San Luis Obispo Regional Transit Authority
|
|
- Jerome Peters
- 5 years ago
- Views:
Transcription
1 San Luis Obispo Regional Transit Authority REQUEST FOR PROPOSALS Purchase and Installation of Transit Ticket Vending Machines ISSUING OFFICE: San Luis Obispo Regional Transit Authority 179 Cross Street San Luis Obispo, CA Release Request for Proposals (RFP) January 27, 2016 Pre-Proposal Conference (2:00 p.m. PST) February 5, 2016 Submit Questions & Clarifications (4:00 p.m. PST) February 16, 2016 Proposals Due (4:00 p.m. PST) February 29, 2016 Pre-Award Survey and Screening March 4, 2016 Selection of Proposer March 8, 2016
2 Table of Contents PUBLIC NOTICE 1 PROPOSERS CHECK LIST 2 SECTION 1 4 INSTRUCTIONS AND CONDITIONS INSTRUCTIONS AND CONDITIONS FOR THE REQUEST FOR PURCHASE AND INSTALLATION OF TRANSIT TICKET VENDING MACHINES PURPOSE AND SCHEDULE PURPOSE SCHEDULE EXISTING CONDITIONS GENERAL DESCRIPTION VEHICLE FLEET FACILITIES TECHNOLOGY AND INFRASTRUCTURE ELECTRONIC FARE EQUIPMENT CONDITIONS SINGLE PROPOSER REQUIREMENTS ADHERENCE TO PROPOSAL FORM COMPENSATION PROJECT COORDINATION AND KEY PERSONNEL QUALIFICATIONS REQUIRED SUBMITTAL REQUIRED CONTENTS OPERATIONAL COST ANALYSIS AWARD PRE-CONTRACTUAL EXPENSES VERBAL AGREEMENT OR CONVERSATION SPECIAL FUNDING CONSIDERATIONS ALTERNATIVES AND EXCEPTIONS NON-EXCLUSIVITY OF CONTRACT RESERVED ISSUING OFFICE AND POINT OF CONTACT CONTRACT 14
3 PROPOSAL DUE DATE DISCLOSURE OF OWNERSHIP REQUIRED FEDERAL CLAUSES ENERGY CONSERVATION RESTRICTIONS ON LOBBYING ACCESS TO AND INSPECTION TO RECORDS FEDERAL CHANGES RECYCLED PRODUCTS NO OBLIGATION BY THE FEDERAL GOVERNMENT PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS TERMINATION NON-COLLUSION GOVERNMENT-WIDE DEBARMENT AND SUSPENSION COMPLIANCE WITH THE PRIVACY ACT CIVIL RIGHTS REQUIREMENTS PROTEST AND DISPUTE DISADVANTAGE BUSINESS ENTERPRISE (DBE) ADVISORY FEDERAL TRANSIT ADMINISTRATION TERMS LIQUIDATED DAMAGES PROGRESS PAYMENTS PROHIBITIVE INTERESTS FINANCIAL STATEMENTS CONFLICT OF INTERESTS BUY AMERICA OTHER REQUIRED CLAUSES: PROPOSER S REPRESENTATION CERTIFICATION OF ELIGIBILITY PROPOSAL ACCEPTANCE AND REJECTION SINGLE PROPOSAL GOVERNING LAW TERM OF CONTRACT INSURANCE SELECTION CRITERIA SELECTION PROCESS 31
4 SECTION 2 DRAFT AGREEMENT PURPOSE SCOPE-OF-WORK TERM OF CONTRACT COMPENSATION AND METHOD OF PAYMENT CONTROL INTEGRATION/MODIFICATIONS OF AGREEMENT CONTRACT ASSIGNMENTS COMMUNICATIONS OWNERSHIP OF DOCUMENTS WORKER S COMPENSATION CONTRACTOR S EMPLOYEE RESPONSIBILITIES INSURANCE PRIME CONTRACTOR RESPONSIBILITIES HEADINGS RETENTION OF RECORDS INDEMNIFICATION ADDITIONAL SERVICES CHANGES IN SCOPE-OF-WORK CONFLICTING USE LIAISON LIQUIDATED DAMAGES WAIVERS SEVERABILITY ENERGY CONSERVATION RESTRICTIONS ON LOBBYING ACCESS TO AND INSPECTION TO RECORDS FEDERAL CHANGES RECYCLED PRODUCTS NO OBLIGATION BY THE FEDERAL GOVERNMENT PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS TERMINATION 44
5 32. NON-COLLUSION GOVERNMENT-WIDE DEBARMENT AND SUSPENSION COMPLIANCE TO THE PRIVACY ACT CIVIL RIGHTS REQUIREMENTS DISPUTE DISADVANTAGE BUSINESS ENTERPRISE (DBE) ADVISORY FEDERAL TRANSIT ADMINISTRATION TERMS CONTRACTOR S REPRESENTATION CERTIFICATION OF ELIGIBILITY GOVERNING LAW INTEREST OF MEMBERS OF, OR DELEGATES TO CONGRESS PROHIBITIVE INTERESTS CONFLICT OF INTERESTS FLY AMERICA CARGO PREFERENCE CLEAN WATER CLEAN AIR BUY AMERICA 50 SECTION QUANTITY AND LOCATION REQUIREMENTS & DELIVERABLES OPERATIONAL COST ANALYSIS DATA SYSTEM REQUIREMENTS INSTALLATION COMPLETE SYSTEM CONDITION OF PROPOSED EQUIPMENT DOCUMENTATION, TECHNICAL ASSISTANCE, AND MAINTENANCE SYSTEM HELP CORRECTIVE MAINTENANCE DRAWINGS, OPERATIONAL INSTRUCTIONS & MANUALS TRAINING WARRANTY WARRANTY SCOPE OF WARRANTY REPAIRS 69
6 EXTENSION OF WARRANTY LICENSING AND OWNERSHIP SOFTWARE LICENSES DELIVERY AND IMPLEMENTATION SCHEDULE BRANDING 73 SECTION 4 75 FORMS 75 PROPOSAL FORM 1 77 PROPOSAL FORM 2 78 ADDENDUM RECEIPT 78 SECTION 5 - REQUIRED CERTIFICATIONS 79 CERTIFICATION OF RESTRICTIONS ON LOBBYING 81 CERTIFICATION OF NON-COLLUSION 83 ELIGIBILITY 85 AFFIDAVIT CONCERNING CONFLICTS OF INTEREST AND NON-COMPETITIVE PRACTICES 87 CERTIFICATION CONCERNING CONTROL OF PROPOSER S EMPLOYEE 89 LOCATION INFORMATION 95 FUNCTIONAL MATRIX/TECH SPECS 97
7 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e 1 PUBLIC NOTICE REQUEST FOR PROPOSAL FOR PURCHASE AND INSTALLATION OF TRANSIT TICKET VENDING MACHINES The San Luis Obispo Regional Transit Authority (RTA), located on the California central coast, operates a public bus fixed route service and complementary paratransit services within and adjacent to San Luis Obispo County. RTA invites proposals for purchase and installation of one (1) transit ticket vending machine system, with the option of up to six (6) additional ticket vending machines. RTA seeks proposals from qualified firms with strong experience in all aspects of electronic revenue collection and management systems for public transit operations, fare revenue collection best practices, fare revenue security, etc. Proposal packages may be obtained by ing your request to the project manager listed below. Please include your company name, street address, phone, fax, and address, along with the name of the RFP you are requesting. For additional information, please contact Michael Seden-Hansen, Special Projects Coordinator, at (805) X1147 or via at mseden-hansen@slorta.org. All prospective proposers are invited to attend a non-mandatory pre-proposal meeting to be held on Friday, February 5, 2016, at 2:00 p.m. PST, in the upstairs conference room of the RTA operations facility located at 179 Cross Street, San Luis Obispo, CA. ALL PROPOSALS MUST BE RECEIVED BY RTA 4:00 P.M. PST, ON MONDAY, FEBRUARY 29, 2016 NO PROPOSALS WILL BE ACCEPTED AFTER THIS TIME AND DATE. PROPOSALS WILL REMAIN SEALED AND UNOPENED. PROPOSALS WILL NOT BE PUBLICLY OPENED. Proposing firms must not be on the Comptroller General s list of ineligible proposers. The Proposer will be required to comply with all applicable Equal Employment Opportunity Laws and Regulations. Disadvantaged Business Enterprises will be afforded full opportunity to submit proposals in response to this Request for Proposals and will not be subjected to discrimination on the basis of race, color, sex, or national origin in consideration for an award. All correspondence shall be in writing and directed to: Michael Seden-Hansen San Luis Obispo Regional Transit 179 Cross Street, Suite A San Luis Obispo, CA (805) mseden-hansen@slorta.org
