REQUEST FOR PROPOSALS RFP # Mobile Phone Application Development

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS RFP # Mobile Phone Application Development"

Transcription

1 REQUEST FOR PROPOSALS RFP # Issue Date: February 6, 2012 Title: Issuing And Using Agency: Mobile Phone Application Development GRTC Transit System Attn: Erica Dent 301 E. Belt Boulevard Richmond, Virginia Proposals for Furnishing the Services Described Herein will be Received Until: 11:00 a.m. local time on March 1, All Inquiries For Information Should Be Directed To: ISSUING AGENCY, address listed above at phone: (804) , extension #305. IF PROPOSALS ARE MAILED, HAND DELIVERED OR SENT BY COURIER, DELIVER TO: GRTC TRANSIT SYSTEM, PURCHASING DEPARTMENT, 301 E. BELT BOULEVARD, RICHMOND, VA The RFP number, date and time of proposal submission deadline, as reflected above, must clearly appear on the face of the returned proposal package. In Compliance With This Request for Proposals And To All Conditions Imposed Therein and Hereby Incorporated By Reference, The Undersigned Offers And Agrees To Furnish The Goods/Services Described Herein In Accordance With The Attached Signed Proposal Or As Mutually Agreed Upon By Subsequent Negotiation. Name and Address of Firm: Zip Code: Date: By: (Signature in Ink) Name: (Please Print) Telephone: ( ) Title: FEI/FIN NO. Fax Number: ( ) Address: VDMBE-CERTIFIED DISADVANTAGED BUSINESS ENTERPRISE: ( ) YES ( ) NO If YES, Certification Number: THIS SOLICITATION CONTAINS 11 PAGES.

2 I. Purpose GRTC is seeking proposals from experienced and established mobile phone application development firms with experience in application development and deployment for mobile platforms such as the Android and Apple. This firm will partner with GRTC, the owner of both apps, in the design and deployment of the official GRTC and RideFinders mobile phone applications. The primary goal is to develop an easy, on the go method to access both transit and commuter information for the Richmond/tri-cities area. II. Scope of Services Developer responsibilities to be carried out shall include: A. Define technical design and develop both the GRTC and RideFinders mobile phone applications ensuring that they meet the following minimum requirements: GRTC Mobile App The app must be a free mobile app with an icon using the GRTC color scheme and logo The entire application must have a similar look and feel as the website Must have a simple user interface with no more than 3 button taps Must allow multitasking support which allows the user to close or switch apps while still allowing them to return to their last refreshed route or stop information that was displayed Must have the ability to have the phone perform automatic refresh Must have the ability to list stops near their GPS current location sorted by distance Must have the ability to save favorite routes Must have the ability to save favorite stops Must have the ability to display next bus arrival times in addition to the route number, bus id, and direction of travel Must display bus location on a map using the Google maps format Must send an audible alert when the desired bus is near within a GRTC specified number of feet Must have the ability to display bus schedule for a specified route Must have a built in QR scanner to read GRTC QR codes for scheduling information Must function on the IPhone, Android phone, Android OS, and IPad accessible and easily integrated into the GRTC website Must use the GRTC supplied API to retrieve real-time bus data. The API supplied will provide the following data: vehicle location, route data, prediction data and service bulletins RideFinders App The app must be a free mobile app icon using the RideFinders color scheme and logo and must have a similar look and feel as the website Must have a simple user interface with no more than 3 button taps Must allow multitasking support which allows the user to close or switch apps while still allowing them to return to their last refreshed route or stop information that was displayed Must be provided as a separate app from the GRTC mobile app and have the ability to be accessed within the GRTC app Must have the ability to have the phone perform automatic refresh 2

3 Must have the ability to locate park and rides near the users location and to provide navigation capabilities to the desired park and ride location Must have the ability to provide the users with van pool availability alerts that will alert the rider when a van pool slot becomes available within the riders geographic location. Must provide ozone Alerts for 3 days out Must function on the iphone, Android phone, Android OS, and ipad accessible and easily integrated into the RideFinders website B. Deployment, Configuration and Integration into the GRTC website and the RideFinders Website. The interface must be integrated into both websites and able to be used by mobile devices such as the iphone, ipad, Android phones, and the Android OS. The ipad mobile app must be registered and available on itunes for download and it will be the bidder s responsibility to pursue this registration on GRTC s behalf. C. Routine maintenance and technical support of the GRTC and RideFinders Mobile phone apps after release, based upon feedback and needs of users. III. Proposal Submission A. Proposals shall be signed by an authorized representative of the firm. B. Proposals should be prepared simply and economically, providing a straightforward, concise description of the firm s capabilities to satisfy the requirements of the RFP. Emphasis should be placed on completeness and clarity of content. C. The proposer must submit one (1) signed original proposal with the originals of all required certifications along with five (5) hard copies of the proposal and required certifications. Each copy of the proposal should be bound in a single volume. All documentation submitted with the proposal should be bound in that single volume. Elaborate brochures and other representations beyond that sufficient to present a complete and effective proposal package are neither required nor desired. D. Any information thought to be relevant, but not applicable to the enumerated scope of services, should be provided as an appendix to the proposal. E. The minimum requirements for a complete proposal that will be considered are outlined below. This information should be submitted in the format outlined below with tabs. 1. RFP cover sheet, completed by the offeror, signed by a person authorized to bind the firm to the terms of the proposal. 2. Cover Letter, providing the following information: 3

