REQUEST FOR PROPOSALS For LIFE AND ACCIDENTAL DEATH AND DISMEMBERMENT INSURANCE. RFP NO.: 2017-I-17 Date Issued: November 10, 2017

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS For LIFE AND ACCIDENTAL DEATH AND DISMEMBERMENT INSURANCE. RFP NO.: 2017-I-17 Date Issued: November 10, 2017"

Transcription

1 602 N. Staples, Corpus Christi, Texas p f REQUEST FOR PROPOSALS For LIFE AND ACCIDENTAL DEATH AND DISMEMBERMENT INSURANCE RFP NO.: 2017-I-17 Date Issued: November 10, 2017 Proposals will be received at the offices of the Corpus Christi Regional Transportation Authority, hereinafter called the "CCRTA", at 602 N. Staples, Corpus Christi, Texas until 3:00 p.m. (CST) Tuesday, December 19, 2017 for Life and Accidental Death and Dismemberment Insurance. This is a firm-price three (3) year service contract with two (2) one-year option. Proposals will be valid for one hundred twenty (120) calendar days from the proposal due date. PROPOSERS are encouraged to attend a pre-proposal conference scheduled for 3:00 p.m. (CST), Tuesday, November 28, 2017 at 602 N. Staples, Corpus Christi, Texas The purpose of this meeting is to provide an overview of the requirements of the project and to answer any questions PROPOSERS may have concerning this procurement. If you are unable to attend the pre-proposal conference but would like to remotely participate via GoToMeeting, please send a request for login information to procurement@ccrta.org by 12:00 PM (CST) Tuesday, November 28, Requests for Information/Approved Equals will be due by 3:00 PM, Tuesday, December 5, 2017, with a response by Tuesday, December 12, Copies of this Request for Proposals (RFP) and information may be obtained from the CCRTA website at Further information may be obtained from Sherrié Clay, Procurement Administrator, or Annie Hinojosa, Director of Procurement, at (361) The CCRTA has a Disadvantaged Business Enterprise (DBE) program; however, the CCRTA has determined that ZERO PERCENT (0%) DBE participation is required for this contract. The CCRTA encourages the Prime Contractor to offer contracting opportunities to the fullest extent possible through outreach and recruitment activities to small, minority and disadvantaged businesses. For additional information, please contact Christina Perez, DBE Liaison Officer, at (361)

2 For the purposes of this procurement, the following proposal documents are applicable: Request for Proposals, Instructions to Proposers, Special Instructions, Scope of Work, Current Life and AD&D Summary Plan (Exhibit A), Claim Rate (Exhibit B) Current Policy Census (Exhibit C) Standard Service Terms and Conditions, Price Schedule (Appendix A), and Certification Forms. The following documents must be signed and returned with your proposal in order for it to be considered responsive: Response to RFP one (1) original, five (5) hard copies, and one (1) electronic version in PDF format supplied on a USB Flash Drive, Price Schedule (Appendix A), (one (1) original in a separately sealed envelope), Certification Form (Appendix B), Certification and Statement of Qualifications (Appendix C), Disclosure of Interests Certification (Appendix D), Accessibility Policy (Appendix E), References (Appendix F), Request for Information Form (Appendix G), and Proposal Submission Checklist (Appendix H). FIRMS must submit a proposal, and all documentation supporting the Proposal. A Price Schedule must be submitted in a separately, sealed envelope. Failure to provide this information may deem your proposal to be non-responsive. Page 2 of 48

3 INSTRUCTIONS TO PROPOSERS 1. GENERAL. The following instructions by the CCRTA are intended to afford proposers an equal opportunity to participate in the CCRTA s contracts. 2. EXPLANATIONS. Any explanation desired by a proposer regarding the meaning or interpretation of these Instructions or any other proposal documents must be requested in writing to the CCRTA with sufficient time allowed for a reply to reach proposers before the submission of their proposals. Oral explanations or instructions will not be binding. Any information given to a prospective proposer concerning a Request for Proposals will be furnished to all prospective proposers as an amendment to the request if such information is necessary to proposers in submitting proposals on the request or if the lack of such information would be prejudicial to uninformed proposers. 3. SPECIFICATIONS. 3.1 Proposers are expected to examine the specifications, standard provisions, and all instructions. Failure to do so will be at the proposer s risk. Proposals that are submitted on other than authorized forms or with different terms or provisions may not be considered as responsive proposals. 3.2 The apparent silence of the specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only material and workmanship of the finest quality are to be used. All interpretations of the specifications shall be made on the basis of this statement. 4. INFORMATION REQUIRED Each proposer shall furnish the information required by the Request for Proposals. The proposer shall sign the Price Schedule and the proposal, which collectively shall constitute the proposer s offer. Erasures or other changes must be initialed by the person signing the documents. Proposals signed by an agent are to be accompanied by evidence of his authority unless such evidence has been previously furnished to the CCRTA All prices shall be entered on the Price Schedule in ink or be typewritten. Totals shall be entered in the Total Price column of the Price Schedule, and in case of discrepancy between the unit price and the extended total price, the unit price will be presumed to be correct. Page 3 of 48

4 4.3. Only signed, written proposals specifically accepting responsibility for meeting the objectives and requirements specified in the Request for Proposals will be considered. The cover letter must bear the signature of a person duly authorized to legally commit for the proposer. All costs of proposal preparation will be borne by the proposer The CCRTA does not have to pay federal excise taxes or state and local sales and use taxes, except for contracts for improvements to real property Information submitted in response to this RFP will not be released by the CCRTA during the proposal evaluation process or prior to contract award. Proposers are advised that the CCRTA may be required to release proposal information, other than trade secrets, after contract award. 5. SUBMISSION OF PROPOSALS Sealed Proposals should be submitted in an envelope marked on the outside with the proposer s name and address and proposal description addressed to: Corpus Christi Regional Transportation Authority Staples Street Center ATTN: Procurement Department 602 N. Staples Street Corpus Christi, Texas Proposal For: Life and Accidental Death and Dismemberment Insurance Proposal Due Date: Tuesday, December 19, 2017 by 3:00 PM 5.2. The Price Schedule should be submitted in a separately, sealed envelope along with the proposal. Proposals must be submitted in sufficient time to be received and time-stamped at the above location on or before the published proposal date and time shown on the Request for Proposals. Proposals received after the published time and date cannot be considered. Any proposals which are mislabeled or do not indicate the proposer s name or address as required above may be opened by the CCRTA solely for the purpose of identifying the proposer for return of the proposal Schedule Proposals shall be governed by the following schedule: Friday, November 10, RFP Issued Proposal documents are available at the CCRTA Website: Tuesday, November 28, Pre-Proposal Conference at 3:00 pm (CST) at the CCRTA s Staples Street Center located at 602 N. Staples Street, Corpus Christi, Texas Page 4 of 48

5 Tuesday, December 5, Request for Information Due Written Requests for Information (Appendix G) are due by 3:00 PM (CST). Please submit one form for each Request for Information/Approved Equals. Request for Information/Approved Equals must be ed to procurement@ccrta.org, handdelivered, or received via mail at the CCRTA's Staples Street Center, Attn: Procurement Department, at 602 N. Staples Street, Corpus Christi, Texas Tuesday, December 12, 2017 CCRTA s Response to Request for Information Due Responses will be posted as an addendum to the CCRTA s website at Tuesday, December 19, Proposals Due Written proposals are due no later than 3:00 PM (CST). All proposals must be received at the CCRTA's Staples Street Center located at 602 N. Staples Street, Corpus Christi, Texas prior to deadline. Best and Final Offer TBD CCRTA will evaluate each proposal for completeness and responsiveness to its needs and may request Best and Final Offers from any or all proposing firms. Tentative Contract Award February 7, 2018 CCRTA Board of Directors will meet to award a contract to the successful Proposer. 6. MODIFICATION OR WITHDRAWAL OF PROPOSALS. Proposals may be modified or withdrawn by written or notice received by the CCRTA prior to the exact hour and date specified for receipt of proposals. A proposal may also be withdrawn in person by a proposer or an authorized representative prior to the proposal deadline; provided the proposer s identity is made known and he or she signs a receipt for the proposal. 7. OPENING PROPOSALS. All proposals shall be opened by the CCRTA as soon after the proposal deadline as is reasonably practicable. Information submitted in response to the Request for Proposals shall not be released by the CCRTA during the proposal evaluation process or prior to Contract award. Proposers are advised that the CCRTA may be required to release proposal information, other than trade secrets, after Contract award. 8. EVALUATION FACTORS The CCRTA will award a contract based upon the criteria set forth in the Request for Proposals. A contract may be awarded on a lump sum basis or on a unit price basis, provided that in the event a contract specifies a unit price basis, the compensation paid by the CCRTA shall be based upon the actual quantities supplied. Page 5 of 48

