ADDENDUM#1 -OF NOTICE ADDENDUM MTA - NEW YORK CITY TRANSIT BID OPENING/DUE DATE: 3/20/19 A CD WILL BE SENT OUT 1/18/19 OVERNIGHT NEW YORK, NY 10004

Size: px
Start display at page:

Download "ADDENDUM#1 -OF NOTICE ADDENDUM MTA - NEW YORK CITY TRANSIT BID OPENING/DUE DATE: 3/20/19 A CD WILL BE SENT OUT 1/18/19 OVERNIGHT NEW YORK, NY 10004"

Transcription

1 MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm Vreplies@nyct.com NOTICE -OF ADDENDUM ADDENDUM#1 BID OPENING/DUE DATE: 3/20/19 A CD WILL BE SENT OUT 1/18/19 OVERNIGHT

2 8 New York City Transit January 17, 2019 REQUEST FOR PROPOSAL NO. SSEl ADDENDUM NO. 1 Access-A-Ride Paratransit Transportation Service To Prospective Proposers: Prospective Proposers are hereby notified of the following changes to the Proposal in the above referenced Request for Proposal (RFP). PLEASE BE ADVISED THAT THE PRE-PROPOSAL CONFERENCE IS CHANGED FROM FEBRUARY 20, 2019, 10:00 AM, AT 2 BROADWAY, 18TH FL., C18.0l, NY, NY TO FEBRUARY 11, 2019, 10:00AM, AT THE NYCT BID SUITE, 3 STONE STREET, NY, NY Changes that were made such as the addition of text to the page are denoted by the use of underlining and red ink. The locations where text has been deleted are denoted by the use of strikethrough ( strikethrough) and red ink. Such underlining and strikethroughs are intended to call the attention of the Proposer to changes in text from the original version and have no other significance. A. Changes have been made to Section II, Overview and Procedures: Paragraph 2 - Pertinent Dates, page 4. A track-changed copy, followed by a clean copy (replacement page) for each change is attached. B. Changes have been made to Section lll, Specific Contract Provisions: Article 11 O.B. - Price to Include / Invoices and Payments, page 16. A track-changed copy, followed by a clean copy (replacement page) for each change is attached. C. Changes have been made to Section IV, General Contract Provisions: List of Schedules, page ii. RFP No. SSE Addendum No. I edoc

3 8 NewYorkCltyTranslt A track-changed copy, followed by a clean copy (replacement page) for each change is attached. D. Changes have been made to Section VIII, Schedules, Policies: Schedule A- Insurance Requirements for Revenue Vehicles, page 4; Schedule A - Insurance Requirements for Non-Revenue Vehicles, page 4; Package 1 - EE0-1; WF-257 Service/ Consultant; Staffing Plan A track-changed copy, followed by a clean copy (replacement page) for each change is attached. E. SECTION VII - The Price Proposal and accompanying instructions for completing the Price Proposal have been attached to this Addendum No.1 and an Excel version of the same has also been included on the accompanying disc for your use. A fully completed hard and electronic copy of the Price Proposal must be submitted with your Proposal. Please be advised that Addenda notification is sent via to the address on record. Please be governed accordingly when submitting proposals. Sincerely, Magdalena Tatarczuk Procurement Specialist 2 RFP No. SSE Addendum No. I edoc

4 OVERVIEW AND PROCEDURES Schedule H - Schedule J - Schedule K - Schedule S - Schedule V - Schedule W - Schedule X- Executive Order No. 177 Certification Addressing Institutional Policies and Practices Pertaining to Discrimination and Harassment Responsibility Questionnaire M/WBE Submission Requirements Iran Energy Sector Divestment Certification MT A Vendor Code of Ethics Certification of Compliance Compliance with NYC Finance Law 139-j / 139-k Federal Drug & Alcohol Requirements Package 1- EE0-1; WF-257 Service/Consultant; Staffing Plan Prompt Payment Policy Vendor Code of Ethics Authority Observed Holidays PARAGRAPH2 PERTINENT DA TES The pertinent scheduled dates applicable to this RFP include the following: A pre-proposal conference will be held on February io!!, 2019 at 1 O:OOAM, at 2 Broadv1ay, 18th Floor, Conference Room C18.01 NYC Transit Bid Suite, 3 Stone Street, New York, NY A valid photo ID (e.g., a valid driver's license) is required for entrance. All inquiries in writing must be received by the Procurement Representative by close of business on February i;;. 18, 2019! All proposals are due 12:00 Noon on March 20, 2019 (the "Closing Date"). PARAGRAPH3 POINT OF CONTACT Prospective Proposers are advised that the Authority's point of contact for all matters concerning this RFP is the designated Procurement Specialist, as follows: Ms. Magdalena Tatarczuck New York City Transit Authority 2 Broadway, Room Al 8.23 New York, New York Telephone: (646) magdalena.tatarczuk@nyct.com The Authority's ALTERNATE point of contact for all matters concerning this RFP is the designated Procurement Specialist, as follows: Mr. Nicholas Villamagna New York City Transit Authority 2 Broadway, Room Al8.41 New York, NY Telephone: (646) nicholas.villamagna@nyct.com vl page 4

