Macomb County Department of Roads

Size: px
Start display at page:

Download "Macomb County Department of Roads"

Transcription

1 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 from firms to provide staff and expertise to operate the Traffic Operations Center for up to 3 fiscal years October 1, 2017 through September 30, 2020, pending the availability of funding. Annual fiscal year project contracts will be required. This advertisement and quality based selection process may be used as the basis for selecting and awarding annual operations contracts for up to a 3 year period. MCDR reserves the right to re-advertise for RFQ s more often or for each project year. Personnel will perform work at the Traffic Operations Center in the MCDR Administration Building as well as traffic signal locations throughout the county. Qualification Statements will be scored and ranked based on the quality of the proposed service. The score sheet that will be used for the quality based evaluation is included herein. PROJECT INFORMATION: Projected annual fiscal year contract budgets are as follows: $2,500, $2,500, $2,500,000 MCDR is not providing a detailed scope of work as we are seeking for firms to demonstrate their knowledge and expertise of our existing operations as well as what is required to provide a service to fully operate a traffic operations center. The Selection process will be based on the Brooks Act: Federal Government Selection of Architects and Engineers; Public Law nd Congress, H.R October 27, Firms may be contacted to schedule a presentation following the submittal of RFQ s. Following the completion of the RFQ review, MCDR will contact the top ranked firm to submit a cost proposal. The cost proposal should be submitted upon request of MCDR after ranking has been completed as cost is not to be a part of the quality based ranking process. MCDR will begin negotiations with the selected firm and prepare a contract to be submitted to the Michigan Department of Transportation (MDOT) for review and approval.

2 RFQ:Traffic Signal Operations Services PRICES OR RATE SCHEDULES WILL NOT BE CONSIDERED IN THIS SELECTION PROCESS. QUALIFICATION STATEMENTS SUBMITTED WITH PRICES OR RATE SCHEDULES WILL BE REJECTED. This is an MDOT force account project. Any hours billed are to be by personnel working on-site at the MCDR Traffic Operations Center or at traffic signal locations within the county. Billable hours are for personnel involved with the active daily operations of the center and traffic signal system. The MCDR reserves the right to reject any or all of the Qualification Statements received and re-solicit engineering services at its sole discretion. The MCDR will not pay for the information solicited, or any costs incurred by consultants submitting Qualification Statements or presentations. Submit questions via to the MCDR Project Manager: no later than 11:00 AM Monday May 22, All questions and responses will be distributed via to all parties who have requested the RFQ. Proposals are due by 3:00 PM on Friday, June 02, Submit Qualification Statements in BOTH PDF format via and hard copy to the MCDR Director of Traffic & Operations: John Abraham, PhD, PE 117 S Groesbeck Highway Mount Clemens, MI jabraham@rcmcweb.org QUALIFICATION STATEMENT EVALUATION: The statements will be evaluated on the basis of demonstrated competence and qualification for the type of service required, based on the evaluation factors set forth in this RFQ. For the purpose of conducting discussions, statements may initially be classified as: 1. Acceptable, 2. Potentially acceptable, that is, reasonably assured of being made acceptable, or 3. Unacceptable (Respondent will be notified promptly if the statement is deemed unacceptable). Deficiencies in any critical areas regardless of overall evaluation ranking may be grounds for rejection of the statement. Qualification Statements and any requested presentations will be evaluated by a panel comprised of MCDR employees. 2

3 RFQ:Traffic Signal Operations Services CONTRACT TERM: The MCDR will enter into a contract with the selected firm to begin October 1, 2017 and expire at the end of the MCDR fiscal year, September 30, A contract may be offered for each of the 2 subsequent fiscal years based on funding availability and the selection process and documentation received from this advertisement. MCDR RESPONSIBILITIES: MCDR project manager will provide program oversight, guidance, and feedback. Provide a workspace in an office environment complete with desk, chair, computer, and telephone. PAYMENT SCHEDULE: Compensation for this Scope of Services shall be on an actual cost plus fixed fee basis. The maximum allowable fixed fee for profit for this project is 11.0% of the cost of direct labor and overhead. CONSULTANT PAYMENT: All invoices for services must be directed to the MCDR and follow the current MDOT "Professional Engineering Service Reimbursement Guidelines for Bureau of Highways." The latest copy is available on the MDOT Bulletin Board System. This document contains instructions and forms that must be followed and used for invoicing; payment may be delayed or decreased if the instructions are not followed. All invoices must be submitted monthly within 14 calendar days of the last date of services being performed for that invoice. The only hours that will be considered allowable charges for this contract are those that are directly attributable to the activities as part of the services rendered. 3

