WEBSITE Request for Proposals

Size: px
Start display at page:

Download "WEBSITE Request for Proposals"

Transcription

1 WEBSITE Request for Proposals This is a solicitation for proposals to design and develop a website for RVTD. PROJECT WEBSITE DESIGN AND DEVELOPMENT Rogue Valley Transportation District Medford, Oregon 1. OWNER: Rogue Valley Transportation District Julie Brown - General Manager 3200 Crater Lake Ave Medford, Oregon (541) Project Manager: Paige Townsend, RVTD Senior Planner/ Support Services Manager 3. DESCRIPTION OF PROJECTS: WEBSITE DESIGN AND DEVELOPMENT Project Budget: $30,000 ABOUT RVTD RVTD is the public transit provider serving seven communities in beautiful southern Oregon. Each city is unique and spans from the large metropolitan area of Medford, the liberal arts center and Southern Oregon University home of Ashland, the historic town of Jacksonville along with Talent, Phoenix, Central Point and White City. RVTD provides seven fixed-routes which provided over 1.3 Million trips last year and also provides the Valley Lift Paratransit service which provided over 100,000 trips last year. Additionally, RVTD provides travel training, employer trip reduction programs, pedestrian and bicycle safety programs, planning resources for transit service and bus stops and we coordinate several prominent trip reduction events each year. WHO AT RVTD MANAGES THE WEBSITE/ MARKETING AND WHAT DO PEOPLE USE IT FOR? RVTD s Support Services department manages the marketing for RVTD and concepts are primarily envisioned and executed in-house. We have established a social media presence in recent years and feel we are maintaining this presence pretty well with at least weekly posts. The rvtd.org website was developed in 2005 and has not been changed so it s not practical from a user s perspective or for staff trying to make updates or manage content. The website handles traffic from the general public but primarily from passengers who are looking to use the transit services. The rvtd.org website has Google Trip Planner on the front page, which we are not seeking to change, but we would also like a quicker way for passengers to view mapping and schedule information so that if they choose to review the system as a whole they can. The current website has a Java based mapping tool

2 that is not user-friendly and is hard to maintain so we want to steer away from this feature in our new website. Plus Google Trip Planner replaces the main functionality this map was providing. However we still want sleek maps and timetables available for people to view including a system map. We also have news updates, documents, plans and policies, trip reduction program information and much more that need to be readily accessible. The website is not set up to be like a city s where each department can be contacted, instead the service we provide needs to take center stage. Additionally we have a news items sections on the front page that is where service changes, non-service days, public comment opportunities, etc. are announced. A news feature needs to be maintained on the front page. BRANDING RVTD s branding is not part of this website design. Currently the logo and colors are branded in the community and we are not ready to make a shift away from what we feel is an appealing logo, featuring our mountainous, valley with several creeks and streams and blue skies. We use teal, gold, white and black as our basic colors in all presentations and at events. We are open to a modern approach with the website while maintaining the classic logo and branding our community has grown to recognize. The website landing page currently features a bus which we feel is not engaging. We would rather have a more personable landing page, perhaps with passengers giving testimonials or statements about why RVTD is an important part of the community. But the visitor should immediately recognize we are a public transit provider and have the essential tools for planning a trip easily accessible from this page. Also, because many people come to our website to find out how to use transit, we would like to have videos available for viewing. Many of these have already been created by other transit agencies but we want the website to be a learning place for trying transit, etc. for the first time. In 2013 RVTD began marketing a slogan called, Connecting Our Community which can be used in a variety of contexts. Connecting people to school, to work to recreation, etc. There were five commercials built around this slogan that can be found on our website under the news items. We encourage proposers to look at these to get a feel for our community. RVTD really has three primary programs: The basic public transit service, Valley Lift paratransit service and the Way to Go program, or multi-modal travel training. Currently the programs are all maintained through one website and we are open to the idea of having separate websites for each program that have a similar look and feel. ACCESSING BASIC INFORMATION The RVTD website is used as a portal to connect with us. We receive s nearly every day from visitors to our website that have comments or questions about improving service, upcoming events or just general information. We re not sure how easy this is to use but we want to maintain the ability for people to contact us through the site easily and have connections to our Facebook and Twitter media. We also house information, such as current service changes, or plans for improving service in addition to federally required documents such as Title VI. The way to find these documents now is very confusing and we would like the plans to be more accessible to the public. Accessibility in itself should also be a consideration for persons with Limited English Proficiency and people with disabilities. RVTD also works with all the cities on transportation planning, developers looking to improve bus stops and with bicycle and pedestrian or transportation options committees. We want to show that we collaborate at the local level and that as an independent body we are working with other government agencies, non-profits and civic groups to make our community an even better place to live.

3 THIS IS NOT AN E-COMMERCE SITE As with many public agencies we do not sell anything on our website, but we are considering how fare such as bus passes, could be sold online. RVTD is currently working on mobile ticketing with a vendor who specializes in fare validation on the buses via a smart phone or reloadable card. The reloadable card access point will not be RVTD s website. Website ticket sales is not something we are seeking as part of this project but we want to know that it could be added at a future date. Generally we want the website to look fresh and give the passenger and Joe or Jane public the impression of who we are as an agency, the services we provide and that we care about the community we serve. All the while making mobility and using transit, paratransit, bicycling, ridesharing and walking immediately more feasible and easy to implement on their next trip. OTHER COOL STUFF RVTD HAS FOR PASSENGERS In recent years RVTD has prepared the Google Transit Trip Planner feature and launched the One Bus Away OBA smart phone app. OBA uses GPS vehicle locations to provide passengers with real time bus arrivals. OBA has a web app product that is embedded into the website and we want to move forward with this feature. FUNCTIONALITY The current rvtd.org website does not have the updating functionality that allows its formatting to look the same from one browser to another and the screen dimensions do not take advantage of the monitor width. This is simply because the website is 10 year old and RVTD has not invested in keeping up with the latest advances in website technology. The content management system is in a similar situation although it was easy to work with 10 years ago we realize there are more streamlined version available. Lastly, the original website developer was Daily DNA in Grants Pass, OR. They were a company of bright, young professionals who came in with a really good proposal and the price was right. We have stayed with Daily DNA all these years, even as they merged with CORE Business Services, 2040 Milligan Way, Suite 304, Medford, OR Our current service agreement with CORE is basic hosting of the website and periodically we need a designer/engineer to make a change for us we can t do through CMS. We are looking for an ongoing host of the new website as part of this proposal and an ongoing partner to make website maintenance, one less thing we need to worry about.

