Request For Proposals - School Uniforms

Size: px
Start display at page:

Download "Request For Proposals - School Uniforms"

Transcription

1 Request For Proposals - School Uniforms KIPP, Inc. ( KIPP or District ) invites competitive proposals from Bidders for specified goods and services for the District headquartered at KIPP Way, Houston, TX Proposals are due 1:30p CT on Monday, December 11 th, 2017 at KIPP Connect, 6700 Bellaire Blvd, Houston, TX Project: KIPP, Inc. School Uniforms Question & Answer Session: Thursday, November 30 th at 1:30p CT KIPP Connect Campus; 6700 Bellaire Blvd., Houston, Texas NOTES: Please arrive 15 minutes early to sign in at the receptionist desk. Attendance is strongly encouraged as we might use it for consideration in the final tally. Question Due Date: Friday, December 1 st by 1:30p CT Submit all RFP questions via to Buyer@KIPPHouston.org. Use Subject Line: Uniform RFP Question. Under no circumstances should questions regarding the RFP be directed to anyone other than the Procurement team at KIPP, Inc. Answers Posted: Monday, December 4 th by 5:00p CT KIPP will issue an addendum or clarification if answers substantially modify or expand upon the scope of the RFP. Submittal of Proposals: Monday, December 11 th by 1:30p CT Each Bidder must provide an electronic copy AND a physical copy of their proposal with proposed fabric swatches. DELIVERY: delivery to Buyer@KIPPHouston.org AND physical copy delivered to the receptionist at KIPP Connect Campus located at 6700 Bellaire Blvd., Houston, Texas NOTES: We will not consider any late responses. Please confirm that your server allows you to send large files or plan to use software that allows you to compress your file size. Submission times will be based on the delivery of the physical copy as time stamped by the receptionist. Finalist Interviews: The week of January 8 th, 2018 at TBD CT LOCATION: KIPP Connect Campus; 6700 Bellaire Blvd., Houston, Texas NOTES: Finalists may be required to participate in a panel interview. Once Finalists are determined, KIPP will confirm interview date and time. Document Access: KIPP will post all RFP information at KIPP will not provide any physical copies of this RFP or related documents. KIPP reserves the right to accept or reject any or all proposals, to waive all informalities and irregularities, and to select the proposal(s) that is in the best interest of KIPP. Page 1 of 29

2 Table of Contents Section 100: Agreement Forms and Project-Specific Requirements Section 200: Proposal Preparation Section 300: Proposal Evaluation Criteria Section 400: Scope of Work by Section Section 500: Contract Term Section 600: Proposal Form and Additional Files SUCCESSFUL BIDDERS WILL BE SUBJECT TO ALL OF THE REQUIREMENTS IN THE CONTRACT. BE SURE TO REVIEW AND UNDERSTAND ALL OF SECTION REQUIREMENTS. Page 2 of 29

3 INSTRUCTIONS TO BIDDERS Section 100: Agreement Forms and Project-Specific Requirements The following specific requirements also apply and are incorporated into each Contract: Add Article 1.01 Sales Tax Exemption: Bidder acknowledges that KIPP claims an exemption from the payment of state sales tax. A copy of the applicable certificate is attached. Add Article 1.02 Gratuities: KIPP may, by written notice to the Bidder, cancel this Contract without liability to Bidder if it is determined by KIPP that gratuities, in the form of entertainment, gifts, or otherwise, were offered or given by the Bidder, or any agent, or representative of the Bidder, to any officer or employee of the District with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending or the making or any determinations with respect to the performing of such a contract. In the event this Contract is canceled by KIPP pursuant to this provision, KIPP shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by Bidder in providing such gratuities. Add Article 1.03 Warranty Price: a. The price to be paid by KIPP shall be that contained in Bidder s proposal which Bidder warrants to be no higher than Bidder s current prices on orders by others for products of the kind and specification covered by this agreement for similar quantities under similar or like conditions and methods of purchase. In the event Bidder breaches this warranty, the prices of the items shall be reduced to the Bidder s current prices on orders by others, or in the alternative, KIPP may cancel this Contract without liability to Bidder for breach or Bidder s actual expense. b. The Bidder warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Bidder for the purpose of securing business. For breach or violation of this warranty, KIPP shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price, or otherwise recover the full amount of such commission, percentage, brokerage or contingent fee. Add Article 1.04 Safety Warranty: Bidder warrants that any products sold to KIPP or used as part of their scope of work shall conform to the standards promulgated by the U.S. Department of Labor under the Occupational Safety and Health Act (OSHA) of In the event the product does not conform to OSHA standards, KIPP may return the product for correction or replacement at the Bidder s expense. In the event Bidder fails to make the appropriate correction within a reasonable time, correction made by KIPP will be at Bidder s expense. Add Article 1.05 Prohibition Against Personal Interest in Contracts: Bidder agrees to provide the Conflict of Interest Disclosure regarding business relationships with any Board member or member of the staff or administration of KIPP. A copy is attached. Any board member who has any substantial interest, either direct or indirect, in any business entity seeking to contract with the District, shall, before any vote or decision on any matter involving the business entity, file an affidavit stating the nature and extent of interest and shall abstain from any participation in the matter. This is not required if the vote or decision will not have any special Page 3 of 29

