DEKALB COUNTY GOVERNMENT
|
|
- Ross Lester
- 5 years ago
- Views:
Transcription
1 DEKALB COUNTY GOVERNMENT PROJECT MANUAL FOR Optical Multiplexers and Attenuators For DeKalb County DATA Project September 8, 2011
2 TABLE OF CONTENTS Advertisement for Bids 3 General Requirements 4-5 Technical Specifications 6 Bidder s Proposal 7 Exhibit A Federal Requirements 8-10 Exhibit B State of Illinois Requirements Supplier Agreement and Certification
3 INVITATION TO BID OPTICAL MULTIPLEXERS FOR DEKALB COUNTY DATA PROJECT Sealed bids will be accepted by DeKalb County Government up to the hour of 2:00 PM prevailing time, Tuesday, September 27, 2011 at the DeKalb County Finance Office, 200 N. Main Street, Sycamore, IL for Optical Multiplexers and Attenuators for the DeKalb Advancement of Technology Authority Broadband Project. Specifications and requirements are available at the above address or on the County s website: All bidders are encouraged to submit a notice of Intent to Bid with the Finance Office (via to garyhanson@dekalbcounty.org) no later than Friday, September 23, DeKalb County Government reserves the right to reject any bid and to accept the bid that is in the best interest of the County. All potential bidders are advised this purchase is being funded by a grant provided by the National Telecommunications and Information Agency (NTIA) under the American Recovery and Reinvestment Act (ARRA) and is subject to the provisions thereof. 3
4 General Requirements 1. Receipt and Opening of Bids. Sealed bids will be accepted by DeKalb County Government up the hour of 2:00 PM prevailing time, Tuesday, September 27, 2011 at the DeKalb County Finance Office, 200 N. Main Street, Sycamore, IL for Optical Multiplexers and Attenuators for the DeKalb Advancement of Technology Authority Broadband Project. Each bid must be submitted no later than the date and time specified above and placed in a sealed envelope plainly marked: Sealed Bid- Optical Multiplexers Due 2:00 PM 9/27/11. Immediately after the due date and time, all bids shall be opened and read aloud. Specifications and requirements are available at the above address or on the County s website: All bidders are encouraged to submit a notice of Intent to Bid with the Finance Office (via to garyhanson@dekalbcounty.org) no later than Friday, September 23, 2011.DeKalb County Government reserves the right to reject any bid and to accept the bid that is in the best interest of the County. All potential bidders are advised this purchase is being funded by a grant provided by the National Telecommunications and Information Agency (NTIA) under the American Recovery and Reinvestment Act (ARRA) and is subject to the provisions thereof. 2. Products. All products proposed herein shall be warranted to meet or exceed the Technical Specifications. In any case where the equipment being proposed by the bidder is known to not meet the specifications, the bidder shall attach a statement to this bid explaining all deficiencies. Supplier acknowledges and agrees that the manufacture and sale of the Products related to the Project shall comply with all the applicable statutes, regulations, executive orders, Federal Acquisition Regulations, Office of Management and Budget circulars, terms and conditions and approved applications as may apply to the Project or required by the Special Award Conditions applicable to the Project and that certain grant award NT10BIX (the Grant ) from the U.S. Department of Commerce National Telecommunications and Information Administration under The American Recovery and Reinvestment Act of 2009 in connection with the Project. Such requirements, shall include, but not be limited to, Supplier s Product(s) using, if such materials are used in or a part of the Product(s), iron, steel and manufactured goods produced in the United States pursuant to Section 1605 of the American Recovery and Reinvestment Act of 2009 (the ARRA ). 3. Purchase Orders and Invoices. The quantity of each item specified in the bidder s proposal is the estimated quantity required for the project. The price provided in the bidder s proposal shall be firm for 60 days after due date. Bidder may invoice County when order has shipped in its entirety and payment shall be made to supplier in compliance with the Prompt Payment Act. 4. Shipping and Delivery. All products ordered under this bid shall be shipped to the County at the address shown on the face of the purchase order within 14 calendar days of order (or as otherwise mutually agreed), via insured commercial carrier, freight prepaid and added to the invoice. 5. Warranties a. Supplier warrants that each Product shall: (i) be free and clear of all liens and encumbrances; (ii) be merchantable; (iii) be new, free of defects in design, materials, workmanship, packaging, labeling and tagging, and include all necessary warnings and safety devices; (iv) meet Supplier's specifications and all applicable industry standards and code requirements for the Product, as in effect at the time of Product shipment; (v) meet all specifications for the Product contained herein; (vi) comply with the claims, representations and warranties made; and (vii) be 4
5 equivalent in design, materials, quality, finish, workmanship and performance to any samples, designs or drawings submitted to and approved by DeKalb County. b. Supplier shall cooperate and assist, if requested by DeKalb County Government, with the compliance with the award Terms and Conditions under the Grant and the requirements under that certain Indefeasible Right to Use Agreement dated November 29, 2010 by and between DeKalb County Government and DeKalb Fiber Optic, LLC. c. Notwithstanding anything to the contrary in this Agreement and in addition to all other rights herein or at law, upon the request of DeKalb County Government, Supplier shall immediately replace and repair any defective Product(s). 6. Compliance with Laws. Supplier warrants that each Product shall be manufactured, packaged, tagged, labeled and shipped in accordance with all applicable Laws. Supplier shall identify in an MSDS or other written statement all hazardous or toxic substances (as those terms are defined in any applicable Laws) contained in any Product. With the exception of such hazardous or toxic substances so identified, Supplier warrants that each Product contains no hazardous or toxic substances. Supplier shall be solely responsible for any recall, replacement or repair of any Product ordered by any governmental agency or court. Supplier warrants that it shall comply with all applicable Federal, state, and local Laws and regulations regarding the manufacturing and sale of the Product(s) to DeKalb County during the Term of this Agreement, including, but not limited to, the requirements set forth on Exhibit A attached hereto (the Federal Requirements ), and Exhibit B, attached hereto, (the State of Illinois Requirements) to the extent applicable, as if Supplier is in place of DeKalb County. 7. Supplier Agreement and Certification. As a condition of submitting a bid for this purchase, supplier shall sign and submit with his bid the Supplier Agreement and Certification attached hereto. 5
6 Technical Specifications Vendor shall provide 8 Channel CWDM Optical Add/Drop Multiplexers with SC/UPC Connectors that will fit into a LGX modular panel. The product must comply with CWDM ITU Grid based on 20nm channel spacing and Telecordia GR-1209 and GR-1221 standards. Certification to work with Ciena/Worldwide Packets CWDM 3916 products preferred. Also required are buildout attenuators in LC formats. Description Qty 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1470nm 19 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1490nm 19 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1510nm 19 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1530nm 16 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1550nm 10 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1570nm 10 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1590nm 9 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1610nm 9 Buildout Attenuators in LC format with 2dB Value 20 Buildout Attenuators in LC format with 5dB Value 30 Buildout Attenuators in LC format with 10dB Value 30 Buildout Attenuators in LC format with 15dB Value 30 6
