Request for Proposal Seeking Lighting Suppliers to Provide Energy Efficient Lighting Fixtures & Controls

Size: px
Start display at page:

Download "Request for Proposal Seeking Lighting Suppliers to Provide Energy Efficient Lighting Fixtures & Controls"

Transcription

1 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 & Industrial Administration Team May 24, 2016

2 The Direct Install Program ( Program or Direct Install ), a component of New Jersey s Clean Energy Program, is planned for launch in July TRC Energy Services will manage The Program, and act as the Commercial and Industrial Program Administrator ( C&I Program Admin ) on behalf of the NJ Office of Clean Energy ( OCE ). The C&I Program Admin is seeking proposals from qualified lighting vendors ( Vendors ) to provide equipment pricing in support of the Program. Equipment pricing that is negotiated as a result of this RFP will be available to Participating Contractors ( Contractors ) who will be selected under a separate Request for Proposal. Interested qualified Vendors responding this Request for Proposal ( RFP ) are asked to submit their intent to bid and proposal in accordance with the requirements described herein to be considered for selection as a Vendor under the Program. Section I - Program Description Direct Install will serve business owners of existing small commercial and industrial facilities in New Jersey with monthly peak electric demand not exceeding 200 kw ( Owners ). In order to qualify for participation in the Program, Owners must also be non-residential electric and/or gas service customers of one or more of the following regulated utilities: Atlantic City Electric, Jersey Central Power & Light, Rockland Electric Company, New Jersey Natural Gas, Elizabethtown Gas, Public Service Electric and Gas, or South Jersey Gas. The Program is designed to identify opportunities for cost-effective energy efficiency retrofits, and to provide financial incentives to encourage the early replacement of existing inefficient equipment with high-efficiency alternatives. The incentive levels are approved by the NJ Board of Public Utilities and are currently set at 70% of the installed project costs. Systems and equipment eligible for incentives include: lighting, lighting controls, motors, variable frequency drives, refrigeration, HVAC, & HVAC and hot water controls. Additional measure categories may be added to the Program in the future. For each project, the Program strives to include installation of a comprehensive package of cost effective energy efficiency improvements that may be quickly implemented. Direct Install is a turnkey program utilizing pre-selected Contractors, and is aimed at providing Owners a seamless process for energy efficiency analysis and equipment replacement to reduce consumption and lower utility costs. Direct Install is targeted for launch in July The Program s goal is to provide installation of energy efficient equipment in at least 550 Owner facilities throughout the State of New Jersey by June 30, While the Program is anticipated to be offered for multiple years beyond 2016, Vendors will be offered a two-year Program Vendor Sub-Contractor Agreement with the option for one additional year. The C&I Program Admin reserves the opportunity to renegotiate pricing at the end of year two (at a minimum), or rebid for these services altogether. The Program also anticipates changes based on an ongoing strategic planning process and stakeholder input process, and adjustments to program requirements, incentive levels, etc. may be made during the term of the contract. The C&I Program Admin anticipates contracting with one (1) Vendor to provide all lighting measures offered by the Program required for the project installations statewide. 1

