If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:
|
|
- Winifred Sutton
- 5 years ago
- Views:
Transcription
1 ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf document for all required attachments. Vendors may also complete all required attachments as a stand-alone response (written or typed). [ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the laws of the State of. The undersigned, having carefully read and considered the request in the manner described and subject to the terms and conditions set forth in the attached proposal, including, by reference here, the County s RFP document. Proposals must be signed by an official authorized to bind the provider to its provisions for at least a period of 90 days. By submission of a response, the Bidder agrees that at the time of submittal, he/she: (1) has no interest (including financial benefit, commission, finder s fee, or any other remuneration) and shall not acquire any interest, either direct or indirect, that would conflict in any manner or degree with the performance of Bidder s services, or (2) benefit from an award resulting in a Conflict of Interest. A Conflict of Interest shall include holding or retaining membership, or employment, on a board, elected office, department, division or bureau, or committee sanctioned by and/or governed by the County. Bidders shall identify any interests, and the individuals involved, on separate paper with the response and shall understand that the County, at its discretion may reject their proposal. By submission of a proposal the Bidder certifies, under civil penalty for false certification, that it is fully eligible to do so under law and that it is not an Iran linked business, as defined in the Michigan Economic Sanctions Act, 2012 P.A The Bidder affirms that he/she is duly authorized to execute this proposal, that this company, corporation, firm, partnership or individual has not prepared this proposal in collusion with any other bidder and that the contents of this proposal as to prices, terms or conditions have not been communicated by the undersigned, nor by any employee or agent, to any competitor, and will not be, prior to the award and the bidder has full authority to execute any resulting contract awarded as the result of, or on the basis of the proposal. If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums: Addendum No. 1: Addendum No. 2: Addendum No. 3:
2 ATTACHMENT A COVER SHEET FOR PROPOSAL, continued The submission of a proposal hereunder shall be considered evidence that the bidder is satisfied with respect to the conditions to be encountered and the character, quantity and quality of the work to be performed. BY: (Signature of Authorized Representative) (Printed Name and Title of Authorized Representative) PRINCIPAL OFFICE INFORMATION / ADDRESS: Individual / Company Name: Street Address City State Zip Code Telephone Fax Taxpayer Identification Number
3 ATTACHMENT B VENDOR INFORMATION Responses to the following questions must be submitted in the proposal and signed by an authorized Company Representative This RFP document is provided as a fillable form.pdf document for all required attachments. Vendors may also complete all required attachments as a stand-alone response (written or typed). 1. COMPANY EXPERIENCE - How many years has the company been providing the requested services? Please describe your experience. How many employees does the company employ (FT/PT, temporary). Discuss any instances within the last five years when your company or any of its subconsultants/subcontractors been involved in any litigation, as applicable. 2. PROJECT MANAGEMENT Identify by name the Contractor representative to be assigned to the County. Provide a summary of your project management methodology for the purchase and supply of materials, floor preparation and flooring installation. Include consideration for quality assurance, delivery, storage and handling, staffing, scheduling and work conditions. 3. SUBCONTRACTORS - Will sub-consultants/subcontractors be used? If yes, identify the subconsultants/subcontractors, their experience as well as the scope of their responsibility as it relates to this project. 4. CARPET SPECIFICATIONS - The County will consider any manufacturer of plank carpet tiles with Antron 6/6 Nylon fiber system and coordinating carpet base of 4-1/4 H. Describe performance characteristics of proposed material(s) and include a full specification sheet that identifies product type, face weight, loop construction, pile height average, gauge, stitch/inch, primary backing, dye method, and soil/stain protection, etcetera.