6 8.2. Pre-award inspection of the proposer s facility may be made prior to the award of the Contract. Proposals will be considered only from firms that are regularly engaged and licensed in the business of providing the goods and/or services described in the Request for Proposals for a reasonable period of time; and have sufficient financial support, equipment, and organization to ensure that they can satisfactorily execute the services if awarded a Contract under the terms and conditions herein stated. The terms equipment and organization as used herein shall be construed to mean a fullyequipped and well-established company in line with the best business practices in the industry as determined by the CCRTA. In making the award, the CCRTA may consider any evidence available to it of the financial, technical, and other qualifications and abilities of a proposer, including past performance (experience) with the CCRTA and other similar customers. A record of nonperformance or poor performance may disqualify a proposer from award. 9. ELIGIBILITY FOR AWARD In order for a proposer to be eligible for award of the Contract, the proposal must be responsive to the Request for Proposals; and the CCRTA must be able to determine that the proposer is responsible to perform the Contract satisfactorily Responsive proposals are those complying with all material aspects of the Request for Proposals. Proposals which do not comply with all the terms and conditions of the Request for Proposals will be rejected as non-responsive Responsible proposers at a minimum must: Have adequate financial resources or the ability to obtain such resources as required during the performance of the Contract; Have a satisfactory record of past performance; Have necessary management and technical capability to perform; Be qualified as an established firm regularly engaged in the type of business to perform the Contract required by this Request for Proposals; Be otherwise qualified and eligible to receive an award under applicable federal, state, county, or municipal laws and regulations; and Certify that it is not on the U.S. Comptroller General s list of ineligible contractors signing and submitting the proposal is so certifying. (NOTE: This requirement is only applicable to federally-funded contracts.) 9.4. A proposer may be requested to submit written evidence verifying that it meets the minimum criteria necessary to be determined a responsible proposer. Refusal to Page 6 of 48

7 provide requested information shall result in the proposer being declared not responsible, and the proposal shall be rejected. 10. RESERVATION OF RIGHTS. The CCRTA expressly reserves the right to: Reject or cancel any or all proposals; Waive any defect, irregularity or informality in any proposal or proposal procedure; Waive as an informality, minor deviations from specifications at a lower price than other proposals meeting all aspects of the specifications if it is determined that total cost is lower and the overall function is improved or not impaired; Extend the proposal due date; Reissue a Request for Proposals; Procure any item or services by other means; The CCRTA reserves the right to retain all proposals submitted. The selection or rejection of a proposal does not affect this right; and The CCRTA reserves the right to negotiate a Contract with the proposer having the best evaluation as determined by the CCRTA. No award will be made automatically based upon the lowest price or based solely on the proposal submitted. The CCRTA additionally reserved the right to suspend negotiations with the first proposer should it not progress in a manner satisfactory to the CCRTA and commence negotiations with the next best rated proposer. 11. ACCEPTANCE. Acceptance of a proposer s offer in some instances will be in the form of purchase orders issued by the CCRTA. Otherwise, acceptance of a proposer s offer will be by acceptance letters issued by the CCRTA. Subsequent purchase orders and release orders may be issued as appropriate. Unless the proposer specifies otherwise in the proposal, the CCRTA may award the contract for any item or group of items shown on the Request for Proposals. Page 7 of 48

8 12. PROTESTS. In the event that a proposer desires to protest any procedure, the proposer should present such protest, in writing, to the CCRTA Chief Executive Officer within five (5) business days following the proposal due date. The protest shall state the name and address of the protestor, refer to the project number and description of the Request for Proposals, and contain a statement of the grounds for protest and any supporting documentation. For federally-assisted contracts, certain additional protest procedures apply and may be found in the Supplemental Conditions contained within the Request for Proposals. 13. EQUAL OPPORTUNITY. Proposers are expected to comply with the Affirmative Action Programs of the CCRTA with respect to its provisions concerning contractors. 14. SINGLE PROPOSAL In the event a single proposal is received, the CCRTA will, at its option, either conduct a price and/or cost analysis of the proposal and make the award by negotiation or reject the proposal and revise the Request for Proposals. A price analysis is the process of examining the proposal and evaluating a prospective price without evaluating the separate cost elements. Price analysis shall be performed by comparison of the price quotations, with published price lists, or other established or competitive prices. The comparison shall be made to a purchase of similar quantity and involving similar specifications. Where a difference exists, a detailed analysis must be made of this difference and costs attached thereto Where it is impossible to obtain a valid price analysis, it may be necessary for the CCRTA to conduct a cost analysis of the proposal price. Cost analysis is the review and evaluation of a proposer s cost or pricing data and of the factors applied in projecting from such data the estimated costs of performing the contract, assuming reasonable economy and efficiency The price and/or cost analysis shall be made by personnel of the CCRTA s selection. The CCRTA s discretion exercised as to its options in this regard shall be final. Page 8 of 48

9 SPECIAL INSTRUCTIONS 1.0 GENERAL 1.1 Introduction The Corpus Christi Regional Transportation Authority, herein referred to as the "CCRTA", is seeking proposals from firms qualified and experienced in life and accidental death and dismemberment insurance. This is a firm-price three (3) year service contract with two (2) one-year option. Proposers, which have relevant experience, are invited to complete and submit proposals. To enhance comparability, proposal elements must be addressed in the informational sequence noted below: Cover Letter, Approach and Work Plan, Qualifications and References, Experience, Certification Forms, and Price Schedule (submitted in a separately, sealed envelope). Firms shall submit (1) original and five (5) hard copies of their proposal, which must be concise and straightforward, and one (1) electronic version in PDF format supplied on a USB Flash Drive. All proposals must be submitted before the deadline in the solicitation and addressed with the information as noted in the Instructions to Proposers section 3. The proposal contents shall include the following: 1.2 Proposal Contents and Format The contents of the proposal shall include the following: Cover Letter Include appropriate introductory and contact information, including the name of the firm's principal liaison Approach and Work Plan Proposer must include a detailed work plan outlining all of the specific tasks that will need to be undertaken and the procedures that will be used to accomplish the Scope of Work. Please indicate the manpower that will be used in providing this service. Page 9 of 48

10 1.2.3 Qualifications and References Proposer must detail qualifications of firm in performing this type of work and provide references using (Appendix F) Experience Firm - Proposer must submit any information appropriate to the RFP necessary to establish qualifications and experience (i.e.; references with contact name and telephone number). Personnel - Proposer must include detailed work experience and number of specific personnel who will be directly involved ("hands-on" personnel) with this project and identify the proposed project manager Certification Forms (Appendix B through F) Price Schedule (Sealed Separately) 2.0 EVALUATION CRITERIA Proposer must submit the Price Schedule with its proposal. All costs to be incurred and billed to the CCRTA will be firm and included in this Schedule. (Failure to complete and return this section will be cause for rejection of this proposal as non-responsive.) Price Schedule must be submitted in a separately sealed envelope. 2.1 The CCRTA will review all proposals for completeness. Those proposals found incomplete or failing to address the needs of the CCRTA as stated herein will not be evaluated. Those proposals furnished complete with all required documentation will be evaluated. Proposers are urged to initially submit their best offer. An award (if any) will be made to that proposer whose proposal is deemed most advantageous to, and in the best interest of, the CCRTA and the general public. The evaluation factors in order of importance are as follows: Approach and Work Plan Qualifications and References Experience Price Total 40 pts 15 pts 15 pts 30 pts 100 pts Page 10 of 48

