Plymouth Public Schools

Size: px
Start display at page:

Download "Plymouth Public Schools"

Transcription

1 Request for Bids for Student Transportation Services July 2017 June 2027 Propane Fuel Buses Plymouth Public Schools 253 South Meadow Road Plymouth, MA

2 PLYMOUTH PUBLIC SCHOOLS 253 South Meadow Road Plymouth, MA TITLE OF PROJECT: REQUEST FOR BIDS FOR STUDENT TRANSPORTATION SERVICES PROPANE FUEL BUSES TIME, DATE AND PLACE FOR OPENING OF QUOTES The Plymouth Public Schools will receive sealed quotes for the above-designated project associated with the Plymouth Public Schools until: TIME: 11:00 A.M. EST DATE: November 10, 2016 At the Office of the Superintendent, 253 South Meadow Road, Plymouth MA at which time the bids will be publicly opened. The school bus transportation contract will be awarded under the provisions of Chapter 30B of the Massachusetts General Laws. Any bids received after 11:00 A.M. on November 10, 2016 will not be opened. A mandatory pre-bid conference will be held on October 17, 2016 at 11:00 A.M. at the Plymouth Public Schools Administrative Office, 253 South Meadow Road, Plymouth, MA for all interested bidders. All prospective bidders are required to attend the mandatory pre-bid conference. Only bids submitted by bus vendors represented at the pre-bid conference will be considered. Additional information such as current bus contract, copies of invoices, mileage and route time information, 2-way radio frequency information, and propane fuel escalator clause will be provided to interested bidders at pre-bid conference. ACCEPTANCE OR REJECTION OF BIDS The Plymouth Public Schools School Committee reserves the right to cancel this bid, to accept or reject any bid(s) which it considers to serve the best interest of the Plymouth Public Schools. IDENTIFICATION OF SEALED ENVELOPES Applicants must submit two (2) copies of their proposal, with one copy marked ORIGINAL. Bids shall be placed in sealed envelopes that are clearly marked on the outside with the name and address of the bidder, the title of the project, STUDENT TRANSPORTATION SERVICES BID PROPANE FUEL BUSES, as indicated above, and the scheduled date for opening of bids, as indicated above. No responsibility will be attached to the Superintendent of Schools or School Administrative Staff for the premature opening of any bid that is not properly identified. MAILING OF SPECIFICATIONS: Bids, which are mailed, should be addressed to Mr. Gary Costin, School Business Administrator, Plymouth Public Schools, 253 South Meadow Road, Plymouth MA Regardless of the cause of delay, no quotes, which are received by the awarding authority after the terminal time recorded herein, shall be given any consideration. The responsibility for assuring the receipt of quotes before the specified closing time, as indicated above is the responsibility of the bidder. 2

3 GENERAL CONDITIONS 1. All bids must be submitted on a seven (7) year contractual basis, with three (3) additional one (1) year options, commencing on July 1, 2017 and terminating on June 30, The option years of the contract will be awarded at the sole discretion of the Plymouth Public Schools. Contracts will be renewed annually assuming continued compliance with the terms and conditions of the contract and specifications. 2. A school year is defined as 180 school days and/or the number of days students qualify for attendance purposes under Chapter 69, Section 1G of the General Laws of Massachusetts. 3. All bids must be submitted on the forms provided and conform to all conditions contained therein. Failure to comply may result in the rejection of a bid by the Plymouth Public Schools. 4. Bids must be received by 11:00 A.M. on November 10, 2016, in the Office of the Superintendent of Schools located at 253 South Meadow Road, Plymouth MA The bidder assumes the risk of any delay in mail delivery. Bids received after the Bid opening will be returned unopened. 5. Bids which are properly presented in a sealed envelope, and marked Student Transportation Services Bid Propane Fuel Buses will be opened at that time and read aloud. 6. All sealed bids must be accompanied by a deposit in the form of a bond issued by a company licensed to do business in Massachusetts or a certified check in the amount of 5% of the total cost for regular day transportation for one school year, i.e. 180 days. The bid bond or certified check must be payable to the Plymouth Public Schools and will function as bid security until the contract has been awarded to the successful bidder. A letter of intent from a bonding company licensed to do business in Massachusetts shall accompany all bids. 7. The submitted bid may not be withdrawn prior to the execution and delivery of the contract, unless no award has been made at the expiration of sixty (60) days after the bid opening. 8. Bids must be made on all regular routes as designated. Partial bids will not be accepted. 9. Nothing in this bid precludes the Plymouth Public Schools from using its own vehicles or those under its control for transportation purposes. 10. All contractors must have at least five (5) continuous years experience in the transportation of school children operating a bus contract. In addition, the Contractor must have experience operating a single bus contract of at least fifty (50) buses. A list of references is required at the time of the bid opening including a list of all New England school systems under contract for the past five (5) years. The bidder shall include the name of the contact person, telephone number, and the number of buses operated. 11. The Plymouth Public Schools reserves the right to reject any or all bids or to waive any irregularities or defects in any proposal should it deem to be in the best interest of the Plymouth Public Schools. 12. The following information must be submitted with each bid: A. A balance sheet and statement of profit and loss prepared and certified by a certified public accountant reflecting the financial status of the company for two (2) preceding fiscal years. This information may be submitted in a separate sealed envelope. B. A bank Credit reference C. Resume outlining the applicable experience of each of the principal management personnel in the company. The resume of the proposed contract manager must be included with the bid submittal. The proposed manager must have at least 5 years experience as a contract manager in the school bus industry, and must be knowledgeable of the Massachusetts Laws pertaining to the school bus industry as well and have experience operating a computer routing system. The Superintendent of Schools reserves the right to interview the proposed contract manager and approve/disapprove of such person. In addition to the contract manager, the bus contractor must have at least two (2) other full-time operations staff employees assigned in Plymouth. The dispatch office must be staffed from at least one-half hour before the first bus run starts in the morning, until one-half hour after all of the route buses have returned to the bus yard. The contract manager must be available by cell phone at all times in case of an emergency. 3