4 ATTACHMENT B VENDOR INFORMATION continued 5. WARRANTY Provide copy of Manufacturer s standard form in which manufacturer agrees to repair/replace components of carpet installation that fail in materials/workmanship within specified warranty period. Describe the company s Warranty management process, procedures and all applicable terms. 6. RECYCLING Describe the company s recycling process and identify the recycling center used for existing carpet. 7. Other Information Include any other information that would be helpful to the County. Authorized Representative s Printed Name and Title Company Name (and Legal Name) for Business
5 ATTACHMENT C - AUTHORIZATION FOR REFERENCE CHECK The undersigned hereby authorizes the County to obtain all information that said recipient may have concerning the undersigned s contract performance history. The undersigned further authorizes any person contacted to give the County any and all information concerning the undersigned s (and the employees of the undersigned) education, work experience, and character which they may have, personal or otherwise, and releases all parties from all liability for any damage that may result from furnishing the same to the County. A photocopy of this authorization shall be deemed equivalent to the original. Authorized Representative s Printed Name and Title Company Name (and Legal Name) for Business
6 ATTACHMENT D VENDOR REFERENCE INFORMATION List three (3) references for PROJECT successfully completed in the last five (5) years. Type of Project(s): Company Name: Address: County, State, Zip Code: Contact Person: Telephone Number: (s) of Service: Type of Project(s): Company Name: Address: County, State, Zip Code: Contact Person: Telephone Number: (s) of Service: Type of Project(s): Company Name: Address: County, State, Zip Code: Contact Person: Telephone Number: (s) of Service:
7 ATTACHMENT E - CERTIFICATION FOR INSURANCE AND INDEMNITY REQUIREMENTS Potential Vendors must understand and agree that financial responsibility for claims or damages to any person or to companies and agents shall rest with the Vendor. The Vendor must affect and maintain any and all insurance coverage, including, but not limited to, Worker s Compensation, Employer s Liability and General, Contractual and Professional Liability, to support such financial obligations. The indemnification obligation, however, shall not be reduced in any way by existence or non existence, limitation, amount or type of damages, compensation or benefits payable under Worker s Compensation laws or other insurance. Compliance with Government Requirements the Vendor shall evidence satisfactory compliance for Unemployment Compensation and Social Security reporting as required by federal and state laws. Evidence of Insurance Evidence of Workers Compensation and Employers Liability, Commercial General Liability and Automobile (if applicable) and Professional Liability (if applicable) Insurances shall be provided to Ottawa County. The successful Bidder shall purchase and maintain policies of insurance and proof of financial responsibility to cover costs as may arrive from claims of tort, statutes, and benefits under Worker s Compensation laws, as respects damages to persons or property and third parties in such coverages and amounts as required and approved by Ottawa County. Acceptable proof of such coverage s shall be furnished to Ottawa County prior to service under the contract. The Bidder is indemnifying and holding harmless the County, its employees, agents and volunteers against and from all claims, judgments, losses, damages, payments, costs and expenses of every nature and description including attorney s fees arising out of or resulting from the Bidder s performance or nonperformance of the work described. Types of Coverage and Limits of Liability The Vendor shall provide evidence of the following coverages and minimum amounts prior to the implementation of services. Vendor(s) must maintain the following insurance during the term of the contract: Worker s Compensation and Employers Liability Workers Compensation Limits Employers Liability Limits Michigan Statutory $500,000 Each Accident $500,000 Each Employee, Injury by Disease $500,000 Policy Limit, Injury by Disease Commercial General Liability- There shall be no Products/Completed Operations or Contractual Liability exclusion. The General Aggregate limit shall apply separately per location or project. Each Occurrence $1,000,000 Personal & Advertising Injury $1,000,000 General Aggregate $2,000,000 Products/Completed Operations Aggregate $2,000,000
8 ATTACHMENT E - CERTIFICATION FOR INSURANCE AND INDEMNITY REQUIREMENTS - continued Automobile (if applicable) Residual Liability Limit $1,000,000 Each Accident Personal Injury Protection Michigan Statutory Property Protection Insurance Michigan Statutory Coverage shall apply to any auto, including owned, non-owned, and hired. There shall be no Contractual Liability exclusion. Professional Liability (if applicable) Limit of Liability $2,500,000 Aggregate Limit A certificate of insurance detailing your coverage which meets the above requirements may be requested as a part of this RFP. The certificate must indicate that insurers will provide us written notice thirty (30) days prior to terminating any policy. Additional Insured Endorsement to the Commercial General Liability policy must accompany the certificate, OR the Certificate must state that the General Liability policy includes a blanket additional insured provision on the primary basis for any entity required by contract or agreement to be an additional insured. A certificate of insurance shall be submitted for review to the County for each successive period of coverage for the duration of this agreement. The undersigned certifies and represents an understanding of the County s Insurance and Indemnification requirements. The undersigned acknowledges that the County is, in part, relying on the information contained in this proposal in order to evaluate and compare the response to the RFP. Authorized Representative s Printed Name and Title Company Name (and Legal Name) for Business Name (and Legal Name) for Business
