Request for Proposal. 2. CSUSA reserves the right to reject any or all proposals.
|
|
|
- Gabriella Warner
- 10 years ago
- Views:
Transcription
1 Request for Proposal This Request for Proposal (RFP) is for the purpose of obtaining competitive proposals to provide Transportation Services for Charter Schools USA (CSUSA) schools (see Attachment B). The goal of CSUSA s transportation service program is to provide transportation to all eligible students in a safe and effective manner. * General Information: Date Issued: Tuesday, May 26, 2015 Services Requested: Transportation School(s) Requesting Bids: See Attachment B Contract Terms: One (1) Year- w/ possible contract extension based on mutual agreement Proposal Opening Date: May 26, 2015 Proposal Closing Date: June 9, 2016 at 5:00pm EST Return Instructions: Hand deliver or mail via certified delivery and to: Charter Schools USA 800 Corporate Drive, Suite 124 Fort Lauderdale, FL Attn: Jennifer Gilreath Director of Procurement [email protected] Contact: Questions regarding this RFP should be directed in writing to: Jennifer Gilreath Director of Procurement Charter Schools USA 800 Corporate Drive, Suite 124 Fort Lauderdale, FL [email protected] *RFP Submission and Award 1. Proposals will be accepted until 5:00pm EST on Tuesday, June 9, Proposals shall be submitted as follows: a. (1) Electronic copy ed to: [email protected] b. (1) Hard copy in a sealed envelope marked Transportation Service Proposal 2. CSUSA reserves the right to reject any or all proposals. 3. Awards shall be made to the most qualified and responsible vendor whose proposal is the most responsive to this solicitation as judged by CSUSA. The chosen vendor will be the one whose experience, financial capabilities and resources demonstrate their ability to perform the services required. 1
2 4. It is the responsibility of the prospective vendor to fully inform themselves of the conditions, requirements and specifications before submitting a proposal. Failure to do so will be at the vendor s own risk. 5. Proposals shall include the following information: a. Brief overview of the company/company profile. b. Product Details (include type of equipment used, age of equipment, etc.). c. Pricing, based on specifications listed in Attachment B. Pricing must be provided on a cost per student per year basis. d. Process Detail (include all aspects from receiving transportation requests to delivery). e. Value Added Details, if any. f. Availability of a late bus for afterschool activities and/or athletics. g. Field trip/activity bus pricing and procedures. h. Three (3) current references. 6. If additional information is required, please contact Jennifer Gilreath, Director of Procurement for CSUSA in writing at: [email protected] or by phone at (954) ext Background Screenings. Upon engagement, Vendor shall cause its employees who will perform the services to undergo background screening by filing with the appropriate agency where the school is located, a complete set of fingerprints taken by an authorized law enforcement agency or an employee of the school or school district who is trained to take fingerprints. Vendor shall pay any and all costs to conduct background screenings for their employees. Vendor shall not begin provision of services until a satisfactory fingerprint processing and background screening has concluded. Should the fingerprint processing reveal that the Vendor and/or its employees who will perform the services have been convicted of a crime involving moral turpitude the Vendor shall not be engaged to provide services. 2
3 ATTACHMENT A Transportation Service Specifications Vendor will deliver complete service, in accordance with the specifications listed below and all normal standards of the industry. Furthermore, vendor will commence work, proceed diligently, and complete his scope of work in accordance with a schedule satisfactory to and in the sequence of completion as directed by the school and CSUSA. Vendor shall enforce strict discipline and good behavior among all service employees and shall take all steps necessary to assure that all employees are familiar with and abide by all safety and school regulations. All employees shall be uniformed and identifiable with company nametags at all times. Due to the critical importance of maintaining good customer relations, authorized individuals only shall perform all contracted services. Specifically, these individuals must be properly trained in customer service and/or experienced in their field. The school has an absolute right to prohibit anyone, with or without cause, from doing service work in or for the school. 