11 2.2 The CCRTA will first evaluate the proposals on all factors other than cost. After a preliminary evaluation, the price schedule will be opened and included in the evaluation process. Evaluation points for cost will be assigned based on a lowest cost (most points) to highest cost (least points) ranking of proposed cost packages. The maximum points available for cost are 30 points. The CCRTA may select a proposer for the project after this review if the CCRTA feels it is in the CCRTA's best interest. The CCRTA may also evaluate each proposal for completeness and responsiveness to its needs and may request Best and Final Offers from any or all proposing firms. Otherwise, a short-list of interviewees will be established based upon the overall results. After completion of the interviews the evaluation of the proposals will be reviewed and modified as necessary. 3.0 PROPOSAL SUBMISSION REQUIREMENTS 3.1 Submission requirements Proposal Availability RFP copies may be obtained online at Proposal Submission Proposals may be hand delivered or mailed to: Corpus Christi Regional Transportation Authority Staples Street Center Attn: Procurement Department 602 N. Staples Street Corpus Christi, Texas Proposers shall submit (1) original and five (5) hard copies of their proposal, which must be concise and straightforward, and one (1) electronic version in PDF format supplied on a USB Flash Drive Late Submittal Proposals received after the proposal due date will be deemed non-responsive and will be returned unopened. 3.2 Proposal Qualification Only signed, written proposals specifically accepting responsibility for meeting the objectives and requirements specified in this RFP will be considered. Page 11 of 48

12 3.2.3 The cover letter must bear the signature of a person duly authorized to legally commit for the PROPOSER Proposal Preparation All costs of proposal preparation will be borne by the PROPOSER Proposal Withdrawal Proposals may be withdrawn either personally or by written request prior to the closing time for receipt of proposals. Thereafter, all proposals shall remain valid for a period of one hundred twenty (120) calendar days. 3.3 Release of Information The CCRTA shall not release information submitted in response to this RFP during the proposal evaluation process or prior to contract award. PROPOSERS are advised that the CCRTA may be required to release proposal information, other than trade secrets, after contract award. Page 12 of 48

13 SCOPE OF WORK 1.0 DESCRIPTION 1.1 The CCRTA is seeking proposals from a qualified provider for a three (3) year service contract with two (2) one-year option to provide life and accidental death and dismemberment insurance. 2.0 BACKGROUND 2.1 The Corpus Christi Regional Transportation Authority seeks competitive proposals for Basic Group Life and Accidental Death & Dismemberment (AD&D) Insurance, Voluntary Group Dependent Life Insurance and Supplemental Life Insurance for its employees similar to its existing plan. The current carrier is Minnesota Life Insurance and the current policy will end December 31, The existing policy years runs January to December, although in order to maintain continuous coverage we will extend our current contract on a month-to-month basis until a final recommendation is approved. 3.0 SPECIFICATIONS The Successful proposer will be expected to provide the following services at minimum: 3.1 Maintain or improve existing benefits (Information in Attachments), 3.2 Obtain superior customer service, 3.3 Stabilize, reduce and/or minimize cost of providing these benefits, 3.4 Process claims accurately and timely, 3.5 Proposed vendor will be responsible for assigning a designated account manager; the account manager will meet with CCRTA staff and Insurance Consultant on a regular basis to review plan and claims data 3.6 Provide an actuarial analysis of claims reserves and funds requirement as requested or needed 3.7 Provide an analysis of potential costs to CCRTA based on claims experience impact on rates as requested by CCRTA Page 13 of 48

14 3.8 Provide a detailed summary for the CCRTA staff and Insurance Consultant of all added value services offered its members. For example, legal services, travel assist policies, financial and other educational materials, etc. 3.9 Provide the costs to offer optional life and accidental death and dismemberment insurance quotes for employees to purchase for dependents; provide the plan rates for: Employee - $5,000 increments up to $300,000, with a guarantee issue of $100, Spouse - $5,000 increments up to $150,000, with guarantee issue of $25, Children - birth to age 26 at a flat amount of $10, Employee & Family AD&D all coverage is guaranteed 3.10 Provide a contact list of account manager(s) or representative(s) involved in the day to day activities servicing CCRTA. Proposed carrier will be responsible for communicating any changes in responsibilities to both CCRTA HR Staff and their Insurance Consultant throughout the term of the agreement, 3.11 Provide CCRTA with experienced account management team for day to day service, billing and enrollment. Proposed carrier will be responsible for communicating any changes to any claim, service, or communication issues to CCRTA HR staff and their Insurance Consultant, 3.12 Provide a list of the personnel that would be available for mandatory quarterly claims review meeting with CCRTA s staff and Insurance Consultant. Proposed carrier will be responsible for staffing such meetings as well as for providing all communication pieces whether electronically or in paper form as requested by CCRTA s HR Staff to both CCRTA and their Insurance Consultant, 3.13 Provide electronic monthly claims overview to CCRTA s HR staff and Insurance Consultant and be prepared to meet with the CCRTA staff and/or their Insurance Consultant on an as needed basis, and 3.14 Assist CCRTA s HR staff with any added value employee educational material. Give advice and recommendation on plan design, utilization recommendations/concerns as well as cost containment strategies when necessary and appropriate. Page 14 of 48

15 EXHIBIT A CURRENT LIFE AND ACCIDENTAL DEATH AND DISMEMBERMENT INSURANCE POLICY Page 15 of 48

16 RTA Life Insurance/AD&D Insurance Program History and Other Related Information Minnesota Life has provided the basic Life, AD&D, and Dependent Life insurance from June 1, 2011 to present. During this period, Life/AD&D insurance rates have consistently reasonable. The current monthly rate structure is the following: Coverage Total Rate RTA Contribution Employee Contribution Life: $100,000 $0.13/$1,000 $0.13/$1,000 $0.00 (full-time employees only) AD&D $100,000 $0.03/$1,000 $0.03/$1,000 $0.00 Spouse Term Life: $150,000 max Varies (depends on $ % spouse s age and amount requested) Dependent Life: $10,000 (per child $2.00/month $ % up to age 26) Supplemental Term Life: $300,000 max Varies (depends on employee s age and amount requested) $ % Employee or Family AD&D Supplemental: Employee - $500,00 max Family Benefit is a percentage of employee election Employee Only $0.05/$1,000 Family $0.08/$1,000 $0.00 $ % 100% A total of 82 employees have purchased dependent and/or supplemental life coverage and approximately 8 employees purchased employee AD&D coverage. Under the Family AD&D 19 employees purchased this product. We currently have 244 employees on our basic life insurance coverage. Page 16 of 48

17 EXHIBIT B CLAIM RATE Page 17 of 48

18 REGIONAL TRANSPORTATION AUTHORITY LIFE/AD&D Insurance Claim Experience Period: June 1, 2011 to October 24, 2017 Period Timeframe 6/1/11-12/31/11 1/1/12 12/31/12 1/1/13 12/31/13 1/1/14 12/31/14 1/1/15 12/31/15 1/1/16 12/31/16 1/1/17-10/24/16 Number of Months Life/AD&D Premium Paid Paid Life Claim Coverage Type Paid AD&D Claim Coverage Type 12 $37, $61, $10, $25, Supplemental Dependent Life Supplemental Spouse Life $62, $100, Employee Basic Life $63, $10, Supplemental Spouse Life $65, $67, $100, $100, Employee Basic Life Supplemental Employee Life $64, Page 18 of 48