3 Section II - Program Process and Vendor Scope of Services The scope of services to be provided by the Vendor and program process are described below, and will be contained in referenced documents, including Scope of Work Agreements associated with individual projects performed under the Program: a) The Program will be marketed statewide by the NJCEP Outreach Team, Sustainable Jersey, NJOCE, utilities and within assigned Program Regions, by Contractors. These activities will be supported by activities and tactics of the program s new, as yet to be identified, Marketing Administrator. Marketing materials, approaches and activities will be approved by the C&I Program Admin. b) The C&I Program Admin assigns Contractors by region for the installation of identified energy efficient measures at the participating business location in New Jersey. The Contractors will conduct on-site Energy Assessments focused on the facility s lighting systems. Information will be entered by the Contractor into an Energy Assessment Tool, which calculates the estimated energy savings associated with proposed measures along with associated project costs. c) The Contractor will provide to the Vendor a list of the project s required lighting equipment, based on the Program s Energy Assessment Tool, excluding ancillary equipment. The Contractor is responsible for separately procuring any necessary ancillary equipment required for installation. d) The Vendor agrees to provide materials to the selected Contractors at prices no greater than those quoted by the selected Vendor in its agreement pursuant to this RFP. The Contractor is responsible for all payments due to the Vendor. e) The Vendor is responsible for packing and shipping all lighting materials within fifteen (15) days from the date of order, providing the Contractor all manufacturer warranties, and all manufacturer s specifications, such as CEE, DLC, and or ENERGY STAR certifications for all provided equipment. f) Program incentives are paid directly to the Contractors upon completion of the project. Section III Bid Pricing & Information Vendors responding to this RFP must complete and submit with their proposals: Attachment D - Proposed Pricing Spreadsheet for Eligible Measures ( Pricing Spreadsheet ) for all Lighting categories. Within the spreadsheet, bidders are to provide the following information, as applicable within the corresponding columns, for each eligible measure listed under a given measure category, for which the bidder proposes to perform work: 2

4 Equipment pricing on a per unit basis. Please note, the C&I Program Admin is looking for as many available manufacturers as possible for all offered lighting equipment that meets the minimum efficiencies and specifications, as included in attachment D. Total Costs Equipment Lead Time Warranty Period Incomplete bids will be disqualified. Please note, pricing is not to include sales tax. In order to be eligible for evaluation, and potential award of a Program Sub-Contractor Agreement, bidders are required to submit proposals and pricing for ALL of the program s offered lighting measure categories listed in Attachment D, without exclusion. All equipment provided under the Program by the Vendors must meet or exceed the minimum efficiencies and specifications listed within the notes sections of Attachment D - Pricing Spreadsheet. The C&I Program Admin reserves the right to amend the list of eligible measures by adding or removing measures for implementation consideration under the program. The C&I Program Admin will select from bidders whose proposals are in accordance with this RFP, one (1) lighting vendor for participation in the Program, whom shall take part in pricing negotiations with the C&I Program Admin in order to arrive at agreed upon set lighting equipment pricing statewide for each measure. Section IV - Vendor Qualifications Each bidder shall describe their qualifications and experience for supplying equipment associated with each measure category. Provide pricing and other information in response to the Pricing Section of this RFP and in accordance with Attachment D. Bidders seeking to be awarded work as a Vendor shall state their experience and qualifications with respect to the following: 1. Must be able to supply all offered lighting equipment for the program within the timeframe detailed in letter E of Section II. 2. Must provide evidence of ability to supply lighting equipment to the entire state of New Jersey. 3. Provide letter of introduction with bidder s qualifications to perform the work described in this RFP. 4. Provide a list of existing contracts during the last five years with a similar size and scope of this program. Please provide program names, references, and a brief program summary including dates of service and contact information (Phone and address). 3

5 5. Provide a list of all staff proposed to provide indicated services and include a summary of their qualifications. 6. Must provide representations and assurances that the bidder is authorized to do business in New Jersey and is in good standing with all required business registrations and that no administrative, tax, or other governmental suspension, claim, lien, or enforcement action is pending against supplier. 7. Must provide detail regarding the Vendor s current customer care process. Please provide a detailed response for satisfying the above requirements. Section V - Equipment and Materials All equipment shall be UL listed. All LED equipment must be on the most recently issued Design Lights Consortium (DLC) qualified products list or be currently ENERGY STAR qualified. All T8 ballasts and T8 four foot lamps must be CEE qualified. The winning bidder(s) of this RFP shall provide cut sheets for all measures to the Program Admin and Contractor(s). The Vendor may, during the period of program implementation, substitute different qualifying fixtures, but must supply new cut sheets to the C&I Program Admin and Contractor(s) for each change. Equipment and Materials Warranty The Vendor shall warrant that all equipment and materials it supplies shall be free from defects in design, material and workmanship, and shall conform to manufacturer specifications. If any product fails during the warranty period, Vendor shall, at its expense, either repair or replace the affected equipment and materials within thirty (30) days of notice. Section VI - General Terms and Requirements Right to Audit The C&I Program Administrator, OCE or other New Jersey State entities shall have the right to inspect and audit all Vendor and subcontractor books, records, correspondence, receipts, vouchers and memoranda relating to or affecting the Contract. Vendor and any Subcontractors shall preserve all such records for a period of seven (7) years following final payment associated with each project in accordance with the State s current retention policy. Vendor shall provide for such right to audit by C&I Program Admin in all contracts with Subcontractors relating to the Contract. Data Tracking and Reporting Vendors shall provide, on a timely basis, periodic status reports describing the status of materials delivered and ordered as part of the Program, and other reports as reasonably requested by the C&I Program Admin. 4