4 effect on the entity other than its effect on the public. However, if a majority of the governing body are also required to file, and do file similar affidavits, then the member is not required to abstain from further participation. Vernon's Texas Codes Annotated, Local Government Code, Chapter 171. Add Article 1.06 Equal Opportunity Employment: Unless otherwise exempted under Executive Orders 11246, 11375, or the applicable rules and regulations, as amended, Bidder agrees to comply with the provisions of Executive Orders of September 1966 and of October 1967, as amended, ASPR (a) and are incorporated herein by reference. Further, Bidder agrees to include the provisions of said clauses in all orders or subcontracts that fall within the classifications set forth above and are placed pursuant to this Contract. Add Article 1.07 Copeland Anti-Kickback Act (18 U.S.C. 874 and 40 U.S.C. 276c): Unless exempted under the applicable rules and regulations, Bidder agrees to abide by the Copeland Anti-Kickback Act as supplemented by Department of Labor regulations (29 CFR Part 3). The Act provides that each contractor or sub-recipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. KIPP shall report all suspected or reported violations to the Federal awarding agency. Add Article 1.08 Audits: Bidder agrees that KIPP, the Department of Education, the Comptroller General of the United States, or any of their duly authorized representatives, must have access to any books, documents, papers, and records of the Bidder which are directly pertinent to a specific program for the purpose of making audits, examinations, excerpts, and transcriptions. Add Article 1.09 Rights to Inventions Made Under a Contract or Agreement: Bidder agrees that the performance of experimental, developmental, or research work must provide for the rights of the Federal Government and KIPP in any resulting invention in accordance with 37 CFR Part 401 and any implementing regulations issued by the awarding agency. Add Article 1.10 Clean Air Act and the Federal Water Pollution Control: Bidders awarded contracts and sub-grants of amounts in excess of $100,000 must agree to the following: a. Comply with applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended (42 U.S.C et seq.) and of the Federal Water Pollution Control Act (33 U.S.C et seq.). b. Ensure that no portion of the work under this award will be performed in a facility listed on the Environmental Protection Agency (EPA) List of Violating Facilities on the date that this award was effective unless and until the EPA eliminates the name of such facility or facilities from such listings. c. Use its best efforts to comply with clean air standards and clean water standards at the facility in which the award is being performed. d. Insert the substance of the provisions of this clause into any nonexempt sub-award or contract under the award. e. Report violations to KIPP or to EPA. Add Article 1.11 Byrd Anti-Lobbying Amendment (31 U.S.C. 1352): Bidders who apply for an award of $100,000 or more shall file the required certification (a copy is attached). Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee Page 4 of 29

5 of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any Federal award. The disclosures are forwarded from tier to tier up to the recipient. Add Article 1.12 Debarment and Suspension (E.O and E.O ): No contract may be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Non-procurement Programs. This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O Bidders with awards that exceed the small purchase threshold must provide the required certification (a copy is attached) regarding its exclusion status and that of its principal employees. Add Article 1.13 Criminal History Background Check: If applicable to the Project, Bidder must, certify on forms provided by KIPP, that for each employee of Bidder who (1) will have direct contact with students (substantial opportunity for verbal or physical interaction with students that is not supervised by a certified educator or other professional KIPP, Inc. employee), and (2) will have continuing duties related to the Project, the Bidder has obtained, as required by Texas Education Code Section and Texas Administrative Code Section and : a. national criminal history record information from a law enforcement or criminal justice agency for each employee of Proposed hired before January 1, 2008; and b. national criminal history record information from the Texas Department of Public Safety for each employee of Bidder hired on or after January 2, Bidder will also be required to obtain from each and every lower tier contractor or independent contractor the form of certification, relating to the employees of such contractors and independent contractors. All Bidder and lower tier contractor forms must be submitted prior to the commencement of work by the Bidder or the applicable lower tier contractor/independent contractor, who will have direct contact with students, must not have been convicted of an offense identified in Texas Education Code Section , or any higher standard established by KIPP. Add Article 1.14 Felony Conviction Notification: Bidders who submit a proposal or enter into a Contract agree to complete the Felony Conviction Notification (a copy is attached) which provides advance notice if the person or owner or operator of the business entity seeking to enter into a Contract or Material Contract has been convicted of a felony. Add Article 1.15 Certificate of Residency: Bidders who submit a proposal or enter into a Contract agree to complete the Certificate of Residency in compliance with Texas Education Code, Chapter 2252, Subchapter A (a copy is attached). Add Article 1.16 W-9 Request for Taxpayer Identification Number and Certification: Bidders who submit a proposal or enter into a Contract agree to provide KIPP with a completed W- 9. Add Article 1.17 Insurance Requirements: Bidder or its consultant must provide professional liability insurance coverage with an aggregate limit of at least $2,000,000. (a copy is attached). Page 5 of 29

6 Section Proposal Preparation Bidders must fill out the attached Proposal Form completely and submit the completed form with all proposals. A checklist of enclosures and requirements is included at the bottom of the front page of the Proposal Form (Section 600) to assist the Bidder in submitting a complete proposal. Bidders must complete the Proposal Form and an individual duly authorized to act on behalf of the Bidder's organization must sign the Proposal Form before a notary public. Substitutions Bidders are instructed to submit their proposals in strict accordance with the requirements of the Proposal documents. Bidders must explicitly identify any proposed substitution of materials, products, equipment, systems or methods and quote the proposed substitution as a VOLUNTARY ALTERNATE PROPOSAL. Section Proposal Selection Criteria All proposals will be evaluated equally in order to provide the best value to KIPP. Proposals will be scored according to the following criteria and based on a 100 point scale: a. Proposal price o The proposals are ranked in order (lowest to highest priced) and given points based on a mathematical calculation b. The quality of the Proposal as it relates to the KIPP s needs o Complete responses to the RFP requirements including inclusion of all requested documents, following of all directions and confirmation of accuracy of claims/statements presented. c. The Bidder s past relationship with KIPP o Positive relationship o Neutral or never worked with KIPP before o Negative relationship (poor quality service, excessive reasonable complaints, etc.) d. The reputation of the Bidder and their goods and services o Consistently positive references o Mostly positive o Equal mix of positive and negative concerns o Mostly negative o Consistently negative references e. Overall RFP response meets needs o o Ease of relating proposal to District needs and wants. Confidence in overall ability to successfully provide services at the expected level communicated by the District. f. Inventory Management o Ability to forecast, manufacture, supply and provide uniform garments starting July 1 st through the terms of the contract. g. Logistics and Distribution o Ability to provide logistic and distributive support to all schools during registration or another time agreed upon. o Ability to serve families throughout the Greater Houston area by providing retail locations, online storefronts and/or on-campus sales. Page 6 of 29