19 Exhibit C Current Policy Census Page 19 of 48

20 CORPUS CHRISTI REGIONAL TRANSPORTATION POLICY - CENSUS AS OF 10/01/2017 LAST NAME DOB AGE GENDER BASIC LIFE BASIC AD&D SUPPL LIFE SPOUSE DOB SPOUSE AGE SPOUSE LIFE DEP LIFE SPOUSE BUS OPERATOR 11/02/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 02/24/ F $100, $100, $0.00. $0.00 $0.00 $10, BUS OPERATOR 05/07/ M $100, $100, $0.00. $0.00 $0.00 $0.00 ROAD OPERATIONS MONITOR 06/09/ M $100, $100, $ $20, $10, $15, BUS OPERATOR 05/02/ F $100, $100, $100, $25, $10, $15, BUS OPERATOR 01/22/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 04/29/ M $100, $100, $50, $0.00 $0.00 $0.00 BUS OPERATOR 07/11/ M $100, $100, $0.00 $0.00 $0.00 $0.00 BUS OPERATOR 10/05/ M $100, $100, $ $50, $0.00 $0.00 BUS OPERATOR 03/26/ M $100, $100, $20, $10, $10, $10, BUS OPERATOR 01/02/ F $100, $100, $100, $25, $0.00 $0.00 BUS OPERATOR 11/01/ M $100, $100, $100, $0.00 $10, $15, BUS OPERATOR 11/15/ M $100, $100, $20, $0.00 $10, $15, TRANSPORTATION SUPERVISOR 11/24/ F $65, $65, $ $5, $10, $5, BUS OPERATOR 07/12/ M $100, $100, $0.00. $0.00 $0.00 $10, BUS OPERATOR 07/12/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 12/18/ M $100, $100, $0.00. $0.00 $10, $5, BUS OPERATOR 02/27/ M $100, $100, $0.00. $0.00 $0.00 $0.00 ROAD OPERATIONS MONITOR 06/29/ M $100, $100, $100, $25, $10, $5, BUS OPERATOR 09/08/ M $100, $100, $0.00. $0.00 $0.00 $0.00 TRANSPORTATION INSTRUCTOR 05/31/ F $100, $100, $40, $0.00 $0.00 $0.00 BUS OPERATOR 12/07/ M $65, $65, $30, $0.00 $10, $5, BUS OPERATOR 11/10/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 03/17/ F $100, $100, $50, $0.00 $0.00 $0.00 ROAD OPERATIONS MONITOR 11/12/ M $100, $100, $60, $60, $10, $5, BUS OPERATOR 12/28/ M $100, $100, $0.00. $0.00 $0.00 $0.00 DEP LIFE CHILD

21 TRANSPORTATION SUPERVISOR 06/03/ M $100, $100, $50, $20, $10, $5, BUS OPERATOR 10/20/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 09/30/ M $100, $100, $50, $25, $0.00 $0.00 BUS OPERATOR 11/19/ F $100, $100, $75, $0.00 $0.00 $0.00 BUS OPERATOR 05/07/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 10/02/ M $65, $65, $20, $25, $10, $5, ROAD OPERATIONS MONITOR 11/30/ M $100, $100, $0.00. $0.00 $0.00 $0.00 TRANSPORTATION INSTRUCTOR 02/20/ F $100, $100, $100, $0.00 $0.00 $0.00 BUS OPERATOR 08/18/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 09/07/ F $100, $100, $50, $0.00 $0.00 $0.00 BUS OPERATOR 07/13/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 10/21/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 10/09/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 12/24/ M $100, $100, $200, $150, $10, $15, BUS OPERATOR 12/06/ M $100, $100, $50, $0.00 $0.00 $10, ROAD OPERATIONS MONITOR 09/02/ M $100, $100, $100, $0.00 $0.00 $10, RECEPTIONIST 05/18/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 05/04/ M $100, $100, $300, $0.00 $0.00 $10, BUS OPERATOR 07/26/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 07/23/ F $100, $100, $ $0.00 $0.00 $10, BUS OPERATOR 05/21/ M $100, $100, $0.00. $0.00 $0.00 $10, BUS OPERATOR 06/28/ M $50, $50, $0.00 $0.00 $0.00 $0.00 BUS OPERATOR 07/31/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 10/29/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 10/02/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 04/10/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 09/09/ M $65, $65, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 02/21/ M $100, $100, $ $100, $0.00 $0.00 TRANSPORTATION SUPERVISOR 04/14/ F $100, $100, $0.00 $0.00 $0.00 $0.00 BUS OPERATOR 08/02/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 12/11/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 11/11/ F $100, $100, $0.00. $0.00 $0.00 $0.00

22 BUS OPERATOR 05/30/ M $100, $100, $100, $0.00 $0.00 $0.00 BUS OPERATOR 03/28/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 11/24/ F $100, $100, $300, $0.00 $0.00 $10, BUS OPERATOR 11/04/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 06/30/ F $100, $100, $0.00. $0.00 $0.00 $0.00 DISPATCHER 08/07/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 11/06/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 11/19/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 11/04/ M $100, $100, $ $25, $0.00 $0.00 BUS OPERATOR 12/09/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 01/18/ F $100, $100, $50, $0.00 $0.00 $0.00 BUS OPERATOR 07/09/ M $100, $100, $ $25, $0.00 $10, BUS OPERATOR 04/09/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 09/23/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 01/04/ M $100, $100, $ $100, $0.00 $0.00 BUS OPERATOR 04/10/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 04/10/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 03/16/ F $100, $100, $0.00 $0.00 $0.00 $0.00 BUS OPERATOR 11/21/ M $65, $65, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 09/11/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 07/09/ M $100, $100, $0.00. $0.00 $0.00 $10, BUS OPERATOR 03/01/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 06/01/ M $100, $100, $ $25, $0.00 $0.00 BUS OPERATOR 05/04/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 06/28/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 11/05/ M $100, $100, $5, $0.00 $0.00 $0.00 DISPATCHER 07/08/ F $100, $100, $0.00. $0.00 $0.00 $10, BUS OPERATOR 08/12/ M $100, $100, $0.00. $0.00 $0.00 $10, BUS OPERATOR 08/09/ M $100, $100, $5, $0.00 $0.00 $0.00 BUS OPERATOR 01/24/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 10/05/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 03/22/ M $100, $100, $100, $25, $0.00 $10, BUS OPERATOR 05/12/ M $100, $100, $0.00. $0.00 $0.00 $0.00 Page 22 of 48

23 BUS OPERATOR 08/05/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 08/29/ M $100, $100, $100, $0.00 $0.00 $0.00 BUS OPERATOR 07/13/ F $100, $100, $100, $0.00 $0.00 $0.00 BUS OPERATOR 07/27/ M $100, $100, $0.00. $0.00 $0.00 $10, BUS OPERATOR 09/15/ F $100, $100, $300, $150, $0.00 $10, BUS OPERATOR 07/05/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 10/06/ F $100, $100, $150, $0.00 $0.00 $0.00 BUS OPERATOR 09/11/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 06/04/ M $100, $100, $ $25, $0.00 $0.00 BUS OPERATOR 06/22/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 06/26/ F $100, $100, $0.00 $0.00 $0.00 $0.00 BUS OPERATOR 12/26/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 06/29/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 02/19/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 10/21/ M $100, $100, $100, $0.00 $0.00 $0.00 BUS OPERATOR 02/02/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 11/21/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 07/01/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 02/14/ F $100, $100, $0.00. $0.00 $0.00 $10, BUS OPERATOR 09/01/ M $100, $100, $0.00. $0.00 $0.00 $10, BUS OPERATOR 08/27/ M $100, $100, $0.00. $0.00 $0.00 $10, BUS OPERATOR 03/01/ M $100, $100, $ $0.00 $0.00 $10, BUS OPERATOR 04/30/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 10/18/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 10/17/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 01/10/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 06/16/ F $100, $100, $200, $0.00 $0.00 $10, DISPATCHER 09/30/ M $100, $100, $0.00 $0.00 $0.00 $0.00 BUS OPERATOR 07/28/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 01/31/ F $100, $100, $0.00. $0.00 $0.00 $10, ROAD OPERATIONS MONITOR 10/16/ M $100, $100, $0.00. $0.00 $0.00 $0.00 Page 23 of 48

