STATEMENT OF WORK FOOD TRUCK EVENT ORGANIZER IFB#
|
|
- Virginia Edwards
- 5 years ago
- Views:
Transcription
1 STATEMENT OF WORK FOOD TRUCK EVENT ORGANIZER IFB# A. CONTRACT SCOPE: The Commonwealth of Pennsylvania, Department of General Services (DGS), is issuing this Invitation for Bid (IFB) to obtain the services of an experienced Food Truck Event Organizer. The Event Organizer will plan large events of various food trucks within the lunch hours and/or outside the lunch hours at locations including: The Capitol Complex; DGS Annex; other State Office Buildings; the Governor s residence and the overflow parking lot for the Governor s residence located at 2100 North Second Street, Harrisburg, Pennsylvania; and other locations as mutually agreed by DGS, the Office of Administration, the Next Generation Task Force and the Contractor. This Contract will offer Commonwealth employees and citizens of Harrisburg the option to purchase lunch from these food trucks as a convenient and creative alternative to current lunch options. B. METHOD OF AWARD: This will be a single award Contract. The Commonwealth will award a Contract to the responsive and responsible bidder offering the lowest Food Truck Event Organizer Commission Fee Percentage. This Contract will be at NO COST to the Commonwealth. C. PRICING: Bidders must provide in Attachment A, Cost Submittal Sheet, the Commission Fee Percentage which will be collected from the food truck vendors participating in planned events. Failure by a bidder to meet this requirement will result in their bid being deemed non-responsive. D. BACKGROUND: Food trucks gained popularity over the past few years as a fast and convenient way for individuals to purchase their meals. While food trucks first targeted business professionals in larger metropolitan areas, they have expanded their popularity to smaller cities, and Harrisburg, PA continues to see a growing number of licensed food truck professionals in the area. Trucks will be allowed to park during lunch hours on Commonwealth Avenue, Harrisburg, PA within Soldiers Grove. By offering state government property as a parking location for the food trucks the state will provide employees in Harrisburg with a convenient and new lunch alternative. This Contract will also allow for the opportunity to engage local community organizations and use its public spaces in creative ways which are on par with changing trends. The Event Organizer will help facilitate this process. E. ELIGIBILITY REQUIREMENTS: To be eligible for this Contract bidders must meet the following requirements: 1. Only DGS Self-Certified Small Businesses are Eligible for Award: The Department of General Services has set aside this contract for the Small Business Procurement Initiative (SBPI) to provide DGS self-certified small businesses with opportunities to compete against other DGS self-certified small businesses for commonwealth agency and DGS statewide contracts. Only DGS self-certified small businesses are eligible to submit a bid, and the selected small business must perform at least fifty percent (50%) of the total contract value. The small business requirements and certification process can be found on the following site: Certification and participation in DGS SBPI are race and gender neutral. However, because all small diverse businesses must first self-certify as small businesses, entities possessing a DGS small diverse business verification are also eligible to submit a bid.