4 RFQ:Traffic Signal Operations Services INSURANCE REGULATIONS: The contracted agency shall not commence work until the MCDR has received the certificate of insurance required under this paragraph. All insurance carriers must be acceptable to the MCDR, licensed and admitted to do business in the State of Michigan and possess an AM Best s rating of not less than A-. The contracted agency shall provide a new certificate of insurance to the MCDR Project Manager each year at the time of policy renewal. Failure to maintain the required insurance shall be grounds for contract termination. 1. Workers' Compensation: During the life of this contract, the contracted agency shall procure, maintain and submit evidence of coverage for Workers' Compensation Insurance, including employers Liability Coverage, in accordance with all applicable statutes of the State of Michigan. 2. Cancellation Notice: Workers' Compensation Insurance, as described above, shall include an endorsement stating the following: It is understood and agreed that Thirty (30) days Advance Written Notice of Cancellation, Non-Renewal, Reduction and/or Material Change shall be sent to the Project Engineer. 3. If any of the above coverages expire during the term of the contract, the contracted agency shall deliver renewal certificates and/or policies to the MCDR Project Engineer at least ten (10) days prior to the expiration date. 4

5 CERTIFICATE OF INSURANCE FOR CONSTRUCTION AND RECONSTRUCTION PROJECTS NOTE: INSURANCE COMPANY MUST BE LICENSED IN THE STATE OF MICHIGAN The subscribing insurance company certifies to the Macomb County Department of Roads that insurance of the kinds and types and for limits of liability covering the work herein designated, has been procured by and furnished on behalf of the insured contractor named in item one (1). 1. NAME OF INSURED: Company Name ADDRESS OF INSURED: 2. LOCATION and DESCRIPTION OF WORK Street Address City, State, Zip Code Project Name 3. Type of Insurance (indicate policy amount if other than Minimum Limits shown*) A. Comprehensive General Liability including coverage for Contractual Liability Insurance, Completed Operations and/or Product Liability, X, C, and U. B. Comprehensive Auto Liability Insurance including coverage for owned, hired and non-owned vehicles. C. Owners & Contractors Protective Public Liability & Property Damage Insurance. D. Workmen s Compensation. E. Umbrella or Excess Liability. TYPE POLICY EFFECTIVE EXPIRATION EACH NUMBER DATE DATE COVERAGE OCCURANCE AGGREGATE A. B.I. & P.D. 1,000,000 2,000,000.* B. Combined Single Limit $1,000,000* C. B.I. & P.D. $1,500,000.* $3,000,000* Named Insured for (C) shall include the following: Macomb County Department of Roads (Furnish three (3) copies of policy with this certificate) MI STATUTORY D. Coverage A Compensation $500,000.* Coverage B Employer s Liability $500,000./$500,00.*/$500,00.* E. $2,000,000.* $2,000,000.* Named Insured for (C) shall include the following: MACOMB COUNTY DEPARTMENT OF ROADS AND ITS EMPLOYEES, ELECTED AND APPOINTED OFFICIALS, AND ALL CITIES, TOWNSHIPS IN MACOMB COUNTY. SUCH COVERAGE SHALL BE PRIMARY. Certificate holder is scheduled as additional insured with regards to GL coverages. The coverage herein certified is written in accordance with the company s regular policies and endorsement, subject to the company s applicable manual of rules and rates, except: (A) (B) (C) The insurance shall not be subject to the usual X explosion, C collapse, or U underground property damage exclusions. In the event of cancellation or reduction in coverage by the Insurance Company, 30 days prior written notice shall be given the Macomb County Department of Roads. The Subscribing Company and the insured contractor agrees to give 30 day prior written notice to the Macomb County Department of Roads in the event the contractor cancels or reduces the coverage of any insurance certified above. NAME OF COMPANY DATE: BY: Authorized Representative 5