24 BUS OPERATOR 09/16/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 12/20/ F $100, $100, $100, $0.00 $0.00 $0.00 BUS OPERATOR 11/22/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 01/06/ M $100, $100, $ $50, $0.00 $10, BUS OPERATOR 11/17/ M $100, $100, $0.00 $0.00 $0.00 $0.00 BUS OPERATOR 06/09/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 12/03/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 10/17/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 12/22/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 04/11/ M $100, $100, $150, $0.00 $0.00 $0.00 BUS OPERATOR 09/12/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 09/30/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 12/19/ M $100, $100, $15, $0.00 $0.00 $0.00 DIRECTOR OF TRANSPORTATION 02/25/ M $100, $100, $0.00. $0.00 $0.00 $0.00 DISPATCHER 07/25/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUS OPERATOR 04/26/ M $100, $100, $0.00. $0.00 $0.00 $0.00 DIRECTOR OF MARKETING 03/28/ F $100, $100, $0.00. $0.00 $0.00 $0.00 CUSTOMER SERVICE SUPERVISOR 02/01/ F $100, $100, $0.00. $0.00 $0.00 $0.00 ELIGIBILITY COORDINATOR 05/12/ F $100, $100, $ $0.00 $0.00 $10, DATA TECHNICIAN 12/03/ F $100, $100, $20, $0.00 $0.00 $0.00 SR TRANSIT PLANNER 05/28/ M $100, $100, $0.00. $0.00 $0.00 $5, CUSTOMER SERVICE ADVOCATE 12/23/ M $100, $100, $0.00. $0.00 $0.00 $0.00 DIRECTOR OF IT 08/06/ M $100, $100, $250, $50, $0.00 $0.00 VEHICLE MAINTENANCE TECH 10/17/ F $100, $100, $50, $0.00 $0.00 $0.00 MAINTENANCE SUPERVISOR 04/25/ M $100, $100, $0.00. $0.00 $10, $5, VEHICLE MAINTENANCE TECH 08/20/ M $100, $100, $0.00. $0.00 $0.00 $0.00 VEHICLE MAINTENANCE TECH 08/10/ M $100, $100, $0.00. $0.00 $10, $5, GARAGE SERVICE TECHNICIAN 01/14/ M $100, $100, $100, $0.00 $0.00 $0.00 VEHICLE MAINTENANCE TECH 02/07/ M $100, $100, $0.00. $0.00 $0.00 $0.00 VEHICLE MAINTENANCE TECH 02/25/ M $100, $100, $0.00. $0.00 $10, $5, VEHICLE ELECTRONICS TECHNICIAN 07/19/ M $100, $100, $0.00. $0.00 $0.00 $10, VEHICLE MAINTENANCE TECH 07/29/ M $100, $100, $0.00. $0.00 $10, $10, Page 24 of 48

25 VEHICLE MAINTENANCE TECH 02/01/ M $100, $100, $100, $50, $10, $5, VEHICLE ELECTRONICS TECHNICIAN 05/25/ M $100, $100, $0.00. $0.00 $0.00 $0.00 VEHICLE MAINTENANCE TECH 09/24/ M $100, $100, $0.00. $0.00 $0.00 $0.00 VEHICLE MAINTENANCE TECH 03/02/ M $100, $100, $0.00 $0.00 $0.00 $0.00 VEHICLE MAINTENANCE TECH 04/29/ M $100, $100, $50, $0.00 $0.00 $0.00 MAINTENANCE SUPERVISOR 11/01/ M $100, $100, $30, $0.00 $10, $5, GARAGE SERVICE SUPERVISOR 12/31/ M $100, $100, $30, $25, $10, $5, VEHICLE MAINTENANCE TECH 09/10/ M $100, $100, $300, $0.00 $0.00 $10, SR ADMINISTRATIVE ASSISTANT 11/04/ F $100, $100, $0.00. $0.00 $0.00 $0.00 CUSTODIAN II 12/30/ M $100, $100, $50, $0.00 $0.00 $0.00 CUSTODIAN II 12/09/ F $100, $100, $160, $0.00 $0.00 $0.00 FACILITIES BUILDING MANAGER 06/12/ M $100, $100, $100, $0.00 $10, $10, GARAGE SERVICE TECHNICIAN 04/27/ M $100, $100, $50, $0.00 $0.00 $0.00 VEHICLE MAINTENANCE TECH 06/11/ M $100, $100, $0.00. $0.00 $0.00 $0.00 CEO 08/24/ M $65, $65, $100, $0.00 $10, $15, SAFETY COORDINATOR 01/08/ F $100, $100, $10, $0.00 $0.00 $0.00 PAYROLL COORDINATOR 03/25/ F $100, $100, $75, $25, $10, $5, IT TECHNICIAN 12/18/ F $100, $100, $ $25, $10, $5, PARTS CLERK 11/17/ F $100, $100, $40, $0.00 $0.00 $10, VEHICLE MAINTENANCE TECH 02/11/ M $100, $100, $ $20, $10, $5, PARTS CLERK 10/14/ M $100, $100, $50, $0.00 $0.00 $10, PARTS CLERK 08/29/ M $100, $100, $0.00. $0.00 $0.00 $10, DIRECTOR OF HUMAN RESOURCES 09/07/ F $100, $100, $0.00 $0.00 $0.00 $0.00 DBE COORDINATOR 12/29/ F $100, $100, $0.00. $0.00 $10, $5, CUSTOMER SERVICES 10/29/ F $100, $100, $100, $0.00 $0.00 $0.00 OUTREACH COORDINATOR 01/19/ M $100, $100, $100, $100, $0.00 $10, MAINTENANCE TECH I 02/14/ M $100, $100, $0.00. $0.00 $0.00 $0.00 MAINTENANCE TECH II 04/26/ M $100, $100, $0.00. $0.00 $0.00 $0.00 CAPITAL PROJECTS COORDINATOR 01/31/ M $100, $100, $0.00. $0.00 $0.00 $0.00 MECHANIC'S ASSISTANT 08/12/ M $100, $100, $0.00. $0.00 $0.00 $0.00 CUSTODIAN II 06/05/ F $100, $100, $5, $0.00 $0.00 $10, ADMINISTRATION 04/21/ M $100, $100, $0.00. $0.00 $0.00 $0.00 Page 25 of 48

26 SR ADMINISTRATIVE ASSISTANT 03/17/ F $100, $100, $ $10, $0.00 $10, GARAGE SERVICE TECHNICIAN 09/30/ M $100, $100, $0.00. $0.00 $0.00 $0.00 MAINTENANCE TECHNICIAN I 10/28/ M $100, $100, $0.00. $0.00 $0.00 $0.00 CUSTODIAN II 01/07/ F $100, $100, $25, $0.00 $0.00 $10, GARAGE SERVICE TECHNICIAN 04/12/ M $65, $65, $0.00. $0.00 $0.00 $0.00 REPRESENTATIVE 06/14/ F $100, $100, $0.00. $0.00 $0.00 $0.00 BUYER INVENTORY SPECIALIST 03/25/ F $100, $100, $0.00. $0.00 $0.00 $0.00 PROCUREMENT ADMINISTRATOR 08/30/ F $100, $100, $0.00. $0.00 $0.00 $0.00 MAINTENANCE SUPERVISOR 09/14/ M $100, $100, $0.00 $0.00 $0.00 $0.00 DIRECTOR OF PLANNING 09/01/ M $100, $100, $0.00. $0.00 $0.00 $0.00 GARAGE SERVICE TECHNICIAN 11/14/ M $100, $100, $0.00. $0.00 $0.00 $0.00 DIRECTOR OF SAFETY & SECURITY 09/29/ M $100, $100, $0.00. $0.00 $0.00 $0.00 IT TECHNICIAN 11/08/ M $100, $100, $0.00. $0.00 $0.00 $0.00 MAINTENANCE 02/24/ M $100, $100, $0.00. $0.00 $0.00 $0.00 DIRECTOR OF MAINTENANCE 03/28/ M $100, $100, $0.00. $0.00 $0.00 $0.00 LEAD MAINTENANCE TECHNICIAN 11/05/ M $100, $100, $ $0.00 $0.00 $10, ASSISTANT 08/25/ F $100, $100, $0.00. $0.00 $0.00 $0.00 MAINTENANCE TECHNICIAN II 06/14/ M $100, $100, $100, $0.00 $0.00 $10, DBE/EEO COMPLIANCE OFFICER 05/21/ F $100, $100, $20, $0.00 $0.00 $10, VEHICLE ELECTRONICS TECHNICIAN 02/09/ M $100, $100, $0.00. $0.00 $0.00 $0.00 ACCOUNTS PAYABLE SPECIALIST 02/16/ F $100, $100, $ $25, $0.00 $0.00 SPECIALIST 11/12/ F $100, $100, $0.00. $0.00 $0.00 $0.00 HR ANALYST 09/05/ F $100, $100, $0.00. $0.00 $0.00 $10, CUSTODIAN I 01/01/ M $50, $50, $0.00. $0.00 $0.00 $0.00 MAINTENANCE TECHNICIAN II 07/09/ M $100, $100, $0.00. $0.00 $0.00 $0.00 MAINTENANCE TECHNICIAN I 03/04/ M $100, $100, $ $25, $0.00 $0.00 MAINTENANCE TECHNICIAN II 12/21/ M $100, $100, $0.00. $0.00 $0.00 $0.00 VEHICLE MAINTENANCE TECH 02/25/ M $100, $100, $0.00. $0.00 $0.00 $0.00 MAINTENANCE TECHNICAN I 11/17/ M $100, $100, $0.00. $0.00 $0.00 $0.00 IT SYSTEMS COORDINATOR 05/18/ M $100, $100, $0.00. $0.00 $0.00 $10, REPRESENTATIVE 11/16/ F $100, $100, $0.00. $0.00 $0.00 $0.00 VEHICLE MAINTENANCE TECH 09/07/ M $100, $100, $0.00 $0.00 $0.00 $0.00 DIRECTOR OF FINANCE 01/25/ F $65, $65, $50, $25, $0.00 $0.00 Page 26 of 48