4 I N S T R U C T I O N S T O PROPOSERS 1. PROPOSER'S REPRESENTATIONS: a. By submitting a proposal, the proposer represents that 1) Proposer has carefully studied the Proposal Documents. Proposer understands the Proposal Documents and the proposal is fully in accordance with the requirements of those documents, 2) Proposer has thoroughly examined the rvtd.org site, has become familiar with RVTD services which might directly or indirectly affect the contract work, and has correlated its personal observations with the requirements of the proposed Contract Documents, and 3) Proposal is based on the materials, design, and services required by the Proposal Documents without exception. 2. PROPOSAL DOCUMENTS: a. Copies - 1) Copies of the Instruction to Proposers can be obtained online at or in person at 3200 Crater Lake Ave. Medford OR or request to be mailed by calling Ms. Lerma at b. Interpretation or Correction of Proposal Documents - 1) If any proposer, in his study of the Proposal Documents, is in doubt as to the true meaning of any part of the Proposal Documents or finds errors, discrepancies, or omissions in them, shall request interpretation or correction of those errors, discrepancies, and omissions by the Owner. 2) Request for such clarification shall be in writing and be received by the Owner four working days minimum before scheduled proposal opening. Owner will promptly correct or interpret the portion of the Proposal Documents in question by issuing an Addendum to all proposers. Corrections or interpretations made in any way other than by an Addendum have no validity and shall not be relied upon. 3) If errors, discrepancies, or omissions are discovered in the Proposal Documents less than four working days before proposal opening, proposers shall prepare proposals based on order of precedence given in the General Conditions. 4) Addenda - Addenda, if necessary, will be sent to the Responders List and be available online at 3. PROPOSAL PROCEDURES: a. Form & Style of Proposal - 1) Proposal shall be prepared on Contractor s Forms, except forms that must be completed in Required Proposal Forms section. 2) Signatures shall be in longhand and executed by representative of proposer duly authorized to make contracts. b. Submission of Proposals - 1) Submit proposal in opaque envelope containing Technical Proposal, Cost Proposal and all required materials. Envelopes shall be sealed, bear proposer's name, and be addressed as follows - Rogue Valley Transportation District Website Design and Development 3200 Crater Lake Avenue Medford, Oregon Attention: Paige Townsend Support Services Manager

5 2) It is proposer's sole responsibility to see that its proposal is received at specified time. Proposals received after specified time will be returned unopened. 3) No oral, facsimile transmitted, telegraphic, or telephonic proposals, modifications, or cancellations will be considered. 4) Modification Or Withdrawal Of Proposal - Proposer has the right to withdraw the proposal in full by notifying RVTD in writing within 7 days of proposal due date. 4. FORM OF AGREEMENT BETWEEN OWNER & CONTRACTOR: a. Agreement Form To Be Used - Project Contract and Agreement form will be provided by awarded Contractor and reviewed by RVTD Legal Council. 5. EVALUATION: This is a Competitive Proposal that will include submission of a Technical Proposal, Cost Proposal and the required proposal documents described in No.12. The Technical Proposal is to be submitted with the Cost Proposal and both will be evaluated by a committee of RVTD Support Services and Procurement personnel. Proposals will be evaluated based on the following scoring criteria: SCORING CRITERIA POINTS Qualifications and Past Performance 10 Website Design and Proposal, Ability to Meet Project Needs 30 Disadvantaged Business Enterprise participation 5 Value - defined as ease of use, cost-saving measures to further project deliverables and overall methodology 10 Price of Proposal TECHNICAL CONFERENCE via Teleconference: To be held Thursday December 3, 2015 beginning at 2:00 p.m. RVTD will hold a technical conference for proposers to ask questions or clarify the proposal deliverables. This meeting is will be held by teleconference. Participants can also attend in person if preferable. To participate please call or in person at 3200 Crater Lake Ave. Medford, OR RESPONDERS LIST: Only those persons who contact the Procurement Specialist by or in writing will be on the Responders List. The Responders List is used to send updates and amendments regarding this RFP. RVTD will not automatically send notifications regarding this RFP to other outlets, however updates will be available on our website at participate in the Responders List please contact Ms. Lerma at: mlerma@rvtd.org or send to 3200 Crater Lake Ave. Medford OR Technical Questions shall be received by RVTD by 5:00 pm Tuesday December 8, RVTD will respond to the questions by Friday December 11, 2015 via written response only. Responses will be sent to the Responders list and posted online at rvtd.org. If necessary RVTD will issue addendums this same day. Questions, Responses and if necessary, addendums will be available online at ALL TECHNICAL QUESTIONS SHOULD BE SENT TO: mlerma@rvtd.org and ptownsend@rvtd.org. 9. TECHNICAL PROPOSALS AND ALL REQUIRED MATERIALS ARE DUE to RVTD no later than 5:00pm Monday, December 21, 2015 to: 3200 Crater Lake Ave. Medford OR with Website Design and Development Proposal written on the package. Technical Proposals that

6 are mailed must arrive by the deadline. Proposals can be dropped off in person at 3200 Crater Lake Ave. Medford OR EVALUATION OF PROPOSALS: Proposers responsiveness to all required materials will be determined on December 22, 2015 and RVTD reserves the right to allow proposers to submit incomplete or missing information by the end of the day December 23, RVTD intends to have proposal evaluations completed by January 8, 2016 and will notify proposers who are deemed to not be within a competitive range and will not continue to be considered by RVTD. 11. AWARD: Written requests for Best and Final Offer will be published to proposers who remain within competitive range on or before Tuesday January 12, Best and Final Offers will be due to RVTD no later than 1:00 p.m. Monday January 18, Notice of Intent to Award is scheduled on or before Tuesday January 19, The RVTD Board of Directors must ratify the intent to award at the regularly scheduled Board meeting on Wednesday January 27, Notice of Award is scheduled to occur on Thursday, January 28, Contractor shall not begin work until they are issued a Notice to Proceed letter. 12. SUBSTANTIAL PROJECT COMPLETION: Shall occur by May 31, Final Completion shall occur by June 30, REQUIRED PROPOSAL FORMS: Subcontractor designations, Insurances, Contractor Licenses and DBE Participation must be submitted with the Proposal for a proposal to be considered responsive. All required forms are contained within the proposal documents and located behind the Required Proposal Forms. Non-responsive proposals may be rejected. 14. PROPOSER'S QUALIFICATIONS: Proposals will be accepted by the Contractors who are licensed in the state of Oregon and can meet insurance requirements on the project. All proposers must execute the certification forms provided in the Instructions to Proposers for proposals to be considered responsive. Non-responsive proposals may be rejected. Proposer's past performance, organization, subcontractor selection (if applicable) and ability to perform and complete its contract in manner and within time specified, together with amount of proposal cost, will be elements considered in award of contract. Proposal must list qualifications and information for the team positions used on this project. 15. OWNER'S RIGHT TO REJECT PROPOSALS: The Owner reserves the right to reject any or all proposals and to waive any irregularity therein. Owner reserves the right to award all or portions of the proposal titled Project Options 16. NEGOTIATIONS AND REQUEST FOR BEST AND FINAL OFFER: The Owner reserves the right to conduct written or oral negotiations with offerors who submit proposals within a competitive range, price and evaluation factors considered. RVTD reserves the right to request best and Final Offers (BAFO) from proposers who are considered to be within a competitive range.

