TEXAS DEPARTMENT OF TRANSPORTATION

Size: px
Start display at page:

Download "TEXAS DEPARTMENT OF TRANSPORTATION"

Transcription

1 TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. INFORMATION LOGO SIGN AND TOURIST-ORIENTED DIRECTIONAL SIGN PROGRAM PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). It is the practice of TxDOT to support other entities by making this specification available through the National Institute for Governmental Purchasing. This specification may not be sold for profit or monetary gain. If this specification is altered in any way, the header, and any and all references to TxDOT must be removed. TxDOT does not assume nor accept any liability when this specification is used in the procurement process by any other entity. 1. SCOPE: This solicitation is to seek qualified entities to operate the Information Logo Sign and Tourist-Oriented Directional Sign Program under the administration of TxDOT. This program consists of the marketing, manufacturing, installation and maintenance of: 1.1. Specific Information Logo Signs (LOGO) Major Shopping Area Guide Signs (MSAGS) Tourist-Oriented Directional Signs (TODS). 2. GOAL: It is the intent of this specification to provide the best value to the state by returning a minimum 10% of the program fees collected to the state, while encouraging program growth and ensuring reasonable program fees to all participating businesses and entities operating in Texas. This program is authorized by statute under the Texas Transportation Code, Chapter 391 and by the program rules in 43 Texas Administrative Code (TAC), Part 1, Chapter 25, Subchapter G. The TAC may be viewed at the following web address: 3. DEFINITIONS OF TERMS AND ACRONYMS 3.1. Economic value payment -- value of LOGO, MSAG and TOD signs installed within the last three years of the current contract expiring on December 31, 2016, determined using the formulation in TAC Information Logo Sign and Tourist-Oriented Directional Sign Program A signing program consisting of Specific Information Logo Signs, Major Shopping Area Guide Signs and Tourist-Oriented Directional Signs LOGO: Specific Information Logo Signs - Signs designed to provide information about motorist services including gas, food, lodging, camping, and 24-hour pharmacies; a component of the Information Logo Sign and Tourist-Oriented Directional Sign Program. *This Specification Supersedes TxDOT Specification No December

2 3.4. MSAGS: Major Shopping Area Guide Sign Signs designed to provide information to motorists about major retail areas; a component of the Information Logo Sign and Tourist-Oriented Directional Sign Program Participation Agreement: A contract between the vendor and a participant in the Information Logo Sign and Tourist-Oriented Directional Sign Program that allows the participant s business name or business logo to be displayed on a LOGO, TOD or MSAG sign PM: Project Manager Vendor s project manager, who shall serve as a constant primary point of contact to TxDOT 3.7. POC: Point of Contact 3.8. Program: The Information Logo Sign and Tourist-Oriented Directional Sign Program 3.9. Sign Location Site Plan: A schematic detailing the proposed location of a sign structure and its relation to other signs, traffic control devices, driveways, cross streets, ramps, and other features necessary for TxDOT personnel to consider when making a determination to approve the proposed sign structure location Sign panels or placards: The business logo or business name attached to a sign structure Sign Structure: The foundation(s), post(s), and substrate for LOGO, TOD, and MSAG signs TAC: Texas Administrative Code TODS: Tourist Oriented-Directional Signs Signs designed to provide information to motorists regarding unique tourist services or locations; a new component of the Information Logo Sign and Tourist-Oriented Directional Sign Program TRF: TxDOT Traffic Operations Division TxDOT: Texas Department of Transportation CM - TxDOT Contract Manager: An individual identified by TxDOT s TRF department to be the primary point of contact for the vendor. 4. APPLICABLE LAWS AND STANDARDS: The vendor shall provide the specified service requirements in accordance with all applicable federal, state, and local laws, standards, and regulations necessary to perform the services. This includes but is not limited to the most current version of: 4.1. Texas Transportation Code, Chapter Texas Administrative Code (TAC), Part 1, Chapter 25, Subchapter G Texas Manual on Uniform Traffic Control Devices. 2-19

3 4.4. TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges TxDOT Traffic Engineering Standard Sheets. 5. CURRENT ENVIRONMENT: TxDOT s contract with the current vendor will expire on December 31, TxDOT expects the purchase order from this solicitation to be issued in early The current vendor and the new vendor receiving the purchase order from this solicitation will be required to work together to further the aims of the program during this period. The contract expiring on December 31, 2016 requires that the vendor be reimbursed for the economic value (also known as depreciated cost) of signs installed during the last three years of the contract based on the formula specified in TAC The economic value shall be paid to TxDOT by the vendor that is awarded a contract from this specification as specified in Paragraph 8.1 of this solicitation. 6. RESPONDENT QUALIFICATIONS: The respondent shall: 6.1. Be a company or individual engaged, or whose partners or participants or both are engaged, in the business of providing marketing, manufacturing, installation, and maintenance of Information Logo Signs, outdoor advertising, roadway signing, sign installation, or another similar venture for a minimum of five years within the last seven years. Recent start-up businesses do not meet the requirements of this solicitation. NOTE: A start-up business is defined as a new company that has no previous operational history or expertise in the relevant business and is not affiliated with a company that has that history or expertise. Two companies are affiliated if the two companies have a common parent company or if one is the parent or subsidiary of the other Be in good financial standing and current in payment of all taxes and fees, such as state franchise fees. Respondents shall submit a copy of the respondent s audited or un-audited financial statement. TxDOT will review the respondent's audited or unaudited financial statement in accordance with Texas Government Code, Title 10, Subtitle D, Section to evaluate the sufficiency of the respondent's financial resources and ability to perform the contract or provide the service required in the solicitation. TxDOT will be the sole judge in determining the sufficiency of the respondent's financial resources and ability to provide the service. Factors to be reviewed include: Balance sheets Net working capital Current asset ratio Liquidity ratio Auditor(s) notes Any notes to the financial statements. 3-19

4 7. RESPONDENT REFERENCES: The respondent should submit a minimum of three references to substantiate the qualifications and experience requirements for similar services completed for five years within the last seven years. References shall illustrate respondent s ability to provide the services outlined in the specification. References shall include name, point of contact, telephone number, and dates services were performed. The respondent may be disqualified if TxDOT is unable to verify qualification and experience requirements from the respondent s references. The respondent may be disqualified if TxDOT receives negative responses. TxDOT will be the sole judge of references (Ref. Respondent References form). 8. KEY PERSONNEL QUALIFICATIONS: The respondent shall provide the following key personnel: 8.1. Project Manager (PM): The PM shall: Be designated by the vendor with a minimum of three years experience within the last five years in project management Be a permanent staff member of the vendor Respondent shall return Schedule 3 Project Manager References QUALIFICATIONS FOR OTHER KEY PERSONNEL: The vendor shall provide personnel with: A minimum of three years experience within the last five years in aspects appropriate to the job duties and decisions each key personnel will be required to perform such as marketing, manufacturing, installation and maintenance, or other similar ventures: The ability to effectively communicate orally and in writing in English, as a minimum, and Spanish or other languages as required. 9. VENDOR REQUIREMENTS: The vendor shall: 9.1. Pay TxDOT the economic value of LOGO, MSAG and TOD signs installed within the last three years of the contract expiring on December 31, 2016 in the estimated amount of $1,148,000 within 5 business days of the end of the current contract. If the vendor awarded a contract from this solicitation is the same vendor awarded the contract expiring on December 31, 2016, the economic value payment is not required Adhere to the TxDOT Terms and Conditions identified on the solicitation Adhere to the requirements of the currently adopted versions of the Texas Manual on Uniform Traffic Control Devices, the Transportation Code, the TAC, and TxDOT specification and standard plan sheets as they apply to the program Provide a qualified staff to accomplish projects within the required timeframe. 4-19

