AGREEMENT FOR ADVERTISING SERVICES I. GENERAL

Size: px
Start display at page:

Download "AGREEMENT FOR ADVERTISING SERVICES I. GENERAL"

Transcription

1 AGREEMENT FOR ADVERTISING SERVICES This agreement, made and executed this day of, 2018, by and between (hereinafter referred to as Vendor ) and the City of Danville, Illinois, a Municipal Corporation, (hereinafter referred to as City ), in consideration of the mutual covenants contained herein, provides as follows: I. GENERAL A. During the performance of this Agreement, Vendor shall abide by the following: 1. It will not discriminate against any employee or applicant for employment because of race, creed, color, religion, sex, marital status, national origin, place of birth or ancestry, age, physical or mental handicap unrelated to ability, or an unfavorable discharge from military service; and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. 2. If it hires additional employees in order to perform this contract or any portion thereof, it will determine the availability (in accordance with Illinois Department of Human Rights Rules and Regulations) of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized. 3. In all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, marital status, national origin or ancestry, age, physical or mental handicap unrelated to ability, or an unfavorable discharge from the military service. 4. It will send to each labor organization or representative of workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of Vendor s obligations under the Illinois Human Rights Act and the Department s Rules and Regulations. If any such labor organization or representative fails or refuses to cooperate with Vendor s efforts to comply with such Act and Rules and Regulations, Vendor will promptly so notify the Illinois Department of Human Rights (Department) and the City and will recruit employees from other resources when necessary to fulfill its obligations thereunder. 5. It will submit reports as required by the Department s Rules and Regulations, furnish all relevant information as may from time to time be requested by the Department or the City, and in all respects comply with the Illinois Human Rights Act and the Department s Rules and Regulations. Vendor will take affirmative action to comply with all of the provisions of the City of Danville Code of Ordinances. 6. It will permit access to all relevant books, records, accounts, and work sites by personnel of the City and the Department for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and the Department s Rules and Regulations. 7. It will include verbatim or by reference the provisions of this clause in every subcontract it awards under which any portion of the contract obligations are undertaken or assumed, so that such provisions will be binding upon such subcontractor. In the same manner as with other provisions of 1

2 this Agreement. Vendor will be liable for compliance with applicable provisions of this clause by such subcontractors; and further it will promptly notify the City and the Department in the event any subcontractor fails or refuses to comply therewith. In addition, Vendor will not utilize any subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. 8. In the event of Vendor s non-compliance with the provisions of this Equal Employment Opportunity Clause, the Illinois Human Rights Act or the Rules and Regulations of the Department, Vendor may be declared ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and this Agreement may be canceled or voided in whole or in part. B. In connection with the performance of this Agreement, Vendor will cooperate with the City in meeting its commitments and goals with regard to the maximum utilization of minority business enterprises and will use its best efforts to insure that minority business enterprises shall have the maximum practicable opportunity to compete for sub-contract work under this Agreement. C. Vendor agrees to comply with, and assures the compliance of its employees with the information, restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. 522a. Vendor agrees to obtain the express consent of the Federal Government before Vendor or its employees operate a system of records on behalf of the Federal Government. Vendor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved and that failure to comply with the terms of the Privacy Act may result in termination of this agreement. Vendor agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA. D. Vendor acknowledges that the provision of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C et seq. and U.S. DOT regulations, Program Fraud Civil Remedies, 49 C.F.R. Part 31, apply to its actions pertaining to this agreement. Upon execution of this agreement, Vendor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying agreement or the FTA assisted project for which this agreement work is being performed. In addition to other penalties that may be applicable, Vendor further acknowledges that if it makes, or causes to be made, 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 on Vendor to the extent the Federal Government deems appropriate. Vendor also acknowledges that if it makes or causes to be made a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. 5307, the Government reserves the right to impose the penalties of 18 U.S.C and 49 U.S.C (n)(1) on Vendor to the extent the Federal Government deems appropriate. Vendor agrees to include this clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. The clause shall not be modified except as to the identity of the subcontractor who will be subject to the provisions. 2

3 E. Vendor agrees to comply with mandatory standards and policies relating to energy efficiency, which are contained in the state energy conservation plan, issued in compliance with the Federal Energy Policy and Conservation Act. F. Vendor 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 between City and FTA, as they may be amended or promulgated from time to time during the term of this agreement. Vendor s failure to so comply shall constitute a material breach of this agreement. G. City and Vendor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of this agreement, absent the express written consent by the Federal Government, the Federal Government is not a party to this agreement and shall not be subject to any obligations or liabilities to City, Vendor, or any other party (whether or not a party to that contract or agreement) pertaining to any matter resulting from the underlying agreement. Vendor agrees to include this clause 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. II. BUS ADVERTISING A. Vendor shall provide advertising services to City. Such advertising services shall include the exclusive right and privilege to place approved advertising materials outside and inside City mass transit buses, advertising at bus shelters, passenger benches, and any other such locations as approved by City. B. Vendor s advertising practices and policies shall conform to all Federal, State, and local laws. C. City shall have final authority to approve all sign graphics and copy. D. Vendor shall install and display all advertising in a neat and workmanlike manner. Vendor shall maintain all displayed advertising, insuring its neat appearance. E. Vendor shall submit to City a list of sign materials and the procedures to be utilized in sign production for bus signs. 3

4 III. INSURANCE Vendor shall maintain, at its sole cost, liability insurance coverage in a minimum amount of $1,000,000 per occurrence and per person. Vendor shall provide proof of such insurance coverage to City. Vendor shall update the insurance information provided to City as changes occur. IV. PERSONNEL A. Vendor shall provide City with a listing of its personnel and qualifications for each key position. Vendor shall update such listing as changes occur. B. Vendor shall identify and designate a market manager. C. Vendor shall have a national sales person on staff. V. PERFORMANCE & MONITORING A. Vendor shall maintain records of all transactions and make such records available to City within a reasonable amount of time upon written notification. Vendor shall furnish to City a monthly financial statement and statement of monthly advertisers, in a form acceptable to City, with each monthly payment. B. Vendor agrees to provide City, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of Vendor which are directly pertinent to this agreement for the purposes of making audits, examinations, excerpts and transcriptions. Vendor also agrees, pursuant to 49 C.F.R to provide the FTA Administrator or his authorized representatives including an PMO Contractor access to Vendor s records and construction sites pertaining to a major capital project, defined at 49 U.S.C (a)(1), which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309, or C. Vendor shall cooperate fully with DMT in providing necessary information for the National Transit Database; meeting all of the requirements and regulations of the Americans with Disabilities Act of 1990; and, fulfilling the Section 5307 FTA program requirement. D. Any complaints received by DMT about the service provided by Vendor shall be forwarded to Vendor for review and response in a timely manner. 4

