REQUEST FOR PROPOSAL

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL"

Transcription

1 REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO STUDENT TRANSPORTATION SERVICES Detailed Proposal Information is Available on District Website Bid Closing Date: Tuesday, February 24, 2015 Bid Closing Time: 2:00 PM CST Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal. 1

2 REQUEST FOR PROPOSAL STUDENT TRANSPORTATION SERVICES The Park Hill School District (DISTRICT) is seeking proposals from qualified providers (CONTRACTOR) to furnish comprehensive student transportation services beginning July 1, Sealed proposals will be received by the Director of Operations at the Support Services office located at 8500 NW River Park Drive pillar 116, Parkville, MO on Tuesday, February 24, 2015 at 2:00 PM. Proposals will be opened at that time. Once the evaluation process is complete, the information will be available to all who responded. Said proposals must conform to the specifications and instructions. The DISTRICT reserves the right to reject any and all proposals and to waive informalities. Proposals must be returned on the form(s) provided, with Transportation Proposal clearly on the label. A proposal must consist of all pages of the proposal request including the signature page of the proposal, signed by an authorized representative of the firm. Non conformance with these instructions may be grounds for rejection of proposal. Faxed or e mailed proposals will not be accepted. Late proposals will be rejected, unopened and returned. Jim Rich Director of Operations Park Hill School District 8500 NW River Park Dr. pillar 116 Parkville, MO

3 Contents REQUEST FOR PROPOSAL STUDENT TRANSPORTATION SERVICES... 2 PRE PROPOSAL MEETING... 4 RFP SCHEDULE... 4 INTERVIEWS... 4 GENERAL TERMS AND CONDITIONS... 5 SPECIAL CONDITIONS... 7 Intent... 7 Contract Period... 7 Pricing... 7 Copies... 7 Insurance... 7 Contract Award... 7 Negotiations... 7 References... 8 Alternate Pricing... 8 Attachments... 8 DISTRICT AND TRANSPORTATION SERVICES INFORMATION... 9 SPECIFICATIONS FOR PROVIDING PUPIL TRANSPORTATION ATTACHMENTS Attachment A Bus Fleet Attachment B School Information Attachment C Sample Invoice Attachment D Bid Forms Attachment E Monthly Compliance Report REQUIRED FORMS Federal Work Authorization Program ( E Verify ) Addendum Federal Work Authorization Program Affidavit

4 PRE PROPOSAL MEETING A pre proposal meeting will be held on Tuesday, January 27, 2015 at 2:00 PM CST in the Support Services office. Bid specifications and answers to contractors questions will be reviewed and discussed. Faxed or ed questions will only be accepted prior to the Pre Proposal Meeting. The questions will be addressed at the Pre Proposal meeting. CONTRACTORs will be allowed to submit questions until 3:00 PM CST, Monday, January 26, All questions and answers will be provided to all CONTRACTORs at the pre proposal meeting. Questions may be submitted via fax: (816) or richj@parkhill.k12.mo.us. RFP SCHEDULE January 14, 2015 January 26, 2015 January 27, 2015 February 24, 2015 March 2, 2015 March 12, 2015 RFP specifications available for distribution RFP questions due by 3:00 PM CST Pre Proposal meeting 2:00 PM CST RFP due by 2:00 PM CST Interviews with bus contractor (if needed) Recommend CONTRACTOR to Board of Education for approval INTERVIEWS The District may choose to schedule interviews with selected CONTRACTORS after review of the submitted proposals. Interviews will be held on March 2,

5 GENERAL TERMS AND CONDITIONS 1. Variances or conflicts between the General Terms and Conditions and the Special Conditions and Specifications outlined in the solicitation, the Special Conditions and Specifications shall prevail. 2. The CONTRACTOR must respond to this RFP by submitting all data required herein in order for its proposal to be evaluated and considered for award. Failure to submit such data shall be deemed sufficient cause for disqualification of the proposal from further consideration for award. 3. CONTRACTORS are required to state exactly what they intend to furnish the DISTRICT in response to this solicitation and must indicate in writing any variances to the terms, conditions, and specifications of this proposal, no matter how slight. If variations are not stated in the CONTRACTOR S proposal, it shall be conclusively presumed that the CONTRACTOR s proposal fully complies with all conditions identified in this RFP. No variation shall become part of the contract, unless it is specifically accepted by the DISTRICT in writing. 4. The DISTRICT shall issue a written addendum to this RFP, if substantial changes are made which impact the submission of proposals. All addendums must be signed by a duly authorized employee of the DISTRICT. A copy of the addendum will be ed to each CONTRACTOR receiving the solicitation and posted on the district website. The CONTRACTOR shall certify its acknowledgement of the addendum by signing the addendum and returning it with the CONTRACTOR S proposal. In the event of conflict between the original RFP and an addenda, the addenda shall control. Subsequent addenda shall govern over prior addenda. 5. The CONTRACTOR is advised that the ONLY official position of the DISTRICT is that position which is stated in writing and issued by the Director of Operations as an RFP and any amendments or addenda thereto. No other means of communication, whether oral or written, shall be construed as a formal or official response or statement. 6. The Proposal must contain a manual signature of an authorized agent of the CONTRACTOR in the space provided on the proposal forms. If the CONTRACTOR s authorized agent fails to sign and return the proposal form; its bid shall be non-responsive and shall not be considered. 7. The CONTRACTOR by affixing its signature to its proposal certifies that the proposal is made without previous understanding, agreement, or connection, either with any persons, firms or corporations offering the same items, or with the DISTRICT. The CONTRACTOR also certifies that its proposal is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. 8. The proposal must be typed or legibly printed in ink. The use of erasable ink is not permitted. An authorized agent of the CONTRACTOR must initial all corrections made by the CONTRACTOR. 5

6 9. The proposal form shall be sealed in an envelope and Transportation Proposal CLEARLY marked on the front of the envelope. 10. Late proposals received after the date and time set forth in the bid opening shall be considered nonresponsive and returned unopened to the CONTRACTOR. 11. Modifications to a proposal may only be made by written notice on company letterhead and must be received prior to the time and date set for the opening. Each modification submitted must be in a sealed envelope and have the CONTRACTOR S name and return address and the title of the proposal clearly marked on the face of the envelope. The modification must contain a manual signature of an authorized agent of the CONTRACTOR. 12. If more than one modification is submitted, the modification bearing the latest date of receipt by the DISTRICT will be considered valid. 13. Proposals may be withdrawn prior to the time and date set for opening. Any such request must be made in writing on company letterhead and signed by the authorized officer of the CONTRACTOR. 14. The DISTRICT reserves the right, before making an award, to investigate whether the qualifications or services offered by the CONTRACTOR meet the requirements set forth in the RFP to ensure proper performance of the contract. The DISTRICT reserves the right to waive any defects and informalities in any proposal, to reject any and all proposals, take any or all proposals under advisement, or to accept any proposal as may be deemed in the best interest of the DISTRICT. 15. The DISTRICT reserves the right to consider historic information and fact, whether gained from CONTRACTOR S submission in response to the RFP, question and answer conference, references, or any other source, in the evaluation process of this RFP. 16. CONTRACTORs shall not include federal, state or local excise or sales taxes in their proposal prices, as the DISTRICT is exempt from payment of such taxes. 6