2 To be eligible for award, a bidder must submit a copy of its Small Business Self- Certification or Small Diverse Business Verification with its bid. Eligibility requirements and directions for becoming a DGS self-certified small business are available at the following site: 2. CAPITOL POLICE: In the event Capitol Police are required, the Contractor agrees to reimburse the Commonwealth for the overtime salary cost for one (1) Capitol Police Officer to be assigned to the food truck events to facilitate with traffic control, security, and crowd control at the rate of $65 per hour up to a maximum of three (3) hours per food truck event. DGS will invoice the Contractor within seven (7) calendar days of the event and the Contractor must remit payment to the Commonwealth s office of Comptroller Operations within thirty (30) days of the date of the invoice. F. SERVICE REQUIREMENTS: The awarded Contractor will be required to perform the duties as defined below: 1. Events should be planned to occur, at a minimum, monthly from April through October; 2. Determine the number and variety of food trucks necessary for a successful event; 3. Contact food truck vendors and become the point of contact for the trucks before, during and after the event; 4. Ensure that all vendors have acceptable health and vending licenses and insurance required by the City of Harrisburg and the PA Department of Agriculture; 5. Adhere to the PA Capitol s rules and regulations as identified in Chapter 86 of the PA Code; 6. Schedule events in coordination with the Capitol Special Events Office; 7. Coordinate with the Capitol Police to facilitate all traffic control and security requirements; 8. Coordinate with marketing and PR colleagues to promote the events, including, but not limited to: The Office of Administration, the Next Generation Task Force, and external partners; 9. Work with designated individuals at the Department of General Services to coordinate the set up and dismantling of tables, chairs, and appropriate trash receptacles clearing the venue efficiently; 10. Coordinate suppliers, handle client inquiries and troubleshoot on the day of the event to ensure that all runs smoothly; 11. Coordinate and monitor event timelines and ensure deadlines are met; and 12. Provide post-event evaluation reports and analysis to the Contracting Officer and the Next Generation Task Force. Analysis should include event summaries that provide a 2
3 breakdown of sales made and customers served per food truck; see Reports Section for more details. Report data may determine the possibility of future food truck events. G. REPORTS: Following each event, Contractor will be required to provide a report. These reports at a minimum will be required to include: Event date, event location, itemized list of food trucks attending, number of customers served, total sales by food truck; and Contractor, computed commission. H. ADDITION OF SERVICES: In the event DGS determines additional service(s) should be added which are within the scope of service, the following procedures will be followed. DGS will contact the awarded Contractor and give them the opportunity to provide the service(s). The awarded Contractor will submit pricing for the new service(s), if applicable. DGS will review the pricing and determine if it is fair and reasonable. If the pricing is deemed fair and reasonable, a change will be made to the Contract adding the service(s). At no point is the Contractor allowed to unilaterally change services or pricing. I. POST AWARD ADMINISTRATION: The Contractor s performance shall be monitored and evaluated in accordance with the requirements outlined in the Contract. At a minimum, the Contractor s performance shall be evaluated on an annual basis. Contractor may be required to attend Contract Performance Review meetings. These meetings will be for the purpose of providing Contractor performance reviews, discussion of issues either party may have concerning the Contract or to evaluate the overall progress of the Contract. The meetings will be held quarterly, semi-annually or annually at the discretion of the Department of General Services, or upon special request of the using agencies. J. DOCUMENT(S) TO BE ATTACHED: You may refer to the SRM Bidding Reference Guide on the Supplier Portal at for details on attaching documents to your bid and bidding instructions. The following document(s) must be attached with your bid response: 1. Attachment A, Cost Submittal Sheet. 2. Iran Free Procurement Certification Form. 3. Small Business Certification or Small Diverse Business Verification. K. UPDATE TO TERMS AND CONDITIONS: 1. In accordance with Management Directive Amended Contract Compliance (August 2, 2018), Paragraph V.33 CONTRACT Nondiscrimination/Sexual Harassment Clause (March 2015) is deleted in its entirety and replaced with the following: V.33-Contract NONDISCRIMINATION/SEXUAL HARASSMENT CLAUSE (August 2018). The Contractor agrees: a. In the hiring of any employee(s) for the manufacture of supplies, performance of work, or any other activity required under the contract or any subcontract, the Contractor, each subcontractor, or any person acting on behalf of the Contractor or subcontractor shall not discriminate by reason of race, gender, creed, color, sexual orientation, gender identity or expression, or in violation of the Pennsylvania Human Relations Act (PHRA) and applicable federal laws, against any citizen of this 3