9 ATTACHMENT F DEBARMENT AND SUSPENSION The Bidder certifies to the best of its knowledge and belief, that the corporation, LLC, partnership, or sole proprietor, and/or its principals, owners, officers, shareholders, key employees, directors and member partners: (1) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (2) have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) are not presently indicted for or otherwise criminally charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in (2) of this certification; and, (4) have not within a three-year period preceding this proposal had one or more public transactions (Federal, State or local) terminated for cause or default. Authorized Representative s Printed Name and Title Company Name (and Legal Name) for Business Name (and Legal Name) for Business
10 ATTACHMENT G CERTIFICATION OF NON-COLLUSION The undersigned certifies and represents that the Vendor: 1) has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to submit a proposal which is a sham, 2) has not in any manner agreed with any other persons or businesses to fix the proposed price, overhead, profit, or any cost element of the submitted proposal, 3) has not attempted to secure any advantage against any other bidders through collusion with any other bidder or employee(s) or representative of Ottawa County, 4) has not directly or indirectly submitted or disclosed its proposal or its contents or divulged information or relative data to any association or to any member or agent of any other bidder to this proposal. Authorized Representative s Printed Name and Title Company Name (and Legal Name) for Business
11 ATTACHMENT H - PROPOSAL PRICING FORM The undersigned hereby agrees to perform all work in accordance with the specifications, terms, and conditions of the County Request for Proposal 19-14, as described herein. The fees proposed shall be considered firm and cannot be altered after receipt of the proposal by the County per the terms of this RFP. All costs must be identified in proposer s response. PROPOSAL PRICING Please provide pricing for each of the following items for the flooring project to take place at the Ottawa County Department of Public Health located at James St., Holland, MI 49424: ITEM Carpet Materials (tile and base): Provide Manufacturer Name, Product Name, and Item Number Sq. footage*: Material Cost: $ DESCRIPTION Labor Costs Standard Prep Work / Standard Work (hours 7am 4pm) Additional Labor Cost for excessive prep work (describe): Labor Costs Non-Standard Work Hours (nights and weekends): Comments: $ $ $ *Measurements: It is the responsibility of the Vendor to field verify for accuracy, all critical dimensions as related to square yardage of project material. Ottawa County is not responsible for accuracy of square yardage estimates provided for pricing purposes. Authorized Representative s Printed Name, Company Name (and Legal Name) for Business
[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the
ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf
More informationREQUEST FOR PROPOSAL #18-27 RETIREMENT 457 PLAN PROVIDER
Fiscal Services Department Purchasing Phone 616-738-4855 12220 Fillmore Street - Room 331 - West Olive, Michigan 49460 Fax 616-738-48?? E-mail: purchasing.rfp@miottawa.org REQUEST FOR PROPOSAL #18-27 RETIREMENT
More informationINVITATION TO BID OFFICE RENOVATION AT FILLMORE STREET
Fiscal Services Department Purchasing Phone 616-738-4855 12220 Fillmore Street - Room 331 - West Olive, Michigan 49460 Fax 616-738-4897 E-mail: purchasing.rfp@miottawa.org To: All Bidders INVITATION TO
More informationCherokee Nation
Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)
More informationMacomb County Department of Roads
Macomb County Department of Roads Request for Qualifications for ENGINEERING SERVICES: TRAFFIC SIGNAL OPERATIONS SERVICES The Macomb County Department of Roads (MCDR) is soliciting Qualification Statements
More informationHousing Authority of the Cherokee Nation REQUEST FOR BIDS
Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS Solicitation #2015-001-060 Auction Services Bid Due Date: Thursday May 7th, 2015 at 10:00 A.M. Housing Authority of the Cherokee
More informationREQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study
REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study Due date: May 12, 2017 Time: 4:00 pm Receipt Location: 230 Government Center Drive Wilmington, NC 28403 Procurement Contact Person: Name:
More informationHousing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION
Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS HANDICAP RENOVATION Kenneth Henson / Cherokee County Solicitation # 2015-001- 051 Bid Due Date: April 16th, 2015 at 10:00 A.M.
