to any other or further breach. Forbearance or indulgence of a breach of this Agreement in any form or manner by either the City or Consultant shall not be construed as a waiver, nor in any way limit the legal or equitable remedies available to that party. 27. Invalidity; Severability: The invalidity, illegality or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if it did not contain the particular portion or provision held to be void. The City and Consultant further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close to possible to the intent of the stricken provision. The provisions of this Article shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 28. Termination for Cause: This Agreement may be terminated in writing by either party in the event of substantial failure by the other party to perform in accordance with the terms of this Agreement through no fault of the terminating party. The non-performing party shall have fourteen (14) calendar days from the receipt of the termination notice to cure its failed performance or to submit a plan for such cure acceptable to the other party. All notices hereunder shall be delivered by certified mail, return receipt requested. 29. Termination for Convenience: The City may terminate or suspend performance of this Agreement for the City’s convenience upon Consultant’s receipt of written notice from the City. Consultant shall terminate or suspend performance on a schedule acceptable to the City, and the City shall pay Consultant for all the services performed through and including the date of Consultant’s receipt of such notice. Upon restart, if performance is suspended hereunder, an equitable adjustment may be made to Consultant’s compensation and schedule. An equitable adjustment shall not apply to work suspended or terminated due to Consultant’s failure to perform in accordance with the terms of this Agreement. Upon termination of this Agreement, with or without cause, Consultant shall, within 14 days, submit to the City all documents and information, as described in Paragraph 15 above herein, in its possession, and shall submit final payment invoice information. The City shall not make final payment until Consultant submits all said documents and information. The City shall place in escrow any amount of the final payment that it disputes is due, and, upon placing said amount in escrow, Consultant shall surrender all said documents and information as though it had been paid in full. 30. Dispute Resolution: The City and Consultant agree to negotiate in good faith to resolve any disputes or differences arising under this Agreement. If the parties cannot thereafter resolve the dispute, each party shall nominate a senior officer of its management to meet to resolve the dispute by direct negotiation or mediation. Any dispute that cannot be resolved by this negotiation will be submitted to mediation conducted in accordance with the current Industry Mediation Rules of the American Arbitration Association or such other form of non-binding Alternative Dispute Resolution (ARD) as they may mutually agree upon. City and Consultant agree that, in the event their dispute resolution procedures as described above do not resolve any disagreement among them, and any party elects thereafter to institute legal proceedings, the forum for any such action relating to this Agreement shall be in courts located in the Commonwealth of Massachusetts, either state or federal. 31. Successors and Assigns: The City and Consultant each binds itself and its successors, executors, administrators, permitted assigns, legal representatives and, in the case of a partnership, its partners, to the other party to this Agreement and to the successors, executors, administrators, permitted assigns, legal representatives, and partners of such other party in respect to all provisions of this Agreement. Neither the City nor the Consultant shall assign or transfer any interest in the Contract without the written consent of the other. 32. Assignment; Transfer of Ownership: Neither the City nor Consultant shall assign any rights or duties under this Agreement without the prior written consent of the other party. The City reserves the right to terminate this Agreement by written notice in the event of a sale or transfer of ownership in the Consultant’s business entity, however constituted. Unless otherwise stated in the written consent to an assignment, no assignment will release or discharge the assignor from any obligation under this Agreement. Further, except as noted in the Scope of Services, Consultant shall not subcontract for any service or portion thereof to be rendered under this Agreement without the prior written consent of the City. 33. Project Manager: Consultant’s Project Manager shall be available to direct and coordinate activities of the project to ensure that the project progresses on schedule and within the prescribed budget. Any change in Project Manager assigned to the City by Consultant requires the written approval of the City or its designee. 