8 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e 2 PROPOSERS CHECK LIST Instructions. Each proposal submitted shall include the items listed below. The following list is for convenience ONLY. Proposers are entirely responsible for the submission of a properly executed proposal, and should carefully read the entire specification package in order to be fully aware of all requirements. Failure to comply in all respects may result in rejection of a proposal as non-responsive. SUBMITTED YES NO PROPOSER S CHECK LIST Organization Information Background, References, and Similar Projects Statement of Qualifications Performance Monitoring and Quality Control Work and Implementation Plan Product and Solution Project Schedule Signature Authority Personnel Pricing Proposal per Form 1 Insurance Coverage Insurance Certificate RFP Addenda Financial Statements Form 1: Pricing Proposal Form 2: Addendum Receipt Certification 2.1: Restrictions on Lobbying Certification 2.2: Non-Collusion Certification 2.3: Eligibility Certification 2.4: Conflict of Interests Certification 2.5: Control of Proposer s Employees Certification 2.6: Buy America Certification 2.7: DBE
9 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e 3 This page left intentionally blank
10 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e 4 SECTION 1 INSTRUCTIONS AND CONDITIONS
11 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e INSTRUCTIONS AND CONDITIONS FOR THE REQUEST FOR PURCHASE AND INSTALLATION OF TRANSIT TICKET VENDING MACHINES. 1.1 Purpose and Schedule Purpose The San Luis Obispo Regional Transit Authority (referred as RTA hereinafter), located on the California Central Coast, provides intracity and intercity fixed route, as well as demand response services, within and adjacent to San Luis Obispo County. This request for proposals describes the responsibilities of the Proposer for the purchase and installation of Transit Ticket Vending Machines Schedule The tentative procurement schedule is illustrated below: Task Date Release Request for Proposals (RFP) January 25, 2016 Pre-Proposal Conference (2:00 p.m. PST) February 5, 2016 Submit Questions & Clarifications (4:00 p.m. PST) February 16, 2016 Proposals Due (4:00 p.m. PST) February 29, 2016 Pre-Award Survey and Screening March 4, 2016 Selection of Proposer March 8, Existing Conditions General Description RTA was created in 1989 through creation of a Joint Powers Authority, to provide regional management for fixed-route transportation services, as well as the regional paratransit service (Runabout). Runabout, although established in 1977, became the sole Americans with Disabilities Act (ADA) complementary paratransit provider in 2001 for all fixed route services in San Luis Obispo County. RTA s service area includes all of San Luis Obispo County and extends into the northern part of Santa Barbara County (Santa Maria). The RTA Board of Directors consists of a representative from all of the cities in which transportation services are provided, as well as all five San Luis Obispo County Supervisors. These cities consist of Arroyo Grande, Atascadero, Grover Beach, Morro Bay, Paso Robles, Pismo Beach, and San Luis Obispo. In August 2009, RTA assumed direct operation and maintenance of all fixed route and Runabout services; prior to then, RTA contracted with private companies for services. RTA provides administration and vehicle maintenance for South County Transit, which operates local fixed-route services in the cities of Pismo Beach, Grover Beach and Arroyo Grande, as well as the nearby unincorporated area. Similarly, Paso Express local fixed-route services are fully-operated, administered and maintained by RTA. Both South County Transit s and Paso Express fare systems are fully-integrated into RTA s.
12 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e 6 RTA s intercity service operates out of four transfer facilities: a. San Luis Obispo Government Center, RTA s primary passenger facility. This location provides RTA Route 9, Route 10, Route 12 and Route 14 connections to SLO Transit local fixed-route services. b. Pismo Premium Outlets transfer facility, with hourly RTA Route 10 connections to South County Transit local fixed-route services (Routes 21, 24 and Avila Beach Trolley). c. Morro Bay transit center, with RTA Route 12 and Route 15 connections to Morro Bay Transit local deviated fixed-route services. d. Paso Robles Train Station transfer facility, with hourly RTA Route 9 connections to Paso Express local fixed-route services and Monterey-Salinas Transit Route 83 intercity services. In addition, South County Transit operates out of a passenger facility at Ramona Garden Park in Grover Beach. All three SCT fixed-route serve this facility hourly, while only SCT Routes 21 and 24 serve the Pismo Premium Outlets facility mentioned above. In FY , RTA boarded 765,559 passengers on its fixed-route services, while the Paso Express boarded 105,483 passengers and South County Transit boarded 232,708 passengers. In total, all of the fixed-route services managed my RTA boarded 1,103,750 passengers last year, representing the primary target market for the TVM project. SLO Transit, which operates seven fixed-routes and a downtown Trolley, carried 1,028,538 passengers in FY , although approximately 60% are provided prepaid fare-free access through SLO Transit s funding agreement with the Cal Poly campus and those riders would not likely use TVMs unless those passenger choose to ride on RTA or other transit vehicles in the county, which are not included in the Cal Poly fare-free funding agreement.