7 Bidder s Proposal Optical Multiplexers To: DeKalb County Government Finance Office c/o Gary H. Hanson, Deputy County Administrator 200 N. Main Street Sycamore, IL The undersigned proposes to backhaul equipment for the DATA project as specified for the bid amounts as listed. Notes- Bid shall be subject to acceptance for 60 days from date of bid. - DeKalb County Government is exempt from sales taxes. Please check here if equipment being proposed does not meet specifications in any way and include separate explanation. Please check here to acknowledge receipt of and compliance with Federal Grant Requirements (#1-9) per attached Exhibit A. Please check here to acknowledge receipt of and compliance with State of Illinois Grant Requirements (#1-7) per attached Exhibit B. Please check here to confirm vendor has signed and attached Supplier Agreement and Certification. Description Qty Price Extended Price 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1470nm 19 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1490nm 19 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1510nm 19 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1530nm 16 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1550nm 10 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1570nm 10 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1590nm 9 1-Lambda Add/Drop, SMF-28, SC/UPC LGX 1610nm 9 Buildout Attenuators in LC format with 2dB Value 20 Buildout Attenuators in LC format with 5dB Value 30 Buildout Attenuators in LC format with 10dB Value 30 Buildout Attenuators in LC format with 15dB Value 30 Lead Time (Total) Bids are due 2:00 PM Tuesday, September 27, Submitted by: (Printed Name of Representative) ( address) (Signature) Date: 7 (Address) (Phone) (Please provide FEIN or DUNNS number to verify supplier is not included on Federal Excluded Parties List )
8 EXHIBIT A Federal Requirements Dekalb County Government is the Awardee for Federal Broadband Infrastructure Grant NT10BIX Following are the provisions of the Federal Special Award Conditions with which vendor compliance is required for this purchase: 1. 2 CFR 1326 and Executive Order 12549: This Contract is subject to 2 CFR Part 1326 Subpart C Government wide Debarment and Suspension and to Executive Order 12549, which provides that no award will be made to any party which is debarred or suspended or is otherwise excluded form or ineligible for participation in Federal Assistance programs. The vendor shall verify that they are not debarred or suspended, and that no subcontractor has been debarred or suspended. 2. Lobbying Activities: This Contract is subject to 31 U.S.C as implemented at 15 CFR Part 28, New Restrictions on Lobbying. Vendor shall submit a completed Disclosure of Lobbying Activities (Form SF-LLL) regarding the use of non-federal funds for lobbying. The Form SF-LLL shall be submitted within 15 days following the end of the calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed. The Form SF-LLL shall be submitted from tier to tier until received by the recipient. The recipient must submit all disclosure forms received, including those that report lobbying activity on its own behalf, to the Grants Officer within 30 days following the end of the calendar quarter. 3. Kick-back Activities: The vendor agrees to comply with the Copeland Anti-Kickback Act. 4. Subcontract To Federal Agency: Vendor shall not sub-contract any part of the approved project to any employee or agency of DOC and/or other Federal department, agency or instrumentality, without prior written approval of the Grants Officer. 5. Reporting and Registration under the ARRA: Vendor agrees to cooperate and to report on the use of ARRA funds as required. Reports are due no later than 10 days after each calendar quarter in which ARRA funds are received. Vendor and DeKalb County will maintain current registrations in the Central Contractor Registration at all times during which they have active federal awards funded with ARRA funds. Vendor will cooperate and assist the County in the submission of a Financial Status Report on a quarterly basis as required under the Department of Commerce requirements. Vendor agrees to cooperate and timely submit all performance or technical reports as required. Vendor agrees to the retention of all required records for three years after final payments have been made. Vendor agrees that DeKalb County and any appropriate Federal authority, shall have access to any books, documents, papers, and records of Vendor which are directly pertinent to this Agreement for the purpose of making audit, examination, excerpts and transcriptions. 6. Use of American Iron, Steel and Manufactured Goods under Section 1605 of the ARRA: Broadband Equipment has been provided a limited waiver of the Buy America requirements. 8
9 7. Wage Rate Requirements under Section 1606 of the ARRA: The vendor agrees to comply with Section 1606 of the ARRA, which requires that all laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through ARRA funds shall be paid wages at rates not less than those prevailing on projects of a character similar in locality of DeKalb County. The parties agree to comply with the pertinent Davis-Bacon Act requirements associated herewith. 8. Contract Work Hours and Safety Standards: The vendor agrees to comply with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act. 9. Construction-related requirements: a) Maintenance: The vendor agrees to properly and efficiently administer, operate and maintain the Project for the useful life of the Project. b) Compliance: The vendor will comply with all applicable Federal, State and local laws and regulations. c) Energy Efficiency: The vendor shall apply, where feasible, sustainable, and energy efficient, design principles for the purpose of reducing pollution, and energy costs and optimizing lifecycle costs associates with the construction. The vendor agrees to comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservations plan issues in compliance with the Energy Policy and Conservation Act. d) Non-Discrimination and Equal Opportunity Requirements: The vendor agrees to comply with the Equal Employment Opportunity Executive Order of September 24, 1965, as amended. e) Contracting with Small and Minority Firms, Women s Business Enterprise and Labor Surplus Firms: The vendor agrees to take all necessary affirmative steps to assure that minority firms, women s business enterprises, and labor surplus firms are used when possible. Affirmative steps shall include: Placing qualified small and minority businesses and women s business enterprises on solicitation lists; Assuring that small and minority businesses, and women s business enterprises are solicited whenever they are potential sources; Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business and women s business enterprises; Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority business, and women s business enterprises; and Using the services and assistance of the Small Business Administration, and the Minority Business Development Agency of the Department of Commerce. f) Debts: The parties agree to pay promptly and debts determined to be owed to the Federal Government. 9
10 g) Individual Background Screening: The vendor agrees to provide for individual background screening on key individuals as may be required under the Grant award and submit a Form CD-346 as required. h) Drug-Free Workplace: The vendor shall comply with the provisions of the Drug-Free Workplace Act of i) Codes of Conduct: DeKalb will maintain written standards of conduct to establish safeguards to prohibit employees from using their positions for a purpose that constitutes or presents the appearance of personal or organizational conflict of interest, or personal gain in the administration of the Award. Vendor will comply with such standards in accordance with Illinois law. j) Environmental Requirements: The vendor agrees to comply with all environmental standards in the Award and to comply with the Clean Air Act, Clean Water Act and Executive Order 11738, and Environmental Protection Agency regulations. 10