5 VI. COMPENSATION A. Vendor shall pay to City $ or _% of advertising revenue per month, whichever is greater. VII. EFFECTIVE DATE OF AGREEMENT This agreement shall be in full effect and legally binding upon the parties on the 1 st day of July, This agreement shall be in effect under its terms for a period of thirty-six (36) months. The parties may agree to three (3) - 24 month renewal periods. VIII. AMENDMENTS Any proposed change in the terms of this agreement shall be submitted in writing to the other party. No proposed amendment or modification shall become effective until agreed to in writing by both parties. IX. TERMINATION OF AGREEMENT This agreement may terminate upon either party providing a written 90-day notice to the other party. If Vendor fails to deliver supplies or to perform the services within the time specified in this agreement or any extension, or if Vendor fails to comply with any other provision of this agreement, City may terminate this agreement for such default. If such a default occurs, City shall terminate this agreement by delivering to Vendor a Notice of Termination specifying the nature of the default. Vendor will only be paid for supplies delivered and accepted, or services actually performed in accordance with the manner or performance set forth in this agreement. If after termination for failure to fulfill the obligations of this agreement, it is determined that Vendor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of City. 5

6 X. CERTIFICATIONS Vendor certifies, to the best of his or her knowledge and belief, that: A. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. B. If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, load, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, Disclosure Form to Report Lobbying, in accordance with its instructions [as amended by Government wide Guidance for New Restrictions on Lobbying, 61 Fed. Reg (1/19/96)]. C. The language of this certification shall be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. D. This certification is a material representation of fact upon which reliance was placed when this agreement was made or entered into. Submission of this certification is a prerequisite for making or entering into this agreement imposed by 31 U.S.C (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. E. Vendor certifies or affirms the truthfulness and accuracy of each statement of this certification and disclosure, if any. In addition, Vendor understands and agrees that the provisions of 31 U.S.C.A et seq. apply to this certification and disclosure. Vendor By: Vendor representative City of Danville A Municipal Corporation, By: Mayor Attest: By: City Clerk 6

7 April 24, 2018 Danville Mass Transit NOTICE TO BIDDERS Notice is hereby given that sealed bids will be received by the City of Danville/Danville Mass Transit in the Office of the City Clerk, 17 West Main Street, Danville, Illinois until 10:00 a.m.; Thursday, May 31, 2018 for provision of Advertising Services for Danville Mass Transit. Bids should be submitted in sealed envelopes marked "Bus Advertising. The right is reserved to accept any bid or any part or parts thereof or to reject any and all bids. The bidder will be required to comply with all applicable Equal Opportunity laws and regulations. Minority business enterprises and small business enterprises shall have the maximum practicable opportunity to participate in this project. All bidders will be required to certify that they are not on the Controller General's list of ineligible bidders. Issuance of this Notice to Bidders does not commit the City of Danville, Illinois to a contract, to pay any costs incurred in preparation of a bid in response to this Notice, or to procure or contract for any services or supplies. Questions should be directed to the Director of Public Transportation at 101 North Jackson Street, Danville, Illinois 61832, call (217) or send an to lbeith@cityofdanville.org. 7

8 101 north jackson street danville, illinois fax INTRODUCTION The City of Danville, Illinois is requesting bids for the provision of Advertising Services for Danville Mass Transit. Detailed specifications for the Bus Advertising Services are delineated in Section 5 of the specification. Along with the bid, each of the following eight (8) enumerated sections contained herein and their provisions, whether stated or implied, shall be considered contract documents and the sum of all contract documents herein and their provisions, whether stated or implied, shall constitute a contract between the successful proposer and the City of Danville, Illinois and shall be binding upon both parties. 1. Introduction 2. Standard Contract Clauses 3. Required Contract Provisions 4. General Conditions 5. Advertising Specifications 6. Purchase Contract 7. Addend 8. Bidder Proposals 8

9 2. STANDARD CONTRACT CLAUSES 2.0 Any proposed change in this contract shall be submitted in writing to the City of Danville, Illinois, for its prior approval. 2.1 No member, officer or employee of the City of Danville, Illinois shall have any interest, direct or indirect, in this contract or the proceeds thereof. 2.2 In connection with the execution of this contract, the contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, or national origin. The contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, or national origin. Such actions shall include, but not be limited to the following: employment upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay, or other forms of compensation; and selection for training, including apprenticeship. 2.3 In connection with the performance of this contract, the contractor will cooperate with the City of Danville, Illinois in meeting his or her goals with regard to the maximum utilization of minority business enterprises and will use its best efforts to insure that the minority business enterprises shall have the maximum practicable opportunity to compete for sub-contract work under this contract. 2.4 The contractor/vendor will not discriminate against any employee or applicant for employment because of race, creed, color, religion, sex, ancestry, national origin, place of birth, marital status, or age. The contract/vendor will take affirmative action to comply with all of the provisions of the Municipal Code of the City of Danville. 9

10 3. REQUIRED CONTRACT PROVISIONS 3.0 It is the intent of the City of Danville, Illinois to make an award of contact within thirty (30) days after the bid opening date. The contract period shall begin July 1, This contract shall terminate at the end of the contract period as specified in the bid specifications. 3.1 The successful proposer to whom the award of contract is given shall be notified of the award of contract and shall execute said Contract within 10 days. 10

