REQUEST FOR PROPOSALS (RFP)

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS (RFP)"

Transcription

1

2 equest for Proposals FP) EQUEST FO POPOSALS FP) The Fargo-Moorhead Metropolitan Council of Governments Metro COG) requests proposals from qualified consultants for the following project: 2015 Fargo-Moorhead Metropolitan Area-Wide Traffic Counts Qualifications based selection criteria will be used to analyze proposals from responding consultants. Upon completion of technical ranking, the Council will enter into negotiations with the top ranked firm. Sealed cost proposals shall be submitted with the FP. The cost proposal of the top ranked firm will be opened during contract negotiations. Those firms not selected for direct negotiations will have their unopened cost proposals returned. Metro COG reserves the right to reject any or all submittals. The project is not to exceed a budget of $125,000 dollars. Interested firms can request a full copy of the FP by telephoning , or by metrocog@fmmetrocog.org. Copies will be available for download in.pdf format at All proposals received by Noon 12 p.m.) on Friday March 27, 2015 at the Metro COG office will be given equal consideration. Minority, women-owned and disadvantaged business enterprises are encouraged to participate. espondents must submit six 6) copies of the proposal. The full length of each proposal should not exceed ten 10) double sided pages for a total of twenty 20) pages; including any supporting material, charts or tables. Consultants are encouraged to prepare proposals in a format that will ensure efficient disposal and are encouraged to use materials which are easily recycled. Hard copies of technical and/or cost proposals should be shipped to ensure timely delivery to the contact as defined below: Dan Farnsworth Fargo-Moorhead Metropolitan Council of Governments Case Plaza, Suite 232 One 2 nd Street North Fargo, ND farnsworth@fmmetrocog.org Fax versions will not be accepted as substitutes for the hard copies. Once submitted, the proposals will become the property of Metro COG. Note This document can be made available in alternative formats for persons with disabilities by calling Ms. Kate Wurtzler, Executive Secretary at

3 equest for Proposals FP) TABLE OF CONTENTS I. Purpose of equest..3 II. III. IV. Project Background.3 Scope of Work and Performance Tasks..4 Implementation Schedule...7 V. Evaluation and Selection Process...7 VI. VII. VIII. IX. Proposal Content and Format..8 General FP equirements.9 Additional Information..10 Contractual Information.10 X. Title VI Assurances 11 I. PUPOSE OF EQUEST. The purpose of this equest for Proposals FP) is to provide interested consulting firms with enough information about the data collection services desired by the Fargo-Moorhead Metropolitan Council of Governments Metro COG). This information is meant to convey the general intent of Metro COG in regards to the data collection and to further guide interested firms in the preparation/submittal of a proposal. II. POJECT BACKGOUND. Every five years Metro COG conducts and coordinates region-wide traffic counts for the purpose of developing a data set to which the regional travel demand model can be calibrated. Each traffic count covers at least a 48-hour period, and is typically collected by a road-tube type automated traffic counter. The area-wide traffic counts are conducted by several agencies. In 2015 the Minnesota Department of Transportation MnDOT) will conduct counts on some of the trunk highways within the City of Moorhead, City of Dilworth and Dilworth parts of Clay County. In 2015 the North Dakota Department of Transportation NDDOT) will conduct counts on many Collector streets, Arterial streets, and interstates in Fargo and West Fargo, as well as other part of Cass County. Metro COG s member jurisdictions typical desire counts at additional locations beyond those provided by the DOT s. The regional travel demand model also needs some additional counts conducted on specific street types or at specific locations so that it can accurately calibrate the base year model. A consultant is being sought to conduct these additional counts for which Metro COG is responsible. The consultant will 3

4 equest for Proposals FP) be responsible for collecting a minimum of 48-hour traffic count data at about 337 locations across the Fargo-Moorhead Metropolitan Area. III. SCOPE OF WOK AND PEFOMANCE TASKS. Task 1.0: Equipment Preparation. Prior to beginning the metro-wide traffic counts, the consultant shall inspect all equipment including any equipment barrowed from Metro COG) to see if there are any equipment malfunctions that may hinder the data collection efforts, the accuracy of the traffic data, or public safety. This could include: punctured tubes, severed tube straps, low counter batteries, etc. The consultant shall test all traffic counting equipment to determine if the equipment is in proper working order and is properly calibrated. All equipment shall be in proper working order and properly calibrated before being deployed. Task 2.0: Traffic Collection Preparation. The consultant shall determine which locations they plan to count prior to each deployment and shall determine whether or not there are any events, closures or any other activities that may interfere with the counting equipment or may jeopardize the reliability of the counts. The consultant shall also notify the proper maintenance jurisdiction of the subject roadway at least 2 working days prior to each counter deployment so that the proper maintenance crews are aware of the presence of the counting equipment when performing their work. Upon arrival at each count location, the consultant s technicians should assess the area to determine if there are temporary conditions that may impact the count data. In such cases, the location may need to be rescheduled. If the consultant has any questions regarding the impact of certain events/closures on desired traffic counts, the consultant may ask the Metro COG contact. The consultant shall determine if any permits are necessary to perform the work and shall obtain any permits necessary prior to beginning work. Any costs associated with permits will be the responsibility of the consultant. At all times the consultant s technicians in the field will be responsible for determining the relative level of safety for deploying traffic counters. If a technician feels unsafe at any time, they should not deploy traffic counters. The consultant is strongly encouraged to schedule technicians so that counter deployment can occur during non-peak hour travel times and only during daylight hours. The consultant s technicians will be responsible for wearing all appropriate personal safety equipment, and for deploying appropriate signage and traffic control devices e.g., cones, etc.) to alert motorists to their presence. Metro COG strongly recommends that all technicians work in teams of no less than two persons, where one person can act as flagger and spotter for the person deploying the traffic counter see MUTCD for appropriate flagging techniques). It is the responsibility of the consultant s technicians to review each location and the existing circumstances to determine if a flagger/spotter is a necessary safety precaution. Metro COG recommends that aerial photos of each deployment location be reviewed prior to counter deployment in order to develop a plan for proper and safe placement of the counter, and to determine where the technicians should park their vehicle while deploying the counters. 4