7 REQUIRED PROPOSAL FORMS 1. Disadvantaged Business Enterprise Certification 2. Certificate of Primary Participant Regarding Debarment, Suspension, and Other Responsibility Matters

8 Disadvantaged Business Enterprise Certification (1) Policy It is the policy of the Department of Transportation that disadvantaged business enterprises as defined in 49 C.F.R. part 26 shall have the maximum opportunity to participate in the performance or contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 C.F.R. Part 26 applies to this agreement. (2) DBE Obligation The supplier or contractor agrees to ensure that disadvantaged business enterprises as defined in 49 C.F.R. part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard all recipients or contractors shall take necessary and reasonable steps in accordance with 49 C.F.R. Part 26 to ensure that disadvantaged business enterprises have the maximum opportunity to compete and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, creed, color, national origin, age or sex in the award and performance of DOT assisted contracts. DBE Certification The contractor hereby agrees to subcontract a minimum of % of the contract to disadvantaged business enterprises. Firm Name: Signature: Title: Date: Note: If there is no participation then this must be indicated on the form, the form executed and returned with this proposal. (Failure to complete this form may render this bid non responsive).

9 Certification 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 Bid been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a 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 third party 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 hereby certifies that as, has authority under State and local law to comply with the subject assurances and that the certification above has been legally made. Signature of Applicant s Attorney Date

10 SPECIAL CONDITIONS THIS PROJECT MUST ADHERE TO THE FEDERAL CLAUSES LISTED BELOW: 17. ENERGY CONSERVATION REQUIREMENTS 42 U.S.C et seq. 49 CFR Part 18 The Energy Conservation requirements extend to all third party contractors and their contracts at every tier and sub-recipients and their sub-agreements at every tier. Energy Conservation - The CONTRACTOR agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 18. ACCESS TO RECORDS AND REPORTS 49 U.S.C CFR (i) 49 CFR FTA does not require the inclusion of these requirements in subcontracts. Access to Records - The following access to records requirements apply to this Contract: 1. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C. F. R (i), the CONTRACTOR agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the CONTRACTOR which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. CONTRACTOR also agrees, pursuant to 49 C. F. R to provide the FTA Administrator or his authorized representatives including any PMO CONTRACTOR access to CONTRACTOR S records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R , CONTRACTOR agrees to provide the Purchaser, the FTA Administrator or his authorized representatives, including any PMO CONTRACTOR, access to the CONTRACTOR S records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at $100, Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R , CONTRACTOR agrees to provide the Purchaser, FTA

11 Administrator, the Comptroller General of the United States or any of their duly authorized representatives with access to any books, documents, papers and record of the CONTRACTOR which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 4. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the CONTRACTOR shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 5. The CONTRACTOR agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 6. The CONTRACTOR agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case CONTRACTOR agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 7. FTA does not require the inclusion of these requirements in subcontracts. Sources of Authority: 1 49 USC 5325 (a) 2 49 CFR CFR (i) 19. Federal Clauses The Federal Changes requirement flows down appropriately to each applicable changed requirement. Federal Changes CONTRACTOR shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement (Form FTA MA (6) dated October, 1999) between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. CONTRACTOR S failure to so comply shall constitute a material breach of this contract. 20. Recycled Products 42 U.S.C CFR Part 247 Executive Order The Recycled Products requirements flow down to all subcontractors which exceed $100, Recovered Materials - The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part NO GOVERNMENT OBLIGATION TO THIRD PARTIES Not required by statute or regulation for either primary CONTRACTOR or sub-contractors, this concept should flow down to all levels to clarify, to all parties to the contract, that the Federal Government does not have contractual liability to third parties, absent specific written consent.

12 No Obligation by the Federal Government. (1) The Purchaser and CONTRACTOR acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, CONTRACTOR, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The CONTRACTOR agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the sub-proposer who will be subject to its provisions. 22. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 31 U.S.C et seq. 49 CFR Part U.S.C U.S.C These requirements flow down to CONTRACTORS and sub-contractors who make, present, or submit covered claims and statements. Program Fraud and False or Fraudulent Statements or Related Acts. (1) The CONTRACTOR acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the CONTRACTOR certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the CONTRACTOR further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the CONTRACTOR to the extent the Federal Government deems appropriate. (2) The CONTRACTOR also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. 5307, the Government reserves the right to impose the penalties of 18 U.S.C and 49 U.S.C. 5307(n)(1) on the CONTRACTOR, to the extent the Federal Government deems appropriate. (3) The CONTRACTOR agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the sub-proposer who will be subject to the provisions. 23. TERMINATION 49 U.S.C.Part 18 FTA Circular F (also see Change 1) The termination requirements flow down to all contracts in excess of $10,000, with the exception of contracts with nonprofit organizations and institutions of higher learning. a. Termination for Convenience (General Provision) The Rogue Valley Transportation District may terminate this contract, in whole or in part, at any time by written notice to the CONTRACTOR when it is in the Government's best interest. The CONTRACTOR shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The CONTRACTOR shall promptly submit its termination claim to Rogue Valley Transportation District to be paid. If the CONTRACTOR has any property in its possession belonging to the Rogue Valley Transportation District, the CONTRACTOR will account for the same, and dispose of it in the manner the Rogue Valley Transportation District directs.

