Children s Restrooms (Two Restrooms) Restrooms must meet federal, state and local codes for children ages two to four years old.

Size: px
Start display at page:

Download "Children s Restrooms (Two Restrooms) Restrooms must meet federal, state and local codes for children ages two to four years old."

Transcription

1 February 9, 2016 Re: Revised Request for Proposal for Renovation of School Building Dear Vendor: Telamon Corporation Georgia Migrant & Seasonal Head Start (Telamon) is a private nonprofit organization that provides Head Start services to the children of migrant and seasonal farm workers. Telamon provides direct Head Start services in Georgia. Telamon seeks competitive proposals for the renovation of a school building in Echols County to be used for Head Start. The work generally includes (with the exception of theatre and adjoining rooms): Flooring 1. Remove and dispose of old carpet and base boards in the following areas: a. Main corridors b. Classrooms 110, 112, 114, 116 and two classrooms on short hall. 2. Clean and prep floor for installation of vinyl planks. 3. Install SMARTCORE by Natural Floors 12-Piece 5-in x 48-in Rustic Locking Hickory Luxury Commercial Vinyl Planks or an equivalent product. 4. Install FLEXCO 4-in W x 120 FT L Black Dahlia Vinyl Standard Wall Base or an equivalent product. 5. Install thresholds. Plumbing Children s Restrooms (Two Restrooms) Restrooms must meet federal, state and local codes for children ages two to four years old. Toilets 1. Remove and dispose of adult sized toilets in the two children s restrooms. A total of 10 toilets. 2. Repair or replace damaged flanges. 3. Repair floor if damaged. Flooring must match the type and color tile that s currently installed.

2 4. Install ten American Standard Baby Devoro Children s Height White 10-in Rough-In Pressure Assist Round Toilet Bowl in each stall in the children s restrooms (one toilet/stall) or an equivalent product. 5. Install round front toilet seats to each toilet. Sinks 6. Remove and dispose of old sinks. 7. Reroute water and waste lines, if necessary. Sinks must be appropriate number of inches from the floor as required for 2-4 year olds. 8. Mount AquaSource Chrome 2-Handle 4-in Centerset WaterSense Bathroom Faucet with Drain or equivalent product to sinks prior to hanging. 9. Hang AquaSource White Wall-Mount Square Bathroom Sink with Overflow sinks or equivalent product. Ensure sink is secure. Urinals 10. Lower two existing urinals in boy s restroom to meet the code for boys ages 2-4 years old. 11. Install adequate support framing for the wall hangers as needed. 12. Install one American Standard in W x in H White Wall-Mounted Watersense Urinal or equivalent product next to two existing urinals. 13. Replace tiles that were damages as a result of relocating the urinals with comparable tiles. Adult Restrooms (Three Restrooms) - Restrooms must meet federal, state and local codes. Toilets 1. Remove and dispose of three adult sized toilets that are badly stained in three adult restrooms in the following areas: HC Toilet; between two classrooms on short hall; Room Repair or replace damaged flanges. 3. Repair floor if damaged. Flooring must match the type and color tile that s currently installed. 4. Install AquaSource White 1.28 GPF (4.85 LPF) 12 Rough-In Water Sense Elongated 2- Piece Comfort Height. Sinks 1. Remove and dispose of old sinks in the restrooms between the two classrooms and room Mount AquaSource Chrome 2-Handle 4-in Centerset WaterSense Bathroom Faucet with Drain or equivalent product to sinks prior to hanging. 3. Hang AquaSource White Wall-Mount Square Bathroom Sink with Overflow sinks or equivalent product. Ensure sink is secure.

3 Heating and Air 1. Check the HVAC units outside of the following classrooms/offices in the Auditorium Building: 104, 110, 112, 114, Check all HVAC units in the existing historic building. 3. Determine if units can be repaired or need to be replaced. 4. Provide report for each unit. Painting Interior 1. Drape any furniture in the room with drop cloths. 2. Remove base boards and scrape away glue. 3. Fill in nail holes and repair any cracks, holes or imperfections in the drywall. 4. Apply primer to all walls, if necessary. 5. Apply 2 coats of Sherwin Williams washable, commercial grade interior paint, Super Paint, color SW7516 or equivalent product, to the following areas: a. Corridors b. Rooms 109, 111, 113, 115, 110, 112, 114, 116 in the Auditorium building and 105 and room next to it in historic part of building. 6. Apply 2 coats of Sherwin Williams washable, commercial grade paint, Super Paint, color SW7036 or equivalent product to the offices in the historic building. a. Rooms 103, 110, 111, 118, 116, 117, 120, 121, 122 Exterior 1. Pressure wash back painted areas of entrance to Auditorium building and front entrance of historic building. 2. Scrape chipped paint. 3. Repair any cracks, holes or imperfections. 4. Apply primer, if necessary. 5. Apply 2 coats of Sherwin Williams mid-grade commercial exterior paint or equivalent product. Repaint the space in white. Fencing 1. Install 5 fence, 200, on right side of ramp to block access to HVAC units. 2. Install gate near walkway to access HVAC area.