34. Staffing: Consultant agrees to staff the project with a sufficient number of qualified personnel (“Project Team”) to assure at all times effective and timely management, administration and superintendence with respect to the services to be provided by Consultant under this Agreement. The City may require replacement of any member of the Project Team and may require increased levels of staffing by Consultant if necessary to achieve proper management, administration, and superintendence. Consultant shall not replace members of the Project Team without prior written consent of the City which consent shall not be unreasonably withheld. 35. Laws Governing Consultant: Consultant’s activities hereunder shall be governed by the laws of the Commonwealth of Massachusetts, unless otherwise specified. 36. Entire Agreement: This Agreement, together with all Attachments, Appendices, Addenda (if applicable), the Certificate of Non-Collusion, Vote of Corporation Authorizing Execution of Corporate Agreements, and Certificate as to Payment of State Taxes constitute the entire Agreement between the City and Consultant and supersede all prior written or oral understandings. This Agreement and said Attachments, Appendices, Certificate of Non-Collusion, Vote of Corporation Authorizing Execution of Corporate Agreements and Certificate as to Payment of State Taxes may only be amended, supplemented, modified or canceled by a written instrument duly executed by the City and Consultant. 37. Governing Law: This Agreement shall be governed and construed in accordance with the laws of the Commonwealth of Massachusetts, unless otherwise specified. 38. Paragraph Headings: The paragraph headings in this Agreement are for convenience of reference only and in no way define, increase or limit the scope or intent of any provision of the Agreement. 39. Authorized Signature: The undersigned individual, who has signed and executed this Agreement on behalf of Consultant, hereby: 1) represents, warrants, and certifies to the City of New Bedford that he/she is authorized by Consultant to sign and execute this Agreement on its behalf and bind it to the obligations, terms, and conditions of the corporation set forth herein; 2) acknowledges that the City of New Bedford is relying upon such representation, warranty, and certification and will be damaged thereby if he/she is not so authorized; and, 3) agrees to indemnify and hold harmless, personally and in his/her own stead, the City of New Bedford, its officers, agents, attorneys, employees, and representatives, however described or characterized, against and from legal liability for all judgments, losses, and expenses and any and all claims and/or damages, whether direct or indirect, choate or inchoate, that it, or any of them, may incur and/or suffer, if he/she is not so authorized. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE MADE AND EXECUTED THIS AGREEMENT, AS OF THE ___ DAY OF 2021. Consultant __________________________________ By: Title: City of New Bedford, Massachusetts _________________________________ By: Jonathan F. Mitchell Title: Mayor CERTIFIED that funds are available ________________________________________ By: Brennan Morsette Title: Assistant City Auditor Fire Department __________________________________________ By: Scott Kruger Title: Fire Chief APPROVED as to Form and Legality ________________________________ By: Elizabeth Lydon Title: Associate City Solicitor Chief Financial Office ________________________________________ By: Michael Gagne Title: Interim Chief Financial Officer Purchasing Department ________________________________________ By: Molly Gilfeather Title: Director of Purchasing Appendix A – Scope of Services The Successful Proposer will work with the Chief of the Fire Department, Department members, any City agency whose contribution to the Fire Department’s strategic plan would be beneficial, and a stakeholder group (if one is established) to develop a comprehensive strategic plan for the Fire Department. The strategic plan will provide for a comprehensive analysis of all Fire Department operations. This includes administration, suppression, prevention, training, and communications. A. Review the current Department mission statement, standard operating guidelines, and policies and procedures. Develop a series of recommendations and facilitate the development of an internal process to initiate the ongoing review and update to SOGs and organizational policies. B. Conduct a comprehensive risk assessment including an analysis of coverage and response times. This will be accomplished by touring the City to gain an understanding of deployment points and resources. This analysis will include a review of pertinent GIS data. C. Develop a