5 9.5. Maintain an office in the state of Texas with a minimum of one full-time employee The office shall be accessible via phone and fax for a minimum of 40 hours per week, 8:00 a.m. 5:00 p.m. Central Standard Time, Monday through Friday, excluding state observed holidays Maintain a toll-free number at the vendor s office within the state of Texas to answer questions, distribute information, and receive complaints. This phone shall be equipped to record incoming messages and inform the public of office hours Document all complaints and maintain documentation for the life of the contract, including contract renewals, and provide copies of all complaints to TxDOT upon request. All complaints shall receive a response and be resolved within fifteen working days, with copies of the resolution forwarded to TxDOT upon request Conduct a drawing(s) to select businesses that will receive available signs or sign spaces if demand exceeds space availability as per the requirements of 43 TAC, Chapter 25, Subchapter G Publish and maintain a website available to the public at no charge or registration with information regarding the Information Logo Sign and Tourist-Oriented Directional Sign Program The website shall be operational and approved by TxDOT within 90 days after award of the purchase order TxDOT retains final authority over the contents of the website and approval authority over the website The website shall be updated by the 10 th calendar day of each month and shall contain, but not be limited to: Information about the program that businesses may use to participate in the program Information about the vendor, vendor s office address, telephone number, primary contact, operating hours, fax number, and address An interactive map showing the location of participating businesses The capability for a business to apply for participation in the program on-line Have each employee sign a TxDOT non-disclosure statement ensuring customer information is secure. 5-19

6 9.10. POINT OF CONTACT (POC): The vendor shall designate a PM who shall be a permanent staff employee and who shall make the marketing, manufacturing, installing and maintenance of the Information Logo Sign and Tourist-Oriented Directional Sign Program as his/her first priority and primary responsibility. The PM shall serve as a constant primary POC for TxDOT. The vendor shall: Ensure that the PM coordinates closely with TRF s designated CM Ensure that any change in project management made by the vendor is approved in writing by TxDOT Ensure attendance of the PM at scheduled meetings between the vendor and TxDOT personnel as requested by TxDOT Agree to ensure the continuity of the primary POC assigned to the project. The vendor represents and warrants that the primary POC is available for the entirety of the project and shall remain available throughout the term of the purchase order BACKGROUND CHECK: Conduct background checks on all vendors permanent and temporary personnel scheduled to work on TxDOT projects prior to beginning service start-up. Upon award, supporting documentation confirming the completion of these comprehensive background checks may be subject to review upon request by TxDOT, the TxDOT designee, or both prior to beginning the service. Failure to produce the requested documentation may be cause for cancellation of the purchase order. The background checks shall include, but not be limited to, the following: A verification going back a minimum of seven years Social Security Number verification Statewide criminal and sex offender records for all Texas counties and out-ofstate counties based on the current and previous addresses of the applicant for the last seven years Personnel with a misdemeanor conviction of any type except the lowest classified level of misdemeanor within the last ten years shall be disqualified. Personnel with any felony conviction at any time shall be disqualified. NOTE: Employees with criminal histories shall not be allowed to participate in the program. 10. SERVICE REQUIREMENTS: The vendor shall provide, but not be limited to, the following service requirements: MARKETING Upon award of the purchase order, the vendor shall begin marketing activities for new participants for LOGO, MSAGS and TODS. 6-19

7 Execute new participation agreements for businesses and entities with existing agreements in the LOGO, MSAGS, and TODS to become effective January 1, 2017 or later Market and execute participation agreements with potential new participants for LOGO, MSAGS, and TODS. These participation agreements may only become effective January 1, 2017 or later All annual participation agreements for LOGO, MSAGS, and TODS shall be effective through December 31 of each year Process requests for TODS within the time restrictions contained in Chapter 391 of the Texas Transportation Code Submit an annual marketing plan. The marketing plan shall include: SIGN MANUFACTURING Targeted geographical areas Target business industries Estimated current coverage by TxDOT district (Ref. Attachment A - TxDOT District Map) Potential coverage by TxDOT district Projected annual revenue estimate in the aggregate and by district Advertising approach to market program. NOTE: Vendor shall consider TxDOT input in the revision of the annual marketing plan. TxDOT must approve the annual marketing plan in writing All signs shall be designed and constructed as detailed in the specification requirements. (Ref. Attachment B Sign Manufacturing Requirements.) Only approved materials as detailed on Attachment B may be used A generic icon may be incorporated into TODS panels with the approval of TxDOT Prior to fabrication of any LOGO sign, MSAGS or TODS, the Sign Location Site Plan shall be approved in writing by TxDOT for all new sign structures SIGN INSTALLATION A Sign Location Site Plan shall be approved in writing by TxDOT before any new sign structure may be installed. 7-19

8 Installation of all signs shall be performed only by the vendor or vendor s subcontractor, or, in emergency situations, by TxDOT. In the event that TxDOT undertakes installation or other duties of the vendor, the vendor shall immediately remit to TxDOT the specified fee or cost of such work Existing signs may not be relocated by the vendor in association with installation of a LOGO sign, MSAGS, or TODS unless approved in writing by TxDOT and at the sole expense of the vendor If TxDOT determines that additional regulatory, warning, or guide signing is needed, existing, or planned LOGO, MSAG, or TOD signs shall be removed or relocated by the vendor as directed by TxDOT and at the sole expense of the vendor If TxDOT determines that construction or maintenance activities within the eligible highway rights of way will create conditions where existing LOGO, MSAG, or TOD signs will not be in compliance with Transportation Code, Chapter 391 or provisions of this title, the vendor shall: Remove the LOGO, MSAG, or TOD signs; and Reimburse advance rental fees paid by participating businesses or entities prorated as per the date of removal of the sign Signs shall be installed as detailed in the specification requirements in Attachment B TODS and LOGO panels shall be installed and placed on sign structures in accordance with the guidelines established under 43 TAC, Chapter 25, Subchapter G. The vendor shall immediately remove any sign panel installed in violation of these guidelines, at no additional cost to TxDOT, when directed to do so by TxDOT MAINTENANCE Maintenance of all LOGO signs, MSAGS, and TODS shall be performed by the vendor in a manner and condition that is a distinct benefit to the safety of the public, benefit to the participating businesses or entities, and to the satisfaction of TxDOT including, but not limited to: Ensuring signs are legible at all times Ensuring that sign structures and sign panels are replaced within a reasonable time as determined by TxDOT should they become damaged or faded Ensuring that sign structures and sign panels are removed within a reasonable time as determined by TxDOT when no current participation agreement exists for the location. 8-19