1. Routing- a. Vendor shall receive student transportation requests from both the recommitted and new students from the school. i. The routing process shall begin no later than 30 days before the first day of school. ii. Vendor shall provide each school with a passenger manifest for each route, no later than two weeks prior to the start of school. iii. Vendor shall continue to accept requests, even while routing, to determine a wait list or to fill empty available seats. iv. The students on the waitlist are to be mapped out to determine which bus he/she would be on, when/if capacity allows. The vendor is responsible for maintaining this list and notifying the school when a seat is available; the school will notify the parents. b. Identify all bus routes and stops to ensure safety, accessibility and minimize ride times; all routes are to be submitted in writing to the school and CSUSA for approval and must meet the State standards for transportation. i. Vendor shall be responsible for sending an electronic export of route/stop to CSUSA for their SIS in a comma delimited or excel format. In addition, vendor shall ensure that CSUSA and the schools have access to the appropriate software/website in order to view stop/route information. 2. Estimated Volume- The table below provides the number of current riders and number of buses being used for the school year. This information is provided as a guideline for bidders. CSUSA does not guarantee a minimum or maximum number of routes/day for the next school year ( ). Total volume will depend on demand and eligibility. School Current Riders ( ) # of Buses ( ) Iberville Charter Academy ~ S. Baton Rouge Charter Academy ~ *The projected riders for will be no greater than the estimated enrollment for [see Attachment B]. 3
4 3. Equipmenta. Acquire approved equipment that meets all local, State and Federal guidelines, including inspection and maintenance of said equipment. b. Create and adhere to a rotation schedule of equipment that would result in having a relatively new fleet of buses that meet or exceed all safety requirements and possess a presentable appearance. c. Clearly identify the school name on the buses in a manner that is both presentable and easily read. d. Include in your pricing the cost of having cameras capable of recording at least a week s worth of activity on each bus. e. Provide enough buses to transport all eligible students at each school. If the need arises for an additional bus, vendor must obtain approval for the additional cost from CSUSA prior to implementation. 4. Daily Transportation Services- Vendor shall pick up all students listed on the approved rosters at the predetermined stops and routes at the approved and published times and locations. Vendor is required to ensure the orderly and safe transportation of students and shall report any problems to the school and CSUSA immediately via written referral. a. Drivers are required to take attendance everyday, both in the morning and afternoon runs. If a student does not ride the bus for five (5) consecutive school days, the vendor is required to notify the school. b. Vendor is required to report behavior problems to the school immediately via a written bus referral. The school administration, upon receipt of the written referral will take responsibility for discipline and will determine whether the student shall be allowed to remain on the bus. It will be the sole responsibility of the school to contact the parents. c. Vendor is responsible for adhering to the time schedule as requested by each school, arriving no later than 15 minutes before the start of the school day and leaving no later than 15 minutes after dismissal on designated school days. d. Vendor is responsible for ensuring that ride times do not exceed the maximum allowable time according to state and federal regulations/laws. 5. Drivers- Vendor shall ensure drivers meet or exceed the following: i. Is at least twenty-one (21) years of age for driving a school bus ii. Possess at least 5 years licensed driving experience iii. Holds a valid public passenger chauffeur's license or commercial driver's license issued by the state or any other state. iv. Successfully complete local school district driver training courses. v. Submit to a criminal background check vi. Submit to drug testing vii. Maintain a clean and safe driving record viii. Possesses the following required physical characteristics: 1. The full normal use of both hands, both arms, both feet, both legs, both eyes, and both ears. 2. Freedom from any communicable disease that: a. May be transmitted through airborne or droplet means; or b. Requires isolation of the infected person under 410 IAC Freedom from any mental, nervous, organic, or functional disease that might impair the person's ability to properly operate a school bus. 4