4 Identification of the proposer(s), including name, address and telephone number of the appropriate contact person at each firm. Proposed working relationship among proposing firms, i.e., primesubcontractor, if applicable. Statement of the Scope state in concise terms your understanding of the scope of work presented by the RFP. Signature of a person authorized to bind the proposing firm to the terms of the proposal. 3. Qualifications of the Firm(s): Include a narrative description of the proposed offer and a list of services to be rendered. Include material to establish the qualifications of the Proposer to satisfactorily provide the required work. The narrative should include the relevant experience of the firm in the following: professional IT expertise in development of apps for mobile devices; specific experience with ipad mobile apps and Android OS mobile devices; knowledge of data visualization on web; track record of human interface web-design; and visual graphic design. Names, titles, and resumes of key personnel proposed for the services. It should specifically state the employees assigned to this task, experience and qualifications of respondent s personnel, including a list of specific personnel who will be committed to this work, and their respective qualifications. Identify subcontractors, if any, by company name, address, contact person, telephone number, and function. Provide the same information for each subcontractor as requested above. Provide a brief profile of the Proposer, including its principal line of business, year founded, form of organization, number and location of offices, number of employees, and a general description of the Proposer s financial condition, as well as the name, address, and telephone number of the Proposer s financial institution. Identify any conditions (bankruptcy, pending merger, pending litigation, planned office closures) that may impede the Proposer s ability to complete the project. Include a client listing accompanied by comments addressing resource availability and any real or perceived conflicts with projects requiring similar advocacy. 4

5 4. Project Approach: Describe, in narrative form, your approach/ philosophy for providing services to GRTC. 5. References: Provide a sample list of similar contracts that you have been awarded (including current status of each) within the last three years. For each reference cited as related experience, furnish the name, title, address, and telephone number of the person(s) at the purchaser s organization who is the most knowledgeable about the work performed. 6. Hourly Rates / Fee Structure: Identify fees for providing services to GRTC. Hourly rates should be identified by name and position for each of two (2) years. 7. Firm Data Sheet: Provide information requested on the attached Firm Data Sheet for the prime contractor and any subcontractors. IV. Schedule The projected schedule for this procurement is: Request for Proposals available: February 6, 2012 Proposals due by 11:00 a.m.: March 1, 2012 Evaluation and Possible Interviews: March 2-9, 2012 Contract negotiations: March 12-16, 2012 Contract award: March 19, 2012 V. Evaluation and Award of Contract A. Proposals shall be evaluated using the following criteria: 1. Expertise, experience, and qualifications of the firm, its personnel, and proposed consultants. 2. Design approach / philosophy. 3. Financial responsibility of the firm. 4. Accessibility, current and projected workload and ability to complete work in a timely manner. 5. Performance on all similar projects within the past three years. 6. Price. 5

6 B. Award of Contract GRTC may undertake concurrent negotiations with proposers determined to be within a competitive range. GRTC does, however, reserve the right to award a contract based on the original proposal without any negotiations. The decision to award without negotiation may be made by GRTC if preliminary evaluation of the proposals received indicates the best achievable and technically acceptable proposal has been received. Concurrent negotiations with all proposers whose proposals are within the competitive range may be conducted by GRTC. Negotiations may be entered with one or more proposers to finalize contract terms and conditions. In the event negotiations are not successful, GRTC may initiate negotiations with the next ranking proposer or reject proposals. GRTC reserves the right to award contracts to more than one firm as a result of this solicitation. Should GRTC determine in writing and in its sole discretion that only one offeror is fully qualified, or that one offeror is clearly more highly qualified and suitable than the others under consideration, a contract may be negotiated and awarded to that offeror. Negotiation of a contract will be in conformance with all applicable federal, state, and local laws, regulations, rules, and procedures. The objective of the negotiations will be to reach agreement on all provisions of the proposed contract. The contract will include GRTC s Standard Terms and Conditions, attached. Upon completion of negotiations, the proposal that best meets the requirements of the RFP and ranks the highest evaluation score earned by its proposal based on the evaluation criteria shall be recommended to GRTC s Board of Directors as the successful proposer for award. The RFP is based on the anticipated needs of GRTC. The desired contract term will be for a period of two (2) years, but any purchase orders will be issued only when and if these services are needed and funding is available. The successful candidate will have the opportunity to enter into a partnership with GRTC that allows for future enhancements to the mobile phone application which would allow for but not limited to the following requirements: Ability for banner ads within the GRTC mobile phone application Ability for GRTC and RideFinders to provide instant customer surveys Ability for customers to issue customer complaints to GRTC Ability for GRTC transit customers to pay their transit fare through cashless payment methods 6