9 Failure to maintain the signs will be cause for termination of the purchase order The vendor shall use commercially reasonable efforts to ensure that all signs are properly maintained and are free from obstruction. In the event that TxDOT determines that a sign requires maintenance, TxDOT may give written notice to the vendor which shall clearly identify the sign, its locations, and the specific maintenance required. The vendor shall have 30 calendar days from the date of receipt of notice within which to take appropriate action to properly maintain the sign. 11. VENDOR DELIVERABLES AND REPORTING REPORTING AND INFORMATION ACCESSIBILITY: The vendor shall provide TxDOT: Remote access for TxDOT to an electronic real-time inventory in a format approved by the CM to include, but not be limited to: Information on all participating businesses and entities including address, key contacts, phone numbers, and location of the sign for each business A specific identification number for each sign Date of expiration of the participation agreement between each participating business or entity and the vendor Location information for each LOGO, MSAG, and TOD sign including: Roadway designation, route, or name Exit number or crossroad, direction, and latitude and longitude Install date of sign and all maintenance performed on the sign Number of TODS and LOGO panels installed per sign At least one photograph of each sign structure and the Sign Location Site Plan for the sign structure Correspondence with business applicants and participating businesses regarding the sign Capability to be revised and updated remotely by the vendor Capability to be accessed by TxDOT personnel remotely. 9-19

10 An annual report in a format approved by TxDOT to include, but not be limited to: Number of LOGO signs and panels installed Number of MSAG signs installed Number of TOD signs and panels installed Number and percentage of participation agreements renewed from the previous year Number of signs removed due to roadway construction Total amount of fees remitted to TxDOT Total number of participants Total number of signs (panels and structures) installed Additional information as requested by TxDOT Additional reports throughout the year as requested by TxDOT A monthly statement by the seventh business day of each month detailing revenues collected by the vendor in association with the program and the amount remitted to TxDOT REMITTANCE Respondent Offer Respondent s offer shall be a minimum of 10% remittance of all program fees collected to TxDOT as required by State law. Any offer of less than 10% shall not be considered (Ref. Schedule 1) Respondent may offer to TxDOT added value over and above the 10% of program fees collected as part of their response to this RFP. The total remuneration that shall be remitted to TxDOT will be negotiated between the respondent and TxDOT Service Requirements Failure to remit funds as required under the agreement will constitute justification for TxDOT to terminate the purchase order for cause Submittal of this remittance to TxDOT is required by the seventh business day following the last day of the preceding month

11 Work and fees charged for additional goods and services outside the scope of this specification (such as additional signing off of TxDOT right of way, advertising, design, production of business logos, etc.) will not be considered as program fees. 12. VENDOR PERFORMANCE: Vendor performance will be monitored on a regular basis by TxDOT An unsatisfactory performance determination includes, but is not limited to: More than one service call back to correct the same problem within 30 calendar days at an individual sign installation Two instances within one year of improper traffic control observed and reported by TxDOT personnel Two instances within one year of reported sign maintenance issues not completed within the required 30 calendar days. NOTE: Unsatisfactory performance may result in a negative vendor performance report or cancellation of the purchase order or both An exceptional performance determination includes, but is not limited to: Deliverables made early upon TxDOT member request Product upgrade substitution suggested and accepted at no additional cost to TxDOT Vendor commended for exceptional customer service, exceptional service provided Provided technical/training assistance when not required. 13. PERSONNEL CONTINUITY AND REPLACEMENT TxDOT recognizes that events beyond the control of the vendor such as the death, physical or mental incapacity, long-term illness, or the voluntary termination of employment of the PM, account manager, or other personnel, etc. will require the vendor propose a replacement. In the event such a replacement is necessary, vendor agrees that personnel shall not begin work on the project without prior written approval from TxDOT The PM, account manager, or other key personnel, etc. shall remain available for the entire term of the purchase order as long as that individual is employed by the vendor If TxDOT determines the PM, a team member, or other key personnel, etc. is unable to perform in accordance with the service requirements or to communicate effectively; the vendor shall immediately remove that person

12 13.4. Proposed replacement personnel shall meet minimum qualifications and have experience comparable to the person(s) being replaced. Replacement personnel shall be provided at no additional cost to TxDOT. Resume(s) and reference(s) may be requested for the proposed replacement(s). TxDOT may reject any replacement if references or past working performance is questionable or unfavorable. TxDOT will be the sole judge of the qualifications of the proposed replacement personnel. 14. QUALITY ASSURANCE PLAN: The vendor shall provide a comprehensive, continuous, and measurable quality assurance program. The plan shall include: Strategies and processes to promote quality Procedures to periodically measure and report quality performance to TxDOT throughout the term of the purchase order How often the vendor conducts internal audits and engages external audit firms to conduct audits of its operations Controls to be used within the project to assure quality and consistency throughout the term of the purchase order. 15. VENDOR PERSONNEL SAFETY: The vendor shall provide all required safety equipment and instruct personnel to observe all safety policies, rules, and requirements at all times. 16. SUBCONTRACTING Subcontractors providing service under the purchase order shall meet the same qualifications and service requirements and provide the same quality of service required of the vendor No subcontract under the purchase order shall relieve the primary vendor of responsibility for the services The vendor shall be the only contact for TxDOT and subcontractor(s) The vendor shall manage all quality and performance, project management, and schedules for subcontractors. The vendor shall be held solely responsible and accountable for the completion of all work for which the vendor has subcontracted TxDOT retains the right to check subcontractor s background and make a determination to approve or reject the use of submitted subcontractor(s). Any negative responses may result in disqualification of the subcontractor TxDOT reserves the right to request the removal of vendor s subcontractor staff deemed unsatisfactory by TxDOT Subcontracting shall be at the vendor s expense

13 16.8. During the term of the purchase order, if the vendor determines a need for a subcontractor change, TxDOT shall be notified in writing by the vendor within 10 calendar days of any proposed change. The vendor shall be required to provide references and work history for any proposed subcontractor to TxDOT. No change will be allowed without written authorization by TxDOT SOLICITATIONS OVER $100,000: TxDOT will make an initial determination of whether subcontracting is probable. It is the respondent s determination to choose to subcontract any of the work under this purchase order with a Texas certified Historically Underutilized Business (HUB) or other businesses If TxDOT has determined that subcontracting opportunities are probable, the class and items in which HUBs may be registered will be noted in the solicitation The respondent shall identify all proposed HUB and other subcontractors at the time of response submittal. The required forms with video instructions can be found at the following website: RESPONSES THAT DO NOT INCLUDE A COMPLETED HUB SUBCONTRACTING PLAN AS INDICATED ON THE SOLICITATION SHALL BE REJECTED PURSUANT TO TEXAS GOVERNMENT CODE (B) HUB SUBCONTRACTING PLAN (HSP) PRIME CONTRACTOR PROGRESS ASSESSMENT REPORT: After award of the purchase order, the vendor shall report all HUB and non- HUB subcontractor information using the HSP Prime Contractor Progress Assessment Report form. The report shall be submitted to the TxDOT contract manager monthly. The report shall be submitted monthly even during the months the vendor is not invoicing TxDOT. All payments made to subcontractors shall be reported. TxDOT may verify the amounts being reported as paid by requesting copies of cancelled checks paid to subcontractors REVISING THE HSP DURING THE TERM OF THE PURCHASE ORDER: Vendors may need to revise the original HSP submitted with the response during the term of the purchase order to add additional subcontractors or change existing subcontractors. The additional subcontractor shall be approved by TxDOT prior to beginning work. If the vendor is replacing a HUB subcontractor with another HUB, no Good Faith Effort is required. If the vendor is replacing a HUB with a non-hub, a Good Faith Effort is required and the rules which apply to notifying HUBs of the subcontracting opportunity apply