11 4. GENERAL CONDITIONS 4.0 The intent of these specifications is to specify Bus Advertising Services for a Danville Mass Transit. 4.1 The bids must be accompanied by a comprehensive description of the bidder s standard product. No advantage shall be taken of the purchase by the bidder in the omission of any part or detail, which goes to make the bid complete, even though such part is not specifically covered in these specifications. 4.2 It shall be the responsibility of each bidder to thoroughly acquaint himself or herself with these bid documents before presenting his or her bid. 4.3 Incomplete and/or conditional bids, or those, which take exception to the specifications, may be considered non-responsive and may be rejected. 4.4 Bids must be submitted on the forms provided. Bids submitted in any other form may be considered non-responsive and may be rejected. 4.5 The City of Danville, Illinois reserves the right to accept any bid or to reject any or all bids or to award the contract on such basis as it deems to be in its best interest. Also, to delay the bid opening for convenience and to waive any technicalities in the bid process. 4.6 Appeal Procedures: a. The purchaser reserves the right to postpone bid opening for its own convenience and to reject any or all bids. b. Changes to the specifications will be made by addendum. c. Vendors may make appointment to discuss these specifications. 4.7 The bid will be considered a guarantee of price for thirty (30) days after the bid opening date. 4.8 Energy Conservation The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 11

12 4.9 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 between Purchaser 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 No Obligation by the Federal Government (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause 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 Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the City of Danville may terminate this contract for default. The City of Danville shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient Civil Rights (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C , and Federal transit law at 49 U.S.C. 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national 12

13 origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. 2000e, and Federal transit laws at 49 U.S.C. 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No , "Equal Employment Opportunity," as amended by Executive Order No , "Amending Executive Order Relating to Equal Employment Opportunity," 42 U.S.C. 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. 623 and Federal transit law at 49 U.S.C. 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C , the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) 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 13

14 identify the affected parties Incorporation of Federal Transit Administration (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 E 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 City of Danville requests which would cause City of Danville to be in violation of the FTA terms and conditions Program Fraud and False or Fraudulent Statements or Related Acts (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, 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 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. 5307, the Government reserves the right to impose the penalties of 18 U.S.C and 49 U.S.C. 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 14

15 5. Technical Specifications # vehicles Year Make/Model Danville Mass Transit Vehicle Fleet Exterior roadside frame size Exterior curbside frame size Exterior front frame size Exterior rear frame size Interior sign sizes Wrap possibility? Y or N Gillig Low Floor 30 1/2 x /2 X /4 X /2 X 72 7/8 11 X 28 Y Y / Currently Gillig Low Floor 30 1/2 x /2 X /4 X /2 X 72 7/8 11 X 28 wrapped on roadside Gillig Low 30 3/4 X 144 Floor 7/8 30 1/2 X /4 X /2 X 72 7/8 11 X 28 Y Gillig Low 30 3/4 X 144 Floor 7/8 30 1/2 X /4 X /2 X 72 7/8 11 X 28 Y Special Notes Gillig Low Floor 30 3/4 X 144 7/8 30 1/2 X /4 X /2 X 72 7/8 11 X 28 Y / Currently wrapped roadside / curbside Ford Eldorado Aerolite N/A N/A N/A N/A N/A Y Ford Eldorado Aerolite N/A N/A N/A N/A N/A Y 5 Super Medium Duty Fords are rotated into service between Danville and Champaign, IL Danville Mass Transit Bus Shelter / Bench / Facility Inventory Danville Mass Transit has 17 bus shelters that are available for wrap or for addition of ad signs. Shelters are located at the rear of the DMT garage property at North & Washington Streets, Danville Post Office, OSF Healthcare hospital facility, Polyclinic, Danville Area Community College (X 3), Bowman Avenue at Vermilion Gardens apartments (X2), and in a residential area by senior living apartments. Benches may be added during the term of this contract. Opportunities for advertising at our new transfer facility may also be added during the term of this contract under agreement from both City and Vendor. 15

16 6. PURCHASE CONTRACT 6.0 THIS AGREEMENT, made this day of, between the City of Danville, Illinois, a public corporation, and called the Provider., hereinafter WHEREAS, the Purchaser has advertised for bids for Bus Advertising Services for Danville Mass Transit; and WHEREAS, the Provider has the capability to supply same: NOW THEREFORE, in consideration of the mutual promises and agreements hereinafter set forth, the parties agree as follows: 6.1 OBLIGATIONS: Provider agrees to provide to the City of Danville, Illinois and the City of Danville, Illinois agrees to accept Bus Advertising Services for a Danville Mass Transit specified in Notice to Bidders or proposer pursuant to the Contract Documents which are attached hereto and made a part hereof in eight (8) Sections. The City of Danville, Illinois or Provider, shall not discriminate on the basis of race, color, national origin, or sex in the performance of this agreement. The Provider shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of U.S. Department of Transportation assisted contracts. Failure by the Provider to carry out these requirements is a material breach of agreement, that may result in the termination of this agreement or such other remedy as the Department deems appropriate. The prime Provider agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime Provider receives from the City of Danville, Illinois. The prime Provider agrees further to return retainage payments to each subcontractor within 30 days after the subcontractors work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Danville, Illinois. This clause applies to both DBE and non-dbe subcontractors. 16

17 6.2 FINANCIAL TERMS: THE City of Danville, Illinois and the Provider agree to the financial terms in VI. Compensation, in accordance with the bid. IN WITNESS WHEREOF, the parties have caused this AGREEMENT to be executed by their respective duly authorized representative, as of the first date written above. ATTEST: CITY OF DANVILLE, ILLINOIS Mayor Scott Eisenhauer Lisa Monson, City Clerk Provider: By: (Title) Signature: 17

18 7. ADDENDA In compliance with your Invitation to Bid, the undersigned hereby agrees to furnish the services as listed below in accordance with the conditions and specifications on file in the offices of the City Comptroller of the City of Danville, Illinois, which have been carefully examined and which are attached hereto. In compliance with your Invitation to Bid on furnishing Bus Advertising Services for the Danville Mass Transit (as specified in Notice to Bidders), the undersigned acknowledges receipt of the following addenda to the bid Documents (give number and date of each): ADDENDUM NUMBER: ADDENDUM NUMBER: ADDENDUM NUMBER: ADDENDUM NUMBER: DATE: DATE: DATE: DATE: This section (7) must accompany each provider s bid. Failure to acknowledge receipt of all addenda may cause the bid to be considered non-responsive to the Invitation to Bid, which requires rejection of the bid. BIDDING FIRM: ADDRESS: Signature of Authorized Official Title DATED: 18