5 OVERVIEW AND PROCEDURES Schedule H - Schedule J - Schedule K - Schedule S - Schedule V - Schedule W - Schedule X- Executive Order No. 177 Certification Addressing Institutional Policies and Practices Pertaining to Discrimination and Harassment Responsibility Questionnaire M/WBE Submission Requirements Iran Energy Sector Divestment Certification MT A Vendor Code of Ethics Certification of Compliance Compliance with NYC Finance Law 139-j / 139-k Federal Drug & Alcohol Requirements Package 1- EE0-1; WF-257 Service/Consultant; Staffing Plan Prompt Payment Policy Vendor Code of Ethics Authority Observed Holidays PARAGRAPH2 PERTINENT DA TES The pertinent scheduled dates applicable to this RFP include the following: A pre-proposal conference will be held on February 11, 2019 at 1 O:OOAM, at NYC Transit Bid Suite, 3 Stone Street, New York, NY A valid photo ID ( e.g., a valid driver's license) is required for entrance. All inquiries in writing must be received by the Procurement Representative by close of business on February 18, All proposals are due 12:00 Noon on March 20, 2019 (the "Closing Date"). PARAGRAPH3 POINT OF CONTACT Prospective Proposers are advised that the Authority's point of contact for all matters concerning this RFP is the designated Procurement Specialist, as follows: Ms. Magdalena Tatarczuck New York City Transit Authority 2 Broadway, Room A18.23 New York, New York Telephone: (646) magdalena.tatarczuk@nyct.com The Authority's AL TERNA TE point of contact for all matters concerning this RFP is the designated Procurement Specialist, as follows: Mr. Nicholas Villamagna New York City Transit Authority 2 Broadway, Room A18.41 New York, NY Telephone: (646) nicholas.villamagna@nyct.com v2 page4

6 SPECIFIC CONTRACT PROVISIONS ARTICLE 110 PRICE TO INCLUDE/INVOICES AND PAYMENTS A. Price to Include: The Authority shall pay and the Contractor shall accept the amounts set forth in the Price Schedule, Section VII, as full compensation for all costs and expenses of completing the Work in accordance with the Contract. B. Payments: Subject to the Contractor's compliance with the submission requirements contained hereunder and all other provisions of the Contract Documents, the Authority shall pay the Contractor each month for the actual number of Vehicle Service Hours performed, based on the actual number of vehicles in Revenue Service, as reconciled by the Contractor and approved by the Authority at the applicable Operations Rate Per Vehicle Service Hour and the applicable Maintenance Rate Per Vehicle Service Hour as specified in the Price Schedule. With regard to Vehicle Maintenance, Vehicles may be in new condition or used. As specified in the Price Schedule, Vehicles are classified by the Authority by ages A and B as follows: Age A means a vehicle that has less than 70,000 miles on the odometer. Age B means a vehicle that has greater than 70,000 miles on the odometer. 1. Consumer Price Index (CPI) 2. Fuel a. Effective for the billing of the first full month of year two following the commencement of Revenue Service (as described in Section III of the Scope of Work), the Operations Rate(s) Per Vehicle Service Hour and the Maintenance Rate(s) Per Vehicle Service Hour as specified in the Price Schedule will be adjusted annually in accordance with the United States Department of Labor, Bureau of Labor Statistics, Consumer Price Index for All Urban Consumers (CPI-All Urban Consumers Current Series) using the selected local area of New York. It is the Contractor's obligation to submit for the first full month in which an adjustment is available and invoice in an amount that accurately reflects the adjustment, if any, that is due. Absent such invoice, it shall be within the Authority's discretion whether to adjust applicable pricing for that Contract year. b. The Contractor warrants that the costs set forth in the Price Schedule are in current U.S. dollars and do not include any allowance for any contingency to cover anticipated increased cost of performance, which are covered by the economic adjustment clauses contained in paragraph 1.a., above. These provisions shall be the sole and exclusive measure of adjustment to the costs specified in the Price Schedule of this Contract without regard to actual changes in the cost or use of labor or materials over the term of the Contract. a. At the discretion of the Authority, the Contractor shall establish a dedicated on-site fuel tank, and/or administer an Authority-provided fuel card program, subject to the approval Doc v20 Operating Contract No. SSE Page 16 of30

7 GENERAL CONTRACT PROVISIONS TABLE OF CONTENTS (continued) ARTICLE 243 Prompt Payment to Subcontractors and Retainage ARTICLE 244 Contract Documents Contain All Terms/Contractor Has Examined Contract ARTICLE 245 All Legal Provisions Included ARTICLE 246 Severability ARTICLE 247 Survival Contract Execution follows after General Contract Provisions SCHEDULES (if attached and applicable, as so indicated on the List of Schedules) Schedule A Schedule E Schedule G Schedule H Schedule J Schedule K Schedule S Schedule V Schedule W Schedule X Insurance Requirements Proposer Diversity Practices Questionnaire Rider to Contract Documents Executive Order No. 177 Certification Addressing Institutional Policies and Practices Pertaining to Discrimination and Harassment Responsibility Questionnaire M/WBE Submission Requirements Iran Energy Sector Divestment Certification MT A Vendor Code of Ethics Certification of Compliance Compliance with NYS State Finance Law Sections 139-j and 139-k ("Lobbying Law") Federal Drug and Alcohol Testing Requirements 11/16 Operating Contract No. SSEl Doc v2 Page ii

8 GENERAL CONTRACT PROVISIONS TABLE OF CONTENTS (continued) ARTICLE 243 Prompt Payment to Subcontractors and Retainage ARTICLE 244 Contract Documents Contain All Terms/Contractor Has Examined Contract ARTICLE 245 All Legal Provisions Included ARTICLE 246 Severability ARTICLE 247 Survival Contract Execution... follows after General Contract Provisions SCHEDULES (if attached and applicable, as so indicated on the List of Schedules) Schedule A Schedule E Schedule G Schedule H Schedule J Schedule K Schedule S Schedule V Schedule W Schedule X Insurance Requirements Proposer Diversity Practices Questionnaire Rider to Contract Documents Executive Order No. 177 Certification Addressing Institutional Policies and Practices Pertaining to Discrimination and Harassment Responsibility Questionnaire M/WBE Submission Requirements Iran Energy Sector Divestment Certification MT A Vendor Code of Ethics Certification of Compliance Compliance with NYS State Finance Law Sections 139-j and 139-k ("Lobbying Law") Federal Drug and Alcohol Testing Requirements 11/16 Operating Contract No. SSEl Doc v2 Page ii