5 equest for Proposals FP) Task 3.0: Traffic Data Collection. The consultant will be responsible for safely, accurately, and efficiently collecting 48-hour minimum) traffic count data at about 337 locations across the Fargo- Moorhead Metropolitan Area see Exhibit D for a map for desired count locations). Vehicle class data will be required at specific locations, however class data will be optional at the remainder of the locations. Trucks shall be considered vehicle classes 5 through 12. Equipment The consultant may use whichever traffic data collection equipment best suits the roadway configuration and traffic conditions. For example tube counters may be desired on medium and low traffic volume roadways while radar or visual Miovision) counters may be preferred on roadways where the traffic volume and number of lanes may be unsafe and less accurate using tube counters. Metro COG maintains five 5) MetroCount 5600 traffic counters which the consultant is welcome to use as part of this project s traffic data collection efforts. A USB-to-MetroCount 5600 cable can also be provided by Metro COG if desired by the consultant. Downloading the necessary software which is compatible with the MetroCount 5600 counters would be the responsibility of the consultant. In addition, Metro COG can supply 52 road tubes, which the consultant can use as part of this project s traffic data collection efforts. 51 tubes are standard round tubes 0.25 inside diameter x 0.6 outside diameter) and one tube is a mini round tubes inside diameter x outside diameter). Below is an inventory of the tubes available for use by the consultant: Metro COG Tube Inventory Table Tube length feet) Tube width Tube length feet) Tube width Tube length feet) Tube width Tube length feet) Tube width 52 Standard 63 Standard 49 Standard 40 Standard 67 Standard 92 Standard 52 Standard 42 Standard 44 Mini 29 Standard 50 Standard 29 Standard 27 Standard 53 Standard 51 Standard 34 Standard 50 Standard 59 Standard 103 Standard 50 Standard 51 Standard 43 Standard 32 Standard 50 Standard 60 Standard 53 Standard 38 Standard 29 Standard 52 Standard 52 Standard 50 Standard 51 Standard 63 Standard 52 Standard 65 Standard 47 Standard 63 Standard 50 Standard 31 Standard 60 Standard 32 Standard 53 Standard 52 Standard 52 Standard 37 Standard 52 Standard 52 Standard 47 Standard 90 Standard 36 Standard 52 Standard 47 Standard The consultant will be held responsible for any damage done to Metro COG s counting equipment while in use by the consultant. It will be the responsibility of the consultant to provide nails, tube grips, locks, road tape, and all other equipment necessary to perform the traffic data collection. The consultant will be responsible for providing the labor, transportation, and personal safety equipment vests, cones, signs, etc.) necessary to safely and efficiently deploy traffic counters. Additionally, the consultant will be responsible for checking on counters and road tubes every 24 hours to ensure that they remain secured and are operational. Location Information 5

6 equest for Proposals FP) Exhibit D is a map showing the approximate 337 count locations where the consultant shall collect traffic count data. The map also identifies count locations within one quarter-mile of a school which shall be counted by the consultant while school is in session. These counts within one quarter-mile of a school shall be collected in the spring prior to summer term dismissal or in the fall after the summer break ends. Below is a table showing the 2015 schedule of the schools in the area. Fargo-Moorhead Metro Area School Schedule School / School District City 2015 Spring 2015 Fall Dismissal Start North Dakota State University Fargo May 8, 2015 August 24, 2015 Minnesota State University Moorhead Moorhead May 13, 2015 August 24, 2015 Concordia College Moorhead May 1, 2015 August 27, 2015 Minnesota State Community & Tech College Moorhead May 15, 2015 August 24, 2015 West Fargo Public Schools West Fargo May 28, 2015 August 25, 2015 Fargo Public Schools Fargo May 28, 2015 August 27, 2015 Moorhead Public Schools Moorhead May 29, 2015 September 8, 2015 Dilworth-Glyndon-Felton Schools Dilworth, Glyndon May 29, 2015 N/A Shanley High School/Sullivan Middle School Private) Fargo May 23, 2015 N/A Oak Grove Lutheran School Private) Fargo May 29, 2015 N/A Nativity Elementary School Private) Fargo May 29, 2015 N/A Grace Lutheran School Private) Fargo May 29, 2015 N/A Park Christian School Private) Moorhead May 27, 2015 N/A Whenever possible the consultant should avoid placing counters on roadway sections where turn lanes are present or any other locations where vehicles might be stopped such as near signalized intersections or railroad tracks. Also, placing counters in front of driveways should be avoided whenever possible. Count Collection The first deployment of traffic counters can begin in early May after the threat of snow) and shall end prior to October 16, Counts shall not be conducted on roadways where spring load restrictions are in-place load restrictions typically March through May). Traffic counts shall be collected on a Monday, Tuesday, Wednesday, and/or Thursday but shall not be conducted on any public holidays i.e. Memorial Day, 4 th of July, or Labor Day). Deliverable 1.0: Provision of Count Data. The consultant will collect a minimum of 48 continuous hours of traffic data and will provide the data to Metro COG in a spreadsheet which Metro COG will provide see Exhibit E). The spreadsheet will ask for date of counts, location information street, location description, and GPS coordinates), counter information, first 24 hour traffic count, second 24 hour traffic count, average ADT, applied adjustment factor, AADT and more. Metro COG will work with the consultant in providing the most up-to-date adjustment factors to apply to the traffic counts in order to calculate the AADT. The consultant shall provide Metro COG with the most current spreadsheet, in Microsoft Excel format, once every fourteen 14) days for Metro COG s review. Metro COG will review all the latest traffic count data in the spreadsheet and will work with the consultant to identify possible inaccuracies in recorded count data, and will cooperatively develop a list of re-count locations if necessary). Once all locations have been counted, the consultant shall provide Metro COG with the completed spreadsheet of all traffic data information and Metro COG will review all data in the spreadsheet. Metro COG will work with the consultant to identify possible inaccuracies in recorded count data and will 6

7 equest for Proposals FP) cooperatively develop a list of re-count locations if necessary). Any recounts will be at the expense of the consultant. Upon collection of all traffic count data, the consultant shall provide Metro COG with a GIS shapefile consisting of count information with a point at each specific count location. The points shall be shown in North American Datum NAD) 1983, UTM Zone 14N, feet. The attributes of each count location shall include: Count ID Number Street Location Description Latitude Longitude Date & Time Set Up Date & Time of Pick Up Within ¼ mile of school Street Classification AADT Truck Count if necessary) % Trucks if necessary) The consultant can either develop their own shapefile or can request the base shapefile from Metro COG. Metro COG s shapefile shows all the count locations with Count ID Number as the only attribute. Once completed with the project all count information shall become the property of Metro COG. The consultant shall not keep or sell any of the traffic data without prior permission from Metro COG. IV. IMPLEMENTATION SCHEDULE. 1) Consultant Selection Advertise for Consultant Proposals 2/20/2015 Deadline for FP Clarifications/Questions 3/6/2015 Due date for Proposal Submittals 3/27/2015 eview Proposals/Identify Finalists week of) 3/30/2015 Interview Finalists/Contract Negotiations week of) 4/06/2015 Metro COG Board Approval & Contract Execution 4/16/2015 2) Project Development Major Milestones) Notice to Proceed 4/17/2015 Project Start-Up/Mobilization early May 2015 Coordination & Progress Information to Metro COG Every 14 days Final Count Data Collected 10/16/2015 Final Count Data Provided to Metro COG/Project Completion 11/30/2015 V. EVALUATION AND SELECTION POCESS. 7