4 Commonwealth who is qualified and available to perform the work to which the employment relates. b. Neither the Contractor nor any subcontractor nor any person on their behalf shall in any manner discriminate by reason of race, gender, creed, color, sexual orientation, gender identity or expression, or in violation of the PHRA and applicable federal laws, against or intimidate any employee involved in the manufacture of supplies, the performance of work, or any other activity required under the contract. c. Neither the Contractor nor any subcontractor nor any person on their behalf shall in any manner discriminate by reason of race, gender, creed, color, sexual orientation, gender identity or expression, or in violation of the PHRA and applicable federal laws, in the provision of services under the contract. d. Neither the Contractor nor any subcontractor nor any person on their behalf shall in any manner discriminate against employees by reason of participation in or decision to refrain from participating in labor activities protected under the Public Employee Relations Act, Pennsylvania Labor Relations Act or National Labor Relations Act, as applicable and to the extent determined by entities charged with such Acts enforcement, and shall comply with any provision of law establishing organizations as employees exclusive representatives. e. The Contractor and each subcontractor shall establish and maintain a written nondiscrimination and sexual harassment policy and shall inform their employees in writing of the policy. The policy must contain a provision that sexual harassment will not be tolerated and employees who practice it will be disciplined. Posting this Nondiscrimination/Sexual Harassment Clause conspicuously in easily-accessible and well-lighted places customarily frequented by employees and at or near where the contracted services are performed shall satisfy this requirement for employees with an established work site. f. The Contractor and each subcontractor shall not discriminate by reason of race, gender, creed, color, sexual orientation, gender identity or expression, or in violation of PHRA and applicable federal laws, against any subcontractor or supplier who is qualified to perform the work to which the contract relates. g. The Contractor and each subcontractor represents that it is presently in compliance with and will maintain compliance with all applicable federal, state, and local laws, regulations and policies relating to nondiscrimination and sexual harassment. The Contractor and each subcontractor further represents that it has filed a Standard Form 100 Employer Information Report ( EEO-1 ) with the U.S. Equal Employment Opportunity Commission ( EEOC ) and shall file an annual EEO-1 report with the EEOC as required for employers subject to Title VII of the Civil Rights Act of 1964, as amended, that have 100 or more employees and employers that have federal government contracts or first-tier subcontracts and have 50 or more employees. The Contractor and each subcontractor shall, upon request and within the time periods requested by the Commonwealth, furnish all necessary employment documents and records, including EEO-1 reports, and permit access to their books, records, and accounts by the contracting agency and the Bureau of Diversity, Inclusion and Small 4
5 Business Opportunities for purpose of ascertaining compliance with provisions of this Nondiscrimination/Sexual Harassment Clause. h. The Contractor shall include the provisions of this Nondiscrimination/Sexual Harassment Clause in every subcontract so that those provisions applicable to subcontractors will be binding upon each subcontractor. i. The Contractor s and each subcontractor s obligations pursuant to these provisions are ongoing from and after the effective date of the contract through the termination date thereof. Accordingly, the Contractor and each subcontractor shall have an obligation to inform the Commonwealth if, at any time during the term of the contract, it becomes aware of any actions or occurrences that would result in violation of these provisions. j. The Commonwealth may cancel or terminate the contract and all money due or to become due under the contract may be forfeited for a violation of the terms and conditions of this Nondiscrimination/Sexual Harassment Clause. In addition, the agency may proceed with debarment or suspension and may place the Contractor in the Contractor Responsibility File. 2. In