OPERATIONS DEPARTMENT NO DRIVERS/STAFF UNIFORMS FOR THE TERM OF July 2016 THROUGH July ITB Data

Size: px
Start display at page:

Download "OPERATIONS DEPARTMENT NO DRIVERS/STAFF UNIFORMS FOR THE TERM OF July 2016 THROUGH July ITB Data"

Transcription

1 ITB Data ITB Number: Commodity Title: Drivers/Staff uniforms Issue Date: May 31, 2016 Bid Due Date Day/Date: June 29, 2016 Time: 2:00 P.M CST File: PDF Location & Address LATS Main Office 611 SW Bishop Rd. Lawton Ok Page 1 19

2 Bidders List Sullivan uniforms Alex or Trae Unifirst Uniforms Barrell Harden Cintas David Maxwell Clean Uniforms Mat Hixenbaugh Aramark Uniforms Evelyn Page 2 19

3 SPECIAL CONDITIONS Coordination of General Conditions, Specifications and Special Conditions The General Conditions, Specifications and Special Conditions are intended to be complementary and to describe and provide for a complete work. In the event that there are inconsistencies or discrepancies between provisions contained in these components of the contract documents, the Special Conditions and Specifications shall govern over the General Conditions. Uniforms acquired through this proposal will in part be funded by the Federal Transit Administration. (FTA) Therefore, proposals are subject to all applicable FTA regulations. The proposals will be opened June 30 th, 2016 at 10 A.M., at the LATS offices located at 611 SW Bishop Rd. in the LATS Main Office. Proposals must be received prior to June 29 th, 2016 at 2:00 p.m. Our current uniform will be on display at the aforementioned address until the opening of the proposals. To schedule a time to look at the uniform contact: Ryan Landers, (580) ext The awarding of the proposal will take place not more than five (5) working days after proposals have been opened. The awarding of the proposal will be based upon the following weighted analysis: The proposer s price of the materials and service 70% Demonstrations of proposer s ability to meet performance requirements on similar service projects 30% The bidder will be accepted for a period of no more than (3) three years with the option of a (2) two-year extension. The proposer must honor calculated prices the (2) two-year period. Any increases must be negotiated and may be subject to termination of contract. Bids must be ed to rlanders@ridelats.com in PDF format. Any questions relating to this proposal can be directed towards Ryan Landers, General Manager, (580) ext. 101 BIDDER EVALUATION Bidders must respond to all requirements as set forth in this ITB. A narrative description should set forth the proposer s plan to supply necessary uniform requirements. This description shall outline the qualifications of the organization to meet necessary quality, delivery and service training needs. The following areas of consideration will be used by LATS in making the selection of a supplier for the uniform-leasing contract. The supplier's narrative should provide necessary information to permit LATS to draw conclusions on each of the points noted. Page 3 19

4 SPECIAL CONDITIONS A. Understanding the Operator Requirements. This refers to the supplier's understanding of LATS operating environment, delivery requirements, inventory levels and storage capabilities, per individual employee and storage quantities for the facility. In summary, the supplier must show an understanding of the nature and scope of the services to be supplied. B. Supplier Qualifications. This criterion includes the ability of the supplier to meet the terms of this ITB especially the delivery constraints and the quality requirements. As part of this submission area, the proposer shall provide a listing of five current users in the state or adjacent states. This listing shall be for comparable operating agencies, which utilize, the service being proposed. The listing shall identify an agency contact person, including telephone number. C. Availability. Emphasis here is on the supplier's ability to respond to LATS needs. This should include a specification regarding ordering timetables and delivery turnaround. D. Professional Personnel. This refers to the competence of supplier personnel who would be assigned to the job. This area is of particular importance in evaluating whether or not the Operator will achieve maximum usability and, therefore, reduce costs over the long run. E. Cost. While this area will be weighted heavily, it will not be the sole deciding factor in the selection process. The bidder is required to submit his cost proposal on sheets provided in this package. The cost shall be a fixed rate for each item listed on this proposal and for each contract year. [END OF SPECIAL CONDITIONS] Page 4 19