27 CUSTODIAN II 12/25/ M $100, $100, $0.00. $0.00 $0.00 $0.00 VEHICLE MAINTENANCE TECH 09/22/ M $100, $100, $0.00. $0.00 $0.00 $0.00 VEHICLE MAINTENANCE TECH 12/30/ M $100, $100, $0.00. $0.00 $0.00 $0.00 VEHICLE MAINTENANCE TECH 08/10/ M $100, $100, $0.00. $0.00 $0.00 $0.00 LIAISON 09/17/ F $100, $100, $0.00. $0.00 $0.00 $10, GARAGE SERVICE TECHNICIAN 12/13/ M $100, $100, $0.00. $0.00 $0.00 $0.00 MAINTENANCE TECHNICIAN I 03/06/ M $100, $100, $0.00. $0.00 $0.00 $0.00 BUDGET ANALYST 11/20/ F $100, $100, $0.00. $0.00 $0.00 $0.00 GARAGE SERVICE TECHNICIAN 09/14/ M $100, $100, $100, $0.00 $0.00 $0.00 GARAGE SERVICE TECHNICIAN 04/21/ M $100, $100, $0.00. $0.00 $0.00 $0.00 GARAGE SERVICE TECHNICIAN 03/16/ M $100, $100, $0.00. $0.00 $0.00 $10, DIRECTOR OF PROCUREMENT 12/01/ F $100, $100, $50, $0.00 $0.00 $0.00 GARAGE SERVICE TECHNICIAN 04/10/ F $100, $100, $0.00. $0.00 $0.00 $0.00 COMPTROLLER 06/10/ M $100, $100, $60, $25, $0.00 $0.00 MAINTENANCE TECHNICIAN I 06/15/ M $100, $100, $0.00. $0.00 $0.00 $0.00 ACCOUNTANT 09/13/ F $100, $100, $0.00. $0.00 $0.00 $0.00 CUSTODIAN I 03/03/ M $100, $100, $0.00. $0.00 $0.00 $0.00 HR TECHNICIAN 08/12/ F $100, $100, $0.00. $0.00 $0.00 $0.00 Page 27 of 48

28 STANDARD SERVICE TERMS AND CONDITIONS 1. SERVICE STANDARDS. Contractor shall perform all work set forth in the specifications in a first class manner, consistent with all applicable regulations and industry standards. All work shall be performed to the reasonable satisfaction of the CCRTA, and any defective or substandard performance shall be promptly remedied. 2. INVOICES AND PAYMENTS. Contractor shall submit separate invoices, in duplicate, on a monthly basis or as otherwise specified in the contract documents to CCRTA, Attn: Accounts Payable, 602 N. Staples Street, Corpus Christi, Texas Invoices shall indicate the contract number and shall be itemized in accordance with the different components of work set forth in the Price Schedule. Payment shall not be due until thirty (30) days after the date the above instruments are submitted or the work is actually performed, whichever is later. In the event payment has not been made by the due date, Contractor shall submit a reminder invoice marked overdue. The CCRTA reserves the right to review all of Contractor s invoices after payment and recover any overcharges resulting from such review. 3. TOOLS, EQUIPMENT AND SUPPLIES. Contractor shall provide such tools, equipment, supplies, materials, employees, management, and any other items or services as may be necessary in order to enable Contractor to provide the services required under the terms of this Contract. 4. ESTIMATED QUANTITIES. The estimated quantities for services, supplies or work to be performed noted in the Price Schedule are approximate. These quantities are to be used only for the comparison of proposal and the award of this Contract and are based on past and projected usage. Contractor agrees and understands that the actual quantities to be utilized are within the sole and absolute discretion of the CCRTA. Should the actual quantities be greater or lesser than the estimates contained in the Price Schedule, Contractor agrees that, regardless of the amount of such variance, it shall not be the basis for deviating from the quoted unit prices. Further, Contractor agrees to honor quoted unit prices for the duration of this Contract. 5. LIABILITY INSURANCE COVERAGE. Contractor shall maintain at all times during the term of this Contract at its sole cost and expense each of the following insurance coverage s listed below having policy limits not less than the dollar amounts set forth:

REQUEST FOR PROPOSALS For LONG-TERM AND SHORT-TERM DISABILITY INSURANCE. RFP NO.: 2018-I-01 Date Issued: March 8, 2018

REQUEST FOR PROPOSALS For LONG-TERM AND SHORT-TERM DISABILITY INSURANCE. RFP NO.: 2018-I-01 Date Issued: March 8, 2018 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org REQUEST FOR PROPOSALS For LONG-TERM AND SHORT-TERM DISABILITY INSURANCE RFP NO.: 2018-I-01 Date Issued: March 8,

More information

REQUEST FOR PROPOSALS For WINDSTORM AND HAIL INSURANCE COVERAGE. RFP NO.: 2018-I-06 Date Issued: May 2, 2018

REQUEST FOR PROPOSALS For WINDSTORM AND HAIL INSURANCE COVERAGE. RFP NO.: 2018-I-06 Date Issued: May 2, 2018 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org REQUEST FOR PROPOSALS For WINDSTORM AND HAIL INSURANCE COVERAGE RFP NO.: 2018-I-06 Date Issued: May 2, 2018 Proposals

More information

REQUEST FOR PROPOSALS For WINDSTORM AND HAIL INSURANCE COVERAGE. RFP NO.: 2017-I-08 Date Issued: April 3, 2017

REQUEST FOR PROPOSALS For WINDSTORM AND HAIL INSURANCE COVERAGE. RFP NO.: 2017-I-08 Date Issued: April 3, 2017 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org REQUEST FOR PROPOSALS For WINDSTORM AND HAIL INSURANCE COVERAGE RFP NO.: 2017-I-08 Date Issued: April 3, 2017 Proposals

More information

REQUEST FOR PROPOSALS For FINANCIAL AUDITING SERVICES. RFP NO.: 2018-S-13 Date Issued: December 7, 2018

REQUEST FOR PROPOSALS For FINANCIAL AUDITING SERVICES. RFP NO.: 2018-S-13 Date Issued: December 7, 2018 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org REQUEST FOR PROPOSALS For FINANCIAL AUDITING SERVICES RFP NO.: 2018-S-13 Date Issued: December 7, 2018 Proposals

More information

REQUEST FOR PROPOSALS For VANPOOL SERVICES. RFP NO.: 2018-S-18 Date Issued: December 19, 2018