9 INSURANCE REQUIREMENTS m. In the event the work under the contract includes construction at ND Ave, New York, NY include: (1) CBRE, Inc. and any successor thereto as property manager Workers' Compensation Insurance complying with the statutory requirements of the State of New York, covering all employees of the Contractor. Employer's Liability Insurance coverage with limits of not less than $1,000,000, each accident or illness shall be included. Any additional insurance policies not stated herein that are necessary to obtain required permits or otherwise comply with applicable law, ordinances or regulations regarding the performance of the Work. C. The Contractor shall furnish evidence of all insurance policies before any work is started to the Authority at the address below: New York City Transit Authority Attention: Nicholas VillamagnaMagdalena Tatarczuk, Procurement Representative 2 Broadway - 1~9th Floor New York, NY (Tel) ~ Nicholas.Villamagna@nyct.com Magdalena.Tatarczuk@nyct.com Except for Railroad Protective Liability or Builder's Risk insurance, when required, certificates of Insurance may be supplied as evidence of such aforementioned policies, unless otherwise noted herein. However, if requested by the Authority, the Contractor shall deliver to the Authority within forty-five (45) days of the request a copy of such policies, certified by the insurance carrier as being true and complete. If a Certificate of Insurance is submitted it must: (1) be provided on the Authority Certificate oflnsurance Form or MTA Certificate oflnsurance Form for Joint Agency Agreements, as applicable (unless approval has been received from the Authority to submit an ACORD form for an operating contract with a value under $250,000); (2) be signed by an authorized representative of the insurance carrier or producer and notarized; (3) disclose any deductible, sub-limit, self-insured retention, aggregate limit or any exclusions to the policy that materially change the coverage; ( 4) indicate the Additional Insureds Additional Named Insureds and/or Named Insureds as required herein. The Contractor must provide a physical copy of the Additional Insured Endorsement (I.S.O. Form CG and CG 2037 version or equivalent, as applicable and the endorsement(s) must include policy number(s); (5) reference the Contract by number on the face of the certificate; and ( 6) expressly reference the inclusion of all required endorsements. Evidence of Railroad Protective Liability and/or Builder's Risk Insurance requires submission of the original policy. The original binder(s) will be accepted, pending issuance of the original policy(s). 12/17 Document v2 Schedule A Page 4

10 INSURANCE REQUIREMENTS m. In the event the work under the contract includes construction at ND Ave, New York, NY include: ( 1) CBRE, Inc. and any successor thereto as property manager Workers' Compensation Insurance complying with the statutory requirements of the State of New York, covering all employees of the Contractor. Employer's Liability Insurance coverage with limits of not less than $1,000,000, each accident or illness shall be included. Any additional insurance policies not stated herein that are necessary to obtain required permits or otherwise comply with applicable law, ordinances or regulations regarding the performance of the Work. C. The Contractor shall furnish evidence of all insurance policies before any work is started to the Authority at the address below: New York City Transit Authority Attention: Magdalena Tatarczuk, Procurement Representative 2 Broadway - 18th Floor New York, NY (Tel) Magdalena. Tatarczuk@nyct.com Except for Railroad Protective Liability or Builder' s Risk insurance, when required, certificates of Insurance may be supplied as evidence of such aforementioned policies, unless otherwise noted herein. However, if requested by the Authority, the Contractor shall deliver to the Authority within forty-five (45) days of the request a copy of such policies, certified by the insurance carrier as being true and complete. If a Certificate of Insurance is submitted it must: (1) be provided on the Authority Certificate of Insurance Form or MTA Certificate oflnsurance Form for Joint Agency Agreements, as applicable (unless approval has been received from the Authority to submit an ACORD form for an operating contract with a value under $250,000); (2) be signed by an authorized representative of the insurance carrier or producer and notarized; (3) disclose any deductible, sub-limit, self-insured retention, aggregate limit or any exclusions to the policy that materially change the coverage; (4) indicate the Additional Insureds Additional Named Insureds and/or Named Insureds as required herein. The Contractor must provide a physical copy of the Additional Insured Endorsement (I.S.O. Form CG and CG 2037 version or equivalent, as applicable and the endorsement(s) must include policy number(s); (5) reference the Contract by number on the face of the certificate; and (6) expressly reference the inclusion of all required endorsements. Evidence of Railroad Protective Liability and/or Builder's Risk Insurance requires submission of the original policy. The original binder(s) will be accepted, pending issuance of the original policy(s). 12/17 Document v2 Schedule A Page 4