19 8. BIDDER PROPOSAL Are you a certified Disadvantaged Business Enterprise (DBE) participant with the State of Illinois? YES NO The undersigned acknowledges receipt of eight (8) sections as enumerated and named contract documents in Section 1 of a contract on file at the Office of the City Comptroller, City of Danville, Illinois, relating to furnishing Bus Advertising Services for the Danville Mass Transit. In accordance with Sections 1,2,3,4,5,6,7 and 8 of the above, identified contract documents, the undersigned proposes to furnish and deliver to the City of Danville, Illinois: ITEM: Bus Advertising Services PREMIUM: As listed in bid The contract shall be awarded to a single supplier/contractor. BIDDING FIRM: ADDRESS: PHONE: CONTACT PERSON: Signature, Authorized Official ATTEST: Witness Title Date 19

Attachment 1 Federal Requirements for Procurements in Excess of $150,000 Not Including Construction or Rolling Stock Contracts

Attachment 1 Federal Requirements for Procurements in Excess of $150,000 Not Including Construction or Rolling Stock Contracts 1.0 No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or

More information

X. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS

X. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS X. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS The Contractor acknowledges that this Contract is funded in part by the United States Department of Transportation ( USDOT ), Federal Transit Administration

More information

Attachment C Federal Clauses & Certifications

Attachment C Federal Clauses & Certifications 1.0 No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or

More information

FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000

FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000 FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000 1.0 GENERAL This Contract is subject to the terms of a financial assistance contract between the Santa Cruz Metropolitan

More information

BROCKTON AREA TRANSIT AUTHORITY

BROCKTON AREA TRANSIT AUTHORITY BROCKTON AREA TRANSIT AUTHORITY The following Terms and Clauses are applicable to all contracts, procurements and purchase orders except as noted. By accepting this contract or purchase order the vendor

More information

REQUEST FOR PROPOSAL. GENERAL COUNSEL (Outside)

REQUEST FOR PROPOSAL. GENERAL COUNSEL (Outside) REQUEST FOR PROPOSAL GENERAL COUNSEL (Outside) The Southeastern Regional Transit Authority (SRTA) invites qualified attorneys to submit proposals to provide outside general counsel services. This solicitation

More information

2 C.F.R and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses

2 C.F.R and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses 2 C.F.R. 200.326 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses Requirements under the Uniform Rules. A non-federal entity s contracts must contain the applicable contract clauses described

More information

Bid & Contract Provisions CDBG/HOME Guidebook

Bid & Contract Provisions CDBG/HOME Guidebook Bid & Contract Provisions CDBG/HOME Guidebook Appendix 1 2 Bid and Contract Requirements for grant recipients subject to 2 CFR Part 200. Invitation to Bid In addition to the language normally included

More information

BACKGROUND: THE STATE AND THE GRANTEE AGREE AS FOLLOWS:

BACKGROUND: THE STATE AND THE GRANTEE AGREE AS FOLLOWS: DOT-982 (01/2015) SECTION 5339 (CFDA NO. 20.526) OF THE MOVING AHEAD FOR PROGRESS IN THE 21 ST CENTURY (49 USC Section 5339/MAP-21 Section 20029) STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION AGREEMENT

More information

Section 5310 (Formerly Section 16)/ Community Transportation NON-VEHICLE 8/20/2009

Section 5310 (Formerly Section 16)/ Community Transportation NON-VEHICLE 8/20/2009 D. BID FORMS Section 5310 (Formerly Section 16)/ Community Transportation NON-VEHICLE 8/20/2009 D.1 BID PROPOSAL FORM D.2 BUY AMERICA CERTIFICATION D.3 PENNSYLVANIA STEEL PRODUCTS PROCUREMENT ACT CERTIFICATION

More information

Enhanced Mobility of Seniors and Individuals with Disabilities Program

Enhanced Mobility of Seniors and Individuals with Disabilities Program Enhanced Mobility of Seniors and Individuals with Disabilities Program All applications must be submitted by December 7, 2018 2208 W. Chesterfield Boulevard, Suite 101 Springfield, Missouri 65807 Phone

More information

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) U.S. Department of Housing and Urban Development Office of Public and Indian Housing Office of Labor Relations

More information

EXECUTIVE ORDER No

EXECUTIVE ORDER No For historical purposes, this is the original text of the law, without any subsequent amendments. For the current texts of the laws we enforce, as amended, see ULaws Enforced by the EEOCU. EXECUTIVE ORDER

More information

Diesel Engine Replacement for. Gillig Low Floor Buses

Diesel Engine Replacement for. Gillig Low Floor Buses JACKSON AREA TRANSPORTATION AUTHORITY INVITATION FOR BID (IFB 2016-01) Diesel Engine Replacement for Gillig Low Floor Buses Issue date: January 13, 2017 Bid due date and time: February 10, 2017 by 3 P.M.

More information

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) U.S. Department of Housing and Urban Development Office of Public and Indian Housing Office of Labor Relations

More information

SPECIAL CONDITIONS PROGRAM REGULATIONS

SPECIAL CONDITIONS PROGRAM REGULATIONS SPECIAL CONDITIONS PROGRAM REGULATIONS Contractor shall be in conformance with the applicable portions of the School Food Authority's (SFA) agreement under the program. Contractor will conduct program

More information

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m. INVITATION FOR BID KITCHEN EQUIPMENT - POS BID DUE: Tuesday, November 20, 2018 at 10:30 a.m. Joppa-Maple Grove School District #38 911 Joppa North Ave. Joppa, IL 62953 Contents Section I Information for

More information

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR MUNICIPAL PROSECUTOR The Borough of Lavallette, located on a barrier

More information

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350 CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,

More information

Butler County Regional Transit Authority

Butler County Regional Transit Authority Butler County Regional Transit Authority Street Address: 3045 Moser Ct. Hamilton, Oh 45011 Phone: (513) 785-5237 Invitation for Bids for Commercial Heavy-Duty Tires BIDS DUE BY: June 13, 2018 Contact:

