REQUEST FOR PROPOSAL FOR STUDENT TRANSPORTATION SERVICES

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL FOR STUDENT TRANSPORTATION SERVICES"

Transcription

1 REQUEST FOR PROPOSAL FOR STUDENT TRANSPORTATION SERVICES BID INSTRUCTIONS AND SPECIFICATIONS Issuance Date: February 13, 2014 Mandatory pre-bid meeting February 18, 2014 at 11:00 a.m. CST Last Day for Questions: February 24, 2014 at 9:00 a.m. CST Bid Submission Deadline: March 4, 2014 at 11:00 a.m. CST Bid Opening: March 4, 2014 at 11:01 a.m. CST 1

2 PUBLIC NOTICE NOTICE TO BIDDERS North Chicago School District #187 Student Transportation Services North Chicago Community Unit School District No. 187 ( District ) is seeking sealed bids for transportation services for the through school years. Bids will be received until 11:00 a.m. CST, Tuesday, March 4, 2014, at which time all bids will be publicly opened and read aloud. Bids shall be in a sealed envelope properly marked with the title of the bid Bid Proposal: Student Transportation for North Chicago Community Unit School District No. 187 on outer envelope. Bidders must provide three (3) complete sets of all bid documents at time of submission of bid documents. Each bid must be wholly completed in the form prescribed in the bid documents and must be submitted in a sealed envelope. All bids shall be addressed and delivered to: North Chicago Community Unit School District #187 Michael J. Prombo, Assistant Superintendent of Business Services 2000 Lewis Avenue North Chicago, IL Bid documents and specifications are available at the District Office at the address shown above between the hours of 8:00 a.m. and 4:00 p.m., Monday through Friday, or on the District website at under Department/Business Office/Vendors & Bidding. Questions and inquiries should be directed to Mr. Prombo at , Extension 628. All bidders must attend a mandatory pre-bid conference on Tuesday, February 18, 2014 at 11:00 a.m. CST in the Board Room at the District Board Office, 2000 Lewis Avenue, North Chicago, IL The District will not consider the bid from any bidder that does not attend the pre-bid conference. The contract for transportation services will be awarded, if at all, at the meeting of the Independent Authority of North Chicago Community Unit School District No. 187, scheduled on March 20, 2014, at 6:30 p.m., considering the ability to provide safety and comfort for the students, stability of service, quality of service, timeliness of service, proven ability to satisfactorily perform a contract in accordance with its terms, best interests of the District, customer service to parents, and lowest price. 2

3 NORTH CHICAGO COMMUNITY UNIT SCHOOL DISTRICT NO. 187 INSTRUCTIONS TO BIDDER FOR STUDENT TRANSPORTATION SERVICES The Independent Authority of North Chicago Community Unit School District No. 187 ( IA ) is accepting sealed bids from qualified vendors for the transportation service herein described. The following specifications outline all of the requirements and conditions for furnishing such service. The IA reserves the right to postpone or cancel this Bid or to reject any or all bids for any reason without recourse. North Chicago Community Unit School District No. 187 (the District ), is soliciting a bid for transportation of eligible District students for a three-year period beginning August 1, 2014* and terminating July 31, 2017 (* The actual start date for the agreement may be changed in order to complete summer school routes.). 1. Duration of Contract. The Contract shall be effective from August 1, 2014, through July 31, Thereafter, the parties may agree in writing to renew or extend the Contract for not more than t w o ( 2 ) additional one-year terms. 2. Finality and Withdrawal of Bids. All bids are deemed final, conclusive, and irrevocable, and no bid shall be subject to correction or amendment for any error or miscalculation. No bid shall be withdrawn without the consent of the IA or designee after the scheduled closing time for the receipt of proposals. All bids submitted must be valid for ninety (90) days after the date for bid opening. 3. Award of Contract. The IA reserves the right to postpone or cancel this Bid, to reject any and all bids, to accept bids in whole or in part, and to waive any formalities, irregularities, defects, and/or technicalities in any bid where the best interest of the IA may be served. The Contract will be awarded to the bidder or bidders most able to provide safety and comfort for the students, stability of service, quality of service, timeliness of service, proven ability to satisfactorily perform a contract in accordance with its terms, best interests of the District, customer service to parents, and lowest price. 4. Compliance with Laws. The bidder shall at all times observe and comply with all laws, ordinances, regulations, codes, conditions, terms, recommendations, definitions, instructions, and requirements of federal, state, county, and other local government agencies, which may in any manner affect the performance of the Contract and in particular any such laws pertaining to safety, including, but not limited to, maintaining all required licenses. 5. Non-Discrimination. Bidder shall comply fully with the requirements of the Illinois Human Rights Act (775 ILCS 5/1-101 et seq.) including, but not limited to, the provision of sexual harassment policies and procedures pursuant to Section of the Act. Bidder further agrees to comply with all federal Equal Employment Opportunity Laws, including, but not limited to, the Americans With Disabilities Act (42 U.S.C et seq.), and their rules and regulations. As required by Illinois law, in the event of Bidder s non-compliance with the provisions of this non-discrimination provision, the Illinois Human Rights Act, or the Rules and 3

4 Regulations of the Illinois Department of Human Rights ( Department ), Bidder may be declared ineligible for future contracts or sub-contracts with the State of Illinois or any of its political subdivisions or municipal corporations, and the Contract may be canceled or voided in whole or in part, and such other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation. By submission of a bid, the Bidder agrees to the following during the performance of the Contract: A. That it will not discriminate against any employee or applicant for employment because of race, color, religion, creed, sex, sexual orientation, marital status, national origin or ancestry, age, citizenship, physical or mental handicap or disability, military status, unfavorable discharge from military service or arrest record status; and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. B. That, if it hires additional employees in order to perform the Contract or any portion thereof, it will determine the availability (in accordance with the Department s Rules) of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized. C. That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, sexual orientation, marital status, national origin or ancestry, age, physical or mental handicap unrelated to ability, or an unfavorable discharge from military service. D. That it will send to each labor organization or representative of workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of Bidder s obligation under the Illinois Human Rights Act and the Department s Rules. If any such labor organization or representative fails or refuses to cooperate with Bidder in its efforts to comply with such Act and Rules, Bidder will promptly so notify the Department and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations thereunder. E. That it will submit reports as required by the Department s Rules, furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Illinois Human Rights Act and the Department s Rules. F. That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Department for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and the Department s Rules. G. That it will include verbatim or by reference the provisions of this clause in every sub-contract it awards under which any portion of the Contract obligations are undertaken or assumed, so that such provisions will be binding upon such subcontractor. In the same manner as with other provisions of the Contract, Bidder shall be liable for compliance with applicable provisions of this clause by such sub-contractors, and, further, it will promptly notify the contracting agency and the Department in the event any sub-contractor fails to refuse to comply 4