7 SPECIAL CONDITIONS Intent The intent of this Request for Proposal is to acquire Student Transportation Services for the DISTRICT. Contract Period This contract is effective July 1, 2015 through June 30, 2018 with two (2) year not to exceed percentage increase option years. The DISTRICT will have the option to extend the contract to a 6 th year and beyond pending negotiations between the DISTRICT and the CONTRACTOR. Such extensions shall be under the same terms and conditions as the initial term of the contract, or as such contract has been amended as provided for herein. Pricing CONTRACTORs shall provide a firm price for years one, two and three of the contract and a not to exceed percentage for years 4 and 5. Pricing must be shown on the enclosed bid forms. Copies CONTRACTORs must submit an original hardcopy of the proposal and an electronic version (PDF format) of their proposal on a flash/thumb USB drive, including all information or documents requested. Insurance See Specifications, #40. The successful CONTRACTOR must submit a certificate of Insurance within ten (10) business days after notice to proceed. Contract Award This contract will be awarded to the CONTRACTOR, judged by the DISTRICT, submitting the best overall proposal in accordance with the specifications and all required documents. The DISTRICT reserves the right to reject any and all proposals based upon its sole discretion. considered for award. Any non-responsive proposals will not be Negotiations The DISTRICT may or may not conduct negotiations of technical aspects of the proposals and/or prices after reviewing all proposals submitted. These negotiations will only be with the CONTRACTOR whom the DISTRICT is considering for award of this contract. Post-proposal negotiations may be conducted jointly with representatives of the DISTRICT and CONTRACTOR s representatives. The CONTRACTORsS representative shall be qualified and empowered with the authority for answering and giving administrative and technical/price clarifications relative to the proposal. 7

8 References Please provide a listing of all school districts in which the CONTRACTOR has provided similar services in Missouri or states that are contiguous to Missouri. The following information is to be provided for each school district: name of district, address, telephone number, number of students in the district, number of eligible riders, number of years CONTRACTOR has provided services in the district and the name of an appropriate administrator who will have knowledge of the transportation program. Alternate Pricing The alternate pricing would assume the DISTRICT will furnish the facility for transportation. This would include the land, building with furnishings, technology hardware items and any attached fixtures for the maintenance area. The maintenance and upkeep of the facility would be the responsibility of the DISTRICT. Attachments A - Bus Fleet, a list for the school year. B School Information, each school s start/dismissal times, school names, addresses and grades served. C Sample Invoice D -- Bid Forms 8

9 DISTRICT AND TRANSPORTATION SERVICES INFORMATION The DISTRICT consists of an enrollment of approximately 10,750. The DISTRICT will transport any student who requests transportation. On an average day approximately 6,000 students will use transportation services. Currently, approximately 310 special needs students ride in specially equipped vehicles to assigned schools within the DISTRICT. Currently, there are 17 different building locations in a 71 square mile area of the DISTRICT that house students. Additional demographic information on the DISTRICT can be obtained at >> District Information >> Demographic Profile. The CONTRACTOR will be responsible for providing bus transportation for the DISTRICT S Special Education and Regular Education Summer School session. Summer school is usually a period of 23 or 24 days beginning early to mid-june. Summer school 2014 used eighteen buses for Special Education and 63 full size buses running single routes for Regular Education. Total days of regular school are 178. School day start times are staggered, with secondary schools starting approximately one hour earlier than elementary schools and dismissing approximately one hour earlier. For school year , total miles traveled in the DISTRICT was approximately 1,231,254 miles. The fleet consists of 148 busses. Special Needs/Early Childhood Special Education (ECSE) currently utilizes 26 of these busses with 7 having wheelchair lifts. A Single route consists of picking up students at home, dropping them off at school and returning to base. A Double route consists of picking up students at home, dropping them off at school; continue to pick up students at home and dropping them off at another school, then returning to base. The DISTRICT may choose to adopt a three route system during the life of this contract but currently does not have any in place. In a Double route system there would be little or no Triple routes. In a Triple route system there would be little or no Double routes. The DISTRICT will pay the current CONTRACTOR approximately $5.8 million for student transportation services during the school year. ECSE routes are district-wide with currently 1 location and consisting of 8 morning and 8 afternoon routes. In , approximately 61 ECSE students utilize these routes. These are Monday, Tuesday, 9

10 Thursday, Friday routes. Ridership typically grows as the year progresses. ECSE also runs 11 mid-day routes with 55 students. The Russell Jones Education Center is a district-wide K-12 school. In the school year, busing was provided for approximately 37 total students. (6 buses). The Vocational Education routes operate from Park Hill High School and Park Hill South High School during regular scheduled class times throughout the day. Northland Career Center is located in Platte City approximately 12 miles from Park Hill High School and 18 miles from Park Hill South High School. Special Education programs are located in four (4) elementary schools, one (1) middle school and both high schools that require specialized transportation. Currently there are 11 buses in those programs. Bus monitors are used on all special needs and Early Childhood routes. During , 21 monitors were required. Bussing for the Gifted Program involves all 10 elementary schools. The sites may change year to year. In general, students from one or two schools are transported to and from another site for the program. Currently we transport to 4 elementary sites. This is a four day per week program. Transportation will be considered a shuttle when it is from one facility within DISTRICT boundaries to another within our district boundaries. Intramural routes consist of middle school age students (grades 6-8). Intramural routes run on Tuesday and Thursday generally September through December and January through April from their school and dropping them at neighborhood stops (abbreviated routes). Reading Club consists of elementary students and run Monday and Wednesday. They start generally late September and run through December and again January through March. Reading Club also runs neighborhood routes. 10

11 SPECIFICATIONS FOR PROVIDING PUPIL TRANSPORTATION 1) The CONTRACTOR shall furnish bus transportation to all students of the DISTRICT for whom the DISTRICT shall order such service. This shall include but not be limited to, transportation to and from school and supplemental transportation. Subject to the other provisions contained herein the CONTRACTOR shall provide the following basic school bus transportation services: a) Provide transportation to and from school for all students enrolled in Pre-Kindergarten through grade 12 who request transportation in the attendance area in which they reside. b) Provide transportation for all orthopedically handicapped students and special needs students from their residence to and from the school in which they attend. As a general rule the bus will stop for students included in subparagraphs a) and b) above at points which will require no pupil to walk more than ½ mile. Dead end streets or roads, or other unusual situations may result in an exception to this rule. The final decision is the DISTRICT s. 2) All students shall be provided with a seat on the bus. The number of students transported on any bus shall not exceed 80% the manufacturer s rated capacity for buses transporting elementary school students (K-5). The number of students transported on any bus shall not exceed 66% manufacturer s rated capacity for buses transporting students in grades The number of students transported on any bus shall not exceed Missouri Department of Elementary and Secondary Education Guidelines. In all cases, the number of students assigned to ride any bus must be acceptable to the DISTRICT. 3) The parties understand and agree that the DISTRICT makes no guarantee or any assurance to the CONTRACTOR of the number of students within the DISTRICT who will be or become passengers of the service provided by the CONTRACTOR. 4) Any proposals submitted shall be in accordance with the Pupil Transportation Laws of the State of Missouri and Regulations and Standards of the Missouri Department of Elementary and Secondary Education. 5) All data pertaining to the Park Hill School District schools such as mileage and headcount reports, routing information, etc., shall be the property of the District. 6) Under the terms of this contract, CONTRACTOR agrees to perform and provide equipment and personnel necessary for the specified transportation service for the five year period beginning with the school year and ending with the school year. 11