6 Training Personnel performing work under the Program will be required to attend periodic training sessions held at the C&I Program Admin s reasonable discretion. Term and Termination The C&I Program Admin anticipates awarding Vendor Agreements for an initial term, beginning at the actual date of program commencement and ending 24 months later with a contract option for an additional 12 months, with renewable terms thereafter, subject to the agreement of the parties. Such agreements will contain early termination provisions for non-performance, changes in Program funding and other events. Section VII Evaluation of Proposals A team consisting of representatives from the C&I Program Administrator will evaluate proposals received in response to this RFP. The team will select an initial group of bidders for negotiation of final pricing and other terms, from which successfully negotiated bidders will be offered a Participating Vendor Agreement for execution. Proposals will be evaluated based on the following criteria: Vendor experience and qualifications supplying equipment to existing small commercial and industrial facilities, Vendor experience and qualifications, specifically with respect to supplying measures listed within the Direct Install Program Proposed Pricing Spreadsheet, Vendor experience and qualifications, specifically with respect to providing similar scope of services in energy efficiency program and or working with utilities and/or energy efficiency program administrations, Proposed material pricing, Vendor resources relating to the ability to satisfy Program schedule and workload, Proposal responsiveness, completeness, organization and professionalism. The proposal review team reserves the right to invite one (1) or more bidders to present, discuss and/or clarify its proposal prior to selection for negotiation of final Program pricing and other terms. Additionally, the proposal review team reserves the right to reject any and all proposals received as a result of this solicitation and to cancel this solicitation at any time. RFP Issuance May 24, Section VIII - Schedule Intent to Bid & Bidder Information Request Form - All entities intending to submit a proposal in response to this RFP must communicate such intent to Kevin Rivera, the C&I Program Admin s representative, by ing a completed Appendix A and C forms to DirectInstall@njcleanenergy.com on or before 4:00 p.m. EST on June 1, Failure to 5

7 submit these required documents by the deadline will result in disqualification from this solicitation. Communications - All communications, including questions, shall be directed to Kevin Rivera, the C&I Program Admin s representative, via to DirectInstall@njcleanenergy.com on or before 4:00 p.m. EST on June 6, Kevin Rivera is the only person authorized to provide an explanation or interpretation of this solicitation. Upon receipt of this solicitation, the bidders are to cease contact with all other technical organizations either on site or in a corporate office with regard to this solicitation. Any violation of this direction will be basis for disqualification. Proposal Submittal - All proposals shall be submitted to the C&I Program Admin s representative via to DirectInstall@njcleanenergy.com or hard copy delivery to TRC Energy Services located at 900 Route 9 North, Suite 404, Woodbridge, NJ by no later than 4:00 p.m. on June 17, The proposal must be signed by an official authorized to bind the Offeror. The individual who is authorized to conduct negotiations on behalf of the Offeror must be identified in the proposal. Negotiation - A group of bidders will be selected for negotiation of final Program pricing and other contract terms and the parties shall meet to commence such negotiation on or about June 30, 2016 and complete such negotiation by executing a Direct Install Program Participating Installer Services Agreement on or about July 15, 2016, and such agreement shall constitute the agreed upon contract between the parties in connection with the Program. If the C&I Program Admin and any selected bidder are unable to execute such an agreement within a reasonable time period following commencement of negotiation, the C&I Program Admin in its sole discretion reserves the right to cease negotiation with one (1) or more of the initially selected bidders and negotiate with alternative bidders. 6