4 D. The contractor s accident record for the previous three (3) years in New England prepared by and on stationery of the bidder; and E. A list of any significant lawsuits pending against the company that could interfere in the company s ability to provide the services described in these bid specifications. F. Proposed location for bus parking and office location. The dispatch office, bus parking, and maintenance facility must be located within the town of Plymouth. The address or addresses of the proposed facility location(s) must be provided with the bid submittal. A letter of intent to sell or lease such facility from the owner or landlord will suffice to meet this requirement. 13. Bid prices shall remain firm regardless of any changes to the regular day time schedules for K-12, individual school start and close times, times of route operation, route description, and/or number of routes. There will be no additional charges for an early release at any individual school or at all schools. This will hold true even if two schools share a combined route and an early release is conducted in only one of the two schools. If fewer or more buses are required, the cost difference will be at the daily per day rate as indicated in the bid form. 14. Failure to comply with any of the conditions and specifications of this bid and the subsequent contract may subject the contract to cancellation forthwith upon written notice by the School Committee. Prior to cancellation, the school Committee will give the Contractor seven (7) days to remedy the issue to the satisfaction of the School Committee. In the event of cancellation of the contract and the necessity to bid or otherwise negotiate a new contract for transportation service with another transportation contractor, the original contractor will be responsible for indemnifying the Plymouth Public Schools for costs incurred in obtaining a new contract including service for the duration of the term of the original contract. CONTRACT AWARD 1. Notice of acceptance of bids will be given or mailed by the Plymouth Public Schools to the lowest responsible bidder within sixty (60) days after the opening of the bids and shall constitute the acceptance of the bid or any item(s) thereof, contingent on the submission; 1. All evidence of the ability to perform the contract, 2. Receipt of the successful bidder s executed contract documents, insurance policy, and performance bond within fifteen (15) days of notice of award (if requested by School Committee), and 3. Execution of the contract by the Plymouth Public Schools. Bidders must verify their bonding capabilities before submitting a bid. Failure to execute a performance bond within the specified period of time (if requested by School Committee) will be considered a default of contract and will result in the bidder forfeiting the bid deposit to the Plymouth Public Schools. 2. The bidder to whom the award is made must enter a written contract with the Plymouth Public Schools. The requirements of these specifications are considered to be part of the contract. 3. This contract is made subject to all laws of the Commonwealth of Massachusetts. Any clause which does not conform to such laws shall be void and such laws shall be operative in lieu of such clause. 4. The successful bidder must comply with all Federal and State regulations pertaining to school bus transportation. In case of a conflict between such state and federal regulations and any part of the bid documents, the regulations shall govern, said regulations are incorporate herein by reference. 5. The contractor shall conduct drug testing and any other type of tests of all current and potential employees to be in compliance with all State and Federal laws and regulations. Any employee who tests positive for drugs shall be immediately removed from his/her position. Under no circumstances will an employee who tests positive, drive in the Plymouth Public Schools. All contractors must submit a detailed plan, Appendix C, outlining their drug testing procedures. In addition, all drivers must be trained in the use of an EpiPen (Epinephrine) Auto-Injector. The Plymouth Public Schools will provide a nurse or health professional to provide the training at no cost to the bus contractor. 6. The Plymouth Public Schools assumes no responsibility for any costs imposed by Federal and State regulations subsequent to the signing of the contract, or during the duration of the contract. 7. The successful bidder must follow adherence to all School Committee policies related to student transportation during the term of this contract. Additions or deletions to these policies remain at the discretion of the School Committee. 4

5 8. Funding for this contract is based on the School Committee s ability to secure funds at the Town of Plymouth s annual meeting. PERFORMANCE BOND 1. A performance bond in the amount of 100% of the contract bid price for each year (180 days multiplied by the daily rate), drawn from a surety company licensed to do business in the Commonwealth of Massachusetts, may be required of the successful bidder as security for the fulfillment of all terms and conditions of this contract. If the district requires the bond, they will pay the annual amount as shown in Section IV of the bid prices. 2. The performance bond, or a certified letter verifying its existence, must be filed within fifteen (15) days after notice of the award is mailed to him, the amount received through the bond or certified check shall become the property of the Plymouth Public Schools as liquidated damages for such failure. 3. If the successful contractor fails to enter into a contract within fifteen (15) days after notice of the award is mailed to him, the amount received through the bond or certified check shall become the property of the Plymouth Public Schools as liquidated damages for such failure. INSURANCE 1. The contractor shall purchase and maintain during the life of this contract such public liability and property damage insurance as shall protect him from claims for damages for personal injury, including accidental death, as well as from claims for property damage, which may arise from operations under this contract, when such operations are engaged in by himself or by anyone directly or indirectly arising out of an accident that may occur. 2. The contractor must maintain liability insurance for bodily injury or death and property damage coverage with a combined single limit of $10,000,000 per accident which shall be continuously carried during the terms of this agreement protecting the contractor and the Plymouth Public Schools against any liability arising out of an accident that may occur. 3. The successful bidder must file a copy of the insurance policies described in the above section with the Superintendent of Schools and with the Registrar of Motor Vehicles by August fifteen (15) of each year that this contract is in effect. 4. Before commencing performance of this contract, the contractor shall provide by insurance for the payment of compensation and the furnishing of other benefits under Chapter 152 of the General Laws (i.e. the Workmen s Compensation Law) or equal insurance to all persons to be employed under this contract and shall continue insurance in full force and effect during the term of this contract. Failure to provide and continue in force such insurance as aforesaid shall be deemed a material breach of this contract and shall be cause for an immediate termination thereof. 5. The contractor must file with the Superintendent of Schools a copy of the insurance policy as described in section 2 by August fifteen (15) of each year through the duration of the contract. 6. Within fifteen (15) days after notice of acceptance of the proposal is given or mailed to the successful bidder, the contractor shall deposit with the Superintendent of Schools certificates from the insurer to the effect that the insurance policies required in the above section have been issued to the contractor. The certificates must be on a form satisfactory to the Superintendent of Schools. PERFORMANCE 1. As directed by and at the times specified by the Superintendent of Schools or designee, bus routes will be designed by the Contractor to pick up students at their respective bus stops, transport the students to their designated schools or other sites, pick up the students at the schools or other sites to which they were transported, and return the students to their respective bus stops. 2. The contractor or his agent may not alter any routes and time schedules in effect at the present time without consultation with and agreement of the Superintendent of Schools. This condition applies for the duration 5