8 equest for Proposals FP) 1) Selection Committee. Metro COG has established a selection committee to select a consultant that will perform the 2015 F-M Metropolitan Area-Wide Traffic Counts. The selection committee member may assign another person within their jurisdiction to serve on the selection committee if they are unable to fulfill the commitment. The selection committee consists of the following members: Chris Brungardt, City of West Fargo Jason Baker, City of Fargo Jonathan Atkins, City of Moorhead Nathan Gannon, Clay County Dan Farnsworth, Metro COG The consultant selection process will be administered under the following criteria: a) Understanding of the Scope of Work and Proposed Project Approach [40 points] i. Does the consultant demonstrate an understanding of the project objectives? ii. What is the consultant s approach to performing the scope of work effectively and efficiently? iii. What is the proposed schedule for completing the study? iv. Does the consultant have a sound methodology for completing the traffic counts safely, on-time, on-budget, and accurately? b) elated Experience on Similar Projects [30 points] i. How familiar is the consultant with this kind of work? ii. Does the consultant have a history of successfully completing similar projects? c) Expertise of the Team Members Assigned to the Project [30 points] i. What are the technical and professional skills of each team member? ii. What will be the assigned role each member will play? VI. POPOSAL CONTENT AND FOMAT. 1) Proposal Content. At minimum, proposals shall include the following sections: a) Introduction and Executive Summary. This section shall document the firm name, business address including telephone, FAX, addresses)), year established, type of ownership and parent company if any), project manager name and qualifications, and any major facts/features/recommendations/conclusions that may differentiate this proposal form others, if any. b) Work Plan and Project Approach Methodology. Proposals shall include the following, at minimum: A detailed work plan identifying the major tasks to be accomplished relative to the requested project tasks and expected product as outlined in this FP; a detailed approach for completing the project; 8

9 equest for Proposals FP) Provide a detailed schedule including task breakdown, deliverable due dates and personnel availability. The detailed task breakdown shall include hours attributed to each team member and/or sub-consultant and the total number of hours allocated to complete the project. In summary, the proposal shall clearly explain the methodology that will be used to satisfactory complete the required services. The respondent shall document within the proposal an overall understanding of the project background, project scope, and data collection requirements/needs. A preliminary schedule/timeline for the tasks and meetings is attached. c) eferences/project Examples. Proposals shall include, at minimum, references of three 3) clients for whom similar work has been completed. The proposal should also provide evidence of other similar products completed by the consultant. 2) Submittal Information. espondents shall submit six 6) copies of the proposal. The full length of each proposal shall not exceed ten 10) double sided pages for a total of twenty 20) pages; including supporting material, charts or tables. 3) Signature. Proposals shall be signed in ink by an authorized member of the firm/project team. VII. GENEAL FP EQUIEMENTS. 1) Questions/Comments. Any questions or comments and all proposal submissions shall be directed to Dan Farnsworth, Transportation Planner, at farnsworth@fmmetrocog.org. Questions regarding this FP must be submitted no later than March 6, No response will be given to verbal questions. Metro COG receives the right to decline a response to any questions if, in Metro COG s assessment, the information cannot be obtained and shared with potential consultants in a timely manner. All questions and the responses to all questions will be forwarded to all applicants. 2) Sealed Cost Proposal. All proposals must be clearly identified and marked with the appropriate project name, with a separately sealed cost proposal per the requirements of this FP. Cost proposals shall be based on an hourly not to exceed amount and shall follow the general format as provided within Exhibit A of this FP. Metro COG may decide, in its sole discretion, to negotiate a price for the project after the selection committee completes its final ranking. Negotiation will begin with the consultant identified as the most qualified per requirements of this FP, as determined in the evaluation/selection process. If Metro COG is unable to negotiate a contract for services negotiations will be terminated and negotiations will begin with the next most qualified consultant. This process will continue until a satisfactory contract has been negotiated. 3) Consultant Annual Audit Information for Indirect Cost. Consulting firms proposing to do work for Metro COG must have a current audit rate no older than 15 months from the close of the firms Fiscal Year. Documentation of this audit rate must be provided with the sealed cost proposal. Firms that do not meet this requirement will not qualify to propose or contract for Metro COG projects until the requirement is met. Firms that have submitted all the 9

10 equest for Proposals FP) necessary information to Metro COG and are waiting for the completion of the audit will be qualified to submit proposals for work. Information submitted by a firm that is incomplete will not qualify. Firms that do not have a current cognizant Federal Acquisition egulations FAs) audit of indirect cost rates must provide this audit prior to the interview. This document must be attached with the sealed cost proposal. 4) Debarment of Suspension Certification and Certification of estriction on Lobbying. espondents must attach signed copies of Exhibit B Debarment of Suspension Certification and Exhibit C Certification of estriction on Lobbying within the sealed cost proposal. 5) espondent Qualifications. espondents must submit evidence that they have relevant past experience and have previously delivered services similar to the requested services within this FP. Each respondent may also be required to show that similar work has been performed in a satisfactory manner and that no claims of any kind are pending against such work. No proposal will be accepted from a respondent whom is engaged in any work that would impair his/her ability to perform or finance this work. 6) Disadvantaged Business Enterprise. Pursuant to Department of Transportation policy and 49 CF Part 23, Metro COG supports the participation of DBE/MBE businesses in the performance of contracts financed with federal funds under this FP. Consultants shall make an effort to involve DBE/MBE businesses in this project. If the consultant is a DBE/MBE, a statement indicating that the business is certified DBE/MBE in North Dakota or Minnesota shall be included within the proposal. If the consultant intends to utilize a DBE/MBE to complete a portion of this work, a statement of the subcontractor s certification shall be included. The percent of the total proposed cost to be completed by the DBE/MBE shall be shown within the proposal. espondents should substantiate within proposal) efforts made to include DBE/MBE businesses. VIII. ADDITIONAL INFOMATION. Metro COG may make information from previous Fargo-Moorhead area-wide traffic counts available to consultants upon request. IX. CONTACTUAL INFOMATION. 1) Metro COG reserves the right to reject any or all proposals or to award the contract to the next most qualified firm if the successful firm does not execute a contract within forty-five 45) days after the award of the proposal. Metro COG will not pay for any information contained in proposals obtained from participating firms. 2) Metro COG reserves the right to request clarification on any information submitted and additionally reserves the right to request additional information of one 1) or more applicants. 3) If, through any cause, the firm shall fail to fulfill in a timely and proper manner the obligations agreed to, Metro COG shall have the right to terminate its contract by specifying the date of termination in a written notice to the firm at least ninety 90) working days before 10