REQUEST FOR PROPOSALS For VANPOOL SERVICES. RFP NO.: 2018-S-18 Date Issued: December 19, 2018 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org REQUEST FOR PROPOSALS For VANPOOL SERVICES RFP NO.: 2018-S-18 Date Issued: December 19, 2018 Proposals will be

More information

INVITATION FOR BIDS FOR THE SALE OF SURPLUS VEHICLES & EQUIPMENT. IFB No.: 2017-FP-16 Date Issued: October 5, 2017

INVITATION FOR BIDS FOR THE SALE OF SURPLUS VEHICLES & EQUIPMENT. IFB No.: 2017-FP-16 Date Issued: October 5, 2017 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org INVITATION FOR BIDS FOR THE SALE OF SURPLUS VEHICLES & EQUIPMENT IFB No.: 2017-FP-16 Date Issued: October 5, 2017

More information

REQUEST FOR QUALIFICATIONS For GENERAL ARCHITECTURAL AND ENGINEERING SERVICES. RFP NO.: 2019-S-01 Date Issued: January 17, 2019

REQUEST FOR QUALIFICATIONS For GENERAL ARCHITECTURAL AND ENGINEERING SERVICES. RFP NO.: 2019-S-01 Date Issued: January 17, 2019 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org REQUEST FOR QUALIFICATIONS For GENERAL ARCHITECTURAL AND ENGINEERING SERVICES RFP NO.: 2019-S-01 Date Issued: January

More information

REQUEST FOR PROPOSALS For BUS STOP CLEANING SERVICES. RFP NO.: 2016-S-16 Date Issued: September 27, 2016

REQUEST FOR PROPOSALS For BUS STOP CLEANING SERVICES. RFP NO.: 2016-S-16 Date Issued: September 27, 2016 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org REQUEST FOR PROPOSALS For BUS STOP CLEANING SERVICES RFP NO.: 2016-S-16 Date Issued: September 27, 2016 Proposals

More information

REQUEST FOR QUALIFICATIONS For ENGINEERING SERVICES FOR ADA BUS STOP IMPROVEMENTS PHASE VII. RFQ NO.: 2019-S-04 Date Issued: February 26, 2019

REQUEST FOR QUALIFICATIONS For ENGINEERING SERVICES FOR ADA BUS STOP IMPROVEMENTS PHASE VII. RFQ NO.: 2019-S-04 Date Issued: February 26, 2019 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org REQUEST FOR QUALIFICATIONS For ENGINEERING SERVICES FOR ADA BUS STOP IMPROVEMENTS PHASE VII RFQ NO.: 2019-S-04

More information

REQUEST FOR PROPOSALS For DIGITAL SIGNAGE/CONTENT MANAGEMENT SOFTWARE (CMS) SOLUTION FOR TRANSFER STATIONS

REQUEST FOR PROPOSALS For DIGITAL SIGNAGE/CONTENT MANAGEMENT SOFTWARE (CMS) SOLUTION FOR TRANSFER STATIONS 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org REQUEST FOR PROPOSALS For DIGITAL SIGNAGE/CONTENT MANAGEMENT SOFTWARE (CMS) SOLUTION FOR TRANSFER STATIONS RFP

More information

REQUEST FOR QUALIFICATIONS For ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE DEMOLITION OF KLEBERG BANK BUILDING AT PORT/AYERS

REQUEST FOR QUALIFICATIONS For ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE DEMOLITION OF KLEBERG BANK BUILDING AT PORT/AYERS 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org REQUEST FOR QUALIFICATIONS For ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE DEMOLITION OF KLEBERG BANK

More information

INVITATION FOR BIDS FOR TEXAS ULTRA LOW SULFUR EMISSION DIESEL FUEL. IFB No.: 2017-SP-03 Date Issued: January 17, 2017

INVITATION FOR BIDS FOR TEXAS ULTRA LOW SULFUR EMISSION DIESEL FUEL. IFB No.: 2017-SP-03 Date Issued: January 17, 2017 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org INVITATION FOR BIDS FOR TEXAS ULTRA LOW SULFUR EMISSION DIESEL FUEL IFB No.: 2017-SP-03 Date Issued: January 17,

More information

INSTRUCTIONS TO BIDDERS

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

More information

REQUEST FOR PROPOSALS FOR LAW ENFORCEMENT SERVICES. RFP No.: 2017-S-12 Date Issued: June 12, 2017

REQUEST FOR PROPOSALS FOR LAW ENFORCEMENT SERVICES. RFP No.: 2017-S-12 Date Issued: June 12, 2017 REQUEST FOR PROPOSALS FOR LAW ENFORCEMENT SERVICES RFP No.: 2017-S-12 Date Issued: June 12, 2017 Sealed proposals will be received at the offices of the Corpus Christi Regional Transportation Authority,

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 FOR BID FOR LUBRICANT AND FLUID SUPPLY. IFB No.: 2018-SP-03 Date Issued: February 13, 2018

INVITATION FOR BID FOR LUBRICANT AND FLUID SUPPLY. IFB No.: 2018-SP-03 Date Issued: February 13, 2018 febr 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org INVITATION FOR BID FOR LUBRICANT AND FLUID SUPPLY IFB No.: 2018-SP-03 Date Issued: February 13, 2018 Sealed

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSAL (RFP) 2019-01 SECTION EIGHT MANAGEMENT ASSESSMENT PROGRAM (SEMAP) AUDITING SERVICES DATE ISSUED: Tuesday,

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

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916 Southwest Florida Affordable Housing Choice Foundation, Inc. RFP #: 2010-01 Broadway Apartments Southwest Florida Affordable Housing Choice Foundation, Inc. 4224 Renaissance Preserve Way Fort Myers, FL

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BID DOCUMENTS For. Printing for PEEF Scholarship Forms BID DOCUMENTS For Printing for PEEF Scholarship Forms Punjab Educational Endowment Fund (PEEF), Link Wahdat Road, Lahore. Tel: 042-99260051-54, Ext: 115 1 Table of Contents Invitation of Bids Instructions

More information

Request for Proposal For Scrap Metal Removal

Request for Proposal For Scrap Metal Removal Daryl Huddleston Director of Transportation 900 S Powell Rd Independence, MO 64056 (816)521-5335 Fax (816)521-5660 Request for Proposal For Scrap Metal Removal Proposal Due: On or before June 21, 2018

More information

HOUSING AUTHORITY OF THE CITY OF TULSA

HOUSING AUTHORITY OF THE CITY OF TULSA HOUSING AUTHORITY OF THE CITY OF TULSA 415 EAST INDEPENDENCE TULSA, OKLAHOMA 74106 REQUEST FOR PROPOSALS FOR PROFESSIONAL INSURANCE BROKERAGE AND ALL RELATED CONSULTING SERVICES RFP #18-081 Proposal Deadline:

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

More information

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS (RFP) 2018-17 SECTION EIGHT HOUSING QUALITY STANDARDS (HQS) INSPECTIONS DATE ISSUED: Thursday, August

More information

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

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

More information

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 REQUEST FOR PROPOSAL Consulting Services - Cable Television System Franchise Renewal ISSUE DATE: October 1, 2014 CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 CLOSING

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSAL (RFP) 2018-12 Remote Housing Choice Voucher (HVC) Program Re-Certifications DATE ISSUED: Thursday,

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

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

DIXIE DISTRICT SCHOOL BOARD 823 SE 349 HWY OLD TOWN, FLORIDA APRIL 20, 2017 REQUEST FOR INFORMATION FOR

DIXIE DISTRICT SCHOOL BOARD 823 SE 349 HWY OLD TOWN, FLORIDA APRIL 20, 2017 REQUEST FOR INFORMATION FOR DIXIE DISTRICT SCHOOL BOARD 823 SE 349 HWY OLD TOWN, FLORIDA 32680 APRIL 20, 2017 REQUEST FOR INFORMATION FOR QUALIFIED BROKERAGE/CONSULTANT SERVICES FOR EMPLOYEE BENEFIT PLAN RFI No. 2017-01 SEALED RESPONSES