6 of the contract. Review and adjustment of all routes will normally take place during the summer months preceding each school year of this contract. The contractor will design, schedule, and modify routes to assure optimum efficiency, safety, and service, utilizing the Transfinder Computer Routing system which is currently licensed to and operated for or by the Plymouth Public Schools. The bus contractor will supply their own computers and monitors. The Plymouth Public Schools will be responsible to maintain the annual licensing agreement with Transfinder for the duration of the contract. 3. The contractor shall report each accident to the Superintendent of Schools immediately after its occurrence. A written report must be submitted to him within twenty-four (24) hours following an accident. 4. The contractor shall not assign or subcontract, or in any way transfer any interest in this contract without prior consent of the Plymouth Public Schools. 5. The contractor will be required to provide information regarding routes such as length of route (mileage), times of pick-up and drop-off of students, number of student transported on each bus, student bus assignments, etc., as requested by the Superintendent of Schools. 6. The contractor agrees that the Superintendent or his/her designee shall have the exclusive authority to dismiss students before their regular dismissal time for any reason deemed proper by him/her may change bus schedules to accommodate such earlier dismissal times without additional costs or charges to the Plymouth Public Schools. 7. The contractor is required to carry out all reasonable requests of the Superintendent of Schools or his/her designee. If at any time the contractor does not carry out all reasonable written requests or changes of the Superintendent of Schools or his/her designee, the contractor may be penalized $200 per day per incident until compliant. 8. The School Committee reserves the right to increase or decrease the number of buses upon written notice to the contractor and to alter or modify any transportation schedule at its discretion. If the contractor does not comply within a reasonable time after written notification, he may be penalized at a rate of $200 per day per incident until compliant. 9. The transportation of students to and from school shall begin on the morning of the opening day of school and shall continue in accordance with the school calendar. 10. Extra transportation shall be furnished to athletic contests, student activity programs, etc., in which students participate and which is approved by the School Committee. This contract also makes provisions for transportation of children for out-of-town athletic and other student activities. The contractor shall provide a sufficient number of spare buses which are not involved with regular transportation routes for this work. In all cases, tolls, parking fees, and bus expenses will be paid by the contractor. The Plymouth Public Schools provides some of the field/athletic trips with their own vehicles. EQUIPMENT 1. The Superintendent of Schools reserves the right to add or subtract buses depending upon the final schedule and need for bus routes, due to the factors such as changing enrollment or other conditions which may arise to consolidate schools or bus routes. Plymouth Public Schools will only pay the contractor for the actual number of buses operated as indicated in the bid form. 2. All buses used under this contract for Home to School routes will be 2017 or newer propane fuel engine vehicles having a capacity of not less than 71 students, unless otherwise specified in these bid specifications. It is estimated that 68 buses plus 4 spares (all 2017 or newer propane buses) will be required. In addition, an estimated four (4) buses (no older than 10 years old - diesel or propane) will be required for field/athletic trips and as spares. 3. All provided buses must be compliant with the general laws of the Commonwealth of Massachusetts and the rules and regulations of the Registry of Motor Vehicles relating to the transportation of public school children. In addition, all vehicles will be equipped with front crossing gates, a monitoring system to help check for sleeping children such as child checkmate or an equivalent system, digital cameras (SEON 8 Camera System, Angeltrax, or equivalent), and a GPS tracking system. All buses will be equipped with 2-way radios. 6

7 4. The contractor shall assure that all buses are kept in a condition of cleanliness, interior and exterior, satisfactory to the Superintendent of Schools. 5. The bidder shall complete Appendix D describing each bus to be provided including the make of the body and bus, the year of manufacture, model number, present mileage, number of heaters, seating capacity and present condition. The Plymouth Public Schools reserves the right to reject any vehicle deemed unacceptable. 6. Said description of the fleet of buses is to be provided annually and submitted to the Superintendent of Schools, prior to August fifteen (15) of each year during which the contract is in effect. 7. Each bus shall be equipped as provided under Federal and State Regulation and minimally contain the following: A. One first aid kit placed inside the bus at the side of the driver B. Top quality (no retreads or recaps) tires on front C. Snow tires (December-March) or all-season tires D. Dual braking systems E. Cushioned or upholstered seats in compliance with state and federal regulations F. Crash pads on rear of seats on all buses G. Power steering on all buses H. Stop arms I. An internal and external PA system J. A minimum 9,000 pound front axle K. A two-way radio which can be used to contact the dispatcher at the base station at all times. 8. The contractor agrees to keep all buses in good working condition and to provide all necessary fuel, oil, grease, tires, maintenance and repairs through the period of the contract. 9. Copies of all Inspection Reports required by the Department of Motor Vehicles must be sent to the Superintendent of Schools within ten (10) days of the close of each registration period. 10. The Superintendent of Schools must approve any substitution of buses for the duration of the contract, except in the case of emergency breakdown. All substitute buses shall be subject to all contract requirements. 11. All buses must carry side markings, with the inscription Plymouth Public Schools and other applicable legal markings prominently displayed. 12. All buses must clearly indicate a number or symbol for readily identification by students transported on both morning and afternoon runs. Number or symbols must always be consistent with defined routes and must be prominently displayed. 13. All bidders shall complete Appendix E listing and outlining their mechanical staff, repair facilities and maintenance program for all vehicles. 14. The contractor shall provide a replacement vehicle with a driver meeting the specifications within twenty(20) minutes of notification of a mechanical failure or emergency. 15. The contractor shall allow the Superintendent of Schools proper access to buses for the purpose of inspection. 16. Buses which have failed the inspection by the Superintendent of Schools or designee shall not be used in transporting Plymouth Public Schools students and the contractor shall replace buses, parts or equipment which in the opinion of the Superintendent of Schools are unsuitable or not in conformity with the contract or specifications. 7