13 b. Termination for Default [Breach or Cause] (General Provision) If the CONTRACTOR does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the CONTRACTOR fails to perform in the manner called for in the contract, or if the CONTRACTOR fails to comply with any other provisions of the contract, the Rogue Valley Transportation District may terminate this contract for default. Termination shall be effected by serving a notice of termination on the CONTRACTOR setting forth the manner in which the CONTRACTOR is in default. The CONTRACTOR will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the Rogue Valley Transportation District that the CONTRACTOR had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the CONTRACTOR, the Rogue Valley Transportation District, after setting up a new delivery of performance schedule, may allow the CONTRACTOR to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure (General Provision) The Rogue Valley Transportation District in its sole discretion may, in the case of a termination for breach or default, allow the CONTRACTOR [an appropriately short period of time] in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If CONTRACTOR fails to remedy to Rogue Valley Transportation District s satisfaction the breach or default or any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by CONTRACTOR or written notice from Rogue Valley Transportation District setting forth the nature of said breach or default, Rogue Valley Transportation District shall have the right to terminate the Contract without any further obligation to CONTRACTOR. Any such termination for default shall not in any way operate to preclude Rogue Valley Transportation District from also pursuing all available remedies against CONTRACTOR and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that Rogue Valley Transportation District elects to waive its remedies for any breach by CONTRACTOR of any covenant, term or condition of this Contract, such waiver by Rogue Valley Transportation District shall not limit Rogue Valley Transportation District s remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. e. Termination for Convenience (Professional or Transit Service Contracts) The Rogue Valley Transportation District, by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the Recipient shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. f. Termination for Default (Supplies and Service) If the CONTRACTOR fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the CONTRACTOR fails to comply with any other provisions of this contract, the Rogue Valley Transportation District may terminate this contract for default. The Rogue Valley Transportation District shall terminate by delivering to the CONTRACTOR a Notice of Termination specifying the nature of the default. The CONTRACTOR will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the CONTRACTOR was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. g. Termination for Default (Transportation Services) If the CONTRACTOR fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if the CONTRACTOR fails to comply with any other provisions of this contract, the Rogue Valley Transportation District may terminate this contract for default. The Rogue Valley Transportation District shall terminate by delivering to the CONTRACTOR a Notice of Termination specifying the nature of default. The CONTRACTOR will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the CONTRACTOR has possession of Recipient goods, the CONTRACTOR shall, upon direction of the Rogue Valley Transportation District, protect and

14 preserve the goods until surrendered to the Recipient or its agent. The CONTRACTOR and Rogue Valley Transportation District shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the CONTRACTOR was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Rogue Valley Transportation District. h. Termination for Default (Construction) If the CONTRACTOR refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the CONTRACTOR fails to comply with any other provisions of this contract, the Rogue Valley Transportation District may terminate this contract for default. The Rogue Valley Transportation District shall terminate by delivering to the CONTRACTOR a Notice of Termination specifying the nature of the default. In this event, the Recipient may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The CONTRACTOR and its sureties shall be liable for any damage to the Recipient resulting from the CONTRACTOR'S refusal or failure to complete the work within specified time, whether or not the CONTRACTOR'S right to proceed with the work is terminated. This liability includes any increased costs incurred by the Recipient in completing the work. The CONTRACTOR'S right to proceed shall not be terminated nor the CONTRACTOR charged with damages under this clause if- 1. the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the CONTRACTOR. Examples of such causes include: acts of God, acts of the Recipient, acts of another CONTRACTOR in the performance of a contract with the Recipient, epidemics, quarantine restrictions, strikes, freight embargoes; and 2. the CONTRACTOR, within [10] days from the beginning of any delay, notifies the Rogue Valley Transportation District in writing of the causes of delay. If in the judgment of the Rogue Valley Transportation District, the delay is excusable, the time for completing the work shall be extended. The judgment of the Rogue Valley Transportation District shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. If, after termination of the CONTRACTOR'S right to proceed, it is determined that the CONTRACTOR was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Recipient. i. Termination for Convenience or Default (Architect and Engineering) The Rogue Valley Transportation District may terminate this contract in whole or in part, for the Recipient s convenience or because of the failure of the CONTRACTOR to fulfill the contract obligations. Rogue Valley Transportation District s shall terminate by delivering to the CONTRACTOR a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the CONTRACTOR shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the Contracting Officer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process. If the termination is for the convenience of the Recipient, the Contracting Officer shall make an equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. If the termination is for failure of the CONTRACTOR to fulfill the contract obligations, the Recipient may complete the work by contact or otherwise and the CONTRACTOR shall be liable for any additional cost incurred by the Recipient. If, after termination for failure to fulfill contract obligations, it is determined that the CONTRACTOR was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient.

15 j. Termination for Convenience of Default (Cost-Type Contracts) The Rogue Valley Transportation District may terminate this contract, or any portion of it, by serving a notice or termination on the CONTRACTOR. The notice shall state whether the termination is for convenience of the Rogue Valley Transportation District or for the default of the CONTRACTOR. If the termination is for default, the notice shall state the manner in which the CONTRACTOR has failed to perform the requirements of the contract. The CONTRACTOR shall account for any property in its possession paid for from funds received from the Rogue Valley Transportation District, or property supplied to the CONTRACTOR by the Rogue Valley Transportation District. If the termination is for default, the Rogue Valley Transportation District may fix the fee, if the contract provides for a fee, to be paid the CONTRACTOR in proportion to the value, if any, of work performed up to the time of termination. The CONTRACTOR shall promptly submit its termination claim to the Rogue Valley Transportation District and the parties shall negotiate the termination settlement to be paid the CONTRACTOR. If the termination is for the convenience of the Rogue Valley Transportation District, the CONTRACTOR shall be paid its contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to the time of termination. If, after serving a notice of termination for default, the Rogue Valley Transportation District determines that the CONTRACTOR has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of the CONTRACTOR, the Rogue Valley Transportation District s, after setting up a new work schedule, may allow the CONTRACTOR to continue work, or treat the termination as a termination for convenience. 24. GOVERNMENT-WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) 49 CFR Part 29 Executive Order CONTRACTORS are required to pass this requirement on to sub-proposers seeking subcontracts over $100,000. Thus, the terms "lower tier covered participant" and "lower tier covered transaction" include both CONTRACTORS and sub-contractors and contracts and subcontracts over $100,000. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Lower Tier Covered Transactions (Third Party Contracts over $100,000). Instructions for Certification 1. By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, Rogue Valley Transportation District may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to Rogue Valley Transportation District if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," :"participant," "persons," "lower tier covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order [49 CFR Part 29]. You may contact Rogue Valley Transportation District for assistance in obtaining a copy of those regulations.