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

More information

CHARTER TOWNSHIP OF SHELBY GOVERNMENTAL DEFINED CONTRIBUTION PLAN & ELIGIBLE DEFERRED COMPENSATION PLAN

CHARTER TOWNSHIP OF SHELBY GOVERNMENTAL DEFINED CONTRIBUTION PLAN & ELIGIBLE DEFERRED COMPENSATION PLAN I. OVERVIEW CHARTER TOWNSHIP OF SHELBY GOVERNMENTAL DEFINED CONTRIBUTION PLAN & ELIGIBLE DEFERRED COMPENSATION PLAN REQUEST FOR PROPOSAL FOR INVESTMENT CONSULTANT SERVICES The Charter Township of Shelby

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS for the City of Fort Morgan, Colorado March 19, 2014 Brent Nation Director of Utilities CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN, COLORADO 80701 (970) 370-6558 REQUEST FOR PROPOSALS

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

More information

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR The Liberia Annual Conference Monrovia, Liberia REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR NEW RESIDENTIAL TWO-STORY CLASSROOM BUILDING AND VOCATIONAL SCHOOL

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

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************

More information

REQUEST FOR PROPOSAL

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

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals ( RFP ) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a solicitation

More information

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 12057 FY 2012 Full Depth Reclamation Project Bid Release: May 23, 2012 Contract Document Available Date: May 23, 2012 Mandatory Pre-Bid: June 19, 2012 Bid

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION

More information

Educational Service Unit #3 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR:

Educational Service Unit #3 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR: Educational Service Unit #3 June 25, 2008 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR: Employment and Volunteer Background Investigation Services Proposal Deadline: July

More information

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018 REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018 Date: NOVEMBER 5, 2018 Project Name: Metro Bus Digital Advertising Program Proposal Submission: Proposals will be received until NOVEMBER 9, 2018

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact

More information

Columbia Public Schools Columbia, Missouri

Columbia Public Schools Columbia, Missouri FOR THE S Columbia Public Schools Columbia, Missouri RFP # C-10025 Invitation For Request For Proposal THIRD PARTY ADMINISTRATOR TO MANAGE THE SCHOOL DISTRICT ADMINISTRATIVE CLAIMING and ADMINISTRATION

More information

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

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES. Issue Date: April 3 rd, 2017 Due Date: April 21 st, 2017, 5 p.m.

EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES. Issue Date: April 3 rd, 2017 Due Date: April 21 st, 2017, 5 p.m. REQUEST FOR PROPOSALS: EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES Issue Date: April 3 rd, 2017 Due Date: April 21 st, 2017, 5 p.m. To be considered, proposals must be signed and returned

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

East Central College

East Central College SECTION 00100 - INSTRUCTION TO BIDDERS 1. BIDDING GUIDELINES The submission of a Bid shall be deemed the Bidder's tacit acknowledgment and considered conclusive evidence that: 1. Each Bidder is responsible

More information

REQUEST FOR PROPOSAL. Information Technology Support Services

REQUEST FOR PROPOSAL. Information Technology Support Services Request for Proposal 1 of 17 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Information Technology Support Services Bid Closing

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

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

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

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

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

More information

Specification Standards for University of Washington Section

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

More information

PURCHASE LENOVO N23 CHROMEBOOKS

PURCHASE LENOVO N23 CHROMEBOOKS DUBLIN UNIFIED SCHOOL DISTRICT S For PURCHASE LENOVO N23 CHROMEBOOKS RFP #IT-2017-1 DUBLIN UNIFIED SCHOOL DISTRICT S #IT-2017-1 PURCHASE OF LENOVO N23 CHROMEBOOKS NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

CITY OF BEVERLY NEW JERSEY MUNICIPAL NON-AUDIT SERVICES REQUEST FOR PROPOSAL

CITY OF BEVERLY NEW JERSEY MUNICIPAL NON-AUDIT SERVICES REQUEST FOR PROPOSAL CITY OF BEVERLY NEW JERSEY MUNICIPAL NON-AUDIT SERVICES REQUEST FOR PROPOSAL Project Name: MUNICIPAL NON-AUDIT SERVICES RFP Due By: November 9, 2018, 12 noon RFP Submitted By: 1 REQUEST FOR PROPOSAL (RFP)

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

State of Florida Department of Transportation

State of Florida Department of Transportation ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS

More information

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to: The City of Farmington is accepting bids for EXCAVATION AND HAULING and your company is invited to submit a proposal. Bids are due by 10:30 a.m. local time, Friday March 31, 2017. Sealed bids may be mailed

More information

Request for Proposal

Request for Proposal Request for Proposal *************************************************************************** PROJECT NO: - 001 PROJECT NAME: Act 32 Qualified Performance Contract ISSUE DATE: 5/25/2016 DUE DATE: 6/6/2016

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL CLAY COUNTY SHERIFF S OFFICE TOWING AND WRECKER SERVICES RFP B18-005 : Clay County Sheriff s Office 901 North Orange Avenue P.O. Box 548 Green Cove Springs, FL 32043 (904) 529-6029

More information

Core Technology Services Division PO Box Grand Forks, ND

Core Technology Services Division PO Box Grand Forks, ND Division PO Box 13597 Bid Number: CTSIFB-15-01 Date Issued: January 27, 2015 Bid Title: Google Search Appliance Procurement Officer: Jerry Rostad Deadline for Questions: February 3, 2015 Telephone: 701-239-6668

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the Contract Documents (see sample Agreement) have the meanings assigned to them therein. The

More information

Request for Proposal (RFP) For Plat book Printing

Request for Proposal (RFP) For Plat book Printing Request for Proposal (RFP) For Plat book Printing Posting Date: May 23, 2012 Response Deadline: June 8, 2012 4:00 p.m. Central Standard Time (CST) To: John Lefebvre Marinette County Land Information Director

More information

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # 651-674-7546 Sealed Request for Proposals, plainly marked RFP # 12-2 Road Grading Services City

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. (14054) PROPERTY AND LIABILITY RISK MANAGEMENT AND INSURANCE BROKERAGE SERVICES Proposal Release: March 20, 2014 Proposal Questions Deadline: Proposal Due

More information

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE-211899 i REMINDER Please check your proposal to make sure you have included all

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL RFP No. 720-1707 Retail Real Estate Broker Services Proposal Submittal Deadline: Wednesday, January 11th, 2017 at 2:30 PM CST The University of Texas System Real Estate Office Prepared

More information

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM LOWER RIO GRANDE VALLEY DEVELOPMENT COUNCIL REQUEST FOR PROPOSAL Vinyl Bus Wrap Production and Installation Services No: 2018-06 VINYL BUS WRAP PRODUCTION AND INSTALLATION SERVICES ON PUBLIC TRANSPORTATION

More 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

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP # CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #13-09-001 The City of Dublin is accepting proposals for the purchase of a

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

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

More information

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS. DUE DATE: AUGUST 14, 2017 BY 2:00 p.m.

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS. DUE DATE: AUGUST 14, 2017 BY 2:00 p.m. REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS DUE DATE: AUGUST 14, 2017 BY 2:00 p.m. 1.1. PURPOSE 1. INTRODUCTION The City of Yucaipa, hereinafter

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

Cheyenne Wyoming RFP-17229

Cheyenne Wyoming RFP-17229 L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department

More information

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

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

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

METROPOLITAN EMERGENCY SERVICES BOARD REQUEST FOR PROPOSALS (RFP) FOR ACTUARIAL SERVICES DUE DATE: MAY 18, 2018

METROPOLITAN EMERGENCY SERVICES BOARD REQUEST FOR PROPOSALS (RFP) FOR ACTUARIAL SERVICES DUE DATE: MAY 18, 2018 METROPOLITAN EMERGENCY SERVICES BOARD REQUEST FOR PROPOSALS (RFP) FOR ACTUARIAL SERVICES DUE DATE: MAY 18, 2018 ISSUED BY: METROPOLITAN EMERGENCY SERVICES BOARD 1 1.0 PURPOSE The Metropolitan Emergency

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