7 The ability to incorporate an ADA text reader to allow the visually impaired the ability to use the real-time bus arrival info and scheduling information Ability to send service bulletins to riders 7

8 GRTC Standard Terms and Conditions No Federal Government Obligations to Third Parties (GRTC Contractors) Contractor agrees that, absent the Federal Government's express written consent, the Federal Government shall not be subject to any obligations or liabilities to any subrecipient, any third party Contractor, or any person not a party to the Grant Agreement or Cooperative Agreement in connection with the performance of the Project. Notwithstanding that the Federal Government may have concurred in or approved any solicitation, subagreement, or third party contract, the Federal Government has no obligations or liabilities to any party, including any subrecipient or any third party Contractor. False or Fraudulent Statements and Claims - The Contractor acknowledges and agrees as follows: 1. The Contractor recognizes that the requirements of the Program Civil Remedies Act of 1986, as amended, 31 U.S.C. subsection 3801 et seq. and U.S. Department of Transportation regulations, "Program Fraud Civil Remedies," 49 CFR Part 31, apply to its activities in connection with the Project. Accordingly, by signing the contract, the Contractor certifies or affirms the truthfulness and accuracy of each statement it has made, it makes, or it may make pertaining to the contract. In addition to other penalties that may apply, the Contractor also acknowledges that if it makes a false, fictitious or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986, as amended, on the Contractor to the extent the Federal Government deems appropriate. 2. The Contractor also acknowledges that if it makes a false, fictitious or fraudulent claim, statement, submission, or certification to the Federal Government in connection with an urbanized area formula project financed with Federal assistance authorized by 49 U.S.C. section 5307, the Government reserves the right to impose on the Contractor the penalties of 18 U.S.C. section 1001 and 49 U.S.C. section 5307 (n) (1), to the extent the Federal Government deems appropriate. Access to Records 1. In accordance with 49 U.S.C. Section 5325(a) the Contractor agrees to provide GRTC, the FTA Administrator, the U.S. Secretary of Transportation, the Comptroller General of the United States, or their duly authorized representatives with access to all books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 2. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 3. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until GRTC, the FTA Administrator, the U.S. Secretary of Transportation, the Comptroller General of the United States, or any of their duly authorized representatives have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 4. The Contractor agrees to include the above clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. Federal Changes Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement (Form FTA MA (8) dated October, 2001) between GRTC and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. Civil Rights Requirements 1. Nondiscrimination in Federal Transit Programs Contractor agrees to comply, and assures the compliance of each subcontractor, with the provisions of 49 U.S.C. section 5332, which prohibits discrimination on the basis of race, color, creed, national origin, sex, or age, and prohibits discrimination in employment or business opportunity. 2. Nondiscrimination Title VI of the Civil Rights Act Contractor agrees to comply, and assures the compliance of each subcontractor, with all requirements prohibiting discrimination on the basis of race, color, or national origin of Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d et seq., and U.S. DOT regulations, Nondiscrimination in Federally-Assisted Programs of the Department of Transportation Effectuation of Title VI of Civil Rights Act, and 49 CFR Part 21, and any implementing requirements FTA may issue. 3. Equal Employment Opportunity - The Contractor agrees to comply, and assures the compliance of each subcontractor, with all requirements of Title VII of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000e, and 49 U.S.C and any implementing requirements FTA may issue. Those equal employment opportunity requirements include, but are not limited to, those listed in the Master Agreement (Form FTA MA (17) dated October, 2010) Section 12c(1) between GRTC and FTA. 4. Access Requirements for Persons with Disabilities The Contractor agrees to comply with the requirements of 49 U.S.C. 5301(d), which states the Federal policy that the elderly and persons with disabilities have the same right as other persons to use mass transportation service and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement that policy. The Contractor also agrees to comply with all applicable requirements of section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. 794, which prohibits discrimination on the basis of handicaps, with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C et seq., which requires that accessible facilities and services be made available to persons with disabilities, including any subsequent amendments to that Act, and with the Architectural Barriers Act of 1968, as amended, 42 U.S.C et seq., which requires that buildings and public accommodations be accessible to persons with disabilities, including any subsequent amendments to that Act. In addition, Contractor agrees to comply with all applicable requirements of those regulations and any subsequent amendments listed in the Master Agreement (Form FTA MA (17) dated October, 2010) Section 12g between GRTC and FTA. 5. The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 8