7 Section Scope of Work Overview At KIPP, we strive for excellence in every way and expect the same from our students. As part of our drive to excellence, we require that our students wear uniforms to assist in distinguishing them within their communities. In order to provide a simplified process and capitalize on our growth as a District, KIPP is consolidating the uniform procurement process for the District. Our schools require uniform shirts (polos, oxfords, t-shirts and patches) as well as other items including but not limited to: ties, bowties, crossties, cardigans, sweaters, jackets, hoodies, vests, blazers, plaid and solid skirts, plaid and solid jumpers, shorts and pants. Along with the required uniform offerings, our parents have purchased other items including hoodies, hair accessories and vests. Each school has specific logo and shirt color combination requirements. We have included a not-to-scale image of the logos that each school currently requires on their uniform tops. Please see Attachment A. Beyond any pre-placed bulk orders, there is no guaranteed amount of business, expressed or implied, by KIPP. All estimates are being used as a way to communicate potential volume. The supplier(s) selected as the preferred and exclusive provider(s) shall furnish all required goods and/or services at pre-negotiated prices and during agreed dates, times and locations to KIPP families. The supplier(s) will bear the responsibility of managing all relationships with KIPP families and parents and collecting any and all payments. At no time will KIPP be responsible for the payment of items not explicitly ordered and authorized by KIPP School Leaders and/or members of the Procurement department within the Regional Services Team. KIPP will notify all families that the chosen suppliers are the preferred and exclusive providers of uniform garments throughout the entire District. KIPP will develop the appropriate protocols to ensure uniform expectations and suppliers are clearly communicated and understood. The scope of this RFP is limited to the following Sections. Proposals will be accepted only on the following defined Scope of Work. Bidders should identify any variances from the required scopes on the Proposal Form. General Information If any materials are not clearly specified, submit a Request for Clarification by to Buyer@KIPPHouston.org using Subject Line: Uniform RFP Question. If an adequate clarification is not received, clearly qualify the materials included in your proposal. Provide Voluntary Alternates for use of different materials or more cost effective solutions that do not compromise the intent. Alternates must be provided as Additive-Alternates or Deductive- Alternates to the base proposal. Clarify any materials or installation procedures that deviate from the drawings, specifications and work scope definitions listed below. Exclude sales tax on services or materials physically incorporated in the Work. KIPP is tax exempt. EACH BIDDER IS RESPONSIBLE FOR STUDYING THE ENTIRE SET OF DOCUMENTS AND THIS REQUEST FOR PROPOSAL TO FULLY UNDERSTAND KIPP S SCOPE OF WORK. SUCCESSFUL SUPPLIERS WILL BE SUBJECT TO EVERY REQUIREMENT IN THE DOCUMENTS. BE SURE TO REVIEW ALL OF THE DOCUMENTS. CONTRACTS MAY BE AWARDED ON THE BASIS OF A SINGLE SCOPE SECTION OR MULITPLE SCOPE SECTIONS. Page 7 of 29

8 EACH PROPOSAL FOR A SPECIFIC SCOPE SECTION MUST STAND ALONE. A PROPOSAL FOR A SINGLE SCOPE SECTION CANNOT BE CONTINGENT UPON ACCEPTANCE OF OTHER PROPOSALS FOR SEPARATE SCOPE SECTIONS. Deliverables The Bidder will deliver to KIPP the Deliverables as described in Section 400 thirty (30) days after receipt of order and confirmation of proof unless otherwise agreed upon in writing between KIPP (as represented by the Procurement Department, a School Leader or their delegate) and the Bidder. School Locations and Enrollment Current school locations and enrollment information include the following: School Address 2017 Enrollment 2018 Enrollment (Projected) KIPP CONNECT Primary School 6700 Bellaire Boulevard 839 students 841 students KIPP CONNECT Middle School 6700 Bellaire Boulevard 431 students 425 students KIPP CONNECT High School 6700 Bellaire Boulevard 0 students 160 students KIPP Climb Academy 8805 Ferndale 236 students 480 students KIPP Prime College Preparatory 8805 Ferndale 221 students 322 students KIPP SHARP Prep 8430 Westglen Drive 893 students 865 students KIPP Sharpstown College Prep 8440 Westpark Drive 428 students 424 students KIPP SHINE Prep KIPP Way 852 students 846 students KIPP Academy KIPP Way 417 students 416 students KIPP Houston High School KIPP Way 712 students 699 students KIPP Dream Prep 500 Tidwell Road 865 students 849 students KIPP 3D Academy 500 Tidwell Road 440 students 434 students KIPP Generations Collegiate 500 Tidwell Road 597 students 608 students KIPP Intrepid Preparatory School 5402 Lawndale Street 410 students 410 students KIPP Explore Academy 5402 Lawndale Street 857 students 849 students KIPP NEXUS Primary School 4211 Watonga Boulevard 89 students 240 students KIPP NEXUS Middle School 4211 Watonga Boulevard 110 students 213 students KIPP PEACE Elementary School 5400 MLK, Jr. Boulevard 697 students 706 students KIPP Liberation College Preparatory School 5400 MLK, Jr. Boulevard 424 students 416 students KIPP Unity Primary School 8500 Highway 6 South 493 students 727 students KIPP Academy West 8500 Highway 6 South 321 students 413 students KIPP ZENITH Academy Scott Street 850 students 833 students KIPP Spirit College Prep Scott Street 439 students 421 students KIPP Sunnyside High School Scott Street 548 students 525 students KIPP Courage College Prep 2200 Ridgecrest Drive 419 students 416 students KIPP Legacy Preparatory School 9606 Mesa Drive 957 students 942 students KIPP Voyage Academy for Girls 9616 Mesa Drive 323 students 323 students KIPP Polaris Academy for Boys 9636 Mesa Drive 329 students 330 students KIPP Northeast College Preparatory 9680 Mesa Drive 542 students 535 students Page 8 of 29

9 Specifications Specifications regarding color and material for polo shirts should be considered minimum requirements. All articles of clothing must be available to toddler boys and girls; youth men and women; adult men and women. All interested suppliers must provide a sizing chart and color chart for all items please do not provide actual samples of any clothing unless specifically requested by KIPP. 1. Minimum Specifications for Polos (Embroidered and Silk Screened): Style: Weight: Material: Other: Sizes: Pique Knit; 3-buttons (dyed-to-match or comparable) oz. (or comparable) 60% Cotton / 40% Polyester Pre-washed/shrunk for minimal shrink and color fade percentages. Toddler 3T 5T Youth XS L Adult S 8XL 2. Minimum Specifications for Oxfords (Embroidered and Silk Screened): Style: Weight: Material: Other: Sizes: Short and long-sleeve option; Pocket and non-pocket option; Buttoned-collar oz. (or comparable) 60% Cotton / 40% Polyester Pre-washed/shrunk for minimal shrink and color fade percentages Toddler 3T 5T Youth XS L Adult S 8XL 3. Minimum Specifications for T-shirts (Silk Screened only): Style: Standard Weight: 6.1 oz. (or comparable) Material: 100% Cotton Other: Pre-washed/shrunk for minimal shrink and color fade percentages. Sizes: Toddler 3T 5T Youth XS L Adult S 8XL Page 9 of 29

