REQUEST FOR PROPOSALS SECURITY SERVICES LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA)
|
|
- Aron Solomon Harrell
- 5 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSALS SECURITY SERVICES LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA) JUNE, 2017
2 REQUEST FOR PROPOSALS SECURITY AND CUSTOMER SERVICES The LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA) is seeking proposals from qualified professionals to provide Security services for the Allentown Transportation Center for a five- (5) year agreement subject to annual renewal. Proposals will be accepted at LANTA's offices at 1060 Lehigh Street, Allentown, PA until 2:00 p.m., prevailing time, Wednesday, July 26, Proposers will be required to comply with all applicable non-discrimination, integrity and lobbying laws and regulations and to certify they are not on the Comptroller General's list of ineligible contractors. LANTA solicits and encourages disadvantaged business enterprise participation. DBE's shall be afforded full consideration of their response and will not be subject to discrimination. LANTA reserves the right to postpone, to accept or reject any and all proposals, in whole or in part, or to waive informalities as it deems to be in its best interest. Proposals shall be submitted electronically via the PennBid Program, and are due by 2:00pm., prevailing time, on Wednesday, July 26, All Details and documents are available at no cost on PennBid ( All inquiries shall be submitted via the Questions feature within PennBid. Owen P. O Neil Executive Director LANTA
3 I. INTRODUCTION/PROJECT DESCRIPTION The Lehigh and Northampton Transportation Authority is a municipal authority that provides fixed route bus service and shared-ride demand responsive services throughout Lehigh and Northampton Counties. In September, 2007, LANTA opened the Allentown Transportation Center (ATC) at 6 th and Linden Streets in downtown Allentown as an intermodal transfer center for its passengers. The facility includes a multi-level parking garage operated by the Allentown Parking Authority and an outside area featuring four platforms which passengers will be transferring from buses. There is space to all buses to enter the facility to board and alight passengers. The facility also includes retail/commercial space along the northern and eastern side. The lower level includes a protected waiting area for passengers with public restrooms, vending machines, and ticket/pass sales office. With the open access to the transit level and parking levels, LANTA is concerned with the security of the facility and the need to have a security presence at all times. To this end, the facility will be equipped with a closed-circuit video recording system throughout the transit and waiting areas. The transit currently operates from 5:00 AM to midnight, Monday through Saturday, 6:00 AM to 7:30 PM, Sunday, but security coverage will be for 24 hours per day/7 days per week, subject to change with notice, subject to change with notice. We invite proposals to provide for professional qualified Security Services for the ATC.
4 II. SCOPE OF WORK LANTA solicits proposals from qualified professionals to provide for the Allentown Transportation Center. Services to be provided shall be in accordance with appropriate standards and practices in the security industry. Security services are required for the entire building and will consist of one (1) unarmed, uniformed officer on duty at least 12 hours per day/7day per week or as may be scheduled by LANTA. Upon request, LANTA staff will be made available to meet to show design layouts of the facility of the ATC up to seven days prior to the proposal due date. The successful proposer must meet the following qualifications: General Business Qualifications 1. Maintain a full service office in the Lehigh Valley Area. 2. Provide portable radio communications between guard and twentyfour hour security company dispatch center/office. 3. Provide an on-duty staff of supervisors available to randomly monitor guard and customer service agent performance and respond within thirty minutes after notification to assist guards as needed. 4. Have at least ten years experience in providing professional security services and provide Dun & Bradstreet number or Financial Statement. 5. Must furnish three personal management references and three corporate references including names, addresses and telephone numbers. Security Officer Qualifications include, but may not be limited to: 1. Minimum of 25 years of age. 2. High school diploma or GED. 3. Understand, read, speak and write English well. Comprehension of Spanish should be considered as a strong attribute. 4. Drug and alcohol free (evidence of passing pre-employment drug screen available upon request). 5. No criminal record (Act 34 and 151 clearances required) 6. Present a clean, well-groomed professional appearance. 7. Have a courteous, friendly business-like attitude to general public. 8. Have good verbal and written communication skills. 9. Must be in good general health without physical defects or abnormalities that would interfere with performance of security duties. 10. Ability to stand or walk for entire shift, climb stairs and run when required. 11. Must have no vision or hearing impairment that would interfere with performance of security duties. 12. Security company is responsible for supplying all uniforms, equipment and report forms. 13. Security company shall bear the costs of providing medical insurance
5 for all full-time employees. Security Officer Duties, include but may not be limited to the following: 1. Perform foot patrols of interior and exterior of building. 2. Interact with LANTA staff, drivers, and general public. 3. Detect and report illegal activities and violations of LANTA regulations. 4. Interact with local police, Parking Authority personnel, etc. 5. Maintain high visibility during hours of operation. 6. Maintain radio contact with company dispatch center. 7. Write clear, concise reports of daily activities including incident reports 8. Report any unusual occurrences to appropriate LANTA staff. 9. Monitor video surveillance equipment and maintain daily operation of surveillance equipment. 10. Unlock passenger waiting area in morning and lock-up at night during normal operating hours.