9 Termination of Contract 1. GRTC Rights of Termination GRTC may terminate this Agreement at its sole discretion and for any or no reason upon 30 days prior written notice to Supplier. The parties understand and agree that GRTC s ability to make payments under this Agreement is subject to and dependent upon financial assistance provided by the U.S. Department of Transportation, the Virginia Department of Rail and Public Transportation, and the City of Richmond, Virginia. The parties further understand and agree that if any of these governmental entities withdraws, reduces, or limits expected or actual funding to any extent, GRTC may, upon written notice to Supplier, immediately terminate this Agreement in whole or in part. 2. Right to Cancel for Default Either party may cancel this Agreement effective immediately upon written notice to the other in the case of the bankruptcy, insolvency or appointment of custodian, receiver, trustee or liquidator of the other party, or a breach by the other party of any of the terms and conditions of this Agreement, without prejudice to any other rights or remedies the non-breaching party may have, provided the breaching party fails to remedy such breach within 30 days of receiving notice of such breach. In the event either party shall engage the services of an attorney or other professional due to the default of the other party, the defaulting (non-prevailing) party shall pay all legal costs and fees, including reasonable attorney fees, incurred by the non-defaulting (prevailing) party in enforcing its rights. Except with respect to defaults of subcontractors, the Contractor shall not be liable for any excess costs if the failure to perform the Contract arises out of causes beyond the control and without the fault or negligence of the Contractor. Examples of such clauses include, but are not limited to, (1) Acts of God or of the public enemy, (2) acts of the Government in either its sovereign or contractual capacity, (3) fires, (4) floods, (5) epidemics, (6) quarantine restrictions, (7) strikes, (8) freight embargoes, and (9) unusually severe weather. In each instance, the failure to perform must be beyond the control and without the fault or negligence of the Contractor. If the failure to perform is caused by the default of a subcontractor at any tier, and if such default arises out of causes beyond the control of the Contractor and subcontractor, the Contractor shall not be liable for any excess costs for failure to perform, unless the supplies or services to be furnished by the subcontractor were obtainable from other sources in sufficient time to permit the Contractor to meet the required delivery schedule. 3. Effect of Termination or Cancellation When Supplier receives notice of termination or cancellation, it shall (a) discontinue its provision of Goods or Services in accordance with GRTC s instructions, (b) not place further orders or enter into further subcontracts relating to the terminated Goods or Services, (c) to the extent possible, terminate all existing orders with its suppliers and any subcontractors, and (d) settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with the consent of GRTC s Contract Administrator or other expressly designated representative. Upon termination, Supplier shall be entitled to (a) the compensation payable hereunder (but not yet paid) for Services rendered and conforming Goods supplied through the effective date of termination and (b) the reasonable costs incurred by Supplier to terminate any executory subcontracts and to demobilize (the Termination Payment ); provided, however, in no event shall the sum of any compensation previously paid and the Termination Payment exceed the compensation that would have otherwise been payable absent such a termination by GRTC. The Termination Payment shall not include any compensation for unabsorbed overhead or lost profits. Except for such Termination payment, GRTC s obligation to compensate Supplier for Goods or Services shall be deemed to have been discharged upon termination. After termination or cancellation, GRTC shall have no further liability other than to pay for Services performed and Goods delivered prior to the effective date of termination or cancellation. Neither termination nor cancellation shall affect any rights either party may have with respect to any Goods delivered or Services performed prior to termination or cancellation, any pending dispute, or any rights either party may have with respect to any breach occurring prior to termination or cancellation. Disadvantaged Business Enterprise (DBE) Participation It is the policy of the GRTC Transit System that Disadvantaged Business Enterprises (DBEs) as defined in 49 CFR Part 26 shall have a level playing field to compete fairly for DOT-assisted contracts. The contractor is encouraged to take all necessary and reasonable steps to ensure that DBEs have a level playing field to compete for and perform services on the contract, including participation in any subsequent supplemental contracts. If the contractor intends to subcontract a portion of the services on the project, the contractor is encouraged to contact DBEs to solicit their interest, capability and qualifications. It is the policy of GRTC to investigate the full extent of services offered by financial institutions owned and controlled by socially and economically disadvantaged individuals in the community, to make reasonable efforts to use these institutions, and to encourage prime contractors on DOT-assisted contracts to make use of these institutions. Therefore GRTC encourages prime contractors to use DBE Financial Institutions whenever possible. 49 CFR Part 26 requires GRTC to collect certain data about firms attempting to participate in DOT contracts. This data must be provided on a Firm Data sheet. Contract Assurance The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as GRTC deems appropriate. Prompt Payment The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) days from the receipt of each payment the prime contractor receives from GRTC. The prime contractor agrees further to return retainage payments to each subcontractor within thirty (30) days after the subcontractor s work is satisfactorily completed. Any delay or postponement of payment from the above-referenced timeframe may occur only for good cause following written approval of GRTC. This clause applies to both DBE and non-dbe subcontractors. 1. If the prime Contractor fails to pay the subcontractor within thirty (30) days, the prime Contractor must notify GRTC and the subcontractor, in writing, of its intention to withhold all or a part of the subcontractor s payment with the reason for nonpayment. 2. The Contractor is obligated to pay interest to the subcontractor on all amounts owed by the Contractor that remain unpaid after thirty (30) days following receipt by the Contractor of payment from GRTC for work performed by the subcontractor under that contract, except for amounts withheld as allowed in subdivision (1.) of this section. Unless otherwise provided under the terms of the contract, interest shall accrue at the rate of one percent (1%) per month, except for the amounts withheld. Notification of failure by the Contractor to make prompt payment to the subcontractor hereinbefore provided will result in notification to the Contractor s bonding company by GRTC. 3. Should either the prime Contractor or subcontractor advise GRTC of a payment issue involving a DBE Contractor, the DBELO officer shall be notified so as to investigate, as appropriate. 9