5 SCOPE OF WORK SCOPE OF WORK 1. Bidders must comply with a minimum twenty-one (21) calendar day delivery schedule on all standard sizes; Unique sizes will be the only exception for noncompliance. Bidders shall list all sizes considered unique on a price sheet. A five (5) percent penalty will be assessed beginning on the twenty-second (22) calendar day of non-delivery. An additional five (5) percent penalty will be assessed every seven (7) calendar days subsequent the initial five (5) percent penalty for a time period not to exceed three (3) months. 2. Upon rewarded of the contract, the Vendor well measure and fit all personnel. Uniforms should be tailored to provide each employee with appropriate fit according to style of uniform and according to employee job duties. Vendor will maintain a record of each employee s size so that replacements can be ordered without re-fitting. 3. Bidders must provide a presentation of all items they plan to bid with (including 2 shirts 1 red and 1 light blue and color options for the 3 in 1 jacket). Bidders must also provide a LATS logo to show what it would look like on the items. Bidders must contact Ryan Landers at rlanders@ridelats.com to arrange an appointment time. INTENT It is the intent of these ITB specifications to establish initial pricing for the Uniform for a period of three (3) years. The quantities indicated below are projected estimates for a period of three (3) years. Therefore, bid quotes should reflect unit cost and shall remain firm for two (3) years after the date the bid is awarded. Please be advised that a sample of material for each item indicated below is to be submitted for review at time of bid opening. UNIFORMS Drivers DESCRIPTION Employee Quantity Trousers Black Long Sleeve Shirt Short Sleeve Shirts in 1 Jackets These are anticipated quantities. Actual quantities will be dependent on the number of uniforms replaced, the number of new maintenance employees hired and the amount of supplies needed on a weekly basis. Page 5 19

6 UNIFORMS Staff DESCRIPTION Employee Quantity Trousers Black 3-6 Polo Shirt various colors in 1 Jackets These are anticipated quantities. Actual quantities will be dependent on the number of uniforms replaced, the number of new maintenance employees hired and the amount of supplies needed on a weekly basis. Minimum Specifications 1. Poly/Cotton Uniforms a. Trousers (Black) Fabric should be Poly/Cotton Blend, one solid color. b. Style should be regular with straight legs having two (2) front easy entry pockets and two (2) rears Tapered with a boot cut along with seven (7) belt loops. c. Ladies slacks should be available upon request. 2. Shirt - Short/Long Sleeves a. Fabric shall be 4.25-oz 65/35 Poly/Cotton Blend Shirting being one solid color. (Red or light blue) b. Features include banded dress-shirt style collar with sewn-in stays, sevenbutton front, two large button-through chest pockets (left with pencil stall), and a two-piece back yoke. Long or short sleeve style has lined cuffs with button closure. Machine wash. c. The collar on shirt must be big enough to hold a clip on tie. Please provide a black colored regular size clip on tie as an option. 3. Jackets a. 3 in 1 jacket color to be selected after bid selection b. Interior jacket should be a lighter style and must be removable in durable fabric that has 2 pockets and has a zipper c. Outer jacket must be a heavier style for colder weather and also durable fabric that has 2 pockets and a zipper Page 6 19

7 4. Lettering or Identification a. Vendor must provide an embroidered logo (3 x 2 inches) reading LATS over the left pocket of each shirt. LATS will provide the logo to the vendor 6. Performance Requirements: SCOPE OF WORK a. Replacements should be provided within turnaround time for standard sizes and a three to four-week turnaround for non-standard sizes. b. Cost of replacement due to abuse will be the responsibility of LATS. 7. Billing: a. Billing is to be made on a monthly basis and mailed to the following address: LATS, P.O. Box 286 Lawton Ok Or to invoices@ridelats.com 8. Other Requirements: a. Successful bidder will appoint, by name a company representative who shall be responsible for servicing this contract. Services should include repairs, resizing, and billing etc. b. Provide a list of at least three (3) customer references, preferably within the local area. 9. Termination Clause: a. The failure of any contractor or supplier to the LATS to comply with the terms of this bid will subject any contract or purchase order to revocation. Page 7 19

8 10. Contract Period: The contract period shall be for a period of three (3) years with 2 one year options 11. Extensions: a. The bidder and LATS covenant and agree that this bid or subsequent contract may, with the mutual approval of the supplier and LATS, be extended under the same terms and conditions of this bid or contract for a period of Two (2) additional year. b. LATS shall notify the bidder of its intent to exercise the aforementioned option in writing prior to the termination of the current period. [END OF SCOPE OF WORK] Page 8 19

9 DBE APPROVAL CERTIFICATION I hereby certify that the Proposer has complied with the requirements of 49 CFR 26, participation by Disadvantaged Business Enterprises in DOT Programs, and that its goals have not been disapproved by the Federal Transit Administration. Signature of the Bidder or Proposer s Authorized Official Name, Title of the Bidder or Proposer s Authorized Official Date Page 9 19

10 DISADVANTAGED BUSINESS ENTERRPISE (DBE) UTILIZATION The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): The bidder/offeror is committed to a minimum of % DBE utilization on this contract. The bidder/offeror (if unable to meet the DBE goal of %) is committed to a minimum of % DBE utilization on this contract and submits documentation demonstrating good faith efforts. Name of bidder/offeror s firm: State Registration No.: Signature of the Bidder or Proposer s Authorized Official Name, Title of the Bidder or Proposer s Authorized Official Date Page 10 19