12 7) The vehicles used for transporting pupils shall meet all the requirements of the Missouri Department of Elementary and Secondary Education and the laws of the State of Missouri at all times. Said vehicles or buses shall be subject to inspection at all times, as to the condition of the buses and overloading, by school officials of the DISTRICT, law enforcement agencies, or any person designated by the Board of Education to inspect same. Any vehicle not meeting these requirements shall be immobilized until the requirements have been met. 8) A sufficient number of vehicles shall be operated so as to necessitate no pupil being on the bus longer than 45 minutes in route to school or home from school. Exceptions to the 45 minute ride time can only be made with the approval of the DISTRICT. Students shall arrive at school no more than twenty minutes prior to the official starting time for that school. The return trip shall begin not more than ten minutes after the official dismissal time for that school. The starting and dismissal time for all schools shall be determined by the DISTRICT. 9) The CONTRACTOR shall provide the transportation herein designated each school day of the school year as established by the DISTRICT. School closings for inclement weather shall be determined by school officials with input from the CONTRACTOR. 10) The CONTRACTOR agrees that sufficient extra buses shall be provided and available in the DISTRICT in order to meet normal and emergency breakdowns, accommodate shuttles, field and athletic trips, mechanical failures, emergency situations and any supplementary services that may be required by the DISTRICT. A minimum of 15 buses shall be provided. In addition, CONTRACTOR shall supply extra buses exclusively for prime time activity trips. A minimum of 15 activity buses shall be provided. All spare/activity buses shall be equipped and maintained in the same manner as regular route buses. Spare buses cannot be counted in the activity bus category and vice versa. Monthly compliance reports will be provided to DISTRICT by the CONTRACTOR by the end of the first full week of the month specifying filled positions (with employee names) and bus counts as of the first day of the month. 11) The CONTRACTOR acknowledges and agrees that the fleet of regular route vehicles used in the performance of the contract will be comprised of a combination of sixty-five (65) passenger, seventyone (71), or seventy-two (72) passenger school buses. Refer to Attachment A for the current bus fleet. All buses operated by the CONTRACTOR shall be powered by diesel engines, with no bus older than twelve (12) years, and the CONTRACTOR agrees to maintain the average age of buses at no more than seven (7) years of age. Conventional body style buses are preferred. CONTRACTOR s Manager and DISTRICT s Director of Operations will meet and agree on vehicle replacements at an appropriate time each year. CONTRACTOR agrees to meet the following fleet requirements and replacement schedule for full size buses before the first day of school for each of the following school years: must provide a minimum of fifteen (15) 2015 model conventional body style buses. 12

13 must replace fifteen (15) agreed upon buses with 2016 conventional style buses must replace fifteen (15) agreed upon buses with 2017 conventional style buses must replace fifteen (15) agreed upon buses with 2018 conventional style buses must replace fifteen (15) agreed upon buses with 2019 conventional style buses. Any buses included in the above schedule shall meet the following guidelines: 71 or 72 passenger Crossing arm Front and rear stop arms White reflective roof Tinted windows Acoustical ceilings Power mirrors Heated mirrors Non-functioning AM/FM radio All small buses will have front and rear air conditioning and heat 12) CONTRACTOR will provide a GPS system to track bus activity. Effective no later than August 10, 2015, CONTRACTOR shall equip all buses with GPS. GPS must be capable of, at a minimum, tracking and recording a bus location, speed, idling time and any additional measurement that would be beneficial for the safe and timely transportation of students. The system used must also be capable of producing path reports for any and all buses, and transmitting data to CONTRACTOR and DISTRICT during routes. The GPS software will be installed on up to three (3) DISTRICT computers. The CONTRACTOR will be responsible for all costs associated with the GPS system which must be approved by the DISTRICT prior to implementation. 13) CONTRACTOR shall equip all buses with a student tracking system (Zonar ZPass or equivalent) to accurately identify ridership in real-time. The purchase, installation and maintenance of this system will be the sole responsibility of the CONTRACTOR. 14) CONTRACTOR shall supply two (2) service vehicles for the use of CONTRACTOR s staff. One to be used as a safety vehicle and one to be used as a service truck. These vehicles shall meet the fleet age requirements above. 15) The CONTRACTOR s transportation software must have a certified Student Information Framework (SIF) agent and the software needs to be SIF compliant. The transportation software must be able to import student information from Pearson PowerSchool and export any bus information from their 13

14 system to Pearson PowerSchool. CONTRACTOR will provide within their proposal the name of the transportation software and indicate whether it is SIF compliant. The Director of Operations or his/her designee must have access to the system. The current transportation contractor uses Versatran as the computer routing program. This software is Student Information Framework (SIF) compliant. The district expects exported files to be processed and returned with accurate transportation data for each student (i.e. bus stops) by CONTRACTOR within one business day of receipt, up to three times a week. 16) All routes and schedules must be approved by the DISTRICT. The DISTRICT reserves the right to revise routes or schedules at any time during the school year. 17) The Director of Operations is recognized as the duly appointed agent of the DISTRICT in coordinating routes and schedules and in dealing with the CONTRACTOR on behalf of the DISTRICT for purposes of this Contract. 18) The CONTRACTOR shall furnish the DISTRICT at the beginning of each school year printed itineraries of all approved routes before transporting students. The CONTRACTOR and the Director of Operations shall make any necessary changes to the bus routes in order to accommodate the needs of the DISTRICT. Any route operated without a current route itinerary on file with the DISTRICT may be subject to non-payment. 19) The CONTRACTOR shall have written approval of the Director of Operations prior to adding a bus once the initial routing has determined the number of buses required to transport eligible students. 20) The CONTRACTOR must explain in their proposal how they would minimize the number of substitute drivers who replace route drivers that are assigned to Charter routes. The DISTRICT views DISTRICT routes as a priority. 21) The CONTRACTOR shall furnish each driver with a printed route itinerary that indicates all pick-up locations, times, directions between pick-ups and school destinations, as well as student names at each designated pick-up point within a time frame mutually agreed upon between the DISTRICT and CONTRACTOR. A current route itinerary shall be on each bus while transporting students, as well as on file with the DISTRICT. 22) The CONTRACTOR shall furnish load count sheets to the DISTRICT for every route by the end of the first full week of each month. 23) CONTRACTOR s route driver shall conduct a minimum of 2 practice runs of all A.M. and P.M. routes at the actual time of day the route is to be run while picking up and delivering students to and from their home prior to the first day of school. Any new driver after the first day of school shall conduct a minimum of 2 practice runs of the A.M. and P.M. routes prior to transporting students on the route. The 14

15 CONTRACTOR shall not be compensated for the practice runs. Practice runs shall be continued until the District is satisfied with the route s timing and efficiency of the route. 24) Immediately after the last student gets off the bus at the end of any trip, whether it be unloading students at school, dropping off the last student in the afternoon, unloading students on a field trip, activity trip, etc., the driver shall walk to the back of the bus, check for students and any items remaining on the bus. CONTRACTOR will describe in their response the methods they use for child check. 25) The CONTRACTOR must obtain prior approval from the DISTRICT for any changes in regular transportation to student pick-up times, locations or routes. 26) Buses shall at all times be operated by qualified drivers. The CONTRACTOR shall insure that all drivers meet the following standards: a) Have a good driving record b) Not have any type of conviction related to manufacturing and/or distribution of a controlled substance c) No felony drug conviction d) No misdemeanor drug convictions related to personal use and/or possession if the conviction is less than 5 years old e) No felony within the past 5 years f) No felony that is related to violence g) No-one with a felony who is still on active supervision or on parole h) Possess good mental and physical health, as shown by approved health certificates i) Exhibit conduct that will be a positive influence on students j) Meet all standards specified in the Missouri State Transportation Laws and Regulations and Standards of the Missouri Department of Elementary and Secondary Education. 27) CONTRACTOR shall employ a driver that is assigned to each regularly run route. All drivers shall drive in a careful and prudent manner, exercising at all time the highest degree of care, and observing and complying with all rules of the road and traffic regulations. Monthly compliance reports will be provided to DISTRICT by the CONTRACTOR by the end of the first full week of the month specifying filled positions (with employee names) and open positions as of the first day of the month. 28) The CONTRACTOR agrees to notify both the Director of Operations and also the Principal of the school or schools serviced by any bus that is involved in an accident, or an accident involving injury to any person. Notification shall be made within 15 minutes after the accident has occurred. 29) Spare/sub drivers shall be employed and shall be scheduled to work each scheduled school day to 15