8 17. The successful bidder must provide a contract manager who is responsible for all school transportation. This person must be stationed in the Plymouth Public Schools and be available to be contacted by telephone by the principals and the Superintendent of Schools or their designees to assure the orderly and efficient transportation of students. 18. The bus contractor shall garage his buses within the town of Plymouth as well as operate a dispatch office and maintenance facility within the district. Excise taxes for the buses will be paid to the Town of Plymouth. 19. All bus drivers may be required to attend two (2) training sessions (September and March) scheduled by the school administration. 20. The bus contractor agrees to maintain the six (6) school buses owned by the Plymouth Public Schools at the contractor s invoice cost for parts, and an agreed upon per hour labor rate. These maintenance services would be provided at the bus contractor facility located in Plymouth, MA. The cost for these services is not included in this bid specification or in determining the low bid submittal. BUS DRIVERS 1. All contractors must complete Appendix B identifying the names, location, address and telephone numbers of their safety personnel and describing their driver safety, road testing and student safety programs. 2. All drivers must be duly licensed and hold a Department of Public Utilities (D.P.U.) or School Bus License, at all times, pursuant to the provisions of M.G.L. Chapter 90, Section 8a. 3. The contractor further agrees that he will provide responsible drivers for all school buses who are trained, competent, careful, and courteous. The contractor will give first preference to hiring the current group of school bus drivers working in the Plymouth Public Schools as long as they meet all State, Federal, and company standards for school bus drivers. The bus contractor is required to pay the drivers according to the prevailing wage that has been established for this contract. (see Prevailing Wage letter) 4. Prior to August fifteen (15) of each year of the contract, a roster of all bus drivers (Appendix A) must be submitted to the Superintendent of Schools. Each driver must meet all of the requirements of the Department of Motor Vehicles evidenced through a physical conducted by a qualified physician and including a chest x-ray, or other evidence of negative tuberculosis. Provision of said examination is the responsibility of the contractor. Each driver s name, home address, bus number and assigned routes must be included with the roster. 5. If the contractor deems it necessary to assign a new driver to any bus, the Superintendent of Schools must be notified with an indication that the driver meets all the qualifications stated in these specifications. 6. Drivers employed by the successful bidder are to be thoroughly trained on their respective routes in order to insure efficient and effective operation, especially for the opening day of school. 7. The contractor further agrees to provide driver and student training each year with such emphasis on safety issues such as evacuation, loading, and unloading. 8. Drivers shall not be permitted to transport any person other than a school official on the bus, while transporting students, unless that person is specifically authorized by the Superintendent of Schools. 9. Drivers shall not smoke on the vehicle or school property at any time. 10. Drivers shall be courteous and exemplary at all times in speech, action and dress when transporting students under the terms of this contract. 11. Drivers shall not leave a bus unattended while children are onboard. In an emergency the driver s first responsibility shall be the safety of the children. 12. The Superintendent of Schools shall have complete authority over matters pertaining to school transportation. 13. Violation by a driver of the provisions of the contract, Policy of the School Committee, and/or the General Laws of Massachusetts will subject said driver to be removed from service under this contract, upon 8

9 recommendation of the Superintendent of Schools or designee. A driver s continued employment by the company or contractor, however, remains at said company or contractor s discretion. 14. The Superintendent of Schools or designee reserves the right at any time to approve or disapprove a driver or drivers under the terms of the contract. 15. Drivers are not permitted to discharge a student while en route. Under exceptional circumstances where the safety of other student(s) are concerned, drivers must stop the bus and notify the dispatcher by radio of the problem so that a substitute means of transporting the student or students may be made, or return to the school and report the problem to the principal. In the event that a student s riding privileges are suspended for a violation of school policy or procedure, the driver shall not transport said student until directed by the principal who ordered the suspension or by the Superintendent of Schools or designee. 16. Drivers will not take disciplinary action against any student. Circumstances that warrant such action must be reported to the principal of the school in writing and to the contractor or coordinator of transportation, Nothing herein shall prevent a driver from reprimanding a student for action that might cause harm to himself or others, or requesting that student change his seat or to sit in a particular seat if the driver deems this action to be in the best interest of the other passengers. 17. Drivers shall conduct a daily pre-trip inspection of the vehicle according to the procedure established by the Department of Motor Vehicles and Public Utilities. 18. Drivers shall inspect their assigned buses after each route to assure that all students and materials have been properly transported to their destination. 19. The speed and method of operation of school buses shall insure a high degree of safety for the students and shall be in compliance with all state and local laws. 20. Windows may be opened on school buses at the discretion of the Superintendent of Schools or designee. 21. Substitute bus drivers shall be pre-qualified for the routes driven to the maximum extent possible. This means that the bus contractor shall operate with an available reserve of qualified substitute bus drivers. Such qualifications for substitute bus drivers shall be established by having had prior experience with bus routes in the Plymouth Public Schools to the maximum extent possible and shall be familiar with all safety provisions. Substitute drivers shall be familiar with: A. Current bus routes B. School locations and starting times; C. Town road systems. Substitute drivers must meet all requirements stated for regular drivers. ALTERNATE TRANSPORTATION NEEDS 1. Bidders are required to submit cost quotations for transportation to be used for field trips, athletics, and extra-curricular activities. The Plymouth Public Schools owns six (6) buses which they utilize to also provide field trip, athletic, and extra-curricular transportation services. PRICE BASIS 1. The contract price shall include the cost of fuel, oil, grease, repairs, wages of drivers, taxes, fees, licenses, permits, certificates, insurance costs, and such other costs as are needed in connection with the contract work and to keep all school buses properly equipped and in good operating condition. 2. Price bids will be accepted by the Plymouth Public Schools as firm prices. 3. The contractor is required to abide by the prevailing wage rate as determined by the Department of Labor and Workforce Development (see attached letter). 9

10 ADJUSTMENTS 1. A scheduled trip may be cancelled by the Superintendent of Schools or by his designee by notifying the contractor orally or in writing at or prior to 6:30 A.M. of the day on which the particular trip was to originate at the contractor s place of garaging (unless an emergency exists). 2. The Superintendent of Schools shall have the authority to make such changes as he deems necessary in adjusting number of buses, assignment of students, groups or routes, times and dates, assignment of monitors (school employees), or any matters affecting the needs of the students. 3. The contractor shall furnish, at the prices specified in other sections of this contract, such additional buses as may be ordered by the Superintendent or designee. TIME SCHEDULE 1. The school hours shall be established by the Superintendent. 2. The transportation time schedule shall be established by the Superintendent of Schools and the selected bidder to insure the proper and convenient arrival and dismissal of students consistent with the determined school hours. 3. All buses must operate in accordance with the indicated schedules on the defined routes. Any deviations must be reported to the Superintendent of Schools indicating the reason(s). 4. When there is a breakdown or other situation which may affect the completion of daily schedules, there must be sufficient substitute buses available to assure the safe and efficient transportation of the students. 5. All buses must be available when there is a change in the time of dismissal of students. PAYMENTS 1. Assuming compliance with the contract, ten monthly payments shall be made to the contractor from September through June for the duration of the contract, calculated on the number of days per month and price per bus. 2. No assignment or subcontracting, or assignment of money due or to become due, shall be made without the written consent of the Superintendent or his/her designee. 3. Compensation shall not be made for nonconforming performance, or failure to perform. STANDARDS OF STUDENT BEHAVIOR 1. Students are under the authority of the bus driver while being transported to and from school. 2. All cases of disorderly conduct are to be reported immediately by the bus driver to the contract manager and then to the principal of the school that the student attends. BUS ROUTES 3. Bus routes will be planned yearly prior to the opening of school of each year, taking into account the schools to be used, the space available, the capacity of the buses, time schedules, etc. During the first week of school, bus loads and routes will be reviewed, at which time changes may be made or as the need arises at any times during the year. The contractor will agree to make any route changes as requested by the Superintendent of Schools. 4. The contractor agrees that the time schedules and stopping places on all routes shall be approved by the Superintendent of Schools; that no changes in the routes, stopping places or schedules shall be made without his/her prior approval; that buses shall run on schedule and shall not be required to wait for students who are tardy in reaching the scheduled stops; and that due consideration should be given by bus drivers to insure the safety of all students in discharging them from the bus. 10