5 therewith. In addition, Bidder will not utilize any sub-contractor declared by the Illinois Human Rights Commission to be ineligible for contractors or subcontractors with the State of Illinois or any of its political subdivisions or municipal corporations. 6. Assignment and Subcontracting. The Contract shall not be assigned nor shall any part of the Contract be subcontracted without the written consent of the District, and in no case shall such consent relieve the Contractor from its obligations, or change the terms of the Contract. 7. Bid Prices. All bid prices must be firm for the duration of the Contract period. 8. Bid Security. The Bidder shall provide a certified check or a bid bond equal to five percent (5%) of the value of the bid for the first year from a surety company with at least an A rating in Best s Key Rating Guide. The Bidder s check or bond must be made payable to North Chicago Community Unit School District No Checks and bonds will be returned concurrent with the bid award decision, except that the certified check or bid bond of the successful bidder will be returned when the performance bond, described below in Paragraph 9, is received and the Contract is executed. 9. Performance bond. The IA reserves the right to require the successful Bidder, at its sole cost and expense, to provide a performance bond in the amount of 100% of the Contractor s bid for the total annual cost of the transportation provided for by this bid to be issued by a company with a Minimum Best s rating of Class A for each year of the Contract. Each bid shall be accompanied by a letter from an authorized bonding company, or agent thereof, affirmatively stating that such a bond in favor of the District will be issued if the bidder is awarded the Contract and the District requires the bond. Failure to provide the performance bond, if required, with an executed contract shall result in forfeiture of the certified check or bid bond and the Contract. List the credit or cost reduction if said performance bond is waived on the Bid Form. 10. Audited Financial Statements. Each bidder shall submit an Audited Financial Statement for each of the past three (3) years prepared by a Certified Public Accountant along with proof of licensure to conduct business within the State of Illinois. 11. Representations and Warranties. Each bidder represents and warrants that it has read and understands the Bid Documents, as defined in the General Conditions, that the bid submitted is based on the specifications, terms, conditions contained in the Bid Documents, as well as any addenda issued by the District, and that the bid has been executed by an authorized representative of the bidder. 12. Instructions. These instructions are to be considered an integral part of any bid and Contract. 13. Questions. All questions regarding the Bid Documents should be ed to Mike Prombo at mprombo@d187.org no later than February 24, 2014 at 9:00 a.m. CST. No oral representations shall bind the District. Any revision to the Bid Documents shall be issued by the District via a written addendum. The bidder shall bear the responsibility to ensure its bid is based upon the Bid Documents and any issued addenda. 5

6 14. Form of Bids. Each Bidder must submit its bid on the forms provided with these specifications. Bids shall be in a sealed envelope properly marked with the title of the bid Bid Proposal: Student Transportation for North Chicago Community Unit School District No. 187 and delivered to the North Chicago Community Unit School District No. 187, ATTEN: Michael J. Prombo, Assistant Superintendent of Business Services, 2000 Lewis Avenue, North Chicago, IL 60064, no later than Tuesday, March 4, 2014 at 11:00 a.m. CST. Bidders must provide three (3) complete sets of all bid documents at time of submission of bid documents. Each bid must be wholly completed in the form prescribed in the bid documents and must be submitted in a sealed envelope. Bids must include: A. Name and background of operations manager as required in Paragraph 5 of the General Conditions. B. Certificate of Insurance as required in Paragraph 8 of the General Conditions. C. Signed and notarized two (2) page Certification Form that follows (pages 20 and 21). D. Bid Security as defined in Paragraph 8 of the Instructions to Bidders E. Performance Bond letter as defined in Paragraph 9 of the Instructions to Bidders. F. Audited Financial Statements for each of the past three (3) years, as defined in Paragraph 10. G. Signed and notarized three (3) page Contractor Qualification Statement (pages 22-24). H. Signed Bid Form. I. Signed Services Contract (pages 34 and 35). J. Written evidence that (i) the Bidder has a minimum of five (5) years experience operating buses and transporting public school children enrolled in a similarly sized district transporting greater than 2,000 students and (ii) its transportation manager has a minimum of five (5) years experience in pupil transportation management in the State of Illinois. K. Written evidence that the Bidder has a sufficient number of vehicles to enable it to meet the daily transportation needs of the District under this Contract. L. Written evidence that the Bidder has employees with sufficient experience to maintain the fleet and adequate/appropriate maintenance facilities to meet the School District s requirements. The evidence should include a description of how the Contractor intends to maintain the busses. M. The safety record of the Bidder, including a report describing the Bidder s safety program and safety experience. N. A list of at least three (3) student transportation services contracts held with approximately the same size and type of school district. School district contact information for each contract is required. O. The bidder must submit a list of at least three current school district references for transportation of students in Illinois. The list shall include the size of the contract, number of buses required, number of drivers required and the addresses and telephone numbers of direct contacts for the contracts listed. The District will use this information to ascertain the degree of satisfaction with service rendered by the bidder. The District reserves the right to reject a low bidder that receives poor recommendations from other school districts. P. The applicant shall list each contract that has been terminated by a school district for cause (not simply a lost bid) within the last five years and the reason for such termination. Failure to disclose such information will be grounds for disqualifying the applicant. Q. Statement of ownership acknowledging that Bidder owns or leases all of its buses. 6

7 R. Location of facility from which the Bidder will operate, as well as resumes for the general/relationship manager, driver/safety supervisor, operations manager, maintenance manager and full time router shall be included with the bid, as defined in Paragraph 3 of the General Conditions. S. A written summary that details the Bidder s route scheduling competencies and proficiencies of the Bidder as well as a timeline of how the Bidder expects to be ready for the first day of school. T. Any additional Driver Policy and Procedures that the bidder wishes to provide. No oral, facsimile, , or telephonic bids will be considered. Bidders must submit three (3) copies of its bid. The name of the bidder and a contact phone number must be listed on the outside of the sealed envelope. 15. Mandatory Pre-Bid Conference. All Bidders submitting bids must attend a mandatory pre-bid conference on Tuesday, February 18, 2014 at 11:00 a.m. CST in the Board Room at the District Board Office, 2000 Lewis Avenue, North Chicago, IL Attendance is mandatory. The purpose of the conference will be to answer any questions that you have regarding the specifications and transportation program. Questions may be submitted in advance or at the time of the bidder s conference and written responses will be afforded to all contractors that have attended the conference. Further questions will be taken until February 24, 2014, ending at 9:00 a.m. CST. The IA will not consider the bid from any bidder that does not attend the pre-bid conference. 16. Place and Time of Bid Submittal. Bids must be received at the address below no later Tuesday, March 4, 2014, by 11:00 a.m. CST. North Chicago Community Unit School District No. 187 Michael J. Prombo, Assistant Superintendent of Business Services 2000 Lewis Avenue North Chicago, IL It is the bidder s responsibility to ensure that its bid is received at the above-stated address no later than the stated time. 7