16 ensure that no bus fails to operate on schedule as a result of driver absences. In no case shall the number of spare drivers be less than fifteen (15). The full time management staff and mechanics are not to be counted. Monthly compliance reports will be provided to DISTRICT by the CONTRACTOR by the end of the first full week of the month specifying filled positions (with employee names) and open positions as of the first day of the month. 30) CONTRACTOR shall employ and schedule daily five (5) driver trainers who are not counted as a spare or management staffing. The trainers are required to perform a minimum of two (2) check rides per semester per driver, check rides as requested by the DISTRICT and help with more difficult behavior routes. Monthly compliance reports will be provided to DISTRICT by the CONTRACTOR by the end of the first full week of the month specifying filled positions (with employee names) and open positions as of the first day of the month. CONTRACTOR shall also employ fifteen (15) designated trip drivers who are not included in any other category. Monthly compliance reports will be provided to DISTRICT by the CONTRACTOR by the end of the first full week of the month specifying filled positions (with employee names) and open positions as of the first day of the month. 31) The Manager and Dispatcher are not to be used as spare drivers except in an extreme emergency case, as approved by the DISTRICT. The CONTRACTOR shall have at least two employees remaining in the office for the purpose of answering the telephone and maintaining radio contact with the drivers. 32) The DISTRICT reserves the right to request removal of any employee of the CONTRACTOR under this contract and any driver of questionable habit, skill or character shall be replaced when requested by the DISTRICT. 33) The CONTRACTOR shall insure that all drivers have received comprehensive and thorough training, including actual bus driving experience, prior to transporting students. Regular training sessions for all drivers shall be conducted in the areas of safety, discipline on the bus, and emergency procedures. A written description of the driver training program shall be developed by the CONTRACTOR and provided to the DISTRICT included with this proposal. The program must be acceptable to the DISTRICT. 34) Bus drivers shall be responsible for the maintenance of discipline on buses. Serious and/or continuous disciplinary problems shall be reported to the principal of the school in which the student is enrolled. The DISTRICT may discontinue the right of service for any student for any period of time. Under no circumstances shall transportation be denied to any passenger if such transportation is requested by the DISTRICT. CONTRACTOR will follow DISTRICT s guidelines regarding disciplinary procedures. 35) The CONTRACTOR shall supply trained bus monitors when requested by the DISTRICT to be available for the morning and afternoon runs. Bus monitors shall be trained to perform the following duties: a) Help maintain order loading and unloading students at school. 16

17 b) Work with the bus driver as a team to maintain discipline and ensure a safe environment on the bus; record and report all inappropriate behavior, injuries, accidents, and incidents involving students. c) Sit at the back of the bus or behind all students on the bus. d) Be familiar with transportation policies and procedures. e) Assist students with activities they cannot do themselves, such as fastening seatbelts, securing wheel chairs, and any other special devices. 36) All buses will be equipped with SEON live digital camera systems provided by the CONTRACTOR. All buses shall have a minimum of 3 live cameras for the purpose of recording while the buses are operational. The video must show accurate date and time. At no time will a bus operate with students on board without a live digital camera system. It is the DISTRICT s preference that the CONTRACTOR only allow designated staff to disarm/disconnect/power off any and all parts of the digital camera system. 37) The CONTRACTOR is responsible for all costs associated with installation, maintenance, reviewing and managing requests from DISTRICT personnel as it relates to the digital camera system. 38) All buses must be pre-trip checked daily. All mechanical problems must be reported to the appropriate personnel. Any bus that may be unsafe to drive must be placed out of commission until such issues/problems are repaired and the bus is determined safe for travel. 39) All buses shall be maintained in excellent mechanical condition to provide consistently safe transportation. In no case shall the number of Mechanics be less than one for each 25 buses operated including spares and trip buses. A maintenance supervisor is required and not to be included in the ratio. The CONTRACTOR shall furnish to the DISTRICT any and all maintenance records of its buses for inspection at any time. The DISTRICT shall have the right to inspect any of the buses at any time, and may require the removal of any bus from service that does not meet the performance standards of the DISTRICT. The DISTRICT may require that seat belts be installed on any or all buses. Any additional costs for same shall be negotiated between the parties. Monthly compliance reports will be provided to DISTRICT by the CONTRACTOR by the end of the first full week of the month specifying filled positions (with employee names) and open positions as of the first day of the month. 40) CONTRACTOR shall, at its expense, procure and keep in force during the entire term of this Agreement, public liability and property damage liability insurance protecting DISTRICT, its board, officers, employees and agents, and CONTRACTOR, its drivers and other personnel. CONTRACTOR shall, so long as available at reasonable prices from standard markets in the property and casualty insurance industry, provide limits of liability of not less than Five Million Dollars ($5,000,000.00). 17

18 Combined Single Limit for bodily injury and damage to property. CONTRACTOR agrees to provide DISTRICT a certificate of insurance evidencing such coverage and designating DISTRICT as an additional insured. All insurance policies shall provide that no coverage shall be cancelled except by thirty (30) days written notice to CONTRACTOR and DISTRICT. CONTRACTOR shall provide DISTRICT with evidence of Workers Compensation coverage in the amount required by law. 41) The CONTRACTOR shall make and furnish such reports as may be required or requested by the DISTRICT or by the Missouri Department of Elementary and Secondary Education. 42) All vehicles operating under this Contract shall be equipped with an immediate means of communication to the CONTRACTOR s office or base of operations by a two-way radio network system. The wattage power of the base station and the mobile radio units shall be sufficient with 95% operability a distance ten (10) miles beyond the farthest boundary of the school district location from the transmitting tower. Due to the elevation changes within the DISTRICT, remote repeaters may be necessary. 43) The CONTRACTOR shall provide at least ten (10) spare mobile two-way radio units to insure that communication with each vehicle shall be continuous. 44) The CONTRACTOR agrees to employ an office staff consisting of at least the following personnel: a) A full-time resident Manager who shall be a person experienced and qualified in school district transportation b) A full-time Operations/Assistant Manager c) A full-time Head Dispatcher d) A full-time Activity Trip Coordinator/Dispatcher e) A full-time Safety Manager f) A full-time Administrative Assistant g) A full-time Dedicated Router h) A full-time Shop Manager i) A full-time Assistant Dispatcher j) A full-time Safety Road Supervisor Monthly compliance reports will be provided to DISTRICT by the CONTRACTOR by the end of the first full week of the month specifying filled positions (with employee names) and open positions as of the first day of the month, including the positions above. 45) Drivers and staff shall be compensated comparably to neighboring districts with the highest hourly 18

19 wage. 46) CONTRACTOR will be responsible for the supply and upkeep of all car seats, harnesses/restraint systems mandated by Federal, State or Local law and/or are requested by the District. 47) The DISTRICT shall purchase all fuel necessary for the operation of the buses used by the CONTRACTOR in the actual performance of the transportation of the DISTRICT s students and shall take credit each month against the account of the CONTRACTOR for the amount of fuel used for other means. The fuel shall be used only in the actual performance of the transportation of DISTRICT students. For Charter transportation not related to Park Hill School District, the CONTRACTOR must obtain fuel from other sources. 48) If through any cause, the CONTRACTOR shall fail to fulfill in a timely and proper manner its obligation under this Agreement, or if the CONTRACTOR violates any of the covenants, agreements, or stipulations of this Agreement, the DISTRICT shall thereupon have the right to immediate termination of this Agreement for cause by giving written notice of the cause to the CONTRACTOR at least thirty (30) days prior to the effective termination date. In that event, the CONTRACTOR shall be entitled to receive just and equitable compensation for any services satisfactorily completed prior to termination. Notwithstanding the above, the CONTRACTOR shall not be relieved of liability to the DISTRICT for damages sustained by the DISTRICT by virtue of any breach of this Agreement by the CONTRACTOR, and the DISTRICT may withhold any payments to the CONTRACTOR until such time as the exact amount of damage due to the DISTRICT from the CONTRACTOR is determined. 49) Timeliness is essential for any school bus operation. The DISTRICT holds the timely pick-up and delivery of students in high regard. The DISTRICT has establish 15 minutes before school start time as the target arrival time for each route. CONTRACTOR will be assessed the following damages for nontimeliness within CONTRACTOR S control : a) $50 for any bus arriving 1-10 minutes after school start time, dismissal time or after the designated departure time of an activity trip. b) $75 for any bus arriving minutes after school start time, dismissal time or designated departure time of an activity trip. c) $150 for any bus arriving later than 20 minutes after school start time, dismissal time or designated departure time of an activity trip. All damages will be paid on a monthly basis to the DISTRICT. 19