14 17. BUSINESS CONTINUITY PROCEDURES AND DISASTER RECOVERY PLAN: The respondent shall submit the respondent s business continuity procedures and disaster recovery plan (limit one page) which shall include procedures that shall be implemented to fulfill all requirements of the purchase order including, but not limited to: fire, theft, natural disaster, technical difficulty, workforce problems, equipment failure, or other disruption of business. NOTE: Business continuity and a disaster recovery plan for this service shall be maintained by the vendor throughout the term of the purchase order. The vendor shall be responsible for all cost of disaster recovery. 18. OWNERSHIP OF MATERIALS AND PRODUCTS: All signs installed, manufactured and maintained by the vendor in TxDOT right of way during and under the terms of this purchase order shall be the property of TxDOT. 19. CONFLICT OF INTEREST: The vendor, vendor s personnel, and vendor s subcontractor(s) shall affirm not to have, nor acquire any interest during the term of the purchase order that would conflict in any manner with the performance of the vendor s obligations in regards to services authorized The vendor certifies and warrants that he or she and any relative to the first consanguinity (blood) or affinity (marriage) have not been employed or an employee or contracted agent for the firm in which he/she is performing inspections as required under the purchase order for a period not less than five years from the effective date of the purchase order. Furthermore, the vendor certifies and warrants that he or she and any relative to the first consanguinity (blood) or affinity (marriage) have no financial interests of any kind in the firm in which he or she is performing inspections as required under the purchase order. Violation of this provision may be grounds for termination of the purchase order First consanguinity (blood) is described as: A person is related to you by blood in the first degree if the person is your: Mother or father, brother or sister, son or daughter Affinity (marriage) is described as: A person who is: your spouse, or spouse s mother or father, brother or sister, son or daughter; your brother s or sister s spouse, son s or daughter s spouse, step-mother or step-father 20. PAYMENT BOND: Purchase orders require the vendor to submit a payment bond in the amount of the economic value of LOGO, MSAG, and TOD signs installed within the last three years of the contract expiring on December 31, 2016, estimated amount of $1,148,000. The actual amount will be determined at the end of the current contract using the formulation in TAC The bond shall be executed in accordance with Texas Insurance Code Section The cost of the bond shall be included in the pricing submitted. TxDOT will not pay for bond as a separate item 14-19

15 20.3. The bond shall be executed on a form provided by TxDOT and returned to TxDOT within 15 calendar days after written notice has been issued to the vendor. A Power of Attorney and a printed document stating the bonding company s name, address, and telephone number and the Texas Department of Insurance telephone number shall accompany the bond(s) Acceptable forms of bonding are cashier s check, certified check, or irrevocable letter of credit issued by a financial institution subject to the laws of Texas; a surety or blanket bond from a company chartered or authorized to do business in Texas and entered on the United States Department of Treasury s listing of approved sureties or the Texas Department of Insurance listing; United States treasury bond; or certificate of deposit. NOTE: The bond shall be submitted to TxDOT upon issuance of PO and approved by TxDOT prior to any work being performed. 21. LIQUIDATED DAMAGES In the event the vendor fails to perform the maintenance on a sign identified in the written notice within 30 calendar days of receipt of the written notice in accordance with the terms of the purchase order, TxDOT may, at its sole discretion, require the vendor to pay damages equal to a pro-rated one-day rental applicable to the sign in question for each day following such 30-day period that the vendor has failed to correct the issue identified in the written notice. This provision is not intended as a penalty but as liquidated damages. 22. AMENDMENTS: TxDOT and the vendor reserve the right to amend the purchase order by mutual written agreement at any time during the term of service, as may be necessary to achieve the highest quality of production by the most efficient and cost-effective means or to include a different element or special feature that was not contemplated or fully developed at the time of solicitation. The amendment process will be accomplished through a Purchase Order Change Notice (POCN). 23. TxDOT RESPONSIBILITIES: TxDOT will: Approve all sign locations, marketing, manufacturing, installation, and maintenance Provide notice to the vendor of TxDOT s contract manager. The vendor will be notified in writing of any changes to the TRF contract manager Schedule periodic meetings with the vendor to monitor progress of work Perform periodic audits and field reviews as needed to ensure that the vendor is operating the program under the requirements of state law, the terms of the program rules contained in 43 TAC Chapter 25 Subchapter G, and the agreement executed between TxDOT and the vendor

16 24. RESPONSE SUBMISSION GENERAL FORMAT: The respondent shall submit one signed and dated original (marked Original ) and should submit seven copies (marked Copy ) or seven copies on flash drive The submission should be in separate loose leaf binders on one sided 8-1/2 x 11 inch paper and be tab-indexed corresponding to the sections listed below. Plastic spine-bound or wire bound submittals are highly discouraged. Finished submittals shall be limited to a maximum of 35 pages The respondent may submit additional information such as a short video or a web link to a short video to supplement one or more of the required submission sections. The additional information shall not be a requirement for the submission and the required submission may be evaluated without consideration of any additional information included with the submission ORIGINAL RESPONSE: Failure by the respondent to submit the documentation listed below will disqualify the respondent from further consideration. The response submission shall be submitted in the following format Section 1 Schedule 1 SIGN FEES AND REMITTANCE Proposed Fees If addendums are generated as part of this solicitation, include the original signed and dated addendum(s) in Section Copies: Include seven copies of the Schedule 1 Pricing in a sealed, separate envelope with the original submittal Proposed Fees and Remittance to TxDOT: Provide proposed sign installation fees and annual rental fees for LOGO (freeway and ramp), MSAGS (freeway and ramp), and TODS for participating businesses. Provide proposed percentage of program fees that are to be remitted to TxDOT from fees charged to businesses participating in Information Logo Sign and Tourist-Oriented Directional Sign Program Section 2 Schedule 2 Original, signed and dated Execution of Proposal Section 3 Schedule 3 Respondent Qualifications and Experience: Complete and return detailing respondent qualifications and experience Section 4 Schedule 4 Key Personnel Qualifications and References: Complete and return for each proposed key or respondent personnel position