10 Section 500 Contract Terms Contract Term The term of this Contract shall be for three (3) years with two (2) optional one year renewals provided. Electronic Invoice Submission Original invoices should be sent for processing via an electronic means; including but not limited to , Dropbox, or other electronic file/data sharing method. The budget owner will provide approval of the submitted invoice and the invoice will be processed within 30 days after the work is completed/uniforms are delivered. Invoices MUST be submitted within 60 days of order delivery to be properly approved and submitted for payment. All invoices will be a net 30 days AFTER order is delivered. For payment status updates, please contact AccountsPayable@KIPPHouston.org. Page 10 of 29

11 Section 600 Proposal Form Detach and complete the following pages for submission of a proposal. Project: Proposal Due Date/Time: Submittal of Proposals: KIPP, Inc. School Uniform Standardization Monday, December 11 th by 1:30p CT Late responses will not be considered. Each Bidder must provide an electronic copy AND a physical copy of their proposal with proposed fabric swatches. DELIVERY: delivery to Buyer@KIPPHouston.org AND physical copy delivery to the Receptionist at KIPP Connect Campus located at 6700 Bellaire Blvd., Houston, Texas NOTES: We will not consider any late responses. Please confirm that your server allows you to send large files or plan to use a software that allows you to compress your file size. Submission times will be based on the delivery of the physical copy as time stamped by the receptionist. Bidder Information: Company Name: Proposal Prepared By: Address: Phone Number: Address: Checklist of Required Enclosures: *Failure to provide any of the following documents may disqualify the proposal. Proposal Form completed in full, signed in ink by an authorized person and notarized All clarifications and Voluntary Alternates fully described in writing Qualification Statement Certificate of Residency Felony Conviction Notification Conflict of Interest Disclosure Anti-Collusion Certification Submission Form Byrd Anti-Lobbying Certificate Debarment, Suspension, Ineligibility or Voluntary Exclusion Certification Form X W-9 Request for Taxpayer Identification Number and Certification (sample provided for reference) X Insurance Requirements (provided for reference) X KIPP, Inc. Tax Exemption Certificate (provided for reference) Page 11 of 29

12 CONTRACTS MAY BE AWARDED ON THE BASIS OF A SINGLE SCOPE SECTION OR MULITPLE SCOPE SECTIONS. Proposals must be submitted on the required Proposal Forms unless additional details are needed for clarification. The proposal must include all unit pricing, breakouts costs, alternate pricing, and other information as requested on the Proposal Form. Any clarifications, qualifications or exceptions must be submitted in writing with the proposal. Any such clarifications, qualifications, exceptions or modifications made after the Proposal Date may be rejected. Respondent Responsibility KIPP is seeking proposals from qualified suppliers to serve as the preferred providers of uniform articles for the locations listed above as well as any future sites added during the term of the agreement. Please note: future sites may include other Texas regions. Based on the projected enrollment of KIPP Houston Public Schools, the following data provided is to be used for estimation purposes only. For detailed enrollment information regarding the current school year, please see Section 400. Review the tables below and provide a Base Price per Unit for each of the three (3) uniform shirt options (based on the aforementioned specifications) as well as a percentage discount off of published rates for all other uniform apparel items Projected Enrollment* 15,546 16,323 17,139 Projected # of Polos 46,638 48,969 51,417 Projected # of Oxfords 15,546 16,323 17,139 Projected # of T-Shirts 15,546 16,323 17,139 *Projections are for all of KIPP Houston Public Schools. Actual order volumes will be different. Embroidered Polos Oxfords T-Shirts Shirt Brand Weight Material Toddler/Youth 3T-L Adult S-2XL Adult 3XL-8XL Fabric Swatch Included Y/N *Base Price per Unit must be an all-inclusive rate. Bidders should factor all additional fees into this rate such as shipping/handling, embroidery, set-up, size variation and any other fees not specifically mentioned here. Page 12 of 29

13 Screen Printed Polos Oxfords T-Shirts Shirt Brand Weight Material Toddler/Youth 3T-L Adult S-2XL Adult 3XL-8XL Fabric Swatch Included Y/N *Base Price per Unit must be an all-inclusive rate. Bidders should factor all additional fees into this rate such as shipping/handling, embroidery, set-up, size variation and any other fees not specifically mentioned here. All Other Uniform Apparel Items* Includes but is not limited to: ties, bowties, crossties, cardigans, sweaters, jackets, hoodies, vests, blazers, plaid and solid skirts, plaid and solid jumpers, shorts and pants. *Needs vary by school Percentage Discount Off Published Rate % Rebate In order to maximize value, the Bidder will provide a rebate dollar amount or percentage based on a total spend threshold. KIPP Spend Threshold: USD $ Rebate Amount: USD $/% Example 1: KIPP s total spend threshold is $X, which would qualify KIPP for a rebate at Y%. Example 2: KIPP s total spend threshold is $X, which would qualify for a rebate of $Z. Base Proposal Bidder confirms that this proposal shall remain in effect, and may not be withdrawn, for a period of one hundred and twenty (120) days from the date that proposals are due. In submitting this proposal, the Bidder agrees to furnish all labor, supervision, materials, equipment, supplies, services, fees, permits, taxes, insurance and any other items required to perform and complete the specified work in a workmanlike and expeditious manner and in strict accordance with the Contract Documents, the Scope of Work Schedule and all applicable federal, state, local and other rules, regulations, laws, codes and ordinances ( Applicable Laws ). Please include all clarification to the specified scope in a separate attachment. Tax Breakdown KIPP claims an exemption from payment of sales tax. Sales, use and other similar taxes are the responsibility of all Bidders and Material Bidders, if such taxes are imposed by a government authority Page 13 of 29