20 50) The DISTRICT will assess liquidated damages monthly in the amount specified for each of the following performance deficiencies: DEFFICIENCY a) Illegal use of equipment (un-inspected equipment, unlicensed driver, uninsured equipment) LIQUATED DAMAGE $5,000 per deficiency b) Unattended child left on bus $5,000 per deficiency c) Missed route Route not run or combined ( doubled-up ) with another route $1,000 per deficiency d) Unreported accident with students on bus $1,000 per deficiency e) Staffing not at 95% of contracted levels OR monthly staffing reports not provided to school district $1,000 per month f) Running out of fuel while on route $500 per deficiency g) Inability to provide video within 1 business day of each request $500 per deficiency h) Driver operating without the use of a seat belt $500 per deficiency I) Failure to secure a student as required by IEP $500 per deficiency j) Inoperable radio on bus (Damaged prior to dispatch or turned off by driver) k) Intentional operation of an overloaded bus (overload calculated by district measures above) $500 per deficiency $500 per deficiency l) Unauthorized deviations from route $500 per deficiency m) Unauthorized stop $500 per deficiency n) Inoperable video recording system on bus $500 per deficiency o) Timely data exchange (routes, stops) $250 per deficiency All damages will be paid on a monthly basis to the DISTRICT. 51) Drivers and monitors will be required to meet with the school administration for the school they serve during the late summer or fall orientation meeting. In addition all drivers and monitors are required to meet at the school they serve one (1) time per semester to attend training or have discussion groups. 20

21 52) All students on K-8 routes will be required to adhere to an assigned seating chart. The seating chart is the responsibility of the driver with input from the school administration. DISTRICT will have access to the seating charts upon request. 53) Drivers and monitors are required to attend a one hour behavior management class provided by the DISTRICT one (1) time per semester. DISTRICT reserves the right to amend this schedule as needed. 54) CONTRACTOR is expected to contribute a minimum of $10,000 to the Park Hill Education Foundation through one or more of their activities, (e.g. major saver cards, Night with the Stars, Foundation Community Breakfast, scholarship opportunities, Read Across America, etc.). 55) The facility providing services to Park Hill School District must be located within the boundaries of the DISTRICT. 21

22 ATTACHMENTS 22

23 Attachment A Bus Fleet Bus # Unit # Fleet Eq Type Year Manufacturer Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2009 International (Navistar) Parkville School Bus Type C 2009 International (Navistar) Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2001 International (Navistar) Parkville School Bus Type C 2003 Freightliner Corporation Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2002 Freightliner Corporation Parkville School Bus Type C 2009 International (Navistar) Parkville School Bus Type C 2002 Freightliner Corporation Parkville School Bus Type C 2003 Freightliner Corporation Parkville School Bus Type C 2012 International (Navistar) Parkville School Bus Type C 2002 Freightliner Corporation Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2003 Freightliner Corporation Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2003 Freightliner Corporation Parkville School Bus Type C 2003 Freightliner Corporation Parkville School Bus Type C 2007 International (Navistar) Parkville School Bus Type A 2010 Chevrolet Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2006 International (Navistar) Parkville School Bus Type C 2001 International (Navistar) Parkville School Bus Type C 2003 Freightliner Corporation Parkville School Bus Type C 2006 Freightliner Corporation Parkville School Bus Type C 2012 International (Navistar) Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2003 Freightliner Corporation Parkville School Bus Type A 2010 Chevrolet Parkville School Bus Type C 2007 International (Navistar) Parkville School Bus Type C 2003 Freightliner Corporation Parkville School Bus Type C 2002 Freightliner Corporation Parkville School Bus Type C 2003 Freightliner Corporation Parkville School Bus Type A 2008 Ford Motor Company Parkville School Bus Type A 2009 Chevrolet Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2013 Freightliner Corporation 23

24 Parkville School Bus Type C 2012 International (Navistar) Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2009 International (Navistar) Parkville School Bus Type C 2012 International (Navistar) Parkville School Bus Type C 2012 International (Navistar) Parkville School Bus Type C 2012 International (Navistar) Parkville School Bus Type C 2000 International (Navistar) Parkville School Bus Type C 2015 Freightliner Corporation Parkville School Bus Type C 2007 International (Navistar) Parkville School Bus Type C 2002 Freightliner Corporation Parkville School Bus Type C 2007 International (Navistar) Parkville School Bus Type C 2007 International (Navistar) Parkville School Bus Type C 2009 International (Navistar) Parkville School Bus Type D 2003 International (Navistar) Parkville School Bus Type C 2012 International (Navistar) Parkville School Bus Type C 2003 Freightliner Corporation Parkville School Bus Type C 2001 International (Navistar) Parkville School Bus Type C 2003 Freightliner Corporation Parkville School Bus Type C 2010 International (Navistar) Parkville School Bus Type C 2007 International (Navistar) Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type A 2008 Ford Motor Company Parkville School Bus Type C 2009 International (Navistar) Parkville School Bus Type C 2003 Freightliner Corporation Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type D 2002 International (Navistar) Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2015 Freightliner Corporation Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2007 International (Navistar) Parkville School Bus Type C 2007 International (Navistar) Parkville School Bus Type A 2007 Chevrolet Parkville School Bus Type C 2002 Freightliner Corporation Parkville School Bus Type C 2007 International (Navistar) Parkville School Bus Type C 2001 International (Navistar) Parkville School Bus Type A 2007 Chevrolet Parkville School Bus Type A 2009 Chevrolet Parkville School Bus Type A 2010 Chevrolet Parkville School Bus Type A 2008 Ford Motor Company Parkville School Bus Type C 2009 International (Navistar) Parkville School Bus Type C 2013 Freightliner Corporation 24

25 Parkville School Bus Type A 2010 Chevrolet Parkville School Bus Type C 2000 International (Navistar) Parkville School Bus Type A 2006 Ford Motor Company Parkville School Bus Type C 2015 Freightliner Corporation Parkville School Bus Type A 2008 Ford Motor Company Parkville School Bus Type C 2003 Freightliner Corporation Parkville School Bus Type D 2003 BLUE BIRD BODY COMPANY Parkville School Bus Type C 2015 Freightliner Corporation Parkville School Bus Type C 2015 Freightliner Corporation Parkville School Bus Type C 2015 Freightliner Corporation Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type A 2010 Chevrolet Parkville School Bus Type A 2006 Ford Motor Company Parkville School Bus Type A 2002 Chevrolet Parkville School Bus Type A 2008 Ford Motor Company Parkville School Bus Type A 2007 Chevrolet Parkville School Bus Type A 2008 Ford Motor Company Parkville School Bus Type A 2008 Ford Motor Company Parkville School Bus Type A 2010 Chevrolet Parkville School Bus Type A 2008 Ford Motor Company Parkville School Bus Type A 2010 Chevrolet Parkville School Bus Type D 2007 International (Navistar) Parkville School Bus Type A 2010 Chevrolet Parkville School Bus Type A 2006 Ford Motor Company Parkville School Bus Type A 2001 Ford Motor Company Parkville School Bus Type A 2008 Ford Motor Company Parkville School Bus Type A 2002 Chevrolet Parkville School Bus Type C 2015 Freightliner Corporation Parkville School Bus Type C 2001 International (Navistar) Parkville School Bus Type C 2015 Freightliner Corporation Parkville School Bus Type C 2015 Freightliner Corporation Parkville School Bus Type C 2013 Freightliner Corporation Parkville School Bus Type C 2009 International (Navistar) Parkville School Bus Type C 2015 Freightliner Corporation Parkville School Bus Type C 2006 Freightliner Corporation Parkville School Bus Type A 2001 Ford Motor Company Parkville School Bus Type D 2009 THOMAS BUILT BUSES, INC Parkville School Bus Type D 2009 THOMAS BUILT BUSES, INC Parkville School Bus Type D 2009 THOMAS BUILT BUSES, INC Parkville School Bus Type D 2012 THOMAS BUILT BUSES, INC. 25