11 EXHIBIT B State of Illinois Requirements Dekalb County Government is the Awardee for State of Illinois Department of Commerce and Economic Opportunity Grant Following are the provisions of the State of Illinois Grant Agreement with which vendor compliance is required for this purchase: 1. Audits- Under Section3.1 of the Grant Agreement, DeKalb County is required to perform one or more audits on grant expenditure. The vendor will maintain records needed to prepare and cooperate with the County s auditors in the preparation of the required audit(s). 2. Reporting Requirement- Under Section 3.2 of the Grant Agreement, DeKalb County is required to submit periodic reports to the State of Illinois regarding financial expenditures and project progress. The vendor will maintain records needed to prepare and cooperate with the County in the preparation of the required report(s). 3. Monitoring- Under Section 3.6 of the Grant Agreement, Dekalb County is required to provide access for monitoring of grant performance. The vendor will cooperate with the County and State of Illinois representatives in monitoring the grant. 4. Records Retention- Under Section 3.7 of the grant agreement, DeKalb County is accountable for all Grant Funds received under this Agreement and shall maintain, for a minimum of four (4) years following the Department s final written approval of all required close-outs, unless the Department notifies the Grantee prior to the expiration of the four years that a longer period is required, adequate books, records, and supporting documents, including digital and electronic data, to verify the amount, recipients and uses of all disbursements of Grant Funds passing in conjunction with this Agreement. The vendor shall retain all records regarding this purchase as required in the section. 5. Final Financial Status Report- Under Section 5.3.A of the grant agreement, in addition to any other reporting requirements specified in this Agreement, DeKalb County shall complete and submit a Final Financial Status Report on forms provided by the Department, within forty-five (45) days of the earlier of the Grant Period end date or the effective date of termination of this Agreement. The vendor will maintain records needed to prepare and cooperate with the County in the preparation of the required report(s). 6. Final Financial Status Report- In addition to any other reporting requirements specified in this Agreement, DeKalb County shall complete and submit a Final Financial Status Report on forms provided by the Department, within forty-five (45) days of the earlier of the Grant Period end date or the effective date of termination of this Agreement. The vendor will maintain records needed to prepare and cooperate with the County in the preparation of the required report(s). 11
12 7. APPLICABLE STATUTES A. Vendor Responsibility All applicable Federal, State and local laws, rules and regulations governing the performance required by DeKalb County shall apply to Vendor and will be deemed to be included in this Agreement the same as though written herein in full. Vendor is responsible for compliance with all applicable laws, rules and regulations, including, but not limited to those specifically referenced herein. Except where expressly required by applicable laws and regulations, neither DeKalb County nor the Department of Commerce and Economic Opportunity shall be responsible for monitoring Vendor s compliance. B. Land Trust/Beneficial Interest Disclosure Act ( 765 ILCS 405/2.1) No grant award Grant Funds shall be paid to any trustee of a land trust, or any beneficiary or beneficiaries of a land trust, for any purpose relating to the land, which is the subject of such trust, any interest in such land, improvements to such land or use of such land unless an affidavit is first filed with the Department identifying each beneficiary of the land trust by name and address and defining such interest therein. C. Historic Preservation Act (20 ILCS 3420/1 et seq.) DeKalb County will not expend Grant Funds under this Agreement which result in the destruction, alteration, renovation, transfer or sale, or utilization of a historic property, structure or structures, or in the introduction of visual, audible or atmospheric elements to a historic property, structure or structures, which will result in the change in the character or use of any historic property, except as approved by the Illinois Historic Preservation Agency. D. State of Illinois Discrimination Laws (775 ILCS 5/1-101 et seq.) In carrying out the performance required under this Agreement, the Vendor shall comply with all applicable provisions of the Illinois Human Rights Act, and rules and regulations promulgated by the Illinois Department of Human Rights, prohibiting unlawful discrimination in employment. Vendor s failure to comply with all applicable provisions of the Illinois Human Rights Act, or applicable rules and regulations promulgated thereunder, may result in a determination that Vendor is ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and this purchase may be canceled or voided in whole or in part, and such other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation. E. Drugfree Workplace Act (30 ILCS 580/1 et seq.) Vendor will make the required certification and will comply with all of the provisions of the Drugfree Workplace Act that are applicable to the endor. False certification or violation of the requirements of the Drugfree Workplace Act may result in sanctions including, but not limited to, suspension of payments, termination of this purchase and debarment of contracting or grant opportunities with the State for at least one (1) year but not more than five (5) years. F. Freedom of Information Act (5 ILCS 140/1 et seq.) Applications, programmatic reports and other information obtained by the State of Illinois or by DeKalb County under this Agreement shall be administered pursuant to the Freedom of Information Act. G. Prevailing Wage Act (820 ILCS 130/0.01 et seq.) Not Applicable 12
13 H. Victims Economic Security and Safety Act (820 ILCS 180 et seq.) If the vendor has 50 or more employees, it may not discharge or discriminate against an employee who is a victim of domestic violence, or who has a family or household member who is a victim of domestic violence, for taking up to a total of twelve (12) work weeks of leave from work during any twelve month period to address the domestic violence, pursuant to the Victims Economic Security and Safety Act. The vendor is not required to provide paid leave under the Victims Economic Security and Safety Act, but may not suspend group health plan benefits during the leave period. Any failure on behalf of the Vendor to comply with all applicable provisions of the Victims Economic Security and Safety Act, or applicable rules and regulations promulgated there under, may result in a determination that the Vendor is ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and this purchase may be cancelled or voided in whole or in part, and such other sanctions or penalties may be imposed or remedies invoked, as provided by Statute or regulation. I. Equal Pay Act of 2003 (820 ILCS 112 et seq.) If the vendor has four or more employees, it is prohibited by the Equal Pay Act of 2003 from paying unequal wages to men and women for doing the same or substantially similar work. Further, the vendor is prohibited by the Equal Pay Act of 2003 from remedying violations of the Act by reducing the wages of other employees or discriminating against any employee exercising his/her rights under this Act. Any failure on behalf of the vendor to comply with all applicable provisions of the Equal Pay Act of 2003, or applicable rules and regulations promulgated thereunder, may result in a determination that the vendor is ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and this purchase may be cancelled or voided in whole or in part, and such other sanctions or penalties may be imposed or remedies invoked, as provided by Statute or regulation. J. Steel Products Procurement Act (30 ILCS 565 et seq.) Not Applicable K. Use of Illinois Labor for Public Works Projects (20 ILCS 605/ ; 30 ILCS 570/0.01) Not Applicable 13
14 DEKALB COUNTY GOVERNMENT FINANCE OFFICE 200 N. MAIN STREET SYCAMORE, IL THE DEKALB ADVANCEMENT OF TECHNOLOGY AUTHORITY BROADBAND PROJECT SUPPLIER AGREEMENT AND CERTIFICATION STATEMENT OF INTENT. DEKALB COUNTY GOVERNMENT (COUNTY) is contracting with you for certain materials or services to be used in connection with the DeKalb Advancement of Technology Authority (DATA) project. The U.S. Department of Commerce National Telecommunications and Information Administration and other government agencies (collectively, the Government ) strictly regulates use of the award money under the Grant associated with the Project and has strict requirements regarding the policies and procedures used in purchasing process. Accordingly, this document combined with the attached purchase order contain both (i) COUNTY s terms and conditions regarding its order with you, and (ii) the requirements imposed upon COUNTY (and therefore you) as a result of COUNTY s obligations to the Government. GENERAL REQUIREMENTS. INSPECTION. All Products specified in this Order are subject to COUNTY s inspection within a reasonable time after arrival at the ultimate destination. If, upon inspection, any Products are found to be non-conforming, defective, of inferior quality or workmanship, or fails to meet the specifications of any other requirements of this Order (hereinafter Non-Conforming Goods ), then COUNTY may reject and return the Non-Conforming Goods to Seller at Seller s expense and may seek any and all remedies specified in the Supplier Agreement. Payment for Non-Conforming Goods shall not be an acceptance of such Products. Seller shall promptly correct any Products that do not comply with the warranties set forth in this Order. If COUNTY requests Seller to make any such correction and Seller thereafter fails or indicates its inability or unwillingness to do so, then COUNTY may correct (or cause to be corrected) the noncompliance or otherwise achieve compliance by the most expeditious means available to it and charge to or otherwise recover from Seller the cost thereof in accordance with the Supplier Agreement. If COUNTY rejects any Products that do not comply with the foregoing warranty, Seller shall have the time indicated in the Supplier Agreement to correct the noncompliance; if Seller fails to correct the noncompliance within such time, COUNTY may cancel this Order as to the non-complying Products without any liability or obligation of, or cost to, COUNTY with respect to such Products and without prejudice to any other rights or remedies of COUNTY with respect to such noncompliance (e.g., as to damages or cover). 14