6

7 Appendix: Forms

8 FORMS INSTRUCTIONS All Proposals must be submitted on the forms provided, properly executed and with all items filled out in ink or typed. Do not change or add words to the forms. Unauthorized conditions, limitations, or provisions on or attached to the forms may be cause for rejection of the proposal. Any Bidder information that is altered by erasure or by inter-lineation prior to submittal must be initialed and explained by notation above the signature of the Bidder. LIST The following is a list of forms that are to be completed and returned: County Vendor Disclosure Form... Page 2 Non-Collusion Affidavit Page 4 General Information Page 5 Work References Page 6 Iran Economic Sanction Act..... Page 7 Federal E-Verify Program Page 8 Vendor Certification Debarment.. Page 9 1 of 9

9 County of Macomb, Michigan VENDOR DISCLOSURE FORM The Macomb County ethics ordinance requires vendors of the County to complete and file a disclosure statement, the purpose of which is to disclose any financial relationships or other conflicts of interest that may exist between vendors and employees or elected officials (or their appointees) of the County. Once filed, the disclosure form does not need to be updated unless there is a change in circumstance that would cause the answer to any of the questions to change, at which time an amended disclosure form must be filed. Filing of the disclosure form is considered a condition of payment. PLEASE RETURN THE COMPLETED FORM TO: Macomb County Purchasing Department ATTN: Vendor Disclosure/Shannon Marino 120 North Main Street Mount Clemens, MI VENDOR NAME: 1. Does the vendor currently employ a relative of any employee, elected official or appointee of an elected official of Macomb County? Relative is defined as husband or wife, father or mother, son or daughter, brother or sister, uncle or aunt, first cousin, nephew or niece, great uncle or great aunt, grandfather or grandmother, grandson or granddaughter, father-in-law or mother-in-law, son-in-law or daughter-in-law, brother-in-law or sister-in-law, stepfather or stepmother, stepson or stepdaughter, stepbrother or stepsister, half-brother or half-sister, the parents or grandparents of the individual s fiancée. YES NO If yes, please answer the following: A. Name of County employee or elected official (or appointee): B. County Position/Title: County Department or C. Agency: 2. Does any employee or elected official of Macomb County have an interest in the vendor organization in any of the following capacities, either compensated or non-compensated: director, officer, partner, beneficiary, trustee, member, employee or contractor. YES NO If yes, please answer the following: A. Name of County employee or elected official (or appointee): B. County Position/Title: C. County Department or Agency: D. Position/Title with Vendor: 2 of 9

10 3. Does any current employee or elected official of Macomb County have legal or beneficial ownership of 10% or more of the outstanding stock of the vendor organization? YES NO If yes, please answer the following: A. Name of County employee or elected official (or appointee): B. County Position/Title: C. County Department or Agency: % of Ownership of Vendor D. Organization: 4. In the last five calendar years, has the vendor failed to perform or otherwise deliver on the terms of a contract or agreement with Macomb County, or any other public entity, including suspensions or debarments? YES NO If yes, please provide further explanation: I hereby certify that the information included on this form is complete, true and accurate to the best of my knowledge and belief. I understand that either myself or the organization to which this form applies may be subject to sanctions and/or penalties as set forth in the ethics ordinance if any information has been falsified or omitted. Name (Please Print) Title Signature Date 3 of 9

11 NON-COLLUSION AFFIDAVIT STATE OF ) ) ss COUNTY OF ), being first duly sworn, deposes and says that he/she is authorized on behalf of (Proposer Name) who is making the foregoing proposal(s) that: 1) Such proposals are genuine and not collusive or a sham. 2) This Proposer has not colluded, conspired, connived or agreed, directly or indirectly, with any other Proposer or person to submit a proposal which is a sham. 3) This Proposer 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. 4) This Proposer has not attempted to secure any advantage against any other Proposers through collusion with any other Proposer or employees or representative of the County. 5) That the proposals submitted are true and accurate to the best of my knowledge and belief and are made in good faith. 6) This Proposer has not directly or indirectly submitted or disclosed its proposal or its contents or divulged information or data relative thereto to any association or to any member or agent of any other Proposer to this proposal. Further, Affiant sayeth not. Subscribed and sworn to before me this day of, 20. Notary Public County of, State of My Commission Expires: PROPOSER: THIS AFFIDAVIT MUST BE COMPLETED, SIGNED, NOTARIZED AND AND INCLUDED IN YOUR PROPOSAL SUBMISSION 4 of 9