11 Federal Clauses, Certifications and Assurances Project Title: Vendor: Grant Number: Uniform Contract OK-90-X123 The Contractor agrees to the following Clauses, Certifications and Assurances, which are made a part of this contract. FEDERAL LAWS, REGULATIONS AND DIRECTIVES The Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Agreement (MA 15) dated October 2008 between the Recipient and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor s failure to so comply shall constitute a material breach of this contract. The Contractor also understands and agrees that Federal laws, regulations, and directives applicable to the Project may be amended and the Contractor agrees that the most recent Federal Laws and regulations, and directives will apply to the administration of the Project, unless FTA determines otherwise in writing. Initials ACCESS TO THIRD PARTY CONTRACTS RECORDS The Contractor agrees to provide to the U.S. Secretary of Transportation and the Comptroller General of the United states or their duly authorized representatives, access to all third party contract records as required by 49 U.S.C. Section 5324(g). The Contractor further agrees to provide access to procurement records as needed for compliance with Federal Laws and regulations or to assure proper Project management as determined by FTA. Initials NO FEDERAL GOVERNMENT OBLIGATIONS TO THIRD PARTIES In connection with the Project, the Contractor agrees that, absent the Federal Government s express consent, the Federal Government shall not be subject to any obligations or liabilities to any third party contractor, or other participant any tier of the Project, or person or entity that is not a party to the Grant Agreement or the Cooperative Agreement for the Project. Notwithstanding that the Federal Government has no obligations or liabilities to any entity other than to the Recipient, including any third party contractor, or other participant at any tier of the Project. Initials FALSE OR FRAUDULENT STATEMENTS OR CLAIMS The Contractor agrees to abide by the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. Section 3801 et. seq., 49 CFR Part 31 and 49 U.S.C. Section 5323(1), and 18 U.S.C. Section 1001., by certifying that all of his claims, records, representations and statements are true and accurate. Initials Page 11 19

12 RIGHT OF THE FEDERAL GOVERNEMENT TO TERMINATE Upon written notice the, the Contractor agrees that the Federal Government may suspend or terminate all or any part of the Federal assistance to be provided for the Project if the Contractor has violated the terms of the Grant Agreement or Cooperation Agreements for the Project including the applicable Master Agreement, or if the Federal Government determines that the purposes of the laws authorizing the Project would not be adequately served by the continuation of the assistance for the Project. The Contractor understands and agrees that any failure to make reasonable progress on the Project or any violation of the Grant Agreement or Cooperation Agreement for the Project, or the applicable Master Agreement that endangers substantial performance of the Project shall provide sufficient grounds for the Federal Government or the Recipient to terminate the project. If the Contractor has willfully misused Federal assistance by failing to make adequate progress the Federal Government reserves the right to require the Contractor to refund the entire amount of misused Federal assistance or any lesser amount as the Federal Government may determine. Initials ENERGY CONSERVATION The Contractor agrees to comply with applicable mandatory energy efficiency standards and policies of applicable State energy conservation plans issued in accordance with Energy Policy and Conservation Act, as amended, 42 U.S.C et seq., except to the extent that the Federal Government determines otherwise in writing. To the extent applicable, the Contractor agrees to perform an energy assessment for any building constructed, reconstructed, or modified with FTA assistance, as provided in FTA regulations, Requirements for Energy Assessments, 49 C.F.R. Part 622, Subpart C. Initials INTELLIGENT TRANSPORTATION SYSTEMS In connection with the project the Contractor agrees that it will comply with all applicable provisions of Section V (Regional ITS Architecture) and Section VI (Project Implementation) of FTA Notice, FTA National ITS Architecture Policy on Transit Projects at 66 FR 1455 et seq. January 8, 2001, and other FTA policies that may be issued in connection with any ITS project it undertakes financed with funds authorized under Title 49 or Title 23, U.S.C., except to the extent that FTA expressly determines otherwise in writing. Initials Page 12 19

13 GOVERNMENT WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) Executive Orders and U.S.C Section 6101 and 2 CFR Part 1200 This certification applies to subcontractors, material suppliers, vendors and other lower tier transaction. Instructions for Certification 1. By signing and submitting this proposal/contract, 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 person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has 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 meanings 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 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 debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the Page 13 19

14 eligibility of its principals. Each participant may, but is not required to, check the No Procurement List. 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 dealings. 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 suspended, Exhibit A 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 (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal DEPARTMENT or agency. (2) 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 proposal. Page 14 19