15 TAXES COUNTY is exempt of all taxes. The tax exempt certificate may be downloaded from the COUNTY website, GRANT REQUIREMENTS 2 CFR 1326 and Executive Order 12549: This Contract is subject to 2 CFR Part 1326 Subpart C Governmentwide Debarment and Suspension (Nonprocurement) and to Executive Order 12549, which provides that no award will be made to any party which is debarred or suspended or is otherwise excluded form or ineligible for participation in Federal Assistance programs. The County has verified that COUNTY is not debarred or suspended, and COUNTY will verify that no subcontractor has been debarred or suspended. Lobbying Activities: This Contract is subject to 31 U.S.C as implemented at 15 CFR Part 28, New Restrictions on Lobbying. COUNTY and its subcontractors shall submit a completed Disclosure of Lobbying Activities (Form SF-LLL) regarding the use of non-federal funds for lobbying. The Form SF- LLL shall be submitted within 15 days following the end of the calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed. The Form SF-LLL shall be submitted from tier to tier until received by the recipient. The recipient must submit all disclosure forms received, including those that report lobbying activity on its own behalf, to the Grants Officer within 30 days following the end of the calendar quarter. Kick-back Activities: The parties agree to comply with the Copeland Anti-Kickback Act. Subcontract To Federal Agency: COUNTY and/or any subcontractor shall not sub-contract any part of the approved project to any employee or agency of DOC and/or other Federal department, agency or instrumentality, without prior written approval of the Grants Officer. Reporting and Registration under the ARRA: The parties agree to cooperate and to report on the use of ARRA funds as required. Reports are due no later than 10 days after each calendar quarter in which ARRA funds are received. COUNTY will maintain current registrations in the Central Contractor Registration at all times during which they have active federal awards funded with ARRA funds. COUNTY will cooperate and assist the County in the submission of a Financial Status Report on a quarterly basis as required under the Department of Commerce requirements. The parties agree to cooperate and timely submit all performance or technical reports as required. The parties agree to the retention of all required records for three years after final payments have been made. The parties agree that Grantee and any appropriate Federal authority, shall have access to any books, documents, papers, and records of COUNTY which are directly pertinent to this Agreement for the purpose of making audit, examination, excerpts and transcriptions. Use of American Iron, Steel and Manufactured Goods under Section 1605 of the ARRA: The parties agree, subject to exceptions provided, that any construction, alteration, maintenance or repair of a public building or public work will use iron, steel and manufactured goods produced in the United States. Wage Rate Requirements under Section 1606 of the ARRA: The parties agree to comply with Section 1606 of the ARRA, which requires that all laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through ARRA funds shall be paid wages at rates not less than those prevailing on projects of a character similar in locality of DeKalb County. The parties agree to comply with the pertinent Davis-Bacon Act requirements associated herewith. 15
16 Contract Work Hours and Safety Standards: The parties agree to comply with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act. Non-Discrimination and Equal Opportunity Requirements: The parties agree to comply with the Equal Employment Opportunity Executive Order of September 24, 1965, as amended. Contracting with Small and Minority Firms, Women s Business Enterprise and Labor Surplus Firms: The parties agree to take all necessary affirmative steps to assure that minority firms, women s business enterprises, and labor surplus firms are used when possible. Affirmative steps shall include: Placing qualified small and minority businesses and women s business enterprises on solicitation lists; Assuring that small and minority businesses, and women s business enterprises are solicited whenever they are potential sources; Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business and women s business enterprises; Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority business, and women s business enterprises; and Using the services and assistance of the Small Business Administration, and the Minority Business Development Agency of the Department of Commerce. Debts: The parties agree to pay promptly and debts determined to be owed to the Federal Government. Individual Background Screening: The parties agree to provide for individual background screening on key individuals as may be required under the Grant award and submit a Form CD-346 as required. Drug-Free Workplace: The parties shall comply with the provisions of the Drug-Free Workplace Act of Codes of Conduct: The County will maintain written standards of conduct to establish safeguards to prohibit employees from using their positions for a purpose that constitutes or presents the appearance of personal or organizational conflict of interest, or personal gain in the administration of the Award. COUNTY will comply with such standards in accordance with Illinois law. Environmental Requirements: The parties agree to comply with all environmental standards in the Award and to comply with the Clean Air Act, Clean Water Act and Executive Order 11738, and Environmental Protection Agency regulations. Supplier has read and agrees to comply. Seller: Name: Authorized Signature: Printed Name: 16
TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)
TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES) The Texas General Land Office Community Development & Revitalization
More informationPROCUREMENT POLICY FOR FEDERAL GRANTS
PROCUREMENT POLICY FOR FEDERAL GRANTS I. Introduction This Procurement Policy for Federal Grants applies to all expenditures of monies received through federal grants, whether those monies come directly
More informationFISCAL YEAR FAMILY SELF-SUFFICIENCY PROGRAM GRANT AGREEMENT (Attachment to Form HUD-1044) ARTICLE I: BASIC GRANT INFORMATION AND REQUIREMENTS
1 1 1 1 1 1 1 1 0 1 0 1 0 1 0 1 FISCAL YEAR 01 FAMILY SELF-SUFFICIENCY PROGRAM GRANT AGREEMENT (Attachment to Form HUD-) ARTICLE I: BASIC GRANT INFORMATION AND REQUIREMENTS 1. This Agreement is between
More informationSuffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY
Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY A. INTENT Community colleges must procure commodities and services in accordance with Article 5-A of the New York State General Municipal Law. This law
More informationFUNDING AGREEMENT FOR SECTION 5317 NEW FREEDOM PROGRAM GRANT FUNDS
FTA GRANT CA-57-Xxxx MOU.NF FUNDING AGREEMENT FOR SECTION 5317 NEW FREEDOM PROGRAM GRANT FUNDS This Funding Agreement for Section 5317 New Freedom Program Funds (the Agreement ) is dated as of (the Effective
More informationREQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES
REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES Description of Project Local Initiatives Support Corporation (LISC) is dedicated to helping community residents transform distressed neighborhoods
More informationUniform Bid Process and Contractor Relations
1. Contractors Registration Act 2. Small Business Bidder 3. Bid-Package Review Checklists and Other Required Bid Documents 4. Bidding Procedures 4.1 Posting 4.2 Bid Opening Procedures 4.3 Sole Bidder 5.
More informationWESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019
WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/18-05 For: July 1, 2018 to June 30, 2019 DUE DATE OF PROPOSAL: MONDAY, APRIL 23, 2018-8:00 AM DROPPING OFF PROPOSAL:
More informationREQUEST FOR PROPOSALS RFP NO.:
REQUEST FOR PROPOSALS RFP NO.: 11-019 Sealed proposals for a CONSULTANT SERVICES FOR THE HAZARDOUS MATERIALS & CHEMICAL RESPONSE (HAZMAT & CR) PLAN for the Sheriff s Office will be received by Contracts
More informationRESOLUTION NUMBER 2877
RESOLUTION NUMBER 2877 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PERRIS, STATE OF CALIFORNIA SETTING FORTH POLICIES INTENDED TO OBTAIN CONSISTENCY AND UNIFORMITY IN THE ADMINISTRATION OF THE FEDERALLY
More informationKDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12
KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12 Purpose These guidelines are intended to guide the procurement of goods and consultant services
More informationREQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW
REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW Invitation to Submit Proposal The Board of Education of the City of Marietta (hereinafter, Marietta City Schools or MCS ) invites
More informationREQUEST FOR PROPOSALS (RFP) # Revised from Management Software for Childcare Services
REQUEST FOR PROPOSALS (RFP) #18 365.2 Revised from 18-365.1 Deep East Texas Local Workforce Development Board, Inc. dba: Workforce Solutions Deep East for Management Software for Childcare Services Information
More informationRequest for Qualifications Construction Manager
Midland Community Unit School District #7 Request for Qualifications Construction Manager April 6, 2016 MIDLAND ELEMENTARY SCHOOL LACON, ILLINOIS Page 1 of 11 Construction Management Statement of Qualifications
More information3316FAN1602.XX XXX. The United States of America (acting through the United States Coast Guard, and herein called the
AGREEMENT BETWEEN DEPARTMENT OF HOMELAND SECURITY UNITED STATES COAST GUARD and The United States of America (acting through the United States Coast Guard, and herein called the Coast Guard), pursuant
More informationREQUEST FOR PROPOSAL (RFP) PROPOSAL DEADLINE TIME/DATE: May 24, 2018 at 10:00 AM
BELTON INDEPENDENT SCHOOL DISTRICT Purchasing Department, 400 N. Wall, Belton, Texas 76513 Phone (254) 215-2174 or Fax (254) 215-2008 Email tammy.shannon@bisd.net REQUEST FOR PROPOSAL (RFP) PROPOSAL TITLE:,
More informationEXHIBIT A SPECIAL PROVISIONS
EXHIBIT A SPECIAL PROVISIONS The following provisions supplement or modify the provisions of Items 1 through 9 of the Integrated Standard Contract, as provided herein: A-1. ENGAGEMENT, TERM AND CONTRACT
More informationREQUEST FOR APPLICATIONS
REQUEST FOR APPLICATIONS Mississippi Community Oriented Policing Services in Schools (MCOPS) Grant Mississippi Department of Education Office of Safe and Orderly Schools Contact: Robert Laird, Phone: 601-359-1028
More informationHIGHWAY PLANNING AND CONSTRUCTION RAILROAD STATION IMPROVEMENT PROGRAM. N. C. Department of Transportation Rail Division
APRIL 2011 20. 205 HIGHWAY PLANNING AND CONSTRUCTION RAILROAD STATION IMPROVEMENT PROGRAM State Project/Program: SAFE, ACCOUNTABLE, FLEXIBLE, EFFICIENT TRANSPORTATION EQUITY ACT: A LEGACY FOR USERS (SAFETEA-LU)
More informationAdministrative Regulation SANGER UNIFIED SCHOOL DISTRICT. Business and Noninstructional Operations FEDERAL GRANT FUNDS
Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT AR 3230(a) Business and Noninstructional Operations FEDERAL GRANT FUNDS Allowable Costs Prior to obligating or spending any federal grant funds,
More informationREQUEST FOR PROPOSALS FOR PAY FOR SUCCESS EVALUATION DESIGN. National Kidney Foundation of Michigan s Diabetes Prevention Program
REQUEST FOR PROPOSALS FOR PAY FOR SUCCESS EVALUATION DESIGN National Kidney Foundation of Michigan s Diabetes Prevention Program Description of Project Local Initiatives Support Corporation (LISC) is dedicated
More informationREQUEST FOR QUALIFICATIONS
REQUEST FOR QUALIFICATIONS Architectural and Engineering Services Intermodal Transportation Center Complex Greensboro, North Carolina Invitation Date: September 19, 2014 1.0 INTRODUCTION The Piedmont Authority
More informationST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016
ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS RELEASED January 19, 2016 PROPOSALS DUE February 2, 2016 ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS
More informationEARLY INTERVENTION SERVICE COORDINATION GRANT AGREEMENT. July 1, 2017 June 30, 2018
EARLY INTERVENTION SERVICE COORDINATION GRANT AGREEMENT July 1, 2017 June 30, 2018 This Grant Agreement (the Agreement ) is entered into by and between the Family and Children First Administrative Agency
More informationComparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments
This document compares procurement and contracting requirements for local governments under federal law applicable to FEMA Public Assistance Grants and that under North Carolina state law. Because this
More informationComparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments
This document compares procurement and contracting requirements for local governments under federal law applicable to FEMA Public Assistance Grants and that under North Carolina state law. Because this
More informationREQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK DANBURY INDEPENDENT SCHOOL DISTRICT Project: Danbury I.S.D. Elementary School Issue Date: March 2, 2018 Submission Due Date: March 20, 2018 Table
More informationLIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]
PROJECT NUMBER _[project number]_ LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee] This Agreement is by and between
More informationDecember 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com
December 1, 2016 CTNext, LLC is seeking proposals from qualified independent higher education institutions, policy institutes, or research organizations to conduct certain analyses of innovation and entrepreneurship
More informationCALCASIEU PARISH POLICE JURY PROCUREMENT POLICY TABLE OF CONTENTS
CALCASIEU PARISH POLICE JURY PROCUREMENT POLICY TABLE OF CONTENTS Procurement Policy Receipt Acknowledgment... 3 Section I - Conflict of Interest / Code of Conduct... 4 Section II - Procurement Procedures...