11 equest for Proposals FP) the termination date. In this event, the firm shall be entitled to just and equitable compensation for any satisfactory work completed. 4) Any agreement or contract resulting from the acceptance of a proposal shall be on forms either supplied by or approved by Metro COG and shall contain, as a minimum, applicable provisions of the equest for Proposals. Metro COG reserves the right to reject any agreement that does not conform to the equest for Proposal and any Metro COG requirements for agreements and contracts. 5) The firm shall not assign any interest in the contract and shall not transfer any interest in the same without prior written consent of Metro COG. X. TITLE VI ASSUANCES. Prospective consultants should be aware of the following contractual requirements regarding compliance with Title VI should they be selected pursuant to this FP: 1) Compliance with egulations. The Contractor shall comply with the regulations relative to nondiscrimination in federally-assisted programs of the U.S. Department of Transportation, 49 CF Part 21, as they may be amended from time to time hereinafter referred to as the egulations). 2) Nondiscrimination. The Contractor, with regard to the work performed by it, shall not discriminate on the grounds of race, color, national origin, sex, age, disability/handicap, or income status**, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate, either directly or indirectly, in the discrimination prohibited by Section 21.5 of the egulations, including employment practices when the contract covers a program set forth in Exhibit B of the egulations. 3) Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations, either by competitive bidding or negotiation, made by the Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor s obligations to Metro COG and the egulations relative to nondiscrimination on the grounds of race, color, national origin, sex, age, disability/handicap, or income status**. 4) Information and eports. The Contractor shall provide all information and reports required by the egulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by Metro COG or the North Dakota Department of Transportation to be pertinent to ascertain compliance with such egulations, orders, and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to Metro COG, or the North Dakota Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 11

12 equest for Proposals FP) 5) Sanctions for Noncompliance. In the event of the Contractor s noncompliance with the nondiscrimination provisions as outlined herein, Metro COG and the North Dakota Department of Transportation shall impose such sanctions as it or the Federal Highway Administration may determine to be appropriate, including but not limited to: a. Withholding of payments to the Contractor under the contract until the Contractor complies, and/or; b. Cancellation, termination, or suspension of the contract, in part or in whole. 6) Incorporation of Provisions. The Contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the egulations or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as Metro COG or the U.S. Department of Transportation, Federal Highway Administration, may direct as a means of enforcing such provisions, including sanctions for noncompliance provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation by a subcontractor or supplier as a result of such direction, the Contractor may request Metro COG enter into such litigation to protect the interests of the Metro COG; and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. ** The Act governs race, color, and national origin. elated Nondiscrimination Authorities govern sex, 23 U.S.C. 324; age, 42 U.S.C. 6101; disability/handicap, 29 U.S.C. 790; and low income, E.O

13 equest for Proposals FP) EXHIBIT A Cost Proposal Form Cost Proposal Form Include completed cost form see below) in a separate sealed envelope labeled Sealed Cost Form Vendor Name and submit with concurrently with the technical proposal as part of the overall FP response. The cost estimate should be based on a not to exceed basis and may be further negotiated by Metro COG up identification of the most qualified contractor. Changes in the final contract amount and contract extensions are not anticipated. EQUIED BUDGET FOMAT Summary of Estimated Project Cost 1. Direct Labor Hours x ate = Project Cost Total Name, Title, Function 0.00 x 0.00 = x = x = Subtotal = Overhead/Indirect Cost expressed as indirect rate x direct labor) Subcontractor Costs Materials and Supplies Costs Travel Costs Fixed Fee Miscellaneous Costs Total Cost =

14 equest for Proposals FP) EXHIBIT B - Debarment of Suspension Certification Background and Applicability In conjunction with the Office of Management and Budget and other affected Federal agencies, DOT published an update to 49 CF Part 29 on November 26, This government-wide regulation implements Executive Order 12549, Debarment and Suspension, Executive Order 12689, Debarment and Suspension, and 31 U.S.C note Section 2455, Public Law , 108 Stat. 3327). The provisions of Part 29 apply to all grantee contracts and subcontracts at any level expected to equal or exceed $25,000 as well as any contract or subcontract at any level) for Federally required auditing services. 49 CF b). This represents a change from prior practice in that the dollar threshold for application of these rules has been lowered from $100,000 to $25,000. These are contracts and subcontracts referred to in the regulation as covered transactions. Grantees, contractors, and subcontractors at any level) that enter into covered transactions are required to verify that the entity as well as its principals and affiliates) they propose to contract or subcontract with is not excluded or disqualified. They do this by a) Checking the Excluded Parties List System, b) Collecting a certification from that person, or c) Adding a clause or condition to the contract or subcontract. This represents a change from prior practice in that certification is still acceptable but is no longer required. 49 CF Grantees, contractors, and subcontractors who enter into covered transactions also must require the entities they contract with to comply with 49 CF 29, subpart C and include this requirement in their own subsequent covered transactions i.e., the requirement flows down to subcontracts at all levels). Instructions for Certification: By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. Suspension and Debarment This contract is a covered transaction for purposes of 49 CF Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined in 49 CF , or affiliates, as defined at 49 CF , are excluded or disqualified as defined at 49 CF and The contractor is required to comply with 49 CF 29, Subpart C and must include the requirement to comply with 49 CF 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the recipient. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the recipient, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CF 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this order. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contractor Signature of Authorized Official Date / / Name & Title of Contractor s Authorized Official 14