13 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e Vehicle Fleet RTA s fixed-route fleet (including South County Transit s and Paso Express subfleets) use GFI Odyssey electronic fareboxes. The combined 38 fixed-route vehicles are summarized in the table below. Body Style 1 # of Vehicles Size Year Mfr Fuel Seats Service Fixed Gillig Diesel 37 L Route 8 Fixed 35* 2015 Gillig Diesel 32 L Route 1 Fixed Gillig Diesel 38 L Route 7 Fixed 35* 2013 Gillig Diesel 32 L Route 3 Fixed 32* 2013 Eldorado Diesel 29 H Route 6 Fixed Eldorado Diesel 37 L Route 1 Fixed Starcraft Gas 20 C Route 2 Fixed 35* 2010 Eldorado Diesel 34 L Route Gillig Diesel 43 H Fixed Route 2 Fixed Gillig Diesel 43 H Route 6 Fixed 35* 2003 Gillig Diesel 35 H Route 2 TOTAL 40 1 C=Cutaway, H=High Floor, L=Low Floor, *=Operated by SCT or Paso Express SLO Transit s 16 fixed-route buses also use GFI Odyssey fareboxes Facilities RTA s Bus Operations and Maintenance Facility is located at 179 Cross Street in San Luis Obispo. This facility was constructed in This facility is composed of operations offices, maintenance bays and bus staging, parking, and dispatching for most RTA vehicles and employees, and other amenities. RTA operates a park-out facility at the Paso Train Station, including offices and restrooms for on-site employees. In addition, RTA partners with South County Transit for a park-out facility in Arroyo Grande Technology and Infrastructure RTA contracts with Mustang Computers for desktop services and other technology needs. Mustang Computers will be available to RTA as a Contractor for this RFP. RTA is in the process of installing a comprehensive GPS-based computer aided scheduling and arrival prediction system for fixed-route operated/managed by
14 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e 8 RTA. This system is being implemented by Connexionz and should be ready for beta testing by the end of summer 2015 on all RTA, SCT and Paso Express services. This system will be hosted in the cloud by Connexionz. RTA currently utilizes RouteMatch version for computer aided scheduling for its demand response services (including the Route 15 route-deviation service operated along the North Coast between Morro Bay and San Simeon). Mobile data terminals are used for dispatching and manifesting trips. This system is hosted in the cloud by RouteMatch. RTA s server infrastructure is located at RTA s operating facility at 179 Cross Street in San Luis Obispo. The GFI infrastructure consists of the Main GFI server Running Windows 7 64Bit on a standalone machine Electronic Fare Equipment RTA uses General Farebox (GFI) Odyssey fareboxes, and the GFI Data System 7 (version ) for centralized data management and transaction storage. RTA also uses the mobile cash vaults that are manufactured by GFI. 1.3 General Scope of Work Refer to Section Conditions Single Proposer Requirements RTA desires to contract with one independent Proposer. The Proposer shall not assign or transfer any portion of this contract to an agent or third party without prior written consent of RTA Adherence to Proposal Form All proposals are to be prepared in strict conformity with these instructions and submitted on the forms requested. Unacceptable conditions, limitations, provisos, or failure to respond to specific instructions or information requested in the RFP may result in rejection of the proposal. RTA also reserves the right to: accept any proposals; reject any or all proposals; negotiate with all proposers whose proposals are considered to be within the competitive range ; reject proposals which are not considered to be within the competitive range, or which show evidence of poor past performance, or which have major deviations from RTA s specifications; and accept a proposal which has only minor deviations; postpone the proposal due date and/or cancel the solicitation; or to contract on such basis as it deems to be in the best interest of RTA, including splitting the award between two or more proposers. In particular, proposers, by submitting a proposal agree to any and all terms of the draft agreement in Section Compensation In no event shall the total compensation and reimbursement for expenses to be paid to Proposer exceed the sum of the amount awarded to the successful Proposer.
15 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e Project Coordination and Key Personnel The selected firm (hereinafter referred to as Contractor ) will report to the Special Projects Coordinator. RTA may convene a working group to provide input in the development of the Ticket Vending Machines system Qualifications Respondents to this Request for Proposal should possess the qualifications listed below as a minimum: a. Prior experience in installing transit ticket vending machines for similar transit operations. b. Prior experience in coordinating with transit agency technology departments with similar infrastructure including hardware and software at multiple locations. c. Knowledge of current and emerging technologies compatible to the scope of work and RTA s infrastructure. d. Ability to complete the scope of work within budget. e. Knowledge of electronic revenue collection and management systems. f. Knowledge of fare revenue collection best practices. g. Knowledge of fare security and audit systems. h. Effective internal management with standard practices for assuring quality control, and meeting deadlines. i. Ability to communicate effectively with elected officials, staffs from multiple public jurisdictions, business community, and the public Required Submittal Proposers are required to submit one original and seven (7) copies of the proposal to: Ticket Vending Machine Procurement San Luis Obispo Regional Transit Authority 179 Cross Street, Suite A San Luis Obispo, CA In addition, a non-password protected PDF of the proposal document shall be submitted on a CD-ROM
16 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e 10 All signatures received by RTA associated to this RFP and Contract shall be in BLUE INK on original submittal, forms, certifications, communications, and associated documents and correspondence. PROPOSERS ARE REQUIRED TO LIMIT THEIR PROPOSAL PACKAGE TO NO MORE THAN 40 PAGES Required Contents Organization Information Proposers shall include a description of the following: name of firm; business address, telephone numbers, and names titles of responsible parties who may be contacted by RTA during evaluation period; year business was established; firm s organizational structure; experience; history; legal status (i.e., partnership, corporation, etc.); capabilities; financial solvency; list of owners and officers, and management philosophy. Particular attention to management philosophy is very important since we are interested in how you intend to manage and interact with RTA staff Background, References, and Similar Projects List all of the contract services of similar operation that your firm has provided during the preceding five (5) years, including the name of the agency, company or entity, contact person and phone number(s) Statement of Qualifications Submit the qualifications, background and availability of key management personnel. Describe Proposer s approach and philosophy to minimize employee turnover and to maintain a stable work force. Describe any other management personnel and supervisory positions, including an organization chart that will participate in the performance of this contract Cost Proposal A cost proposal for each phase of the Scope of Work shall be submitted, showing how contractual costs, including labor, materials, and time would be allocated, indicating task, the individual personnel costs and hourly rate, travel, printing, and other expenses. A fixed price contract shall be used. Such cost proposal shall be presented on Form 1 in Section Performance Monitoring and Quality Control A task summary indicating how the Contractor plans to perform the project is required. Completion of work shall be on time and according to the project schedule. The schedule should provide specific milestones for the project. In addition, the Proposer shall submit a Quality Control Program describing how your firm intends to meet the requirements. Proposers should describe the procedures for testing the system during each phase of the implementation, including the test documentation to be provided to RTA. The Proposer will provide on-site testing during and after the completion of the installation of the system. Reports of the