More informationCity of Gainesville State of Georgia
City of Gainesville State of Georgia Request for Proposals RFP No. 18037 Downtown Public Wireless Network Project Proposal Release: May 24, 2018 Pre-Proposal Meeting: June 8, 2018 at 2:30 p.m. EST Proposal
More informationSECTION 3 POLICY & PROGRAM
SECTION 3 POLICY & PROGRAM 8120 Kinsman Road, Cleveland, Ohio 44104 Phone: 216-348-5000 Jeffery K. Patterson Chief Executive Officer TABLE OF CONTENTS Section Page # Section 3 POLICY Statement of Policy
More informationRequest for Proposal Youth Motivational and Workshop Speakers
851 Old Alice Brownsville, Texas 78520 www.wfscameron.org Request for Proposal Youth Motivational and Workshop Speakers Southwest Key Workforce Development (SWK) is seeking a dynamic speaker who can deliver
More informationOMB Uniform Grant Guidance and NM Procurement
OMB Uniform Grant Guidance and NM Procurement 1 The material appearing in this presentation is for informational purposes only and should not be construed as advice of any kind, including, without limitation,
More informationIn consideration of the mutual covenants and promises contained herein, the parties agree as follows:
PROJECT NUMBER _[project number]_ LIBRARY SERVICES AND TECHNOLOGY ACT GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [governing body] for and on behalf of [subgrantee] This Agreement
More informationPLANNING AND DEVELOPMENT SERVICES DEPARTMENT HOUSING AND COMMUNITY DEVELOPMENT DIVISION
CITY OF BOISE, IDAHO PLANNING AND DEVELOPMENT SERVICES DEPARTMENT HOUSING AND COMMUNITY DEVELOPMENT DIVISION APPLICATION SECTION 3 BUSINESS 1025 South Capitol Boulevard Boise, ID 83706-3000 (208) 384-4158
More informationRequest for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES
Request for Proposals (RFP) RFP NO. E&CD 2018-009 GRANT WRITING AND ADMINISTRATION SERVICES The City of Brunswick, hereinafter referred to as the City, is soliciting proposals to retain a Consultant(s)
More informationRequest for Proposal NYISO SGIG DBA RFP #: 12-7 NYISO DOE Smart Grid Investment Grant - Database Administrator Issued: February 2, 2012
10 Krey Boulevard Rensselaer, NY 12144 Request for Proposal NYISO SGIG DBA RFP #: 12-7 NYISO DOE Smart Grid Investment Grant - Database Administrator Issued: February 2, 2012 I. INTRODUCTION A. Overview
More information201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS
201 North Forest Avenue Independence, Missouri 64050 (816) 521-5300 [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS Sealed proposals will be received by the Independence School District
More informationCounty Transportation Infrastructure Fund Grant Program Implementation Procedures
County Transportation Infrastructure Fund Grant Program Implementation Procedures April 1, 2014 POST-AWARD AGREEMENT AND IMPLEMENTATION PROCEDURES County Transportation Infrastructure Fund Grant Program
More informationEAST AFRICA TRADE AND INVESTMENT HUB (THE HUB) RFP
EAST AFRICA TRADE AND INVESTMENT HUB (THE HUB) RFP Terms and Conditions 1.1 General Terms and Conditions Offerors agree to comply with the general terms and conditions for an award resulting from this
More informationBOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES
TOWN OF KILLINGWORTH BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES DATE: February 14, 2018 1 I. INTRODUCTION A. General Information The Town of Killingworth is requesting proposals
More informationTOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017
SECTION 17.0 PAGE 1 OF 38 CONTRACT PROCUREMENT POLICY The Mississippi Department of Education (Department) Contract Procurement Policy set forth herein applies to the procurement, management, and control
More informationRequest for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1
City of Hinesville 115 East ML King Jr Drive Hinesville, GA 31313 Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 Closing Date: December 20,
More informationRequest for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017
Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Attention: Purchasing Agent Address: City School District of Albany 1 Academy
More informationWHEREAS, the Transit Operator provides mass transportation services within the Madison Urbanized Area; and
COOPERATIVE AGREEMENT FOR CONTINUING TRANSPORTATION PLANNING FOR THE MADISON, WISCONSIN METROPOLITAN AREA between STATE OF WISCONSIN, DEPARTMENT OF TRANSPORTATION and the MADISON AREA TRANSPORTATION PLANNING
More informationADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.
ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS Massachusetts Development Finance Agency 99 High Street, 11 th Floor, Boston, MA 02110 www.massdevelopment.com RFP Issued: September 25, 2013
More informationEARLY INTERVENTION SERVICE COORDINATION GRANT AGREEMENT. July 1, 2018 June 30, 2019
EARLY INTERVENTION SERVICE COORDINATION GRANT AGREEMENT July 1, 2018 June 30, 2019 This Grant Agreement (the Agreement ) is entered into by and between the Family and Children First Administrative Agency
More informationArizona Department of Education
State of Arizona Department of Education Request For Grant Application (RFGA) RFGA Number: ED07-0028 RFGA Due Date / Time: Submittal Location: Description of Procurement: February 9, 2007, at 3:00 P.M.