15 The undersigned hereby certifies to the best of his or her knowledge and belief: (1) That he or she is the fully authorized agent of the Prospective Participant in this project which involves Federal funding and has full knowledge and authority to make this certification. (2) That neither the Prospective Participant nor any person associated therewith in the capacity of director, officer, manager, auditor or accountant, nor any person in a position involving the administration of federal funds: a. Is currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; and b. Has been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past three (3) years; and c. Has a proposed debarment pending; and has been indicted, convicted, or had a civil judgment rendered against any of the aforementioned by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three years, except: If none, so state by entering the word none. Contractor Date NONDISCRIMINATION CERTIFICATION During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest hereby covenants and agrees as follows: Civil Rights-The Contractor agrees to comply with all applicable civil rights laws and regulation, in accordance with applicable Federal directives, except to the extent that the Federal Government determine otherwise in writing. These include but are not limited to the following: Nondiscrimination in Federal Public Transportation Programs. The Contractor agrees to comply, and assures the compliance at any tier of the Project, with the provisions of 49 U.S.C. Section 5332, which prohibits discrimination on the basis of race, color, creed, national origin, sex, or age and prohibits discrimination in employment or business opportunity. Nondiscrimination-Title VI of the Civil Rights Act. The Contractor aggress to comply, and assures at any tier of the Project, with the Provisions of Title VI of Civil Rights Act of 1964, as amended, 42 U.S.C. Section 2000d et. seq. and with DOT regulations, 49 CFRPart 21 and FTA Circular A and other Federal directives that may be issued. Page 15 19

16 Equal Employment Opportunity. The Contractor agrees to comply, and assures the compliance at any tier of the Project, with all equal employment opportunity (EEO) provisions of 49 U.S.C. Section 5332, with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. Section 2000e, and implementing Federal regulations. The Contractor agrees that he/she will not discriminate against employee or applicant for employment because of race, color, creed, sex, pr national origin. Such action shall include, but not be limited to employment, upgrading, demotions or transfers, recruitment or recruitment advertising, layoffs or terminations; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Equal Employment Opportunity Requirements for Construction Activities. Not Applicable. Disadvantaged Business Enterprise. To the extent authorized by Federal law, the Contractor agrees to facilitate participation by Disadvantaged Business Enterprises (DBEs) on the Project in accordance with 1101(b) of SAFETEA-LU, U/S.C. Section 101and 49 CFR Part 26. Nondiscrimination on the Basis of Age. The Contractor agrees to comply with all applicable requirements of The Age Discrimination Act of 1975, as amended, 42 U.S.C Section 6101 et.seq. and 45 CFR Part 90, The Age Discrimination in Employment Act, 29 U.S.C. Section 621 through 634 and 29 CFR Part Access for Individuals with Disabilities. The Contractor aggress to comply with all applicable requirements with 49 U.S.C. Section5301(d), which state the Federal policy that elderly individuals and individuals with disabilities have the same rights as other individuals to use public transportations services and facilities. The Contractor also agrees to comply with section 504 of the Rehabilitation Act of 1973, as amended, with 29 U.S.C. Section 794, Americans Disabilities Act of 1990, as amended, 42 U.S.C. Sections 4151 et.seq.,49 CFR Part 37, 49 CFR Part 27, 28 CFR Parts 35 and 36, 41 CFR Subpart , 41 CFR Part 1630, 47 CFR Part 64, Subpart F and 49 CFR Part 609. Drug and Alcohol Abuse-Confidentiality and Other Civil Rights Protection. Not Applicable. Page 16 19

17 Access to Services for Persons with Limited English Proficiency. To the extent applicable the Contractor agrees to facilitate compliance with Executive Order N , 42 U.S.C. Section 2000d-1 note and 70 CFR 74087, dated December 14, Environment Justice. The Contractor agrees to facilitate compliance with the provisions of Executive Order No and 42 U.S.C. Section 4321 note. Contractor Date Page 17 19

18 ANTI-COLLUSION AFFIDAVIT The following affidavit is submitted by Contractor as a part of this bid and proposal: STATE OF OKLAHOMA ) ) ss COUNTY OF COMANCHE ) The undersigned deponent, of lawful age, being duly sworn, upon his oath, deposes and says: That he has lawful authority to execute the within and foregoing proposal; that he has executed the same by subscribing his name hereto under oath for an on behalf of said Contractor; that the Contractor has not, directly or indirectly, entered into an agreement, express or implied, with any Contractor or Contractors, having for its object controlling of the price or amount of such bid or proposal, the limiting of the proposal or the Contractor, the parceling or farming out to any Contractor or Contractors or other persons of any part of the subject matter of the bid or proposal or of the profits thereof, and that he has not and will not divulge the sealed proposal to any person whomsoever, except those having a partnership or other financial interest with him in said bid or proposal, until after the sealed bids or proposals are opened. Deponent further states that the Contractor has not been a party to any collusion among Contractors or prospective Contractors in restraint of freedom of competition by agreement to bid at a fixed price, or to refrain from bidding; or with any Trust official or employee as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussions between Contractors and any Trust official concerning exchange of money or other things of value for special consideration in the letting of a contract; that the Contractor has not paid, given or donated or agreed to pay, give or donate to any officer or employee of the Trust any money or other thing of value; either directly or indirectly, in the procuring of the award of the contract pursuant to this proposal. SIGNED: BY: TITLE: Contractor Subscribed and sworn to before me this day of,2016 My commission expires: (Notary Public) Page 18 19