8 GENERAL CONDITIONS 1. DEFINITIONS: A. IA or Independent Authority shall mean the Independent Authority of North Chicago Community Unit School District No. 187 and the members thereof. B. District shall mean North Chicago Community Unit School District No. 187, 2000 Lewis Avenue, North Chicago, Illinois C. Bid Documents shall mean and include the following documents: the Advertisement for Bids; the Instructions to Bidders, the General Conditions, the Certifications Form; the Contractor Qualification Statement; the Transportation Services Contract; and the Bid Form. The term Bid Documents also includes any additional Addenda issued prior to the receipt of bids. D. Bidder shall mean one who submits a bid for a Contract with the District for the services described in the Bid Documents. E. Contract shall mean the Bid Documents, including but not limited to, the Bid Form, upon its acceptance by the IA. F. Contractor shall mean the successful bidder whose bid has been accepted by the IA and to whom a Contract has been awarded. G. Route shall mean the course or plan of travel including pick up and drop off points for vehicles transporting students. H. Superintendent shall mean the duly appointed or acting Superintendent of the District or his/her designee. 2. SCOPE: The Contractor shall, during the Contract period provide transportation for the student activities referred to in the Bid Documents. Such transportation shall be provided in accordance with Routes and schedules developed by the Contractor and approved by the District for each and every day that school is convened. The District reserves the right at any time before or during the school year to revise or change any and all Routes and/or the number of vehicles required to best suit its needs. All such revisions and changes shall be deemed an ordinary part of the Contract and shall not result in any additional fees charged to the District. The Contractor agrees that it will allow no person, other than the Contractor s drivers, the Contractor s drivers in training, the Contractor s supervisors, students, and authorized District personnel to ride vehicles without the written consent of proper District officials. 3. EQUIPMENT: The Contractor shall provide a sufficient number of vehicles to enable it to meet the daily transportation needs of the District. The Contractor shall not increase or decrease the number of vehicles used pursuant to this Contract without the prior written approval of the Superintendent or his/her designee. 8

9 The Contractor shall keep all equipment used in the transportation of students in firstclass condition and in strict accordance with the State of Illinois Minimum Standards for School Buses, pursuant to the Illinois School Code and Illinois Vehicle Code and as promulgated by the Illinois State Board of Education and the Illinois Department of Transportation, as well as all federal, state, and local laws. All equipment shall be maintained in sound mechanical condition at all times to pass the required any and all required state inspections. Buses shall be kept in a clean and sanitary condition. All equipment shall be open to examination by authorized District personnel at all times, including after completion of Routes required by the Contract. All vehicles shall have inspections in accordance with legal requirements. Any vehicle that is not in compliance with inspection requirements shall not be used. Notwithstanding the foregoing, the District reserves the right to require the Contractor to replace any piece of equipment deemed, in the District s judgment, as unsafe for the transportation of students. Standby vehicles shall meet the same standards as regular route vehicles. All vehicles shall be equipped with a complete two-way radio system in good working order. The Contractor shall provide and maintain a sufficient quantity of backup radios to ensure that vehicles never operate in violation of this provision. All vehicles shall be equipped with video monitoring and recording cameras. The Contractor shall maintain and date all videos from the vehicles. The Contractor shall promptly assist the District in retrieving any requested video. The Contractor shall ensure that proper written notice of the recording is displayed on all buses as required by applicable law and District policy. The District owns and can provide the video monitoring and recording cameras for twenty-three (23) buses to the successful bidder free of charge. Exhibit C is the camera invoice from SEON for three cameras per bus (front ceiling-mounted camera looking back, middle ceiling-mounted camera looking back, and back ceiling-mounted camera looking forward) that were purchased in August Contractor shall install said cameras in its buses, and maintain the cameras, at its sole cost and expense. Contractor shall purchase, install, and maintain additional cameras, if needed, at its sole cost and expense. At the conclusion of the Contract, Contractor shall return the District s cameras to the District. The Contractor agrees that all vehicles will not be more than one hundred and twenty (120) months old at the beginning of every contract year. The Contractor also agrees that at no time during this contract will the average age of the vehicles used for the District exceed eighty-four (84) months. The District shall not be liable for damage to vehicles caused by student vandalism, but will assist the Contractor where possible in seeking restitution for malicious damage. The Contractor shall clean the interior of the vehicles daily and the exterior at least once a month. The Contractor shall keep enough standby equipment available to assure that it can provide uninterrupted service in the event of mechanical breakdowns or as required for special uses. To satisfy this requirement, at least one vehicle shall be designated for standby use for every eight (8), or fraction thereof, regular vehicles. The standby equipment shall include buses, vans, and any other special use equipment in numbers 9

10 proportionate to that of the regular fleet. Standby vehicles shall meet the same standards as regular route vehicles. The Contractor shall maintain a suitable terminal and maintenance facility to adequately house all aspects of operation including, but not limited to, administration, bookkeeping, and performance of routine maintenance on its vehicles. The Contractor s facility must be 100% operational in all aspects material to fulfillment of this Contract no later than August 1, The facility to accommodate all buses necessary to service the District and staff will ideally be located within ten (10) miles from North Chicago Community Unit School District No. 178 s administrative offices located at 2000 Lewis Avenue, North Chicago, Illinois The local office is to be staffed by: a general/relationship manager, who must be the primary point of contact for the District, and who must be capable of making daily decisions without consultation; a driver/safety supervisor; operations manager; full-time router; maintenance manager; and adequate maintenance staff, dispatchers and clerical support as needed at all times when buses are in operation. If the local office will not physically be staffed by the aforementioned personnel, bidder shall detail which positions shall be housed elsewhere and how they plan to provide the services not housed at the local office. Resumes for the general/relationship manager, driver/safety supervisor, operations manager, maintenance manager and full time router shall be included with the bid. The Contractor is responsible for the costs and expenses associated with any and all equipment necessary to transport and safely meet the transportation needs of all District students throughout the duration of the Contract including any extension thereof. The Contractor is also responsible for the costs and expenses associated with the operation and maintenance of the vehicles including, but not limited to, license, oil, lubrication, tires, antifreeze, all repairs, maintenance, storage, and cleaning. 4. ROUTES AND TIME SCHEDULES: See Exhibit B for routes and time schedules. The Contractor shall work closely with the District in planning the routes and otherwise performing this Contract. A computerized routing system, such as Versa Trans, must be utilized by the Contractor in planning the routes. The Contractor acknowledges and agrees that the needs of the District may change at any time before or during the term of this Contract. The District reserves the right to notify the Contractor of reasonable changes in the start and/or dismissal times of a school or schools. Changes that do not impact the number of routes shall be deemed an ordinary part of the Contract and shall not result in any additional fees charged to the District. No Route changes shall be made by the Contractor or any of its drivers without prior written permission of the Superintendent or his/her designee. The Contractor s services required pursuant to such changes shall not result in additional charges to the District. 5. OPERATIONS PERSONNEL: The transportation of school children is a unique and specialized professional service. It is essential that the students be transported to and from school regularly, promptly, safely, and without interruption or incident. The safety of the children in such transportation shall take precedence over the interest of either the Contractor and its drivers or the District. It shall be a primary obligation of the Contractor to operate its affairs so that the District will be assured of this continuous, safe, and reliable service. The failure of the Contractor to meet the obligations in this 10