More informationFort Bend Independent School District. Small Business Enterprise Program Procedures
Fort Bend Independent School District Small Business Enterprise Program Procedures Spring 2015 TABLE OF CONTENTS I. Summary Of Fort Bend Independent School District s Small Business Enterprise Program
More informationGUIDANCE. Impact Aid Section 8007 School Construction Funds. Made Available Under. The American Recovery and Reinvestment Act of 2009
GUIDANCE Impact Aid Section 8007 School Construction Funds Made Available Under The American Recovery and Reinvestment Act of 2009 U.S. Department of Education Office of Elementary and Secondary Education
More informationWEATHERIZATION ASSISTANCE PROGRAM. Procurement. Trainer s Manual Three Hour Workshop
WEATHERIZATION ASSISTANCE PROGRAM Procurement Trainer s Manual Three Hour Workshop WEATHERIZATION ASSISTANCE PROGRAM Procurement for Department of Energy Weatherization Assistance Grantees Learning Objectives
More informationOMeGA Medical Grants Association RESIDENCY/CORE COMPETENCY INNOVATION GRANT RECIPIENT AGREEMENT. Order number* Program applicant name*
OMeGA Medical Grants Association 2015-2016 RESIDENCY/CORE COMPETENCY INNOVATION GRANT RECIPIENT AGREEMENT Order number* Program applicant name* This Grant Recipient Agreement is between OMeGA Medical Grants
More informationThe Uniform Guidance and Procurement TEXAS ASSOCIATION OF COUNTY AUDITORS
The Uniform Guidance and Procurement TEXAS ASSOCIATION OF COUNTY AUDITORS Agenda Uniform Guidance Summary General Federal Procurement Laws Thresholds and Implications Sole Source Vendors Cooperative Purchasing
More informationFOR PROFESSIONAL DESIGN SERVICES
SEDA-Council of Governments REQUEST FOR PROPOSALS FOR PROFESSIONAL DESIGN SERVICES TOWN OF BLOOMSBURG COLUMBIA COUNTY, PENNSYLVANIA COMMUNITY DEVELOPMENT BLOCK GRANT ACTIVITIES AND CDBG-DISASTER RECOVERY
More informationHOME Investment Partnerships Program
HOME Investment Partnerships Program HOMEBUYER NEW CONSTRUCTION April 2017 NOFA I. OVERVIEW The Arkansas Development Finance Authority (ADFA) hereby notifies interested Applicants of the availability of
More informationFunded in part through a grant award with the U.S. Small Business Administration
Request for Export Support & Application for U.S. Small Business Administration (SBA) State Trade Expansion Program (STEP) Year IV (October 2015 September 2016) IMPORTANT The Governor s Kentucky Export
More informationOUTDOOR RECREATION ACQUISITION, DEVELOPMENT AND PLANNING U.S. DEPARTMENT OF INTERIOR
APRIL 2009 15.916 OUTDOOR RECREATION ACQUISITION, DEVELOPMENT AND PLANNING State Project/Program: LAND AND WATER CONSERVATION FUND U.S. DEPARTMENT OF INTERIOR Federal Authorization: Land and Water Conservation
More informationCHAPTER 4 PROCUREMENT STANDARDS I. INTRODUCTION... 1 II. GENERAL PROCUREMENT STANDARDS... 1
CHAPTER 4 PROCUREMENT STANDARDS I. INTRODUCTION... 1 II. GENERAL PROCUREMENT STANDARDS... 1 III. PROCUREMENT PROCEDURES... 4 A. Full and Open Competition... 4 B. Geographic Preference... 5 C. Written Selection
More informationRhode Island Commerce Corporation. Rules and Regulations for the Innovation Voucher Program
Rules and Regulations for the Innovation Voucher Program Effective Date: November 25, 2015 Table of Contents Page Rule 1. Purpose.... 2 Rule 2. Authority.... 2 Rule 3. Scope.... 2 Rule 4. Severability....
More informationLEGAL NOTICE Request for Proposal for Services
LEGAL NOTICE Request for Proposal for Services The Town of South Windsor, Connecticut, is seeking proposals for consultation services for the survey of historic buildings in Town. The project is funded
More informationPOLICY 6800 PROCUREMENT
POLICY 6800 PROCUREMENT Policy Category: Finance and Business Services Area of Administrative Responsibility: Finance Board of Trustees Approval Date: March 21, 2017 Effective Date: March 22, 2017 Last
More informationThe Section 3 Clause. HACSJ Section 3 Form and Explanation (Rev 2013,03.01) Page 1 of 7
The Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3).
More informationATTACHMENTS A & B GRANT AGREEMENT TERMS AND CONDITIONS DEPARTMENT OF EDUCATION
ATTACHMENTS A & B GRANT AGREEMENT TERMS AND CONDITIONS DEPARTMENT OF EDUCATION I. COMPLIANCE WITH APPLICABLE LAWS The Grantee shall, at all times, comply with all federal, state and local laws, ordinances
More informationSTATE FUNDS AND FISCAL COMPLIANCE POLICIES
STATE FUNDS AND FISCAL COMPLIANCE POLICIES 100.040. USE OF STATE FUNDS The governing body of the A.W. Brown-Fellowship Leadership Academy adopts the following policy which shall be effective on the date
More informationGrants to States for Low-Income Housing Projects in Lieu of Low-Income Housing Credits for 2009 GRANTEE TERMS AND CONDITIONS
Grants to States for Low-Income Housing Projects in Lieu of Low-Income Housing Credits for 2009 GRANTEE TERMS AND CONDITIONS 1. Authority a. Section 1602 of the American Recovery and Reinvestment Tax Act
More informationSTATE OF MAINE Department of Economic and Community Development Office of Community Development
STATE OF MAINE Department of Economic and Community Development Office of Community Development RFP#201711194 Efficient Delivery of Local and Regional Services RFP Coordinator Submitted Questions Due Proposal
More informationTOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services
TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services RESPONSES ARE DUE BY 5:00 PM December 12, 2014 MAIL OR DELIVER RESPONSES TO: ATT: Robert Smith, Town Manager 614 Main St. Windermere,
More informationUpdated. The Minimalist s Guide to the New Procurement Standards in 2 CFR Part 200 Uniform Guidance
Updated The Minimalist s Guide to the New Procurement Standards in 2 CFR Part 200 Uniform Guidance 1 Procurement Standards General Standards must use documented procurement procedures which
More informationTitle 24: Housing and Urban Development
Title 24: Housing and Urban Development PART 135 ECONOMIC OPPORTUNITIES FOR LOW- AND VERY LOW-INCOME PERSONS Section Contents Subpart A General Provisions 135.1 Purpose. 135.2 Effective date of regulation.
More informationEast Coast Migrant Head Start Project REQUEST FOR PROPOSAL
East Coast Migrant Head Start Project REQUEST FOR PROPOSAL Network, Security and Audio Visual Request for Proposal RFP NO. 072517 Issued by: East Coast Migrant Head Start Project 2700 Wycliff Road Suite
More informationKELLER INDEPENDENT SCHOOL DISTRICT
KELLER INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS INSTRUCTIONS AND SPECIFICATIONS FOR: #1802-05 Architect Services - Facility Assessments & Capital Improvement Planning Services DEADLINE: February
More informationOWENS STATE COMMUNITY COLLEGE COMMERCIAL REALTOR SERVICES REQUEST FOR PROPOSALS
OWENS STATE COMMUNITY COLLEGE COMMERCIAL REALTOR SERVICES REQUEST FOR PROPOSALS August 22, 2016 1 Table of Contents 1.0 REQUEST FOR PROPOSALS PROCESS 1.1 GENERAL INFORMATION 1.2 INQUIRIES 1.3 PROPOSAL
More informationREQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES
LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation
More informationHUD Q&A. This is a compilation of Q&A provided by HUD regarding relevant issues affecting TCAP and the Tax Credit Exchange Program.