19 Page 19 19

LATS 611 SW Bishop RD, Lawton, OK 73501

LATS 611 SW Bishop RD, Lawton, OK 73501 Lawton Area Transit System (LATS) RFP 2017-33 Request for Proposals and specifications to install poles with bus stop for 5 bus stops & removal of 22 bus poles with signs LATS 611 SW Bishop RD, Lawton,

More information

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR PAGE 1 of 9 Federal Transit Administration (FTA) Required Clauses for Operations Contracts under the 2011 Section 5310 Purchase of Service Contract for the Southeast NH RCC through COAST A. ACCESS TO RECORDS

More information

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR FEDERAL CLAUSES 4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C. 1241 46 CFR Part 381 Applicability to Contracts: The Cargo Preference requirements apply to all contracts involving equipment, materials, or commodities

More information

Federal Certification Forms

Federal Certification Forms Federal Certification Forms Document 1. HUD Certificate Regarding Debarment and Suspension Instructions for Completion Submit with contract at execution. 2. EEO Certification Submit with contract at execution.

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

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

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

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

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

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

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

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

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

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

INVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES

INVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES INVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES April 10, 2014 INVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES The County of Lackawanna Transit System

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

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

REQUEST FOR SEALED PROPOSALS

REQUEST FOR SEALED PROPOSALS REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS CITY REDEVELOPMENT ATTORNEY 2015 CITY OF WOODBURY 33 DELAWARE STREET WOODBURY GLOUCESTER COUNTY NEW JERSEY, 08096 Proposal

More information

REQUEST FOR PROPOSALS. Computer Processing Units and Monitors. Full Employment Council, Inc. (FEC)/American Job Center (AJC)

REQUEST FOR PROPOSALS. Computer Processing Units and Monitors. Full Employment Council, Inc. (FEC)/American Job Center (AJC) REQUEST FOR PROPOSALS Computer Processing Units and Monitors Full Employment Council, Inc. (FEC)/American Job Center (AJC) PRE-BID CONFERENCE 10:00 AM THURSDAY, JULY 28, 2016 ********************************

More information

CONSTRUCTION LESS THAN $100,000

CONSTRUCTION LESS THAN $100,000 Michigan Department Of Transportation 3162A (02/14) CONSTRUCTION LESS THAN $100,000 Page 1 of 12 INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain

More information

DISADVANTAGED BUSINESS ENTERPRISE

DISADVANTAGED BUSINESS ENTERPRISE DISADVANTAGED BUSINESS ENTERPRISE I. Policy It is the policy of the City of Gardena that Disadvantaged Business Enterprises (DBEs) shall have the maximum opportunity to participate in contracts and subcontracts.

More information

BOROUGH OF POTTSTOWN POTTSTOWN AREA RAPID TRANSIT MONTGOMERY COUNTY PENNSYLVANIA

BOROUGH OF POTTSTOWN POTTSTOWN AREA RAPID TRANSIT MONTGOMERY COUNTY PENNSYLVANIA BOROUGH OF POTTSTOWN POTTSTOWN AREA RAPID TRANSIT MONTGOMERY COUNTY PENNSYLVANIA Request for Proposals For Transportation Consulting Services Advertisement Date: April 21, 2014 Mandatory Pre-Proposal Meeting:

More information

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS 00710 for FTA-funded projects TABLE OF CONTENTS ARTICLE FTA-1 ARTICLE FTA-1. DEFINITIONS 00710-4 1.1 C.F.R. 00710-4 1.2 DOT 00710-4 1.3 EPA 00710-4 1.4 FTA 00710-4 1.5 U.S.C. 00710-4 ARTICLE FTA-2 ACCESS

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional engineering firms

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 PROPOSAL (RFP) Marketing & Public Relations Services for Concord Kannapolis Area Transit RFP #070717

REQUEST FOR PROPOSAL (RFP) Marketing & Public Relations Services for Concord Kannapolis Area Transit RFP #070717 REQUEST FOR PROPOSAL (RFP) Marketing & Public Relations Services for Concord Kannapolis Area Transit RFP #070717 RFP Circulation Date: July 7 th, 2017 Proposal Submission Deadline: July 24 th, 2017 5:00pm

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional real estate appraisal

More information

GREATER ROANOKE TRANSIT COMPANY (GRTC) d/b/a VALLEY METRO 1108 Campbell Avenue, S.E. Roanoke, Virginia 24013