16 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by Rogue Valley Transportation District. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non-procurement List issued by U.S. General Service Administration. 8. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government, Rogue Valley Transportation District may pursue available remedies including suspension and/or debarment. "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" (1) The prospective lower tier participant certifies, by submission of this bid or proposal, that neither it nor its "principals" [as defined at 49 C.F.R (p)] is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) When the prospective lower tier participant is unable to certify to the statements in this certification, such prospective participant shall attach an explanation to this proposal. 29. PRIVACY ACT 5 U.S.C. 552 The Federal Privacy Act requirements flow down to each third party CONTRACTOR and their contracts at every tier. Contracts involving Federal Privacy Act Requirements The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any contract: 1. The CONTRACTOR agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of U.S.C. 552a. Among other things the CONTRACTOR agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The CONTRACTOR understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to

17 comply with the terms of the Privacy Act, may result in termination of the underlying contract. 2. The CONTRACTOR also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA. 30. CIVIL RIGHTS REQUIREMENTS 29 U.S.C. 623, 42 U.S.C U.S.C. 6102, 42 U.S.C U.S.C , 49 U.S.C CFR Part 1630, 41 CFR Parts 60 et seq. The Civil Rights requirements flow down to all third party CONTRACTORS and their contracts at every tier. Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C , and Federal transit law at 49 U.S.C. 5332, the CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the CONTRACTOR agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. 2000e, and Federal transit laws at 49 U.S.C. 5332, the CONTRACTOR agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No , "Equal Employment Opportunity," as amended by Executive Order No , "Amending Executive Order Relating to Equal Employment Opportunity," 42 U.S.C. 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The CONTRACTOR agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the CONTRACTOR agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. 623 and Federal transit law at 49 U.S.C. 5332, the CONTRACTOR agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the CONTRACTOR agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C , the CONTRACTOR agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to

18 employment of persons with disabilities. In addition, the Proposer agrees to comply with any implementing requirements FTA may issue. (3) The CONTRACTOR also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 31. DISADVANTAGED BUSINESS ENTERPRISE (DBE) 49 CFR Part 26 FTA Circular F (also see Change 1) The incorporation of FTA terms has unlimited flow down. Disadvantaged Business Enterprise (DBE) (1) The CONTRACTOR, sub-recipient, or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The CONTRACTOR shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. (2) The prime CONTRACTOR agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than fifteen (15) days from the receipt of each payment the prime contract receives from Rogue Valley Transportation District. The prime CONTRACTOR further agrees to return any retainage payments to each subcontractor within thirty (20) days upon satisfactory completion of the sub-contractors work. Any delay or postponement of payment may occur only for good cause following written approval of RVTD. This clause applies to both DBE and non-dbe sub-contractors. 32. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS FTA Circular F (also see Change 1) The incorporation of FTA terms has unlimited flow down. Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set FTA Circular F (also see Change 1), dated November 1, 2008, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The CONTRACTOR shall not perform any act, fail to perform any act, or refuse to comply with any (name of grantee) requests which would cause (name of grantee) to be in violation of the FTA terms and conditions. END OF DOCUMENT

Four County Transit Server Voice Broadcast Bid Request

Four County Transit Server Voice Broadcast Bid Request Four County Transit Server Voice Broadcast Bid Request AASC/Four County Transit is accepting bids for voice broadcast auto dialer software. Price should include all shipping and handling charges, as applicable.

More information

Request For Quotes. 928 South Ninth Street Springfield, IL 62703-2497 REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ-2015-09

Request For Quotes. 928 South Ninth Street Springfield, IL 62703-2497 REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ-2015-09 928 South Ninth Street Springfield, IL 62703-2497 REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ-2015-09 RESPONSES DUE: OCTOBER 16, 2015 Page 1 of 10 TABLE OF CONTENTS TABLE OF CONTENTS 2 PART I: SPRINGFIELD

More information

Duluth Transit Authority

Duluth Transit Authority REQUEST for BIDS FOR ASSISTANCE CALLS SERVICES, ALARM MONITORING SERVICES January 6, 2016 2402 W. Michigan St Duluth, MN 55806 (218) 623-4316 fax: (218) 722-4428 email: nbrown@duluthtransit.com Bid # 041-16-0304.1

More information

City of Round Rock. Request for Statement of Interest and Proposals. Transit Master Plan

City of Round Rock. Request for Statement of Interest and Proposals. Transit Master Plan City of Round Rock Request for Statement of Interest and Proposals Transit Master Plan General The City of Round Rock seeks qualified planning firms to submit Statements of Interest and Proposals (SIP)

More information

SMART. This proposal must be returned by: December 22, 2011 2:00pm

SMART. This proposal must be returned by: December 22, 2011 2:00pm SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES This is NOT an order. Please submit a quote of your net price for services described herein for SMART transportation. The

More information

MASCOT REQUEST FOR PROPOSAL (RFP) AUDIT & TAX SERVICES 2014

MASCOT REQUEST FOR PROPOSAL (RFP) AUDIT & TAX SERVICES 2014 MASCOT is accepting proposals from firms to provide audit and tax services for our organization. We invite your firm to submit a proposal to us Wednesday, November 19, 2014 no later than 5:00 p.m. Alaska

More information

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 Project Description: The Regional Transit Authority of New

More information

DOCUMENTED QUOTE (DQ) Hosted VoIP PBX and Call Center Management System

DOCUMENTED QUOTE (DQ) Hosted VoIP PBX and Call Center Management System DOCUMENTED QUOTE (DQ) Hosted VoIP PBX and Call Center Management System Northwest Colorado Council of Governments (NWCCOG) is requesting Documented Quotes (DQ) from qualified firms to provide a Hosted

More information

ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS

ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS The undersigned states that: ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS 1. He or she is the duly authorized representative of the Vendor named below; 2. He

More information

IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services

IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services SECTION 1. OVERVIEW AND BID PROCEDURES. 1.0 Introduction and Background. The purpose of this Request for Bid is to solicit proposals from qualified

More information

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS DRAFT for Discussion Only 8.22.14 THIS MASTER GRANT CONTRACT, and amendments and supplements thereto, is between the State

More information

CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS

CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS U.S. DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMS OFFICE OF THE COMPTROLLER CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS

More information

Supplier Representations and Certifications

Supplier Representations and Certifications Instructions: Please fill out the form in its entirety and return to W.W. Williams. A copy of your certificate of insurance should be sent to jgibson@wwwilliams.com. Supplier Representations and Certifications

More information

ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS

ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS The work to be performed under this bid/contract is financed by a Federal grant and the following

More information

FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT #

FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT # FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT # This Cost Reimbursable Subaward Agreement is entered into in order to specify the terms and conditions under which Florida Atlantic University,

More information

Request for Proposal (RFP) for Contract Management

Request for Proposal (RFP) for Contract Management Request for Proposal (RFP) for Contract Management The City of Belton seeks a qualified management consulting firm to assist in the administration of the HOME Program to be awarded through the Texas Department

More information

WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS

WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSALS FOR EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM CONSULTING SERVICES NOTICE IS HEREBY GIVEN that the

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012 REV. 0 REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SECTION A, APPLICABLE TO ALL OFFERS...2 1. Certification and Agreement...2 2. Authorized Negotiators...2 3. Type

More information

SERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title

SERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title This Services Agreement ( Agreement ) dated is made by and between [INSERT CONTRACTOR S NAME AND ADDRESS] (hereinafter called "Contractor"), and UMass Memorial Medical Center, Inc., Worcester, MA (hereinafter

More information

LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY. REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER

LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY. REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER To develop mixed income affordable residential dwelling units 1.0 INTRODUCTION The Lawrence-Douglas

More information

Event Details. Please note that Specifications for Genetec Software Support can be located in the Bid Documents attachment.