11 5. The Superintendent of Schools may request a change in the number of routes, the length, direction or duration of routes, and the stopping places on these routes when, in his/her opinion it is necessary to do so in the best interest of the school students. 6. Buses shall not be overcrowded. If, in the opinion of the Superintendent of Schools, a bus continues to be overcrowded on any route, then the routes shall be changed to equalize busloads or another bus shall be added to relieve this condition. 7. Where feasible, kindergarten students will be picked up and discharged on the same side of the street on which they live. INDEMNIFICATION 1. The contractor shall indemnify, defend, and hold harmless the School Committee for any and all claims, losses, cost, expense or damage of any kind resulting from or arising out of performance of the contract by the contractor, its officers, agents, or employees. PETITION IN BANKRUPTCY 1. In the event of failure for five (5) consecutive days to transport students as herein provided, this contract may be terminated by the Plymouth Public Schools or its legal representative(s), by a notice in writing given to the contractor, or its legal representative(s), or the assignee(s), of its intentions to terminate this contract, and after three (3) days said notice shall be a termination of this contract and the Plymouth Public Schools shall not be liable for any service rendered under this contract for any part of the month when said services ceased or failed to be rendered according to the terms thereof, and the bus contractor shall be liable for all damages suffered by the Plymouth Public Schools as a result of the termination of the contract. The contractor agrees that, in the event of bankruptcy, insolvency, attachments or liens placed against the contractor, the contract may be declared null and void at the option of the School Committee. 2. In the event of a strike against a contractor causing interruption services or operations, the School Committee has the right to secure such other transportation as may be necessary and charge the cost of the same to the account of the contractor. If other transportation is not secured, deduction will be made from the monthly payment to the contractor for each day of service not provided. These deductions will be based upon one hundred-eighty (180) operating days. Contractor questions pertaining to Bid Specifications and Bid Submittal: All questions must be submitted in writing (or ), and received no later than Friday, October 21, 4 P.M., local time. Questions should be submitted to: Mr. Gary Costin, School Business Administrator, Plymouth Public Schools, 253 South Meadow Rd., Plymouth, MA 02360, or gcostin@plymouth.k12.ma.us. All Responses will be in writing or and distributed to all contractors represented at the pre-bid conference no later than October 28, No phone calls or faxes will be considered. Note: In all instances in these specifications, the words Superintendent or Superintendent of Schools should be interpreted as the Superintendent of Schools or Designee 11

12 Plymouth Public Schools APPENDIX A *Roster of Staff *List of names and addresses of drivers and support staff (other than safety and repair staff); I. Drivers (provide by August 15, 2017) II. Support Staff III. Plymouth Public Schools (outline experience in school bus industry) * Use additional sheets if necessary 12

13 Plymouth Public Schools APPENDIX B *Safety Plan I. Staff (list names, assigned location and telephone numbers): II. Safety Program (Describe training and related activities for staff and students); * Use additional sheets if necessary 13

14 Plymouth Public Schools APPENDIX C *Safety Plan Substance Abuse Training and Monitoring Program (Please describe below) * Use additional sheets if necessary 14

15 Plymouth Public Schools Appendix D Equipment List Year of Manuf. Manuf. Body Type Model Chassis Engine Present Mileage # Heaters G.V.W. Seating Capacity Number of Buses 15

16 Plymouth Public Schools APPENDIX E *Maintenance Program I. Repair/Mechanical Staff A. List Names B. Briefly State Qualifications II. Location of Repair Facilities III. Maintenance Program (Describe Briefly) * Use additional sheets if necessary 16

17 Plymouth Public Schools APPENDIX F Company Identification To: Plymouth Public Schools The undersigned agrees to execute the contract to provide transportation for the students of the Plymouth Public Schools within thirty (30) days after notification of the acceptance of this proposal. Should the undersigned fail to execute such contract, the amount herewith enclosed as bid deposit shall become the property of the Plymouth Public Schools as liquidated damages. I. How long has the firm been in the school transportation business? years II. How many school buses are owned by the firm? buses III. If answer to 11 is none, how many buses will be purchased/leased? buses IV. Are the buses under D.P.U. jurisdiction? YES NO V. List all New England school system(s) with which you have had a transportation contract over the past five years, indicate a contact person with telephone number, and number of buses operated (attach additional sheets if necessary) School System Contact Person Telephone # # of Buses Operated Signature of Authorized Representative Title Company Business Address Telephone Date 17

18 School Bus Transportation Bids For Plymouth Public Schools To: Plymouth Public Schools The undersigned assures that this sealed bid is made in good faith, without fraud, collusion, or connection of any kind with any other bidder for the same work; that he has informed himself fully in regard to the INFORMATION AND INSTRUCTIONS TO BIDDERS, attached to this sealed bid; that he proposes to provide the Plymouth Public Schools student transportation and comply in all respects with said specifications for the sums stated. Signature of Authorized Representative Title Date: 18

19 Plymouth Public Schools APPENDIX G CRITERIA FOR AWARDING CONTRACT I. Total contract pricing including a. Middle, High, Elementary and Charter Schools b. Late Runs c. Additional Transportation (Field Trips, Athletics, etc.) d. Performance Bond (not to be used to determine low bid) II. An analysis of the following: a. Audited financial statements and credit reference b. Past performance c. Staff experience including key personnel d. Accident record e. Pending lawsuits and quasi-legal proceedings against the company III. Completion of Appendix A identifying sufficient and appropriate drivers and support staff. IV. Completion of Appendix B indicating a sufficient and appropriate training program for drivers, support staff and students. V. Completion of Appendix C outlining and describing a sufficient and appropriate substance abuse training and monitoring program. VI. Completion of Appendix D indicating a sufficient and appropriate equipment to provide services under the contract. VII. Completion of Appendix E indicating a sufficient and appropriate maintenance program. VIII. Satisfactory completion of the supplied Company Identification, Bid and Good Faith Forms. IX. A Bid Bond or certified check for the appropriate amount. X. Letter of Surety to guarantee ability to provide performance bond. 19

