TRANSPORTATION SERVICES CONTRACTS
|
|
|
- Nancy Gregory
- 9 years ago
- Views:
Transcription
1 TRANSPORTATION SERVICES CONTRACTS STATEMENT It is the desire and intent of the Board of School Trustees for the Greater Clark County School Corporation to comply in all respects with the procedures set out in the Indiana Code provisions on School Transportation (IC et al) when soliciting providers for transportation or fleet contract routes. RULES 1. For the purposes of all transportation or fleet contracts awarded by Greater Clark County Schools, the following definitions shall apply: a. A fleet contract is defined by IC with the number of fleet contract routes limited in accordance with Rule 7 below. b. A fleet contractor is defined by IC c. A transportation contract is defined by IC All persons, companies, corporations, or entities awarded transportation and/or fleet contracts by the school corporation shall be familiar and comply in all respects with the Indiana Code provisions on School Transportation located at IC et al, and including IC et seq. 3. MANNER AND TIMING OF CONTRACT PAYMENTS All payments issued to fleet or transportation contractors are done via Greater Clark s Accounts Payable system. Payments will be made during a contract year and will be issued on a bi-monthly basis using 26 pays. 4. DIRECT DEPOSIT OPTION Greater Clark County Schools will provide a direct deposit option for fleet or transportation contractors whenever that option is available by the corporation s software vendor. The anticipated date for availability of this option is December However, at such time as direct deposit for vendor contracts is available, fleet or transportation contractors will be allowed to choose to have contract payments issued in this manner. 5. FUEL ADJUSTMENT FORMULA The fuel escalation/de-escalation provision will be evaluated and/or adjusted on a quarterly basis during the term of the awarded contract. The vendors used to determine the initial value will be utilized to determine the escalation/deescalation value, as applicable, during the term of the contract, provided said vendor is still in operation when the evaluations are performed. The transportation or fleet contractor shall have the option to reject the inclusion of the escalation/de-escalation provision in an awarded contract as part of the contract award negotiation process. 6. CONTRACT TERMS/NEW BUS At any time that a contract is negotiated that includes the purchase of a new bus, the contract term may be negotiated up to a ten (10) year limit. Page 1 of 5
2 The actual term of the contract will be part of the negotiation process between the contractor and Greater Clark representative(s). 7. FLEET CONTRACTS/LIMITATION ON NUMBER OF ROUTES Any bidder may submit a proposal for more than one (1) route as a fleet proposal; and if awarded a contract for more than one (1) route, he/she is deemed a fleet contractor and shall be required to enter into a fleet contract per IC et seq.; provided, however, no person or entity shall be awarded or have a fleet contract of more than five (5) bus routes. 8. The school corporation shall develop specifications for the contracted routes in accordance, at a minimum, with IC by including: a. A description of the route for which the contract is to be let. b. The approximate number of students to be transported on the route. c. The approximate number of miles to be traveled each school day on the route. d. The type of school bus equipment required to be furnished by the school bus driver or fleet contractor, including the seating capacity of the equipment required, if applicable. e. The amount of public liability and property damage insurance coverage required to be furnished by the school bus driver or fleet contractor, as follows: i. Insurance - The owner/driver shall obtain and maintain during the life of the contract Public Liability and Property Damage Insurance coverage as shall protect him/her, any substitute, agent or employee, as well as the Greater Clark County School Corporation s Board of Trustees, their employees, agents and assigns from claims for damage for personal injury, including accidental death, as well as from claims for property damage which may arise from fulfilling the terms under the contract, whether such operation be by owner/driver, a substitute driver; and employee or agent; the amount of such insurance shall be as follows: 1. Public Liability in an amount not less than $500,000 for injuries including accidental death to any one (1) person, and subject to the same limit for each person in an amount of not less than $1,000,000 on account of one (1) accident, and Property Damage Insurance in an amount not less than $100,000. Medical payment for each person, $5, Further, Greater Clark County School Corporation, its Board of School of Trustees, employees, agents and assigns shall be named as an additional named insured on said insurance policies. ii. A valid insurance policy shall be filed with the Chief Financial Officer (CFO) at the time of signing the contract. This policy will be retained in the CFO s office. Realizing that some premiums for insurance are paid on a monthly, quarterly or semi-annual basis, it is the owner/driver s responsibility to provide verification to the CFO of the method of payment for said coverage and proof that the payments are made as indicated. This proof can be provided on an annual basis during the term of the contract. f. The amount of surety bond required to be furnished by the school bus driver, as follows: i. The driver awarded the contract shall provide a performance bond to the Corporation for each year of the contract in the amount of $2,500 per year made payable to Greater Clark County Schools. Page 2 of 5