14 and are related to the Work. Contract Bidders must include all sales taxes that are applicable. Material Bidders must submit their material bids exclusive of sales taxes and separately identify the amount of sales tax (if any) that is applicable to their material bids. Alternate Proposal Items Bidder proposal to perform Alternate Proposal Items, as identified, for adjustment(s) in the Base Proposal. Attach additional sheets as necessary to include any Voluntary Alternates. Acknowledgments: Insurance Acknowledgment NOTE: Successful Bidder must provide a Certificate of Insurance confirming insurance coverages and endorsements, prior to execution of the Contract. Representations of Bidder By submitting this bid, the Bidder represents and warrants that: a. Bidder is familiar with the requirements and has taken them into account in preparing its bid. b. Bidder has read and understands the Instructions to Bidders, the Contract Documents, is familiar with the Applicable Laws including those of agencies and municipalities with jurisdiction over the Work, and has prepared its bid anticipating full compliance with all of the requirements; c. Bidder is financially solvent, able to pay its debts, and possesses sufficient working capital to complete performance of its Contract or Material Contract and all other requirements of the Contract Documents; d. Bidder is experienced, competent and able to furnish the labor, tools, materials, supplies, equipment, insurance and supervision and is qualified to perform the Work contemplated by the Contract Documents. e. Bidder is authorized to do business in the State of Texas. f. Bidder holds any license, permit or other special evidence necessary to perform the Work. g. This Bid Form will take precedence over any supplemental quotation or scope sheet submitted if any conflicting information exists unless otherwise agreed to via a Contract or Contract Amendment. Signature By placing my signature in the space provided below I confirm that I, as a duly authorized officer of the company, have approved and submitted this bid. I further warrant and represent that the company will execute a standard KIPP Contract or KIPP Material Contract, as applicable, including all related Attachments, and that the company shall not modify the KIPP Contract, KIPP Standard Terms and Conditions, bond, certificate of insurance or other standard forms. On Bidder's duly authorized officer approved and submitted this bid. (Date) Bidder's Company Name: As its: By: (Title) (Authorized Signature) Notary Acknowledgment (Typed/Printed Name) Page 14 of 29

15 BEFORE ME, the undersigned authority, on this day personally appeared (name), the duly authorized (title) of (company) and executed this bid for the purpose expressed in the document. Notary Public in and for the State of Texas Date: Signature: Printed Name: My Commission Expires: Page 15 of 29

16 QUALIFICATION STATEMENT Please answer all questions fully and completely. GENERAL CONTACT INFORMATION COMPANY NAME: (Complete attached W-9) MAILING ADDRESS, CITY, STATE, ZIP: PHYSICAL ADDRESS, CITY, STATE, ZIP: COMPANY S PRIMARY CONTACT NAME AND ADDRESS: BID CONTACT NAMES (Please fill in box below): NAME ADDRESS TITLE COMPANY PHONE: FAX: WEB SITE ADDRESS: PRINCIPAL OFFICE ADDRESS: FEDERAL TAX ID NUMBER (Mandatory): COMPANY INFORMATION Please select or notate the organizational structure of your company: Corporation Partnership Limited Liability Corporation Limited Liability Partnership Sole Proprietorship Other (describe): Page 16 of 29

17 How long has your company been providing the service(s) you are bidding on? Under what other or former names has your company operated? (If none, please write N/A ) If your company is a corporation or partnership, please answer the following: Date of Incorporation or Formation: State of Incorporation or Formation: President, Managing Partner or Manager s Name: LICENSE AND EXPERIENCE INFORMATION List the jurisdictions and categories in which your company is legally qualified to do business, and indicate registration or license numbers, if applicable. List the categories of work that your company normally performs with its own forces. Has your company ever failed to complete any work awarded to it? Yes/No If yes, please explain. Please list any State of Texas K-12s or not-for-profits you ve done business with over the last 2 years. Provide three (3) references for representative similar work (K-12 schools or not-for-profits). Limit references to current customers or contracts that have ended within the past five years. References will be contacted. Page 17 of 29

18 Reference #1: Name: Title: Company: Phone Number: Address: Reference #2: Name: Title: Company: Phone Number: Address: Reference #3: Name: Title: Company: Phone Number: Address: FINANCIAL, SURETY AND CLAIM INFORMATION Attach your company s financial statements for the last two (2) years, preferably audited. The financial statements must include your company's balance sheet and income statement. Are there any uninsured judgments, claims, arbitration proceedings or lawsuits currently pending against your company or its officers? Yes/No If yes, please explain. Has your company filed any lawsuits or requested arbitration with regard to contracted work within the last two (2) years? If yes, please provide: Date and place filed: Amount of lawsuit: Disposition of claim: Has your company or a related company been involved in a bankruptcy proceeding? If yes, please explain. Page 18 of 29

19 AUTHORIZED SIGNATURE The undersigned certifies that the information provided in this Bidder Qualification Statement is true and sufficiently complete so as not to be misleading and that the undersigned is a duly authorized representative of Bidder. Dated this day of, 201. Name: Company: By: Printed Name: Title: Page 19 of 29

20 Certificate of Residency The State of Texas has passed a law concerning non-resident contractors. This law can be found in Texas Education Code under Chapter 2252, Subchapter A. This law makes it necessary for KIPP to determine the residency of its Bidders/proposers for construction related services. In part, this law reads as follows: Section: (3) Non-resident Bidder refers to a person who is not a resident. (4) Resident Bidder refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Section: A governmental entity may not award a governmental contract to a nonresident Bidder unless the nonresident underbids the lowest bid submitted by a responsible resident Bidder by an amount that is not less than the amount by which a resident Bidder would be required to underbid the nonresident Bidder to obtain a comparable contract in the state in which the nonresident s principal place of business is located. I certify that (Name of Company Bidding/Proposing) is, under Section: (3) and (4), a Resident Bidder/Bidder Non-resident Bidder/Bidder My or Our principal place of business under Section: (3) and (4), is in the city of in the state of. Signature of Authorized Company Representative Print Name Title Date Page 20 of 29

21 Felony Conviction Notification State of Texas Legislative Senate Bill No. 1, Section , Notification of Criminal History, Subsection (a), states a person or business entity that enters into a contract with a school district must give advance notice to KIPP if the person or owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract. This notice is not required of a publicly held corporation. I, the undersigned for the firm named below, certify that the information concerning notification of felony convictions has been by me and the following information furnished is true to the best of my knowledge. Company: Company Official: A. My firm is a publicly held corporation; therefore, this reporting requirement is not applicable. Signature of authorized agent: B. My firm is not owned or operated by anyone who has been convicted of a felony. Signature of authorized agent: C. My firm is owned or operated by the following individuals who has/have been convicted of a felony. Name of individual (s): Details of conviction (s): Signature of authorized agent: Page 21 of 29