20 Plymouth Public Schools Bus Route Information (Estimated Number of Bus Routes for School Year) Tier I School # of Routes Late Runs per Day Kindergarten Runs PNHS 25 4 PSHS - Reg PSHS - VocTech 13 0 Total Tier II School # of Routes Late Runs per Day Kindergarten Runs PCIS 34 7 PSMS 24 3 Total Tier III School # of Routes Late Runs per Day Kindergarten Runs Cold Spring 2 Fed. Furnace 9 Hedge 0 Indian Brook 12 Manomet 6 NMES 9 South 14 West 7 Total 59 0 School # of Routes Late Runs per Day Kindergarten Runs Total Rising Tide Charter School 9 Plymouth SD Runs School # of Route Buses Late Runs per Day Kindergarten Runs Total 68 20

21 Plymouth Public Schools SCHOOL HOURS School Doors Open for Students School Day Begins School Day Ends Begin Dismissal End Dismissal Half Day Dismissal Elementary (K - 8) PCIS or PSMS (6-8) High School (9-12) Rising Tide Charter School 8:50 9:05 3:20 3:25 3:35 1:05 8:02 8:12 2:40 2:45 2:52 12:00 7:10 7:20 2:00 2:03 2:10 11:10 7:30 7:40 3:05 3:05 3:15 2 DROP OFFS & 2 PICKUPS-ON ONE CAMPUS School Bus Routes can be found posted on the Plymouth Public Schools website. 21

22 BID FORM I. 71 Passenger Vehicles (Estimated needs = 68 Vehicles Price per bus per day x 68 buses x 180 days = Annual Cost School Year A $ $ B $ $ C $ $ D $ $ E $ $ F $ $ G $ $ SubTotal A-G H option year $ $ I option year $ $ J option year $ $ II. Late Buses (Estimated needs = 10 late buses) Price per bus per day x 10 buses x 180 days = Annual Cost School Year A $ $ B $ $ C $ $ D $ $ E $ $ F $ $ G $ $ SubTotal A-G H option year $ $ I option year $ $ J option year $ $

23 III. Field Trips and Athletic Events Buses (Estimated need: Buses for 100 field or athletic event trips. These trips will require an estimated 4,000 miles and 300 hours of waiting time.) Price per mile x 4,000 miles Annual Cost School Year School Year A $ $ B $ $ C $ $ D $ $ E $ $ F $ $ G $ $ SubTotal A-G H option year $ $ I option year $ $ J option year $ $ Price per hour x 300 hours Annual Cost School Year School Year A $ $ B $ $ C $ $ D $ $ E $ $ F $ $ G $ $ SubTotal A-G H option year $ $ I option year $ $ J option year $ $

24 IV. Performance Bond Performance Bond Annual Price School Year A $ B $ C $ D $ E $ F $ G $ SubTotal A-G H option year $ I option year $ J option year $ BID SUMMARY Subtotal Section l $ Subtotal Section ll $ Subtotal Section lll $ Total of Sections l III $ The total bid price price for 7 years (excluding performance bond prices) Sections I - III will determine the low price bid. In addition, a present value calculation of 1.0% for each future year after Year 1 will be used to calculate the lowest bid. As an example, year 2 would be.99%, year 3 would be.98%, year 4 would be.97% and so on for the 7 years of the bid. The Plymouth Public Schools will calculate the present value of each bid to determine the lowest bidder. 24

25 Plymouth Public Schools Prevailing Wage Letter Attachment 25

26 26

ARISE Academy, Inc. d/b/a ARISE Schools Request for Proposals Student Transportation

ARISE Academy, Inc. d/b/a ARISE Schools Request for Proposals Student Transportation ARISE Academy, Inc. d/b/a ARISE Schools Request for Proposals Student Transportation RFP Announcement: May 11, 2018, at 12:00 PM Question Submittal Deadline: May 14, 2018, at 5:00 PM Proposal Submittal

More information

INTER-LAKES SCHOOL DISTRICT SCHOOL BUS TRANSPORTATION REQUEST FOR PROPOSAL

INTER-LAKES SCHOOL DISTRICT SCHOOL BUS TRANSPORTATION REQUEST FOR PROPOSAL Inter-Lakes School District (hereafter ILSD ) is soliciting proposals from student transportation contractors (hereafter the Carrier ) to provide daily home-to-school and school-to-home bus transportation,

More information

Town of Barnstable Barnstable Public Schools

Town of Barnstable Barnstable Public Schools Town of Barnstable Barnstable Public Schools Invitation for Bid Regular and Extra Curricular School Transportation For the period from July 1, 2012 through June 30, 2015 Plus one (1) additional two (2)

More information

REQUEST FOR PROPOSALS FOR SCHOOL BUS TRANSPORTATION SERVICES FOR SCHOOL YEAR IMPACT PUBLIC SCHOOLS

REQUEST FOR PROPOSALS FOR SCHOOL BUS TRANSPORTATION SERVICES FOR SCHOOL YEAR IMPACT PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR SCHOOL BUS TRANSPORTATION SERVICES FOR 2018-2019 SCHOOL YEAR IMPACT PUBLIC SCHOOLS Please submit all proposals electronically to: Noah Wepman, Chief Financial and Operating Officer

More information

WAYLAND PUBLIC SCHOOLS INVITATION FOR BIDS (IFB): STUDENT TRANSPORTATION

WAYLAND PUBLIC SCHOOLS INVITATION FOR BIDS (IFB): STUDENT TRANSPORTATION WAYLAND PUBLIC SCHOOLS INVITATION FOR BIDS (IFB): STUDENT TRANSPORTATION The Wayland School Committee invites you to submit a bid for the award of a contract to provide transportation services to the students

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

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL Request for Proposals (RFP) SAU #44 and the Nottingham School District REQUEST FOR PROPOSAL ( RFP ) RFP NOTT 05-17 INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL SAU #44 and the Nottingham School District

More information

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS TOWN OF QUEENSBURY TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS 2016 BID DOCUMENTS Notice to Bidders Instructions to Bidders Bid Proposal Affidavit of Non-Collusion Certification of Compliance