5 4. Visual acuity, with or without glasses, of at least 20/40 in each eye and a field of vision with one hundred fifty (150) degree minimum and with depth perception of at least eighty percent (80%). ix. The Vendor is responsible for ensuring that all drivers are fully trained and have full knowledge of their routes before transporting students. CSUSA and the School will not tolerate lateness or missed stops because of lack of training. 6. Insurance- Vendor shall be liable and will indemnify, defend and hold harmless the contracted school and CSUSA from all claims, suits, judgments or damages including court costs and attorney s fees arising from the operations and/or services performed by the vendor on behalf of the school and CSUSA. a. Commercial and General Liability Insurance: i. Minimum Limits: One Million Dollars ($1,000,000) per occurrence/two Million Dollars $2,000,000 aggregate Coverage should apply on the first dollar basis. b. Automobile Liability Insurance: As per above and to include owned, non-owned and hired automobiles, buses and other vehicles used in connection with this agreement. In the event the Transportation Company does not own any vehicles, we will accept hired and non-owned coverage in the amounts listed above. In addition we will require an affidavit signed by the Transportation Company indicating the following: i. The Transportation Company does not own any vehicles. In the event we acquire any vehicles throughout the term of this agreement, the Transportation Company agrees to provide proof of Owned Auto coverage effective the date of acquisition. c. Additional Insured: i. The Transportation Company shall include the Company, its members, officers, employees and agents as Additional Insured s on the required Liability Insurances. The certificate shall be clearly marked and the additional insured endorsement attached to the certificate. d. Workers Compensation/Employer s Liability: The Transportation Company shall provide, maintain and keep in force Workers Compensation and Employer s Liability Insurance that are covered in the latest edition of the Standard of Workers Compensation as is statutorily required per the state in which the Transportation Company is hired and/or operates. Should the Transportation not be statutorily required to obtain Workers Compensation/Employers Liability Insurance they must file for exempt status per their states requirements and show that certificate in lieu of a Workers Compensation Certificate of Insurance. e. Proof of insurance policy must be delivered to both the school and CSUSA. Proof of continued maintenance of such policy shall be provided upon request. 7. Penalties- The vendor will receive written notice of any failures to comply with the requirements stated above. If the same issue occurs a second time or more, within the same semester, the vendor will be subject to a penalty; the penalty will be in the form of a deduction equal to the total trip cost for the day. 5
6 ATTACHMENT B SCHOOL LISTING School Name Address Grade Levels Enrollment ( ) Budgeted Number of Buses Iberville Charter Academy Enterprise Blvd. Plaquemine, LA K South Baton Rouge Charter Academy 9211 Parkway Dr. Baton Rouge, LA K
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
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
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,
INLAND VALLEY DEVELOPMENT AGENCY REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES
INLAND VALLEY DEVELOPMENT AGENCY 1601 East Third Street San Bernardino, CA 92408 Phone: (909) 382-4100/FAX: (909) 382-4106 REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES January 22, 2013 OVERVIEW The
FLORIDA KEYS AQUEDUCT AUTHORITY 1100 Kennedy Dr. Key West, FL 33040 REQUEST FOR QUALIFICATIONS (RFQ) FOR
FLORIDA KEYS AQUEDUCT AUTHORITY 1100 Kennedy Dr. Key West, FL 33040 REQUEST FOR QUALIFICATIONS (RFQ) FOR EMPLOYEE GROUP BENEFITS CONSULTANT AGENT OF RECORD FKAA- RFQ-0001-15 For the Florida Keys Aqueduct
UNION COLLEGE MOTOR VEHICLE POLICY
UNION COLLEGE MOTOR VEHICLE POLICY October 2015 1 TABLE OF CONTENTS Section Title I. Scope II. III. IV. Eligibility and Authorization Procedures Reserving a Fleet Vehicle Passengers V. Vehicle Use/Fleet
House Substitute for SENATE BILL No. 117
House Substitute for SENATE BILL No. 117 AN ACT regulating traffic; relating to transportation network companies, transportation network company services, regulation. Be it enacted by the Legislature of
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING
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
5. Preparation of the State and Federal Single Audit Reports.
THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the
NOTICE TO BIDDERS Request for Proposals Legal Notice Advertisement: publish two(2) times:
NOTICE TO BIDDERS Request for Proposals Madison County Department of Job and Family Services (MCDJFS) intends to enter into transportation contracts to provide transportation for our clients to medical
AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.
Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott
REQUEST FOR PROPOSAL GROUP HEALTH, DENTAL, & VISION INSURANCE BENEFITS
Addendum No. 1 Request for Proposals No. 2015-08: Group Health, Dental, & Vision Insurance Benefits This addendum provides corrected information within the body of the document regarding the RFP number,
Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1
Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222
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
REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO
REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: 13-02 DESCRIPTION: Administration of 401(a) and 457 Plans RECORDING DATE: 2/25/2013 The Board
RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES
Our File No.: RFP 06 18 Company name Attn: xxxxxxx address address RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES You have been invited to submit a proposal to the District of
Invitation for Bid. For. Bank Courier Services
Invitation for Bid For Bank Courier Services Solicitation # 2015 BC Sealed bids are due March 23, 2015 Manatee County Rural Health Services Administration Attn: Sam Love, Procurement Manager 700 8 th Avenue
ORDINANCE NO. AN ORDINANCE AMENDING CITY CODE CHAPTER 13-2 RELATING TO TRANSPORTATION NETWORK COMPANIES (TNCs)
ORDINANCE NO. AN ORDINANCE AMENDING CITY CODE CHAPTER 13-2 RELATING TO TRANSPORTATION NETWORK COMPANIES (TNCs) BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF AUSTIN: PART 1. Ordinance No. 20151217-075
CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE
CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE The following are excerpts from Caltrans 2010Standard Specifications. Specifications are subject to change so refer to the project
STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS
MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC
How To Insure Construction Contracts In Northern California Schools Insurance Group
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Cover Note to NCSIG Members & Their Architects/Engineers Insurance Recommendations for Construction Contracts Applicable to New Construction & Modernization/Remodeling
ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals
ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals Date: March 18, 2015 To: All Vendors Interested in RFP # 9600-61 From: Kristen Aldrich, Deputy Purchasing Agent, NMC Contracts Division Subject: Addendum
Town of Maiden. Request for Proposals For Sign Replacement Project
Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina
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. 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
OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP
OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION
EXHIBIT D INSURANCE REQUIREMENTS
A. INSURANCE Before performing any contract work, Contractor shall procure and maintain, during the life of the contract, unless otherwise specified, insurance listed below. The policies of insurance shall
Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent
September 12, 2011 Re: 11ITB80101A-CJC-Locum Tenens Positions Staffing Services Dear Bidders: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided
INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4
1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,
SOUTH FLORIDA INTERNATIONAL CHARTER SCHOOL
SOUTH FLORIDA INTERNATIONAL CHARTER SCHOOL 1225 SE 2nd Avenue, Ft. Lauderdale, FL sfics.org South Florida International Charter School is a Florida not for profit corporation, which will be operating Public
Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016
1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne
PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
UM Insurance Language Guide Standard Clauses and Insurance Language
UM Insurance Language Guide Standard Clauses and Insurance Language May 2015 University of Missouri Risk & Insurance Management Table of Contents Key Components Checklist... 3 Red Flags for Insurance Language...
REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325
REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting
COC-Insurance Requirements Page 1 of 9
CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional
Sixty-fourth Legislative Assembly of North Dakota In Regular Session Commencing Tuesday, January 6, 2015
Sixty-fourth Legislative Assembly of North Dakota In Regular Session Commencing Tuesday, January 6, 2015 HOUSE BILL NO. 1144 (Representative Keiser) (Senator Klein) AN ACT to create and enact chapters
REQUEST FOR PROPOSALS
THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and
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.