15 equest for Proposals FP) EXHIBIT C - Certification of estriction on Lobbying I, hereby certify on Name and Title of Grantee Official) behalf of that: Name of Bidder / Company Name) 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 any agency, a Member of Congress, and 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. If any funds other than Federal appropriated funds have been paid or will be paid to any person influencing or attempting to influence 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 in connection with the Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to eport Lobbying," in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers including sub-contracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.Code 1352 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. The undersigned certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of 31 U.S.C. Section 3801, et seq., are applicable thereto. Name of Bidder / Company Name Type or print name Signature of authorized representative Date / / Title of authorized official) 15

16 AV E A VE S S 60 ST N 40 ST N 30 ST N 2 ST N OAKPOT ST N 118 Buffer Private Schools Buffer Universties/Colleges 70 AVE N. Fargo-Moorhead Metropolitan Council of Governments 100 ST N 12 AVE S 43 AVE N HWY 75 N 148 HWY 10 STATE ST 70 ST N Glyndon 12 AVE S 110 ST S ST S 90 ST S 144 HWY ST S ST N 2 ST N 17 ST N 254 Buffer DGF Schools 50 ST N 1 ST N BOADWAY ST NW UNIVESITY D N 14 ST N 57 AVE N 90 ST N 7 ST NW 16 ST N 33 ST N Buffer Moorhead Schools AVE N ST N 64 EN 8 AV ? 2 2 A VE S ? AVE NW ST S HWY 10 DILWOTH AVE N P AM HWY AVE S AVE SW AV 43 ES MOOHEAD AVE N ST S 60 ST S 60 7 ST NE ST S 9 ST N 40 ST N ST N ST S 11 ST N 18 ST N 17 AVE S ST N 35 ST N 32 ST S 109 HWY ST S ST N 39 ST N 3 8 ST N AVE S 243? I ST S 23 AVE S 50 ST S ST S 217 Miles 1.1 Buffer Fargo Schools S ST S 5 ST N 10 ST NW 13 ST NW 37TH ST N 40 ST N TH AVE W AVE N T 36 S ND AVE W ST S 20 ST S 15TH ST W 45 ST S 15TH ST W TH ST W 47 ST N 45 ST N AVE N 23 ST S ed iver 28 IVE D S EE T T 25 ST S 17 ST S KANDI LN N 17 S 13TH AVE W 1 AVE N AVE N MAIN AVE E AVE E MAIN MAIN AVE AVE S 2ND AVE E ST S 21ST AVE W 37 ST N I29 WA LL S ST S 13TH AVE W I94 VE N 63 A ST S 26TH ST W 15TH ST W ST S 297 FAGO 38 ST S AVE N ST S 44 ST S ST S 2ND AVE NW WEST FAGO? 7TH AVE NE CENTE ST 4TH AVE NW 15 AVE N AVE N 12 AVE N Other Local oad Buffer West Fargo Schools 52 ST S 73 AVE N ST NW 38TH ST NW 12TH AVE NE 318 SHEYENNE DIVESION D 3D AVE NW 14 AVE N Collector 14 ST NE I94 43 ST N 57 ST N 165TH AVE SE 166TH AVE SE 9TH ST NW VE N 16 A 9TH ST NE 38TH ST NW 14TH ST NW AVE N Minor Arterial N 14TH AVE NE 12TH AVE NW Y8 HW US 36TH ST SE OLD TH AVE N AVE N VOODOO D N Principal Arterial, Interstate Principal Arterial, Other 4 ST S D I94 28TH ST N 19TH AVE NW I ND AVE N SE 37T H S T ST S TI N 44 AVE N TS A 2015 Metro-Wide Truck Counts 80 AVE N 45 ST N 45TH ST N 40 AVE N CO D 17 N 26TH ST NW M 32ND AVE NW 2015 Metro-Wide Vehicle Counts 34TH ST SE 20 ST N 40TH AVE N AVE N 32 ST N TH ST N Planned 2015 NDDOT / MNDOT Count Location 85 AVE N 80 AVE NW 64TH AVE N 52ND AVE N 57TH ST N AVE NW Legend Automatic Traffic ecorder? ST ST N 40TH AVE NW 90 AVE N 42 ST N 32ND ST SE 90 AVE NW 25 ST N 56TH AVE N 52ND AVE N CO D 31 N 64 AVE N 66TH ST N 105TH ST N 336 Exhibit D D CO 64TH AVE N 76 AVE N 37 ST N 93D ST N I29 31ST ST SE 33D ST SE 76TH AVE N 50 ST N 45TH ST N 76TH AVE N 7 ST N 30TH ST SE 15 ST NW I 94

17 AVE S AVE SW 47 AVE S TH AVE S HWY ST S 26 ST S AVE S AVE S 70 AVE SW 70 AVE S AVE S 76 AVE S 3 ST AVE S 21 W 80 AVE S 20 25TH ST S 3D ST N 70 AVE S 273 HIL LS IDE D 90 AVE S 50 ST S ST 19 ST S I29 173D AVE SE 172ND AVE SE 171ST AVE SE ST S BEND D E 110 AVE S I29 5TH ST S 8 ST S 118TH AVE S 175TH AVE SE UNIVESITY D S 25TH ST S ST S CO D 17 S H 36T TH AVE S? 105 AVE S 3 ST S 112TH AVE S AVE S Legend Metro-Wide Vehicle Counts 2015 Metro-Wide Truck Counts Principal Arterial, Interstate ND ST SE D ST SE Automatic Traffic ecorder Planned 2015 NDDOT / MNDOT Count Location Principal Arterial, Other 125 Minor Arterial Collector Other Local oad 120 AVE S 0 53D ST SE ed iver Miles 1.1. Buffer West Fargo Schools Buffer Fargo Schools Buffer Moorhead Schools Buffer DGF Schools Buffer Private Schools Buffer Universties/Colleges 77 ST S 21S T 70 ST S 3 9 ST S 42 S T S 45TH ST S 57TH ST S 8 2S TH AVE S 170TH AVE SE TH ST SE 50 AVE S Y5 HW 72ND ST S TH AVE S 328 S 81ST ST S 88TH AVE S TH AVE SE TH AVE S 88TH AVE S 100TH AVE S HOACE WALL AVE 48TH ST SE TH AVE S 70TH ST S BINK D 168TH AVE SE TH ST SE AVE SW 75TH ST S 69TH AVE S 45TH ST SE AVE S 50 ST S 76TH ST S 136 VISTO ST 44TH ST SE 14 ST S 243 S 43D ST SE AVE S 60TH AVE S ST 81ST ST S 52 AVE S HWY 75 S ST S 27 ST S TH ST S 324 VETEANS BLVD S 63 ST S 52ND AVE W I 94 I ST S ? 2S ST S 28 AVE S Y5 HW ST S 39 AVE S ST S 264 IV /2 AVE SE TH AVE SE AVE S I D AVE SE ST S 7TH ST E ST S ? ST S ST S 33 AVE S TH ST W 285 I ST S ST S ST S S T S HWY 75 S 15TH ST W A V E S 50 8 ST S 28 AV ES 30 A VE S 319 S ST S 23 AVE S 6 ST 320 I94? 17 AVE S ST S 19 AVE S 189 I29 9TH ST W 261 S HEYENNE ST 32ND AVE W 26TH ST W TH AVE W S 15TH ST W ND AVE W. T 36 S 20 ST S 21ST AVE W ST S S 17 S T 22 ST S 32 ST S 33 ST S 38 ST S 39 ST S Fargo-Moorhead Metropolitan Council of Governments