accordance with Executive Order (EO) Amended, Minimum Wage for Employees of the Commonwealth and of Organizations Receiving State Contracts (June 28, 2018), Paragraph V.48 CONTRACT Enhanced Minimum Wage Provisions (July 2016) is deleted in its entirety and replaced with the following: V.48 CONTRACT Enhanced Minimum Wage Provisions (July 2018): a. Enhanced Minimum Wage. Contractor/Lessor agrees to pay no less than $12.00 per hour to its employees for all hours worked directly performing the services called for in this Contract/Lease, and for an employee s hours performing ancillary services necessary for the performance of the contracted services or lease when such employee spends at least twenty per cent (20%) of their time performing ancillary services in a given work week. b. Adjustment. Beginning July 1, 2019, and annually thereafter, the minimum wage rate shall be increased by $0.50 until July 1, 2024, when the minimum wage reaches $ Thereafter, the minimum wage rate would be increased by an annual costof-living adjustment using the percentage change in the Consumer Price Index for All Urban Consumers (CPI-U) for Pennsylvania, New Jersey, Delaware, and Maryland. The applicable adjusted amount shall be published in the Pennsylvania Bulletin by March 1 of each year to be effective the following July 1. c. Exceptions. These Enhanced Minimum Wage Provisions shall not apply to employees: i. exempt from the minimum wage under the Minimum Wage Act of 1968; ii. covered by a collective bargaining agreement; iii. required to be paid a higher wage under another state or federal law governing the services, including the Prevailing Wage Act and Davis-Bacon Act; or iv. required to be paid a higher wage under any state or local policy or ordinance. 5
6 d. Notice. Contractor/Lessor shall post these Enhanced Minimum Wage Provisions for the entire period of the contract conspicuously in easily-accessible and well-lighted places customarily frequented by employees at or near where the contracted services are performed. e. Records. Contractor/Lessor must maintain and, upon request and within the time periods requested by the Commonwealth, furnish all employment and wage records necessary to document compliance with these Enhanced Minimum Wage Provisions. f. Sanctions. Failure to comply with these Enhanced Minimum Wage Provisions may result in the imposition of sanctions, which may include, but shall not be limited to, termination of the contract or lease, nonpayment, debarment or referral to the Office of General Counsel for appropriate civil or criminal referral. g. Subcontractors. Contractor/Lessor shall include the provisions of these Enhanced Minimum Wage Provisions in every subcontract so that these provisions will be binding upon each subcontractor. L. CONTRACTING OFFICE: This Contract is administered by the Commonwealth of Pennsylvania, Department of General Services, Bureau of Procurement. All inquiries should be referred to: Nicole Moyer, Contracting Officer Department of General Services Bureau of Procurement 6 th Floor, 555 Walnut Street Harrisburg, PA Telephone: (717) Facsimile: (717) nicomoyer@pa.gov 6
COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES SPECIFICATIONS. CORRUGATED CARTONS Invitation for Bid No
COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES SPECIFICATIONS CORRUGATED CARTONS Invitation for Bid No. 610043828 Page 1 of 6 CORRUGATED CARTONS Solicitation No. 6100043828 1. CONTRACT SCOPE/OVERVIEW:
More informationREQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES The Northwest Pennsylvania Regional Planning and Development Commission (Northwest Commission) is soliciting Statements
More informationSTANDARD CONTRACT TERMS AND CONDITIONS FOR PERFORMERS/SPEAKERS
STANDARD CONTRACT TERMS AND CONDITIONS FOR PERFORMERS/SPEAKERS 1. T E R M O F C O N T R A C T ( Contractor shall mean producer as defined on the attached Contract/Artist Rider ) The term of the Contract
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 informationSTATEMENT OF WORK PORTABLE TOILETS & SEPTIC SYSTEM WASTE REMOVAL SERVICES IFB , SUPPLEMENTAL BID 1
A. CONTRACT SCOPE/OVERVIEW: This Invitation for bid (IFB) (identified here and in the other documents as the Contract ) will cover the requirements of the Commonwealth of Pennsylvania agencies (Statewide)
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 informationCITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016)
CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016) Section A. Introduction These Guidelines set forth the operative policy and instructions of the
More informationUNIFORMED, UN-ARMED AND ARMED SECURTIY GUARD SERVICES INVITATION FOR BID (IFB) NO STATEMENT OF WORK
UNIFORMED, UN-ARMED AND ARMED SECURTIY GUARD SERVICES INVITATION FOR BID (IFB) NO. 6100022760 STATEMENT OF WORK CONTRACT SCOPE/OVERVIEW: The Department of General Services is issuing this Invitation for
More informationAPPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS
STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS September, 2004 TABLE OF CONTENTS 1. Executory Clause 2. Non-Assignment Clause 3. Comptroller s Approval 4. Workers Compensation Benefits 5. Non-Discrimination
More informationRequest 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 informationPlease Deliver To: Payment Terms NET 30
All using Agencies of the Commonwealth, Participating Political Subdivision, Authorities, Private Colleges and Universities Your SAP Vendor Number with us: 319600 Supplier Name/Address: DIVERSIFIED STORAGE
More informationState College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01
State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September
More informationARTICLE III. PROCUREMENT 68. CONTRACT COMPLIANCE METHODS OF AWARDING CONTRACTS CHAPTER 68. CONTRACT COMPLIANCE
Ch. 68 CONTRACT COMPLIANCE 4 68.1 ARTICLE III. PROCUREMENT Chap. Sec. 68. CONTRACT COMPLIANCE... 68.1 69. METHODS OF AWARDING CONTRACTS... 69.1 CHAPTER 68. CONTRACT COMPLIANCE Subchap. A. CONTRACT COMPLIANCE
More informationSTANDARD CLAUSES FOR NYS CONTRACTS
STANDARD CLAUSES FOR NYS CONTRACTS The parties to the attached contract, license, lease, amendment or other agreement of any kind (hereinafter, "the contract" or "this contract") agree to be bound by the
More informationSTATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY DEER FENCE DISMANTLING CONTRACT
STATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY DEER FENCE DISMANTLING CONTRACT GROUP 2 (FOREST DISTRICTS 1, 2, 3, 4) 21 FENCES, ESTIMATED
More informationHarrisburg/Capitol Complex area
COMMONWEALTH OF Pennsylvania DEPARTMENT OF GENERAL SERVICES GSSSO-79 (Rev. 11/99) CONTRACT NUMBER: INVITATION FOR BIDS - BID PROPOSAL FOR SALES OF SURPLUS STATE PROPERTY TYPE OF PROPERTY CN00021643 WASTEPAPER
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 informationSECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS
NOTICE OF REQUIREMENTS FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 1. The Offeror s or Bidder s attention is called to the Equal Opportunity Clause and the Standard
More informationOhio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director
Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 5/16/2013 Project 130251 Addendum No. 5 PID No. 80695 LUC IR 475
More informationREQUEST FOR QUALIFICATIONS
REQUEST FOR QUALIFICATIONS Neighborhood Housing & Public Facilities Improvements Programs Community Development Block Grant (CDBG) Program May 6, 2016 Page 1 of 12 REQUEST FOR QUALIFICATIONS (RFQ) GENERAL,
More informationDIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL)
DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) SECTION 100 - SMALL BUSINESS ENTERPRISE PROGRAM/ DISABLED VETERAN BUSINESS ENTERPRISE PROGRAM 100 METRO POLICY
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 informationDIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL)
DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) SECTION 100 - SMALL BUSINESS ENTERPRISE PROGRAM 100 METRO POLICY STATEMENT: The Los Angeles County Metropolitan
More informationP.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]
P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES
More informationSTATE OF CALIFORNIA. An act to amend Section 6108 of the Public Contract Code, relating to public contracts. BILL NUMBER: SB 578 CHAPTERED BILL TEXT
STATE OF CALIFORNIA BILL NUMBER: SB 578 CHAPTERED BILL TEXT CHAPTER 711 FILED WITH SECRETARY OF STATE OCTOBER 9, 2003 APPROVED BY GOVERNOR OCTOBER 8, 2003 PASSED THE SENATE SEPTEMBER 11, 2003 PASSED THE
More informationDOH STATE FUNDED HOUSING DEVELOPMENT SUPPLEMENTARY CONDITIONS EQUAL OPPORTUNITY EMPLOYMENT, NON-DISCRIMINATION AND AFFIRMATIVE ACTION
The work to be performed under the contract is being assisted by the State of Connecticut through the Department of Housing (DOH). As such, the project is subject to the following State requirements. EQUAL
More informationContract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:
A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or
More informationAlameda 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 informationNOTICE TO BIDDERS EXHIBIT E
NOTICE TO BIDDERS Minority- and Women-owned Business Enterprises, Locally-based Business Enterprises (M/W/LBEs) Non-Discrimination and Affirmative Action Requirements in Columbia University Construction
More informationCITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION
CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative
More information11. Payments. 5. Compliance Verification
clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives
More informationCITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION
CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION CONSTRUCTION & NONCONSTRUCTION CONTRACTORS (VENDORS, SUPPLIERS, CONSULTANTS) Los Angeles Administrative Code (LAAC),
More informationDANTE HALL SERVICE AGREEMENT CONTRACT NO.