11 INSURANCE REQUIREMENTS 111. In the event the work under the contract includes construction at ND Ave, New York, NY include: ( 1) CBRE, Inc. and any successor thereto as property manager Workers' Compensation Insurance complying with the statutory requirements of the State of New York, covering all employees of the Contractor. Employer' s Liability Insurance coverage with limits of not less than $1,000,000, each accident or illness shall be included. Business Automobile Liability Insurance Policy (I.S.O. Form CA or equivalent approved by the Authority) if vehicle enters the Authority's property or is used as part of service provided, in the Contractor' s name with limits of liability not less than the amount set forth in Paragraph A, above, each accident for claims for bodily injuries (including death) to persons and for damage to property arising out of the ownership, maintenance or use of any owned, hired or non-owned motor vehicle. Any additional insurance policies not stated herein that are necessary to obtain required permits or otherwise comply with applicable law, ordinances or regulations regarding the performance of the Work. C. The Contractor shall furnish evidence of all insurance policies before any work is started to the Authority at the address below: New York City Transit Authority Attention: Nicholas VillamagnaMagdalena Tatarczuk, Procurement Representative 2 Broadway, 1~9th Floor New York, NY Tel: (646) Nicholas Villamagna Magdalena.Tatarczuk@nyct.com Except for Railroad Protective Liability or Builder's Risk insurance, certificates of Insurance may be supplied as evidence of such aforementioned policies, unless otherwise noted herein. However, if requested by the Authority, the Contractor shall deliver to the Authority within fortyfive ( 45) days of the request a copy of such policies, certified by the insurance carrier as being true and complete. If a Certificate of Insurance is submitted it must: (1) be provided on the Authority Certificate of Insurance Form or MT A Certificate of Insurance Form for Joint Agency Agreements, as applicable (unless approval has been received from the Authority to submit an ACORD form for an operating contract with a value under $250,000); (2) be signed by an authorized representative of the insurance carrier or producer and notarized; (3) disclose any deductible, sub-limit, self-insured retention, aggregate limit or any exclusions to the policy that materially change the coverage; (4) indicate the Additional Insureds Additional Named Insureds and/or Named Insureds as required herein. The Contractor must provide a physical copy of the Additional Insured Endorsement (I.S.O. Form CG and CG 2037 version or equivalent, as applicable and the endorsement(s) must include policy number(s); (5) reference the Contract by number on the face of the certificate; and (6) expressly reference the inclusion of all required endorsements. 12/1 7 Document v2 Schedule A Page 4

12 INSURANCE REQUIREMENTS 111. In the event the work under the contract includes construction at ND Ave, New York, NY include: (1) CBRE, Inc. and any successor thereto as property manager Workers' Compensation Insurance complying with the statutory requirements of the State of New York, covering all employees of the Contractor. Employer' s Liability Insurance coverage with limits of not less than $1,000,000, each accident or illness shall be included. Business Automobile Liability Insurance Policy (1.S.O. Form CA or equivalent approved by the Authority) if vehicle enters the Authority's property or is used as part of service provided, in the Contractor' s name with limits of liability not less than the amount set forth in Paragraph A, above, each accident for claims for bodily injuries (including death) to persons and for damage to property arising out of the ownership, maintenance or use of any owned, hired or non-owned motor vehicle. Any additional insurance policies not stated herein that are necessary to obtain required permits or otherwise comply with applicable law, ordinances or regulations regarding the performance of the Work. C. The Contractor shall furnish evidence of all insurance policies before any work is started to the Authority at the address below: New York City Transit Authority Attention: Magdalena Tatarczuk, Procurement Representative 2 Broadway, 18th Floor New York, NY Tel: (646) Magdalena.Tatarczuk@nyct.com Except for Railroad Protective Liability or Builder' s Risk insurance, certificates of Insurance may be supplied as evidence of such aforementioned policies, unless otherwise noted herein. However, if requested by the Authority, the Contractor shall deliver to the Authority within fortyfive ( 45) days of the request a copy of such policies, certified by the insurance carrier as being true and complete. If a Certificate of Insurance is submitted it must: (1) be provided on the Authority Certificate of Insurance Form or MTA Certificate of Insurance Form for Joint Agency Agreements, as applicable (unless approval has been received from the Authority to submit an ACORD form for an operating contract with a value under $250,000); (2) be signed by an authorized representative of the insurance carrier or producer and notarized; (3) disclose any deductible, sub-limit, self-insured retention, aggregate limit or any exclusions to the policy that materially change the coverage; (4) indicate the Additional Insureds Additional Named Insureds and/or Named Insureds as required herein. The Contractor must provide a physical copy of the Additional Insured Endorsement (1.S.O. Form CG and CG 2037 version or equivalent, as applicable and the endorsement(s) must include policy number(s); (5) reference the Contract by number on the face of the certificate; and (6) expressly reference the inclusion of all required endorsements. 12/17 Document v2 Schedule A Page 4

13 Agreed to this day of, ~2019 Print: Title: is designated as the Contractor's Minority Business Enterprise Liaison responsible for administering the Minority and Women-Owned Business Enterprises - Equal Employment Opportunity (MBE/WBE - EEO) program. MBE/WBE Contract Goals Ml!!% Minority and Women's Business Enterprise Participation _% Minority Business Enterprise Participation _% Women's Business Enterprise Participation MBE/WBE Contract Goals (if applicable) _% Minority Labor Force Participation _% Female Labor Force Participation (Authorized Representative) Title: Date: I Document v2 2

14 Agreed to this day of, 2019 By Print: Title: is designated as the Contractor's Minority Business Enterprise Liaison responsible for administering the Minority and Women-Owned Business Enterprises - Equal Employment Opportunity (MBE/WBE - EEO) program. MBE/WBE Contract Goals 0% Minority and Women' s Business Enterprise Participation _% Minority Business Enterprise Participation _% Women's Business Enterprise Participation MBE/WBE Contract Goals (if applicable) _% Minority Labor Force Participation _% Female Labor Force Participation (Authorized Representative) Title: Date: / 16 Document v2 2

15 D New York City ranslt CONTRACT NO. SSEl PRIMARY CARRIER ACCESS-A-RIDE SERVICES FOR NYCT PARATRANSIT SECTION VII PRICE PROPOSAL v3