17 Section 5 Demonstration of Capability: The respondent s approach and ability to meet the service requirements as specified in the solicitation shall be demonstrated. The response should be specific and address all requirements described in the solicitation in the order presented in Para. 9 and 10. The respondent shall: Provide examples of experience coordinating a signing program of the size and scope involving multiple public and private entities of related or similar programs conducted by the respondent, including those provided for other state agencies. List name of client(s), dates funded, and total expenditures for each project If agency has more than one office, staff sizes of each office shall be provided. If the project is to be a joint venture, all member firms shall be listed and staff members listed accordingly Propose a staffing plan to accomplish the project in the required timeframe Briefly explain the need for and duties of each position on the proposed staff Provide profiles or narratives, for each program staff member designated to develop and conduct the project under the purchase order. Profiles shall include name and title, a minimum last three years of experience within the last five years, estimated percentage of time staff member that will be dedicated to the project and a description of skills and experience Section 6 Project Understanding, Implementation and Approach: Based on the requirements contained in Paragraphs 9 and 10 of the specification, provide a detailed response specifying exactly how the requirements will be satisfied. The respondent shall also provide a process outlining the steps and time involved Section 7 Marketing and Transition: Describe approach to marketing the Information Logo Sign Program and Tourist-Oriented Directional Sign Program in order to increase participation and program fees collected and describe approach to transitioning the program from the existing program vendor Section 8 Database: Provide a narrative describing the database the vendor shall provide to TxDOT to support a website detailing information about participants in the program Section 9 Business Continuity and Disaster Recovery Plan: Respondent shall submit a business continuity and disaster recovery plan detailing how the respondent proposes to meet the specifications in the event vendor service is interrupted. The plan shall detail the vendor s backup and recovery process (Ref. Para. 17)

18 Section 10 Quality Assurance Plan: Respondent shall submit a quality assurance plan detailing how they propose to meet the requirements outlined in Para Section 11 HUB Subcontracting Plan Section 12 Financial Statements Copies: The respondent shall include only the following tabbed and indexed sections in the seven reproduced copies: Section 3 - Schedule 3 -Respondent Qualifications and Experience Section 4 - Schedule 4 -Key Personnel Qualifications and References Section 5 - Demonstration of Capability Section 6 Project Understanding, Implementation and Approach Section 7 - Marketing and Transition Section 8 - Database Section 9 - Business Continuity and Disaster Recovery Plan Section 10 - Quality Assurance Plan The following should be submitted with the response. Failure by the respondent to submit the documentation listed below may disqualify the respondent from further consideration Section 13 Respondent References 25. RESPONSE EVALUATION STEP 1 REVIEW OF RESPONSES BY PURCHASING: Only a complete response with the listed required submittal documents and meeting minimum qualifications will be considered. Failure to meet the minimum qualifications and submit the required documents will result in a response being declared non-responsive STEP 2 INITIAL EVALUATION: A TxDOT evaluation committee will evaluate and score each response based on established criteria. Respondents shall not contact members of the evaluation team. Responses will be evaluated according to the respondent s ability to best satisfy TxDOT requirements. Respondent s submission is evaluated and scored on a weighted system to determine the best value as follows: Respondent qualifications and experience will comprise 70% of the evaluation total Pricing submitted for the solicitation requirements will be 30% of the evaluation total

19 25.3. STEP 3 DISCUSSIONS: TxDOT may request that selected respondents, including key personnel, participate in discussions The respondent and TxDOT may discuss and clarify various requirements of the solicitation, vendor response, any negotiable points, further confirm proposed personnel qualifications, and determine the respondent s capability to perform the service. A TxDOT evaluation committee may evaluate and score each discussion The initial selection of respondents qualifying to proceed to this step will maintain the pricing weight at 30%. The initial evaluation score of the qualifications and submission information will be replaced with the discussion meeting score at 70% TxDOT will advise each respondent in writing of the location, date, and time of the scheduled discussion meeting. A minimum of two weeks notice will be given to the respondent(s) selected for the discussion phase TxDOT may provide the respondent with a list of proposed key personnel required to attend and participate in the meeting Respondent and proposed key personnel should be prepared to address any questions that may be asked by TxDOT evaluators TxDOT reserves the right to continue discussions with selected respondent(s) NEGOTIATIONS: Upon completion of discussions evaluation scoring, TxDOT reserves the right to enter into negotiations with one or more selected respondents STEP 4 BEST AND FINAL OFFER (BAFO): TxDOT reserves the right to request a BAFO from selected respondent(s) The respondent(s) shall submit a final price and any added value. If more than one respondent reaches this level, the negotiated terms, references, BAFO, and added values will be the considered in the award. TxDOT will make the final determination on the best value TxDOT may award the purchase order for the service without requesting a BAFO 26. AWARD: TxDOT reserves the right to award a purchase order(s) to the company that provides the best value to TxDOT in performance of this service. TxDOT may award to a single vendor, multiple vendors, or use any combination that best serves the interest of TxDOT BEST VALUE: TxDOT will be the sole judge of best value. Best value criteria may include, but are not limited to: Responsiveness to and completeness of the solicitation service requirements

20 Proposals representing the best value to businesses and other entities wishing to rent signs through the program Proposed percentage of program fees that will be collected by the vendor for return to the state TYPES OF AWARD: Single Award: One purchase order awarded to a single vendor. 27. POST AWARD MEETING: Vendor shall be required to attend a post award meeting via teleconference or in person in Austin, Texas with TxDOT within 20 calendar days after the award of the purchase order. The purpose of the meeting is to discuss the terms and conditions of the purchase order and to provide additional information regarding the purchase order. Vendor and TxDOT shall identify specific goals, strategies, and activities planned for meeting particular program area objectives. 28. CONTRACT ADMINISTRATION: Administration of the purchase order is the responsibility of TxDOT. TxDOT Procurement Division staff will be responsible for administering the contractual business relationship with the vendor Any proposed changes to work to be performed, whether initiated by TxDOT or the vendor, must receive final written approval in the form of a Purchase Order Change Notice signed by the authorized TxDOT purchasing agent Upon issuance of purchase order, TxDOT will designate an individual to serve as the Contract Manager and point of contact between TxDOT and the vendor. The Contract Manager does not have any express or implied authority to vary the terms of the purchase order, amend the purchase order in any way, or waive strict performance of the terms or conditions of the purchase order. This individual s contract management and contract administration responsibilities include, but are not limited to: Monitoring the vendor s progress and performance and ensuring services conform to established specification requirements Managing the financial aspects of the contract including approval of payments Meeting with the vendor as needed to review progress, discuss problems and consider necessary action Identifying a breach of contract by assessing the difference between contract performance and non-performance Other areas as identified by the Comptroller of Public Accounts Contract Management Guide, latest edition. 29. TRANSITION PERIODS: Upon award of the purchase order, the new vendor shall cooperate fully with the current vendor whose contract expires on December 31, Upon expiration of the current contract, the current vendor shall cooperate fully with a subsequent vendor for the transfer of all publications, documents, property, equipment, and other material for which TxDOT retains ownership rights, and any other material related to work under the subsequent purchase order