More information

CITY OF CULVER CITY 9770 CULVER BOULEVARD, CULVER CITY, CALIFORNIA

CITY OF CULVER CITY 9770 CULVER BOULEVARD, CULVER CITY, CALIFORNIA CITY OF CULVER CITY 9770 CULVER BOULEVARD, CULVER CITY, CALIFORNIA 90232-0507 (310) 253-6550 FAX (310) 253-5830 February 1, 2018 CREATION AND IMPLEMENTATION OF A SUSTAINABLE BUSINESS CERTIFICATION PROGRAM

More information

NEW YORK CITY TRANSIT AUTHORITY. Division of Materiel. Schedule F

NEW YORK CITY TRANSIT AUTHORITY. Division of Materiel. Schedule F NEW YORK CITY TRANSIT AUTHORITY Schedule F FEDERAL CERTIFICATION, DISCLOSURE, DISADVANTAGED BUSINESS ENTERPRISE AND EQUAL EMPLOYMENT OPPORTUNITY FORMS Page No. Certification Regarding Debarment, Suspension,

More information

COVER PAGE. Bid Proposal # 2151 PETROLEUM PRODUCTS

COVER PAGE. Bid Proposal # 2151 PETROLEUM PRODUCTS COVER PAGE Bid Proposal # 2151 PETROLEUM PRODUCTS Sealed bids and electronic submitted bids for the above will be received until 10:00 AM CST, Tuesday, October 31, 2017 and publicly opened in the City

More information

Request for Proposal 2019 Calendar Year

Request for Proposal 2019 Calendar Year Borough of Lavallette Planning Board Request for Proposal 2019 Calendar Year Subject: Planning Board Attorney Introduction The Borough of Lavallette is a town of approximately 2,300 residents on the barrier

More information

Athens Public Transit Request for Quotation

Athens Public Transit Request for Quotation Athens Public Transit Request for Quotation TRANSIT SHELTERS & INSTALLATION per the SFY 2011 STATE OF GOOD REPAIR GRANT Interested Vendors should submit their quotes by 5:00 p.m. on October 28th, 2014,

More information

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M. REQUEST FOR PROPOSAL ARCHITECTURAL SERVICES Proposals will be received by the City of Topeka, Kansas at the Contracts & Procurement Office until 2:00 PM, local time March 14, 2008 for the purpose of furnishing

More information

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof. INSTRUCTIONS TO BIDDERS The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and the conditions existing at the site of the work and its environs.

More information

Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS

Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS LEGAL & AUTHORIZING SIGNATURES Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS Agency Name: Telephone: Web Address: Primary Mailing Address/City/State/Zip: Secondary

More information

Contract Assurances Attachment 4. Contract Assurances

Contract Assurances Attachment 4. Contract Assurances Contract Assurances 1) The Contracting Agency assures that it and its subrecipients will establish in accordance with WIA Section 184, fiscal control and fund accounting procedures that may be necessary

More information

EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS

EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS The following certifications and provisions are required and apply when Texarkana Independent School District ( TISD ) expends federal funds for

More information

ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, Inc. REPRESENTATIONS AND CERTIFICATIONS (Must be completed and returned)

ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, Inc. REPRESENTATIONS AND CERTIFICATIONS (Must be completed and returned) ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, Inc. REPRESENTATIONS AND CERTIFICATIONS (Must be completed and returned) Date: The Contractor, by checking the appropriate boxes, makes the following

More information

EDGAR CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT

EDGAR CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT EDGAR CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN: HISD is in the process of ensuring that all policies and procedures involving the expenditure of federal

More information

REQUEST FOR PROPOSALS SECURITY SERVICES LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA)

REQUEST FOR PROPOSALS SECURITY SERVICES LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA) REQUEST FOR PROPOSALS SECURITY SERVICES LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA) JUNE, 2017 REQUEST FOR PROPOSALS SECURITY AND CUSTOMER SERVICES The LEHIGH AND NORTHAMPTON TRANSPORTATION

More information

Enhanced Mobility of Seniors and Individuals with Disabilities Program

Enhanced Mobility of Seniors and Individuals with Disabilities Program Enhanced Mobility of Seniors and Individuals with Disabilities Program All applications must be submitted by June 7, 2016 2208 W. Chesterfield Boulevard, Suite 101 Springfield, Missouri 65807 Phone (417)

More information

Request for Proposal CNG Fuel Supplier for the Metropolitan Tulsa Transit Authority

Request for Proposal CNG Fuel Supplier for the Metropolitan Tulsa Transit Authority Request for Proposal CNG Fuel Supplier for the Metropolitan Tulsa Transit Authority The Metropolitan Tulsa Transit Authority (MTTA) is requesting proposals from qualified providers for the following project:

More information

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR BOROUGH AUDITOR The Borough of Lavallette, located on a barrier

More information

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM LETTER OF INTEREST (LOI) FOR RAPID RE-HOUSING PROGRAM COUNTY OF SACRAMENTO DEPARTMENT OF HUMAN ASSISTANCE Included in this LOI: Section I Section

More information

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES REQUEST FOR PROPOSALS PROFESSIONAL SERVICES MUNICIPAL PROSECUTOR, TAX MAP REVISION and G.I.S SERVICES, RISK MANAGER, LAND SURVEYOR, LAND USE ATTORNEY, MUNICIPAL PLANNER, MUNICIPAL ENGINEERS, MUNICIPAL

More information

Appendix 1 Terms for Federal Aid Contracts / Florida Department of Transportation

Appendix 1 Terms for Federal Aid Contracts / Florida Department of Transportation Appendix 1 Terms for Federal Aid Contracts / Florida Department of Transportation TERMS FOR FEDERAL AID CONTRACTS (APPENDIX I): The following terms apply to all contracts in which involve the expenditure

More information

FEDERAL CERTIFICATIONS Sponsored Center

FEDERAL CERTIFICATIONS Sponsored Center The undersigned states that: FEDERAL CERTIFICATIONS Sponsored Center 1. He or she is the duly authorized representative of the Contractor named below; 2. He or she is authorized to make, and does hereby

More information

AGREEMENT FOR CONSULTING SERVICES FOR PORT ARTHUR INDEPENDENT SCHOOL DISTRICT

AGREEMENT FOR CONSULTING SERVICES FOR PORT ARTHUR INDEPENDENT SCHOOL DISTRICT AGREEMENT FOR CONSULTING SERVICES FOR PORT ARTHUR INDEPENDENT SCHOOL DISTRICT This Agreement is entered into on between the Port Arthur Independent School District whose main administrative office is located

More information

REQUEST FOR QUALIFICATIONS ENGINEERING SERVICES Town of Robbins, North Carolina FEMA Public Assistance Project Cost Opinions

REQUEST FOR QUALIFICATIONS ENGINEERING SERVICES Town of Robbins, North Carolina FEMA Public Assistance Project Cost Opinions REQUEST FOR QUALIFICATIONS ENGINEERING SERVICES Town of Robbins, North Carolina FEMA Public Assistance Project Cost Opinions 11/27/2018 Dear Offeror: This is a Request for Qualifications to provide engineering

More information

AGREEMENT FOR PROFESSIONAL SERVICES Contract No.