17 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e 11 testing will include a description of all tests performed, the results obtained, and any required modification required as a result of the testing. The Proposer will provide on-site technical support during the installation process as well as during the time period that RTA will implement live with the new system. The Proposer should describe the support that will be provided to RTA for the first year of operation of the system (from the date of full implementation). Proposers should describe, in detail, the installation/start-up and post-implementation support to be provided to RTA. At a minimum, the following performance requirements should be described and any variables affecting performance should be explained. As a part of the evaluation, RTA may require the Proposer to demonstrate its TVM s performance. a. Ability to receive payment in the form of cash, coin, credit card, and debit card. b. Dispense passes, tokens, smart cards, and change. c. Issue receipts. d. User-friendly. e. Provide instruction in both English and Spanish. The Proposer should also include a description of the system redundancy features to ensure system availability and prevent a system shut down from a single point of failure. System availability should be at least 99.95% Work and Implementation Plan and Project Schedule Submit a Detailed Work Plan describing how your firm intends to provide the services Paragraph 1.3. Describe the technical approach to be taken for the work required. Provide a clear explanation of how the work will be organized, including a block diagram showing the name of the committed team members, how they will interact, and the intended level of involvement for each team member. The Work Plan shall include a schedule of deliverables. The firm s qualifications, including a resume of the firm(s) experience on related or similar projects shall be included, and names and telephone numbers of client references. Brief resumes of experience of key personnel should be included in the proposal. If sub-contractors, joint ventures or both are contemplated, identify and describe the entire team, including qualifications, experience and references and specifically identify the intended lead of prime Proposer.
18 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e Proposed Solution and Product The Proposer shall also describe in detail of its solution and strategy to meet the requirements and conditions in the scope of work. The Proposer shall submit the product, list and description of the equipment, hardware, software of its solution, and other necessary requirements Insurance Coverage Proposer must submit insurance coverage that complies with the requirement Paragraph Signature Authority Proposals shall be signed by an officer authorized to bind the proposer and shall contain a statement to the effect that the proposal constitutes a firm offer for at least (90) days from the last day of receipt of proposals set forth herein Required Forms and Certifications Submit all required forms and certifications in Section Insurance Certificate A certification of the required insurance indicated in the contract RFP Addenda Any changes to the Request for Proposals (RFP) requirements will be made by addenda. All addenda shall be signed and attached to the respective Proposal Form. Failure to attach any addenda and a complete Form 2 in Section 4 shall cause the proposal to be considered nonresponsive. Such proposals will be rejected Financial Statements and Status Last three (3) years audited financial statements. Failure to include financial statements may result in rejection of proposal. If proposer wishes this information not be shared under a public document request, the proposer should clearly mark each page CONFIDENTIAL Payment Schedule At its sole discretion, RTA may issue progress payments to the vendor based on successful accomplishment of major milestones. Proposers shall indicate a proposed schedule for payments, linking payment milestones to specific elements contained in the implementation section of their proposal. This payment schedule must be part of the proposal submittal for RTA to consider Operational Cost Analysis Proposers shall submit analysis detailing the costs associated with operating and maintaining the proposed system. Analysis shall include the following: annual cost of maintaining software (i.e., including updates and upgrades), annual cost of maintaining hardware (include hardware upgrades), initial training costs, annual training costs, annual costs of option maintenance agreements, etc. Analysis shall include labor hours,
19 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e 13 hourly costs, travel expenses, full time equivalent personnel, etc. The analysis shall include staffing and expertise requirements of maintaining the system and the associated costs. Proposers shall also provide a matrix consisting of analysis comparing RTA with other organizations or transit agencies of comparable size and structure. Proposers shall also provide three (3) hard copies of hard documentation of system and CD of documents of system in PDF format. The documentation shall also suggest the level of expertise required for maintaining the system Award RTA reserves the right to withdraw this RFP at any time without notice. Further, RTA makes no presentations that any agreement will be awarded to any proposer responding to this RFP Pre-Contractual Expenses Pre-contractual expenses are defined as expenses incurred by proposers and selected Proposer in: a. Preparing proposal in response to this RFP. b. Submitting proposal to RTA. c. Negotiations with RTA on any matter related to proposal. d. Other expenses incurred by Proposer prior to date of award for any agreement, and/or to the notice to proceed. In any event, RTA shall not be liable for any pre-contractual expenses incurred by any proposer or selected Proposer. Proposers shall not include any such expenses as part of the price proposed in response to this RFP. RTA shall be held harmless and free from any and all liability, claims, or expenses whatsoever incurred by or on behalf of any person or organization responding to this RFP Verbal Agreement or Conversation No prior, current, or post award verbal agreement(s) with any officer, agent or employee of RTA shall affect or modify any terms or obligations of this RFP or any contract resulting from this procurement Special Funding Considerations Any contract resulting from this RFP will be financed primarily with funds available under Articles 4.0 of the California Transportation Development Act (TDA), State of California Proposition 1B, Federal Transit Administration Section 5307 and/or Section The contract for this service is contingent upon the receipt of these funds. In the event that funding from this source is eliminated or decreased, RTA reserves the right to terminate any contract or modify it accordingly.