16 RFP No Instructions for Completing Price Proposal: Proposer shall submit the Price Proposal in both electronic format as well as hardcopy (paper). The disc providing the RFP contains the Price Proposal in Excel. All Price Proposal submissions, either for the initial submission or later revisions, if any, shall be made in both electronic as well as hard copy formats. Operational Rate Per Vehicle Service Hour pricing is based on Vehicle Service Hours (VSH). Based on experience, the Price Proposal uses the annual average total of VSH performed on a per-vehicle basis of 2,790/year (or if divided by twelve, average VSH/month). Vehicle Maintenance pricing is based on vehicle type and vehicle age. The Tiers (A, B, C) reflect the fleet size range being proposed. Tier C computes the highest fleet size range to the maximum number proposed; Tier B is fifteen percent (15%) less than Tier C and Tier A is 15% less than Tier B. The purpose of this is to allow the computation of pricing across three varied fleet sizes, up to the maximum number of vehicles proposed. Step #1 - Enter Proposer Name, Proposed Facility Address, and Date of Submission: Proposer shall enter its name, proposed facility(ies) address and the date at the top of the Price Proposal, in the green cells. Step #2 - Maximum Number of Proposed Vehicles: In the green cell provided, Proposer shall enter the maximum number of vehicles it proposes to operate (hit " enter" to complete the action). This data entry will automatically compute the Vehicle Fleet Size Ranges. Step #3 - Vehicle Fleet Size Ranges: In the green cells provided, Proposer shall enter the price for each Tier based on each of the monthly VSH Ranges provided in the Operational Rate Per Vehicle Service Hour section. This will automatically populate the cell for the "Average Operations Rate Per VSH" found approximately half-way down on the page. Step #4 - Vehicle Maintenance: Pricing for Vehicle Maintenance is calculated separately from the Operational Rate Per VSH pricing and is categorized by two vehicle types - Van and Sedans, and by two vehicle ages - Age A and Age B, as specified for each vehicle type. For the purposes of NYCT evaluating vehicle maintenance pricing during the RFP process, Proposers shall assume an equal vehicle distribution for vans and sedans. Upon award, the actual vehicle distribution assigned to the contractor will be changed to factor into the calculation of the award value. In the green cells provided, Proposer shall enter its proposed rate for each Tier (Vehicle Fleet Size Range) and Age based on vehicle type. When all green cells are populated, the lines below called "Average Maintenance Rate per VSH" as well as the "Fully Loaded Rate per VSH" will automatically be computed. Step #5 - Annual Pass-Through Costs Pricing for this line will be automatically computed via a formula based on amounts inserted into the cells by NYCT. Pricing is estimated based on the actual average per-vehicle cost for reimbursement of E-Z Pass tolls. Once Steps #2-5 are completed, the summary section will automatically be computed and will show the " Total Annual Price" and the "5 Year Total" amount for each of the three Tiers (A, B, C). RfP P1 lcll!' PropmallnJl1 uctlo11s

17 PROPOSER NAME: FACILITY(IES) ADDRESS: lr l DATE: RFP # Access-A-Ride Paratransit Transportation Service PRICE PROPOSAL Enter MAXIMUM NUMBER OF PROPOSED VEHICLES: Vehicle Fleet Size Range Monthly Description VSH Ran es Lower Upper Limit Limit (1) (1) Under OPERATIONAL RATE PER VEHICLE SERVICE HOUR (EXCLUDING MAINTENANCE & TOLLS) Over 268 Van (e.g., Parts, Labor) Age A (Less than 70,000 Miles) Rate Per VSH Age B (Greater than 70,000 Miles) Rate Per VSH Sedan Age A (Less than 70,000 Miles) Rate Per VSH Age B (Greater than 70,000 Miles) Rate Per VSH AVERAGE OPERATIONS RATE PER VSH #DIV/0! #DIV/0! #DIV/0! ! AVERAGF. MA.INT'.:NANCE RATE PER VSH #DIV/0! #DIV/0! #DIV/0! > f FULLY LOADED RATE PER VSH #DIV/0! #DIV/0! #DIV/0! FOOTNOTES ANNUAL OPERATIONS COSTS #DIV/0! #DIV/0! #DIV/0! ANNUAL MAINTENANCE COSTS #DIV/0! #DIV/0! #DIV/0! ANNUAL PASS THROUGH COSTS Annual EZ-Pass_IC?~! :ii1_ ($6,000) ($6,000) $0 FIRST YEAR PRICE*** #DIV/0! #DIV/0! #DIV/0! 5 YEAR TOT AL**** #DIV/0! #DIV/0! #DIV/0! *FOR EVALUATIVE PURPOSES, THE OPERATIONAL RA TE JS BASED ON THE OVERALL AVERAGE OF THE MONTHLY VEHICLE SERVJCE HOUR (VSH) RANGES. TIERS ALLOW FOR PROPOSER TO INCREASE/ DECREASE THE PROPOSED RATE BASED ON DEVIATION FROM THIS MONTHLY AVERAGE VSH RANGE. **FOR EVALUATIVE PURPOSES, PROPOSER SHALL ASSUME AN EQUAL VEHICLE DISTRJBUTION OF VANS AND SEDANS. ***TIERS AND THEIR RESPECTIVE CALCULATED TOTAL ANNUAL PRICE ARE BASED ON AN AVE_R_A_G_E O- F- 2-,7-90_ A_N_N_U_A_L -VS~H_ A_ N_D_ M_ AX _ IM_ U_ M- NUMBER OF VEHICLES PER TIER YEAR TOTAL INCLUDES AN ESCALATION FACTOR. B,ue Price Proposal RFP edoa740474vs

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY 10004 DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm Vreplies@nyct.com 0000072052 ADDENDUM ADDENDUM # 9 BID OPENING/DUE DATE: 05/16/2014

More information

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY 10004 DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm Vreplies@nyct.com 0000212567 NOTICE -OF- ADDENDUM ADDENDUM # 5 BID OPENING/DUE DATE:

More information

NEW YORK CITY TRANSIT AUTHORITY. Department of Materiel. Schedule A INSURANCE REQUIREMENTS

NEW YORK CITY TRANSIT AUTHORITY. Department of Materiel. Schedule A INSURANCE REQUIREMENTS NEW YORK CITY TRANSIT AUTHORITY Department of Materiel Schedule A INSURANCE REQUIREMENTS 12/17 NEW YORK CITY TRANSIT AUTHORITY Department of Materiel INSURANCE REQUIREMENTS Contract No: Description: A.