GREATER ROANOKE TRANSIT COMPANY (GRTC) d/b/a VALLEY METRO 1108 Campbell Avenue, S.E. Roanoke, Virginia 24013 DATE: January 3, 2019 RFQ 18-GRTC-1219 Transfers From: Tyler Linkenhoker, Director of Procurement E-mail Address: tlinkenhoker@valleymetro.com Telephone number: (540) 982-0305 ext. 116 Fax number: (540)

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

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

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

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

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

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES The vendor awarded this contract must adhere to the all FTA-required clauses included in Exhibit C. Appendix D of this RFP is an acknowledgment of these clauses

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

General Terms and Conditions Associated with FTA Contracts:

General Terms and Conditions Associated with FTA Contracts: General Terms and Conditions Associated with FTA Contracts: The following general terms and conditions will govern the basic Agreement and are a part thereof. 1. FINANCIAL ASSISTANCE: The work provided

More information

Request for Proposal for Professional Services

Request for Proposal for Professional Services Request for Proposal for Professional Services Purpose: The following procedures are designed to provide for a fair and open process in awarding professional services based on qualifications, merit and

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

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

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY Contract Term 3 Year July 1, 2014 through June 30, 2017 SUBMISSION

More information

C17FT RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE

C17FT RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE 2017-0017.07 C17FT101957232 RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE PART 3 - ATTACHMENTS ATTACHMENT A: ATTACHMENT B: ATTACHMENT C: ATTACHMENT D: ATTACHMENT E: ATTACHMENT F: ATTACHMENT

More information

REQUEST FOR QUALIFICATIONS TOWNSHIP AUDITOR

REQUEST FOR QUALIFICATIONS TOWNSHIP AUDITOR REQUEST FOR QUALIFICATIONS TOWNSHIP AUDITOR TOWNSHIP OF MANTUA SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 9, 2016 10:00 A.M. ADDRESS ALL PROPOSALS TO: Township of Mantua Attn:

More information

FEDERAL REQUIREMENTS. The following access to records requirements apply to the Contract resulting from this RFB:

FEDERAL REQUIREMENTS. The following access to records requirements apply to the Contract resulting from this RFB: FEDERAL REQUIREMENTS FR 1. Access to Records The successful Offeror agrees to maintain all books, records, accounts and reports required under the Contract resulting from this RFB for a period of not less

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

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

REQUEST FOR PROPOSAL FINANCIAL AND COMPLIANCE AUDIT

REQUEST FOR PROPOSAL FINANCIAL AND COMPLIANCE AUDIT REQUEST FOR PROPOSAL 2016-09 FINANCIAL AND COMPLIANCE AUDIT The Bay Metropolitan Transportation Authority is presently soliciting proposals from qualified professional auditing firms to provide audit services

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

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

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0056-B01 Contract Name/Description: A. Chester Redshaw Elementary

More information

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0061-B01 Contract Name/Description: New Joseph C. Caruso

More information

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 REQUESTS FOR PROPOSALS NOTICE OF SOLICITATION FOR PROFESSIONAL SERVICES FOR THE 2018-2019 SCHOOL YEAR Notice

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

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from individuals or firms licensed in the State

More information

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019 TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019 NOTICE IS HEREBY GIVEN that sealed submissions will be received by

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

SUBCONTRACT AGREEMENT NAME OF PROJECT

SUBCONTRACT AGREEMENT NAME OF PROJECT SUBCONTRACT AGREEMENT NAME OF PROJECT THIS SUBCONTRACT AGREEMENT is made this day of, 201 by and between the SOUTH JERSEY TRANSPORTATION AUTHORITY, having its principal offices located at the Farley Service

More information

CDBG-DR PUBLIC INFRASTRUCTURE PROGRAM REQUIRED PROCUREMENT AND CONTRACT DOCUMENTS

CDBG-DR PUBLIC INFRASTRUCTURE PROGRAM REQUIRED PROCUREMENT AND CONTRACT DOCUMENTS ADDENDUM TO CONTRACT CDBG-DR PUBLIC INFRASTRUCTURE PROGRAM REQUIRED PROCUREMENT AND CONTRACT DOCUMENTS INSTRUCTION TO BCC PARTNERS AND SPECIAL DISTRICTS This packet contains general conditions for use

More information

REQUEST FOR SEALED PROPOSALS

REQUEST FOR SEALED PROPOSALS REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS LABOR ATTORNEY 2017 CITY OF WOODBURY 33 DELAWARE STREET WOODBURY GLOUCESTER COUNTY NEW JERSEY, 08096 Proposal acceptance

More information

Request for Proposals #2018-4

Request for Proposals #2018-4 Request for Proposals #2018-4 For Consultant Services in Support of the Development of a Strategic Operating Plan Released October 15th, 2018 The San Miguel Authority for Regional Transportation (dba SMART)