AGREEMENT FOR PROFESSIONAL SERVICES Contract No. AGREEMENT FOR PROFESSIONAL SERVICES Contract No. This AGREEMENT FOR PROFESSIONAL SERVICES ( AGREEMENT ) is made and entered into effective as of the day of, 20, by and between the CITY OF ALHAMBRA, a charter

More information

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUEST FOR PROPOSAL Enterprise Asset Management System City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:

More information

Request for Vendor Contract Update

Request for Vendor Contract Update Request for Vendor Contract Update Pursuant to the terms of your awarded vendor contract, all vendors must notify and receive approval from Region 4/TCPN when there is an update in the contract. No request

More information

H. Assurances and Certifications Form

H. Assurances and Certifications Form H. Assurances and Certifications Form The authorized representative agrees to comply with all applicable State and Federal laws and regulations governing the Workforce Innovation and Opportunity Act, Local

More information

AGREEMENT. NOW, THEREFORE, in consideration of the promises and covenants of this Agreement, the parties hereto agree as follows:

AGREEMENT. NOW, THEREFORE, in consideration of the promises and covenants of this Agreement, the parties hereto agree as follows: AGREEMENT THIS AGREEMENT ( Agreement), made and entered into this day of, 2012, by and between the City of Overland Park, Kansas (the CITY ), and The Salvation Army, a non-profit Illinois corporation (

More information

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017 SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL Issued: June 2, 2017 Proposals Due: Thursday, June 22, 2017 SCOTT COUNTY CDA, Shakopee,

More information

Required Federal Forms

Required Federal Forms ATTACHMENT D Required Federal Forms Forms to be Submitted with the Proposal 10-F: Certification of Consultant, Commissions & Fees 10-O1: Consultant Proposal DBE Commitment 15-H: 12-G: 10-P: 10-Q: Good

More information

ATTACHMENT U.3. Representations, Certifications and Other Statements of Offerors/Bidders

ATTACHMENT U.3. Representations, Certifications and Other Statements of Offerors/Bidders ATTACHMENT U.3 Representations, Certifications and Other Statements of Offerors/Bidders Company Name Page 1 of 13 REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS/BIDDERS The following

More information

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST. (ADVERTISEMENT) OWNER: Middle Kentucky CAP, Inc. 171 Howell Heights Jackson, KY 41339 INVITATION FOR BID (IFB) Middle Kentucky CAP is seeking sealed bids for blacktop paving. installation to _171 Howell

More information

AGREEMENT. NOW, THEREFORE, in consideration of the promises and covenants of this Agreement, the parties hereto agree as follows:

AGREEMENT. NOW, THEREFORE, in consideration of the promises and covenants of this Agreement, the parties hereto agree as follows: AGREEMENT THIS AGREEMENT (the Agreement ) made and entered into this day of, 2012, by and between the City of Overland Park, Kansas (the CITY ), and Head Start of Shawnee Mission, Inc. a non-profit organization

More information

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one) INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Part One: University Information ( University or KSU) Contracting University Department/Office: Contracting

More information

Standard Contract for Personal Services

Standard Contract for Personal Services Personal Service Contract Number PS THIS CONTRACT is made and entered into this by and between day of, 20, UNIVERSITY OF KENTUCKY, (Agency) Account No. Encumbrance Amt. This Contract is effective on (the

More information

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO BIDDERS Medical Center Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the

More information

BATS Title VI Policies and Procedures

BATS Title VI Policies and Procedures BATS Title VI Policies and Procedures October 1, 2018 METROPOLITAN PLANNING ORGANIZATION (MPO) / BRUNSWICK AREA TRANSPORTATION STUDY (BATS) Glynn County Community Development Department 1725 Reynolds Street,

More information

CONTRACT AWARD. Period of Contract: August 1, 2011 through July 31, 2012 (With the option to renew for four additional 12-month periods)

CONTRACT AWARD. Period of Contract: August 1, 2011 through July 31, 2012 (With the option to renew for four additional 12-month periods) Date of Award: July 27, 2011 CONTRACT AWARD Contract ID: 00000000000000000000##### Replaces Contract: 0###0 Procurement Officer: Telephone: 785/###-#### E-Mail Address: Web Address: Item: Agency/Business

More information

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI Invitation for Bid. 28475 Caustic Soda 50% T. F. Green Airport, Warwick, RI August 27, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide, on an as-needed basis approximately nine

More information

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER 10-01-02 OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. The Request for Proposal and related documents may be

More information

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install

More information

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT]

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT] MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT] THIS MEMORANDUM OF AGREEMENT (the Agreement ) is made and entered into this day of, 201, by and between the city of

More information

AGREEMENT- OKLAHOMA COMMISSION ON CHILDREN AND YOUTH

AGREEMENT- OKLAHOMA COMMISSION ON CHILDREN AND YOUTH TULSA COUNTY PURCHASING DE ARTMENT ~.tv Ic~ DATE: JUNE 15,2016 FROM: LINDA R. DORRELL c:çj~ ~ PURCHASING DIRECTOR TO: SUBJECT: BOARD OF COUNTY COMMISSIONERS AGREEMENT- OKLAHOMA COMMISSION ON CHILDREN AND

More information

HAZARD MITIGATION GRANT PROGRAM SUPPLEMENTAL CONDITIONS

HAZARD MITIGATION GRANT PROGRAM SUPPLEMENTAL CONDITIONS HAZARD MITIGATION GRANT PROGRAM SUPPLEMENTAL CONDITIONS The agreement shall be subject to the following conditions contained in the OWNER S grant agreement with the Florida Division of Emergency Management.