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal. REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues

More information

Washington County School District Request for Proposal School Bus Fleet Tracking System RFP #TD 1011

Washington County School District Request for Proposal School Bus Fleet Tracking System RFP #TD 1011 Request for Proposal I. GENERAL A. Intent of Request for Proposal (RFP) The purpose of this Request for Proposal is to solicit sealed, competitive proposals from vendors qualified and experienced to provide

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

Request for Proposal. 2. CSUSA reserves the right to reject any or all proposals.

Request for Proposal. 2. CSUSA reserves the right to reject any or all proposals. Request for Proposal This Request for Proposal (RFP) is for the purpose of obtaining competitive proposals to provide Transportation Services for Charter Schools USA (CSUSA) schools (see Attachment B).

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

ATLANTA PUBLIC SCHOOLS

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT

More information

Form School Transportation Agreement Prepared by The Cooperative Network* Dated May 1, 2014

Form School Transportation Agreement Prepared by The Cooperative Network* Dated May 1, 2014 Form School Transportation Agreement Prepared by The Cooperative Network* Dated May 1, 2014 [*NOTE: The information contained in this Form School Transportation Agreement is based on general contract terms

More information

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS The Town of Ayer s Department of Planning & Development seeks proposals from qualified consultants to provide the following services in the Town of Ayer: INFRASTRUCTURE PROJECT CONSULTANT

More information

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are

More information

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation 925 Felix Street St. Joseph, MO 64501 Telephone: 816-671-4000 Fax: 816-671-4469 REQUEST FOR PROPOSAL Insurance Broker Services Property Liability Casualty Fleet Workers Compensation CONTACT: RESPONSE DUE:

More information

ARTICLE IV: Transportation

ARTICLE IV: Transportation ARTICLE IV: Transportation Table of Contents 4-4.1 Motor Vehicles 4-4.2 Pupil Transportation Services 4-4.3 Transportation of Disabled Students 4-4.4 School bus Safety Program 4-4.5 Student Conduct on

More information

REQUEST FOR PROPOSAL Procurement of Landscaping Services

REQUEST FOR PROPOSAL Procurement of Landscaping Services City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012

More information

BLUE SPRINGS R-IV SCHOOL DISTRICT 1801 N.W. Vesper Blue Springs, MO 64015 816.224.1300 REQUEST FOR PROPOSAL INSURANCE BROKER SERVICES

BLUE SPRINGS R-IV SCHOOL DISTRICT 1801 N.W. Vesper Blue Springs, MO 64015 816.224.1300 REQUEST FOR PROPOSAL INSURANCE BROKER SERVICES BLUE SPRINGS R-IV SCHOOL DISTRICT 1801 N.W. Vesper Blue Springs, MO 64015 816.224.1300 REQUEST FOR PROPOSAL INSURANCE BROKER SERVICES SUMMARY: Deadline for Response: Friday, March 20, 2015, by 5:00 pm

More information

REQUEST FOR PROPOSALS TO PURCHASE

REQUEST FOR PROPOSALS TO PURCHASE REQUEST FOR PROPOSALS TO PURCHASE The City of Goshen, through its Redevelopment Commission (Redevelopment) is requesting proposals to purchase Redevelopment s ownership interest in 118 E. Washington Street

More information

THE TOWN OF NORTH SMITHFIELD

THE TOWN OF NORTH SMITHFIELD THE TOWN OF NORTH SMITHFIELD SPECIFICATIONS FOR REQUEST FOR PROPOSALS FOR EMERGENCY PLANNING, DISASTER RECOVERY, DEBRIS MANAGEMENT, AND HAZARD MITIGATION PROGRAM SERVICES SEPTEMBER 2014 FINANCE DIRECTOR

More information

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT Proposals will be received until Friday, May 22, 2015 4:00 p.m. CST General Information Questions: All inquiries for information regarding this solicitation

More information

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC

More information

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to:

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: REQUEST FOR PROPOSALS (RFP) 15762A FOR DENVER WATER S Snow Removal and Ice Abatement Issue Date: November 3, 2014 Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: Denver Water Main Administration

More information

REQUEST for PROPOSALS. Scheduling and Dispatch Software. City of Ionia Dial-A-Ride (IDART) 251 E. Adams Street Ionia, Michigan 48846.

REQUEST for PROPOSALS. Scheduling and Dispatch Software. City of Ionia Dial-A-Ride (IDART) 251 E. Adams Street Ionia, Michigan 48846. REQUEST for PROPOSALS Scheduling and Dispatch Software City of Ionia Dial-A-Ride (IDART) 251 E. Adams Street Ionia, Michigan 48846 Proposals Due: November 18, 2013 12:00 p.m. Table of Contents PART I Instructions

More information

SCHOOL ADVOCACY COMMITTEE Transportation Department Ed Wildesen Director of Transportation

SCHOOL ADVOCACY COMMITTEE Transportation Department Ed Wildesen Director of Transportation 1 SCHOOL ADVOCACY COMMITTEE Transportation Department Ed Wildesen Director of Transportation 2 "The data on school transportation are clear the safest way to get our most precious cargo to school and home

More information

YOUR CHILD AND THE SCHOOL BUS

YOUR CHILD AND THE SCHOOL BUS Chelsea Public Schools Pupil Personnel / Special Education 99 Hawthorne Street Chelsea, MA 02150 Phone: 617.466.4465 Fax: 617.889.8328 YOUR CHILD AND THE SCHOOL BUS A Parent Guide for Door to Door Transportation

More information

MINNETONKA PUBLIC SCHOOLS

MINNETONKA PUBLIC SCHOOLS MINNETONKA PUBLIC SCHOOLS #707 TRANSPORTATION OF PUBLIC SCHOOL STUDENTS I. PURPOSE The purpose of this policy is to provide for the transportation of students consistent with the requirements of law. II.

More information

MOTOR VEHICLE FLEET MANAGEMENT POLICY FOR ADMINISTRATIVE DIVISION VEHICLES SECTION 01-03 ASSIGNMENT OF COUNTY MOTOR VEHICLES

MOTOR VEHICLE FLEET MANAGEMENT POLICY FOR ADMINISTRATIVE DIVISION VEHICLES SECTION 01-03 ASSIGNMENT OF COUNTY MOTOR VEHICLES Washington County Board of Supervisors PERSONNEL POLICIES AND PROCEDURES MANUAL FOR ADMINISTRATIVE DIVISION EMPLOYEES ATTACHMENTS ATTACHMENT C Effective Date: January 1, 1998 PART 01. GENERAL SECTION 01-01

More information

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS Carmel Unified School District ( District ) hereby invites qualified telecommunication specialists to submit proposals ( Proposals )

More information

TRANSPORTATION ROLES AND RESPONSIBILITIES

TRANSPORTATION ROLES AND RESPONSIBILITIES TRANSPORTATION ROLES AND RESPONSIBILITIES MANCHESTER PUBLIC SCHOOLS TRANSPORTATION OFFICE: Joanne Hebert, Transportation Coordinator, Telephone 860-647-3476. This office handles all transportation requests

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

N.J.A.C. 6A:27, STUDENT TRANSPORTATION TABLE OF CONTENTS

N.J.A.C. 6A:27, STUDENT TRANSPORTATION TABLE OF CONTENTS N.J.A.C. 6A:27, STUDENT TRANSPORTATION TABLE OF CONTENTS SUBCHAPTER 1. GENERAL PROVISIONS 6A:27-1.1 Scope 6A:27-1.2 Purpose 6A:27-1.3 Authority 6A:27-1.4 Students who shall be transported 6A:27-1.5 Students

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

More information

BOARD OF EDUCATION REGULATIONS FOR SCHOOL TRANSPORTATION

BOARD OF EDUCATION REGULATIONS FOR SCHOOL TRANSPORTATION BOARD OF EDUCATION REGULATIONS FOR SCHOOL TRANSPORTATION Updated Through October 2001 Statutory Authority: 1976 Code Section 59-5-60, Article 5. Transportation Regulation 43-80 Synopsis: This regulation

More information

The purpose of this policy is to establish guidelines for the administration of school bus contracts and school bus personnel.