11 Paragraph on any occasion shall cause the Contractor to be in default, as provided in Paragraph 14 hereof. The Contractor shall assign an operations manager who is responsible for oversight of the Contract. The operations manager shall be the person the District shall contact with any issues or concerns with the Contract. The operations manager shall be fully informed about all issues concerning the District s transportation program. The Contractor shall submit with its bid the name and background information of the operations manager who will be assigned to the District. The Contractor shall provide licensed, qualified, and experienced drivers for each vehicle operated in performance of this Contract. Drivers shall be assigned on a permanent basis to specific routes and schedules and substitute drivers may be used only when the regularly assigned driver must be absent. Under no circumstance shall a regularly assigned driver be removed from his permanent route assignment to complete another task in performance of the Contract. The Contractor shall employ and maintain an adequate number of standby operations personnel to provide uninterrupted service to the District in the event of employee absences. The Contractor s drivers shall be subject to all federal, state, and local laws pertaining to the operation of school buses and the transportation of students, including the Illinois School Code, the Illinois Vehicle Code, and the rules and regulations pertaining to same, and the policies and regulations of the District. No driver shall be permitted to operate any vehicle under this Contract unless he or she is in full compliance with all such laws, rules, regulations, and policies. Drivers and all other persons employed by the Contractor who come into contact with students shall be of the highest moral character, completely competent professionals, properly licensed, and physically capable. Drivers must meet or exceed the physical qualifications proscribed by state and federal law and the Illinois State Board of Education. The District may, at its discretion, demand such additional physical examinations of drivers as it deems necessary and the costs of additional examinations shall be paid by the Contractor. Any driver who is found to be unfit to operate a school bus will be removed immediately from performance of his/her transportation duties. The Contractor shall submit all employees providing service to North Chicago Community Unit School District No. 187 to: (i) a criminal background check pursuant to Section of the Illinois School Code (105 ILCS 5/ ), (ii) drug testing pursuant to 49 C.F.R. par 40, (iii) a background driving record check, (iv) the Illinois State Police sex offender database, and (v) the Illinois State Police child murderer and violent offender against youth database prior to employment and periodically thereafter to the extent permitted by law, and shall not employ any individual to provide transportation services who is prohibited from being present on District property. The Contractor shall assume financial responsibility for all such testing and background checks. 11

12 Before August 8, 2014, the Contractor shall furnish to the District the following information relative to each employee who will be used in the implementation of this Contract. The Contractor shall keep such information current as changes occur. A. Each employee s name, including first name, middle initial and last name; B. A copy of each driver s school bus driver permit and license number; C. Each driver s normal routing assignment and normal bus assignment. D. The date on which each employee, as applicable, successfully passed drug/alcohol screening; and E. The date on which each employee, as applicable, was cleared by a criminal background check and checks of the Illinois State Police sex offender database and Illinois State Police child murderer and violent offender against youth database, and, if requested, a copy of all criminal background checks. The Contractor shall provide all drivers with periodic in-service training which all drivers shall be required to attend. Such training must include, but is not limited to, school bus safety, use of fire extinguisher and other safety equipment, traffic laws, proper emergency evacuation techniques, the District s student discipline policies and regulations, and any other bus safety training required or recommended by any federal, state, or local government agency. The Contractor shall be financially responsible for all training of its bus drivers. The District reserves the right to request removal and replacement of any person or driver employed by the Contractor in fulfillment of its obligations under this Contract who, in the District s opinion, is not qualified or appropriate to operate a school bus or otherwise assist the Contractor in performing this Contract. The District is not liable for any unemployment claims resulting from any requested termination. Subject to this right, however, the responsibility for hiring and discharging personnel in respect to all of the foregoing shall rest entirely upon the Contractor. The Contractor shall agree that it will enter into no agreement or arrangement with any employee, person, group, or organization which will in any way prevent the District from exercising such right. If applicable, the Contractor s drivers shall assist special education students on and off of all Contractor vehicles and have responsibility for safely seating such students and for properly applying the safety locks and restraining devices which are provided for the safety of said students. The Contractor shall furnish, and the Contractor s drivers shall be required to properly wear and display a photo identification badge at all times they are providing transportation services for the District. 6. STUDENT DISCIPLINE: The Contractor shall at all times keep all of its bus drivers, bus assistants, supervisors, and other employees informed of the applicable District rules and regulations governing the operations of school buses, the conduct of pupils, and the methods and procedures for maintaining discipline. As set forth in Paragraph 5, the Contractor shall provide training to all drivers on, including but not limited to, the District s student discipline policies and regulations. It shall be understood that decisions regarding disciplinary problems, suspensions, or expulsions will rest with the District. The driver is responsible only for discipline required to operate the bus; beyond this point, he/she shall notify the District and request 12

13 assistance. If, in the opinion of the driver, the behavior of any person on the bus threatens or prohibits the driver from operating the bus without endangering passengers on the bus, the driver shall stop the bus and take whatever emergency action, if any, necessary to ensure the safety of the passengers. As soon as reasonably possible thereafter, the driver shall report such occurrence to the Contractor s central dispatch. Under no circumstances may a driver refuse to transport any student who is assigned to his/her bus without express consent from the District. In no case will a driver eject a student from a bus for misbehavior nor shall a driver eject a student from the bus at a stop other than the student s assigned stop or school address without express consent from the District. Driver shall, within 24 hours of any student discipline incident, provide a written, signed report advising the principal or his/her designee of the school building to which the students on the bus are most directly related, of all instances of serious misbehavior on their bus and shall assist the building administrator or his/her designee in obtaining whatever information is desired with respect to each incident. Further administrative procedures and regulations regarding student discipline shall be established cooperatively between the District and the successful bidder. 7. SAFETY PROGRAM: The safety and best interests of the children being transported shall be a primary concern of the District and the Contractor. The Contractor, at its sole cost and expense, shall provide all equipment and personnel necessary to provide District students with hands-on training in proper bus boarding, disembarking, riding, and evacuation procedures at least twice per school year at each District building. Said training will be scheduled in conjunction with each school building principal or his/her designee. At the District s request, and at no additional cost to the District, the Contractor shall develop with the District an emergency evacuation and reunification plan and run an emergency evacuation and reunification drill. 8. INSURANCE: The Contractor shall procure, pay for, and maintain for the entire term of the Contract in companies listed to do business in Illinois, comprehensive general liability, comprehensive automobile liability, comprehensive underinsured/uninsured motorist insurance and umbrella coverage in minimum amounts of insurance as follows. The insurance policies must cover all vehicles and all drivers used in the performance of the contract. A. Commercial General Liability: $1,000, per occurrence $5,000, aggregate B. Commercial Auto Liability, including comprehensive coverage: $1,000, per occurrence C. Underinsured/Uninsured Motorist: $1,000, per occurrence D. Excess Umbrella: $15,000, E. Workers Compensation per statute Employer Liability 13 $1,000,000 per disease $1,000,000 per accident $1,000,000 policy limit