Event Details. Please note that Specifications for Genetec Software Support can be located in the Bid Documents attachment. Event Details RFB-Q151071A Buy RFx 1 Event Description Provide as specified. Please visit the Port Authority's website (www.portauthority.org), click on the ebusiness tab (located in the upper right hand

More information

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY FEMA CONSULTANT SERVICES REQUEST FOR PROPOSAL (RFP) #2015-003

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY FEMA CONSULTANT SERVICES REQUEST FOR PROPOSAL (RFP) #2015-003 PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY FEMA CONSULTANT SERVICES REQUEST FOR PROPOSAL (RFP) #2015-003 Project Description: The New Orleans Regional Transit Authority is seeking qualified consultants to

More information

WorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board)

WorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board) WorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board) Workforce Innovation & Opportunity Act Website Maintenance, Updates, & SEO Hosting Request for Quotes (RFQ)

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

Lawrence University Procurement Policy for Federally Sponsored Projects

Lawrence University Procurement Policy for Federally Sponsored Projects Lawrence University Procurement Policy for Federally Sponsored Projects PURPOSE Federal grants are taxpayer dollars entrusted to Lawrence University for the advancement of public good. It is incumbent

More information

state Of New York Contract Agreements

state Of New York Contract Agreements CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES BY AND BETWEEN CENTRAL NEW YORK REGIONAL PLANNING AND DEVELOPMENT BOARD AND [INSERT NAME] FOR [INSERT PROJECT NAME] PARTIES: This Agreement made this day

More information

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

Request for Proposals

Request for Proposals City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street

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 QUOTE. RFQ No. 14-68478 NETWORK MAPPING SOFTWARE

REQUEST FOR QUOTE. RFQ No. 14-68478 NETWORK MAPPING SOFTWARE REQUEST FOR QUOTE RFQ No. 14-68478 NETWORK MAPPING SOFTWARE ISSUE DATE: January 16, 2015 QUOTE DUE DATE: January 30, 2015 EXECUTIVE SUMMARY RFQ No. 14-68478 Hampton Roads Transit has a need for the service

More information

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the

More information

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY Exhibit 1 CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY The undersigned certifies on behalf of the Contractor or Subcontractor

More information

NAME AND LOCATION OF BUSINESS ORGANIZATION (PLACE OF PERFORMANCE)

NAME AND LOCATION OF BUSINESS ORGANIZATION (PLACE OF PERFORMANCE) ANL-70A (November 30, 2015) REPRESENTATIONS AND CERTIFICATIONS THE OFFEROR/BIDDER REPRESENTS AND CERTIFIES THAT: (check or complete all applicable sections) 1.A. NAME AND LOCATION OF BUSINESS ORGANIZATION

More information

BOROUGH OF KENILWORTH

BOROUGH OF KENILWORTH BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS

More information

HACKENSACK UNIVERSITY MEDICAL CENTER Research Department Policies and Procedures Manual

HACKENSACK UNIVERSITY MEDICAL CENTER Research Department Policies and Procedures Manual Policy Name: Research Grant Submissions Process HACKENSACK UNIVERSITY MEDICAL CENTER Research Department Policies and Procedures Manual Policy #: SPO_003 Effective Date: 01/01/2009 Page 1 of 9 GENERAL

More information

REQUEST FOR PROPOSAL FOR NONPROFIT FUND ACCOUNTING SOFTWARE RFQ# EW 06/23-16/17

REQUEST FOR PROPOSAL FOR NONPROFIT FUND ACCOUNTING SOFTWARE RFQ# EW 06/23-16/17 REQUEST FOR PROPOSAL FOR NONPROFIT FUND ACCOUNTING SOFTWARE RFQ# EW 06/23-16/17 Contact: Experience Works procurement@experienceworks.org 1 SECTION I: INTRODUCTION Experience Works, Inc., (EW) (formerly

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

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY EXHIBIT 1 TO ATTACHMENT CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY The undersigned certifies on behalf of the Contractor

More information

AGREEMENT FOR CONSULTING SERVICES (Sponsored Research) Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. **

AGREEMENT FOR CONSULTING SERVICES (Sponsored Research) Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. ** AGREEMENT FOR CONSULTING SERVICES () Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. ** THIS AGREEMENT is made and entered into as of this day of, 20 (the Effective Date ) by and between

More information

REQUEST FOR PROPOSAL FOR CISCO VOIP TECHNICAL SUPPORT

REQUEST FOR PROPOSAL FOR CISCO VOIP TECHNICAL SUPPORT Douglas County School District Learn today. Lead tomorrow. Purchasing and Contracting REQUEST FOR PROPOSAL FOR Date of Issue: May 2, 2014 Proposal Closing Date: May 22, 2014, at 2:00 p.m. Proposal to be

More information

Greater Lapeer Transportation Authority 2014-1. Request for Proposal (RFP) Purchase with installation of: Automatic Vehicle Locators (AVL)

Greater Lapeer Transportation Authority 2014-1. Request for Proposal (RFP) Purchase with installation of: Automatic Vehicle Locators (AVL) Request for Proposal (RFP) Purchase with installation of: Automatic Vehicle Locators (AVL) and Mobile Data Terminals (MDT) Solicitation Number: GLTA 2014 1 Direct Questions To: Ms. Carol Wegher, Executive

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

LEARNING CENTER WELCOME VIDEO

LEARNING CENTER WELCOME VIDEO REQUEST FOR QUOTATIONS (RFQ) LEARNING CENTER WELCOME VIDEO Solicitation No. 16-033 32-505 Harry Oliver Trail Thousand Palms, CA 92276 ATTN: Contracts Assistant Phone: (760) 343-3456 Fax: (760) 343-3845

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

RFP STAFF LEASING SERVICES 1/1/15 6/30/16

RFP STAFF LEASING SERVICES 1/1/15 6/30/16 RFP STAFF LEASING SERVICES 1/1/15 6/30/16 Ana-Maria Hurtado Commissioner TOWN OF HEMPSTEAD DEPARTMENT OF OCCUPATIONAL RESOURCES 50 CLINTON STREET, SUITE 400 HEMPSTEAD, NEW YORK 11550 CONTENT PUBLIC NOTICE...PAGE

More information

University Of New Hampshire Transportation Services. Disadvantaged Business Enterprises

University Of New Hampshire Transportation Services. Disadvantaged Business Enterprises University Of New Hampshire Transportation Services Disadvantaged Business Enterprises Table of Contents Program Objectives/Procedures Statement..3 Non Discrimination Clause.4 Record Keeping Requirements...4