The purpose of this policy is to establish guidelines for the administration of school bus contracts and school bus personnel. BOARD OF EDUCATION POLICY 5220 SCHOOL BUS CONTRACTS AND SCHOOL BUS PERSONNEL Effective: December 1, 2014 I. Policy Statement The Board of Education recognizes the need to provide safe, reliable and efficient

More information

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request

More information

The Children s Guild DC Charter School Transportation Handbook

The Children s Guild DC Charter School Transportation Handbook The Children s Guild DC Charter School Transportation Handbook Our primary objective is to ensure the safety of the students and provide a quality and dependable service to our families. We will need support

More information

Villanova University Van Fleet Policy Effective Date: September 22, 2011 Revision Date: August 22, 2013

Villanova University Van Fleet Policy Effective Date: September 22, 2011 Revision Date: August 22, 2013 Villanova University Van Fleet Policy Effective Date: September 22, 2011 Revision Date: August 22, 2013 I. PURPOSE: The purpose of this policy is to set forth operating procedures for all drivers of Villanova

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis

More information

CITY OF URBANA, ILLINOIS REQUEST FOR QUOTE GENERAL TERMS, CONDITIONS AND SPECIFICATIONS FOR: ONE (1) ELECTRIC PASSENGER VEHICLE RFQ #1516-10

CITY OF URBANA, ILLINOIS REQUEST FOR QUOTE GENERAL TERMS, CONDITIONS AND SPECIFICATIONS FOR: ONE (1) ELECTRIC PASSENGER VEHICLE RFQ #1516-10 CITY OF URBANA, ILLINOIS REQUEST FOR QUOTE GENERAL TERMS, CONDITIONS AND SPECIFICATIONS FOR: ONE (1) ELECTRIC PASSENGER VEHICLE RFQ #1516-10 ISSUED: May 2, 2016 QUOTES DUE: 12:00 PM (NOON) MAY 20, 2016

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09503

More information

Sidewalk Rehabilitation Program

Sidewalk Rehabilitation Program REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:

More information

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring MCC13-04 REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring Manchester Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Manchester

More information

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSAL FOR TERMITE CONTROL 2016 The Warner Robins Houston County Housing Authorities are currently soliciting proposals for Pest Control Services for a one (1) year period with the option

More information

How To Do Business With Omaha Public Schools

How To Do Business With Omaha Public Schools O PS How To Do Business With Omaha Public Schools SCHOOL Business Services Department Purchasing Division 3215 Cuming Street Omaha, Nebraska 68131-2024 Phone (402) 557-2214 Introduction This pamphlet

More information

KENTUCKY FINANCE AND ADMINISTRATION CABINET. Guide for Drivers of the Commonw ealt h s Vehicles

KENTUCKY FINANCE AND ADMINISTRATION CABINET. Guide for Drivers of the Commonw ealt h s Vehicles KENTUCKY FINANCE AND ADMINISTRATION CABINET Guide for Drivers of the Commonw ealt h s Vehicles Guide for Drivers of the Commonwealth s Vehicles Table of Contents APPLICABILITY... 3 THE STATE-WIDE MOTOR

More information

INSTRUCTIONS, REQUIREMENTS

INSTRUCTIONS, REQUIREMENTS INVITATION The Mental Health Mental Retardation, Authority of Harris County (MHMRA) is accepting Proposals from Automobile Dealerships qualified and capable in providing six (6) new vehicles: 2009 Chrysler

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS MHA NATION DOT P.O. Box 1693 New Town, ND 58763 GPS TRACKING/AVL SYSTEM Table of Contents INTRODUCTION / OVERVIEW... 3 PURPOSE/OBJECTIVE... 3 BACKGROUND... 3 INQUIRES... 3 METHOD

More information

Request for Proposals

Request for Proposals Will County Treasurer Request for Proposals Merchant Services, ACH, and Online Bill Payment Brian S. McDaniel 3/5/2014 Introduction General Rules The Will County Treasurer will consider proposals from

More information

VEHICLE AND EQUIPMENT USE POLICY

VEHICLE AND EQUIPMENT USE POLICY VEHICLE AND EQUIPMENT USE POLICY 1.0 PURPOSE...1 2.0 DEFINITIONS...1 3.0 POLICY...2 4.0 CLASSIFICATION...4 5.0 ASSIGNMENT CRITERIA...4 6.0 FEDERAL INCOME TAX...7 7.0 INSURANCE...7 8.0 OPERATOR LICENSING...7

More information

GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS. Perley Elementary School Roof Replacement Project DESIGN SERVICES

GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS. Perley Elementary School Roof Replacement Project DESIGN SERVICES GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS Perley Elementary School Roof Replacement Project DESIGN SERVICES The Georgetown School Committee seeks proposals for Design Services in connection with

More information

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND Utah County is planning to

More information

Issue Date: March 8, 2013. Proposal Due Date: Tuesday, April 02, 2013 by 11:00 A.M. Mountain Time to:

Issue Date: March 8, 2013. Proposal Due Date: Tuesday, April 02, 2013 by 11:00 A.M. Mountain Time to: REQUEST FOR PROPOSAL (RFP) 14878A FOR DENVER WATER S Auto Body and Paint Repair Issue Date: March 8, 2013 Proposal Due Date: Tuesday, April 02, 2013 by 11:00 A.M. Mountain Time to: Denver Water Purchasing

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

More information

CITY OF HIGHLAND PARK

CITY OF HIGHLAND PARK REQUEST FOR PROPOSALS CONSULTING SERVICES FOR THE PROCUREMENT OF AN ELECTRONIC DOCUMENT MANAGEMENT SYSTEM CITY OF HIGHLAND PARK PLEASE COMPLETE ATTACHMENT 1 RFP ACKNOWLEDGEMENT FORM AND RETURN TO THE CITY

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

More information

Vanpool Alliance Participation Agreement

Vanpool Alliance Participation Agreement Vanpool Alliance Participation Agreement Terms and Conditions This agreement sets forth the terms, conditions, and responsibilities of the program participants in the Vanpool Alliance program. The Program

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL PURCHASING DEPARTMENT P.O. BOX 1349 300 N. PATTERSON ST. VALDOSTA, GEORGIA 31601 #LC-2016-09R FOR: Security Guard Services DUE DATE: April 20, 2016 Proposals Due By: 10:00 am EST Amy

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES

RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES Our File No.: RFP 06 18 Company name Attn: xxxxxxx address address RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES You have been invited to submit a proposal to the District of

More information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

TORRINGTON BOARD OF EDUCATION REQUEST FOR QUALIFICATIONS

TORRINGTON BOARD OF EDUCATION REQUEST FOR QUALIFICATIONS TORRINGTON BOARD OF EDUCATION REQUEST FOR QUALIFICATIONS The Torrington Board of Education hereby invites the submission of Statements of Qualifications for the Board to determine eligibility for: GRANT