More information

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyctlprocure/nyctproc.htm

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyctlprocure/nyctproc.htm MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY 10004 DIVISION OF MATERIEL web.mta.info/nyctlprocure/nyctproc.htm VreplieS@nyct.com 0000084318 NOTICE -OF ADDENDUM ADDENDUM#1 BID OPENING/DUE DATE: 2/24/2015

More information

Contractor s Insurance Requirements

Contractor s Insurance Requirements ATTACHMENT 5 Contractor s Insurance Requirements Upon tentative award, Bidder shall be required to procure at its sole cost and expense all required insurance. The Contractor shall procure at its sole

More information

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

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons

More information

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

Exhibit. Owner Controlled Insurance Program. Insurance Requirements Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. OWNER shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP is

More information

EXHIBIT G. Insurance Requirements. [with CCIP]

EXHIBIT G. Insurance Requirements. [with CCIP] SECTION 1 GENERAL INSURANCE REQUIREMENTS EXHIBIT G Insurance Requirements [with CCIP] A. CCIP. Contractor has implemented a Contractor Controlled Insurance Program ( CCIP ) to furnish certain insurance

More information

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR ASPHALTIC CONCRETE MATERIALS FOR HIGHWAY DEPARTMENT DUE BY: March 29, 2017 at 10:00 AM 1.0 Specifications The Highway Department is requesting proposals for asphaltic

More information

ADDENDUM A. Subcontractor Insurance Requirements

ADDENDUM A. Subcontractor Insurance Requirements ADDENDUM A Subcontractor Insurance Requirements Certificates and endorsements must be received and approved prior to the start of any work. No payments will be released until all insurance documents are

More information

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1 PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY 10007 11/7/2018 ADDENDUM # 1 To prospective Bidder(s) on Bid # 55234 for Integrated Pest Management Services at

More information

BERRIEN COUNTY ROAD DEPARTMENT

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements

More information

REQUIRED AT PROPOSAL STAGE:

REQUIRED AT PROPOSAL STAGE: DATE: February 13, 2019 SUBJECT: ADDENDUM #1-2401 E. PACIFIC COAST HIGHWAY WILMINGTON, CA 90744 The Port of Los Angeles 2401 E. Pacific Coast Highway Wilmington, CA 90744 Request for Lease Proposals Exhibit

More information

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207

More information

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

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

More information

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for

More information

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

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

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES

REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES You are hereby invited to submit proposals for Insurance Consultant Services, as specified in the attachments of this Request for

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

SYRACUSE UNIVERSITY Contractor Insurance Requirements The Contractor shall provide, maintain and deliver during the term of this Agreement the following insurance with at least the minimum coverages and

More information

ADDENDUM #2. Due back on 10/24/18, no later than 11:00 A.M.

ADDENDUM #2. Due back on 10/24/18, no later than 11:00 A.M. PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY 10007 10/19/2018 ADDENDUM #2 To prospective Bidders on Bid # 54851 - Refuse Removal, Recycling and Disposal Services

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

CITY OF ROMULUS CHAPTER 39: PURCHASING

CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF

More information

Combined Pre-Proposal Conference

Combined Pre-Proposal Conference Combined Pre-Proposal Conference RFP #18-09-01 Herbs, Spices and Related Products Contract Manager: Cristina Giacaman RFP #18-09-02 Disposable Foodservice Supplies & Related Items Contract Manager: Robert

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to

More information

ARTICLE V Indemnification; Insurance

ARTICLE V Indemnification; Insurance ARTICLE V Indemnification; Insurance 5.1 The Recipient shall act as an independent contractor, and not as an employee, agent, partner, joint venturer, representative or associate of the City, in operating

More information

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS I. GENERAL CONDITIONS SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS A. General Compliance Consultant agrees to comply with the requirements of the HUD regulations concerning CDBG, 24 CFR Part 570, as modified

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

Request for Bid/Proposal

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

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

Houston Independent School District PROCUREMENT SERVICES

Houston Independent School District PROCUREMENT SERVICES Houston Independent School District PROCUREMENT SERVICES Please ensure you have signed in. Silence all cellphones. 16-09-02 College Enrollment and Persistence Data Reports I. RFP Submission Overview i.

More information

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016 CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco Contract No. 2784 Pier 23 Roof Repair ADDENDUM No. 1 Issued: December 16, 2016 The following clarifications, changes, additions or deletions are incorporated

More information

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO. MARICOPA COUNTY SPECIAL HEALTHCARE DISTRICT dba MARICOPA INTEGRATED HEALTH SYSTEM Contracts Department 2611 East Pierce Street, 2nd Floor Phoenix, Arizona 85008-6092 Phone: 602-344-1403 DESIGN PROFESSIONAL

More information

One ACORD 25 Certificate of Liability (or) Insurance Services Office Form CG Limits of no less than $1,000,000 per occurrence.