More information

TUESDAY, DECEMBER 12, 2017 at 11:00 am prevailing time,

TUESDAY, DECEMBER 12, 2017 at 11:00 am prevailing time, REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS BOROUGH OF SOUTH TOMS RIVER Contract Term January 1, 2018 through December 31, 2018 Submission Deadline TUESDAY, DECEMBER

More information

REQUEST FOR PROPOSAL Police Department Roof System Renovation

REQUEST FOR PROPOSAL Police Department Roof System Renovation City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Police Department Roof System Renovation Issue Date: Thursday September 18, 2014 Bid Number:

More information

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING September 12, 2018 REQUEST FOR PROPOSALS For Road Striping City of Spring Hill, Tennessee Sealed Proposals will be received

More information

FACILITY-USE LICENSE AGREEMENT

FACILITY-USE LICENSE AGREEMENT FACILITY-USE LICENSE AGREEMENT This Facility-Use License Agreement is made and entered into this day of, 20, by and between the Board of Trustees of Southern Illinois University Governing Southern Illinois

More information

Eastern Kentucky PRIDE, Inc. Request for Qualification (RFQ) For Appalachian Wildlife Center Feasibility Study (AML) Pilot Project RFQ ELK

Eastern Kentucky PRIDE, Inc. Request for Qualification (RFQ) For Appalachian Wildlife Center Feasibility Study (AML) Pilot Project RFQ ELK Eastern Kentucky PRIDE, Inc. Request for Qualification (RFQ) For Appalachian Wildlife Center Feasibility Study (AML) Pilot Project RFQ ELK-30-20180003 Issued by Eastern Kentucky PRIDE, Inc. Solicitation

More information

Monterey-Salinas Transit QUOTE NO Survey Research Consultant REQUEST FOR QUOTATION SPECIFICATIONS FOR #16-03 SURVEY RESEARCH CONSULTANT

Monterey-Salinas Transit QUOTE NO Survey Research Consultant REQUEST FOR QUOTATION SPECIFICATIONS FOR #16-03 SURVEY RESEARCH CONSULTANT REQUEST FOR QUOTATION SPECIFICATIONS FOR #16-03 SURVEY RESEARCH CONSULTANT CONTENTS Monterey-Salinas Transit SECTION 1: INTRODUCTION 1 SECTION 2: SCOPE OF WORK / SERVICES 2 SECTION 3: INSTRUCTION TO PROPOSERS

More information

Worcester Regional Transit Authority. Request for Proposals (RFP) # FOR. On-Call Bus Stop Sign Installation, Removal, and Maintenance

Worcester Regional Transit Authority. Request for Proposals (RFP) # FOR. On-Call Bus Stop Sign Installation, Removal, and Maintenance Worcester Regional Transit Authority Request for Proposals (RFP) # 2017-01 FOR On-Call Bus Stop Sign Installation, Removal, and Maintenance RFP DUE: June 23, 2017 2:00 p.m., EST Jonathan E Church, Administrator

More information

Charleston Area Regional Transportation Authority (CARTA) Bus Shelter & Amenities Request for Proposals

Charleston Area Regional Transportation Authority (CARTA) Bus Shelter & Amenities Request for Proposals Charleston Area Regional Transportation Authority (CARTA) Bus Shelter & Amenities Request for Proposals Charleston, South Carolina Date: October 13, 2017 Due Date: October 27, 2017 Time: 3:00 P.M. EST

More information

PARK HILL SCHOOL DISTRICT Nutrition Services Department 8500 NW Riverpark Drive Pillar 116 Parkville, MO 64152

PARK HILL SCHOOL DISTRICT Nutrition Services Department 8500 NW Riverpark Drive Pillar 116 Parkville, MO 64152 PARK HILL SCHOOL DISTRICT Nutrition Services Department 8500 NW Riverpark Drive Pillar 116 Parkville, MO 64152 NUTRITION SERVICES SMALLWARES BID FOR 2019/20 ITEMS: TYPE OF CONTRACT: Nutrition Services

More information

NASSAU COMMUNITY COLLEGE

NASSAU COMMUNITY COLLEGE NASSAU COMMUNITY COLLEGE of the County of Nassau State of New York Office of Procurement, Garden City, NY 11530 PHONE: (516) 572-7300 FAX (516) 572-7618 WWW.NCC.EDU REQUEST FOR PROPOSALS (RFP) RFP No.:

More information

Request for Proposal. RFP # Non-Profit, Sports Photography

Request for Proposal. RFP # Non-Profit, Sports Photography 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 # 17-0303-1, Sports Photography This procurement

More information

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL:

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL: DEPARTMENT OF PUBLIC WORKS Road Division Dana S. Hertfelder Director 345 West 7th Street Merced, CA 95340 Phone: (209) 385-7601 Fax: (209) 722-7690 www.co.merced.ca.us Equal Opportunity Employer ADDENDUM

More information

REQUESTS FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES AND OTHER BID EXEMPT SERVICES

REQUESTS FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES AND OTHER BID EXEMPT SERVICES REQUESTS FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES AND OTHER BID EXEMPT SERVICES Through the adoption of Ordinance 019-2006, the Township has established a procedure for competitive negotiation for

More information

Competitive Solicitation Invitation To Negotiate ENGLISH AS A SECOND LANGUAGE (ESL) SERVICES

Competitive Solicitation Invitation To Negotiate ENGLISH AS A SECOND LANGUAGE (ESL) SERVICES EXHIBIT A PROPOSAL REGISTRATION FORM Interested vendors must register using this Form in order to receive notice of any addenda or notification to these documents. Please email the completed form to Florida

More information

REQUEST FOR PROPOSALS For the Provision of Auditing Services. Issued by: River Parishes Transit Authority. Issued: December 14, 2018

REQUEST FOR PROPOSALS For the Provision of Auditing Services. Issued by: River Parishes Transit Authority. Issued: December 14, 2018 REQUEST FOR PROPOSALS For the Provision of Auditing Services Issued by: River Parishes Transit Authority Issued: December 14, 2018 Contact Person: Lauren Andrews, Senior Transit Planner River Parishes