8 Attachment A Pre-Bid Intent to Bid Form

9 Intent to Bid Form By submitting this form, the contracting entity listed below is hereby expressing its intent to submit a proposal in response to the Request for Proposal dated May 24, 2016 issued by TRC Energy Services, which seeks Vendors to supply energy saving measures in connection with the Direct Install Program. Name of Vendor Entity: Street Address: City: State and Zip Code: New Jersey License Numbers: (Lighting) Participating Vendor Entity s Contact Person Information: Name: Title: Telephone Number: Address: This form must be fully completed and submitted via to DirectInstall@njcleanenergy.com by no later than the date and time listed in the Section IX - Schedule of the Request for Proposals.

10 Attachment B Omitted Intentionally for Vendors

11 Attachment C Pre-Bid Vendor Information Request Form

12 Vendor Information Request Form The undersigned certifies under notarized oath that the information provided herein is true and sufficiently complete and truthful so as not to be misleading. Furnishing incomplete, misleading or false information herein shall result in disqualification or termination. GENERAL INFORMATION Company Legal Name: Company Address: (Street, City, State, ZIP) Contact Person Name: Phone #: Number of Employees By Category: Management Administrative Field Other Company Type: Corporation LLC Partnership Sole Proprietorship DBA Describe geographic area(s) where vendor has supplied equipment during the past 3 years: MANAGEMENT OVERSIGHT Provide below the names, titles, and summary description of the roles/responsibilities and experience of the management personnel who will oversee and assure the satisfactory performance of Direct Install work.

13 Experience: 1. Provide the total number of facilities on which your company has supplied equipment for energy efficiency projects in the past three years; along with, for three of those projects, the following information: project and owner reference names and phone numbers. Total Number of Facilities 1. Project Name Reference Name 2. Project Name Reference Name 3. Project Name Reference Name Phone Number: Phone Number: Phone Number: LEGAL: Since January 1, 2010 has your company or any of its affiliates or principals: 1. Been in default or failed to fully complete scope of work with respect to an awarded contract? 2. Been terminated or otherwise dismissed early from an awarded project under contract? 3. Had any legal or arbitration claims, suits or judgments filed against them? 4. Filed for, declared, been declared bankrupt or insolvent, or been asked to post collateral against a loss? 5. Colluded with other bidders, been disqualified for reasons relating to possible or actual collusion, or failed to furnish a non-collusion affidavit upon request? 6. Have any liens against them or their assets?

14 7. Have all requisite licenses, certifications and qualifications to perform Direct Install work in the State of New Jersey? 8. Has the Offeror or any of its principals been indicted, convicted, of or had a civil judgement rendered against them for: commission of fraud or criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or sub-contract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property? YES NO 9. Have you been barred from providing services to any other utility or state run programs in the United States? YES NO (If you have responded Yes to one or more questions #1-9 above, please provide explanations as a separate attachment) SAFETY: 1. Has your company received a safety citation fine or other safety related disciplinary action within the past four years? if yes, provide the number of such actions and summary details 2. Does your company have a written safety plan? SIGNATURE AND NOTARIZATION: Signature of Individual Completing Form Date Sworn to and subscribed before me, this the day of, 20 Notary Public My Commission Expires:

15 Attachment D Proposed Pricing Sheet

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation 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 information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL 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 information

D. Type of work or services performed:

D. Type of work or services performed: RED+F SUBCONTRACTOR QUALIFICATION QUESTIONNAIRE INFORMATION TO BE FURNISHED BY A CONTRACTOR (Note: The term Contractor also refers to Subcontractors.) All questions on this questionnaire must be answered;

More information

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL 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 information