strategic plan focusing on training (didactic and hands-on) coupled with professional development for company officers and command staff personnel. Evaluate locations suitable for a state-of-the-art public safety training center. D. Compose a public education plan centered around community engagement in conjunction with bilingual outreach fire safety programs. E. Conduct an analysis of the administrative and support staff. F. Evaluate the Fire Department’s ability to respond and mitigate the hazardous materials risks presented by diverse industries located within the City. G. Analyze the Fire Department’s communication system including procedures involving fireground accountability. H. Estimate the costs of the proposed changes and enhancements along with identifying the processes necessary to implement the proposed changes needed to carry out the strategic plan. I. Review the Department’s procedures for procuring capital equipment, vehicles, and apparatus. J. The Consultant shall interview Community Stakeholders to solicit their perspective on existing conditions and stakeholders’ suggestions moving forward. K. The Consultant shall attend a kickoff meeting with the Fire Department, Mayor’s Office, and other stakeholders. Appendix B – (Insert Price Proposal submitted by Successful Proposer) REQUIRED FORMS FOLLOW PLEASE BE SURE TO SUBMIT THEM WITH YOUR TECHNICAL PROPOSAL CITY OF NEW BEDFORD MASSACHUSETTS NON-COLLUSION AND TAX COMPLIANCE FORM CERTIFICATE OF NON-COLLUSION The undersigned certified under penalties of perjury that these proposals have been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word “person” shall mean any natural person, business, partnership, corporation, union, committee, club or other organization, entity or group of individuals. Signature of individual submitting -proposals Name of business/organization TAX COMPLIANCE CERTIFICATION Pursuant to M.G.L. c. 62C, §49A, I certify under the penalties of perjury that, to the best of my knowledge and belief, I am in compliance with all laws of the Commonwealth relating to taxes reporting of employees and contractor, and withholding and remitting child support. Signature of person submitting proposals Name of business CITY OF NEW BEDFORD, MASSACHUSETTS VOTE OF CORPORATION AUTHORIZING EXECUTION OF CORPORATE AGREEMENTS At a meeting of the Board of Directors of duly called and held on ______________________________, 20_____ at which a quorum was present and acting throughout, the following vote was duly adopted. VOTED: That , a of the corporation, be and hereby is authorized to affix the Corporate Seal, sign and deliver in the name and behalf of the corporation contract documents with the City of New Bedford, the above mentioned documents to include but not be limited to Bids, Proposals, Deeds, Purchase and Sales Agreements, Agreements, Contracts, Leases, Licenses, Releases and Indemnifications; and also to seal and execute, as above, surety company bonds to secure bids and proposals and the performance of said contract and payment for labor and materials, all in such form and on such terms and conditions as he/she, by the execution thereof, shall deem proper. A true copy. ATTEST: ______________________________________ Name (Print) ______________________________________ (Affix Corporate Seal) Signature ______________________________________ ______________________ Title Date CITY OF NEW BEDFORD Jonathan F. Mitchell, Mayor Form W-9 (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ▶ Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Individual/sole proprietor or single-member LLC C Corporation S Corporation Partnership Trust/estate Exempt payee code (if any) Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ▶ Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other (see instructions) ▶ Exemption from FATCA reporting code (if any) (Applies to accounts maintained outside the U.S.) 5 Address (number, street, and apt. or suite no.) See instructions. Requester’s name and address (optional) 6 City, state, and ZIP code 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number – – or Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Sign Here Signature of U.S. person ▶ Date ▶ Employer identification number – P ri n t o r ty p e . S e e S p e c if ic I n s tr u c ti o n s o n p a g e 3 . http://www.irs.gov/FormW9 http://www.irs.gov/FormW9

133 William Street, New Bedford, MA 02740Location

Address: 133 William Street, New Bedford, MA 02740

Country : United StatesState : Massachusetts

You may also like

DEVELOPMENT OF STRATEGIC PLAN

Due: 31 Jul, 2024 (in 2 months)Agency: NATIONAL PARK SERVICE

Fire Truck for the North Fraser Volunteer Fire Department

Due: 30 May, 2024 (in 26 days)Agency: Fraser Valley Regional District

Strategic Asset Management Plan

Due: 13 May, 2024 (in 9 days)Agency: City of Camrose

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.