3 ii. Failure on the part of the driver awarded the contract to provide the per year performance bond on or before August 1 of each year, for each year of the contract shall result in the driver being in breach of the contract. g. The length of the term for which the contract may be let. h. Any other relevant information necessary to advise a prospective bidder of the terms and conditions of the transportation or fleet contract, including: i. Earnest Money Deposit: Each proposer shall submit a certified or cashier's check with his/her route(s) proposal in the amount of five hundred dollars ($500.00) for each proposal submitted as assurance of his/her intent to make a proposal. ii. Said check to be returned to unsuccessful proposer; to successful proposers, check will be retained until he/she makes the first run as per the awarded contract. 9. The Board of School Trustees shall adopt the specifications for transportation and fleet contracts before entering into a transportation or fleet contract per IC The specifications shall be prepared and placed on file at the school corporation s Administration Building located at 2112 Utica-Sellersburg Road, Jeffersonville, Indiana and at the location of the Transportation Department s main office at least fifteen (15) days before the advertised date for beginning negotiations or receiving proposals or bids. 11. Per IC , transportation or fleet contracts will be: a. Negotiated and let after receiving bids on the basis of specifications, as provided in section 10 of Indiana Code i. The Board of School Trustees shall give notice to the public at least ten (10) days before beginning negotiations or receiving proposals for transportation or fleet contracts. ii. Notice shall be given in the manner provided by IC and must include the following information: 1. That the governing body will negotiate, receive proposals or receive bids for transportation contracts and fleet contracts on a specified date. 2. That the governing body will execute contracts for the school bus routes of the school corporation. 3. That the specifications for the routes and related information are on file at the Administration Building for Greater Clark County Schools located at 2112 Utica-Sellersburg Road, Jeffersonville, Indiana and at the transportation office location. 4. That a transportation or fleet contract may not be negotiated until notice has been given per IC It shall be within the Board President s discretion to appoint a board member to serve on the negotiation team. 13. Contract Award Procedure/Reverse Auction: a. Each person submitting proposals will be invited to a negotiating meeting at such location as is designated in the specifications and legal notice. b. Each route is subject to negotiation of the terms of the proposal using the following Page 3 of 5
4 procedure: i. Contracts with Opposition - Other Proposer: 1. Separate all proposals by geographical areas. 2. Route proposals will be negotiated in numerical order. Offer route to lowest proposer; ask for counter-proposal and continue until lowest responsible proposal is received. a. At that time negotiations for the final route value will occur. b. Continue with each route, same procedure. 3. After completion of last route, calculate the "daily" and the "cost-per-mile" for each area and the system wide total. 4. Contract signing pending Board approval. 5. Successful bid awards will be made available to the public after Board approval. ii. Contracts with No Opposition - No Other Proposals: 1. Separate routes by geographical area. 2. Call each route and proposer, one at a time, to the table and negotiate. 3. Criteria to be used for negotiations - cost-per-mile, age of bus, route conditions, etc. 4. If agreement is reached, recommend award of Contract. 5. Contract signing pending Board approval. 6. The Board reserves the right to conduct such negotiations in such manner as it deems satisfactory. 7. If no proposal is satisfactory, the Board reserves the right to reject all proposals. 14. If a transportation or fleet contract is to be let for more than one (1) full school year, the contract must be let before May 1 preceding the beginning of the first school year covered by the contract with the following exception: a. A contract that is let after May 1 preceding the beginning of the first school year covered by the contract is valid if the contract was let after May 1 due to an emergency situation. b. The Board of School Trustees shall have the right to declare an emergency situation, as needed, to comply with provision 14.a. 15. In accordance with IC , contracts shall be awarded to the lowest responsible bidder, subject to: a. The governing body reserving the right to reject all bids per IC b. No bids are received and the governing body re-advertises or negotiates a contract without further advertising. 16. In accordance with IC , the governing body may alter a school bus route at anytime. If the altered route is longer than the route in the original contract, the school bus driver or fleet contractor shall be paid additional compensation for each additional mile or fraction of a mile. The additional compensation shall be based on the average rate per mile in the original contract. Page 4 of 5