6 III. PROPOSAL REQUIREMENTS One (1) original and two (2) copies of the proposal shall be submitted no later than 2:00 p.m., prevailing time, Wednesday, July 26, 2017, and should be addressed to: Mr. Randy Flyte, Director of Maintenance & Materials Lehigh and Northampton Transportation Authority 1060 Lehigh Street Allentown, Pa Proposals should be brief, but concise and include the following elements: 1. Firm name, business address, telephone number, name of contact person. 2. Description of the firm's history, size and specialty area, if any. 3. Any information, which you believe, will help us evaluate your firm. 4. The scope and focus of your firm s overall services. 5. A statement of qualifications of the firm, its ability to perform the requested services, and its specific experience with public authorities and local governments. 6. An organization chart and brief resumes of the supervisors and employees assigned to perform services, including documentation of training received in safety and security. 7. A list of five (5) references that can be contacted. References should be of similar size to LANTA and include any public authorities or local governments currently doing business with the proposer. 8. Annual cost to provide services including, hourly costs for employees assigned to the LANTA, ATC and detailed budget breakdown. 9. An official authorized to bind the offer must sign the proposal. Proposal must be valid for a period of ninety (90) days.
7 IV. GENERAL PROVISIONS A. Schedule The following is the expected schedule of activities associated with this RFP: 1. Request for Proposals Advertised June 23, Proposals due July 26, Interviews with Selected Firms to be determined 4. Award of Contract August 10, Starting Date (tentative) September 1, Annual Contract Renewals September of each year B. Contract and Compensation Method Following the selection of a qualified firm to perform Security services, a contract for professional services will be negotiated. This contract or Agreement shall be a five (5) year agreement. Contractor shall invoice LANTA monthly for services provided. V. EVALUATION AND CRITERIA All proposals received will be reviewed and evaluated. It may be necessary to call in two or more firms for an interview to further discuss the submitted proposal. The following areas of consideration will be used by LANTA in making the selection. Each area is to be addressed through submissions included in this written proposal. a. Understanding the project: The firms understanding of the objectives in asking for the services or undertaking of the project, and the nature and scope of the work involved will be reviewed. b. Qualifications of the Firm. The ability of the firm to meet the terms of the RFP will be considered, especially the quality, relevancy of similar projects completed by the submitter. The financial capacity of the firm and the adequacy of insurance coverage is part of this criteria. c. Personnel The competence of personnel who are assigned to the job by the firm is an
8 essential element. Qualifications of personnel will be measured by the experience on projects similar to that described in the RFP. d. Availability The proposers ability to respond to LANTA s time constraints. This will include proximity to the Lehigh Valley. e. Disadvantaged Business Enterprise The proposers efforts to include the DBE participation in the project will be considered. f. Cost While proposal costs will be weighted heavily, it will not be the deciding factor in the selection process. VI. Proposal Submission Material All submitted proposals shall include the following forms: a. Signed and completed cost proposal b. Signed affidavit of Non-Collusion c. Signed Certification on Restrictions on lobbying d. Certification of Primary participation regarding debarment, suspension, and other responsibility matters e. Certification of Lower-Tier participants regarding debarment, suspension, and other ineligibility and voluntary exclusion. VI. INSURANCE The contractor shall submit with their proposal a certificate of insurance setting further coverage amounts for property and liability, workers comp.etc. Each certificate shall require that notice be given thirty (30) days prior to cancellation or material change in the policy to LANTA. The proposer agrees to defend any and all suits brought against LANTA by any employee of them or other person (whether employed by LANTA or otherwise) for damage alleged or claimed to have been caused by, through, or in connection with the installation, existence, use, or exercise of the rights and privileges herein granted to the proposer including, but without limiting the generality of the foregoing to, maintenance, presence,
9 operation, and all related and incidental equipment. The proposer agrees to indemnify and save LANTA from and against all claim or claims arising out of the installation, existence, use, or exercise of the rights and privileges herein granted to the proposer, including but without limiting the generality of the foregoing to the maintenance, presence, operation, and all related and incidental equipment, and to pay, liquidate, and discharge any and all claims or demands (including all costs or suit and reasonable attorney s fees) for injury, loss, or damage to any and all persons or property caused by growing out of, or incidental, to the installation existence, use or exercise of the rights and privileges herein granted to the proposer, including but without limiting the generality of the foregoing of the maintenance, presence, operation, and use of any or all equipment. Nothing herein shall be construed to require the proposer to pay or settle any such claim prior to judgment, unless it chooses to do so. In the event of any incident, the proposer shall give immediate notice thereof to LANTA. In the event of any claim against LANTA ensuing here from, LANTA shall notify promptly the proposer.