More information

REQUEST FOR PROPOSAL FOR CONTRACTED SCHOOL BUS TRANSPORTATION

REQUEST FOR PROPOSAL FOR CONTRACTED SCHOOL BUS TRANSPORTATION REQUEST FOR PROPOSAL FOR CONTRACTED SCHOOL BUS TRANSPORTATION DUE BY: April 30, 2019 Deliver or Mail to: Jeanne Hinchee CFO, Chattanooga Girls Leadership Academy, 1802 Bailey Ave, Chattanooga, TN 37404

More information

Agreement to Furnish Pupil Transportation Services

Agreement to Furnish Pupil Transportation Services Agreement to Furnish Pupil Transportation Services This Agreement, made on August 1, 2017, in the County of Los Angeles, State of California, by and between Monrovia Unified School District, hereinafter

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

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

One (1) Calendar Year from date of award with possible contract extension based on mutual agreement

One (1) Calendar Year from date of award with possible contract extension based on mutual agreement Request for Proposal This Request for Proposals (RFP) is for the purpose of obtaining competitive proposals to provide Transportation Services for CSUSA schools (see Attachment B). The goal of CSUSA s

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

ITHACA COLLEGE. AGREEMENT FOR Motor Coach and Bus Transportation

ITHACA COLLEGE. AGREEMENT FOR Motor Coach and Bus Transportation ITHACA COLLEGE AGREEMENT FOR Motor Coach and Bus Transportation A. Introduction This Agreement is between Ithaca College, 953 Danby Road, Ithaca, NY 14850, (herein referred to as the College ) and (please

More information

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # 651-674-7546 Sealed Request for Proposals, plainly marked RFP # 12-2 Road Grading Services City

More information

REQUEST FOR PROPOSAL FOR CONTRACTED SCHOOL BUS TRANSPORTATION

REQUEST FOR PROPOSAL FOR CONTRACTED SCHOOL BUS TRANSPORTATION REQUEST FOR PROPOSAL FOR CONTRACTED SCHOOL BUS TRANSPORTATION DUE BY MAY 31st, 2017 Deliver or Mail to: Tracy L. Detwiler Business Manager Antietam School District 100 Antietam Road Reading, PA 19606 Antietam

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

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

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID-- *Complete and return one copy of this form with your bid. WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY 40769 --INVITATION TO BID-- REFERENCE: CLOSING TIME OF BIDS: DEPARTMENT OR SCHOOL:

More information

SHENANGO AREA SCHOOL DISTRICT

SHENANGO AREA SCHOOL DISTRICT SHENANGO AREA SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR STUDENT TRANSPORTATION SERVICES CENTRAL ADMINISTRATION OFFICE ATTN: JENNIFER HABEN, BOARD SECRETARY 2501 OLD PITTSBURGH ROAD NEW CASTLE, PA 16101

More information

SECTION 7 WARRANTY REQUIREMENTS

SECTION 7 WARRANTY REQUIREMENTS SECTION 7 WARRANTY REQUIREMENTS Initial Issue SECTION 7: WARRANTY REQUIREMENTS... 1 WR 1. Warranty Provisions... 1 WR 1.1 Basic Provisions... 1 WR 1.1.1 Warranty Requirements...1 WR 1.1.1.1 Contractor

More information

Oyster River Cooperative School District Business Administrator s Office

Oyster River Cooperative School District Business Administrator s Office Oyster River Cooperative School District Business Administrator s Office November 3, 2016 Subject: Enclosures: Request for Lease proposal 77-Passenger School Bus Lease Request for Lease proposal General

More information

Proposal Due Date: May 1, Proposal Due Time: 12:00 PM

Proposal Due Date: May 1, Proposal Due Time: 12:00 PM TO PROVIDE COMPREHENSIVE STUDENT TRANSPORTATION SERVICES RFP No.: CFTS17 Proposal Due Date: May 1, 2017 Proposal Due Time: 12:00 PM Choice Foundation Schools Business Office 2727 S. Carrollton Ave. New

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

TOWN OF NORFOLK Automobile Use Policy 1/15

TOWN OF NORFOLK Automobile Use Policy 1/15 TOWN OF NORFOLK Automobile Use Policy 1/15 I. PURPOSE AND SCOPE The purpose of this policy is to set forth the guidelines for reimbursement or compensation for employee use of personal vehicles; the guidelines

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

Invitation to Bid (ITB) for Athletic Trainers Services

Invitation to Bid (ITB) for Athletic Trainers Services Board of Education 157 W. Washington Street West Chicago, IL 60185 Invitation to Bid (ITB) for Athletic Trainers Services The Board of Education of is accepting sealed bids for Athletic Trainer Services.

More information

REQUEST FOR BID SPECIFICATION AND BID FORMS FOR STUDENT TRANSPORTATION

REQUEST FOR BID SPECIFICATION AND BID FORMS FOR STUDENT TRANSPORTATION REQUEST FOR BID SPECIFICATION AND BID FORMS FOR STUDENT TRANSPORTATION Auburn City Schools b h l AUBURN ENLARGED CITY SCHOOL DISTRICT AUBURN, NEW YORK Release Date: December 14, 2015 Pre-Bid Meeting Date:

More information

Invitation To Bid. for

Invitation To Bid. for PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals

More information

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

More information

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES 1. All prospective Contractors must; be State of Connecticut licensed for this work; demonstrate a minimum of 5 years

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

THIS AGREEMENT is made and entered into as this 18 Th day of May,

THIS AGREEMENT is made and entered into as this 18 Th day of May, 13 FLEET SERVICE CONTRACT (FORM) THIS AGREEMENT is made and entered into as this 18 Th day of May, 2015, by and between Gadsden I.S.D. hereinafter called "BOARD" (local board of education) and Boone Transportation,

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

Purchasing Policy. The Mayor & Council of Middletown 19 West Green Street Middletown, DE 19709

Purchasing Policy. The Mayor & Council of Middletown 19 West Green Street Middletown, DE 19709 Town of Middletown Policy Library: Policy 1.3.1 Volume I Financial Management: Chapter 3 Expenditure Management Responsible Executives: Mayor and Council of Middletown, Delaware Responsible Office: Purchasing

More information

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

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us RFP P18-03 ADDITIONAL WIDE AREA NETWORK (WAN) February

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

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

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

L E G A L N O T I C E

L E G A L N O T I C E L E G A L N O T I C E INVITATION to BID The Town of Ridgefield invites all interested parties to submit sealed bids on the following: Bid Due Date: April 18, 2018 Bid Due Time: Bid Item: 2:00 p.m. 2018