12 GENERAL INFORMATION In further description of this Proposal, we desire to submit sheets marked as follows: Proposing under the name of: DUNS Number: Federal Employer Identification Number: which is (check one of the following): ( ) Corporation, incorporated under the laws of the State of: ( ) Partnership, consisting of (list partners): ( ) Assumed Name (Register No.) ( ) Individual AUTHORIZED SIGNATURE: Printed or typed signature: Title: Address: City, State: Date: Telephone Number: Fax Number: *************************************************************************************************************** 5 of 9

13 WORK REFERENCES PROPOSER S COMPANY NAME Please list at least three (3) companies or public agencies for which you have done similar work. Macomb County reserves the right to reject low Proposals for poor past performance or inadequate references. NAME OF COMPANY CONTACT PERSON ADDRESS TELEPHONE NO. NAME OF COMPANY CONTACT PERSON ADDRESS TELEPHONE NO. NAME OF COMPANY CONTACT PERSON ADDRESS TELEPHONE NO. NAME OF COMPANY CONTACT PERSON ADDRESS TELEPHONE NO. 6 of 9

14 CERTIFICATION OF COMPLIANCE IRAN ECONOMIC SANCTIONS ACT Michigan Public Act No. 517 of 2012 The undersigned, the owner or authorized officer of the below-named Proposer, hereby certifies, represents and warrants that the Proposer, including its officers, directors and employees, is not an Iran linked business within the meaning of the Iran Economic Sanctions Act, Michigan Public Act No. 517 of 2012 (the Act ), and that in the event Proposer is awarded a contract, the Proposer will not become an Iran linked business at any time during the course of performing any services under the contract. PROPOSER: Name of Proposer By: Its: Date: 7 of 9

15 FEDERAL E-VERIFY PROGRAM The Macomb County Board of Commissioners has established a policy regarding the Federal E- Verify Program. This policy states that future contracts (including both new and reviewing contracts) between Macomb County and contractors and vendors who provide services in excess of twenty-thousand dollars ($20,000) shall require the contractors and vendors to register with, participate in, and utilize the E-Verify Program (or any successor program implemented by the federal Department of Homeland Security and Social Security Administration) when hiring their employees and require the County s Human Resources Department to utilize the E-Verify Program (or any successor program implemented by the federal Department of Homeland Security and Social Security Administration) when hiring new employees. For more information about E-Verify, go to Click on the E-Verify icon on the bottom left-hand corner of page. ACKNOWLEDGMENT OF MACOMB COUNTY S POLICY REQUIRING PARTICIPATION IN THE FEDERAL E-VERIFY PROGRAM AND CERTIFICATION OF COMPLIANCE The undersigned hereby acknowledges receipt of a copy of the policy of the Macomb County Board of Commissioners requiring contractors, including those providing professional services, who provide services in excess of $20,000 a year to the County to register and participate in the Federal E-Verify Program. The undersigned hereby certifies that (he/she/it) will comply with this policy and will register with, participate in and utilize the E-Verify Program or any successor program implemented by the Federal Department of Homeland Security and Social Security Administration when hiring employees. DATED: Authorized Signature Printed or Typed Signature Name of Company 8 of 9

16 COUNTY OF MACOMB VENDOR CERTIFICATION DEBARMENT All information requested in this section must be completed and the document notarized. Any information omitted, or erroneously reported, may result in disqualification for current or future bidding and supply on behalf of the County of Macomb. The undersigned warrants and presents that they have full complete authority to make representations for and on behalf of the undersigned company and that their representations are fully binding upon the undersigned company. 1. The undersigned are not presently debarred, suspended, proposed for debarment, declared ineligible, or excluded from transactions by any federal department or agency, or any state, county or local municipality, department or agency. 2. The undersigned has not within a three (3) year period preceding this bid been convicted of, or had a civil judgment rendered against them for the commission of fraud, a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction, or a contract 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. The undersigned are not presently indicted for or otherwise criminally or civilly charged by any governmental entity (federal, state or local) with commission of any of the offenses set forth in paragraph The undersigned have not within a three (3) year period preceding this bid, had one or more public transactions (federal, state or local) terminated or attempted to be terminated for cause or default. IF THE APPLICANT IS UNABLE TO CERTIFY TO ANY OF THE STATEMENTS IN THIS CERTIFICATION, CERTIFICATION AND EXPLANATION SHALL BE ATTACHED AND PRESENTED WITH THIS CERTIFICATION. THE UNDERSIGNED CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED MADE ON BEHALF OF THE UNDERSIGNED BIDDER. Bidder: Bidder Address: Applicant/Bidder Representative: Signature: (Print full name) Subscribed and sworn to before me this day of, 20. Notary Public County of, State of My Commission expires: 9 of 9

MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR PROPOSAL

MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR PROPOSAL MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR PROPOSAL Proposal Item: 05-19 Proposal Title: Notice to Subcontractors Colasanti Construction Service, Inc. is the Construction Manager for the construction

More information

ADDENDUM # 1 ITB For: One (1) Year s Requirements of Galvanized Steel Sign Posts

ADDENDUM # 1 ITB For: One (1) Year s Requirements of Galvanized Steel Sign Posts ADDENDUM # 1 ITB- 16-01 For: One (1) Year s Requirements of Galvanized Steel Sign Posts Question: How many posts are usually ordered at 1 time? Answer: Quantities for orders of posts have been between

More information

ADDENDUM # 1 ITB For: One (1) Year s Requirements of Limestone Various State Specifications

ADDENDUM # 1 ITB For: One (1) Year s Requirements of Limestone Various State Specifications ADDENDUM # 1 ITB- 49-15 For: Gradation Test Result Report must be received by Macomb County Department of Roads for all materials received per purchase order. This report must be sent prior to delivery.

More information

BID ITEM One (1) Year s Requirements of Gravel, Slag & Crushed Concrete Release and Delivery as Required, August 1, 2018 July 31, 2019

BID ITEM One (1) Year s Requirements of Gravel, Slag & Crushed Concrete Release and Delivery as Required, August 1, 2018 July 31, 2019 MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR BID BID ITEM NO. : 18-46 BID TITLE: REQUEST FOR BID The Macomb County Purchasing Department will be receiving sealed bids for one (1) year s requirements

More information

MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL

MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR PROPOSAL PROPOSAL ITEM NO. : 79-16 PROPOSAL TITLE: Two (2) Year Alarm Monitoring and Maintenance Contract REQUEST FOR PROPOSAL The Macomb County Purchasing

More information

ADDENDUM # 1 RFP For: Tree and Stump Removal Program

ADDENDUM # 1 RFP For: Tree and Stump Removal Program ADDENDUM # 1 RFP- 69-16 For: Tree and Stump Removal Program Following are questions received regarding Bid 69-16: Question Regarding the requirements for bidding purposes a Contractors license if required

More information

MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR BID REQUEST FOR BID

MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR BID REQUEST FOR BID MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR BID BID ITEM NO. : 18-04 BID TITLE: REQUEST FOR BID The Macomb County Purchasing Department will be receiving sealed bids for one (1) Coats brand GTS-70

More information

MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL

MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR PROPOSAL BID ITEM NO. : 25-14 BID TITLE: Up-Blast Roof Ventilator Replacement REQUEST FOR PROPOSAL The Macomb County Purchasing Department will be receiving

More information

Macomb County Finance Department

Macomb County Finance Department Macomb County Finance Department Purchasing Division October 2, 2017 To: From: All Bidders Polly A. Helzer, Purchasing Manager Subject: Addendum No. 1 Bid Item: RFP 56-17 One (1) Year s Requirements of

More information

MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR BID. 5-Foot Underbody Blades, 6-Foot Grader Blades and 9-Foot Wing Plow Blades REQUEST FOR BID

MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR BID. 5-Foot Underbody Blades, 6-Foot Grader Blades and 9-Foot Wing Plow Blades REQUEST FOR BID MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR BID BID ITEM NO. : 18-54 BID TITLE: 5-Foot Underbody Blades, 6-Foot Grader Blades and 9-Foot Wing Plow Blades REQUEST FOR BID The Macomb County Purchasing