10 COST PROPOSAL SHEET SECURITY SERVICES LANTA FOR ALLENTOWN TRANSPORTATION CENTER 6 th and Linden Streets Allentown, Pa July 26, 2017 COMPANY NAME: Supplies the following price proposal. I/we recognize that LANTA may negotiate with all proposers whose initial price proposal is in the competitive range. We further recognize that LANTA may accept the prices as written below. This proposal shall remain in effect for sixty (60) days. Time frame Monthly Charge Yearly Charge September 1, 2017 to August 31, 2018 September 1, 2018 to August 31, 2019 September 1, 2019 to August 31, 2020 September 1, 2020 to August 31, 2021 September 1, 2021 to August 31, 2022 Name of Individual, partnership, corporation : Address : Authorized person : (please print) Signature: Title : Date:
11 Affidavit of Non-Collusion LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY AFFIDAVIT AND INFORMATION REQUIRED OF BIDDERS I hereby swear (or affirm) under penalty of perjury: 1. That I am the bidder (if the bidder is an individual), a partner of the bidder (if the bidder is a partnership), or an officer or employee of the bidding corporation, have authority to assign on its behalf (if the bidder is a corporation); 2. That the attached bid or bids have been arrived at by the bidder independently, and have been submitted without collusion with, and without any agreement, understanding or planned common course of action with any other vendor of materials, supplies, equipment or services described in the invitation to bid, designed to limit independent bidding or competition; 3. That the contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person not an employee or agent of the bidder or its surety on any bond furnished with the bid or bids, and will not be communicated to any such person prior to the official opening of the bid or bids; and 4. That I have fully informed myself regarding the accuracy of the statements made in this affidavit. Ineligible Contractors The hereby certifies that it is / is not (underscore one) included on the United States Comptroller General's Consolidated List of Persons or Firms Currently Debarred for Violations of Various Public Contracts Incorporated Labor Standards Provisions. Signed Subscribed and sworn to before me this day of, 20. Firm Name Notary Public My Commission Expires, 20 Bidder's E. I. Number (Number used on Employer s Quarterly Federal Tax Return) EXHIBIT A
12 State of PA official seal (All Contracts) 1. Contractor shall not discriminate against any employee, applicant for employment, independent contractor or any other person because of race, color, religious creed, ancestry, national origin, age or sex. Contractor shall take affirmative action to insure that applicants are employed and that employers or agents are treated during employment without regard to their race, color, religious creed, ancestry, national origin, age or sex. Such affirmative action shall include but not be limited to: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff termination; rates of pay or other forms of compensation; and selection for training. Contractor shall post, at conspicuous places available to employees, agents, applicants for employment and other persons, a notice to be provided by the contracting agency setting forth the provisions of this nondiscrimination clause. 2. Contractor shall, in advertisements or requests for employment placed by it or on its behalf, state that all qualified applicants will receive consideration for employment without regard to race, color, religious creed, ancestry, national origin, age, or sex. 3. Contractor shall send each labor union or workers representative with which it has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of its commitment to this nondiscrimination clause. Similar notice shall be sent to every other source of recruitment regularly utilized by Contractor. 4. It shall be no defense to a finding of noncompliance with this nondiscrimination clause that Contractor had delegated some of its employment practices to any union, training program, or other source of recruitment which prevents it from meeting its obligations. However, if the evidence indicates that the Contractor is not on notice of the third-party discrimination or shows a good faith effort to correct it, such factor shall be considered in mitigation in determining appropriate sanctions. ineligible for further Commonwealth contracts, and other sanctions may be imposed and remedies invoked. 7. Contractor shall furnish all necessary employment documents and records to, and permit access to, its books, records, and accounts by the contracting agency and the Office of Administration, Bureau of Affirmative Action, for purposes of investigation to ascertain compliance with the provisions of this clause. If Contractor does not possess documents or records reflecting the necessary information requested, it shall furnish such information on reporting forms supplied by the contracting agency or the Bureau of Affirmative Action. 8. Contractor shall actively recruit minority subcontractors or subcontractors with substantial minority representation among their employees. 