5 17. Transportation and/or fleet contracts may be assigned in accordance with IC Transportation and/or fleet contracts may be amended or terminated in accordance with the provisions set out in IC et seq. 19. If there are provisions in Indiana Code et al. that are amended or added that change the intent of the provisions set out in this policy, Indiana Code prevails as the applicable law for transportation or fleet contract services. Reference: Indiana Code Provisions IC et al, as applicable; IC et seq. Adopted: October 9, 2007 Page 5 of 5
CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS
7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically
Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement
Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following
CHAPTER 7 PUBLIC WORKS LAW
7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed
Purchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes
Introduction A Guide for Contractors and Suppliers The Purchasing Office should be your first point of contact with the County. Our role is to bring together users and suppliers to ensure that the County
$18,345,000* County of Pitt, North Carolina General Obligation Community College Bonds Series 2015
Notice of Sale and Bid Form Note: Bonds are to be awarded on a True Interest Cost (TIC) basis as described herein. No bid for fewer than all of the bonds offered or for less than 100% of the aggregate
AGREEMENT FOR FINANCIAL ADVISORY SERVICES RELATED TO 2012-13 TAX AND REVENUE ANTICIPATION NOTES (COUNTY KNN PUBLIC FINANCE)
AGREEMENT FOR FINANCIAL ADVISORY SERVICES RELATED TO 2012-13 TAX AND REVENUE ANTICIPATION NOTES (COUNTY KNN PUBLIC FINANCE) THIS AGREEMENT, made as of the 11 th day of June, 2012, by and between the COUNTY
CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS
CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS 48-01.2-01. Definitions. In this chapter, unless the context otherwise requires: 1. "Agency construction management" means a public improvement delivery
EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000
INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter
NOTICE OF SALE TOWNSHIP OF HOWELL (Monmouth Township, New Jersey) $13,000,000 TAX ANTICIPATION NOTES OF 2016 BOOK-ENTRY ONLY NON-CALLABLE
NOTICE OF SALE TOWNSHIP OF HOWELL (Monmouth Township, New Jersey) $13,000,000 TAX ANTICIPATION NOTES OF 2016 BOOK-ENTRY ONLY NON-CALLABLE Bids are being solicited through a fair and open process in accordance
QSP INFORMATION AT A GLANCE
QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:
TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM
TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM BID NUMBER: 12-07 BID OPENING: 2:30 P.M. October 27, 2011 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340
CHAPTER 179. BE IT ENACTED by the Senate and General Assembly of the State of New Jersey: 1. R.S.34:15-104 is amended to read as follows:
CHAPTER 179 AN ACT concerning the workers' compensation security funds and amending and repealing various sections of chapter 15 of Title 34 of the Revised Statutes. BE IT ENACTED by the Senate and General
INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000
Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold
NIGP Career Seminar Series II Workshop I Bonds (Bid, Performance, and Payment) Bond Excerpts from ARS Title 34
NIGP Career Seminar Series II Workshop I Bonds (Bid, Performance, and Payment) Bond Excerpts from ARS Title 34 34-201. Notice of intention to receive bids and enter contract; procedure; doing work without
CHAPTER VII PROCUREMENT AND CONTRACT RULES
CHAPTER VII PROCUREMENT AND CONTRACT RULES Sec. 7-1. Purchasing Limitations. No purchases, including purchases made using school internal accounts, shall be made except as provided in these Rules. No officer
INDEPENDENT CONTRACTORS AGREEMENT
INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing
CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID
CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID ITB # 1002 ITEM: Storage Area Network Equipment, Installation & Support DEADLINE: Friday, February
Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027
181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public
INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS
INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may
SECTION 000100 - INSTRUCTIONS TO BIDDERS
SECTION 000100 - INSTRUCTIONS TO BIDDERS ARTICLE 1 - SPECIAL NOTICE TO BIDDERS These electronic specifications makeup a complete set of project bidding forms. The proposal form shall be executed and submitted
Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald
LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch
NOTICE OF SALE COUNTY OF PASSAIC, NEW JERSEY $3,000,000 BONDS CONSISTING OF
NOTICE OF SALE COUNTY OF PASSAIC, NEW JERSEY $3,000,000 BONDS CONSISTING OF $1,500,000 COUNTY COLLEGE BONDS, SERIES 2016A AND $1,500,000 COUNTY COLLEGE BONDS, SERIES 2016B (COUNTY COLLEGE BOND ACT, P.L.