More information

ADDENDUM # 1 RFP

ADDENDUM # 1 RFP ADDENDUM # 1 RFP- 18-21 For: New Haven Service Center Tile Floor Project Following are items discussed during the Pre-bid Meeting of 3/14/18: Bid Bond is required Performance Bond is not required Prevailing

More information

ADDENDUM # 1 RFP

ADDENDUM # 1 RFP ADDENDUM # 1 RFP- 18-57 For: One Year s Requirements of Tires and Recapping On page 24 of the bid document s pricing page under Truck Tires please note the following change, as the one listed on the bid

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

ADDENDUM # 2. RFP For: Two Year Alarm Monitoring and Maintenance Contract

ADDENDUM # 2. RFP For: Two Year Alarm Monitoring and Maintenance Contract ADDENDUM # 2 RFP- 79-16 For: Two Year Alarm Monitoring and Maintenance Contract Following are questions received regarding Bid 79-16: Question Do the fire alarms have separate control panels and what manufacturer/model

More information

Page 13 of the original bid document should be replaced with the attached revised page 13; which adds the following to the bottom of the page:

Page 13 of the original bid document should be replaced with the attached revised page 13; which adds the following to the bottom of the page: ~(lj\ ~.. < 11"''''''' Mark A. HIckel County E.ecutive ADDENDUM # 1 RFB-11-17 For: One (1) Year's Requirements of Guardrail Materials Page 13 of the original bid document should be replaced with the attached

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

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

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

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

The Housing Authority of the Township of Middletown

The Housing Authority of the Township of Middletown The Housing Authority of the Township of Middletown 2 Oakdale Drive, Middletown, NJ 07748 Telephone: (732) 671-2990 Fax: (732) 671-4828 Susan Thomas, Executive Director Request for Proposals Special RAD

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

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

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

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

Request 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 information

MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR BID. Communication Cable Analyzer per Specifications Fluke DSX- 5000QOi or Approved Equal

MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR BID. Communication Cable Analyzer per Specifications Fluke DSX- 5000QOi or Approved Equal MACOMB COUNTY PURCHASING DEPARTMENT REQUEST FOR BID BID ITEM NO. : 25-15 BID TITLE: Communication Cable Analyzer per Specifications Fluke DSX- 5000QOi or Approved Equal REQUEST FOR BID The Macomb County

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

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

Attachment A Required Submission Documents BIDDER INFORMATION

Attachment A Required Submission Documents BIDDER INFORMATION Company Name: BIDDER INFORMATION Company Address: Authorized By (typed or printed name): Title: Authorized Signature: Date: Telephone Number: Fax Number : Email Address: Company s Web Page: Remit to Name:

More information

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company 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

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

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

AGREEMENT 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 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

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

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

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

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

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

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

More information

STATE OFFICIALS AND EMPLOYEES ETHICS ACT (5 ILCS 430/1-1 ET SEQ.) Selected Sections from the Act

STATE OFFICIALS AND EMPLOYEES ETHICS ACT (5 ILCS 430/1-1 ET SEQ.) Selected Sections from the Act STATE OFFICIALS AND EMPLOYEES ETHICS ACT (5 ILCS 430/1-1 ET SEQ.) Selected Sections from the Act Selected sections of the Act have been attached for your reference. They are difficult to interpret as worded,

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

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 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

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services OXNARD UNION HIGH SCHOOL DISTRICT Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services The Oxnard Union High School District ( District ) is seeking Statements of Qualifications

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

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

FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL SERVICES FOR CALENDAR YEAR 2019 ISSUE DATE: 9, 2018 DUE DATE:

FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL SERVICES FOR CALENDAR YEAR 2019 ISSUE DATE: 9, 2018 DUE DATE: NOTE: The will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request for Qualifications.

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

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]

AGREEMENT 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 information

Tax Credit Consultant

Tax Credit Consultant Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson MARY FOLEY Vice-Chairperson YOLANDA ANN COMMARATO

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 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

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

NORTH CAROLINA CONNECTIONS ACADEMY. ( NCCA Financial Services )

NORTH CAROLINA CONNECTIONS ACADEMY. ( NCCA Financial Services ) NORTH CAROLINA CONNECTIONS ACADEMY REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL SERVICES ( NCCA Financial Services ) SECTION 1: GENERAL INFORMATION 1.1 Background The North Carolina Connections Academy is