9. Contractor shall include the provisions of this nondiscrimination clause in every subcontract, so that such provisions will be binding upon each Subcontractor. 10. Contractor obligations under this clause are limited to the Contractor's facilities within Pennsylvania or, where the contract is for purchase of goods manufactured outside of Pennsylvania, the facilities at which such goods are actually produced. (FIRM NAME) BY (SIGNATURE AND TITLE) (DATE) 5. Where the practices of a union or any training program or other source of recruitment will result in the exclusion of minority group persons, so that Contractor will be unable to meet its obligations under this nondiscrimination clause, Contractor shall then employ and fill vacancies through other nondiscriminatory employment procedures. 6. Contractor shall comply with all state and federal laws prohibiting discrimination in hiring or employment opportunities. In the event of Contractor's noncompliance with the nondiscrimination clause of this contract, or with any such laws, this contract may be terminated or suspended, in whole or in part, and Contractor may be declared temporarily
13 CERTIFICATION OF RESTRICTIONS ON LOBBYING I,, (name and title of Contractor) hereby certify on behalf of that: (name of contractor) (1) 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, 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 of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for 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 this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying, in accordance with its instructions. (3) The Lehigh and Northampton Transportation Authority shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contract 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 is 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 section 1352, title 31, U.S. Code. 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. Executed this day of, 20. By (signature of authorized official) EXHIBIT C (title of authorized official)
14 CERTIFICATIONS OF PRIMARY PARTICIPANT REGARDING DEBARMENT. SUSPENSION, AND OTHER RESPONSIBILITY MATTERS The Primary Participant (applicant for an FTA grant, or cooperative agreement, or potential contractor for a major third party contract),, certifies to the best of its knowledge and belief, that it and its principals: 1. are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 2. have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and 4. have not within a three-year period preceding this application / proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. (If the primary participant (applicant for an FTA grant, or cooperative agreement, or potential contractor), is unable to certify to any of the statements in this certification, the participant shall attach an explanation to this certification.) THE PRIMARY PARTICIPANT (APPLICANT FOR AN FTA GRANT, OR COOPERATIVE AGREEMENT, OR POTENTIAL CONTRACTOR FOR A MAJOR THIRD PARTY CONTRACT),, 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. SECTIONS 3801 ET SEQ. ARE APPLICABLE THERETO. Signature and Title of Authorized Official The undersigned chief legal counsel for the (entity) hereby certifies that the (entity) has authority under State and Local law to comply with the subject assurances and that the certification above has been legally made. Date Signature of Applicant's Attorney EXHIBIT D
15 CERTIFICATION OF LOWER-TIER PARTICIPANTS REGARDING DEBARMENT, SUSPENSION, AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION The Lower Tier Participant (potential sub-grantee or sub-recipient under an FTA project, potential third party contractor, or potential subcontractor under a major third party contract), certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (If the Lower Tier Participant [potential sub-grantee or sub-recipient under an FTA project, potential third party contractor, or potential subcontractor under a major third party contractor], is able to certify to any of the statements in this certification, such participant shall attach an explanation to this proposal). THE LOWER-TIER PARTICIPANT (POTENTIAL SUB-GRANTEE OR SUBRECIPIENT UNDER AN FTA PROJECT, POTENTIAL THIRD PARTY CONTRACTOR, OR POTENTIAL SUBCONTRACTOR UNDER A MAJOR THIRD PARTY CONTRACT),, 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. SECTIONS 3801 ET SEQ. ARE APPLICABLE THERETO. Signature and Title of Authorized Official The undersigned chief legal counsel for the (entity) hereby certifies that the (entity) has authority under State and Local law to comply with the subject assurances and that the certification above has been legally made. Date Signature of Applicant's Attorney EXHIBIT E
16 FEDERAL NONDISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY CLAUSES (All Federal Aid Contracts) (see photocopy)
17
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 informationU.S. DEPARTMENT OF AGRICULTURE. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions
U.S. DEPARTMENT OF AGRICULTURE Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions This certification is required by the regulations implementing