More information

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000)

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000) PROVISION APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000) Professional Services/A&E No Federal Gov t Obligations

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9] APSU Contract Number AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [Must match name on W9 or SW9] This Agreement is made this [date] day of [month], 2018, by and between Austin Peay State University,

More information

2014 NEW JERSEY SUPPLEMENTAL NUTRITION ASSISTANCE PROGRAM EMPLOYMENT AND TRAINING PROVIDER (NJ SNAP ETP) PROJECT

2014 NEW JERSEY SUPPLEMENTAL NUTRITION ASSISTANCE PROGRAM EMPLOYMENT AND TRAINING PROVIDER (NJ SNAP ETP) PROJECT 2014 NEW JERSEY SUPPLEMENTAL NUTRITION ASSISTANCE PROGRAM EMPLOYMENT AND TRAINING PROVIDER (NJ SNAP ETP) PROJECT REQUEST FOR PROPOSALS LIST OF ATTACHMENTS ATTACHMENT A ATTACHMENT B ATTACHMENT C ATTACHMENTS

More information

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY SEEKS PROPOSALS FOR FINANCIAL ADVISORY CONSULTANT SERVICES FOR THE PERIOD JANUARY 1, 2018 TO DECEMBER 31, 2018 Introduction Pursuant to the Fair

More information

REQUEST FOR PROPOSALS. TRANSIT PLANNING SOFTWARE AS A SERVICE (SaaS)

REQUEST FOR PROPOSALS. TRANSIT PLANNING SOFTWARE AS A SERVICE (SaaS) REQUEST FOR PROPOSALS TRANSIT PLANNING SOFTWARE AS A SERVICE (SaaS) The Knoxville Knox County Metropolitan Planning Commission (MPC) in cooperation with Knoxville Area Transit (KAT) seeks Proposals for

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

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

REQUEST FOR PROPOSALS TO PROVIDE TIRES

REQUEST FOR PROPOSALS TO PROVIDE TIRES REQUEST FOR PROPOSALS TO PROVIDE TIRES INTRODUCTION The Metropolitan Tulsa Transit Authority (MTTA) is requesting proposals from qualified firms to provide tires for our bus and van fleet as described

More information

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

More information

TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS

TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS PROFESSIONAL SERVICE: COAH/AFFORDABLE HOUSING ATTORNEY SUBMISSION DATE: January 31, 2013

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

NOTICE TO BIDDERS. Four (4) 2018 Harley Davidson Road King Police Model Motorcycles (FLHP) in solid luxury blue or equal

NOTICE TO BIDDERS. Four (4) 2018 Harley Davidson Road King Police Model Motorcycles (FLHP) in solid luxury blue or equal NOTICE TO BIDDERS NOTICE IS HERE BY GIVEN, that sealed Bids will be received by the Board of Commissioners of the City of Union City, County of Hudson, State of New Jersey on June 20, 2017 at 10:30 a.m.

More information

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES Submission Date: June 9, 2015 By: Adrian Pollio School Business Administrator/ Board Secretary Page 1 of 19 Lincoln Park

More information

JARC/New Freedom Monitoring Manual

JARC/New Freedom Monitoring Manual JARC/New Freedom Monitoring Manual October 2008 1 I. Introduction The Regional Transportation District (RTD) was created in 1969 by the Colorado General Assembly to develop, operate, and maintain a mass

More information

Request for Proposals Transit Signal Priority Concept of Operations

Request for Proposals Transit Signal Priority Concept of Operations Request for Proposals Transit Signal Priority Concept of Operations January 2019 Rogue Valley Transportation District 3200 Crater Lake Ave Medford, OR 97504 1 TABLE OF CONTENTS Section Topic Page No. PART

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS Board Date: August 3, 2017 HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO Software

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

Ocean County Board of Health Request for Qualifications Nurse Practitioner Services for Clinics RFQ# Q110918E

Ocean County Board of Health Request for Qualifications Nurse Practitioner Services for Clinics RFQ# Q110918E Ocean County Board of Health Request for Qualifications Nurse Practitioner Services for Clinics RFQ# Q110918E RFQ Due Date: 4:30 pm on December 5, 2018 In accordance with N.J.S.A. 19:44a-20.4 et seq.,

More information

REQUEST FOR PROPOSAL INDEPENDENT AUDIT SERVICES FLINT HILLS REGIONAL COUNCIL, INC.