18 2015 Fargo Moorhead Metro Area Wide Traffic Counts Count ID No. Street Location Description Latitude Longitude Date & Time Set Up Date & Time Pick Up Within 1/4 mile of school Counter Type Counter Serial No. 1st 24 hr Volume 2nd 24 hr Volume 3rd 24 hr Volume optional) 4th 24 hr Volume optional) Average Volume ADT) Street Classification nd St S Just north of 17th Ave S /17/2015 8:37 A.M. 6/19/2015 8:40 A.M. No MetroCount 5600 U8029STW Collector % Example Adjustment Factor AADT Truck Count if necessary) % Trucks if necessary) Notes

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

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

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

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

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

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

Standard DOT Title VI Assurances

Standard DOT Title VI Assurances .. Standard DOT Title VI Assurances The Laredo Urban Transportation Study, Metropolitan Planning Organization (hereinafter referred to as the "Recipient) HEREBY AGREES THAT as a condition to receiving

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

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

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION I. PURPOSE REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION TERMS, CONDITIONS AND SPECIFICATIONS The Florida Department of

More information

Winston-Salem Urban Area Metropolitan Planning Organization Transportation Advisory Committee Action Request

Winston-Salem Urban Area Metropolitan Planning Organization Transportation Advisory Committee Action Request Winston-Salem Urban Area Metropolitan Planning Organization Transportation Advisory Committee Action Request Meeting Date: February 16, 2012 Agenda Item Number: 3 Action Requested: Approval of the Winston-Salem

More information

TITLE VI PLAN Adopted April 4, 2014

TITLE VI PLAN Adopted April 4, 2014 TITLE VI PLAN Adopted April 4, 2014 1 2 This page left blank intentionally II. Organization, Staffing and Structure A. Organizational Chart Reporting Relationships B. Staffing and Structure Executive

More information

Register, 2014 Commerce, Community, and Ec. Dev.

Register, 2014 Commerce, Community, and Ec. Dev. 3 AAC is amended by adding a new chapter to read: Chapter 109. Procurement Alaska Energy Authority Managed Grants. Article 1. Roles and Responsibilities. (3 AAC 109109.010-3 AAC 109109.050) 2. Source Selection

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

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

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION BID NUMBER: SOQ/DA-18/19-1 OPENING DATE: JUNE 22, 218 @ 2: P.M. I. PURPOSE REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION TERMS,

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

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE BID No. 2017-07 See, Attached List of City Owned Surplus Real Estate which is Available Bid Opening Date: January 26, 2018 at 2:00

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

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

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

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

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

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

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

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

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

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

MPO Staff Report Technical Advisory Committee: January 10, 2018 MPO Executive Board: January 17, 2018

MPO Staff Report Technical Advisory Committee: January 10, 2018 MPO Executive Board: January 17, 2018 MPO Staff Report Technical Advisory Committee: January 10, 2018 MPO Executive Board: January 17, 2018 RECOMMENDED ACTION: Approval of the RFP for Aerial Imagery Project. Matter of RFP for Aerial Imagery

More information

IT Department Invitation to Bid

IT Department Invitation to Bid For Shipment To: Michigan Works! Southeast ATTN: Daniel Childs 21 Care Drive Hillsdale, MI 49242 Bidder s Name: Bidder s Address: Bid Name: Due Date/Time: Instructions to Bidders Please read carefully

More information

Request for Proposal for Temporary Staffing Services #001. DATE: June 11, 2018

Request for Proposal for Temporary Staffing Services #001. DATE: June 11, 2018 Request for Proposal for Temporary Staffing Services #001 DATE: June 11, 2018 The Houston Food Bank Procurement 535 Portwall St Houston, TX, 77029 Phone (713) 547-8658 Email: HFBProcurement@houstonfoodbank.org

More information

City of Tustin Community Development Department REQUEST FOR PROPOSAL FOR AS-NEEDED BUILDING INSPECTION AND PLAN CHECK SERVICES

City of Tustin Community Development Department REQUEST FOR PROPOSAL FOR AS-NEEDED BUILDING INSPECTION AND PLAN CHECK SERVICES Community Development Department REQUEST FOR PROPOSAL FOR AS-NEEDED BUILDING INSPECTION AND PLAN CHECK SERVICES DEADLINE TO SUBMIT 5:00 p.m., October 5, 2016 I. PURPOSE The Building Division is seeking

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

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

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

TOWN OF PLAINFIELD, INDIANA TITLE VI NON-DISCRIMINATION PLAN 2018

TOWN OF PLAINFIELD, INDIANA TITLE VI NON-DISCRIMINATION PLAN 2018 TOWN OF PLAINFIELD, INDIANA TITLE VI NON-DISCRIMINATION PLAN 2018 206 W. Main Street Plainfield, Indiana 46168 (317) 839-2561 TOWN OF PLAINFIELD, INDIANA TITLE VI NON-DISCRIMINATION PLAN TABLE OF CONTENTS

More information

AGREEMENT FOR ADVERTISING SERVICES I. GENERAL

AGREEMENT FOR ADVERTISING SERVICES I. GENERAL 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,

More information

SCP Mini-RFP#: Ver 8/17/15 1

SCP Mini-RFP#: Ver 8/17/15 1 PROPOSED PROJECT: I-5 Rose Quarter Improvement DBE Outreach Project Information The purpose of the Project is to improve the safety and operations on I-5 between I- 405 and I-84, of the Broadway/Weidler

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

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

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION MFMP CONTRACT TERMS AND CONDITIONS