More information

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing

More information

INVITATION FOR BID Annual Water Meter Purchase

INVITATION FOR BID Annual Water Meter Purchase Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 INVITATION FOR BID Annual Water Meter Purchase Issue Date: February 16, 2017 Bid Number: 17-006 Agent/Contact: David Bries Submissions

More information

PART I - GENERAL INFORMATION

PART I - GENERAL INFORMATION REQUEST FOR PROPOSALS GRAND TRAVERSE COUNTY BALLOT PRINTING 2018 ELECTIONS PART I - GENERAL INFORMATION 1-1. PURPOSE The Grand Traverse County Election Commission is requesting proposals from qualified

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER ISSUE DATE: October 30, 2017 DUE DATE: December 1, 2017 Issued By: Borough of Oakland GLOSSARY The following definitions shall

More information

DES MOINES AIRPORT AUTHORITY TITLE VI PLAN. Phone: (515) Phone: (515)

DES MOINES AIRPORT AUTHORITY TITLE VI PLAN. Phone: (515) Phone: (515) DES MOINES AIRPORT AUTHORITY TITLE VI PLAN Name and title of chief administrative officer Name: Kevin Foley Title: Executive Director Address: 5800 Fleur Drive, Suite 207 County: Polk Des Moines, Iowa

More information

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice

More information

Request for Quotes for Antifreeze

Request for Quotes for Antifreeze Request for Quotes for Antifreeze For: Transit Authority of the City of Omaha, d/b/a, Metro Project: NE-90-X104 Spec: 11-18 Bulk Antifreeze Issued: Tuesday, March 6, 2018 Reply to: Duncan Lawhorne Metro

More information

Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments

Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments DATE ISSUED: March 11, 2019 SUBMITTAL DEADLINE: SUBMIT TO: March 29, 2019 at 4:00 pm Rebecca Calija-RFQ Landscaping

More information

Park City Municipal Corporation Park City, Utah UTILITY BILL PRINTING AND MAILING SERVICES RFP October 2014

Park City Municipal Corporation Park City, Utah UTILITY BILL PRINTING AND MAILING SERVICES RFP October 2014 Park City Municipal Corporation Park City, Utah UTILITY BILL PRINTING AND MAILING SERVICES RFP October 2014 The Park City Water Department desires to solicit qualified proposals for UTILITY BILL PRINTING

More information

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Filters, Brake Drums & Brake Shoes IFB-19-1807-4B This

More information

ORDINANCE NO. O- -15

ORDINANCE NO. O- -15 ORDINANCE NO. O- -15 AN ORDINANCE AUTHORIZING THE EXECUTION OF A LICENSED SOFTWARE MAINTENANCE AGREEMENT WITH CAPERS NORTH AMERICA, LLC FOR THE CAPERS INTEGRATED PUBLIC SAFETY SOFTWARE FOR THE VILLAGE

More information

SECTION AGREEMENT

SECTION AGREEMENT SECTION 00500 - TABLE OF CONTENTS Section Pages Work... 00500-1 Engineer... 00500-1 Contract Times... 00500-1 Contract Price... 00500-2 Payment Procedures... 00500-2 Interest... 00500-3 Contractor's Representations...

More information

Contract to Purchase Pre-Plated Meals

Contract to Purchase Pre-Plated Meals COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF EDUCATION 333 MARKET STREET HARRISBURG, PA 17126-0333 www.pde.state.pa.us Contract to Purchase Pre-Plated Meals Propel Charter Schools, Inc 103-02-000-2 July

More information

Butte School District #1 Request for Proposal (RFP)

Butte School District #1 Request for Proposal (RFP) Certification Request for Proposal (RFP) Bid Acknowledgement Form Bread Products The Respondent herby certifies by submission and signature of this proposal that the Respondent complies fully with this

More information

NOTICE TO VENDORS CONTRACT NO IB

NOTICE TO VENDORS CONTRACT NO IB Food Service Department Darin Crawford, Food Service Director DATE: March 16, 2015 SUBJECT: PAPER BOXES FOR FOOD SERVICE NOTICE TO VENDORS Cypress-Fairbanks Independent School District invites your firm

More information

Subcontract Checklist

Subcontract Checklist Subcontract Checklist 1. Check the subcontract to verify the project number and Federal Aid Project (FAP) is listed correctly. 2. Check the back of the Contract for: a. Items committed to Disadvantage

More information

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS SECTION TITLE F G H General Information About the IFB General Instructions for Bidders General Conditions for Bidders 18 SECTION F

More information

TITLE VI NON-DISCRIMINATION AGREEMENT between. The Wisconsin Department of Transportation (WisDOT) and. Sub-Recipient Title VI Coordinator:

TITLE VI NON-DISCRIMINATION AGREEMENT between. The Wisconsin Department of Transportation (WisDOT) and. Sub-Recipient Title VI Coordinator: TITLE VI NON-DISCRIMINATION AGREEMENT between The Wisconsin Department of Transportation (WisDOT) and N_C_W_R_P_C, a WisDOT Sub-Recipient Name: Dennis Lawrence, AICP Sub-Recipient Coordinator: Title: Executive

More information

Bidders/vendors are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 as set forth in EXHIBIT B.

Bidders/vendors are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 as set forth in EXHIBIT B. REQUEST FOR PROPOSALS FOR GRAPHIC DESIGN CREATION AND DEVELOPMENT SERVICES: FOR NJEFA S 2017, 2018, AND 2019 ANNUAL REPORTS, MULTIPLE ISSUES OF NJEFA S NEWSLETTER ( BUILDING FUTURES ), MISCELLANEOUS COMMUNICATIONS

More information

ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, INC. FIXED PRICE PROFESSIONAL SERVICES AGREEMENT NO. Recitals:

ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, INC. FIXED PRICE PROFESSIONAL SERVICES AGREEMENT NO. Recitals: ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, INC. FIXED PRICE PROFESSIONAL SERVICES AGREEMENT NO. THIS FIXED PRICE PROFESSIONAL SERVICES AGREEMENT NO. is made effective this day of, 2017 by and

More information

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted

More information

PERSONAL SERVICES CONTRACT

PERSONAL SERVICES CONTRACT zo ~GooL-8 PERSONAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR PERSONAL SERVICES is made by and between the County of Nueces, hereinafter called "County" and Crystal Lyons, hereinafter

More information