14 All insurance policies must be with insurance companies acceptable to the IA. All of the aforesaid policies are to be an occurrence made policy. Claims made policy will not be accepted. With the exception of the excess and umbrella policies, all insurance of the Contractor shall be primary and non-contributory. The umbrella policy shall follow the primary insurance in all respects, including non-contributory obligations. Any loss or cost not covered by the aforesaid insurance policies because of deductibles clauses shall be assumed and paid for by the Contractor. Each of the aforesaid insurance policies shall name the Independent Authority of North Chicago Community Unit School District No. 187, the Financial Oversight Panel of North Chicago Community Unit School District No. 187, the Board of Education of North Chicago Community Unit School District No. 187, their individual members, officers, agents, employees, volunteers, successors, and assigns, as additional insureds thereon. The insurance policy providing commercial general liability coverage shall cover obligations arising from the indemnity/hold harmless provision specified in Paragraph 9 of these General Conditions, and all policies listed under this Paragraph 8 shall also contain a waiver of all rights of subrogation against the District and the additional insureds listed in this Paragraph 8, for all losses payable under said insurance policies. The Contractor shall provide certificates of insurance with its bid submission as evidence of its ability to obtain insurance on the terms and conditions set forth in this Paragraph 8. Upon demand, the Contractor shall provide copies of all insurance policies, with endorsements, required hereunder, to the District. The Contractor shall provide certificates of insurance with the District within ten (10) days of the Contract award. Each of the aforesaid insurance policies and respective certificates of insurance shall state that the policy will not be terminated, amended, or reduced without at least sixty (60) days prior written notice to the District and the Contractor. In the event of termination of an insurance policy, the Contractor shall furnish evidence of new insurance at the earliest possible date, but not later than ten (10) days prior to the cancellation date of the original policy. Failure of the Contractor to obtain new insurance shall be cause for the District to terminate the Contract. Failure of the Contractor to procure and maintain all required insurance policies shall be cause for the District to terminate the Contract. 9. INDEMNITY/HOLD HARMLESS: The Contractor agrees to indemnify, defend, and hold harmless the Independent Authority of North Chicago Community Unit School District No. 187, the Financial Oversight Panel of North Chicago Community Unit School District No. 187, the Board of Education of North Chicago Community Unit School District No. 187, their individual members, officers, agents, employees, volunteers, successors, and assigns, against all suits, actions, legal proceedings, claims 14

15 and demands, and against all personal injuries, including death to any person (including but not limited to third parties, employees of the District, employees of the Contractor, and any subcontractor and their dependents or personal representatives), property damages, losses, costs, expenses, and attorney s fees (including court costs, expert witness fees and all other litigation expenses), in any manner caused by, arising from, incident to, connected with, or growing out of, either directly or indirectly, any acts, omissions, or failures that are attributed to the Contractor, its officials, employees, agents, successors, or assigns, or breach of this Contract by Contractor. 10. DURATION OF CONTRACT: The Contract shall be effective from August 1, 2014, through July 31, 2017, unless terminated earlier as set forth herein. Thereafter, the parties may agree in writing to renew or extend the Contract for not more than t w o ( 2 ) additional one-year terms, at an annual contract price that shall not exceed the prior twelve months, except it may increase annually by the previous year s December Consumer Price for the Chicago Region as prepared by the United States Bureau of Labor Statistics, but shall not increase by more than 5% in any year. 11. FUEL: The Contractor shall be responsible for all fuel costs. Proposals seeking to project fuel costs on to the District by inclusion of a fuel escalator clause or any other means will not be considered. 12. COMPENSATION: The Contractor shall on or before the first (1st) day of each month submit to the District its written statement itemizing all amounts due to the Contractor for the preceding calendar month. Monthly statements shall include a detailed report of charges. The District shall pay the same in accordance with the Local Government Prompt Payment Act (50 ILCS 505/1 et seq.). The District may withhold payment for any disputed items until mutual agreement is reached between the parties relative to the item or provision upon which the difference arises or until the matter is judicially resolved in accordance with the Contract. The Contractor shall keep records sufficient to confirm the accuracy of all statements for a minimum of three (3) years after the submission of each report and shall make such records available at no cost to the District, for inspection by the District at all reasonable times. 13. SERVICE INTERRUPTION: In the event that service is interrupted for more than twenty-four (24) hours by reason of work stoppage or any other event which prevents the Contractor from furnishing service, the District shall have the right to secure and substitute other transportation services or terminate this Contract without any further liability to Contractor, including, but not limited to, lost profits. If the cost of the providing alternate transportation services are higher than the Contractor s cost (agreed upon in the Contract), then the Contractor shall pay the difference between its charges and the charges of the substitute transportation company. 14. TERMINATION OF CONTRACT BY REASON OF DEFAULT: In the event that the District determines that the Contractor has failed to fully comply, perform, or strictly adhere to the Bid Documents and/or the Contract, the District may, at its discretion, through its Superintendent, or his/her designee, send written notice to the Contractor indicating the intention of the District to declare the Contractor in default. In such notice, the District shall state in what respect the Contractor has failed to comply with the terms 15

16 of the Bid Documents and/or the Contract, and shall further state a date upon which the Contract will terminate, unless the Contractor, prior to such date, cures the defect to the satisfaction of the District. Within forty-eight (48) hours of receipt of the District s notification, the Contractor shall provide the District with a written correction plan to cure the noncompliance. If prior to the date of termination stated in the District s written notice, the District notifies the Contractor in writing that the defect has been cured, the Contract will not terminate on the date stated in the notice, but will be deemed to have remained in effect as of the date such notice was given. In the event the District does not so notify the Contractor that the defect has been cured, this Contract shall be terminated without further action by the District on the date of termination stated in the notice. The right of the District to terminate the Contract as provided in this section is cumulative with all other rights of the District contained herein. The failure of the District to invoke its right to terminate the Contract on any one occasion shall not preclude the District from terminating the Contract on any future occasion. 15. TERMINATION FOR CONVENIENCE: In addition to its other rights of termination, the District shall have the right to terminate the Contract for convenience by providing at least thirty (30) days advanced written notice thereof. The Contractor shall be entitled fees based upon services provided through the date of termination. The Contractor shall not be entitled to any other fees or compensation, including, but not limited to, lost profits for a termination under this Paragraph. 16. CONTRACTOR NOT AN AGENT: The Contractor shall enter into this proposed agreement for furnishing transportation only as an independent contractor and further acknowledges that neither the Contractor nor any of its employees shall be deemed a representative, agent, joint venture, official, or employee of the District. Contractor shall be responsible for all payroll and benefits for its employees. 17. DISPUTES: The District and the Contractor agree that they will endeavor to settle any disputes arising out of or relating to this Contract through direct negotiation between the District and the Contractor. This Contract shall be governed and construed in accordance with Illinois law. Contractor agrees that in the event of any dispute arising from the Contract that jurisdiction shall be brought in the Lake County, Illinois, Circuit Court or the United States District Court, Northern District of Illinois, Eastern Division. 18. FIELD TRIPS AND INTERSCHOLATIC EVENTS: Provision for buses for field trips and interscholastic events are an integral part of this contract. Each bid shall include a sufficient number of buses and drivers for field trips and interscholastic events without impacting regular and special needs routes. That being said, the District does reserve the right to use rental vans or charter buses to transport students for field trips, interscholastic events or any other purpose determined convenient (including overnight trips or other trips where luggage carrying capacity is needed). The District also reserves the right to purchase vehicles for use in transporting small groups of students to various activities. 19. NONCOMPLIANCE PENALTIES: Noncompliance is defined as, but not limited to, the failure to transport students on a bus Route or Routes as contracted or as requested in accordance with the terms of this contract, or the failure to make changes to Routes as 16