REQUEST FOR PROPOSAL INDEPENDENT AUDIT SERVICES FLINT HILLS REGIONAL COUNCIL, INC. REQUEST FOR PROPOSAL INDEPENDENT AUDIT SERVICES FLINT HILLS REGIONAL COUNCIL, INC. Fiscal Year Ended December 31, 2017 with the option to renew for two (2) additional years Release Date: November 30, 2017

More information

Professional Information and Qualifications

Professional Information and Qualifications City of Union City Request for Qualifications from Individuals of Firms Interested in Serving as Health Insurance Consultant & Broker to the City of Union City for the Period of August 1, 2018 through

More information

Invitation to Bid. DESCRIPTION OF WORK: New, Domestically Produced Turnout Frogs conforming to the attached Pan Am Railways specifications.

Invitation to Bid. DESCRIPTION OF WORK: New, Domestically Produced Turnout Frogs conforming to the attached Pan Am Railways specifications. Invitation to Bid NORTHERN NEW ENGLAND PASSENGER RAIL AUTHORITY DOMESTICALLY PRODUCED TURNOUT FROGS 2017 AMTRAK DOWNEASTER CAPITAL MAINTENANCE PROJECT BID # 17-007 BID OPENING TIME AND LOCATION: Sealed

More information

Request for Proposals Transit Shelter Maintenance

Request for Proposals Transit Shelter Maintenance Request for Proposals Transit Shelter Maintenance RFP Release: April 7, 2014 Proposal Deadline: May 16, 2014 Contract Award: May 21, 2014 Agreement takes effect: July 1, 2014 Eric Wolf, General Manger

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] APSU Contract Number C-18-0000 AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] This Agreement is made this [date] day of [month], 20, by and between Austin Peay State University, hereinafter

More information

Federal Clauses and Certifications for Federal Transit Administration (FTA) Funded Procurements

Federal Clauses and Certifications for Federal Transit Administration (FTA) Funded Procurements Federal Clauses and Certifications for Federal Transit Administration (FTA) Funded Procurements ALL CLAUSES & CERTIFICATIONS HEREINAFTER ARE PROVIDED FOR PROCUREMENTS (AS APPLICABLE) INVOLVING FTA ASSISTANCE,

More information

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA)

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA) Hancock County Bar Harbor Airport Trenton, ME 2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA) Request for Proposals

More information

PROPOSAL REQUEST. Sumner County Sheriff s Office

PROPOSAL REQUEST. Sumner County Sheriff s Office PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

GUTTENBERG HOUSING AUTHORITY

GUTTENBERG HOUSING AUTHORITY GUTTENBERG HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR GENERAL 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 Wednesday March

More information

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES 600 S. Grand Central Parkway, Suite 350 Las Vegas, Nevada 89106-4512 702-676-1500 Fax: 702-676-1518 Tina Quigley, General Manager September 17, 2015 ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO. 15-069 CONSTRUCTION

More information

Department of Transportation Mitchell Region Office

Department of Transportation Mitchell Region Office Connecting South Dakota and the Nation Department of Transportation Mitchell Region Office PO Box 1206 Mitchell, SD 57301-7206 605/995-8129 FAX: 605/995-8135 September 15, 2017 TO: Interested Bidders (pdf

More information

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION TOWNSHIP OF PEQUANNOCK REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION The Township of Pequannock, a municipal corporation in the County of Morris and the

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

PUBLIC NOTICE BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY 1551 HIGHWAY 88 WEST, BRICK, NJ NOTICE OF SOLICITATION FOR RFQs

PUBLIC NOTICE BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY 1551 HIGHWAY 88 WEST, BRICK, NJ NOTICE OF SOLICITATION FOR RFQs PUBLIC NOTICE BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY 1551 HIGHWAY 88 WEST, BRICK, NJ 08724 NOTICE OF SOLICITATION FOR RFQs Notice is hereby given that pursuant to the provisions of N.J.S.A. 19:44A-20.5

More information

INVITATION FOR BIDS (IFB#16-003) for LIFT TRUCK/FORKLIFT. by SAN LUIS OBISPO REGIONAL TRANSIT AUTHORITY

INVITATION FOR BIDS (IFB#16-003) for LIFT TRUCK/FORKLIFT. by SAN LUIS OBISPO REGIONAL TRANSIT AUTHORITY INVITATION FOR BIDS () for LIFT TRUCK/FORKLIFT by SAN LUIS OBISPO REGIONAL TRANSIT AUTHORITY Key IFB Dates Issued: May 10, 2016 Written Questions: May 19, 2016 Response to Questions May 27, 2016 Submit

More information

St. George CCSD #258

St. George CCSD #258 St. George CCSD #258 ATTENTION Please read specifications for complete proposal instructions! Specifications Mowing and Lawn Services Proposals Due At: St. George CCSD #258 5200 E. Center Street Bourbonnais,

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

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL REQUEST. Sumner County Emergency Medical Service PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County

More information

REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES

REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES Issued by the The Somerset County Joint Insurance Fund Date Issued: November 30, 2018 Responses Due by

More information