Unity Community Center Metal Roof Installation. Request for Bids
Unity Community Center Metal Roof Installation Unity Barn Raisers Request for Bids May 24, 2012 Town of Unity Communities for Maine s Future Bond funding Unity Barn Raisers PO Box 381 32 School Street
corporation with its principal place of business in the City of
TEXAS DEPARTMENT OF INSURANCE Division of Workers Compensation Self-Insurance Regulation MS-60 7551 Metro Center Dr., Ste 100 Austin, Texas 78744-1645 (512) 804-4775 FAX (512) 804-4776 www.tdi.texas.gov
REFERENCES: Public Authorities Law, Article 9, Title 5 A; Public Authorities Accountability Act of 2005.
NYS Bridge Authority Policy & Procedures Manual CATEGORY: Administration SUB CATEGORY: Fixed Assets TITLE: Guidelines and Procedures for the Disposal of Personal Property PURPOSE: These guidelines establish
Stephenson County, Illinois
Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s
This page left blank intentionally
ATTACHMENT 13 PERFORMANCE AND PAYMENT BONDS This page left blank intentionally RFP #0606-14 Attachment 13: Payment & Performance Bonds Page 1 of 8 PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY
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,
WASHINGTON SUBURBAN SANITARY COMMISSION
APPENDI B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for
COUNTY OF UNION, NEW JERSEY
CITY OF ELIZABETH COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS FINANCIAL ADVISORARY SERVICES Contract Term 2017 State Fiscal Year (Ending June 30, 2017) SUBMISSION DEADLINE 11:00 A.M. MAY 12,
SECTION 3 AWARD AND EXECUTION OF CONTRACT
SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.01 CONSIDERATION OF BIDS: After the Proposals are opened and read, the approximate estimated quantity of each item multiplied by the unit price bid for that
EXHIBIT A (of Request for Proposal)
EXHIBIT A (of Request for Proposal) INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2016 between the Dublin Unified
corporation with its principal place of business in the City of
TEXAS DEPARTMENT OF INSURANCE Division of Workers Compensation Self-Insurance Regulation MS-60 7551 Metro Center Dr., Ste 100 Austin, Texas 78744-1645 (512) 804-4775 FAX (512) 804-4776 www.tdi.texas.gov
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
REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT
REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT PREPARED BY: EXETER FIRE DEPARTMENT 20 COURT STREET EXETER NH 03833 TABLE OF CONTENTS PAGE INVITATION
Chapter 32 Utah Interlocal Financing Authority Act
Chapter 32 Utah Interlocal Financing Authority Act 11-32-1 Short title. (1) This chapter shall be known as the "Utah Interlocal Financing Authority Act." (2) All bonds issued pursuant to authority of this
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
STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS DEPARTMENT OF REVENUE DIVISION OF MOTOR VEHICLES AMENDED RULES AND REGULATIONS RELATIVE TO
STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS DEPARTMENT OF REVENUE DIVISION OF MOTOR VEHICLES AMENDED RULES AND REGULATIONS RELATIVE TO COMPULSORY INSURANCE OR FINANCIAL RESPONSIBILITY WALTER R. CRADDOCK,
The supply of materials and services for the University must be undertaken as follows:
9.4 PURCHASING 9.4.1 Introduction Bellarmine University operates under a Central Purchasing system. Central Purchasing allows the University to take a comprehensive and coordinated approach to supplying
CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID
PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-14 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-14 on the outside of the mailing envelope and the
PRODUCER AGREEMENT. Hereinafter ("Producer"), in consideration of the mutual covenants and agreements herein contained, agree as follows:
PRODUCER AGREEMENT Hereinafter First Choice Insurance Intermediaries, Inc "FCII", a Florida company, having an office at 814 A1A North, Suite 206, Ponte Vedra Beach, FL 32082 and " Producer" having an
SUBMISSION REQUIREMENTS
GREATER ORLANDO AVIATION AUTHORITY REQUEST FOR CONTRACTOR STATEMENT OF QUALIFICATIONS (RFQ) FOR BP-459 SECURED AREA ACCESS POINT CCTV IMPROVEMENTS ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS
Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1
P a g e 1 Request for Proposal Architectural/Engineering Services Adapt/SouthRiver CHC RFP for Architectural/Engineering Services P a g e 2 Introduction (SRCHC), a Federally Qualified Health Center, is
APPLICATION FOR BAIL BOND LICENSE. 1. Name of Applicant: Age:
APPLICATION FOR BAIL BOND LICENSE Received Application on: By: Company Name License # 1. Name of Applicant: Age: Other Names Used (Alias, Maiden, Married) List All Driver s License # s and the State(s)
CITY OF CHARLOTTETOWN. REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages
CITY OF CHARLOTTETOWN REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages May 2016 PAGE 2 CITY OF CHARLOTTETOWN REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking
UNIVERSITY HOSPITAL POLICY
UNIVERSITY HOSPITAL POLICY SUBJECT: PURCHASING SERVICES TITLE: PURCHASING PROCESS Responsible Executive: Executive Director, Supply Chain Management Responsible Office: Supply Chain Management CODING:
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,
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor
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
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
DENVER URBAN RENEWAL AUTHORITY GUIDELINES FOR UTILIZATION OF SMALL BUSINESS ENTERPRISES IN URBAN REDEVELOPMENT PROJECTS.