DANTE HALL SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") as assignee and sub lessor of Stockton Affiliated Services, Inc., a New Jersey non-profit
More informationChapter C-15 Appendix - ODOT Certified Agency Local Bid and Award Checklist
PROJECT INFORMATION Key number: ODOT Region: Local Agency: Project title: (Project title on plan cover sheet MUST MATCH the title used within the special provisions) Federal Aid # IGA# Local Agency Information:
More informationDIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL)
DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) SECTION 100 - SMALL BUSINESS ENTERPRISE PROGRAM/ DISABLED VETERAN BUSINESS ENTERPRISE PROGRAM 100 METRO POLICY
More informationAGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the
ATTACHMENT A REV.1/17/18 FINAL CONTRACT FOR TITLE SERVICES-ON AN AS-NEEDED BASIS AGREEMENT made this day of, 2017, by and between the NEW JERSEY ECONOMIC DEVELOPMENT AUTHORITY (the "Authority or NJEDA"),
More informationREQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC
REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR
More informationSTATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County)
STATEMENT OF WORK Installations, Repair and/or Maintenance of Sewage and Drain Lines Presque Isle State Park (Erie County) I. SCOPE OF WORK: The Pennsylvania Department of Conservation and Natural Resources,
More informationChampaign Park District: Request for Bids for Playground Surfacing Mulch
May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be
More informationPERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND
PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND THIS AGREEMENT is made and entered into as of the date of the last signature affixed below by and between the University of Wyoming (UNIVERSITY)
More informationRequest for Proposal. Child and Adult Care Food Program (CACFP) Food Service Program Consultant Services
Request for Proposal Child and Adult Care Food Program (CACFP) Food Service Program Consultant Services Proposals must be received by: 8/18/17, 5pm EDT Proposals must be delivered to: Michael McKenna Chief
More informationDocument A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum
Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and
More informationREQUEST FOR PROPOSALS for UNDERWRITING SERVICES PROPOSED GENERAL OBLIGATION BOND ISSUE, SERIES OF 2015 RFP # 2014/15-04
REQUEST FOR PROPOSALS for UNDERWRITING SERVICES PROPOSED GENERAL OBLIGATION BOND ISSUE, SERIES OF 2015 RFP # 2014/15-04 Issued by: STATE COLLEGE AREA SCHOOL DISTRICT November 26, 2014 TABLE OF CONTENTS
More informationWATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA
General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the
More informationDELEGATION MEMORANDUM OF UNDERSTANDING PROJECT NO
DELEGATION MEMORANDUM OF UNDERSTANDING PROJECT NO. DGS 408-65 PHASE 1 CONSTRUCT NEW 69K ELECTRICAL SUBSTATION KUTZTOWN UNIVERSITY KUTZTOWN, BERKS COUNTY, PA This Delegation Memorandum of Understanding
More informationSPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS
SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS A-01 General Civil Rights Provisions A-02 Civil Rights - Title VI Assurances A-03 Notice of Requirement for Affirmative
More informationREQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1
A REQUEST FOR PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH NEIGHBORHOOD STABILIZATION PROGRAM 3 ( NSP 3 ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The
More informationProfessional 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 informationCONTRACT FORM CONTRACT #
CONTRACT FORM CONTRACT # This Contract, made and entered into this day of, 20, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and
More informationBERRIEN COUNTY ROAD DEPARTMENT
PROPOSAL AND SPECIFICATIONS FOR HOT MELT CRACK FILLER MATERIAL 1 1. Quantity: Material to be supplied in 30 (+/-) pound blocks. Quantity required is approximately 45,000 pounds (one full truck load). There
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 informationSTANDARD BLUEBACK CONTRACT COMMONWEALTH OF PENNSYLVANIA STATE SYSTEM OF HIGHER EDUCATION CONTRACT FOR
STANDARD BLUEBACK CONTRACT COMMONWEALTH OF PENNSYLVANIA STATE SYSTEM OF HIGHER EDUCATION CONTRACT FOR (3 to 10 word statement of nature of the Contract) Contract Inquiry No. THIS AGREEMENT, made and entered
More informationSERVICE AGREEMENT CONTRACT NO.
SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES
More informationSTATEMENT OF WORK I. SCOPE OF WORK
I. SCOPE OF WORK STATEMENT OF WORK Service for the Restoration, Installation, Construction and Rehabilitation of Historical Ornamental Gardens Ridley Creek State Park (Delaware County) The Department of
More informationREQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401
REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION
More informationThe Town of Wilton. 238 Danbury Rd. Wilton, CT 06897
The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,
More informationHOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract
HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract To Prospective Respondents: You are invited to submit a quote for the rehabilitation of the property listed
More informationRequest for Qualifications (RFQ) Air Cargo Facility Phase I
Request for Qualifications (RFQ) Air Cargo Facility Phase I Birmingham Airport Authority January 2019 I. Introduction A. Project Description The Birmingham Airport Authority (BAA) is seeking a qualified
More informationSCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS
I. GENERAL CONDITIONS SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS A. General Compliance Consultant agrees to comply with the requirements of the HUD regulations concerning CDBG, 24 CFR Part 570, as modified
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Suffield Public Schools Suffield, Connecticut July 9, 2018 Suffield High School Library Media Center Carpet Replacement Suffield High School 1060 Sheldon Street, West Suffield, CT
More informationProfessional Information and Qualifications
City of Union City Request for Qualifications from Individuals of Firms Interested in Serving as Health Insurance Consultant & Broker to the City of Union City for the Period of August 1, 2018 through
More informationThis project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:
DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor
More informationTexas Department of Transportation Aviation Division 200 East Riverside Drive Austin, Texas PILOT (74568)
Texas Department of Transportation AVIATION DIVISION CONSTRUCTION CONTRACT GENERAL PROVISIONS VOLUME JUNE 2005 Texas Department of Transportation Aviation Division 200 East Riverside Drive Austin, Texas
More informationAPPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE.
PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. TABLE OF CONTENTS Section. Page. 1. Relationship of parties. 2 2. Executory clause 2 3. Extensions, renewals, modifications. 2 4. Non-assignment clause.
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 informationINVITATION FOR BIDS (IFB) NO KMHS/BHA Cottages at Forest Park for the Housing Authority of the City of Bremerton (BHA)
TABLE OF CONTENTS INVITATION FOR BIDS Section Description Page 1.0 IFB Information At-A-Glance 2 2.0 Introduction and BHA Background 2 3.0 Project Background 3 4.0 Scope of Work / Technical Specifications
More informationREQUEST FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL INSURANCE CONSULTING AND BROKERAGE SERVICES/BROKER OF RECORD. ISSUE DATE: May 31, 2018
NOTE: The Board of Education of the Special Services School District in the County of Bergen will consider proposals only from firms or organizations that have demonstrated the capability and willingness
More informationCOWLEY 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 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 informationDisadvantaged Business Enterprise Program
Disadvantaged Business Enterprise Program December 29, 2016 Table of Contents I. POLICY STATEMENT AND PROGRAM OBJECTIVES... 1 II. APPLICABILITY ( 26.3, 26.21)... 3 III. DEFINITION OF TERMS ( 26.5)... 3
More informationSTATEMENT OF WORK Exploratory Diamond-Core-Hole Drilling Program Borehole CLI035_0598
STATEMENT OF WORK 2018 Exploratory Diamond-Core-Hole Drilling Program Borehole CLI035_0598 Bureau of Topographic and Geologic Survey Pennsylvania Department of Conservation and Natural Resources Sproul
More informationINFORMATION FOR BID. Tee Shirts (School Nutrition)
BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time
More informationMANUAL OF PROCEDURE. Small Local Business Enterprises Initiative Incentives
MANUAL OF PROCEDURE PROCEDURE NUMBER: 6550 PAGE 1 of 5 PROCEDURE TITLE: Small Local Business Enterprises Initiative Incentives STATUTORY REFERENCE: FLORIDA STATUTES 1001.64, 287.055, 287.057, 288.703 (1)
More informationPRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY
PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0061-B01 Contract Name/Description: New Joseph C. Caruso
More 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 informationDESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H
Professional Service Contract (Rev 9/18/12) Page 1 DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 11th day of March, 2013, by and
More informationThis project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:
DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor
More informationTHE FOLLOWING FORMS MUST BE COMPLETED BY ALL SUBCONTRACTOR(S)
THE FOLLOWING FORMS MUST BE COMPLETED BY ALL SUBCONTRACTOR(S) Subcontractor Equal Opportunity Certification Form Project Name Prime Contractor Project Number GENERAL In accordance with Executive Order
More informationREQUEST FOR PROPOSAL
SKOKIE-MORTON GROVE SCHOOL DISTRICT 69 REQUEST FOR PROPOSAL Skokie-Morton Grove District 69 will accept sealed proposals for: Audit Services Submit your proposals to the attention of: Mr. Justin Attaway,
More informationFEDERAL REQUIREMENTS. The following access to records requirements apply to the Contract resulting from this RFB:
FEDERAL REQUIREMENTS FR 1. Access to Records The successful Offeror agrees to maintain all books, records, accounts and reports required under the Contract resulting from this RFB for a period of not less
More informationTERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020
TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 Issue Date: January 24, 2018 Title: Healthy Communities Action Teams to Prevention Childhood Obesity Issuing Agency: Virginia Foundation
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 informationHOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES
HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00
More informationREQUEST FOR SEALED PROPOSALS
REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS CITY REDEVELOPMENT ATTORNEY 2015 CITY OF WOODBURY 33 DELAWARE STREET WOODBURY GLOUCESTER COUNTY NEW JERSEY, 08096 Proposal
More informationUsing the Procurement Process to Drive Policy: A Review of Labor and Employment Executive Orders in the Obama Administration
Using the Procurement Process to Drive Policy: A Review of Labor and Employment Executive Orders in the Obama Administration In January 2014, while expressing his frustrations with the legislative process,
More informationRFP 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 informationHousing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend
HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing
More informationSample Certificate of Employee Information Report
AFFIRMATIVE ACTION REQURIEMENTS Each company shall submit to the Hi-Nella Board of Education, after notification of award, but prior to execution of a goods and services contract, one of the following
More informationEL 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 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 informationCOUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1
CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as
More informationINVITATION TO BID CAFETERIA TABLES CAFETERIA TABLES FOR BATE MIDDLE SCHOOL FOOD SERVICE DEPARTMENT. Notice Date: 12/13/18. Closing Date: 12/28/18
INVITATION TO BID CAFETERIA TABLES CAFETERIA TABLES FOR BATE MIDDLE SCHOOL FOOD SERVICE DEPARTMENT Notice Date: 12/13/18 Closing Date: 12/28/18 Opening Date: 12/31/18 Opening Location: Danville Independent
More 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 informationSTATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office
STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is
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 informationAugust 2, 2017 Illinois State Board of Education. Conference
August 2, 2017 Illinois State Board of Education ISBE School Nutrition Programs Back to School Conference Kristina Shelton, Principal Consultant National School Lunch Program School Meal Services Contracts
More informationSMALL BUSINESS PARTICIPATION POLICY TABLE OF CONTENTS
SMALL BUSINESS PARTICIPATION POLICY TABLE OF CONTENTS ARTICLE 1 GENERAL PROVISIONS... 2 1 101 Policy, Purposes, Rules of Construction... 2 1 102 Effective Date... 3 1 103 Continual Review of Policy...
More informationON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]
ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg
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 informationExcellent 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