21 30. RELATIONSHIP ON TERMINATION: All signs installed, manufactured, and/or maintained by the vendor during the term of this purchase order shall be the property of TxDOT and the vendor shall have no rights or interests in such signs following the termination of this purchase order If TxDOT terminates the contract before the contract s termination date for reasons other than default by the vendor, the vendor will be paid the depreciation value based on the elapsed time since the installation of mainlane LOGO, mainlane MSAGS, and TODS structures using the previous year s statewide construction average low bid for complete fabrication and installation multiplied by the following percentage: Less than one year 90% One year or more but less than two years 50% Two years or more but less than three years 25% Three years or more 0% If the contract expires at the end of its specified term and the vendor is not awarded the subsequent contract, the subsequent vendor will pay to TxDOT the economic value based on the elapsed time since the installation of mainlane LOGO, mainlane MSAGS, and TODS structures using the previous year s statewide construction average low bid for complete fabrication and installation multiplied by the following percentage: Less than one year 90% One year or more but less than two years 50% Two years or more but less than three years 25% Three years or more 0% The vendor shall use commercially reasonable efforts to assist TxDOT in the transition of the operations of the Program to the party that assumes operations of the Program at such time. The vendor shall also provide to TxDOT the complete and current records of all Program signs and business participants within 7 calendar days of execution of a subsequent contract with a new party. The format of the records shall be compatible with Microsoft Office unless directed otherwise by the TxDOT Contract Manager. 31. SALE, TRANSFER, AND ASSIGNMENT OF CONTRACT: The vendor shall not sell, transfer, assign, or otherwise dispose of the contract or any portion thereof, or of its right, title, or interest therein, without the prior written consent of TxDOT 21-19

22 TxDOT SCHEDULE 1 - SIGN FEES AND REMITTANCE Proposed Fees Item Minimum Proposed Fees Maximum LOGO Freeway Installation LOGO Annual Freeway Rental LOGO Ramp Installation LOGO Annual Ramp Rental MSAGS Freeway Installation MSAGS Annual Freeway Rental MSAGS Ramp Installation MSAGS Annual Ramp Rental TODS Installation TODS Annual Rental Percent of Collected Fees Returned to the State (Minimum 10%) % NOTE: Only schedule 1 will be evaluated in phase 1 of the proposal evaluation. Final fees and remittance will be negotiated between TxDOT and the successful respondent. THIS PAGE SHALL BE RETURNED WITH THE RESPONSE. FAILURE TO RETURN REQUIRED ITEMS WITH THE RESPONSE WILL RESULT IN DISQUALIFICATION OF THE RESPONSE. 1-1

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION CORE DRILLING SERVICES PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION CORE DRILLING SERVICES PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION CORE DRILLING SERVICES PUBLICATION SPECIFICATION NO. TxDOT 912-16-30 * 1. This specification is a product of the Texas Department of Transportation

More information

SPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE

SPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE SPECIFICATION NO. TxDOT 910-00-00 DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This

More information

TEXAS DEPARTMENT OF TRANSPORTATION ELECTRICAL MAINTENANCE AND REPAIR SERVICES PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION ELECTRICAL MAINTENANCE AND REPAIR SERVICES PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION ELECTRICAL MAINTENANCE AND REPAIR SERVICES PUBLICATION SPECIFICATION NO. * This specification is a product of the Texas Department of Transportation (TxDOT). It is the

More information

TEXAS DEPARTMENT OF TRANSPORTATION BUILDING CONSTRUCTION FIELD INSPECTOR FOR TXDOT S SAFETY REST AREA PROGRAM PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION BUILDING CONSTRUCTION FIELD INSPECTOR FOR TXDOT S SAFETY REST AREA PROGRAM PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. * BUILDING CONSTRUCTION FIELD INSPECTOR FOR TXDOT S SAFETY REST AREA PROGRAM PUBLICATION This specification is a product of

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION AIRCRAFT LIABILITY INSURANCE PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION AIRCRAFT LIABILITY INSURANCE PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION * AIRCRAFT LIABILITY INSURANCE PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). It is the practice

More information

TEXAS DEPARTMENT OF TRANSPORTATION PAINTING BUILDING FACILITIES, INTERIOR AND EXTERIOR PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION PAINTING BUILDING FACILITIES, INTERIOR AND EXTERIOR PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * PAINTING BUILDING FACILITIES, INTERIOR AND EXTERIOR PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).

More information

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CASTRO AVE. AND F.M. 462 WATER IMPROVEMENTS PUBLISHED DATE: March 1, 2018 RESPONSE DUE DATE: April 24, 2018 Interested vendors must submit a RESPONSE PACKAGE

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise/Historically Underutilized Business in State Funded Construction The purpose of this Special Provision is to carry out the Texas

More information

Request for Bids. Financial Audit of the Minnesota Legislative Coordinating Commission for Fiscal Year 2015

Request for Bids. Financial Audit of the Minnesota Legislative Coordinating Commission for Fiscal Year 2015 Request for Bids Financial Audit of the Minnesota Legislative Coordinating Commission for Fiscal Year 2015 Solicitor: Minnesota Legislative Coordinating Commission Deadline for Receipt of Bids: 4:00 p.m.,

More information

DATE ISSUED: 10/20/ of 13 UPDATE 103 CV(LEGAL)-P

DATE ISSUED: 10/20/ of 13 UPDATE 103 CV(LEGAL)-P Note: For information on procuring goods and services under Education Code Chapter 44, see CH. Board Authority Delegation of Authority Contracts Valued at or Above $50,000 A district may adopt rules as

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL West Virginia Board of Risk and Insurance Management RIM:09092013 TABLE OF CONTENTS Section 1: General Information Section 2: General Terms and Conditions Section 3: Project Specifications

More information

FACILITIES CONSTRUCTION (LEGAL)

FACILITIES CONSTRUCTION (LEGAL) Note: For information on procuring goods and services under Education Code Chapter 44, see CH. For additional legal requirements applicable to purchases with federal funds, see CBB. Board Authority Delegation

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise in State Funded Construction The purpose of this Special Provision is to carry out the Texas Department of Transportation's policy

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL by The University of Texas System Administration for Selection of a Vendor to Provide Services related to U.T. System-wide Information Technology (IT) Audit Risk Assessment Methodology

More information

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS GUADALUPE COUNTY EXISTING ROAD & BRIDGE SHOP RENOVATION 2605 N. Guadalupe St., Seguin, TX 78155 COUNTY WORK PROJECT RFQ NO. 2017-5302

More information

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.) Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

Request for Proposal

Request for Proposal Request for Proposal RFP No. 2017 11 001 Consulting Services for Emergency Operations Response Plans Issue Date Monday, November 20, 2017 ISSUED BY OFFICE OF PROCUREMENT RICE UNIVERSITY 6100 MAIN ST.,

More information

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH REQUEST FOR PROPOSAL FOR Full Cost Allocation Plan and Citywide User Fee and Rate Study Finance Department CITY OF HUNTINGTON BEACH Released on October 17, 2007 Full Cost Allocation Plan and Citywide User

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST 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 information

OFFICE OF THE SUMMIT COUNTY SHERIFF

OFFICE OF THE SUMMIT COUNTY SHERIFF OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 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 information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

DIVISION 2. - PURCHASES [11]

DIVISION 2. - PURCHASES [11] DIVISION 2. - PURCHASES [11] Sec. 2-261. - Definitions. Sec. 2-262. - Penalty. Sec. 2-263. - Purpose. Sec. 2-264. - Establishment of purchasing division. Sec. 2-265. - Appointment and functions of purchasing

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: SharePoint Upgrade Date: September 9, 2016 Project Name: SharePoint 2007 Upgrade 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377) www.opers.org

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western

More information

Request for Risk Management and Insurance Broker Services

Request for Risk Management and Insurance Broker Services TO: Prospective Vendors DATE: 08/01/ SUBJECT: Services Request for Proposal for Risk Management and Insurance Brokerage You are invited to submit Proposals for Risk Management and Insurance Brokerage Services