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

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

REQUEST 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 information

BERRIEN COUNTY ROAD DEPARTMENT

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR HOT MELT CRACK FILLER MATERIAL 1 1. Quantity: Material to be supplied in 30 (+/-) pound blocks. Quantity required is approximately 45,000 pounds (one full truck load). There

More information

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST. LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ 18-067 For CONSULTANT SERVICES GATEWAY GREEN LIGHT (GGL) PHASE 4 PE CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MISSOURI St. Charles County is

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

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 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

December 13, Dear Vendors: Reference: RFQ No. FY Subject: Annual Shipping Services

December 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 information

REQUEST 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 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 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

MACOMB COUNTY DEPARTMENT OF ROADS

MACOMB COUNTY DEPARTMENT OF ROADS MACOMB COUNTY DEPARTMENT OF ROADS RFP#-11-02 Issue Date: March 10, 2011 DIRECTOR OF ROADS FINANCE DIRECTOR PURCHASING DIRECTOR Robert Hoepfner, P.E. Michelle M Mykytiak JoAnna K. Strizic Request for Proposal:

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS 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 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 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

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

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:

More information

WORKFORCE CENTRAL FLORIDA REQUEST FOR QUALIFICATIONS BROKER SERVICES. ISSUE DATE: December 16, 2013

WORKFORCE CENTRAL FLORIDA REQUEST FOR QUALIFICATIONS BROKER SERVICES. ISSUE DATE: December 16, 2013 @ WORKFORCE CENTRAL FLORIDA REQUEST FOR QUALIFICATIONS BROKER SERVICES ISSUE DATE: December 16, 2013 PROPOSAL SUBMISSION DEADLINE: January 13, 2014, 5:00pm (ET) VENDOR SELECTION: January 21, 2014 (Planned)

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

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

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS JANUARY 23, 2019 11:00 A.M. ADDRESS ALL PROPOSALS TO: TOWNSHIP ADMINISTRATOR

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

AMENDMENT TO PEST CONTROL SERVICES, RFP # 17-SFY-10

AMENDMENT TO PEST CONTROL SERVICES, RFP # 17-SFY-10 AMENDMENT TO PEST CONTROL SERVICES, RFP # 17-SFY-10 The following sections of the Pest Control Services Request for Proposals, RFP # 17-SFY-10, have been modified, as identified in red. Except for those

More information

REQUEST FOR PROPOSAL #18-27 RETIREMENT 457 PLAN PROVIDER

REQUEST 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 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

2. Attachment Fourteen (14) Title III Alzheimer s Education (Core) has been amended & updated to add the following language: Core Telephone Helpline:

2. Attachment Fourteen (14) Title III Alzheimer s Education (Core) has been amended & updated to add the following language: Core Telephone Helpline: Date: April 17, 2019 Addendum Number: Two RFP Number: 002-19 RFP Title: Title III of the Older Americans Act, NSIP, Senior Community State Subsidy, and Alzheimer s Respite The purpose of this addendum

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

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

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

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

C17FT RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE

C17FT RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE 2017-0017.07 C17FT101957232 RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE PART 3 - ATTACHMENTS ATTACHMENT A: ATTACHMENT B: ATTACHMENT C: ATTACHMENT D: ATTACHMENT E: ATTACHMENT F: ATTACHMENT

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

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

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals ( RFP ) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a solicitation

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

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

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

TAX APPEAL COUNSEL 2019 RFQ # MC-RFQ

TAX APPEAL COUNSEL 2019 RFQ # MC-RFQ REQUEST FOR QUALIFICATIONS TOWNSHIP OF FRANKLIN, SOMERSET COUNTY FOR THE PROVISION OF LEGAL SERVICES TAX APPEAL COUNSEL 2019 RFQ # MC-RFQ-0010-19 ISSUE DATE: November 9, 2018 DUE DATE: December 7, 2018

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

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

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

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

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER

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

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

RETIREE HEALTH BENEFITS TRUST

RETIREE HEALTH BENEFITS TRUST RETIREE HEALTH BENEFITS TRUST Request for Qualifications and Proposals (RFQ/P) #566 for Legal Services - Retiree Benefits Trust Fund Program REQUEST FOR QUALIFICATIONS and PROPOSALS (RFQ/P) #566 for Legal

More information

City 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, 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 information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information