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION MFMP CONTRACT TERMS AND CONDITIONS STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION MFMP CONTRACT TERMS AND CONDITIONS OGC 07/13 Page 1 of 8 1. SERVICES AND PERFORMANCE Contract ( CR ) No.: Appropriation Bill Number(s) / Line Item Number(s)

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

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS (RFP) DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002 NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002 The Northwest Florida Water Management District, 81 Water Management

More information

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System Issued by: The City of Sandusky, Ohio Issued: October 16, 2013 Contact Person: Donald Rumbutis City of

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

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

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATIONS FOR DENSE GRADED AGGREGATES (M.D.O.T. SPEC. 22A) (M.D.O.T. SPEC. 23A) (M.D.O.T. SPEC. 22A SLAG) BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER

More information

KANSAS DEPARTMENT OF TRANSPORTATION HIGHWAY SAFETY PROJECT AGREEMENT Wichita Police Traffic Section Equipment

KANSAS DEPARTMENT OF TRANSPORTATION HIGHWAY SAFETY PROJECT AGREEMENT Wichita Police Traffic Section Equipment PARTIES: Secretary of Transportation Department of Transportation for the State of Kansas Eisenhower State Office Building 700 SW Harrison Street Topeka, KS 66603-3754 Hereinafter, referred to as the "Secretary."

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

TITLE DEPARTMENT OF ADMINISTRATION 1.1 PURPOSES AND POLICIES 220-RICR CHAPTER 30 - PURCHASES SUBCHAPTER 00 - N/A

TITLE DEPARTMENT OF ADMINISTRATION 1.1 PURPOSES AND POLICIES 220-RICR CHAPTER 30 - PURCHASES SUBCHAPTER 00 - N/A 220-RICR-30-00-01 TITLE 220 - DEPARTMENT OF ADMINISTRATION CHAPTER 30 - PURCHASES SUBCHAPTER 00 - N/A PART 1 - GENERAL PROVISIONS 1.1 PURPOSES AND POLICIES A. The intent, purpose, and policy of these Procurement

More information

CIRB PROJECT AGREEMENT - (NOT TO EXCEED) (4/26/2017) --- RESOLUTION NO.

CIRB PROJECT AGREEMENT - (NOT TO EXCEED) (4/26/2017) --- RESOLUTION NO. CIRB PROJECT AGREEMENT - (NOT TO EXCEED) (4/26/2017) RESOLUTION NO. --- APPROVED OCT 0 8 2018 BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF TULSA COUNTY, OKLAHOMA: THAT, WHEREAS it is in the best

More information

Notice to Interested Parties

Notice to Interested Parties COUNTY OF EL PASO 500 E. San Antonio, Suite PU500 El Paso, Texas 79901 (915) 546-2048 (915) 546-8180 Fax Notice to Interested Parties Sealed Request for Proposals (RFP) will be received at the County Purchasing

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

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

Certifications. Form AD-1047 (1/92)

Certifications. Form AD-1047 (1/92) Form AD-1047 (1/92) Certifications The following instructions and forms are included for informational purposes only. Certifications are accomplished by signing Form CSREES-2002, Proposal Cover Page. Please

More information

REQUEST FOR PROPOSAL for the SINGLE AUDIT OF THE STATE OF NEVADA

REQUEST FOR PROPOSAL for the SINGLE AUDIT OF THE STATE OF NEVADA LEGISLATIVE COUNSEL BUREAU AUDIT DIVISION REQUEST FOR PROPOSAL for the SINGLE AUDIT OF THE STATE OF NEVADA For the years ending JUNE 30, 2014, 2015, 2016 and 2017 RELEASE DATE: January 10, 2014 DUE DATE:

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

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

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

Summary. Project Objectives. Background

Summary. Project Objectives. Background Summary Request for Proposals for Design Engineering and Construction Services Iowa City Water Distribution Pressure Zone Improvements Project 2019 Iowa City, Iowa The City of Iowa City is soliciting proposals

More information

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT FOR ARCHITECTURAL AND RELATED SERVICES IN RELATION TO THE 2016 BOND ISSUE

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

ORDINANCE BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF POLK COUNTY, FLORIDA THAT:

ORDINANCE BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF POLK COUNTY, FLORIDA THAT: ORDINANCE 06-24 AN ORDINANCE OF THE POLK COUNTY BOARD OF COUNTY COMMISSIONERS TO BE ENTITLED THE "POLK COUNTY PROCUREMENT ORDINANCE"; SETTING FORTH THE ORDINANCE'S APPLICATION AND EXCLUSIONS; INCORPORATING

More information

RFP Milestones, Instructions, and Information

RFP Milestones, Instructions, and Information This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,

More information

TRAFFIC SIGNAL CONTROLLER UPGRADE/RETIMING PROJECT NO FEDERAL PROJECT NO. CML-5008(098) FEDERAL AID CONTRACT BIDDERS CHECKLIST CITY OF STOCKTON

TRAFFIC SIGNAL CONTROLLER UPGRADE/RETIMING PROJECT NO FEDERAL PROJECT NO. CML-5008(098) FEDERAL AID CONTRACT BIDDERS CHECKLIST CITY OF STOCKTON TRAFFIC SIGNAL CONTROLLER UPGRADE/RETIMING PROJECT NO. 10-12 FEDERAL PROJECT NO. CML-5008(098) FEDERAL AID CONTRACT BIDDERS CHECKLIST CITY OF STOCKTON Did you complete and properly sign: This Bidders Checklist

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

RFP Milestones, Instructions, and Information

RFP Milestones, Instructions, and Information This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,

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

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

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

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director May 18, 2017

More information

ALL AGENCY GENERAL CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on December 13, 2017

ALL AGENCY GENERAL CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on December 13, 2017 ALL AGENCY GENERAL CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on December 13, 2017 These guidelines (the General Contract Guidelines ) apply to the Metropolitan Transportation Authority ("MTA"),

More information

REQUEST FOR PROPOSAL. Aerial Photography Services 2016

REQUEST FOR PROPOSAL. Aerial Photography Services 2016 Page 1 of 16 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Aerial Photography Services 2016 Proposal Closing Friday, March

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

1.000 Development Permit Procedures and Administration

1.000 Development Permit Procedures and Administration CHAPTER 1 1.000 Development Permit Procedures and Administration 1.010 Purpose and Applicability A. The purpose of this chapter of the City of Lacey Development Guidelines and Public Works Standards is