17 specified and directed by the Superintendent or his/her designee in accordance with the terms of this contract. Should the Superintendent or his/her designee find the successful Bidder in noncompliance with the provisions of its contract on a bus Route or series of Routes, the District will be entitled to impose the following penalties. INCIDENT No service on any to or from regularly scheduled route Late pick up for three days per ten days of consecutive service (15 minutes or more as defined on approved route sheet) at a school Late drop-off for three days per ten days of consecutive service (15 minutes or more as defined on approved route sheet) at a school Missed stops for more than three days per ten days of consecutive service Cancellation of charter by Contractor Failure to provide a properly licensed and permitted bus driver for a to/from route Failure to make changes to a bus Route(s) within three school days of the agreed upon changes PENALTY 100% of the daily rate per vehicle per occurrence 50% of the daily rate per vehicle per occurrence 50% of the daily rate per vehicle per occurrence 50% of the daily rate per vehicle per occurrence Payment for all costs associated with replacing charter and reimbursement for all reasonable expenses or losses incurred 100% of the daily rate per vehicle per occurrence 100% of the daily rate per day per route The noncompliance penalties for late pick-up and drop-off shall not apply during weather involving hazardous driving conditions. A penalty shall be deducted from the first invoice following the noncompliance. The failure of the District to assess or collect any penalty under this Section shall not be considered a waiver of the District s right to assess or collect that penalty in the future or a waiver with respect to any future violation committed by the successful bidder. 20. SERVICE INTERRUPTION 1. In the event that service is interrupted for more than twenty-four (24) hours by reason of work stoppage or any other event which prevents the Bidder from furnishing service, the District shall have the right to secure and substitute other transportation services. If the cost of the substitute transportation services are higher than the successful bidder s cost (agreed upon in contract), than the Bidder agrees to pay the difference between their charges and the charges of the substitute bus company. 2. In the event of severe weather conditions, or conditions beyond the Bidder s reasonable control, the Bidder shall notify the District and request permission to interrupt service. Any decision by the District shall be final. 17

18 3. If it is necessary to reschedule the days lost because of the Bidder s failure to perform, the Bidder shall provide bus service in accordance with this Contract, for each day rescheduled at no cost to the District. 4. If schools serviced by the buses are closed on any day or days because of weather conditions or other emergency, notice will be given by the District of cancellation of service to the Contractor by telephone or otherwise, before 5:00 a.m. for such day(s). If notice of cancellation is given after 5:00 a.m., then one-half (1/2) of the daily rate payable to each bus driver shall be due to the Contractor for each bus driver affected. 21. ROUTES A. To/From Routes The Bidder shall provide bus service for each Route described in Exhibit B. Within the route, stops shall be so spaced so that the distance of travel from a student s home to a bus stop shall not be greater than ½ mile. Additionally, it shall not be necessary for a student to cross an arterial street or main thoroughfare to either reach a bus stop or reach their home after being dropped off. Maximum travel time shall be sixty (60) minutes. We strongly recommend that initial Routes be established at a forty-five (45) minute maximum time until the routes are validated by dry runs prior to the beginning of the school year. B. Special Needs Routes Pre-K through grade 12 The District offers a wide variety of programs for special needs students. Many students are bussed door to door in these programs, with some students actually being transported outside of the District boundaries on a daily basis. C. The successful bidder should be aware of the following: a. Routes within the District s boundaries should not exceed one hour at any time. Routes outside of District boundaries may exceed one hour based on the end destinations. b. Some students may have different addresses for pickup and drop off. c. Most students cannot be left alone and should only be released to a parent or other responsible adult. There will be times that no one is home to receive the child on the first attempt at drop off and the student may need to be transported back to the originating school. d. Car seats, harnesses and seat belts may be needed from time for certain students. The District owns a limited amount of these devices. Any additional devices needed by the Bidder to serve the students being transported shall be supplied by the District upon request. D. Seating Capacity For elementary and middle school Routes, seating may be at three (3) students per standard seat. The above seating capacity is considered to be the maximum and shall not be exceeded. Three students per standard seat for high school routes shall be discussed in advance with the District. E. Ridership Audit The successful bidder shall submit to the District, on an as requested basis, a Ridership Report covering one week for each To and From school Route to each 18

19 building. The report shall indicate the seating capacity (at 3 per seat) of the vehicle serving the Route and the number of students entering the vehicle at each pick-up point for each Route. The purpose of the Ridership Audit is to ensure that routes are efficiently loaded and to provide data on which to base decisions regarding Route removal, combination and expansion. F. Route Times The starting time for incoming Routes shall be set to allow the bus to arrive at each school five (5) minutes prior to the designated time of arrival on the Route form. Outgoing Routes shall be scheduled so that the bus arrives at the school five (5) minutes prior to the time indicated on the Route form. G. Field Trips The District shall schedule at least one (1) faculty member or other approved adult supervisor on each Field Trip bus. a. Scheduling: Field trips shall be scheduled by the school requiring the trip at least five (5) days in advance of the field trip. Generally, field trips scheduled in this manner shall be charged at the straight time rate for the driver s hours unless specifically agreed to otherwise by the ordering school. Field trips shall be scheduled through the use of the District s form Vehicle Use Trip Requisition. During the school year, this form shall be completed by the transportation provider as part of the field trip confirmation process and returned to the ordering school as confirmation that the trip has been scheduled. b. Cancellations: Field trips may be canceled by the District at no charge when the cancellation occurs not less than one (1) calendar day prior to the field trip. Any bidder wishing to do so, may attach to their bid a schedule of cancellation charges for field trips which are canceled without at least one (1) calendar day advance notice. Each bidder shall state in his bid a schedule of cancellation charges with less than one (1) day notice. Field trips cancelled due to weather conditions shall not require notice and there shall be no charge for any such cancellation. c. Field Trips Scheduled Less than Three (3) Days in Advance: When a field trip is scheduled less than three (3) days in advance, the Bidder shall inform the District if overtime pay will be required for such field trip upon receipt of the Vehicle Use Trip Requisition. The District shall then have the option of accepting the field trip at the overtime rate or canceling the trip. H. Individual District Regular Routes Signs are to be placed on all individual school buses identifying the school and Route. 19

20 INDEPENDENT AUTHORITY OF NORTH CHICAGO COMMUNITY UNIT SCHOOL DISTRICT NO. 187, LAKE COUNTY, ILLINOIS CERTIFICATION FORM PUBLIC CONTRACTS/CERTIFICATION The undersigned, being duly sworn, deposes and certifies under oath that the company or other entity named below, its officers, employees, and agents, are not barred from bidding on this Contract as a result of a violation of the Bid Rigging, Bid Rotating, or Bid Stringing provisions of the Public Contracts Section of the Illinois Criminal Code of 1961 (720 ILCS 5/33E et seq.). The undersigned further certifies that he or she has read and understands the bid documents and that his or her bid is in compliance therewith. CERTIFICATION OF COMPLIANCE WITH DRUG-FREE WORKPLACE ACT The undersigned, having 25 or more employees, hereby certifies that pursuant to Section 3 of the Illinois Drug-Free Workplace Act (30 ILCS 580/3) that it shall provide a drug-free workplace for all employees engaged in the performance of work under the contract by complying with the requirements of the Illinois Drug-Free Workplace Act and, further certifies that it is not ineligible for award of this Contract by reason of debarment for a violation of the Illinois Drug- Free Workplace Act. CERTIFICATION REGARDING SEXUAL HARASSMENT POLICY The undersigned hereby certifies that it has complied with the requirements of Section of the Illinois Human Rights Act (775 ILCS 5/2-105) with respect to sexual harassment policies. NONDISCRIMINATION AND COMPLIANCE WITH APPLICABLE LAWS The undersigned shall comply with all applicable laws and regulations pertaining to equal opportunity and fair employment practices, including, but not limited to, the Illinois Human Rights Act (775 ILCS 5/1-101 et seq.), Title VII of the Civil Rights Act of 1964 (42 U.S.C. 2000e et seq.), the Americans With Disabilities Act (42 U.S.C et seq.), the Age Discrimination in Employment Act (29 U.S.C. 621 et seq.), and their rules and regulations. The undersigned shall not discriminate against any employee or applicant for employment because of race, color, religion, age, sex, national origin or citizenship, marital status, mental or physical handicap or disability, military status, or unsatisfactory military discharge. NON-COLLUSION AFFIDAVIT The undersigned, being duly sworn, on oath states that he/she has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him/her, entered into any combination, collusion, or agreement with any person relative to the price to be bid by anyone at such letting, nor to prevent any person from bidding nor to induce anyone to refrain from bidding, and that his/her bid is made without reference to any other bid and without any agreement, understanding, or combination with any other person in reference to such bidding. 20