22 Conflict of Interest Disclosure The following is issued in accordance with State Law and KIPP Policy. Failure to make disclosure shall be grounds for termination of any contract entered into with said vendor or Bidder. 1. The undersigned states that he/she and/or the company listed herein has never had or does not have a business relationship with a Board member, member of the Administration or a member of the Staff of KIPP Houston regardless of the nature or amount. Signature and Date: Printed Name: OR 2. The undersigned states that he/she and/or the company listed herein has had or does have a business relationship with a member of the Board, Administration or Staff of KIPP Houston regardless of the nature or amount. Signature and Date: Printed Name: 3. If you answered YES to (2) above, has that relationship been disclosed in writing as required by Board Policies BBFA (LEGAL) and BBFA (EXHIBIT)? Page 22 of 29

23 The undersigned certifies that: Anti-Collusion Certification Submission Form The Bid was exclusively developed and prepared without collusion with any competing proposer. The content of this Bid has not and will not knowingly be disclosed to any competing or potential competing proposer prior to the opening date, time and place specified. No act to persuade any person, partnership or corporation to submit or withhold a Bid has been made. The undersigned warrants having a complete understanding regarding the accuracy of the statements in this certificate and the penalties applicable to the Prospective vendor and signatory representing the Prospective Bidder. The Bidder, further states their officers, employees or agents have not, and will not attempt to lobby, directly or indirectly, KIPP between proposal submission and date of award. Company Name: Address: Name of Agent: Authorized Signature: Signatory Name and Title (Printed): Telephone: Date: Page 23 of 29

24 Byrd Anti-Lobbying Certificate Certification for Contracts, Grants, Loans, and Cooperative Agreements (submitted with each contract or offer exceeding $100,000) The undersigned Bidder certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, Disclosure Form to Report Lobbying, in accordance with its instructions as amended by Government wide Guidance for New Restrictions on Lobbying, 61 Fed. Reg (1/19/96). (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Pursuant to 31 U.S.C. 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure. The Bidder,, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Bidder understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure. Date Signature Company Name Title Page 24 of 29

25 NAME Debarment, Suspension, Ineligibility or Voluntary Exclusion Certification Form Doing business as (DBA) ADDRESS Applicable Procurement or Solicitation #, if any: Federal Employer Tax Identification #: This certification is submitted as part of a request to contract. Instructions For Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions READ CAREFULLY BEFORE SIGNING THE CERTIFICATION. Federal regulations require contractors and Bidders to sign and abide by the terms of this certification, without modification, in order to participate in certain transactions directly or indirectly involving federal funds. 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the department, institution or office to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under the applicable CFR, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled ``Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,'' without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under applicable CFR, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Non-procurement Programs. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business activity. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under applicable CFR, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions The prospective lower tier participant certifies, by submission of this proposal or contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this form. Bidder or Bidder Signature: Date: Print Name and Title: Page 25 of 29

26 Insurance Requirements Service Provider shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Service Provider, his agents, representatives, employees or subcontractors. Minimum Limits of Insurance Service Provider shall maintain limits no less than: 1. General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. 2. Automobile Liability: $1,000,000 per accident for bodily injury and Property damage. 3. Workers Compensation: As required by the State of Texas. 4. Employers Liability: $1,000,000 each accident, $1,000,000 policy limit bodily injury by disease, $1,000,000 each employee bodily injury by disease. If the Service Provider maintains higher limits than the minimums shown above; KIPP shall be entitled to coverage for the higher limits maintained by the Service Provider. Other Insurance Provisions The General Liability and Automobile Liability policies are to contain, or be endorsed to contain, the following provisions: 1. The KIPP, its officers, officials, employees, and volunteers are to be covered as insureds with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the Service Provider; and with respect to liability arising out of work or operations performed by or on behalf of the Service Provider including materials, parts or equipment furnished in connection with such work or operations. General Liability coverage shall be provided in the form of an Additional Insured endorsement to the Service Provider s insurance policy, or as a separate owner s policy. 2. For any claims related to this project, the Service Provider s insurance coverage shall be primary insurance as respects the KIPP, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the KIPP, its officers, officials, employees, or volunteers shall be excess of the Service Provider s insurance and shall not contribute with it. 3. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days prior written notice has been provided to the Entity. Page 26 of 29

27 Waiver of Subrogation Service Provider hereby agrees to waive subrogation which any insurer of Service Provider may acquire from Service Provider by virtue of the payment of any loss. Service Provider agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation. The Workers Compensation policy shall be endorsed with a waiver of subrogation in favor of the KIPP for all work performed by the Service Provider, its employees, agents and subcontractors. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of no less than A:VII unless otherwise acceptable to the KIPP. Exception may be made for the State Compensation Insurance Fund when not specifically rated. Verification of Coverage Service Provider shall furnish the KIPP with endorsements effecting coverage required by this clause. The endorsements are to be signed by a person authorized by that Insurer to bind coverage on its behalf. The endorsements are to be on forms provided by the KIPP, unless the insurance company will not use the KIPP s forms. All endorsements are to be received and approved by the KIPP before work commences. However, failure to do so shall not operate as a waiver of these insurance requirements. As an alternative to the KIPP s forms, the Service Provider s insurer may provide complete copies of all required insurance policies, including endorsements affecting the coverage required by these specifications. Subcontractors Service Provider shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein. Page 27 of 29

28 Sample: W-9 Page 28 of 29

***UPDATED*** Request for Proposal. KIPP, Inc. Tutoring Services

***UPDATED*** Request for Proposal. KIPP, Inc. Tutoring Services ***UPDATED*** Request for Proposal KIPP, Inc. Tutoring Services KIPP, Inc. ( KIPP or District ) invites competitive proposals from Bidders for specified services for the District headquartered at 10711

More information

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>>

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>> SERVICE CONTRACT BETWEEN KIPP, Inc. AND This Services Contract ( Contract ) is made and entered into by and between the KIPP, Inc. ( KIPP ), 10711 KIPP Way, Houston, Texas

More information

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

More information

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to

More information

SEALED BID. September 29, 2017

SEALED BID. September 29, 2017 NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8845 Please BID the following no later than 2:30pm, November 2, 2017 September

More information

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list. NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8845 Please BID the following no later than 2:00pm, June 5, 2018 May 2,

More information

Request for Quotation For Lawn Care Treatment

Request for Quotation For Lawn Care Treatment PAGE 1 OF 11 Request for Quotation For Lawn Care Treatment Head Start of Greater Dallas, Inc. is requesting quotes on Lawn Care Treatment which is designed to deliver positive results for weed control