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,
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Insurance Recommendations for Consultant Contracts For contracts providing professional services by Accountants, Architects, Attorneys, Counselors, Consultants,
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL PURCHASING DEPARTMENT P.O. BOX 1349 300 N. PATTERSON ST. VALDOSTA, GEORGIA 31601 #LC-2016-09R FOR: Security Guard Services DUE DATE: April 20, 2016 Proposals Due By: 10:00 am EST Amy
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 [email protected]
RFP 13-2014 Request for Proposal Drain and Sewer Line Maintenance Services
RFP 13-2014 Request for Proposal Drain and Sewer Line Maintenance Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services
ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS
ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00
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
A. Commercial and General Liability Insurance
Acceptable Insurance Providers: Insurance providers must be authorized by subsisting certificates of authority by the Department of Financial Services of the State of Florida, or (II) an eligible surplus
CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
Request for Proposals for Upgraded or Replacement Phone System
City of Bandon Request for Proposals for Upgraded or Replacement Phone System 7/17/2015 Phone System Request for Proposal Page 1 NOTICE The City of Bandon is accepting Proposals for an upgraded or replacement
REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT
REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT Statements of Qualification for the selection of on-call architectural
Schedule Q (Revised 1/5/15)
Schedule Q (Revised 1/5/15) CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS Section 0.0 Introduction of the Owner-Controlled Insurance Program The City of Oakland (City) has implemented an Owner-Controlled
OSBIE s Best Practices Program for School Board Transportation Consortiums
School Board Transportation Consortiums The documents contained within this manual are intended for OSBIE member transportation consortiums as a guide to developing a risk management program that conforms
Mansfield Independent School District Business Procedures Manual Section 7 Risk Management
Mansfield Independent School District Business Procedures Manual Section 7 Risk Management 7. INSURANCE REQUIREMENT INFORMATION 7.1. Facility Rentals 7.1.1. This category applies to any individual or organization
REQUEST FOR PROPOSAL. RPMS EHR Lab Consultant Project NISQUALLY INDIAN TRIBE
BIDDERS COMPANY NAME REQUEST FOR PROPOSAL RPMS EHR Lab Consultant Project NISQUALLY INDIAN TRIBE Prepared By: Nisqually Health Department Samantha Phillips, Health Director 4820 She-Nah-Num Drive Olympia
REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538
REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE
City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044
Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Howard Rattner Commissioner Mark Zulli Risk/Purchasing Manager City of New Rochelle New York REQUEST
REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015
REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015 PROJECT NAME: Library Security Camera System Request for Proposals ISSUANCE DATE: November 3, 2015 CLOSING DATE: December 1, 2015 INTRODUCTION
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center
CONFERENCE COMMITTEE REPORT BRIEF HOUSE SUBSTITUTE FOR SENATE BILL NO. 117
SESSION OF 2015 CONFERENCE COMMITTEE REPORT BRIEF HOUSE SUBSTITUTE FOR SENATE BILL NO. 117 As Agreed to March 31, 2015 Brief* House Sub. for SB 117, as amended, would create the Kansas Transportation Network
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision
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
Attachment A Terms and Conditions
Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL
THE OKLAHOMA PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR REAL ESTATE PROPERTY MANAGEMENT SERVICES #515-16-146
THE OKLAHOMA PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR REAL ESTATE PROPERTY MANAGEMENT SERVICES #515-16-146 The Board of Trustees of the Oklahoma Public Employees Retirement System (OPERS)
ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION
INTRODUCTION This is an AGREEMENT between you and Field Solutions, LLC ( Field Solutions ) that defines the terms and conditions for Field Solutions to engage you to provide services to our customers as
Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval
ROUTING FORM Contract, MOU and Amendment Approval All Independent Contractor Agreement, MOU and Amendment Forms should be routed to Purchasing Department first for tracking. Purchasing will send the documents