PROPOSAL REQUEST. Sumner County Sheriff s Office

PROPOSAL 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 information

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE 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 information

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

PROPOSAL 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 information

Invitation to Bid ROBOTIC CAMERA SYSTEM

Invitation 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 information

REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST 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 information

TCL&P Facilities HVAC Improvements (specifications attached)

TCL&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 information

Invitation to Bid BULK MOTOR OIL

Invitation to Bid BULK MOTOR OIL Invitation to Bid 20151020 BULK MOTOR OIL 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 20151020

More information

Invitation to Bid IN-CAR CAMERA S

Invitation 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 information

THE SUMNER COUNTY REGISTER OF DEEDS

THE 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 information

PROPOSAL 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 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 information

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail

Invitation 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 information

PRICE 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 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 information

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums: 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 information

Macomb County Department of Roads

Macomb 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 information

Request for Proposals (RFP)

Request 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 information

PRICE 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 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 information

REQUEST 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 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 information

Cherokee Nation

Cherokee 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 information

Request for Qualifications Number 1470 General Construction Services

Request 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 information

REQUEST FOR BIDS MINOR REPAIRS

REQUEST 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 information

PROPOSAL REQUEST. Bid # CO. CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

PROPOSAL 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 information

REQUEST FOR BIDS MINOR REPAIRS

REQUEST 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 information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

Cherokee Nation

Cherokee 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 information

Invitation to Bid FIRE ALARM MONITORING

Invitation to Bid FIRE ALARM MONITORING Invitation to Bid FIRE ALARM MONITORING 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 FIRE

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

Contractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018

Contractor 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 information

Invitation 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 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 information

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES. PURPOSE AND INTENT OF RULE () The primary purpose of this Rule is to describe the process for developing

More information

PROPOSAL REQUEST BOE-1 Locking Safety Tiles & Accessories Shredded Rubber Playfill Mulch/Chips For Sumner County Schools

PROPOSAL REQUEST BOE-1 Locking Safety Tiles & Accessories Shredded Rubber Playfill Mulch/Chips For Sumner County Schools PROPOSAL REQUEST 20170606-BOE-1 Locking Safety Tiles & Accessories Shredded Rubber Playfill Mulch/Chips For Sumner County Schools SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff

More information

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

REQUEST 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 information

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Housing 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 information

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Van Dyke Public Schools is requesting proposals from Energy Services Companies (ESCOs)

More information

APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects)

APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects) APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects) By virtue of statutory authority, RSMo 34.074, a preference will be given all contracts for the

More information

Gaylord Community Schools Request for Proposal May Core Switch Response Due Date: Thursday, May 26 th, :00 PM

Gaylord 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 information

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP

City 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 information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice 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 information

Madera Unified School District

Madera Unified School District Madera Unified School District Contractor Prequalification Procedures Prequalification Application PREQUALIFICATION PROCEDURES tice is hereby given by Madera Unified School District ( District ) that general

More information

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE SELECTION OF ARCHITECTS. ENGINEERS AND CONSULTANTS (including Underwriters and Financial Advisors) RULES OF THE RHODE ISLAND

More information

PROPOSAL REQUEST SUMNER COUNTY

PROPOSAL REQUEST SUMNER COUNTY PROPOSAL REQUEST Lawn Care & Landscaping For the Sumner County Administration and Archives Buildings SUMNER COUNTY SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid# 50-140207 January,

More information

Cherokee Nation

Cherokee 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 information

Cherokee Nation

Cherokee 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 information

TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR

TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR ONLINE AUCTION SERVICES FOR SURPLUS TOWN PROPERTY SOLICITATION NO. 001-2019 _ ISSUANCE DATE: JANUARY

More information

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019 Bidders Name: Address: City and State: Phone: Fax: E-Mail: TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ 08085 SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

SECTION IV CONTRACT BID NUMBER

SECTION 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 information

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

REQUEST 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 information

REPRESENTATIONS AND CERTIFICATIONS

REPRESENTATIONS AND CERTIFICATIONS REPRESENTATIONS AND CERTIFICATIONS The Offeror identified below certifies to the following facts. The full text of the representations and certifications made below (and referenced to the right of each