More informationNotice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.
KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at
More informationCherokee Nation
Cherokee Nation www.cherokee.org REQUEST FOR BIDS Membrane Roof and Skylights Bid Due Date: April 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST
More informationIRFQ #R15-04: FRIDAY NIGHT LIVE
IRFQ #R15-04: FRIDAY NIGHT LIVE INSTRUCTIONS: The Fillable Forms Template must be submitted in total with all required ATTACHMENTS and documents. Bidders that do not comply with the requirements, and/or
More informationREQUEST FOR BIDS MINOR REPAIRS
REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-01-17-3415 SEQUOYAH COUNTY Bids Due: February 16, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482
More informationREQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME
REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME SOLICITATION #A10-03-17-3483 TULSA COUNTY Bid Due Date: May 17, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah,
More informationRequest for Proposals (RFP)
Town of Londonderry, NH Planning and Engineering Professional Review Services Request for Proposals (RFP) The Town of Londonderry, New Hampshire (Town), through the office of the Town Manager, and with
More informationREQUEST FOR BIDS RENOVATION
REQUEST FOR BIDS RENOVATION NATASHA KIRK UNIT ADAIR COUNTY Bids Due: November 7th, 2017 @ 10:00 a.m. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 1 (918) 456-5482 Housing
More informationREQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County
REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing
More informationREQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.
REQUEST FOR BIDS Installation of 6 Chain Link Fence & Gates Bids Due: December 12th, 2016 at 10:00 A.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482 Housing
More informationSECTION IV CONTRACT BID NUMBER
SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at
More informationPROPOSAL REQUEST. Sumner County Sheriff s Office
PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE
More informationTRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES
TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY
More informationREQUEST FOR BIDS MODERNIZATION
REQUEST FOR BIDS MODERNIZATION 3 MODERNIZATION UNITS LOCATED IN SEQUOYAH COUNTY Bids Due: January 15th, 2019 @ 10:00 a.m. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 1 (918)
More informationREQUEST FOR BIDS MINOR REPAIRS
REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-10-17-3755 ROGERS COUNTY Bids Due: November 7, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482
More informationAGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]
APSU Contract Number C-18-0000 AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] This Agreement is made this [date] day of [month], 20, by and between Austin Peay State University, hereinafter
More informationREQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE
REQUEST FOR PROPOSALS Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE Issued by the: Economic Development Corporation of the City of Detroit
More informationPROPOSAL LIQUID CALCIUM CHLORIDE
Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of
More informationPROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee
PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction
More informationAGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]
APSU Contract Number AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [Must match name on W9 or SW9] This Agreement is made this [date] day of [month], 2018, by and between Austin Peay State University,
More informationREQUEST FOR QUALIFICATIONS (RFQ)
Wayne Metropolitan Community Action Agency WRAP Water Conservation Plumbing Repair Services REQUEST FOR QUALIFICATIONS (RFQ) Issued: Tuesday, December 11, 2018 Posted at: waynemetro.org/request-for-proposal/
More informationCherokee Nation
Cherokee Nation www.cherokee.org REQUEST FOR BIDS Heath Services- RFB Panduit Cable Bid Due Date: March 11, 2016 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST
More informationCHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS
CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL
More informationPROPOSAL REQUEST. Sumner County Emergency Medical Service
PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County
More informationCherokee Nation
Cherokee Nation www.cherokee.org REQUEST FOR BIDS Kitchen Remodel Tahlequah, Ok Bid Due Date: June 25, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST
More informationDESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions
DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled
More informationTCL&P Facilities HVAC Improvements (specifications attached)
Date: April 3, 2018 Bidder: (TCL&P) will receive sealed bids in the office of TCL&P, 1131 Hastings Street, Traverse City, Michigan, 49686, until April 13, 2018 at 12:00 PM for the following project: TCL&P
More informationREPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS
REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS The offeror represents and certifies as part of the offer that: (Check or complete all applicable boxes or blocks.) 1. TYPE
More informationPRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY
PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0056-B01 Contract Name/Description: A. Chester Redshaw Elementary
More informationTOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES
TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.
More informationDARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**
I. INTRODUCTION DARLINGTON COUNTY County of Darlington, South Carolina is seeking bids from qualified firms to install carpet squares and vinyl tile in the Outreach building located at 404 4 th Street
More informationInvitation To Bid B15/9886
Invitation To Bid B15/9886 4905 East Broadway, D-113 Bid No. B15/9886 Tucson, AZ 85709-1420 Requisition No. Telephone (520) 206-4759 Buyer J Posz Date Page 1 Of 4 Bid must be in this office on or before:
More informationRequest For Proposal for: The New School of Business Administration. Schedules. August 19, 2015
Request For Proposal for: The New School of Business Administration Schedules Schedule A: Schedule B: Schedule C: Schedule D: Proposal Certification, Non-Collusion Affidavit, Vendor Acknowledgement Insurance
More informationApplication for Eligibility by Non-Profit Tax Exempt Health or Education Organization FOR STATE USE ONLY
Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization Eligibility may be granted to non-profit, tax-exempt educational and health organizations such as medical institutions,
More informationPROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE
PROPOSAL REQUEST For Scanners and Printers For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid# 16-150223 February, 2015 Introduction Sumner
More informationCherokee Nation
Cherokee Nation www.cherokee.org REQUEST FOR BIDS Freezer Merchandiser Bid Due Date: August 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST Freezer
More informationREQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC
REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR
More informationPROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office
PROPOSAL REQUEST 20160621-01 NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff Contact:
More informationContractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018
oetc.org 14145 SW Galbreath Drive Sherwood, Oregon 97140 (503) 625-0501 (800) 650-8250 Fax: (503) 625-0504 OETC Volume Price Agreement: #15-02R-Schoology This Agreement is made and entered into by the
More informationTHE SUMNER COUNTY REGISTER OF DEEDS
PROPOSAL REQUEST Maintenance for Server Hardware & Software FOR THE SUMNER COUNTY REGISTER OF DEEDS SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid # 26-140519 May, 2014 Introduction
More informationREQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE
REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE conduct business. The goal of Motor City Match is to help start new, permanent businesses in Detroit s commercial corridors by
More informationPRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY
PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0061-B01 Contract Name/Description: New Joseph C. Caruso
More informationREQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker
REQUEST FOR PROPOSAL FOR Spokane Tribal Benefits Broker PROPOSAL Number: RFP17-023 BY: SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT, WA 99040 KEY
More informationCONSTRUCTION AGREEMENT
CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called
More informationCOWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER
REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under
More informationInvitation to Bid RFP-VISITOR MANAGEMENT SYSTEM
Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,
More informationInvitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail
Invitation to Bid 20181101-CO WIRE BASKETS Sumner County Sheriff s Office /Jail Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport
More informationREQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039
REQUEST FOR PROPOSAL FOR American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100
More informationDecember 13, Dear Vendors: Reference: RFQ No. FY Subject: Annual Shipping Services
December 13, 2018 Dear Vendors: Reference: RFQ No. FY19-17764 Subject: Annual Shipping Services AAMVA is hereby requesting quotes on the following products or services below. Please make sure that you
More informationTrusted Care Solutions A Private Pay Care Management Program Offered by The Information Center, Inc.
Trusted Care Solutions A Private Pay Care Management Program Offered by The Information Center, Inc. Direct Service Purchasing Agreement The Information Center 20500 Eureka Road Suite #110 Taylor MI 48180
More informationREQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators
REQUEST FOR PROPOSAL No. FY19-17075 Facilitation Consulting Services October 2018 American Association of Motor Vehicle Administrators Table of Contents 1. INTRODUCTION...1 1.1. PURPOSE AND BACKGROUND...1
More informationDRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.
AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.
More informationRequest for Proposal Seeking Lighting Suppliers to Provide Energy Efficient Lighting Fixtures & Controls
New Jersey Office of Clean Energy Direct Install Program Request for Proposal Seeking Lighting Suppliers to Provide Energy Efficient Lighting Fixtures & Controls Issued by TRC Energy Services Commercial
More informationCITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES
CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.
More informationREQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1
A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The
More informationREPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC
REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.
More informationANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS
Page: 1 of 10 Date: 12AP16 ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS If Offeror has completed the annual representations and certifications electronically, via the System for Award Management
More informationREQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES
REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals
More informationNEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)
Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,
More informationPURCHASING SPECIFICATION
PURCHASING SPECIFICATION Subject: REQUEST FOR HOTEL RATES TEMPORARY RELOCATION SERVICES Lead Education Awareness and Control [LEAC] Program / Request for Rates Page No: 1 of 9 Effective Date: June 4, 2012
More informationInvitation to Bid ROBOTIC CAMERA SYSTEM
Invitation to Bid 012716 ROBOTIC CAMERA SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for
More informationREQUEST FOR PROPOSALS FEMA CONSULTANT SERVICES DUPLIN COUNTY, NORTH CAROLINA SUBMISSION DATE: October 19, 2018
REQUEST FOR PROPOSALS FEMA CONSULTANT SERVICES DUPLIN COUNTY, NORTH CAROLINA SUBMISSION DATE: October 19, 2018 1 P a g e DESCRIPTION OF SERVICES The County of Duplin, P.O. Box 950, Kenansville, North Carolina,
More informationRequest for Quotes (RFQ) For Graphic design services
Request for Quotes (RFQ) For Graphic design services Issued by: Washington County Department of Public Health and Environment (PHE) Date: 10/27/2016 The issuance of this RFQ constitutes only an invitation
More informationREQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY
REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)
More informationREQUEST FOR PROPOSALS FOR RISK MANAGEMENT INSURANCE CONSULTANT/BROKER SERVICES
Dear Interested Party: Date: August 14, 2017 REQUEST FOR PROPOSALS FOR RISK MANAGEMENT INSURANCE CONSULTANT/BROKER SERVICES The Connecticut Housing Finance Authority ("CHFA") requests proposals for Risk
More informationCHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION
CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION Acquisition Management On behalf of Career Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000
More informationPRIME CONTRACTOR PREQUALIFICATION APPLICATION
PRIME CONTRACTOR PREQUALIFICATION APPLICATION Director of Purchasing Services 3401 Walnut Street Suite 421 A Philadelphia, Pennsylvania 19104-6228 Issue Date 01/01/99 Revision 7 01/07/05 INSTRUCTIONS ON
More informationMODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018
MODESTO CITY SCHOOLS BID NO. 18-4673 GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA
More informationRequest for Proposal: Metro Bus Transit Advertising Program
Request for Proposal: Metro Bus Transit Advertising Program Date: 7/13/18 Project Name: Metro Bus Transit Advertising Program Proposal Submission: Proposals will be received until 3 pm CST, on August 14,
More informationDEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM
PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,
More informationADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)
ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB
More informationCity of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,
City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of
More informationGreater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor
More informationBAKER COUNTY BOARD OF COUNTY COMMISSIONERS
BAKER COUNTY BOARD OF COUNTY COMMISSIONERS MOSQUITO CONTROL SERVICES BID # 2016-04 BAKER COUNTY BOARD OF COUNTY COMMISSIONERS ADMINISTRATION OFFICE 55 N THIRD STREET MACCLENNY, FL 32063 PHONE: 904-259-3613
More informationNORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217
NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 Request for Competitive Sealed Proposals will be received in the Office of the Executive Director of Procurement & ecommerce
More informationPROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT
West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial
More informationCity of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP
City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP 2019-001 THIS IS NOT AN ORDER PROJECT REQUEST NUMBER: RFP 2019-001 DATE OF INVITATION: APRIL 4, 2019 PROPOSALS WILL BE
More informationRequest for Quotes (RFQ) For Trailer Tracking System Services
Request for Quotes (RFQ) For Trailer Tracking System Services Issued by: Ramsey/Washington Recycling & Energy Board (R&E Board) Date: 4/5/2017 The issuance of this RFQ constitutes only an invitation to
More informationInvitation to Bid IN-CAR CAMERA S
Invitation to Bid 121515 IN-CAR CAMERA S Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 121515
More informationCITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES
CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for 4,300 LF of 12 HDPE DIP DR 11 in 50 LF lengths.
More informationREQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK
REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK NOVEMBER 26, 2008 NOTICE TO PROPOSERS FOR TRUCK SCALE REPLACEMENT FOR THE
More informationAugust 12, 2016 N O T I C E O F R E Q U E S T F O R P R O P O S A L S GENERAL CONDITIONS AND INSTRUCTIONS TO OFFERORS. For
August 12, 2016 N O T I C E O F R E Q U E S T F O R P R O P O S A L S GENERAL CONDITIONS AND INSTRUCTIONS TO OFFERORS For PRE-PROCESSING CLAIMS DATA MANAGEMENT SOFTWARE AND ENCOUNTER DATA MANAGEMENT SOFTWARE
More informationGaylord Community Schools Request for Proposal May Core Switch Response Due Date: Thursday, May 26 th, :00 PM
Gaylord Community Schools Request for Proposal May 2016 - Core Switch Response Due Date: Thursday, May 26 th, 2016 1:00 PM Gaylord Community Schools (District) is soliciting proposals/bids for technology
More informationREQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS. DUE DATE: AUGUST 14, 2017 BY 2:00 p.m.
REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS DUE DATE: AUGUST 14, 2017 BY 2:00 p.m. 1.1. PURPOSE 1. INTRODUCTION The City of Yucaipa, hereinafter
More informationRequest for Qualifications Number 1470 General Construction Services
RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Request for Qualifications Number 1470 General Construction Services Richardson Independent School District
More informationPROPOSAL REQUEST. Bid # CO. CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE
PROPOSAL REQUEST Bid # 20170615CO CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Advertisement Date: June 4, 2017 Deadline: June 15th, 2017 at 10:00 am Introduction
More informationCentra Wellness Network An Affiliate of the Northern Michigan Regional Entity
Centra Wellness Network An Affiliate of the Northern Michigan Regional Entity PROVIDER APPLICATION Thank you for your interest in becoming a provider of the Centra Wellness Network (CWN) provider network
More informationRFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES
RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April
More informationInvitation to Bid ALL ALUMINUM ELEVATED WELDED ANGLE BLEACHERS FOR SUMNER COUNTY SCHOOLS
Invitation to Bid ALL ALUMINUM ELEVATED WELDED ANGLE BLEACHERS FOR SUMNER COUNTY SCHOOLS Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education,
More informationBAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor
BAY CITY HOUSING COMMISSION 315 14 th Street ~ Bay City, Michigan 48708 (989) 892-9581 fax (989) 892-5818 tdd (800) 545-1833 ext 561 Bid for Replacing Suspended Ceiling Panels at Maloney Manor The Bay
More informationREQUEST FOR PROPOSALS PROPERTY MANAGEMENT & ACCOUNTING SERVICES RFP NO PROPOSAL DUE DATE JULY 2, 2018
REQUEST FOR PROPOSALS PROPERTY MANAGEMENT & ACCOUNTING SERVICES RFP NO. 18-03 PROPOSAL DUE DATE JULY 2, 2018 1 REQUEST FOR PROPOSALS ( RFP ) PROPERTY MANAGEMENT & ACCOUNTING SERVICES AT INNOVATION PARK
More informationRequest for Proposal RFP
Request for Proposal RFP 18-013 LICENSE TO PLACE VENDING MACHINES ON MCLENNAN COUNTY PROPERTY RFP Release: April 6, 2018 Date and Time of RFP Closing: April 18, 2018 2:00 p.m. Issued By: Ken Bass McLennan
More informationCompany Name: Address: Date: OFFICAL SIGNATURE PRINT
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). The
More information