20 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e Alternatives and Exceptions Except where clearly identified in this RFP as an option, Proposers may not submit alternative proposals other than provided for in this RFP, or take exception or make alterations to any requirements of the RFP. If more than one complete proposal is received from one organization or alterations made thereto, all proposals from that organization will be rejected as non-responsive. Since RTA desires to enter into one contract to provide all services, only those proposals to provide all services will be considered responsive Non-Exclusivity of Contract It shall in no way be construed that any contract to be awarded hereby is or shall be the sole or exclusive contract for transit service into which RTA may enter. The Proposer has no exclusive rights granted per a contract Reserved Issuing Office and Point of Contact The issuing office of this RFP is: San Luis Obispo Regional Transit Authority 179 Cross Street San Luis Obispo, CA Please address questions and request for clarification in writing by TUESDAY, FEBRUARY 16, 2016, 4:00 p.m. PST. Any verbal communication and/or conversation shall not be deemed official and shall not be considered. Any question or request for clarification received after this deadline shall be return unopened to proposer and shall not be considered Contract A sample contract is provided in Section 2 of the procurement document Proposal Due Date All proposals must be received by 4:00 p.m., PST, on MONDAY, FEBRUARY 29, 2016 in accordance to the instructions and conditions of the request for proposals. No proposals will be accepted after this time and date Disclosure of Ownership All proposals and related information submitted to RTA by any Proposer, including the selected Proposer, will become the property of the San Luis Obispo Regional Transit Authority and shall be subject to public records requests. None of the material submitted will be returned to any Proposer.
21 1.5 Required Federal Clauses San Luis Obispo Regional Transit Authority RFP Purchase and Installation of Transit Ticket Vending Machines P a g e Energy Conservation The Proposer agrees to comply with mandatory standards and policies relating to energy efficiency, which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act Restrictions on Lobbying Proposers who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR Part 20, New Restrictions on Lobbying. 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 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 the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C Such disclosures are forwarded from tier to tier up to the recipient. A certificate must be completed and submitted with the bid (Refer to Certification 2.1 in Section 5) Access to and Inspection to Records RTA is a local Joint Powers Authority and is the FTA Recipient in accordance with 49 C.F.R (i). The Proposer agrees to provide RTA, the FTA Administrator, the Comptroller General of the United States, or any of their authorized representatives, access to any books, documents, papers, and records of the Proposer which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Proposer also agrees, pursuant to 49 C.F.R to provide the FTA Administrator or his authorized representatives including any PMO Proposer access to Proposer s records and construction sites pertaining to this project or contract, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or The Proposer agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. The Proposer agrees to maintain all books, records, accounts, and reports required under this contract for a period of not less than THIRTY-FIVE (35) years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Proposer agrees to maintain same until RTA, the FTA Administrator, the Comptroller General, State of California, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11).
22 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e Federal Changes Proposer 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 Master Agreement between RTA and FTA, as they may be amended or promulgated from time to time during the term of this contract. Proposer s failure to comply shall constitute a material breach of this contract Recycled Products The Proposer agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including, but not limited to, the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part No Obligation by the Federal Government a. RTA and Proposer acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to RTA, Proposer, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. b. The Proposer agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the sub Contractor who will be subject to its provisions Program Fraud and False or Fraudulent Statements and Related Acts The Proposer acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C et seq. and U.S. DOT regulations, Program Fraud Civil Remedies, 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Proposer certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Proposer further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Proposer to the extent the Federal Government deems appropriate. The Proposer also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in
23 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e 17 whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. 5307, the Government reserves the right to impose the penalties of 18 U.S.C and 49 U.S.C. 5307(n)(1) on the Proposer, to the extent the Federal Government deems appropriate. The Proposer agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the sub Contractor who will be subject to the provisions Termination The contract may be terminated for reasons of RTA s convenience or Proposer s breach or insolvency. Notice of termination shall be accomplished by registered, certified, or express mail. a. Termination for Convenience. RTA may terminate this contract, in whole or in part, at any time by written notice to the Proposer when it is in RTA s best interest. RTA shall be liable only for payment under the payment provisions of the contract for services rendered before the effective date of termination. b. Termination for Default, Breach, or Cause. If the Proposer does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Proposer fails to perform in the manner called for in the contract, or if the Proposer fails to comply with any other provisions of the contract, RTA may terminate this contract for default. Termination shall be effected by serving a notice of termination on the Proposer, setting forth the manner in which the Proposer is in default. The Proposer will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by RTA that the Proposer had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Proposer, RTA, after setting up a new delivery of performance schedule, may allow the Proposer to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure. RTA in its sole discretion may, in the case of a termination for breach or default, allow the Proposer an appropriately short period of time in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions. If Proposer fails to remedy to RTA s satisfaction the breach or default or any of the terms, covenants, or conditions of this Contract within ten days after receipt by Proposer or written notice from RTA setting forth the nature of said breach or default, RTA shall have the right to terminate the Contract without any further obligation to Proposer. Any such termination for default shall not in any way
24 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e 18 operate to preclude RTA from also pursuing all available remedies against Proposer and its sureties for said breach or default. d. Waiver of Remedies for any Breach. In the event that RTA elects to waive its remedies for any breach by Proposer of any covenant, term or condition of this Contract, such waiver by RTA shall not limit RTA s remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract Non-Collusion By submitting a proposal, the prospective Proposer represents and warrants that such a proposal is genuine and not a sham, collusive, or made in the interest or in behalf of any person or party not therein named and that the prospective Proposer has not directly or indirectly induced or solicited any other Proposer to put in a sham bid, or any other person, firm or corporation to refrain from presenting a proposal and that the prospective Proposer has not in any manner sought by collusion to secure an advantage. If it is found that collusion exists, proposals will be rejected and contract awards shall be null and void. A certificate must be completed and submitted with the proposal (Refer to Certification 2.2 in Section 5) Government-Wide Debarment and Suspension The Contract is a covered transaction for purposes of 49 CFR Part 29. As such, the Proposer is required to verify that none of the Proposer, its principals, as defined at 49 CFR , or affiliates, as defined at 49 CFR , are excluded or disqualified as defined at 49 CFR and The Proposer is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its proposal, proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the San Luis Obispo Regional Transit Authority. If it is later determined that the proposer knowingly rendered an erroneous certification, in addition to remedies available to San Luis Obispo Regional Transit Authority, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.
25 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e Compliance with the Privacy Act The following requirements apply to the Proposer and its employees that administer any system of records on behalf of the Federal Government under any contract: a. The Proposer agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. 552a. Among other things, the Proposer agrees to obtain the express consent of the Federal Government before the Proposer or its employees operate a system of records on behalf of the Federal Government. The Proposer understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. b. The Proposer also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA Civil Rights Requirements The following requirements apply to the underlying contract: a. Nondiscrimination In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C , and Federal transit law at 49 U.S.C. 5332, the Proposer agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Proposer agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. b. Equal Employment Opportunity The following equal employment opportunity requirements apply to the underlying contract: 1. Race, Color, Creed, National Origin, Sex In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. 2000e, and Federal transit laws at 49 U.S.C. 5332, the Proposer agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor, 41 C.F.R. Parts 60 et seq., (which implement Executive Order No , Equal Employment Opportunity, as amended by Executive Order No.