10 Energy Conservation Contractor agrees to comply with the mandatory energy efficiency standards and policies within the applicable State energy conservation plans issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C. Subsection 6321 et seq. Suspension and Debarment If the amount of this contract or any resulting subcontracts is expected to equal or exceed $25,000, or if this contract is for Federally required auditing services, the provisions of 49 CFR Part 29 apply. If applicable: (1) The contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR , or affiliates, as defined at 49 CFR , are excluded or disqualified as defined at 49 CFR and (2) The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. Pricing and Taxes 1. The price(s) to be quoted represents the full and complete compensation for the proper delivery of goods and/or performance of services, and include compensation for all services, labor, supervision, transportation, supplies, materials, tools, equipment, freight and other costs necessary to fully meet the requirements of GRTC, and for all taxes (except sales and use taxes, if any), fees, fringe benefits, insurance, profit and overhead in connection with Contractor s performance of the work. Quotes shall include all freight charges, FOB to the designated delivery points. 2. GRTC is exempt from payment of Federal, Excise and Transportation Tax, and Virginia Sales, Excise and Use Tax. Bidders will not include these taxes in their price(s). All other government taxes, duties, fees, licenses, permits, royalties, assessments, and charges shall be included in the quote. Incorporation of FTA Terms The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular F, dated November 1, 2008 are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any GRTC requests which would cause GRTC to be in violation of the FTA terms and conditions. 10

11 FIRM DATA SHEET RFP # The prime Contractor is responsible for submitting the information requested below on all firms on the project team, both prime and all subcontractors. All firms are to be reported on one combined sheet unless the number of firms requires the use of an additional sheet. Failure to submit complete data will result in the Expression of Interest not being considered. Firm s Name and Address Firm s DBE Status* Firm s Age Firm s Annual Gross Receipts * Y = Certified as a Disadvantaged Business Enterprise by the Virginia Department of Minority Business Enterprise (VDMBE). N = Firm Not Claiming DBE Status 11

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

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

More information

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

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

More information

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to

More information

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

More information

Request for Proposals #2018-4

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

More information

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

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

More information

BOROUGH OF POTTSTOWN POTTSTOWN AREA RAPID TRANSIT MONTGOMERY COUNTY PENNSYLVANIA

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

More information

General Terms and Conditions Associated with FTA Contracts:

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

More information

CONSTRUCTION LESS THAN $100,000

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

More information

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS

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

More information

RFP COMBINED FIXED ROUTE BUS, ADA COMPLIMENTARY PARATRANSIT, AND DEMAND-RESPONSE TRANSPORTATION SERVICES OPERATIONS

RFP COMBINED FIXED ROUTE BUS, ADA COMPLIMENTARY PARATRANSIT, AND DEMAND-RESPONSE TRANSPORTATION SERVICES OPERATIONS EXHIBIT 9- FEDERAL TRANSIT ADMINISTRATION REQUIRED CLAUSES It is the responsibility of the Contractor to ensure that all applicable FTA required clauses are adhered to, including but not limited to, compliance

More information

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

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

More information

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

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

More information

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

Request for Proposals Transit Shelter Maintenance

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

More information

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS TABLE OF CONTENTS 1. Executory Clause 3 2. Non-Assignment Clause 3 3. Comptroller s Approval 3 4. Workers Compensation Benefits 3 5. Non-Discrimination

More information

Request for Quotation

Request for Quotation University of South Carolina Purchasing Department 1600 Hampton Street, 6th floor Columbia, SC 29208 Telephone: (803) 777-4115 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

More information

FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016

FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016 FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016 INTRODUCTION The Freeport Housing Authority (the "Authority") solicits proposals to provide

More information

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008 PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008 Procurements for FREDericksburg Regional Transit (FRED) are governed by the procurement policies and practices of the City of Fredericksburg

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

APPENDIX C - REQUIRED CLAUSES FOR FTA-ASSISTED CONTRACTS

APPENDIX C - REQUIRED CLAUSES FOR FTA-ASSISTED CONTRACTS 093-17 APPENDIX C - REQUIRED CLAUSES FOR FTA-ASSISTED CONTRACTS The following terms apply when the Jacksonville Transit Authority (JTA) determines that the Contract involves or may involve the expenditure

More information

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

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

More information

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

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

More information

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES SOLICITATION FOR CONTINUING SERVICES CS 19-601 PLUMBING SUPPLIES INTRODUCTION Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors interested in