More informationX. 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 informationFEDERAL 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 informationBACKGROUND: 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 informationCERTIFICATION 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 informationCertifications. 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 informationAGREEMENT 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 informationBid & 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 informationPersons submitting this form should refer to the regulations referenced below for complete instructions:
Certification of Drug-Free Work Environment Certifications Regarding Debarment, Suspension and Other Responsibility Matters, Drug-Free Workplace Requirements and Lobbying Persons submitting this form should
More informationASSOCIATION 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 informationOffice 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 informationAttachment 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 informationH. 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 information2 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 informationATTACHMENT 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 informationCITY 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 informationRequired 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 informationRequest 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 informationLETTER 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 informationContract 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 informationEastern 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 informationVendor Certifications and Representations
Vendor Certifications and Representations The vendor represents and certifies as part of its proposal/quotation that: (Please check or complete all applicable boxes or blocks and initial each page at the
More informationEXECUTIVE 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 informationREPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS
REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS NOTE: If the offeror has registered at the SAM (System For Award Management) site https://www.sam.gov for the Federal representations and certifications,
More informationCITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT
CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT REQUEST FOR QUALIFICATIONS: GENERAL CONTRACTORS SPECIALIZING IN ELECTRICAL, PLUMBING, ROOFING, LEAD HAZARD CONTROL, AND NEW RESIDENTIAL CONSTRUCTION FOR
More informationBROCKTON 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 informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS FORENSIC EXAMINATION SERVICES September 5, 2014 REQUEST FOR PROPOSALS FORENSIC EXAMINATION SERVICES The County of Lackawanna Transit System (COLTS), the public transportation provider
More informationSAMPLE. 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 informationWASHINGTON COUNTY PUBLIC SCHOOLS Downsville Pike, Hagerstown, Maryland 21740
WASHINGTON COUNTY PUBLIC SCHOOLS 10435 Downsville Pike, Hagerstown, Maryland 21740 MANDATORY BID/PROPOSAL AFFIDAVIT COMAR 21.05.08.07 Bidder shall complete and submit this bid/proposal affidavit to the
More informationFEDERAL 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 informationOffice of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS
LEGAL & AUTHORIZING SIGNATURES Updated April 25, 2018 Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS Agency Name: Telephone: Web Address: Primary Mailing Address/City/State/Zip:
More informationDESIGN - BUILD PROPOSAL OF
DESIGN - BUILD PROPOSAL OF (Proposer's Firm Name) (Prequalified Name, if Applicable) (Proposing Firm's Physical Address - City - State -- Zip) F.E.I.D. No. Telephone No. FAX No. Email Address for constructing
More informationMARYLAND STATE TREASURER LOUIS L. GOLDSTEIN TREASURY BUILDING ANNAPOLIS, MARYLAND 21401
NANCY K. KOPP TREASURER BERNADETTE T. BENIK DIRECTOR OF OPERATIONS MARYLAND STATE TREASURER LOUIS L. GOLDSTEIN TREASURY BUILDING ANNAPOLIS, MARYLAND 21401 May 7, 2009 Re: Request for Proposals for General
More informationNEW 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 informationGeneral 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 informationAPPENDIX A INITIAL TECHNICAL PROPOSAL FORMS. 3. Acknowledgement of Receipt of Addenda Form
APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS 1. Transmittal Letter 2. Bid/Proposal Affidavit 3. Acknowledgement of Receipt of Addenda Form 3. MBE Attachment M1-A This form MUST be provided or the Proposal
More informationATTACHMENT A. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES (applicable if an MBE goal is set)
ATTACHMENT A BID/PROPOSAL AFFIDAVIT Page 1 of 7 A. AUTHORIZED REPRESENTATIVE I HEREBY AFFIRM THAT: I am the (title) and the duly authorized representative of (business) and that I possess the legal authority
More informationSCOTT 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 informationOctober 17, Dear Vendors: Reference: RFQ No. FY Subject: Enterprise Risk Management Evaluation