This is a compilation of Q&A provided by HUD regarding relevant issues affecting TCAP and the Tax Credit Exchange Program. 1. Does the Uniform Relocation Assistance and Real Property Acquisition Policies
More informationGeneral Procurement Requirements
Effective Date: July 1, 2018 Applicability: Grant Purchasing and Procurement Policy Related Policies: Moravian College Purchasing Policy and Business Travel Policy Policy: This policy provides guidelines
More informationHousing Authority of the City of Decatur REQUEST FOR PROPOSAL (RFP) NO. GA ENERGY AUDIT
Housing Authority of the City of Decatur REQUEST FOR PROPOSAL (RFP) NO. GA0112016-01 ENERGY AUDIT RFP Document TABLE OF CONTENTS 1.0 PURPOSE OF REQUEST FOR PROPOSAL (RFP)... 1 2.0 INTRODUCTION... 1 3.0
More informationThe State of Texas HELP AMERICA VOTE ACT PROVIDE THE SAME OPPORTUNITY FOR ACCESS AND PARTICIPATION TO INDIVIDUALS WITH DISABILITIES
The State of Texas Elections Division Phone: 512-463-5650 P.O. Box 12060 Fax: 512-475-2811 Austin, Texas 78711-2060 TTY: 7-1-1 www.sos.state.tx.us (800) 252-VOTE (8683) The Office of The Secretary of State
More informationThe Association of Universities for Research in Astronomy. Award Management Policies Manual
The Association of Universities for Research in Astronomy Award Management Policies Manual May 1, 2014 The Association of Universities for Research in Astronomy Award Management Policies Manual Table of
More informationNotification of Grant Award Cover Page
Notification of Grant Award Cover Page Page 2 of 12 In addition to the conditions stated in this FY 2015 Conditions of Award document, the Grantee acknowledges, where applicable, receipt of the following
More informationAN INTRODUCTION TO FINANCIAL MANAGEMENT FOR GRANT RECIPIENTS. National Historical Publications and Records Commission
AN INTRODUCTION TO FINANCIAL MANAGEMENT FOR GRANT RECIPIENTS National Historical Publications and Records Commission March 5, 2012 Contents USE OF THE GUIDE... 2 ACCOUNTABILITY REQUIREMENTS... 2 Financial
More informationGRANTS AND CONTRACTS (FINANCIAL GRANTS MANAGEMENT)
GRANTS AND CONTRACTS (FINANCIAL GRANTS MANAGEMENT) Policies & Procedures UPDATED: February 25, 2015 (04/21/16) 2 TABLE OF CONTENTS Definitions... 3-7 DRFR 8.00 Policy Statement... 8 DRFR 8.02 Employee
More informationSeptember 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS )
September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO. 145920 FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS ) This document contains: I. Revisions to the Specification II. Questions and Answers
More informationBID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving
BID # 1217-2 Hunters Point Community Library Date: December 20, 2017 Invitation for Bid: Furniture & Shelving Bids must be submitted by: January 17, 2018 2:00 P.M., to: Purchasing Department Queens Borough
More informationKAREN E. RUSHING. Audit of the Vendor Selection Process
KAREN E. RUSHING Clerk of the Circuit Court and County Comptroller Audit of the Vendor Selection Process Audit Services Karen E. Rushing Clerk of the Circuit Court and County Comptroller Jeanette L. Phillips,
More information$35,750 $40,850 $45,950 $51,050 $55,150 $59,250 $63,350 $67,400
SECTION 3 UTILIZATION PLAN FOR SUBRECIPIENTS, OWNERS, DEVELOPERS, CONTRACTORS, AND SUBCONTRACTORS ON ALL APPLICABLE CITY OF PUEBLO PROGRAMS, PROJECTS, AND ACTIVITIES USING HUD SOURCED FUNDS (EXHIBIT A)
More informationWorld Bank Iraq Trust Fund Grant Agreement
Public Disclosure Authorized Conformed Copy GRANT NUMBER TF054052 Public Disclosure Authorized World Bank Iraq Trust Fund Grant Agreement Public Disclosure Authorized (Emergency Disabilities Project) between
More informationTexas Equal Access to Justice Foundation IOLTA GENERAL GRANT PROVISIONS SEPTEMBER 1998
Texas Equal Access to Justice Foundation IOLTA GENERAL GRANT PROVISIONS SEPTEMBER 1998 AMENDED 2004 TABLE OF CONTENTS Page ARTICLE I GENERAL 1 1.01 INTRODUCTION 1 1.02 DEFINITIONS 1 ARTICLE II GRANT PAYMENT
More informationEDGAR and Procurement CHOICE PARTNERS OCTOBER 12, 2016
EDGAR and Procurement CHOICE PARTNERS OCTOBER 12, 2016 Agenda Uniform Guidance Summary (Note: EDGAR for educational entities) General Federal Procurement Laws Thresholds and Implications Sole Source Vendors
More informationEARLY-CAREER RESEARCH FELLOWSHIP GRANT AGREEMENT [SAMPLE Public Institutions]
Grant Number 200000xxxx EARLY-CAREER RESEARCH FELLOWSHIP GRANT AGREEMENT [SAMPLE Public Institutions] This Grant Agreement ( Grant ) is entered into by and between the Gulf Research Program of the National
More informationTexas Equal Access to Justice Foundation BASIC CIVIL LEGAL SERVICES (BCLS) GENERAL GRANT PROVISIONS
Texas Equal Access to Justice Foundation BASIC CIVIL LEGAL SERVICES (BCLS) GENERAL GRANT PROVISIONS SEPTEMBER 1998 Amended 2004 1 TABLE OF CONTENTS Page ARTICLE I GENERAL 1 1.01 INTRODUCTION 1 1.02 DEFINITIONS
More informationProcurement Policies. and. Procedures. Manual
Procurement Policies and Procedures Manual Originally Issued May 6, 2008 Last Modified March 2, 2016 These policies and procedures were reviewed and accepted by the Office of the Attorney General of New
More informationAberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR
Aberdeen School District No. 5 216 North G St. Aberdeen, WA 98520 REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR Nature of Position: The Aberdeen School District is seeking a highly qualified
More informationThe Pennsylvania Global Access Program
The Pennsylvania Global Access Program Program Guidelines October 2015 Funded in part through a Cooperative Agreement with the U.S. Small Business Administration. Commonwealth of Pennsylvania Tom Wolf,
More informationTexas Department of Transportation Page 1 of 19 Public Transportation. (a) Purpose. Title 49 U.S.C. 5329, authorizes the
Texas Department of Transportation Page of 0 SUBCHAPTER D. PROGRAM ADMINISTRATION.. Public Transit Safety Program. (a) Purpose. Title U.S.C., authorizes the Secretary of the U.S. DOT to create and implement
More informationNAS Grant Number: 20000xxxx GRANT AGREEMENT
NAS Grant Number: 20000xxxx GRANT AGREEMENT This grant is entered into by and between the National Academy of Sciences, the Grantor (hereinafter referred to as NAS ) and (hereinafter referred to as Grantee
More informationTERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation
TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES Generator Sizing and Installation Proposal Due Date: June 26, 2017 Proposal Due Time: 2:00 P.M. Released May 23, 2017 Table of Contents
More informationLyndon Township Broadband Implementation Committee Lyndon Township, Michigan
Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Request for Proposal For Consulting Services For a Fiber-to-the-Home Network In Lyndon Township Proposals may be mailed or delivered
More informationSAN FRANCISCO HOUSING AUTHORITY PROCUREMENT POLICY
SAN FRANCISCO HOUSING AUTHORITY PROCUREMENT POLICY San Francisco Housing Authority 1815 Egbert Avenue San Francisco, CA 94124 Procurement Policy - 1/11/01 Section I, II, III approved Revised May 29, 2001
More informationREQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS
REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS 1. INTRODUCTION - Van Dyke Public Schools is requesting proposals for the purchase of a CNC Lathe Machine to be used in our Career & Technical
More information