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

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

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,

More information

REQUEST FOR PROPOSALS (NO. #RFP-05-003H)

REQUEST FOR PROPOSALS (NO. #RFP-05-003H) ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Public Transportation Programs Section REQUEST FOR PROPOSALS (NO. #RFP-05-003H) For The Design and Installation Of A Paratransit Software Scheduling,

More information

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department

More information

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More information

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave. Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott

More information

Invitation to Bid for Medical Assistance Transportation BID # 201302 Non Emergency Ambulance Transportation

Invitation to Bid for Medical Assistance Transportation BID # 201302 Non Emergency Ambulance Transportation Invitation to Bid for Medical Assistance Transportation BID # 201302 Non Emergency Ambulance Transportation Issuing Agency: Purpose of RFP: Queen Anne s County Department of Health 206 North Commerce Street

More information

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. TxDOT 9628622 INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION This specification is a product of the Texas

More information

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,

More information

Debt Collection Services

Debt Collection Services NORTHWEST RURAL EMERGENCY MEDICAL SERVICES ASSOCIATION, INC. 29530 QUINN ROAD TOMBALL, TX 77375 281-351-8272 REQUEST FOR PROPOSALS For Debt Collection Services for Northwest EMS Proposals are due by 3:00

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL #74849 ROOF REPAIRS Department of Facilities Management Planning and Construction Minnesota State University, Mankato Facilities Purchasing Office Request for Proposal Roof Repairs

More information

APPALCART REQUEST FOR PROPOSAL

APPALCART REQUEST FOR PROPOSAL APPALCART REQUEST FOR PROPOSAL COMPUTER, NETWORK, AND SERVER CONSULTING INTRODUCTION AppalCART (the Authority) is issuing this Request for Proposal (RFP) to solicit contractor proposals to provide oversight

More information

House Substitute for SENATE BILL No. 117

House Substitute for SENATE BILL No. 117 House Substitute for SENATE BILL No. 117 AN ACT regulating traffic; relating to transportation network companies, transportation network company services, regulation. Be it enacted by the Legislature of

More information

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSALS PLUMBING SERVICES 2016 The Warner Robins & Houston County Housing Authorities (WRHA) are currently soliciting proposals for Plumbing Services for a one (1) year period with the option

More information

REQUEST FOR PROPOSAL (NOT AN ORDER)

REQUEST FOR PROPOSAL (NOT AN ORDER) April 7, 2014 SHELBY COUNTY BOARD OF EDUCATION PROCUREMENT SERVICES 160 South Hollywood Street, Room 126 Memphis, Tennessee 38112-4892 Phone (901) 416-5376 (This proposal will not be accepted electronically

More information

PIONEER RESOURCES. Request For Proposal. Automated Demand Response Transportation Management System. PIONEER RESOURCES RFP No.

PIONEER RESOURCES. Request For Proposal. Automated Demand Response Transportation Management System. PIONEER RESOURCES RFP No. PIONEER RESOURCES Automated Demand Response Transportation Management System 2015 Request For Proposal Request for Proposal Page 1 Pioneer Resources Request for Proposal (RFP) RFP No. 2015-1 Direct Questions

More information

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 The Arapahoe Library District (ALD) is seeking competitive proposals from qualified, reliable Vendors to hire a professional audio/visual company.

More information

REQUEST FOR BIDS. Project Management Technical Services

REQUEST FOR BIDS. Project Management Technical Services REQUEST FOR BIDS Project Management Technical Services SECTION 1: GENERAL INSTRUCTIONS TO BIDDERS 1. Bids must be submitted in the form specified in this invitation, if any, and sealed in an envelope or

More information

Lincoln Public Schools Lincoln, Nebraska. Travel. and. Expense Guide. Revised August 2004. Travel and Expense Guide, August 2004, Page 1 of 13

Lincoln Public Schools Lincoln, Nebraska. Travel. and. Expense Guide. Revised August 2004. Travel and Expense Guide, August 2004, Page 1 of 13 Lincoln Public Schools Lincoln, Nebraska Travel and Expense Guide Revised August 2004 Travel and Expense Guide, August 2004, Page 1 of 13 TABLE OF CONTENTS Foreword...3 Purpose of the Guide...3 Travel

More information

REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014

REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014 REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014 RFP 140702 The Delaware City School District is seeking a vendor to provide occupational therapy to students with IEP s for the

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

DUE DATE: August 23, 2011-2:00 p.m.

DUE DATE: August 23, 2011-2:00 p.m. REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS

More information

Mondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m.

Mondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m. TOWN OF WEBSTER, MASSACHUSETTS REQUEST FOR QUALIFICATIONS FOR OWNER S PROJECT MANAGEMENT SERVICES FOR THE CHESTER C. CORBIN PUBLIC LIBRARY CONSTRUCTION PROJECT The Town of Webster, Massachusetts seeks

More information

TRAVERSE CITY AREA PUBLIC SCHOOLS 8600/page 2 of 8

TRAVERSE CITY AREA PUBLIC SCHOOLS 8600/page 2 of 8 TRAVERS CITY AREA PUBLIC SCHOOLS 8600/page 1 of 8 POLICY TRANSPORTATION By State law, a school district is not required to transport or pay for the transportation of students. If a school district does

More information

REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL

REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL Dixie County, FL is seeking proposals from qualified firms interested in providing Disaster Debris Monitoring Services within

More information

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals

More information

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT Joliet Junior College Request for Proposal INFORMATION SECURITY PENETRATION ASSESSMENT RFP Opening MAY 22, 2013 @ 2:00P.M. Background

More information

Financial Accounting for Student Transportation Services Cost, Allocation Methods and Salary and Fringe Benefit Limitations

Financial Accounting for Student Transportation Services Cost, Allocation Methods and Salary and Fringe Benefit Limitations Financial Accounting for Student Transportation Services Cost, Allocation Methods and Salary and Fringe Benefit Limitations June 2014 Division of School Finance Pupil Transportation 1500 Highway 36 West

More information

USE OF STATE VEHICLES

USE OF STATE VEHICLES ILLINOIS PRISONER REVIEW BOARD POLICY, VEHICLE USAGE RESCINDS: N/A ESTABLISHED: 09/11/2014 RELATED DOCUMENTS: DISTRIBUTION: All PRB Board Members and employees Office/desk copy Employees working for the

More information

NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE

NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE THIS PROJECT IS FUNDED UNDER AN AGREEMENT WITH THE STATE OF TENNESSEE Proposal Due Date/Time October 31, 2014

More information

REQUEST FOR PROPOSAL FOR: IT CONSULTANT

REQUEST FOR PROPOSAL FOR: IT CONSULTANT SYS13-05 REQUEST FOR PROPOSAL FOR: IT CONSULTANT COMMUNITY COLLEGE SYSTEM OF NH PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for the Community College System of NH System

More information

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan The Glocester School Department is accepting sealed proposals for Architectural Services RIDE 5 Year Capital Plan. Proposals for Architectural Services -RIDE 5 Year Capital Plan are due at the Treasurer

More information

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect

More information

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE

More information

Cornerstone Montessori Elementary School BUS TRANSPORTATION SAFETY POLICY II. PLAN FOR STUDENT TRANSPORTATION SAFETY TRAINING

Cornerstone Montessori Elementary School BUS TRANSPORTATION SAFETY POLICY II. PLAN FOR STUDENT TRANSPORTATION SAFETY TRAINING Cornerstone Montessori Elementary School BUS TRANSPORTATION SAFETY POLICY I. PURPOSE The purpose of this policy is to provide safe transportation for students and to educate students on safety issues and

More information

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS (RFP) N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP") January 7, 2016 N.I.C.E. Community School District A. Instructions REQUEST FOR PROPOSAL FOR PRELIMINARY

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com

More information