More information

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,

More information

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

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

More information

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS September, 2004 TABLE OF CONTENTS 1. Executory Clause 2. Non-Assignment Clause 3. Comptroller s Approval 4. Workers Compensation Benefits 5. Non-Discrimination

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

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

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FINANCIAL AND COMPLIANCE AUDITS OF THE KANSAS PUBLIC EMPLOYEES DEFERRED COMPENSATION 457 PLAN SEALED PROPOSALS for furnishing the services

More information

INVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES

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

More information

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

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES. MATERIALS and SUPPLIES. Revised: May, 2017 Materials and Supplies

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES. MATERIALS and SUPPLIES. Revised: May, 2017 Materials and Supplies FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES MATERIALS and SUPPLIES Revised: May, 2017 Materials and Supplies FEDERAL TRANSIT ADMINISTRATION CONTRACT CLAUSES INDEX 1. Fly America Requirements

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

More information

FLORIDA DEPARTMENT OF TRANSPORTATION. Scrutinized Vendor Form and Special Condition 17 language do not apply to this RFP.

FLORIDA DEPARTMENT OF TRANSPORTATION. Scrutinized Vendor Form and Special Condition 17 language do not apply to this RFP. FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: 3/10/17 RE: RFP-DOT-16/17-9010-GH POSITIVE TRAIN CONTROL SYSTEM FOR THE (CFRC) Notice is hereby given of the following changes to the above-referenced

More information

REQUEST FOR PROPOSAL FINANCIAL AND COMPLIANCE AUDIT

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

More information

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

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

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

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

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

More information

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

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

More information

Request for Proposals: Environmental Site Assessment for Single Property

Request for Proposals: Environmental Site Assessment for Single Property OBDD RFP No. C2019048 Request for Proposals: Environmental Site Assessment for Single Property Proposal due date: January 29, 2019 at 3:00 p.m. Pacific Time 1.0 SOLICITATION INFORMATION AND REQUIREMENTS

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015 REQUEST FOR PROPOSAL AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2015-2017 Issue Date May 27, 2015 Cumberland Mountain Community Services requests qualified independent certified

More information

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

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

More information

PUBLIC NOTICE of Special Board Meeting MEETING NOTICE and AGENDA

PUBLIC NOTICE of Special Board Meeting MEETING NOTICE and AGENDA PUBLIC NOTICE of Special Board Meeting MEETING NOTICE and AGENDA Wednesday, October 5 th, 2016 at 2:00pm Ketchum City Hall Council Chambers, 480 East Ave N, Ketchum, ID 83340 Board Members: Chair David

More information

OFFERORS CHECKLIST FOR FIXED PRICE BID

OFFERORS CHECKLIST FOR FIXED PRICE BID OFFERORS CHECKLIST FOR FIXED PRICE BID Solicitation Number: 0111-02 Solicitation Description: Vehicular Advertising Services Solicitation Opening Date and Time: 3:00 PM on January 10, 2011 THE FOLLOWING

More information

Article 6 Modification and Termination of Contracts for Supplies and Services

Article 6 Modification and Termination of Contracts for Supplies and Services Article 6 Modification and Termination of Contracts for Supplies and Services 16601. Contract Clauses and their Administration 16601. Contract Clauses and their Administration. (a) Introduction. The following

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

ATTACHMENT 2 GENERAL TERMS AND CONDITIONS FOR NON-PROFESSIONAL SERVICES

ATTACHMENT 2 GENERAL TERMS AND CONDITIONS FOR NON-PROFESSIONAL SERVICES ATTACHMENT 2 GENERAL TERMS AND CONDITIONS FOR NON-PROFESSIONAL SERVICES Revised February 9, 2017 Page 1 of 11 GENERAL TERMS AND CONDITIONS FOR NON-PROFESSIONAL SERVICES SECTION No. Title Page No. 1. Use

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Sealed proposals will be received at the WESTERN TIDEWATER REGIONAL JAIL Attn: Tim Wertheimer Director, Administration and Support Services 2402 Godwin Blvd Suffolk, Virginia 23434

More information

SMART RFP / IFB ARTICLE 6.0

SMART RFP / IFB ARTICLE 6.0 SMART RFP / IFB ARTICLE 6.0 This Article is incorporated into all SMART Contracts for which the Federal government is a funding source. Version Published Dates Modified by 1.0 11/08/2012-3/21/2013 Anthony

More information

REQUEST FOR PROPOSALS TO PROVIDE TIRES

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

More information

STANDARD CLAUSES FOR NYS CONTRACTS

STANDARD CLAUSES FOR NYS CONTRACTS STANDARD CLAUSES FOR NYS CONTRACTS The parties to the attached contract, license, lease, amendment or other agreement of any kind (hereinafter, "the contract" or "this contract") agree to be bound by the

More information

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

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

More information

Request for Qualifications: Continuing Services For Central Florida Regional Planning Council