Insurance Requirements Professional Services
Insurance Requirements Professional Services A. REQUIRED INSURANCE. Without limiting any of the other obligations or liabilities of the vendor/contractor, the vendor/contractor shall, at their sole expense,
TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES
TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES The Town of Canton is soliciting proposals from professional architectural/engineering consultants for
NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 TESORO DRIVE SAN ANTONIO, TEXAS 78217
NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 TESORO DRIVE SAN ANTONIO, TEXAS 78217 Requests for Competitive Sealed Proposals will be received in the Office of the Executive Director of Procurement & ecommerce
A Vendor s Guide to Purchasing Policies and Procedures
A Vendor s Guide to Purchasing Policies and Procedures San Jose Unified School District 855 Lenzen Ave. San Jose, CA 95126 Phone (408) 535-6000 Fax (408) 535-2312 http://www.sjusd.org Superintendent Vincent
APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE
APPENDIX 6 1. Indemnification INDEMNIFICATION, RELEASE AND INSURANCE Concessionaire shall promptly indemnify, defend, hold harmless the Fairmount Park Conservancy (the Conservancy ) and the City of Philadelphia
Girl Scouts of Northern New Jersey Volunteer Leadership Policies
Girl Scouts of Northern New Jersey Volunteer Leadership Policies The Girl Scouts of Northern New Jersey (GSNNJ), chartered by the Girl Scouts of the United States of America, has been given the authority
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")
Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501
CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL
! CONDOMINIUM ASSOCIATION, INC APPLICATION FOR RESIDENCY
CONDOMINIUM ASSOCIATION, INC APPLICATION FOR RESIDENCY 1. Non Refundable Application Forms/Fee ($100.00) per buyer. 2. Refundable move in/move out damage fee. ($500.00). 3. Application must be requested
-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies
Minimum Insurance Requirements for Construction, Non- Construction, Consultants and Professional Design Contracts
Minimum Insurance Requirements for Construction, Non- Construction, Consultants and Professional Design Contracts Highlights This site is informational. It does not supersede our construction contract.
Yuba County Administrative Policy & Procedures Manual
Yuba County Administrative Policy & Procedures Manual Subject: Policy Number: Page Number: D-3 Page 1 of 5 AUTOMOTIVE TRANSPORTATION Date Approved: Revised Date: 02/19/08 12/16/14 POLICY: It is County
EMPLOYMENT OPPORTUNITY
EMPLOYMENT OPPORTUNITY January 2010 VETERANS PREFERENCE 10 POLICE OFFICER ANNOUNCMENT FOR OPEN COMPETITIVE RECRUITMENT FOR THE POSITIONS OF: CERTIFIED POLICE OFFICER GENERAL INFORMATION: Under limited
Invitation to Bid for Medical Assistance Transportation BID # 201302 Non Emergency Ambulance Transportation
Invitation to Bid for Medical Assistance Transportation BID # 201302 Non Emergency Ambulance Transportation Issuing Agency: Purpose of RFP: Queen Anne s County Department of Health 206 North Commerce Street
REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS
REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3
IEP REQUIRED MUSIC & ART THERAPY FOR STAMFORD PUBLIC SCHOOLS
MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 15-02 REQUESTING DEPT: PURCHASING TITLE OF RFP: IEP REQUIRED MUSIC & ART THERAPY FOR STAMFORD
Prefiled pursuant to Article III, Section 2(A)(4)(b)(i) of the Constitution of Louisiana.
2015 Regular Session SENATE BILL NO. 172 BY SENATOR MORRISH Prefiled pursuant to Article III, Section 2(A)(4)(b)(i) of the Constitution of Louisiana. LIABILITY INSURANCE. Provide with respect to the Transportation
Insurance & Bonding Requirements. Eastside Trail Extension
Eastside Trail Extension A. Preamble The following requirements apply to all work under the Agreement. Compliance is required by all Bidder/Contractors. To the extent permitted by applicable law, (ABI)
REQUEST FOR PROPOSAL THIRD PARTY ADMINISTRATOR FOR TAX SHELTERED ANNUITIES
REQUEST FOR PROPOSAL THIRD PARTY ADMINISTRATOR FOR TAX SHELTERED ANNUITIES I. BACKGROUND The Marlboro County School District, hereinafter referred to as District is seeking a firm to act as a Third Party
Request for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology [email protected]
The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.
May 19th, 2016 RE: REQUEST FOR QUOTES 2016 Sidewalk Replacement The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. The enclosed Quote
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
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