21 The undersigned further states that no person or persons, firms, or corporation has, have, or will receive directly or indirectly, any rebate, gift, commission, or thing of value on account of such contract. CRIMINAL BACKGROUND, DRUG TESTING, AND DRIVING RECORD CERTIFICATIONS The undersigned hereby represents, warrants, and certifies that the bidder shall submit all employees providing service to North Chicago Community Unit School District No. 187 to: (i) a criminal background check pursuant to Section of the Illinois School Code (105 ILCS 5/ ), (ii) drug testing pursuant to 49 C.F.R. par 40, (iii) a background driving record check, (iv) the Illinois State Police sex offender database, and (v) the Illinois State Police child murderer and violent offender against youth database prior to employment and periodically thereafter to the extent permitted by law, and shall not employ any individual to provide transportation services who is prohibited from being present on District property. The Contractor shall assume financial responsibility for all such testing and background checks. By signing this two (2) page document, under penalty of perjury, I state and declare that the Bidder is in compliance, and will comply, with all of the Certifications listed herein. Signature (Printed Name) Title: Date: Firm Name: Address: City: State: Zip Code: Telephone: Subscribed and sworn to before me this day of, 20. Notary Public Signature and Seal 21

22 CONTRACTOR QUALIFICATION STATEMENT Bidder: Address: Phone Number: If you require additional space to answer any of the questions below, please submit additional pages and attach hereto. A. The Bidder, listed above, hereby submits the name of the following insurance company(ies) meeting the requirements set forth in the General Conditions, who would write the insurance, in the event the Bidder is awarded the Contract. Corporate Name: Address: Agent s Name: Address: Telephone Number: B. The Bidder verifies that he or she has accounts at the following bank(s): 1. Name of Bank: Address: 2. Name of Bank: Address: C. List at least three (3) contracts of approximately the same size and type of school district: 1. School District: Address: Contact and Telephone No.: 2. School District: Address: Contact and Telephone No.: 3. School District: Address: Contact and Telephone No.: 22

23 D. How many years has your organization been in business? E. Have you ever failed to complete any work awarded to you? If yes, note when, where, and why: F. Has your organization been a party to a lawsuit within the last 5 years (including arbitrations, mediations, or other dispute resolution methods)? If you answered yes to F above, note when, whether you were the plaintiff or defendant, the cause of action involved, and the outcome of the lawsuit (for each lawsuit): G. Provide the bidder s safety record for the past three years, including any citations involving faulty equipment, driver errors, and licensing issues. H. Have any of your drivers been in an accident while performing services for your organization? If you answered yes to G above, note how many, when, who was involved, whether any injuries occurred as a result of the accident(s), whether any police reports were filed as a result (for each accident): I. Has any contract that your organization was a party to terminated or not extended in the past three years for failure to transport students and/or customers in a timely manner? If you answered yes to I above, note how many contracts were terminated or not extended, the reasons why the contract terminated or not extended, and what steps your organization has since taken to remedy the issue. Additionally, please provide the name of the party that terminated or declined to extend the contract and a contact for that party: J. Describe how your organization addresses parent complaints: K. Has your company received any complaints in the past three years (from students, parents, school districts, customers, or otherwise) regarding your organization s failure to transport students and/or customers on time? If you answered yes to K above, please describe the nature of the complaint(s) and what steps your organization took to remedy the tardiness: 23

24 K. Has any contract that your organization was a party to terminated or not extended in the past three years for failure to transport students and/or customers in a timely manner? Signature Printed Name Date: Title: Subscribed and sworn to before me this day of, Notary Public Signature and Seal 24

25 EXHIBIT A DISTRICT BACKGROUND INFORMATION The District covers 8 square miles and serves the cities of North Chicago and Great Lakes. For the school year, there is one (1) pre-school (Yeager Elementary), five (5) elementary schools (AJ Katzenmaier, Forrestal, Green Bay, North and South), one (1) middle school (Neal Math and Science Academy), one K-8 school (LEARN Charter) and one (1) high school (North Chicago Community High School). For the upcoming school year, the following changes will be taking place: 1. Green Bay Elementary and South Elementary will be closed permanently. 2. AJ Katzenmaier Elementary will be switching from grades K-5 to Pre-K through 2 nd grades. 3. Forrestal Elementary will be switching from grades K-5 to Pre-K through 2 nd grades. 4. North Elementary will be switching from grades K-5 to Pre-K through 2 nd grades. 5. Yeager Elementary will be switching from a pre-school to grades LEARN Charter will be adding a 4 th grade and a 5 th grade level, which will expand LEARN s enrollment from 350 students up to 500 students in the school year. PUPIL TRANSPORTATION OPERATIONAL INFORMATION Information from the Transportation Claim Miles: 172,176 Regular Student Transportation 387,857 Special Education Transportation 49,344 Pre-kindergarten Non-reimbursable 14,199 Vocational Transportation 9,767 Field Trips Riders: 1,771 Public School Students 175 Pre-kindergarten Students 76 Vocational Pupils 115 Special Education Students Regular Term 72 Special Education Students Summer Term Hazardous crossings information 25

26 DISTRICT MAP 1. District Office Administration Building (2000 Lewis Avenue, North Chicago) 2. A. J. Katzenmaier Elementary (1829 Kennedy Drive, North Chicago) 3. Forrestal Elementary School (2833 Washington Street, Great Lakes) 4. Green Bay School (2100 Green Bay Road, North Chicago) CLOSING May Neal Math and Science Academy (1905 Argonne Drive, North Chicago) 6. North Chicago Community High School ( th Street, North Chicago) 7. North Elementary School (1210 Adams Street, North Chicago) 8. South Elementary School (1812 Morrow Avenue, North Chicago) CLOSING May Yeager School (1811 Morrow Avenue, North Chicago) 10. LEARN Charter School (601 D Street, Great Lakes)

RFP for Fiber Optic Wide Area Network Services for the Wilmette School District 39, Wilmette, Illinois

RFP for Fiber Optic Wide Area Network Services for the Wilmette School District 39, Wilmette, Illinois RFP for Fiber Optic Wide Area Network Services for the Wilmette School District 39, Wilmette, Illinois Submitted by: Jerry Steinberg February 3, 2017 The Wilmette School District 39 with its district office