More information

Direct Install (DI) Program. Program Guide. Fiscal Year 2018 (7/1/2017 through 6/30/2018)

Direct Install (DI) Program. Program Guide. Fiscal Year 2018 (7/1/2017 through 6/30/2018) Direct Install (DI) Program Program Guide Fiscal Year 2018 (7/1/2017 through 6/30/2018) Table of Contents 1. Overall Program Description... 3 2. Target Market & Eligibility... 3 3. Program Website Link...

More information

NEW JERSEY DEPARTMENT OF TRANSPORTATION PAGE 1 PROPOSAL FOR CONSTRUCTION OF DP NUM BIDDER 3955

NEW JERSEY DEPARTMENT OF TRANSPORTATION PAGE 1 PROPOSAL FOR CONSTRUCTION OF DP NUM BIDDER 3955 NEW JERSEY DEPARTMENT OF TRANSPORTATION PAGE 1 PROPOSAL FOR CONSTRUCTION OF ---------------------------- DP NUM 14437 Maintenance Dredging and Channel Improvements for Spicers and Middle Thorofare Contract

More information

External Website Hosting Services

External Website Hosting Services February 6, 2018 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 External Website Hosting Services L. A. CARE HEALTH PLAN 1055 West Seventh Street,

More information

PRIME CONTRACTOR PREQUALIFICATION APPLICATION

PRIME 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 information

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

Housing 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 information

Healthcare Fraud, Waste, and Abuse Services

Healthcare Fraud, Waste, and Abuse Services January 10, 2018 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 Healthcare Fraud, Waste, and Abuse Services L. A. CARE HEALTH PLAN 1055 West Seventh

More information

PROPOSAL REQUEST. Insect & Pest Control For Sumner County Government Buildings. SUMNER COUNTY GOVERNMENT Gallatin, Tennessee

PROPOSAL REQUEST. Insect & Pest Control For Sumner County Government Buildings. SUMNER COUNTY GOVERNMENT Gallatin, Tennessee PROPOSAL REQUEST Insect & Pest Control For Sumner County Government Buildings SUMNER COUNTY GOVERNMENT Gallatin, Tennessee Bid# 50-08132014 July 2014 Introduction Sumner County Government is hereby requesting

More information

City of Columbia Community Development Department 1225 Lady St., Suite 102 Columbia, SC NOTE: May be printed on agency letterhead

City of Columbia Community Development Department 1225 Lady St., Suite 102 Columbia, SC NOTE: May be printed on agency letterhead City of Columbia Community Development Department 1225 Lady St., Suite 102 Columbia, SC 29201 NOTE: May be printed on agency letterhead Request for Proposal (Consultant Services) RFP Number: RFP-CD01-10115

More information

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

[ ] 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 information

RETAIL ELECTRIC GENERATION SUPPLY SERVICE

RETAIL ELECTRIC GENERATION SUPPLY SERVICE INVITATION TO BID RETAIL ELECTRIC GENERATION SUPPLY SERVICE Tuesday, March 13, 2018 Questions Due Date Tuesday, March 27, 2018 by 2 pm EST Bid Due Date Tuesday, April 10, 2018 by 2 pm EST Auction Date:

More information

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017 2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION PART A 2018 Instructions; Appeals Process PART B 2018 Questionnaire PART C 2018 Questionnaire Scoring PART

More information

PREQUALIFICATION PACKAGE FOR

PREQUALIFICATION PACKAGE FOR PREQUALIFICATION PACKAGE FOR THERMAL ENERGY STORAGE TANK REHABILITATION (REVISED) PROJECT 17-59 Due Date and Location for Submittal: 2:00 pm on Monday, December 18, 2017 City Clerk City of Beverly Hills

More information

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION Construction Purchasing Department 3661 Interstate Park Rd. N., 2 nd Floor Riviera Beach, FL 33404 Phone:

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators

REQUEST 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 information

BAYONNE BOARD OF EDUCATION. Insurance Brokerage Services: Property and Casualty and Workmen s Compensation

BAYONNE BOARD OF EDUCATION. Insurance Brokerage Services: Property and Casualty and Workmen s Compensation BAYONNE BOARD OF EDUCATION REQUEST FOR PROPOSAL FOR: Insurance Brokerage Services: Property and Casualty and Workmen s Compensation RFP No. 2018-12-4-Y Tuesday, December 4, 2018 1:00 p.m. Tom Fogu Acting

More information

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT The OWNER will require supporting evidence regarding Bidder s Qualifications and competency. The Bidder will be required to furnish all of the applicable

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

CHESTERFIELD COUNTY BOARD OF SUPERVISORS Page 1 of 2 AGENDA

CHESTERFIELD COUNTY BOARD OF SUPERVISORS Page 1 of 2 AGENDA BOARD OF SUPERVISORS Page 1 of 2 AGENDA Meeting Date: May 27, 2009 Item Number: 7.B. Subject: Adopt a County Procedure for the Debarment of Vendors and Contractors County Administrator's Comments: County

More information

INVITATION TO BID 285(Rev 7/94) PAGE :

INVITATION TO BID 285(Rev 7/94) PAGE : PAGE : 1 RETURN BID TO : SEALED BID DMB - ACQUISITION SERVICES DUE : 10/16/2007 03:00 PM P O BOX 30026 LANSING, MI, 48909. DATE ISSUED: BID NUMBER: 09/06/07 071I8200005 -------------------------------------

More information

REQUEST FOR BIDS RENOVATION

REQUEST 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 information

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ 08204 (609) 884-3475 REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES Submission Date: Tuesday, November 25, 2014 Time: 11:00 am Purpose:

More information

Pay for Performance Program Partnership Agreement

Pay for Performance Program Partnership Agreement Pay for Performance Program Partnership Agreement Overview The New Jersey Clean Energy Pay for Performance Program ( Program ) is a comprehensive Program that addresses the needs of the Commercial and

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: 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 information

PROPOSAL REQUEST. For COMPUTERS, PRINTERS, MONITORS & SCANNERS. For The

PROPOSAL REQUEST. For COMPUTERS, PRINTERS, MONITORS & SCANNERS. For The PROPOSAL REQUEST For COMPUTERS, PRINTERS, MONITORS & SCANNERS For The SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid# 16-130819 August, 2013

More information

REQUEST 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 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 information

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: RFP No. DPL-CL-1904 Issued: September 25, 2018 Due Date: October 16, 2018 at 2:00 p.m. Page 2 of 11 DPL-CL-1904 The

More information

Invitation to Bid ANNUAL CLEANING CONTRACT GALLATIN PUBLIC LIBRARY

Invitation to Bid ANNUAL CLEANING CONTRACT GALLATIN PUBLIC LIBRARY Invitation to Bid 112415 ANNUAL CLEANING CONTRACT GALLATIN PUBLIC LIBRARY Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport

More information

REQUEST FOR BIDS MODERNIZATION

REQUEST 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 information

Albany Parking Authority 25 Orange Street Albany, NY

Albany Parking Authority 25 Orange Street Albany, NY Albany Parking Authority 25 Orange Street Albany, NY 12207-2224 REQUEST FOR PROPOSALS RFP-2019-01 Investment Services March 15, 2019 BID DUE DATE: April 3, 2019 This RFP has been developed specifically

More information

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REPRESENTATIONS, 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 information

ADDENDUM ACKNOWLEDGEMENT FORM Invitation to Bid (ITB) #DC ITB STATEWIDE FOOD PRODUCTS AND DELIVERY- PRIME VENDOR SERVICES A D D E N D U M #1