One ACORD 25 Certificate of Liability (or) Insurance Services Office Form CG Limits of no less than $1,000,000 per occurrence. Film Insurance Guidelines Filmmakers seeking permits to film on-location in any of the areas served by FilmL.A. must either have on file or provide proof of insurance meeting both our requirements and

More information

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

Houston Independent School District PROCUREMENT SERVICES January 9, 2019

Houston Independent School District PROCUREMENT SERVICES January 9, 2019 Houston Independent School District PROCUREMENT SERVICES January 9, 2019 19-09-11 Automotive Batteries Houston ISD is seeking proposals from qualified firms to Automotive Batteries and supplies with a

More information

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS HCPS STANDARDS DOC. No.: 01015 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-04-14 - Revised paragraph 13.10.1 to increase

More information

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of

More information

Request for Proposal Public Warning Siren System April 8, 2014

Request for Proposal Public Warning Siren System April 8, 2014 Request for Proposal Public Warning Siren System April 8, 2014 THE CITY OF MARTINSVILLE wishes to extend an invitation to all qualified contractors to submit a proposal/s for providing a complete siren

More information

WEST VALLEY SANITATION DISTRICT

WEST VALLEY SANITATION DISTRICT WEST VALLEY SANITATION DISTRICT Request for Proposal (RFP) for Independent External Audit Services RFP #: FIN 2015 1 Schedule of Key Events: RFP Release Date: April 14, 2015 Written Questions Due: 4:00

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

Exhibit. Owner Controlled Insurance Program. Insurance Requirements Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. COUNTY shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Postage Meter Lease & Maintenance Service Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

More information

Butte County Board of Supervisors Agenda Transmittal

Butte County Board of Supervisors Agenda Transmittal Butte County Board of Supervisors Agenda Transmittal Clerk of the Board Use Only Agenda Item: 3.25 Subject: Amendment Two to Agreement with Counseling Solutions to Provide Parent Education and Counseling

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

Bernards (Project Name) CCIP Insurance Manual

Bernards (Project Name) CCIP Insurance Manual Bernards (Project Name) CCIP Insurance Manual Policy Year: xxxx-xxxx Alliant Version 01 1 Table of Contents 1.1 INTRODUCTION... 3 1.2 Overview... 3 1.3 About this Manual... 4 2.0 PROJECT DIRECTORY... 5

More information

Snow Removal Services

Snow Removal Services Request for Proposals Snow Removal Services Date Issued: September 21, 2016 Due: October 5, 2016 @ 4:00pm Background Information The Greater Syracuse Land Bank s mission is to acquire and stabilize vacant

More information

Houston Independent School District PROCUREMENT SERVICES April 5, 2017

Houston Independent School District PROCUREMENT SERVICES April 5, 2017 Houston Independent School District PROCUREMENT SERVICES April 5, 2017 I. House Rules II. III. IV. Proposal Submission Overview Solicitation of Bids General Terms and Conditions i. Code of Silence and

More information

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES The City of Manchester (City) is requesting Competitive Sealed Proposals from qualified firms interested in contracting with the City

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal for Removal of Asbestos Materials October 30,

More information

Sample. Sub-Contractor Insurance & Indemnification Agreement

Sample. Sub-Contractor Insurance & Indemnification Agreement Sample Sub-Contractor Insurance & Indemnification Agreement This Agreement, as negotiated herein, is entered into by and between Subcontractor and Parish/School. For good and valuable consideration, the

More information

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA REQUEST FOR PROPOSAL ( RFP ) PROPOSAL #: CA19-0001 RFP for Court Reporting Services To: The Eighteenth

More information

Combined Pre-Proposal Conference

Combined Pre-Proposal Conference Combined Pre-Proposal Conference RFP #18-12-01 - Fresh Produce and Related Item RFP #18-12-02 - Beverages, Snacks and Related Products RFP #18-12-04 - Bakery Products Contract Manager: Cristina Giacaman

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR THE OREM CITY PARKING STUDY Issued February 26 th, 2018 City of Orem 56 North State Street Orem Utah 84057 TABLE OF CONTENTS 1.0 Introduction... 2 1.1 The Successful Applicant...

More information

Bid/Contract Insurance Requirements (Insurance Manual)

Bid/Contract Insurance Requirements (Insurance Manual) The Regents of the University of California University Controlled Insurance Program (UCIP) Bid/Contract Insurance Requirements (Insurance Manual) for the [CAMPUS] [PROJECT] Construction Project Need a

More information

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

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

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of,

More information

Co-Sourcing of Internal Audit Services

Co-Sourcing of Internal Audit Services REQUEST FOR PROPOSAL FOR Co-Sourcing of Internal Audit Services Long Island Power Authority 333 Earle Ovington Boulevard Uniondale, New York 11553 Released on: July 24, 2017 Page 1 of 15 TABLE OF CONTENTS

More information

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04 REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04 INTRODUCTION Illinois Valley Community College is accepting sealed proposals for beverage services for

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,

More information

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No Project Manual For HVAC REPACEMENT Quitman County Schools Project No. 16030 Construction Documents 28 April 2016 One Jackson Place, Suite 250 188 East Capitol Street Jackson, Mississippi 39201 D B PN

More information

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

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

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

Houston Independent School District PROCUREMENT SERVICES

Houston Independent School District PROCUREMENT SERVICES Houston Independent School District PROCUREMENT SERVICES Please ensure you have signed in. Silence all cellphones. 16-10-02 SLA (Service Level Agreement) for MRMS (Medicaid Reimbursement Maximization System)

More information

CONSTRUCTION BID DOCUMENT ORDER FORM

CONSTRUCTION BID DOCUMENT ORDER FORM .New York City Transit CONSTRUCTION BID DOCUMENT ORDER FORM RFQ 10#: 0000077319 SOLICITATION TITLE: 5-48004 Communications-Based Train Control (CBTC) Queens Boulevard West Phase I PRICE OF BID PACKAGE:

More information

Specification: , Bicycle Maintenance and Repair Services Addendum No. 1

Specification: , Bicycle Maintenance and Repair Services Addendum No. 1 March 7, 2017 ADDENDUM NO. 1 FOR BICYCLE MAINTENANCE AND REPAIR SERVICES SPECIFICATION NO. 174195 For which bids are scheduled to open in the Bid & Bond Room 103, City Hall, 121 N. LaSalle Street Chicago,

More information

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Construction Service for Piedmont Community