Request for Qualifications: Continuing Services For Central Florida Regional Planning Council Background: Request for Qualifications: Continuing Services For Central Florida Regional Planning Council The Central Florida Regional Planning Council (CFRPC) requires the services of several consultants

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

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES Date Issued: November 13, 2017 Return Date & Time: Return To: December 14, 2017 no later than 11am Debra Sopronyi, Borough

More information

REQUEST FOR PROPOSALS. Attn: Tricia Gillespie Procurement Administrator 2105 NE Jefferson Avenue Peoria, Illinois

REQUEST FOR PROPOSALS. Attn: Tricia Gillespie Procurement Administrator 2105 NE Jefferson Avenue Peoria, Illinois REQUEST FOR PROPOSALS Issue Date: May 9, 2014 Title: Network Printer Rental with Maintenance Service Solicitation Number: 5914 Issuing and Using Agency: Attn: Tricia Gillespie Procurement Administrator

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 PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

January 18, Request for Proposals. for

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

More information

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

AGREEMENT. WITNESS: This Agreement has been entered into by and between the

AGREEMENT. WITNESS: This Agreement has been entered into by and between the AGREEMENT WITNESS: This Agreement has been entered into by and between the GOLDEN GATE BRIDGE, HIGHWAY AND TRANSPORTATION DISTRICT (hereinafter GGBHTD ) and the MARIN COUNTY TRANSIT DISTRICT (hereinafter

More information

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK MAY 1, 2018 Effective Date: January 1, 2019 1 Introduction A. Overview and Reason for Competitive Request for Proposal Overland Park, Kansas

More information

NORTHWESTERN COMMUNITY SERVICES

NORTHWESTERN COMMUNITY SERVICES NORTHWESTERN COMMUNITY SERVICES AUDIT SERVICES: NORTHWESTERN COMMUNITY SERVICES REQUEST FOR PROPOSAL Issue Date: May 25, 2018 The Northwestern Community Services requests qualified independent certified

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

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

INVITATION TO BID 7678 BUS WRAP FOR TRANSFORT BUSES BID OPENING: 3:00 P.M. (our clock), AUGUST 22, 2014

INVITATION TO BID 7678 BUS WRAP FOR TRANSFORT BUSES BID OPENING: 3:00 P.M. (our clock), AUGUST 22, 2014 Financial Services Purchasing Division 215 N. Mason St. 2 nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing INVITATION TO BID 7678 BUS WRAP FOR TRANSFORT BUSES BID

More information

PACE LOCALLY BASED SERVICE PROGRAM AGREEMENT

PACE LOCALLY BASED SERVICE PROGRAM AGREEMENT PACE LOCALLY BASED SERVICE PROGRAM AGREEMENT THIS AGREEMENT made this day of, 200 by and between Pace, the Suburban Bus Division of the RTA (hereinafter referred to as "Pace"), and (hereinafter referred

More information

REQUEST FOR QUOTES. Upgrade from Sage ABRA to Sage HRMS

REQUEST FOR QUOTES. Upgrade from Sage ABRA to Sage HRMS REQUEST FOR QUOTES Upgrade from Sage ABRA to Sage HRMS August 4, 2017 2222 Cuming Street, Omaha, Nebraska 68102-4392 (402) -341-0800 Fax (402)-342-0949 TDD: 4(402)-341-0807 Operated by Transit Authority

More information

Disadvantaged Business Enterprise (DBE) Academy

Disadvantaged Business Enterprise (DBE) Academy Disadvantaged Business Enterprise (DBE) Academy Prompt Payment Requirements Martha Kenley FHWA National DBE Program Manager martha.kenley@dot.gov Fixing America s Surface Transportation (FAST) Act Reauthorized

More information

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES

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

More information

PLEASE READ THESE TERMS OF SALE VERY CAREFULLY

PLEASE READ THESE TERMS OF SALE VERY CAREFULLY Terms of Sale Last updated: September 2018 PLEASE READ THESE TERMS OF SALE VERY CAREFULLY THESE TERMS OF SALE ARE LIMITED TO THOSE CONTAINED HEREIN. ANY ADDITIONAL OR DIFFERENT TERMS IN ANY FORM DELIVERED

More information

Greenville County Redevelopment Authority

Greenville County Redevelopment Authority Greenville County Redevelopment Authority Requests For Qualifications Architectural Services for an Indefinite Contract Published: Monday, July 10, 2017 Reply to: Greenville County Redevelopment Authority

More information

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018 REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2018-2020 Issue Date April 23, 2018 Cumberland Mountain Community Services requests qualified

More information

ALLEN COUNTY REGIONAL TRANSIT AUTHORITY DISADVANTAGED BUSINESS ENTERPRISE COMPLIANCE PLAN

ALLEN COUNTY REGIONAL TRANSIT AUTHORITY DISADVANTAGED BUSINESS ENTERPRISE COMPLIANCE PLAN ALLEN COUNTY REGIONAL TRANSIT AUTHORITY DISADVANTAGED BUSINESS ENTERPRISE COMPLIANCE PLAN 1 ALLEN COUNTY REGIONAL TRANSIT AUTHORITY DISADVANTAGED BUSINESS ENTERPRISE COMPLIANCE PLAN This Compliance Plan,

More information

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

More information

Sealed proposals will be received until 4 pm on Friday, March 16, 2018.