More information

METROPOLITAN WASHINGTON COUNCIL OF GOVERNMENTS. REQUEST FOR PROPOSAL REQUEST FOR PROPOSALS RFP No. 15-009 FEBRUARY 6, 2015

METROPOLITAN WASHINGTON COUNCIL OF GOVERNMENTS. REQUEST FOR PROPOSAL REQUEST FOR PROPOSALS RFP No. 15-009 FEBRUARY 6, 2015 METROPOLITAN WASHINGTON COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSAL REQUEST FOR PROPOSALS RFP No. 15-009 FEBRUARY 6, 2015 OFFICE 365 MIGRATION SERVICES 1. INTRODUCTION The Metropolitan Washington Council

More information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

... 10 ... 2 ... 4 ... 8 ... 9 ... 11

... 10 ... 2 ... 4 ... 8 ... 9 ... 11 ... 1... 2... 4... 8... 9... 10... 11... 11 SHA Solicitation No. 811326 Page 1 of 14 SHA Solicitation No. 811326 Page 2 of 14 SHA Solicitation No. 811326 Page 3 of 14 SHA Solicitation No. 811326 Page 4

More information

TOWNSHIP OF BERKELEY HEIGHTS

TOWNSHIP OF BERKELEY HEIGHTS TOWNSHIP OF BERKELEY HEIGHTS REQUEST FOR PROPOSALFOR TAX ATTORNEY SERVICES Township of Berkeley Heights Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 10:00 A.M. DEBEMBER 5,

More information

AE Enqineer nq. lnc. Protective Coatinq Solutions, Inc.

AE Enqineer nq. lnc. Protective Coatinq Solutions, Inc. 375-030-nn 06/13 DBE AND SMALL BUSINESS PARTICIPATION STATEMENT Note: The Firm is required to complete the following information and submit this form with the technical proposal. Contract No. or Advertisement

More information

COUNTY OF UNION, NEW JERSEY

COUNTY OF UNION, NEW JERSEY CITY OF ELIZABETH, COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS Insurance Consultant Contract Term Fiscal Year (July 1, 2015 through June 30, 2016) SUBMISSION DEADLINE 4:00 P.M. Friday JUNE 26,

More information

REQUEST FOR PROPOSALS. March 4, 2016, 17:00 pm Central European Time Closing Deadline:

REQUEST FOR PROPOSALS. March 4, 2016, 17:00 pm Central European Time Closing Deadline: REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: MENA2016T06o Open Date:

More information

1. Provide advice and opinions regarding workers compensation issues, as needed;

1. Provide advice and opinions regarding workers compensation issues, as needed; Town of West New York Requests Proposals ( RFP ) From Law Firms Interested in Serving as Workers Compensation Counsel for the Town of West New York For the Period January 1, 2016 through December 31, 2016

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

ATTACHMENT A SUPPLIER CERTIFICATIONS PACKAGE

ATTACHMENT A SUPPLIER CERTIFICATIONS PACKAGE Page 1of 12 SUPPLIER RFQ# P/N# ATTACHMENT A SUPPLIER CERTIFICATIONS PACKAGE FORM $25,000 $100,000 $650,000 1. Cost Accounting Standards and Notices X 2. Certification Regarding Responsibility Matters X

More information

Relocation Services Request for Proposal

Relocation Services Request for Proposal SCOPE OF WORK The University of South Carolina (University) is seeking proposals from qualified entities to provide comprehensive relocation services to interested faculty and staff being employed on any

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

CHAPTER 11 APPEALS AND DISPUTES

CHAPTER 11 APPEALS AND DISPUTES CHAPTER 11 APPEALS AND DISPUTES In this Chapter look for... 11. General 11.1 Deleted 11.2 Administrative Appeals 11.3 Disputes 11.4 Alternative Dispute Resolution (ADR) 11. General. The Virginia Public

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

SMARSH WEBSITE & HOSTING REPRESENTATIVE TERMS & CONDITIONS

SMARSH WEBSITE & HOSTING REPRESENTATIVE TERMS & CONDITIONS SMARSH WEBSITE & HOSTING REPRESENTATIVE TERMS & CONDITIONS This Webhosting & Services Terms and Conditions ( Terms ) are effective as of the date of execution of the Order Form, as defined in Section 1,

More information

Association of Monterey Bay Area Governments. Request for Proposals. for. Demographic Forecasting Services

Association of Monterey Bay Area Governments. Request for Proposals. for. Demographic Forecasting Services Association of Monterey Bay Area Governments Request for Proposals for Demographic Forecasting Services Not to Exceed $20,000 Issued: July 15, 2015 Questions Due: July 31, 2015 Deadline (received by AMBAG):

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

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION LUMP SUM) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION LUMP SUM) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION LUMP SUM) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE THIS AGREEMENT, entered into this day of, by and between the Arkansas State Highway

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

BENCHMARK MEDICAL LLC, BUSINESS ASSOCIATE AGREEMENT

BENCHMARK MEDICAL LLC, BUSINESS ASSOCIATE AGREEMENT BENCHMARK MEDICAL LLC, BUSINESS ASSOCIATE AGREEMENT This BUSINESS ASSOCIATE AGREEMENT ( Agreement ) dated as of the signature below, (the Effective Date ), is entered into by and between the signing organization

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response

More information

Infinedi HIPAA Business Associate Agreement RECITALS SAMPLE

Infinedi HIPAA Business Associate Agreement RECITALS SAMPLE Infinedi HIPAA Business Associate Agreement This Business Associate Agreement ( Agreement ) is entered into this day of, 20 between ( Company ) and Infinedi, LLC, a Limited Liability Corporation, ( Contractor

More information

FEDERAL CONSTRUCTION CONTRACT PROVISIONS

FEDERAL CONSTRUCTION CONTRACT PROVISIONS FEDERAL CONSTRUCTION CONTRACT PROVISIONS COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM Office of Community and Rural Affairs One North Capitol, Suite 600 Indianapolis, Indiana 46204-2288 Revised April 2009

More information

HIPAA BUSINESS ASSOCIATE AGREEMENT

HIPAA BUSINESS ASSOCIATE AGREEMENT HIPAA BUSINESS ASSOCIATE AGREEMENT This HIPAA Business Associate Agreement ("BA AGREEMENT") supplements and is made a part of any and all agreements entered into by and between The Regents of the University

More information

Request for Qualifications. For Mobile Technology to enable. Job Placement and Retention Services. Due April 20, 2015

Request for Qualifications. For Mobile Technology to enable. Job Placement and Retention Services. Due April 20, 2015 Request for Qualifications For Mobile Technology to enable Job Placement and Retention Services Due April 20, 2015 Request for Qualifications for Mobile Technology to enable Job Placement and Retention