More information

Exhibit E Additional Provisions

Exhibit E Additional Provisions 1. Evaluation of Contractor Performance of the Contractor under this Agreement will be evaluated. The evaluation shall be prepared on Contract/Contractor Evaluation Sheet (STD 4), and maintained in the

More information

MIDDLETOWN TOWNSHIP PUBLIC SCHOOLS REQUEST FOR QUALIFICATIONS. School District Board, Labor and Negotiations Legal Services SPECIFICATIONS

MIDDLETOWN TOWNSHIP PUBLIC SCHOOLS REQUEST FOR QUALIFICATIONS. School District Board, Labor and Negotiations Legal Services SPECIFICATIONS MIDDLETOWN TOWNSHIP PUBLIC SCHOOLS REQUEST FOR QUALIFICATIONS School District Board, Labor and Negotiations Legal Services SPECIFICATIONS PROPOSALS DUE: June 10, 2016 3:00 p.m.. MIDDLETOWN TOWNSHIP PUBLIC

More information

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) REQUEST FOR PROPOSAL (RFP) # FY 2014 2015 001 DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) EXHIBIT I SCOPE OF WORK PREPARED BY: CITY OF HALLANDALE

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

Corporate Card RFP RFQ #40352 Addendum #3 NO. RFP Section Reference 1. Attachment 4, Package 1 2. 5, schedule J Part I Proposer Question/Comment Section 5: Attachment 4 Package 1 In Attachment 4, Package

More information

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018 SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018 The cornerstone of a successful contractual risk transfer program is a consistent approach to Subcontractor Insurance Compliance. Structuring the Subcontractor

More information

Cheyenne Wyoming RFP-17229

Cheyenne Wyoming RFP-17229 L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department

More information

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN SEALED BIDS DUE: SEPTEMBER 27, 2018 BY 2:00 PM Procurement & Contracts Administrator Department of Finance Midland County Services Building

More information

Request for Proposal Records Management and Storage September 1, 2017

Request for Proposal Records Management and Storage September 1, 2017 Request for Proposal Records Management and Storage September 1, 2017-1- Table of Contents Page I. DESCRIPTION OF SERVICES... 1 II. SITE VISIT... 1 III. RULES AND INSTRUCTIONS... 1 IV. INSURANCE REQUIREMENTS...

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION REQUEST FOR PROPOSALS PENNSYLVANIA-BASED PROPERTY & CASUALTY INSURANCE BROKER / RISK MANAGEMENT PROFESSIONAL SERVICES February 1, 2017 1 REQUEST FOR PROPOSALS:

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

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

More information

Request for Bids, Addendum #3 Garbage & Recycling Services at Multiple Properties RFB No. 08/18-370

Request for Bids, Addendum #3 Garbage & Recycling Services at Multiple Properties RFB No. 08/18-370 Request for Bids, Addendum #3 Garbage & Recycling Services at Multiple Properties RFB No. 08/18-370 Addendum #3 issued 09/13/2018 Bids are to be hand delivered to the address below on 09/20/2018 by 10:00

More information

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

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016 1.0 EXECUTIVE SUMMARY 1.1 The Cyril E. King Airport (CEKA), St. Thomas, Virgin Islands is owned and operated by The Virgin Islands Port Authority. The CEKA is located at #70 Lindbergh Bay. The CEKA enplanes

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

GUILFORD COUNTY SCHOOLS RFP # 5781 Request For Proposal to provide Nursing/Nursing Assistant Services (CNA)

GUILFORD COUNTY SCHOOLS RFP # 5781 Request For Proposal to provide Nursing/Nursing Assistant Services (CNA) GUILFORD COUNTY SCHOOLS RFP # 5781 Request For Proposal to provide Nursing/Nursing Assistant Services (CNA) Proposals are being solicited for Nursing Services (CNA) for students in the Guilford County

More information

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 The Ogden City Redevelopment Agency (the RDA ) is funding

More information

Real Property Services Questions and Answers Posted to DASNY.org 2/21/19

Real Property Services Questions and Answers Posted to DASNY.org 2/21/19 1. The RFP does not include the insurance provisions mentioned as an attachment. Could you direct me to where I can find the insurance provisions so that our risk management department can review? Please

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION REQUEST FOR PROPOSALS PENNSYLVANIA-BASED WORKERS COMPENSATION INSURANCE BROKER / RISK MANAGEMENT PROFESSIONAL SERVICES January 11, 2017 I. Description, Objectives

More information

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17 FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO. 21-16/17 FLORENCE COUNTY EMERGENCY OPERATIONS CENTER & E911 FACILITY AUDIO/VIDEO DISTRIBUTION & CONTROL SYSTEMS SUBMISSION DEADLINE: Thursday, April

More information

City of Merriam, Kansas

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

More information

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES WITNESSETH TERM

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES WITNESSETH TERM MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS MASTER AGREEMENT (Agreement) is made and entered into by the University of Washington (Owner), and (Consultant). Owner

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

SUBJECT: RESPONSES TO QUESTIONS FOR RFP FOR CMP ASSESSMENT

SUBJECT: RESPONSES TO QUESTIONS FOR RFP FOR CMP ASSESSMENT Julie Procopio, P.E. Director of Engineering Services 201 North Broadway, Escondido, CA 92025 Phone: 760-839-4001 Fax: 760-839-4597 May 30, 2017 SUBJECT: RESPONSES TO QUESTIONS FOR RFP FOR CMP ASSESSMENT

More information

GUILFORD COUNTY SCHOOLS RFP # 5651 Request For Proposal to provide Occupational Therapy Services

GUILFORD COUNTY SCHOOLS RFP # 5651 Request For Proposal to provide Occupational Therapy Services GUILFORD COUNTY SCHOOLS RFP # 5651 Request For Proposal to provide Occupational Therapy Services Proposals are being solicited for Occupational Therapy Services for students in the Guilford County Schools.

More information