DENVER URBAN RENEWAL AUTHORITY GUIDELINES FOR UTILIZATION OF SMALL BUSINESS ENTERPRISES IN Policy Statement URBAN REDEVELOPMENT PROJECTS November 2014 The Denver Urban Renewal Authority ("DURA") has determined
Sewage Sludge Utilization Performance Bond
Sewage Sludge Utilization Performance Bond Total Sum of the Performance Bond (the Bond ) Bond. No. This Bond assures performance for Sewage Sludge Utilization Permit(s) ( Permit for Permits ) No(s). authorizing
RECRUITMENT LETTER. To be included on our current bidders list, please fill in the Contractor Qualification Registration, which includes:
CITY OF BRUNSWICK Department of Community Development 601 Gloucester Street * Post Office Box 550 * Brunswick * Georgia * 31520-0550 * (912) 267-5530 * Fax (912) 267-5542 Cornell L. Harvey, Mayor Felicia
NORTH COUNTY TRANSIT DISTRICT
NORTH COUNTY TRANSIT DISTRICT 810 Mission Avenue Oceanside, CA 92054 CONTRACTS & PROCUREMENT DEPARTMENT NORTH COUNTY TRANSIT DISTRICT CONTRACTS & PROCUREMENT DEPARTMENT 1. CONTACT INFORMATION Larry Frum
REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford
REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR Issued by the Town of Bedford Chris Burdick, Supervisor David Gabrielson, Deputy Supervisor Francis Corcoran Marybeth Kass Lisbeth
Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
NEW ERA LIFE INSURANCE COMPANY GENERAL AGENT S CONTRACT. For. Name. Address. City State Zip
NEW ERA LIFE INSURANCE COMPANY GENERAL AGENT S CONTRACT For Name Of Address City State Zip P.O. Box 4884 Houston, Texas 77210-4884 200 Westlake Park Blvd. Suite # 1200 Houston, Texas 77079 1-800-713-4680
Ocoee, FL July 01, 2016 Advertisement No. 1
BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software
INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS
INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS Include Section I and Section II.(A. - F.) in all County service agreements. I. Indemnification: Contractor shall indemnify,
COMMERCIAL BOND APPLICATION
COMMERCIAL BOND APPLICATION 109 River Landing Drive, Suite 200, Charleston, SC 29492 Email address: [email protected] Phone: (843) 971-5441 Fax number: (843) 971-5419 Agency Code:
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:
NOTICE TO POTENTIAL BIDDERS
NOTICE TO POTENTIAL BIDDERS Downloading the Plans, Specifications and other Bid Documents will NOT place you on the City s List of Plan Holders. This is important because only those on the City s List
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
DEPARTMENT OF LABOR AND EMPLOYMENT. Division of Workers Compensation 7 CCR 1101-4
DEPARTMENT OF LABOR AND EMPLOYMENT Division of Workers Compensation 7 CCR 1101-4 RULES GOVERNING THE ISSUANCE OF SELF INSURANCE PERMITS UNDER THE WORKERS' COMPENSATION ACT PART 1 INTRODUCTION STATEMENT
STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS DEPARTMENT OF TRANSPORTATION DIVISION OF MOTOR VEHICLES AMENDED RULES AND REGULATIONS RELATIVE TO
STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS DEPARTMENT OF TRANSPORTATION DIVISION OF MOTOR VEHICLES AMENDED RULES AND REGULATIONS RELATIVE TO COMPULSORY INSURANCE OR FINANCIAL RESPONSIBILITY DANTE
Merchant Account Services
COLORADO MOUNTAIN COLLEGE Request for Proposal Number #466-10 Merchant Account Services Due: July 31, 2010 at 4:00 PM Mountain Time COLORADO MOUNTAIN COLLEGE INVITATION TO BID #466-10 Merchant Account
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
GUIDELINES TO UNIVERSITY OF MARYLAND CONSULTANT AGREEMENT <$5,000
GUIDELINES TO UNIVERSITY OF MARYLAND CONSULTANT AGREEMENT
Notary Public Guide FUNCTION
Notary Public Guide FUNCTION A notary public acts as an official witness to the identity of a person who comes before the notary. A notary is authorized to witness or attest a signature, administer an
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.
COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670
COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 The Division of Central Services has developed this
TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES
951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING
LABOR AND WORKERS COMPENSATION GROUP SELF-INSURANCE
TITLE 11 CHAPTER 4 PART 9 LABOR AND WORKERS COMPENSATION WORKERS COMPENSATION GROUP SELF-INSURANCE 11.4.9.1 ISSUING AGENCY: Workers Compensation Administration. [8/1/96; 11.4.9.1 NMAC - Rn, 11 NMAC 4.9.1,
C. La Plata County is exempt from all state taxation including state sales and use tax.
Informal Bid (Request for Quotes) Drupal Hosting and Development Service Project Number 12-062-2201 Let Date: August 17, 2012 Bid Deadline: 2:00 p.m. August 30, 2012 I. Administrative Information A. La
Frequently Asked Questions Concerning the Public Bidding and Prevailing Wage Requirements of New Jersey Charter Schools
Frequently Asked Questions Concerning the Public Bidding and Prevailing Wage Requirements of New Jersey Charter Schools 1. Are charter schools required to comply with New Jersey public bidding requirements
HAMILTON COUNTY SCHOOL DISTRICT
HAMILTON COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSALS FOR SPEECH/LANGUAGE THERAPY SERVICES PROPOSAL RETURN DATE May 25, 2016 AT 3:00 P.M. INVITATION TO BID Hamilton County School Board Betty Linton, Coordinator
INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA
INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA BETH ANN STROHL PURCHASING AGENT JUDY SNYDER BUYER MARGARET WELLS BUYER KEITH PUDLINER PURCHASING CLERK City of Allentown Purchasing Office 435 Hamilton
RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE
SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00
TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4
CARROLL COUNTY MINORITY BUSINESS ENTERPRISE POLICY Department of the Comptroller Bureau of Purchasing 10/03/02 TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4 IV METHODS OF PROCURMENENT
CHAPTER 17 CREDIT AND COLLECTION
CHAPTER 17 CREDIT AND COLLECTION 17101. Credit and Collection Section 17102. Purpose 17103. Policy 17104. Procedures NOTE: Rule making authority cited for the formulation of regulations for the Credit
CLARK COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING & CONTRACTS DIVISION
CLARK COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING & CONTRACTS DIVISION Clark County Government Center 500 Grand Central Parkway, 4th Floor Las Vegas, NV 89106 Phone: (702) 455-2897 Fax: (702)
NOTICE OF INTENT TO SELL $9,900,000 ROCHESTER COMMUNITY SCHOOL BUILDING CORPORATION FIRST MORTGAGE BONDS, SERIES 2015
APPENDIX i NOTICE OF INTENT TO SELL $9,900,000 ROCHESTER COMMUNITY SCHOOL BUILDING CORPORATION FIRST MORTGAGE BONDS, SERIES 2015 Upon not less than twenty-four (24) hours notice given by telephone by
SCHEDULE 5 INSURANCE TABLE OF CONTENTS 1. INSURANCE REQUIREMENTS... 1
SCHEDULE 5 INSURANCE TABLE OF CONTENTS 1. INSURANCE REQUIREMENTS... 1 1.1 Project Specific Construction Period Insurance... 1 1.2 Additional Construction Period Insurance... 1 1.3 Operating Period Insurance
AUDIT REPORT 2013/024
INTERNAL AUDIT DIVISION AUDIT REPORT 2013/024 Audit of air travel activities and related practices at UNON Overall results relating to efficient and effective management of travel services were assessed
Non-Emergency Medical Transportation Services
Request for Proposals for Non-Emergency Medical Transportation Services Proposal Number RFP-DSSOC03-07 Orange County Department of Social Services David Jolly, Commissioner 11 Quarry Road Goshen, NY 10924
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by