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

Health Plan Select, Inc. Business Associate Privacy Addendum To The Service Agreement

Health Plan Select, Inc. Business Associate Privacy Addendum To The Service Agreement This (hereinafter referred to as Addendum ) by and between Athens Area Health Plan Select, Inc. (hereinafter referred to as HPS ) a Covered Entity under HIPAA, and INSERT ORG NAME (hereinafter referred

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

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

Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS SFY2015 2016 LEGAL & AUTHORIZING SIGNATURES Updated February 27, 2015 Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS Agency Telephone: Web Address: Primary Mailing

More information

STATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT

STATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT STATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT 201405744 - Off-Site Electronic Media Storage and Transport RFP NUMBER AND TITLE: Services RFP AMENDMENT NUMBER: #1 Amendments and Submitted Questions & Answers

More information

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Formal Invitation for Bids (ITB) Bid 2016-93 Annual Contract for Plumbing Repair Due: August 20, 2015 before 2:00p.m. Public Notice

More information

REQUEST FOR PROPOSALS RFP# CDOT 2016-102. Big Data Analytics

REQUEST FOR PROPOSALS RFP# CDOT 2016-102. Big Data Analytics REQUEST FOR PROPOSALS RFP# CDOT 2016-102 Big Data Analytics Date Issued: March 10, 2016 i TABLE OF CONTENTS 1 REQUEST FOR PROPOSALS (RFP) INSTRUCTIONS... 4 1.1 Public Notice... 4 1.2 Project Scope... 4

More information

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the

More information

CALIFORNIA FALSE CLAIMS ACT GOVERNMENT CODE SECTION 12650-12656

CALIFORNIA FALSE CLAIMS ACT GOVERNMENT CODE SECTION 12650-12656 CALIFORNIA FALSE CLAIMS ACT GOVERNMENT CODE SECTION 12650-12656 12650. (a) This article shall be known and may be cited as the False Claims Act. (b) For purposes of this article: (1) "Claim" includes any

More information

Northern New Mexico College HUMAN RESOURCES POLICY

Northern New Mexico College HUMAN RESOURCES POLICY Northern New Mexico College HUMAN RESOURCES POLICY Subject: Substance Abuse File Reference: 3.3 Date Approved By Board of Regents: Replaces Policy Approved On: Purpose: September 21, 1990 Policy: Procedures:

More information

Request for Quotation For Design and Printing

Request for Quotation For Design and Printing PAGE 1 OF 7 Request for Quotation For Design and Printing Head Start of Greater Dallas, Inc. is requesting quotation for Printing and Design Work for Marketing and Public Relations for the Agency locations

More information

Bond Form Commentary and Comparison

Bond Form Commentary and Comparison Bond Form Commentary and Comparison AIA Document A310 2010, Bid Bond, and AIA Document A312 2010, Performance Bond and Payment Bond INTRODUCTION Since the first publication of The Standard Form of Bond

More information

24 CFR PART 85 85.36 Procurement. States. Procurement standards.

24 CFR PART 85 85.36 Procurement. States. Procurement standards. 85.36 Procurement. (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non-federal funds. The State will

More information

Request for Proposals (RFP) No. 3424 Work Order and Asset Management Software

Request for Proposals (RFP) No. 3424 Work Order and Asset Management Software City of Lakewood Department of Community Resources 480 South Allison Parkway Lakewood, CO 80226 Request for Proposals (RFP) No. 3424 Work Order and Asset Management Software Submittal Due Date: November

More information

BUYING AGENCY AGREEMENT

BUYING AGENCY AGREEMENT THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred

More information

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO Date of Bid: DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO In response to the Advertisement for Bids for the following public work: PIER 26 SOUTH BULKHEAD

More information

Terms and Conditions for Tax Services

Terms and Conditions for Tax Services Terms and Conditions for Tax Services In the course of delivering services relating to tax return preparation, tax advisory, and assistance in tax controversy matters, Brady, Martz & Associates, P.C. (we

More information

An organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award.

An organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award. 85.36 Procurement (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non-federal funds. The State will

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement ( Agreement ) by and between (hereinafter known as Covered Entity ) and Office Ally, LLC. (hereinafter known as Business Associate ), and

More information

Page 1 of 7. Corporate Form CC009 Rev 13, Dated 31 Jan 2015

Page 1 of 7. Corporate Form CC009 Rev 13, Dated 31 Jan 2015 1. When the materials or products furnished are for use in connection with a U.S. Government contract or subcontract, in addition to the L-3 General Terms and Conditions (Corp Form CC008), the following

More information

Business Associate Agreement

Business Associate Agreement This Business Associate Agreement Is Related To and a Part of the Following Underlying Agreement: Effective Date of Underlying Agreement: Vendor: Business Associate Agreement This Business Associate Agreement

More information

10/30/2015. Procurement Under the New Requirements. Why This Session Is Needed. Lesson Overview & Module Objectives. Changes to conflict of interest

10/30/2015. Procurement Under the New Requirements. Why This Session Is Needed. Lesson Overview & Module Objectives. Changes to conflict of interest Requirements Procurement under the New Requirements 1 1 Why This Session Is Needed New provisions in Uniform Guidance Changes to conflict of interest requirements in Uniform Guidance Distinctions between

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 PROPOSALS ADVERTISING SERVICES

REQUEST FOR PROPOSALS ADVERTISING SERVICES LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS ADVERTISING SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation d/b/a Empire

More information

AN ACT IN THE COUNCIL OF THE DISTRICT OF COLUMBIA

AN ACT IN THE COUNCIL OF THE DISTRICT OF COLUMBIA AN ACT IN THE COUNCIL OF THE DISTRICT OF COLUMBIA To amend the District of Columbia Procurement Practices Act of 1985 to make the District s false claims act consistent with federal law and thereby qualify

More information

SAINT LOUIS COUNTY GOVERNMENT PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSAL (RFP)

SAINT LOUIS COUNTY GOVERNMENT PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSAL (RFP) PARKS & RECREATION DEPARTMENT (RFP) FULL-SERVICE ADVERTISING, MARKETING, BRANDING, MEDIA AND COMMUNICATIONS AGENCY Proposal Due Date: July 1, 2013 PARKS & RECREATION DEPARTMENT Page 1 TABLE OF CONTENTS:

More information

EXHIBIT 1 Standard Contract Addendum

EXHIBIT 1 Standard Contract Addendum EXHIBIT 1 Standard Contract Addendum This Standard Contract Addendum ( Addendum ) is between Texas Southern University ( University ) and the other party ( Contracting Party ) indicated in the signature

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