More information

Texas Rising Star Assessor Services RFQ. Cover Sheet

Texas Rising Star Assessor Services RFQ. Cover Sheet ATTACHMENT A Texas Rising Star Assessor Services RFQ Individual/Organization Name Mailing Address City, State, Zip Physical Address (if different) Contact Person & Telephone & Fax number & E-mail Cover

More information

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID #16-3702 Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 The undersigned hereby agrees to all terms and conditions set forth in the Invitation

More information

SEALED BID. February 19, 2018

SEALED BID. February 19, 2018 NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8707 Please BID the following no later than 10:30am, March 22, 2018 Please

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM LOWER RIO GRANDE VALLEY DEVELOPMENT COUNCIL REQUEST FOR PROPOSAL Vinyl Bus Wrap Production and Installation Services No: 2018-06 VINYL BUS WRAP PRODUCTION AND INSTALLATION SERVICES ON PUBLIC TRANSPORTATION

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

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT PROJECT: 404 HMGP Acquisition Program- or 403 Immediate Threat Program Asbestos Abatement For the County of Cedar Contractor: Address:

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

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Date of Award until August 31, 2015 FOR: Teaching Aids, Instruction & Curriculum Materials & Supplies

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018 REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018 Equal Opportunity Employer/Program Auxiliary Aids and service are available upon request to individuals with disabilities Relay:

More information

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of

More information

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES SOLICITATION FOR CONTINUING SERVICES CS 19-601 PLUMBING SUPPLIES INTRODUCTION Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors interested in

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

Pittsburgh, PA 15213

Pittsburgh, PA 15213 The Board of Public Education of the School District of Pittsburgh Administration Building, 341 South Bellefield Avenue Pittsburgh, PA 15213 Inquiry Number 8796 Sealed bids for material listed herein will

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: ASIA2016IND09o Open

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

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

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 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

REQUEST FOR PROPOSAL FOR: PROJECT GBC Great Bay Community College

REQUEST FOR PROPOSAL FOR: PROJECT GBC Great Bay Community College REQUEST FOR PROPOSAL FOR: PROJECT GBC15-04 Great Bay Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Great Bay Community College for Prior Learning Assessment

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

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

High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy

High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy This purchasing (also known as procurement ) policy was developed to comply with Title 2, Subtitle

More information

APPENDIX III. HUD s General Provisions for Contracts. HOUSING TRUST FUND CORPORATION STATE STREET, ALBANY NEW YORK January 2019

APPENDIX III. HUD s General Provisions for Contracts. HOUSING TRUST FUND CORPORATION STATE STREET, ALBANY NEW YORK January 2019 HOUSING TRUST FUND CORPORATION 38-40 STATE STREET, ALBANY NEW YORK 12207 January 2019 APPENDIX III HUD s General Provisions for Contracts Housing Trust Fund Corporation 38-40 State Street Albany, New York

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids on a continual basis: Until 4:30 p.m. (CST) Tuesday, May 31, 2016 FOR: Fundraiser Services BID #15-01 Prospective

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

Renville County Purchasing Procedures (Procurement Policy)

Renville County Purchasing Procedures (Procurement Policy) Renville County Purchasing Procedures (Procurement Policy) Board approved 11-15-2016 1 RENVILLE COUNTY PURCHASING PROCEDURES I. Purchasing/Procurement Approval Requirements All employees authorized to

More information

Bidders shall execute the following forms and return the signed original with their proposal.

Bidders shall execute the following forms and return the signed original with their proposal. Required Forms Bidders shall execute the following forms and return the signed original with their proposal. Bid Certification Bidder certifies that they have not offered any pecuniary benefit or thing

More information

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE Department of Health and Human Services Division of Mental Health, Developmental Disabilities and Substance Abuse Services Certification for Contracts,

More information

Maricopa County Policy/Contract Template Reference. Procurement Standards (http://www.ecfr.gov/cgi-bin/text-idx?node=2: )

Maricopa County Policy/Contract Template Reference. Procurement Standards (http://www.ecfr.gov/cgi-bin/text-idx?node=2: ) 200.317 Procurements by states. When procuring property and services under a Federal award, a state must follow the same policies and procedures it uses for procurements from its non-federal funds. The

More information

ARTICLES AND DESCRIPTION

ARTICLES AND DESCRIPTION NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Dr., Suite 700 San Antonio, Texas 78245 (210) 397-8707 Please QUOTE the following no later than 10:30am, June 13, 2018 May

More information

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs North Carolina Department of Health and Human Services Women's and Children's Health Branch Special Nutrition Programs AGREEMENT BETWEEN SPONSORING ORGANIZATION AND DAY CARE HOME (DCH) PROVIDER Instructions:

More information

Procurement Policies and Procedures

Procurement Policies and Procedures Procurement Policies and Procedures 1. Purpose of procurement standards. The purpose of these standards is to establish procedures for the U.S. Naval Sea Cadet Corps (USNSCC) for the procurement of supplies

More information

REGION 3 EDUCATION SERVICE CENTER Regional Purchasing Cooperative 1905 Leary Ln, Victoria, TX Phone: (361) Fax: (361)

REGION 3 EDUCATION SERVICE CENTER Regional Purchasing Cooperative 1905 Leary Ln, Victoria, TX Phone: (361) Fax: (361) 1905 Leary Ln, Victoria, TX 77901 Phone: (361) 573-0731 Fax: (361) 576-4804 Forms Checklist (This forms checklist is provided for your convenience. Please complete and return all of the attached forms):

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

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,

More information

INVITATION TO BID CAFETERIA TABLES CAFETERIA TABLES FOR BATE MIDDLE SCHOOL FOOD SERVICE DEPARTMENT. Notice Date: 12/13/18. Closing Date: 12/28/18

INVITATION TO BID CAFETERIA TABLES CAFETERIA TABLES FOR BATE MIDDLE SCHOOL FOOD SERVICE DEPARTMENT. Notice Date: 12/13/18. Closing Date: 12/28/18 INVITATION TO BID CAFETERIA TABLES CAFETERIA TABLES FOR BATE MIDDLE SCHOOL FOOD SERVICE DEPARTMENT Notice Date: 12/13/18 Closing Date: 12/28/18 Opening Date: 12/31/18 Opening Location: Danville Independent

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids on a continual basis: Until 4:30 p.m. (CST) Wednesday, May 31, 2017 FOR: Fundraiser Services RFP #16-01 Prospective

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT Campus/Dept Purchase Order Number In order to be considered an independent contractor, you must not be an employee of the District, which includes