26 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e , Amending Executive Order Relating to Equal Employment Opportunity, 42 U.S.C. 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Proposer agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Proposer agrees to comply with any implementing requirements FTA may issue. 2. Age In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. 623 and Federal transit law at 49 U.S.C. 5332, the Proposer agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Proposer agrees to comply with any implementing requirements FTA may issue. 3. Disabilities In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C , the Proposer agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act, 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Proposer agrees to comply with any implementing requirements FTA may issue. a. The Proposer also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties Protest and Dispute RTA will make every effort to award the Contract in compliance with relevant federal state, and local law and regulations. If it is the Proposer s opinion that contract has been or may be improperly awarded, a Proposer may protest the contract award in compliance with relevant local, state, and federal law and regulations. Pre-Award. Protests must be filed no later than ten (10) business days prior to proposal submittal date. The most common types of protest that might be filed before a bid opening would include one based upon restrictive specifications, or
27 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e 21 alleged improprieties in any type of solicitation that is apparent prior to the schedule bid opening. RTA will grant the protesting firm a fair review, and allow up to 10 working days to review or appeal a decision provided no state or federal law or regulation has been violated. It is the intent of RTA to resolve all protests at the local level. When a protest is filed before a scheduled bid opening certain steps will be followed: a. The protest must be submitted in writing within the specified time frame and sent to the Executive Director for determination (10 working days) at the following address: Executive Director Regional Transit Authority 179 Cross Street Suite A San Luis Obispo, CA b. The protest must contain the reason(s) for the protest and should recommend a remedy. c. Where appropriate, RTA will hold an informal conference on the merits of a protest with all interested parties allowed to attend. Interested parties may include all bidders/offerors and subcontractors or suppliers provided they have a substantial economic interest in a portion of the RFP. d. All potential bidders will be advised of a pending protest. e. RTA shall not open bids prior to the resolution of the protest, unless it is determined that: 1. The items to be procured are urgently required, or; 2. Delivery or performance will be unduly delayed by failure to make the award promptly, or; 3. Failure to make prompt award will otherwise cause undue harm to RTA or the Federal Government. f. RTA will respond in writing within 10 working days after receipt of a properly filed protest. The response will be provided by the Finance Department and will include a response to each substantive issue raised in the protest.
28 RFP Purchase and Installation of Transit Ticket Vending Machines P a g e 22 g. After the exhaustion of administrative remedies the protesting party will be given our final decision. The CFO/Director of Administration/Admin has the authority to make the final determination regarding all protests. If the protest is not resolved, and if FTA funded, a protest may then be filed with FTA within 5 working days after receipt of our final decision. Note that FTA will only entertain a protest that the grantee failed to have or follow their protest procedures. A protest to FTA must be filed in accordance with FTA Circular F. Post Award. A protest filed after a bid opening or post award must be filed within 5 working days after the bid opening or notice of award. The types of protests most commonly filed after bid openings are varied, e.g., one in which the award is made to other than the low bidder, changes to the criteria during bid evaluation, bid compliance, etc. RTA will grant the protesting firm a fair review, and allow up to 10 working days to review or appeal a decision provided no state or federal law has been violated. It is the intent of RTA to resolve all protests at the local level. All protests, including FTA funded projects, must follow certain guidelines. a. The protest must be submitted in writing within the specified time frame and sent to the RTA for determination (unless otherwise specified, five working days). Executive Director Regional Transit Authority 179 Cross Street Suite A San Luis Obispo, CA a. The protest must contain the reason(s) for the protest and recommend a remedy. b. Where appropriate, RTA will hold an informal conference on the merits of a protest with all interested parties allowed to attend. Interested parties may include all bidders/offerors and subcontractors or suppliers provided they have a substantial economic interest in a portion of the RFP. c. RTA will respond in writing within 10 working days after receipt of the protest. The response will be provided by the CFO/Director of Administration will include a response to each substantive issue raised in the protest. d. After exhaustion of administrative remedies the protesting party will be given our final decision. The Executive Director has the authority
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 information4. 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 informationRequest 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 informationBOROUGH 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 informationGREATER 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 informationINVITATION 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 informationREQUEST 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 informationRequest for Proposals
RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March
More informationINVITATION 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 informationU.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 information00710 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 informationINDEPENDENT YEAR END AUDITS
Request for Proposals for INDEPENDENT YEAR END AUDITS 711 Grand Avenue, Suite 110 San Rafael, CA 94901 Tel: (415) 226 0855 www. marintransit. org Service Requested: Independent Year End Audits Contract
More informationPUBLIC NOTICE of Special Board Meeting MEETING NOTICE and AGENDA
PUBLIC NOTICE of Special Board Meeting MEETING NOTICE and AGENDA Wednesday, October 5 th, 2016 at 2:00pm Ketchum City Hall Council Chambers, 480 East Ave N, Ketchum, ID 83340 Board Members: Chair David
More informationFEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES. MATERIALS and SUPPLIES. Revised: May, 2017 Materials and Supplies
FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES MATERIALS and SUPPLIES Revised: May, 2017 Materials and Supplies FEDERAL TRANSIT ADMINISTRATION CONTRACT CLAUSES INDEX 1. Fly America Requirements
More informationJanuary 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 informationINVITATION TO BID 7678 BUS WRAP FOR TRANSFORT BUSES BID OPENING: 3:00 P.M. (our clock), AUGUST 22, 2014
Financial Services Purchasing Division 215 N. Mason St. 2 nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing INVITATION TO BID 7678 BUS WRAP FOR TRANSFORT BUSES BID
More informationFEDERAL 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 informationREQUEST FOR PROPOSALS (RFP #17-027) Marine Engineering and Construction Management Services
REQUEST FOR PROPOSALS (RFP #17-027) Marine Engineering and Construction Management Services The San Francisco Bay Area Water Emergency Transportation Authority ( WETA ) is seeking proposals from qualified
More information2018 DIESEL FUEL 87 OCTANE GASOLINE BID SPECIFICATIONS ALLEN COUNTY FUEL CONSORTIUM 200 EAST HIGH STREET LIMA, OHIO 45801
2018 DIESEL FUEL 87 OCTANE GASOLINE BID SPECIFICATIONS ALLEN COUNTY FUEL CONSORTIUM 200 EAST HIGH STREET LIMA, OHIO 45801 1 Contents BIDDERS CHECKLIST... 4 SECTION 1: GENERAL INFORMATION... 8 SECTION 2
More informationAGREEMENT. WITNESS: This Agreement has been entered into by and between the
AGREEMENT WITNESS: This Agreement has been entered into by and between the GOLDEN GATE BRIDGE, HIGHWAY AND TRANSPORTATION DISTRICT (hereinafter GGBHTD ) and the MARIN COUNTY TRANSIT DISTRICT (hereinafter
More informationGeneral 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 informationInvitation 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 informationREQUEST FOR PROPOSAL RFP #14-03
Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM
More informationCHATHAM AREA TRANSIT AUTHORITY. Invitation for Bids FOR PROJECT NO City Hall Floating Dock Replacement
CHATHAM AREA TRANSIT AUTHORITY Invitation for Bids FOR PROJECT NO. 2016-07 City Hall Floating Dock Replacement June 22, 2016 PUBLIC NOTICE CHATHAM AREA TRANSIT AUTHORITY Invitation for Bids No. 2016-07
More information2018 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 informationCITY OF SANTA ROSA REQUEST FOR PROPOSALS
CITY OF SANTA ROSA REQUEST FOR PROPOSALS Professional Services Agreement Paratransit Efficiencies Review PROPOSAL DUE DATE & TIME January 28, 2013 5:00 PM SUBMIT PROPOSALS TO: MICHAEL IVORY 100 SANTA ROSA
More informationCONSTRUCTION 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 informationPulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/
Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT
More informationIFB Fleet Oil & Lubricants
Invitation For Bid # 18-01-282 Fleet Oil & Lubricants February 5, 2018 INDIANAPOLIS PUBLIC TRANSPORTATION CORPORATION 1501 WEST WASHINGTON STREET INDIANAPOLIS IN 46222 Phone: (317) 614-9281 General Guidelines:
More informationREQUEST 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 informationSANTA BARBARA COUNTY ASSOCIATION OF GOVERNMENTS REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES
SANTA BARBARA COUNTY ASSOCIATION OF GOVERNMENTS REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES PROPOSALS DUE BY 5:00 P.M. FRIDAY, AUGUST 31, 2015 SANTA BARBARA COUNTY ASSOCIATION OF GOVERNMENTS
More informationIn 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 informationGreater 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 informationRequest for Proposals
Page 1 Request for Proposals Procurement Officer Tahoe Transportation District Mailing Address: PO Box 499 Zephyr Cove, NV 89448 Phone: (775) 589-5500 Physical Address: 128 Market Street, Suite 3F Stateline,
More informationREQUEST 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 informationPLEASANTVILLE 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 informationREQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK
REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK MAY 1, 2018 Effective Date: January 1, 2019 1 Introduction A. Overview and Reason for Competitive Request for Proposal Overland Park, Kansas
More informationREQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO
REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder
More informationREQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )
REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified
More informationSMART RFP / IFB ARTICLE 6.0
SMART RFP / IFB ARTICLE 6.0 This Article is incorporated into all SMART Contracts for which the Federal government is a funding source. Version Published Dates Modified by 1.0 11/08/2012-3/21/2013 Anthony
More informationFLORIDA DEPARTMENT OF TRANSPORTATION. Scrutinized Vendor Form and Special Condition 17 language do not apply to this RFP.
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: 3/10/17 RE: RFP-DOT-16/17-9010-GH POSITIVE TRAIN CONTROL SYSTEM FOR THE (CFRC) Notice is hereby given of the following changes to the above-referenced
More informationCity of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)
REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical
More informationBOROUGH 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 information1 Legal Publication of Proposal Mon. Apr. 2, 2018 & Mon. April 9, Last day to submit written questions. 10:00 a.m. Mon.
Request for Proposal (RFP) for ATM Service The Hall County Airport Authority (hereafter known as Authority ), is seeking proposals from experienced and qualified financial institutions eligible and licensed
More informationREQUEST 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 informationSTATEMENT 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 informationEXHIBIT 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 informationSUPPLEMENTAL 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 informationOFFERORS CHECKLIST FOR FIXED PRICE BID
OFFERORS CHECKLIST FOR FIXED PRICE BID Solicitation Number: 0111-02 Solicitation Description: Vehicular Advertising Services Solicitation Opening Date and Time: 3:00 PM on January 10, 2011 THE FOLLOWING
More informationRequest for Proposal: Metro Bus Transit Advertising Program
Request for Proposal: Metro Bus Transit Advertising Program Date: 7/13/18 Project Name: Metro Bus Transit Advertising Program Proposal Submission: Proposals will be received until 3 pm CST, on August 14,
More informationAPPLICABILTIY 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 informationREQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:
REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request
More informationAPPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS
APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS TABLE OF CONTENTS 1. Executory Clause 3 2. Non-Assignment Clause 3 3. Comptroller s Approval 3 4. Workers Compensation Benefits 3 5. Non-Discrimination
More informationSOMERSET 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 information2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.
Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City
More informationRequest 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 informationTERM CONTRACT AWARD CONTRACT NO:
2 4 COMMODITY CODE: 285-93-00-047498 0.000 4.0000 % 5 COMMODITY CODE: 285-93-00-047498 0.000 5.0000 % 6 COMMODITY CODE: 285-93-00-047498 0.000 6.0000 % 7 COMMODITY CODE: 285-93-00-047498 1.000 7.0000 %
More informationPROPOSAL 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 informationREQUEST 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 informationGOLDEN EMPIRE TRANSIT DISTRICT REQUEST FOR PROPOSAL FOR SECURITY GUARD SERVICES RFP # G056
GOLDEN EMPIRE TRANSIT DISTRICT REQUEST FOR PROPOSAL FOR SECURITY GUARD SERVICES RFP # G056 Golden Empire Transit District is seeking proposals for Security Guard Services. Golden Empire Transit District,
More informationREQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO
REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal
More informationREQUEST 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 informationBOROUGH 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 informationTOWN 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 informationATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL
ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL TO: FROM: PROSPECTIVE COUNSEL THE LOS ANGELES CITY ATTORNEY S OFFICE DATE: June 9, 2017 RE: REQUEST FOR PROPOSALS (RFP) FOR OUTSIDE HOUSING
More informationSPOKANE TRANSIT 1230 W. BOONE AVENUE SPOKANE, WASHINGTON REQUEST FOR QUALIFICATIONS #12-STA-450 TO PROVIDE
SPOKANE TRANSIT 1230 W. BOONE AVENUE SPOKANE, WASHINGTON 99201 REQUEST FOR QUALIFICATIONS #12-STA-450 TO PROVIDE ON-CALL ARCHITECTURAL & ENGINEERING CONSULTANT SERVICES Issue Date: July 20, 2012 Responses
More informationBOROUGH 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 informationCONSULTANT REQUEST FOR PROPOSALS TO DEVELOP
CONSULTANT REQUEST FOR PROPOSALS TO DEVELOP A Feasibility Study for the Provision of Inter-City Commuter Bus Service between Butte County and the City of Sacramento November 8, 2012 Proposals due by December
More informationHOUSING 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 informationManalapan 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 informationOILS AND LUBRICANTS RFP #17-16 Purchasing Agent Christy Howard (205) Proposal packages are available at:
OILS AND LUBRICANTS RFP #17-16 Purchasing Agent Christy Howard (205) 521-0122 Proposal packages are available at: www.maxtransit.org Issued: July 11, 2017 Pre-Bid Conference: None Deadline for Questions:
More informationRequest 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 informationMANDATORY 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 informationREQUEST STATEMENT OF QUALIFICATIONS GENERAL CONTRACTORS PARK CITY TRANSIT RESIDENTIAL BUILDING
REQUEST FOR STATEMENT OF QUALIFICATIONS FROM GENERAL CONTRACTORS FOR PARK CITY TRANSIT RESIDENTIAL BUILDING ISSUED: December 26, 2012 Date Due: January 9, 2013 Park City, Utah NOTICE TO GENERAL CONTRACTOR
More informationAGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR
AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section
More informationREQUEST 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 informationRFP COMBINED FIXED ROUTE BUS, ADA COMPLIMENTARY PARATRANSIT, AND DEMAND-RESPONSE TRANSPORTATION SERVICES OPERATIONS
EXHIBIT 9- FEDERAL TRANSIT ADMINISTRATION REQUIRED CLAUSES It is the responsibility of the Contractor to ensure that all applicable FTA required clauses are adhered to, including but not limited to, compliance
More informationREQUEST 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 informationBids 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 informationSOLICITATION 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 informationBOROUGH 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 informationRequest for Proposals Transit Shelter Maintenance
Request for Proposals Transit Shelter Maintenance RFP Release: Feb. 5, 2018 Proposal Deadline: March 9, 2018 Contract Award: March 22, 2018 Agreement takes effect: April 1, 2018 Bob Fiume, Executive Director
More informationA competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.
BOARD POLICY NO. 024 PROCUREMENT AND CONTRACTING CONSTRUCTION Purpose To establish a method for administering SANDAG construction contracts. Background Public Utilities Code section 132352.4 states that
More informationSOLICITATION LETTER. SL NO. AND TITLE: SL No D-02, Regional Bus Passenger Survey and Golden Gate Corridor Travel Behavior Study
SOLICITATION LETTER DATE: August 14, 2017 SL NO. AND TITLE: SL No. 2018-D-02, Regional Bus Passenger Survey and Golden Gate Corridor Travel Behavior Study DUE DATE AND TIME: September 7, 2017 by 4:00 P.M.
More informationPROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008
PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008 Procurements for FREDericksburg Regional Transit (FRED) are governed by the procurement policies and practices of the City of Fredericksburg
More informationKANSAS CITY AREA TRANSPORTATION AUTHORITY Procurement Department 1350 East 17 th Street Kansas City, Missouri 64108
KANSAS CITY AREA TRANSPORTATION AUTHORITY Procurement Department 1350 East 17 th Street Kansas City, Missouri 64108 INVITATION FOR BID BID #12-1011-23 MISCELLANEOUS OIL, FUEL, AIR, TRANSMISSION, AND WATER
More informationGreenville County Redevelopment Authority
Greenville County Redevelopment Authority Requests For Qualifications Architectural Services for an Indefinite Contract Published: Monday, July 10, 2017 Reply to: Greenville County Redevelopment Authority
More informationSANTA CLARA COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL FOR AUDIT OF THE JUNE 30, 2017 CASH BALANCE OF ALUM ROCK UNION ELEMENTARY SCHOOL DISTRICT
SANTA CLARA COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL FOR AUDIT OF THE JUNE 30, 2017 CASH BALANCE OF ALUM ROCK UNION ELEMENTARY SCHOOL DISTRICT NOTICE IS HEREBY GIVEN that the Santa Clara County
More informationBOROUGH 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 informationRequest 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 informationSample Request For Proposals
Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.
More informationINVITATION FOR BIDS (IFB) Number
INVITATION FOR BIDS (IFB) Number A. INSTRUCTIONS TO BIDDERS A.1 BID NOTICE A.1.1 The purchaser, namely, hereby gives notice that it will receive sealed bids for the purchase of. Bidders shall submit their
More informationSupplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER
Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the
More informationNUTANIX 1450 SERVER AND SUPPORT
INVITATION FOR BIDS (IFB) 5-3147 NUTANIX 1450 SERVER AND SUPPORT ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 (714) 560-6282 Key IFB Dates Issue Date:
More informationRequest for Proposal NE 2 nd Street, Suite 100 Meridian, Idaho RFP Number RFP
Request for Proposal 1 RFP Number RFP 2018-02-16 RFP Title Item Description Term Deadline for Submittal Direct Inquiries and Send Submittals to On-Call General Marketing Services Valley Regional Transit
More informationRequest for Proposal Transit Authority of Northern Kentucky Health Benefit Agent / Broker & Associated Services RFP
Request for Proposal Transit Authority of Northern Kentucky Health Benefit Agent / Broker & Associated Services RFP 2018-02 Notice is hereby given that the Transit Authority of Northern Kentucky (TANK)
More informationTOWNSHIP 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 informationREQUEST FOR PROPOSAL. ADA Transition Plan and Inventory
REQUEST FOR PROPOSAL Mankato/North Mankato Area Planning Organization (MAPO) ADA Transition Plan and Inventory Issued By: Mankato/North Mankato Area Planning Organization 10 Civic Center Plaza Mankato,
More informationREQUESTS FOR PROPOSALS FOR OPERATION OF A REGIONAL VANPOOL PROGRAM INVITATION FOR PROPOSALS
REQUESTS FOR PROPOSALS FOR OPERATION OF A REGIONAL VANPOOL PROGRAM INVITATION FOR PROPOSALS Date of Issuance of Request for Proposals: March 21, 2016 1. INVITATION: The invites proposals for the operation
More information