More information

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

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

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

Professional and Technical Services Contract State of Minnesota

Professional and Technical Services Contract State of Minnesota Professional and Technical Services Contract State of Minnesota SWIFT Contract No.: Attachment IV Note: If you take exception to any of the terms, conditions or language in the contract, you must indicate

More information

INSTRUCTIONS TO BIDDERS

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

More information

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR-001-01-13 SUBMISSION DEADLINE: Friday, March 1, 2013 at 4:00 p.m. 1 Request for Proposals

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS IMPLEMENTATION OF INVESTING IN MANUFACTURING COMMUNITIES PARTNERSHIP (IMCP) DESIGNATION REQUEST FOR PROPOSALS NORTHWEST GEORGIA MANUFACTURING CONSORTIUM c/o NORTHWEST GEORGIA REGIONAL COMMISSION P.O. BOX

More information

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

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

More information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT Section 1 Additional Administrative Information 1.1 Purchasing Agent The Purchasing Agent identified in the RFB cover sheet is the sole point of contact regarding

More information

SUPERINTENDENT SEARCH FIRM OPENING 2:00 P.M.

SUPERINTENDENT SEARCH FIRM OPENING 2:00 P.M. 1. SCOPE 1.1. Hays Consolidated Independent School District (HCISD) requests proposals for an experienced professional search firm specializing in employment searches for Superintendents of Schools to

More information

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No. Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE REQUEST FOR PROPOSALS - Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES Regional School

More information

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office For For The Issue Date: June 1, 2018 Due Date: June 25, 2018 by 10:00 a.m. Central Time Submit RFP to: Benton County Commission c/o Michelle McLerran Kreisler P.O. Box 1238 316 Van Buren Warsaw, Missouri

More information

INSTRUCTIONS TO BIDDERS

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

More information

Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts

Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts EXHIBIT 6 DBE SPECIAL PROVISIONS FOR NON-TRADITIONAL CONTRACTS 000--- Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts Description. The purpose of this Special

More information

Request for Proposal Records Management and Storage September 1, 2017

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

More information

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL REQUEST FOR PROPOSALS 19-409-01 FLOOD DEBRIS REMOVAL INTENT: It is the Intent of this Request for Proposal to solicit competitive sealed proposals for debris removal caused by local flooding event. The

More information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

More information

EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY

EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY THE UNIVERSITY OF TEXAS SYSTEM ADMINISTRATION JANUARY 1, 2016 EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY POLICY ON UTILIZATION HISTORICALLY UNDERUTILIZED

More information

The proposal response must include a full description of similar services that the Offeror has performed.

The proposal response must include a full description of similar services that the Offeror has performed. Town of Taos Request for Proposal (RFP) LEGAL SERVICES INDIGENT DEFENDANTS November 10, 2016 SB05-PO1617 The TOWN OF TAOS (Legal Department) is soliciting proposals for professional services consisting

More information

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Lawn Care Maintenance Services Academy for Classical Education 5665 New Forsyth Rd. Macon, Georgia 31210 PROPOSAL SUBMISSION DEADLINE IS 5:00PM EDT, FRIDAY, MAY 15, 2017 TABLE OF

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

West Ridge Park Ballfield Light Pole Structural Assessment

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

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

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

More information

MAINTENANCE CONTRACT ADMINISTRATION, INSPECTION, AND REPORTING

MAINTENANCE CONTRACT ADMINISTRATION, INSPECTION, AND REPORTING Approved: Effective: December 22, 2017 Review: October 10, 2017 Office: Maintenance Topic No.: 375-020-002-l Department of Transportation PURPOSE: MAINTENANCE CONTRACT ADMINISTRATION, INSPECTION, AND REPORTING

More information

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES. PURPOSE AND INTENT OF RULE () The primary purpose of this Rule is to describe the process for developing

More information

REQUEST FOR BID PROPOSALS

REQUEST FOR BID PROPOSALS REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE

More information

SAN DIEGO CONVENTION CENTER CORPORATION

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

More information

Request for Quotation

Request for Quotation Return this Quote document via FAX or E-MAIL no later than 3:00 PM, TUESDAY, 01/26/16 to: Attention: ANDREA PARKS STAHL, SR. BUYER Telephone: Fax No.: 210-567-2897 E-mail: PARKSA@UTHSCSA.EDU Facsimile

More information

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES 1 QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSAL PROFESSIONAL AUDITING SERVICES JANUARY 7, 2019 I. INTRODUCTION: A.

More information

VILLAGE OF SCARSDALE, NEW YORK REQUEST FOR PROPOSALS PROFESSIONAL AUDITING SERVICES. February 3, 2017

VILLAGE OF SCARSDALE, NEW YORK REQUEST FOR PROPOSALS PROFESSIONAL AUDITING SERVICES. February 3, 2017 VILLAGE OF SCARSDALE, NEW YORK REQUEST FOR PROPOSALS PROFESSIONAL AUDITING SERVICES February 3, 2017 Office of the Village Treasurer 1001 Post Road Scarsdale, New York 10583 Village of Scarsdale, New York

More information

Uniform (Embroidery/Screening) Request for Proposals RFP#

Uniform (Embroidery/Screening) Request for Proposals RFP# Uniform (Embroidery/Screening) Request for Proposals RFP#2018-07 1.0 INTRODUCTION The purpose of this Request for Proposal (RFP) by the City of Springville, Utah (City) is to solicit sealed proposals from

More information

Specification Standards for University of Washington Section

Specification Standards for University of Washington Section Page 1 of 7 1. EXPLANATIONS TO CONTRACTORS A. The Final Proposal shall be in the form of a sealed bid. Any Bidder desiring an explanation or interpretation of the bidding documents must make a request

More information

POLICY ON UTILIZATION HISTORICALLY UNDERUTILIZED BUSINESSES

POLICY ON UTILIZATION HISTORICALLY UNDERUTILIZED BUSINESSES THE UNIVERSITY OF TEXAS MD ANDERSON CANCER CENTER January 2016 RIDER 104-C POLICY ON UTILIZATION HISTORICALLY UNDERUTILIZED BUSINESSES BUILDING CONSTRUCTION 1 The University of Texas MD Anderson Cancer

More information

REQUEST FOR PROPOSALS FOR CO-LOCATION OF PHOTO LICENSE CENTER LOCATED IN LEWISBURG, PA ISSUING OFFICE

REQUEST FOR PROPOSALS FOR CO-LOCATION OF PHOTO LICENSE CENTER LOCATED IN LEWISBURG, PA ISSUING OFFICE REQUEST FOR PROPOSALS FOR CO-LOCATION OF PHOTO LICENSE CENTER LOCATED IN LEWISBURG, PA ISSUING OFFICE PENNSYLVANIA DEPARTMENT OF TRANSPORTATION BUREAU OF OFFICE SERVICES COMMONWEALTH KEYSTONE BUILDING

More information

Request for Qualifications Number 1470 General Construction Services

Request for Qualifications Number 1470 General Construction Services RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Request for Qualifications Number 1470 General Construction Services Richardson Independent School District

More information

Scofield Ridge Homeowners Association

Scofield Ridge Homeowners Association Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY HILLSBOROUGH COUNTY AVIATION AUTHORITY INVITATION TO QUOTE FOR Security Access Control Software Maintenance QUOTE NUMBER: 14-534-805 ISSUE DATE: July 16, 2014 1.0 Background and Contact Information 1.01

More information

EAST WAREHOUSE EXPANSION CHATTANOOGA, TENNESSEE 11/03/14 TECHNICAL PROPOSAL & EVALUATION GUIDE

EAST WAREHOUSE EXPANSION CHATTANOOGA, TENNESSEE 11/03/14 TECHNICAL PROPOSAL & EVALUATION GUIDE TECHNICAL PROPOSAL & EVALUATION GUIDE SECTION A: GENERAL BUSINESS REQUIREMENTS. The Proposer shall address all items detailed below and provide, in sequence, the information and documentation as required

More information

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders. CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES Prepared by: Ken Crawford DUE: April 17, 2018 2:00 PM Mountain Time Ogden City School District Purchasing Department Room #210 1950 Monroe Blvd.