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 3 TO LEASE AGREEMENT EXHIBIT A TAMPA INTERNATIONAL AIRPORT UNITED STATES POSTAL SERVICE

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 3 TO LEASE AGREEMENT EXHIBIT A TAMPA INTERNATIONAL AIRPORT UNITED STATES POSTAL SERVICE HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 3 TO LEASE AGREEMENT EXHIBIT A TAMPA INTERNATIONAL AIRPORT UNITED STATES POSTAL SERVICE BOARD DATE:, 2016 Prepared by: Hillsborough County Aviation

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

Request for Qualifications (RFQ) for Engineering/Architectural/Surveying Services - Cover Letter

Request for Qualifications (RFQ) for Engineering/Architectural/Surveying Services - Cover Letter Request for Qualifications (RFQ) for Engineering/Architectural/Surveying Services - Cover Letter 12/06/17 Re: Proposed Contract Funding for the 2016 CDBG Disaster Recovery through GLO Community Development

More information

CITY OF WINSTON-SALEM FORSYTH COUNTY, NORTH CAROLINA REQUEST FOR LETTERS OF INTEREST/STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

CITY OF WINSTON-SALEM FORSYTH COUNTY, NORTH CAROLINA REQUEST FOR LETTERS OF INTEREST/STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES CITY OF WINSTON-SALEM FORSYTH COUNTY, NORTH CAROLINA REQUEST FOR LETTERS OF INTEREST/STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES THE CITY OF WINSTON-SALEM DESIRES TO ENGAGE A PRIVATE

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2016-2017-18 AGGREGATE The Etowah County Commission is soliciting

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

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED BEDFORD COUNTY R E Q U E S T F O R P R O P O S A L S CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED PUBLIC

More information

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016 TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016 Ordinance-to amend and reenact Chapter 30 (Finance & Taxation), Article VIII (Fiscal Procedures), Division 2 (Procurement), of the Herndon Town Code,

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

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services Request for Proposal Number: O-2016-1 IPERS will receive sealed proposals until 3:00

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

Notice to Interested Parties

Notice to Interested Parties COUNTY OF EL PASO 500 E. San Antonio, Suite PU500 El Paso, Texas 79901 (915) 546-2048 (915) 546-8180 Fax Notice to Interested Parties Sealed Request for Proposals (RFP) will be received at the County Purchasing

More information

PARK HILL SCHOOL DISTRICT NUTRITION SERVICES DEPARTMENT 8500 NW Riverpark Drive Pillar 116 Parkville, MO Phone/Fax / 4099

PARK HILL SCHOOL DISTRICT NUTRITION SERVICES DEPARTMENT 8500 NW Riverpark Drive Pillar 116 Parkville, MO Phone/Fax / 4099 PARK HILL SCHOOL DISTRICT NUTRITION SERVICES DEPARTMENT 8500 NW Riverpark Drive Pillar 116 Parkville, MO 64152 Phone/Fax 816 359 4090/ 4099 Invitation for Bid 80 Quart Mixer Bid Due Date: Thursday, February

More information

ADVERTISEMENT FOR BID Section Page 1 of 6

ADVERTISEMENT FOR BID Section Page 1 of 6 Section 00 0010 - Page 1 of 6 Sealed bids will be received by the Connecticut Airport Authority (CAA) by submitting a bid electronically through www.ebidexchange.com/ctairports. The CAA will not accept

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

Albany County. Title VI Plan

Albany County. Title VI Plan Albany County Title VI Plan Honorable Daniel P. McCoy, Albany County Executive September, 2016 TABLE OF CONTENTS PAGE I. Title VI Nondiscrimination Civil Rights Policy Statement 3 II. Title VI Assurances

More information

KENTUCKY EDUCATIONAL DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS. for. Guaranteed Energy Savings Contracts. Addendum #1

KENTUCKY EDUCATIONAL DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS. for. Guaranteed Energy Savings Contracts. Addendum #1 702 KAR 4:160 KENTUCKY EDUCATIONAL DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS for Guaranteed Energy Savings Contracts Addendum #1 School District Name: School District Address: Project: Price Contract

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2018-2019-05 UNFINISHED TRAFFIC SIGNS AND POSTS The Etowah

More information

Montana Legislative Lobbyist Services

Montana Legislative Lobbyist Services City of Missoula Request for Qualifications Montana Legislative Lobbyist Services November, 2012 Request for Proposal Table of Contents SECTION 1: GENERAL INFORMATION SECTION 2: OBJECTIVES SECTION 3: INFORMATION

More information

OFFEROR S ASSERTION OF COMMERCIALITY. Part No(s) and Description(s) Supplier s Name:

OFFEROR S ASSERTION OF COMMERCIALITY. Part No(s) and Description(s) Supplier s Name: 2 OFFER S ASSERTION OF COMMERCIALITY Part No(s) and Description(s) Supplier s Name: DO YOU ASSERT COMMERCIATLITY? (see FAR 2.101 for the definition of commercial item): YES: (COMPLETE REMAINDER OF FM)

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

PURCHASING ORDINANCE

PURCHASING ORDINANCE PURCHASING ORDINANCE TABLE OF CONTENTS Page Number I. GENERAL PROVISIONS 7 1.1 Purpose 7 1.2 Applicability 7 1.3 Severability 7 1.4 Property Rights 7 1.5 Singular-Plural Gender Rules 7 1.5.1 Singular-Plural

More information

COUNTY OF LOUISA, VIRGINIA

COUNTY OF LOUISA, VIRGINIA COUNTY OF LOUISA, VIRGINIA INVITATION FOR BID (IFB) FOR CONSTRUCTION OF TWO PRE-ENGINEERED METAL BUILDINGS IFB# ED-17-02 OCTOBER 4, 2016 Issue Date: October 4, 2016 INVITATION FOR BID (IFB) IFB# ED-17-02

More information

CITY OF WINSTON-SALEM FORSYTH COUNTY, NORTH CAROLINA

CITY OF WINSTON-SALEM FORSYTH COUNTY, NORTH CAROLINA CITY OF WINSTON-SALEM FORSYTH COUNTY, NORTH CAROLINA REQUEST FOR LETTERS OF INTEREST/STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES THE CITY OF WINSTON-SALEM DESIRES TO ENGAGE A PRIVATE

More information

CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION BIDDER/PROPOSER: CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION PRIMARY COVERED TRANSACTIONS MUST BE COMPLETED BY BIDDER FOR CONTRACT VALUE

More information