October 17, 2018 Dear Vendors: Reference: RFQ No. FY19-17106 Subject: Enterprise Risk Management Evaluation AAMVA is hereby requesting quotes on Enterprise Risk Management assessment. Please make sure
More informationGeneral 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 informationCompetitive 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 informationInterstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD
Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD 20850 301-984-1908 www.potomacriver.org Request for Proposal A Review of the Potomac River Low Flow Allocation
More informationINSTRUCTIONS 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 informationQUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner
QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC
More informationMinnesota Department of Health Tribal Governments Grant Agreement
Instructions for completing this form are in blue and bracketed. Fill in every blank and delete all instructions, including these instructions, before sending this document to Financial Management for
More informationSection 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 informationADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS
ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS This addendum modifies or interprets the proposal documents by additions,
More informationNotice 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 informationand ments Repre Page 1 of 122 RFP No Operations
ATTACHMENT C Repre esentations, Certifications, and Other Statem ments of Offerors/Bidders Page 1 of 122 REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEM ENTS OF OFFERORS/BIDDERS The following forms shall
More informationINSTRUCTIONS 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( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE
BRIDGE D-401 AGRMT No: (8.12.2005) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE THIS AGREEMENT, numbered in COMMONWEALTH files, made and entered into this day of, by and between
More informationCERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION CONTRACTS/SUBCONTRACTS
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION CONTRACTS/SUBCONTRACTS This certification is required by the regulations implementing Executive Order 12549, Debarment
More informationREQUEST 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 informationHousing Authority of the Cherokee Nation REQUEST FOR BIDS
Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS Solicitation #2015-001-025 Background Check Services Bid Due Date: Tuesday November 25th, 2014 at 10:00 A.M. Housing Authority
More informationBOROUGH 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 informationATTACHMENT ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM
ATC ID Number: ATTACHMENT 3.4.3.2 ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM ATC Name-Description: OFFEROR: DATE ATC SUBMITTED: NOTE: ATC Summary shall be limited to four pages, 12-pt font, single
More informationREQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL/ENGINEERING SERVICES FOR SHERMAN INDEPENDENT SCHOOL DISTRICT
REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL/ENGINEERING SERVICES FOR SHERMAN INDEPENDENT SCHOOL DISTRICT The Sherman Independent School District ( SISD ) is seeking the professional services of
More informationRecitals. Grant Agreement
If you circulate this grant agreement internally, only offices that require access to the tax identification number AND all individuals/offices signing this grant agreement should have access to this document.
More informationQUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088
QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES
More informationFor additional information contact: Casey Covington
LEGAL NOTICE RFQ FOR ENGINEERING SERVICES ---------------------------------------------------------------------------------------------------------- REQUEST FOR QUALIFICATIONS -- Notice is hereby given
More informationRequest for Qualifications RFQ #
Professional Engineering, Surveying and Environmental Continuing Contract Services Request for Qualifications RFQ #2018-02 Facilities & Operations St. Johns County School District 3740 International Golf
More informationStandard 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 informationREQUEST FOR PROPOSAL. No Ruby Training Services. July American Association of Motor Vehicle Administrators
REQUEST FOR PROPOSAL No. 16-076 Ruby Training Services July 2017 American Association of Motor Vehicle Administrators Table of Contents 1. INTRODUCTION... 2 1.1. PURPOSE AND BACKGROUND... 2 1.2. OBJECTIVE...
More informationInvitation 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 informationCherokee Nation
Cherokee Nation www.cherokee.org REQUEST FOR BIDS 2018-2019 Two (2) Quad Cab 4x4 Trucks Bid Due Date: November 2, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION
More informationREQUEST 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 informationREQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO.
REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP001-19 ADDENDUM NO. 2 JANUARY 7, 2019 ALL BIDDERS MUST ACKNOWLEDGE RECEIPT
More informationEnhanced 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 informationRequest 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 informationREQUESTS 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 informationState of Florida PUR 1001 General Instructions to Respondents
State of Florida PUR 1001 General Instructions to Respondents Contents 1. Definitions. 2. General Instructions. 3. Electronic Submission of Responses. 4. Terms and Conditions. 5. Questions. 6. Conflict
More informationCERTIFICATION FORMS FORM 1 OF 3 CERTIFICATION & SWORN STATEMENT PURSUANT TO SECTION (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
FORM 1 OF 3 CERTIFICATION & SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES 1. This sworn statement and certification is submitted to CareerSource Palm Beach
More informationMINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS
MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS SAMPLE THIS MASTER GRANT CONTRACT, and amendments and supplements thereto, is between the State of Minnesota, acting through
More informationAppendix 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 informationREQUEST 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 informationRULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL
RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING
More informationCITY OF SAN ANGELO REQUEST FOR PROPOSALS
CITY OF SAN ANGELO REQUEST FOR PROPOSALS Parks & Recreation Putt-Putt Golf Course SUBMISSION FORMS RFP No: PK-01-14 City of San Angelo 72 West College Avenue San Angelo, Texas 76902 CITY OF SAN ANGELO
More informationNotice 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 informationRequest 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 informationAGREEMENT 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 informationButler 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 informationFebruary 7, Dear Vendors: Reference: RFQ No. FY Video Services for Law Enforcement. Subject: Video Production Services
February 7, 2018 Dear Vendors: Reference: RFQ No. FY18-046 Video Services for Law Enforcement Subject: Video Production Services AAMVA is hereby requesting quotes on the following services below. Please
More informationTown of Hooksett. ADMINISTRATION DEPARTMENT Dean E. Shankle, Jr., Ph.D., Town Administrator
Town of Hooksett ADMINISTRATION DEPARTMENT Dean E. Shankle, Jr., Ph.D., Town Administrator REQUEST FOR PROPOSAL RFP Bid # 18-06 Proposal for MUNICIPAL LEGAL SERVICES Acceptance Date: 10:00 am Friday, June
More informationDeadline 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 informationEnhanced 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 information31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3,
31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3, 2012 1.03 BOARD OF TRUSTEES OF COMMUNITY COLLEGE DISTRICT NO. 508 COUNTY OF COOK AND STATE OF ILLINOIS RESOLUTION TO AMEND DEBARMENT
More informationLEGAL NOTICE - ADVERTISEMENT FOR BID
LEGAL NOTICE - ADVERTISEMENT FOR BID The Brick Township Municipal Utilities Authority, County of Ocean, State of New Jersey, will receive sealed bids for: SENSUS METERING EQUIPMENT AND APPURTENANCES All
More informationPROVISO TOWNSHIP HIGH SCHOOLS DISTRICT W. Roosevelt Road Forest Park, IL
PROVISO TOWNSHIP HIGH SCHOOLS DISTRICT 209 8601 W. Roosevelt Road Forest Park, IL 60130 708-338-5956 Subject: Chemical Waste Disposal Services Bid No: 6-272016 July 20, 2016 ATTENTION BIDDERS: The Board
More informationREQUEST 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 informationREQUEST FOR PROPOSALS (RFP) # B TO LEASE KCATA S FACILITY LOCATED AT 39 TH AND TROOST AVENUE IN KANSAS CITY, MISSOURI
REQUEST FOR PROPOSALS (RFP) #18-7044-59B TO LEASE KCATA S FACILITY LOCATED AT 39 TH AND TROOST AVENUE IN KANSAS CITY, MISSOURI Date: June 1, 2018 Contact: Denise Adams, Procurement Manager Kansas City
More informationRequest 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 informationTRAFFIC 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 informationREQUEST FOR PROPOSAL. No PowerShell Training Services. July American Association of Motor Vehicle Administrators
REQUEST FOR PROPOSAL No. 16-077 PowerShell Training Services July 2017 American Association of Motor Vehicle Administrators Table of Contents 1. INTRODUCTION... 2 1.1. PURPOSE AND BACKGROUND... 2 1.2.
More informationArchitectural 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 informationButte 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 informationHOME SEWAGE TREATEMENT SYSTEMS INSTALLATIONS (HSTS) AN OHIO ENVIRONMENTAL PROTECTION AGENCY (OEPA) FUNDED PROJECT ADMINISTERED BY:
HOME SEWAGE TREATEMENT SYSTEMS INSTALLATIONS (HSTS) AN OHIO ENVIRONMENTAL PROTECTION AGENCY (OEPA) FUNDED PROJECT ADMINISTERED BY: LUCAS COUNTY REGIONAL HEALTH DISTRICT, dba TOLEDO-LUCAS COUNTY HEALTH
More informationREQUEST FOR PROPOSAL Youth Sports Officiating Services
REQUEST FOR PROPOSAL 2018 Youth Sports Officiating Services SUBMITTAL DEADLINE 3:00pm on February 5, 2018 Any questions regarding this submission of the Request for Proposal shall be submitted to the City
More informationTITLE 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 informationCITY 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