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

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

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C) Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New

More information

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO. 018-017 NOTICE The Liberty Public School District #53 (District) will accept proposals for video interviewing software as described in the attached

More information

SDUSD Self Certification Checklist

SDUSD Self Certification Checklist TITLE 2 Grants and Agreements Subtitle A OFFICE OF MANAGEMENT AND BUDGET (OMB) GUIDANCE FOR GRANTS AND AGREEMENTS CHAPTER II OFFICE OF MANAGEMENT AND BUDGET GUIDANCE PART 200 UNIFORM ADMINISTRATIVE REQUIREMENTS,

More information

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830)

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830) April 13, 2016 NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX. 78155 (830) 372-1930 REQUEST FOR QUALIFICATIONS PROFESSIONAL ANNUAL AUDITING SERVICES FOR FISCAL YEAR ENDING August

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Van Dyke Public Schools is requesting proposals from Energy Services Companies (ESCOs)

More information

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404) City of Forest Park Request for Proposals for the Forest Park Urban Redevelopment Agency (URA) Installation Ft. Gillem Forest Park, Georgia 30297 Mandatory Pre-Proposal Conference September 29, 2015 at

More information

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE Issued by the: Economic Development Corporation of the City of Detroit

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL Date Issued: November 14, 2016 Return Date & Time: Return To: December 6, 2016, 11:00 AM Keith Kazmark, RMC/CMC/MMC

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

SEALED BID. March 21, 2018

SEALED BID. March 21, 2018 NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8707 Please BID the following no later than 2:00pm, April 24, 2018 Please

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

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 Request for Competitive Sealed Proposals will be received in the Office of the Executive Director of Procurement & ecommerce

More information

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: RFP No. DPL-CL-1904 Issued: September 25, 2018 Due Date: October 16, 2018 at 2:00 p.m. Page 2 of 11 DPL-CL-1904 The

More information

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES Date Issued: November 13, 2017 Return Date & Time: Return To: December 14, 2017 no later than 11am Debra Sopronyi, Borough

More information

MILESTONES. Dial-in: Passcode: # INSTRUCTIONS

MILESTONES. Dial-in: Passcode: # INSTRUCTIONS RFP MILESTONES, INSTRUCTIONS AND INFORMATION This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is conservation and reclamation district of the State of Texas

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

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

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 7, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-02 Graphics Material for Buses The Greater Dayton

More information

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals

More information

Request for Proposals: Environmental Site Assessment for Single Property

Request for Proposals: Environmental Site Assessment for Single Property OBDD RFP No. C2019048 Request for Proposals: Environmental Site Assessment for Single Property Proposal due date: January 29, 2019 at 3:00 p.m. Pacific Time 1.0 SOLICITATION INFORMATION AND REQUIREMENTS

More information

REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE conduct business. The goal of Motor City Match is to help start new, permanent businesses in Detroit s commercial corridors by

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called

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

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS JANUARY 23, 2019 11:00 A.M. ADDRESS ALL PROPOSALS TO: TOWNSHIP ADMINISTRATOR

More information

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT Campus/Dept Purchase Order # In order to be considered an independent contractor, you must not be an employee of the District, which includes

More information

GUTTENBERG HOUSING AUTHORITY

GUTTENBERG HOUSING AUTHORITY GUTTENBERG HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et. seq. PROPOSALS MUST BE SUBMITTED BY Wednesday March

More information

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet LVIN ISD Purchasing Department Independent Contractor/Consultant Agreement CCA Packet Contracts with a yearly aggregate under $10,000 within a specified AISD category. Valid per school year. New Vendor

More information

Washington University in St. Louis

Washington University in St. Louis General Terms and Conditions 1. General Unless specified to the contrary in writing, on the face of the order or by attachment hereto, the following terms and conditions shall apply to the purchase of

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Tuesday, June 23, 2015 at 10:00 AM CST FOR: Fresh Apple Slices for Food Service RFP #15-02 Prospective

More information

Qualifications will be accepted until 10:00 AM on Monday August 15, 2016.

Qualifications will be accepted until 10:00 AM on Monday August 15, 2016. Purchasing Department 601 Camp Craft Road Austin TX 78746 512-732-9036 The Eanes Independent School District ( District ) wishes to establish a pool of professional service providers to support requirements

More information

If a vendor does not respond, the vendor will not appear on the approved vendor list, and will not be allowed to do business with Aldine ISD.

If a vendor does not respond, the vendor will not appear on the approved vendor list, and will not be allowed to do business with Aldine ISD. ALDINE INDEPENDENT SCHOOL DISTRICT Carlotta Nicholas, Director of Purchasing 2520 W.W. Thorne Blvd. Houston, TX 77073 Phone 281-985-6141 Fax 281-985-6399 bids@aldineisd.org NOTICE TO PROPOSERS Aldine Independent

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

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES The Capital Region Airport Authority (CRAA) hereby requests from persons, firms, or corporations, who meet the qualifications hereinafter set forth, proposals

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in

More information

CITY COLLEGE OF SAN FRANCISCO

CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS RFQ 166 ARCHITECTURAL/ENGINEERING DESIGN SERVICES ADDENDUM TWO Thursday August 2, 2018 CITY COLLEGE OF SAN FRANCISCO RFQ 166 DISTRICT-WIDE ARCHITECTURAL/ENGINEERING DESIGN SERVICES

More information

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas 78703-5399 March 22, 2016 REQUEST FOR QUALIFICATIONS The Austin Independent School District is soliciting Statements of Qualifications

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT BOROUGH of PINE HILL SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 5, 2017 10:00 A.M. ADDRESS ALL PROPOSALS TO: BUSINESS ADMINISTRATOR

More information

RFCSP EXCESS WORKERS COMPENSATION INSURANCE

RFCSP EXCESS WORKERS COMPENSATION INSURANCE Solicitation For Scope Direct all questions to: Pre-Bid Conference and Site Visitation: Send Response to Proposals will be received until: Public Opening Bid Security Anticipated Award Date NO BID NOTICE

More information

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019 Bidders Name: Address: City and State: Phone: Fax: E-Mail: TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ 08085 SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR

More information

Federal Acquisition Regulation Subcontract Flowdown Provisions

Federal Acquisition Regulation Subcontract Flowdown Provisions Federal Acquisition Regulation Subcontract Flowdown Provisions Clause 52.203-3 Gratuities 52.203-5 Covenant against contingent fees 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP (if

More information