More information

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction 1995 Metric SPECIAL PROVISION 000---007 Disadvantaged Business Enterprise in Federal-Aid Construction The purpose of this Special Provision is to carry out the U. S. Department of Transportation's (DOT)

More information

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

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

More information

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

A 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 information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP REQUEST FOR PROPOSALS FOR PROFESSIONAL CONSULTING SERVICES RFP 252018 Town of Scarborough P.O. Box 360 259 U.S. Route One Scarborough, Maine 04070-0360 Released on April 12, 2018 Proposals Due on May 7,

More information

REQUEST FOR PROPOSALS FOR ACTUARIAL AUDIT OF THE JUNE 30, 2009 TCRS ACTUARIAL VALUATION RFP #

REQUEST FOR PROPOSALS FOR ACTUARIAL AUDIT OF THE JUNE 30, 2009 TCRS ACTUARIAL VALUATION RFP # STATE OF TENNESSEE TREASURY DEPARTMENT REQUEST FOR PROPOSALS FOR ACTUARIAL AUDIT OF THE JUNE 30, 2009 TCRS ACTUARIAL VALUATION RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. PROPOSAL

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

More information

NOTICE OF PROPOSAL INVITATION

NOTICE OF PROPOSAL INVITATION NOTICE OF PROPOSAL INVITATION Proposal Name: Proposal Number: Transportation Fuels, Propane and Heating Oil TEC-103-16 Proposal Submission Deadline Date and Time: July 6, 2016 at 2:00 p.m. Contract Term:

More information

REQUEST FOR PROPOSALS RFP # ELECTRIC SUPPLY & SERVICES FROM RETAIL ELECTRIC PROVIDERS

REQUEST FOR PROPOSALS RFP # ELECTRIC SUPPLY & SERVICES FROM RETAIL ELECTRIC PROVIDERS REQUEST FOR PROPOSALS The is soliciting sealed Request for Proposals; hereinafter referred to as RFP, to be received by the City Secretary s Office located at 415 W. University Drive, Edinburg, Texas 78541.

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST 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 information

Request for Bid/Proposal

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

More information

Guaranteed Energy Savings Contract

Guaranteed Energy Savings Contract REQUEST FOR PROPOSALS NUMBER RFP # MASD 13-01 December 20, 2013 MINERSVILLE AREA SCHOOL DISTRICT Guaranteed Energy Savings Contract SUPERINTENDENT'S OFFICE 1 Battlin Miners Drive P.O. Box 787 Minersville,

More information

PURCHASING AND PROCUREMENT POLICY FOR CALIFORNIA MENTAL HEALTH SERVICES AUTHORITY. Resolution No Replacement of Resolution 09-08

PURCHASING AND PROCUREMENT POLICY FOR CALIFORNIA MENTAL HEALTH SERVICES AUTHORITY. Resolution No Replacement of Resolution 09-08 PURCHASING AND PROCUREMENT POLICY FOR CALIFORNIA MENTAL HEALTH SERVICES AUTHORITY Resolution No. 10-01 Replacement of Resolution 09-08 WHEREAS, the California Mental Health Services Authority ( CalMHSA

More information

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction

More information

Sample Request For Proposals

Sample 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 information

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

GENERAL SPECIFICIATIONS TABLE OF CONTENTS GENERAL SPECIFICIATIONS TABLE OF CONTENTS GS.1 CONTROL OF WORK 2 GS.2 CONTRACT DRAWINGS AND SPECIFICATIONS 2 GS.3 BID SCHEDULE FORM 2 GS.4 AWARD OF CONTRACT 2 GS.5 PERMITS AND RIGHTS-OF-WAY 3 GS.6 PROSECUTION

More information

TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR

TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR ONLINE AUCTION SERVICES FOR SURPLUS TOWN PROPERTY SOLICITATION NO. 001-2019 _ ISSUANCE DATE: JANUARY

More information

OKEECHOBEE COUNTY PROCUREMENT POLICY

OKEECHOBEE COUNTY PROCUREMENT POLICY OKEECHOBEE COUNTY PROCUREMENT POLICY I. SCOPE Purchasing authority is vested in the Office of the County Administrator, subject to limitations prescribed herein. This policy applies to expenditure(s) of

More information

Network Cabling Upgrade/Renovation. Request for Proposal

Network Cabling Upgrade/Renovation. Request for Proposal Network Cabling Upgrade/Renovation Request for Proposal Contents 1 Administrative Overview... 4 1.1 Objectives... 4 1.2 Communication... 4 1.3 Schedule of RFP Activities... 4 1.4 Questions Regarding this

More information

Ohio Public Employees Retirement System. Request for Proposal. For: Actuarial Consulting Services. Date: October 21, 2016

Ohio Public Employees Retirement System. Request for Proposal. For: Actuarial Consulting Services. Date: October 21, 2016 Ohio Public Employees Retirement System For: Actuarial Consulting Services Date: October 21, 2016 Project Name: Actuarial Consulting RFP 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377)

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL Workers Compensation Claims Administration October 26, 2012 The New York Liquidation Bureau ( Bureau ) carries out the responsibilities of the Superintendent

More information

Bergen County Board of Social Service

Bergen County Board of Social Service Bergen County Board of Social Service REQUEST FOR QUALIFICATIONS The Bergen County Board of Social Services (the Board ) is soliciting Qualification Statements from interested persons and/or firms for

More information

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION For Alameda CTC-funded projects subject to the Local Business Contract Equity (LBCE) Program Note to Project Sponsor: Be sure that your legal staff reviews

More information

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT Sealed proposals, addressed to the Supervisor of Purchases, City of Middletown, Room 112, Municipal Building, Middletown, Connecticut, 06457 will be received

More information

COUNTY TRANSPORTATION INFRASTRUCTURE FUND GRANT AGREEMENT

COUNTY TRANSPORTATION INFRASTRUCTURE FUND GRANT AGREEMENT STATE OF TEXAS COUNTY OF TRAVIS COUNTY TRANSPORTATION INFRASTRUCTURE FUND GRANT AGREEMENT THIS AGREEMENT is made by and between the State of Texas, acting by and through the Texas Department of Transportation,

More information