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

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

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA INVITATION TO SUBMIT PROPOSALS The Village of Sparta is accepting sealed bids from

More information

Stage Curtains Replacements

Stage Curtains Replacements Stage Curtains Replacements (three locations) Norwalk Public Schools REQUEST FOR PROPOSAL Proposal Response Date: March 16, 2016, 2:00p.m. Table of Contents I. Overview.1 II. Response Instructions....3

More information

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK IT General Provisions This Statement of Work ( Agreement ) reflects the change to General Provisions, GSPD-401- IT Commodities, as required for the California

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 Part I. PROCEDURE FOR SUBMITTING PROPOSAL 1.1 SCOPE : Contractor to manage the

More information

Request for Proposal Automobile Driver Education Services RFP #

Request for Proposal Automobile Driver Education Services RFP # Putnam Valley Central School District Request for Proposal Automobile Driver Education Services RFP #2018-19-03 Proposal Submission Due: Monday, June 11, 2018 at 2:00 PM Submit Proposal to the Attention

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

Purchasing Department 9/9/2015

Purchasing Department 9/9/2015 CITY OF SALEM Snow Plow Packets FY 2016 Purchasing Department 9/9/2015 FY 2016 Snow Plow Packet Checklist Cover Letter Certificate of Insurance W-9 Equipment Form City of Salem, MA Purchasing Department

More information

Southern Columbia Area School District

Southern Columbia Area School District Southern Columbia Area School District REQUEST FOR PROPOSAL TO ASSUME DISTRICT OPERATED TRANSPORTATION SPECIFICATIONS VENDORS WILL BE REQUIRED TO ATTEND A MANDATORY PRE-PROPOSAL MEETING TO BE HELD IN THE

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

ST. MARY S COUNTY GOVERNMENT DEPARTMENT OF PUBLIC WORKS & TRANSPORTATION NON-PUBLIC SCHOOL BUS TRANSPORTATION

ST. MARY S COUNTY GOVERNMENT DEPARTMENT OF PUBLIC WORKS & TRANSPORTATION NON-PUBLIC SCHOOL BUS TRANSPORTATION ST. MARY S COUNTY GOVERNMENT DEPARTMENT OF PUBLIC WORKS & TRANSPORTATION CONTRACTOR SERVICES AGREEMENT (2013/14) SCHOOL YEAR Contractor: SMC-DPWT-14- THIS CONTRACTOR SERVICES AGREEMENT by and between the

More information

Pest Control Services

Pest Control Services Pest Control Services Quotation #276 Issue Date: Friday, September 1, 2017 Jan Romer, Buyer Issued by: The Thames Valley District School Board Return Date: 4:00:00 pm, local time, Friday, September 15,

More information

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Electrical Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

PUTNAM VALLEY CENTRAL SCHOOL DISTRICT SPECIFICATIONS AND BID FORM FOR STUDENT TRANSPORTATION

PUTNAM VALLEY CENTRAL SCHOOL DISTRICT SPECIFICATIONS AND BID FORM FOR STUDENT TRANSPORTATION Bid No. 2014-15-11 PUTNAM VALLEY CENTRAL SCHOOL DISTRICT SPECIFICATIONS AND BID FORM FOR STUDENT TRANSPORTATION Bids to be opened: AT: 10:00 a.m. DATE: January 13, 2015 PLACE: Business Office Putnam Valley

More information

Signature of Company Official Date Printed Name of Official

Signature of Company Official Date Printed Name of Official Return Original Bid To: Jacksonville State University Issue Date: 10/17/2018 Room 324 Bibb Graves Hall Description: Bus Transportation Jacksonville, AL 36265 Questions should be directed to Denise Hunt,

More information

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

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20 REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20 I. GENERAL INFORMATION 1.1 Issuing Office: This Request for Proposals (RFP) is issued by the Town of Avon, Connecticut. 1.2 Purpose: The

More information

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Fire Sprinkler Service. Bids must be submitted in a sealed envelope plainly marked: Sealed Bid, Fire Sprinkler Service

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 TOWN OF HOPKINTON WINTER SAND Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS WINTER SAND BID INFORMATION

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

Strait Regional School Board

Strait Regional School Board Strait Regional School Board Request for Proposals Chain Link Fence SRSB - 45 England Avenue Mulgrave, NS Closing Date: Thursday, July 27, 2017 Closing Time: 2:00 p.m. Opening Time: 2:30 p.m Closing Location:

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

More information

Hallsville Independent School District REQUEST FOR PROPOSALS. RFP# Waste Disposal and Cardboard Recycling Services

Hallsville Independent School District REQUEST FOR PROPOSALS. RFP# Waste Disposal and Cardboard Recycling Services Hallsville Independent School District REQUEST FOR PROPOSALS RFP# 2018-02 Waste Disposal and Cardboard Recycling Services Hallsville Independent School District is soliciting proposals for Waste Disposal

More information

RFP # 2377 CITY OF WESTFIELD PURCHASING DEPARTMENT Westfield, Mass., STEM PROGRAM OUTREACH FOR THE WESTFIELD PUBLIC SCHOOLS

RFP # 2377 CITY OF WESTFIELD PURCHASING DEPARTMENT Westfield, Mass., STEM PROGRAM OUTREACH FOR THE WESTFIELD PUBLIC SCHOOLS RFP # 2377 CITY OF WESTFIELD PURCHASING DEPARTMENT Westfield, Mass., STEM PROGRAM OUTREACH FOR THE WESTFIELD PUBLIC SCHOOLS The City of Westfield reserves the right to reject any or all proposals, to omit

More information

GREENWICH PUBLIC SCHOOLS HAVEMEYER BUILDING 290 GREENWICH AVENUE GREENWICH, CT INSTRUCTIONS TO PROPOSERS AND FORM OF PROPOSAL

GREENWICH PUBLIC SCHOOLS HAVEMEYER BUILDING 290 GREENWICH AVENUE GREENWICH, CT INSTRUCTIONS TO PROPOSERS AND FORM OF PROPOSAL GREENWICH PUBLIC SCHOOLS HAVEMEYER BUILDING 290 GREENWICH AVENUE GREENWICH, CT 06830 INSTRUCTIONS TO PROPOSERS AND FORM OF PROPOSAL FOR STUDENT TRANSPORTATION 2017-2022 GREENWICH PUBLIC SCHOOLS Purchasing

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information