ADDENDUM ACKNOWLEDGEMENT FORM Invitation to Bid (ITB) #DC ITB STATEWIDE FOOD PRODUCTS AND DELIVERY- PRIME VENDOR SERVICES A D D E N D U M #1 ADDENDUM ACKNOWLEDGEMENT FORM Invitation to Bid (ITB) # STATEWIDE FOOD PRODUCTS AND DELIVERY- PRIME VENDOR SERVICES A D D E N D U M #1 Department of Corrections 501 South Calhoun Street Tallahassee, FL

More information

REQUEST FOR QUALIFICATIONS FOR PAYROLL AUDITOR

REQUEST FOR QUALIFICATIONS FOR PAYROLL AUDITOR REQUEST FOR QUALIFICATIONS FOR PAYROLL AUDITOR Issued by the Camden County Municipal Joint Insurance Fund Date Issued: September 12, 2018 Responses Due by: October 9, 2018 REQUEST FOR QUALIFICATIONS (RFQ)

More information

2018 Recreation Center Dectron Unit - R22 Refrigerant

2018 Recreation Center Dectron Unit - R22 Refrigerant Request for Proposals Equipment and Supplies March 5, 2018 2018 Recreation Center Dectron Unit - R22 Refrigerant Proposals Due: Thursday, March 15, 2018, 2:00pm Dan Voss Park District of Highland Park

More information

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS (RFP) CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP") May 12, 2017 CHARLOTTE PUBLIC SCHOOLS A. Instructions REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES PART

More information

REQUEST 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. 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 information

Invitation to Bid WASHERS FOR CRIMINAL JUSTICE CENTER SUMNER COUNTY GOVERNMENT

Invitation to Bid WASHERS FOR CRIMINAL JUSTICE CENTER SUMNER COUNTY GOVERNMENT Invitation to Bid WASHERS FOR CRIMINAL JUSTICE CENTER SUMNER COUNTY GOVERNMENT Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport

More information

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE 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 information

Application for Oregon Worker Leasing License Please refer to Oregon Administrative Rules (OAR) and through

Application for Oregon Worker Leasing License Please refer to Oregon Administrative Rules (OAR) and through Workers Compensation Division Application Fee: Upon application approval and before a license is issued, an application fee of $2,050 will be due. The license fee is for a two-year period. The Workers

More information

BID REQUIREMENTS INVITATION TO BID #C19-14

BID REQUIREMENTS INVITATION TO BID #C19-14 BID REQUIREMENTS INVITATION TO BID #C19-14 The Board of Public Education for the City of Savannah and the County of Chatham, the body corporate responsible for public education in the city of Savannah

More information

Beaumont Independent School District

Beaumont Independent School District Vendor Application Form Instructions: 1. The application form should be completed and signed by an authorized representative of the vendor. 2. The application should be submitted (as noted below) with

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

COUNTY COLLEGE OF MORRIS Business and Finance Division Procedures

COUNTY COLLEGE OF MORRIS Business and Finance Division Procedures Subject: COUNTY COLLEGE OF MORRIS Business and Finance Division Procedures PURCHASING OF GOODS AND SERVICES, CONFLICT OF INTEREST Page: 09.11.01 Date: Rev. 10/9/17 General As a public institution, the

More information

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org September 11, 2012 Ladies and Gentlemen: The City of Peachtree City will

More information

GENERAL CONTRACTOR CERTIFICATION AND QUESTIONNAIRE

GENERAL CONTRACTOR CERTIFICATION AND QUESTIONNAIRE GENERAL CONTRACTOR CERTIFICATION AND QUESTIONNAIRE All General Contractors that are involved with DSHA financed projects and/or receiving Low Income Housing Tax Credits (LIHTC) must be approved by DSHA.

More information

Request for Proposals: Environmental Site Assessment for Single Property

Request for Proposals: Environmental Site Assessment for Single Property OBDD RFP No. C2019048 Request for Proposals: Environmental Site Assessment for Single Property Proposal due date: January 29, 2019 at 3:00 p.m. Pacific Time 1.0 SOLICITATION INFORMATION AND REQUIREMENTS

More information

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals

More information