More information

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS LEGAL NOTICE - MUST RUN IN SOUTHTOWNSTAR Wednesday February 5, 2014 LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS The Village of Orland Park, Illinois

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

Agreement to Furnish Pupil Transportation Services

Agreement to Furnish Pupil Transportation Services Agreement to Furnish Pupil Transportation Services This Agreement, made on August 1, 2017, in the County of Los Angeles, State of California, by and between Monrovia Unified School District, hereinafter

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

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

More information

Bulk CO2 Tank and Fill Box

Bulk CO2 Tank and Fill Box LEGAL NOTICE - MUST RUN IN SOUTHTOWNSTAR FRIDAY FEBRUARY 10, 2012 LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS Bulk CO2 Tank and Fill Box The Village of Orland Park, Illinois will

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

8. Action Items B. Onboard Data Communication Pilot Program

8. Action Items B. Onboard Data Communication Pilot Program CHAMPAIGN-URBANA MASS TRANSIT DISTRICT BOARD MEETING ADDENDUM Wednesday, February 27, 2019 3:00 p.m. Champaign City Council Chambers 102 North Neil Street, Champaign 8. Action Items B. Onboard Data Communication

More information

ARISE Academy, Inc. d/b/a ARISE Schools Request for Proposals Student Transportation

ARISE Academy, Inc. d/b/a ARISE Schools Request for Proposals Student Transportation ARISE Academy, Inc. d/b/a ARISE Schools Request for Proposals Student Transportation RFP Announcement: May 11, 2018, at 12:00 PM Question Submittal Deadline: May 14, 2018, at 5:00 PM Proposal Submittal

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

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

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

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

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

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

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER 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 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

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

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

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

More information

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter Contractor) ) ) ) ) ) and ) CONTRACT AGREEMENT between Tow Company Contract No.: 06-FSP-01 Street Address City, State ZIP Code (hereinafter "Contractor" and Sacramento Transportation Authority Term: Dec. 1, 2006 Nov. 30, 2009 901

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

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

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

More information

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

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

More information

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

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

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

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

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between the University of Maine System ( University ), and ( Business Associate ).

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY 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 information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign 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 information

REQUEST FOR PROPOSAL

REQUEST 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 information

Request for Proposal Data Network Cabling

Request for Proposal Data Network Cabling Request for Proposal Data Network Cabling Vernon Public Schools, Connecticut BID # VPS-FY16-004 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov Proposals Due: Thursday,

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

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

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

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

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

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

GUTTENBERG HOUSING AUTHORITY

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

More information

REQUEST FOR SEALED PROPOSALS

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

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

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

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

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

Real Estate Management Agreement

Real Estate Management Agreement Real Estate Management Agreement (hereinafter referred to as "Owner") and Interchange Property Management (IPM) (hereinafter referred to as "Manager"), agree as follows: 1. The Owner hereby employs and

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications

More information

STATE 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 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 information

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

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

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER A. INTRODUCTION FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER The Franklin Borough is seeking proposals from licensed Professional Engineers for the position of Borough Engineer for calendar

More information

ON-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] 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 information

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and Dated TABLE OF CONTENTS Paragraph 1. Premises 2. Term 3. Rent 4. Assignment 5. Use of Leased Property 6. Permits 7. Tenant Improvements 8. Taxes

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

DEBT COLLECTION SERVICES RFP

DEBT COLLECTION SERVICES RFP Page 1 DEPARTMENT OF FINANCE PURCHASING DIVISION MARGARET E. MCEVILLY mmcevilly@jolietcity.org CITY OF JOLIET ADDENDUM NO. 1 DEBT COLLECTION SERVICES RFP 2266-0717 THE ATTENTION TO ALL PROSPECTIVE PROPOSERS

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST 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 information

PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063

PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063 PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES WORKER COMPENSATION Submission Date: Tuesday, December 9, 2014 9:00 a.m. PLAINFIELD

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,

More information

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018 S FOR June 30, 2018 Rocky Hill Public Schools Audit RFP.doc Page # 1 TABLE OF CONTENTS I. INTRODUCTION A. General Information B. Term of Engagement II. DESCRIPTION OF THE SCHOOL DISTRICT A. General B.

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

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

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

More information

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

CUYAHOGA COUNTY REQUEST FOR PROPOSAL CUYAHOGA COUNTY REQUEST FOR PROPOSAL Issue date: RFP title: RFP #JA-13-28478 EMERGENCY ALERT SYSTEM MAINTENANCE Department Address: Cuyahoga County Department of Public Safety and Justice Services 310

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FOR FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS QUOTE OPENING DATE: FEBRUARY 1, 2017 11:00 A.M. FAIR AND OPEN PROCESS IN ACCORDANCE WITH

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing 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 information

CITY 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) 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 information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

DANTE 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 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

SOMERSET COUNTY INSURANCE COMMISSION

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

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.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 information

Public Notice Procedure

Public Notice Procedure REQUEST FOR QUALIFICATIONS - DESIGN ENGINEERING SERVICES PHASE 3 CONSTRUCTION RESIDENT ENGINEER SERVICES NORTH MAIN STREET BETWEEN SEMINARY AVENUE AND COLE AVENUE Public Notice The City of Wheaton is seeking

More information

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION

More information

REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03

REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03 REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03 The Board of Trustees of Illinois Valley Community College District No. 513 is seeking a Proposal for Food

More information

Request for Proposal CNC Mill For the Rockville High School

Request for Proposal CNC Mill For the Rockville High School Request for Proposal CNC Mill For the Rockville High School Vernon Public Schools, Connecticut BID # VPS-FY15-004 Inquiries: Ms. Nicole Fillion Grant Writer 30 Park Street Vernon, CT 06066 nfillion@vernon-ct.gov

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE FACILITIES PROFESSIONAL OR TECHNICAL CONSULTANT MASTER CONTRACT FOR ARCHITECTURAL, OWNER REPRESENTATIVE, REAL ESTATE, AND OTHER

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract 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 information

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN Request for Proposal Municipal Facility Space Needs Assessment City of Burnsville, MN The City of Burnsville is seeking proposals from qualified architectural/engineering firms to perform a Municipal Facilities

More information

AGREEMENT FOR TRANSPORTATION SERVICES

AGREEMENT FOR TRANSPORTATION SERVICES AGREEMENT FOR TRANSPORTATION SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws

More information

PERSONAL SERVICES CONTRACT County of Nevada, California

PERSONAL SERVICES CONTRACT County of Nevada, California PERSONAL SERVICES CONTRACT County of Nevada, California This Personal Services Contract is made between the COUNTY OF NEVADA (herein "County"), and Kimley-Horn and Associates, Inc. (herein Contractor ),

More information

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming

More information

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

Skagit Transit Park and Ride Facilities Usage Process and Procedures for Private Transportation Providers

Skagit Transit Park and Ride Facilities Usage Process and Procedures for Private Transportation Providers Skagit Transit Park and Ride Facilities Usage Process and Procedures for Private Transportation Providers WHEREAS, pursuant to RCW 47.04.290 a Public Transportation Benefit Area ( PTBA ) is encouraged

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information