Sealed proposals will be received until 4 pm on Friday, March 16, 2018. Request for Proposals for Financial Statement Audit Services February 1, 2018 1 Mount Rogers Community Services Board (MRCSB) requests qualified independent certified public accountants to submit proposals

More information

THE STATE OF TEXAS Demand Response Rideshare Pilot Project Contract COUNTY OF TARRANT

THE STATE OF TEXAS Demand Response Rideshare Pilot Project Contract COUNTY OF TARRANT THE STATE OF TEXAS Demand Response Rideshare Pilot Project Contract COUNTY OF TARRANT THIS DEMAND RESPONSE RIDESHARE PILOT PROJECT CONTRACT (hereafter referred to as the Contract ) is entered into this

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

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

REQUEST STATEMENT OF QUALIFICATIONS GENERAL CONTRACTORS PARK CITY TRANSIT RESIDENTIAL BUILDING

REQUEST STATEMENT OF QUALIFICATIONS GENERAL CONTRACTORS PARK CITY TRANSIT RESIDENTIAL BUILDING REQUEST FOR STATEMENT OF QUALIFICATIONS FROM GENERAL CONTRACTORS FOR PARK CITY TRANSIT RESIDENTIAL BUILDING ISSUED: December 26, 2012 Date Due: January 9, 2013 Park City, Utah NOTICE TO GENERAL CONTRACTOR

More 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

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

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

COMPENSATION & PAYMENT PROVISIONS (COST REIMBURSABLE)

COMPENSATION & PAYMENT PROVISIONS (COST REIMBURSABLE) COMPENSATION & PAYMENT PROVISIONS (COST REIMBURSABLE) 1 Note: Articles flagged with an asterisk (*) are Flow-down requirements as defined in Article SUBCONTRACTORS AND SUPPLIERS in Contract Document GENERAL

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

Request for Proposals (RFP) for Technical Assistance

Request for Proposals (RFP) for Technical Assistance Request for Proposals (RFP) for Technical Assistance The Portland Area Comprehensive Transportation System (PACTS) Transit Stop Access Project Phase II Part A: Conceptual Design Development Thursday, Request

More information

SUBPART A GENERAL REQUIREMENTS

SUBPART A GENERAL REQUIREMENTS SUBPART A GENERAL REQUIREMENTS Section 26.3 Applicability UA is the recipient of federal transit funds authorized by Titles I, III, V, and VI of ISTEA, Pub. L. 102-240 or by Federal transit laws in Title

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES The Northwest Pennsylvania Regional Planning and Development Commission (Northwest Commission) is soliciting Statements

More information

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS I. GENERAL CONDITIONS SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS A. General Compliance Consultant agrees to comply with the requirements of the HUD regulations concerning CDBG, 24 CFR Part 570, as modified

More information

BUTLER COUNTY REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL DEMAND RESPONSE SCHEDULING SOFTWARE AND HARDWARE CONTRACT PROPOSAL NO.

BUTLER COUNTY REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL DEMAND RESPONSE SCHEDULING SOFTWARE AND HARDWARE CONTRACT PROPOSAL NO. BUTLER COUNTY REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL DEMAND RESPONSE SCHEDULING SOFTWARE AND HARDWARE CONTRACT PROPOSAL NO. BC-22016 PREPARED BY BUTLER COUNTY REGIONAL TRANSIT AUTHORITY RELEASE

More information

TERM CONTRACT AWARD CONTRACT NO:

TERM CONTRACT AWARD CONTRACT NO: 2 4 COMMODITY CODE: 285-93-00-047498 0.000 4.0000 % 5 COMMODITY CODE: 285-93-00-047498 0.000 5.0000 % 6 COMMODITY CODE: 285-93-00-047498 0.000 6.0000 % 7 COMMODITY CODE: 285-93-00-047498 1.000 7.0000 %

More information

Federal Transit Administration Contract Clauses

Federal Transit Administration Contract Clauses Federal Transit Administration Contract Clauses List of Clauses Title Applicability A.1: Access to records and reports all contracts above micro-purchase A.2 Bonding Requirements: All contracts above $250,000

More information

AGREEMENT FOR SERVICES FOR CDBG PROGRAM

AGREEMENT FOR SERVICES FOR CDBG PROGRAM AGREEMENT FOR SERVICES FOR CDBG PROGRAM Agreement No. [Enter #] This Agreement for Services for CDBG Program ( this Agreement ) is entered into in the County of Ventura, State of California, on this [Day]

More information