4 3. Install 5 around grassy area to the right of historic building. Fence needs to be 90 from roadway. General 1. Replace three damaged mini blinds. One in room 205. Two in room Replace missing window in classroom Repair broken window in classroom Post construction cleaning and preparation of the premises for occupation. This work will occur between February 24, 2016 and substantial completion goal of April 24, Telamon will accept proposals until February 18, 2016 at 4:00 P.M. Proposals shall be ed to thall@telamon.org with the subject line: ECHOLS COUNTY RENOVATIONS. If you have any questions, please do not hesitate to call me at Sincerely, Tarsha Hall State Head Start Director

5 REQUEST FOR PROPOSAL FOR THE RENOVATION OF SCHOOL BUILDING in ECHOLS COUNTY, GA FEDERAL GRANTEE: Telamon Corporation 230 Northside Crossing Macon, GA CONTACT PERSON: Tarsha Hall State Head Start Director Telamon Corporation 230 Northside Crossing Macon, GA DUE DATE: February 18, 2016

6 1.0 INTRODUCTION Telamon Corporation ( Telamon ) is a private non-profit organization that provides Head Start services to the children of migrant and seasonal farm workers. Telamon provides direct Head Start services in twenty-two counties in Georgia. Telamon is now accepting bids for the building renovation in the Echols County area, located at 190 Hwy 94 East, Statenville, GA NOTICE TO RESPONDENTS 2.01 This Request for Proposal seeks competitive proposals complying the terms and conditions and requirements set forth below for the renovation of a school building in Echols County, GA to be used as a Head Start facility. Specifically, Telamon seeks proposals to contract with a vendor to renovate the building at 190 Hwy 94 East, Statenville, GA Telamon will accept proposals until February 18, 2016 at 4:00 P.M. Proposals shall be ed to thall@telamon.org with the subject line: ECHOLS COUNTY RENOVATIONS Any questions or concerns regarding this Request for Proposal shall be directed to Tarsha Hall, thall@telamon.org The successful Respondent will be required to enter into an agreement in the form attached hereto as Exhibit A. The Purchase Agreement, this Request for Proposal, the Execution of Offer, Respondents Questionnaire and all amendments issued will constitute the Contract between Telamon and the successful Respondent Responses to inquiries that directly affect an interpretation or change to this Request for Proposal will be issued in writing by amendment and mailed to all parties recorded by Telamon as having received a copy of the Request for Proposal. All such amendments issued by Telamon prior to the time that proposals are received shall be considered part of the Request for Proposal. Only those inquires Telamon replies to which are made by written amendment shall be binding. Oral and other interpretations or clarifications will be without legal effect Contract Award Process: An award may be made on the basis of the proposals initially submitted, without discussion, clarification or modification; or on the basis of negotiation with any of the Respondents. For purposes of negotiation, a

7 competitive range of potentially acceptable proposals may be established by Telamon. After the submission of a proposal and before making an award, Telamon may permit a Respondent to revise the proposal in order to obtain a best and final offer. Telamon reserves the right to award a Contract for all or any portion of the requirements proposed by this request, reject any and all proposals if deemed to be in the best interest of Telamon, or re-solicit proposals Criteria for Selection: The Respondent selected for an award will be the Respondent whose proposal, as presented in the response to this Request for Proposal, is the most advantageous to Telamon. Telamon is not bound to accept the lowest priced proposal if that proposal is not in the best interest of Telamon as determined solely by Telamon. Telamon personnel will evaluate proposals based upon the following criteria: Respondents experience providing the requested services for other similar organizations. The overall cost to Telamon for the services provided. The quality of references from past customers of Respondent. Respondent s demonstrated capability to provide services in the time projected. Respondent s responses on the Questionnaire. 3.0 PROPOSAL REQUIREMENTS 3.01 General Instructions: Respondents should carefully read the information contained in this Request for Proposal and submit a complete response to all requirements and questions as directed. Any information submitted by Respondents in response to this Request for Proposal shall become the property of Telamon. Telamon will not provide compensation to Respondents for any expenses incurred for proposal preparation or for any demonstrations that may be made. Proposals which are qualified with conditional clauses, alterations, or items not requested in the Request for Proposal, or any other changes to the Request for Proposal of any kind are subject to disqualification by Telamon, at its option. Failure to comply with the requirements contained in this Request for Proposal may result in the rejection of your proposal.

8 3.02 Preparation and Submittal Instructions: Respondents must complete, sign and return the attached Execution of Offer as part of their proposal response. Respondent s company official authorized to make such proposals must sign the proposal. Failure to sign and return these forms will subject your proposal to disqualification. Responses to this Request for Proposal must include answers to the Questionnaire. A proposal may be withdrawn and resubmitted any time prior to the time set for receipt of proposals. No proposal may be withdrawn after the submittal deadline without approval by Telamon. Proposals are to be valid for Telamon s acceptance for a minimum of 70 days from the submittal deadline Pricing and Delivery: Respondent must complete the Pricing and Delivery schedules. If more space is needed, Respondents may attach additional pages. Telamon will not accept any charges or fees that are not specifically stated in the Respondent s proposal. All costs, including taxes, must be disclosed on the Pricing and Delivery Schedule. Itemize pricing for materials, labor, taxes, etc Required Documentation: Respondents are instructed to complete, sign and return the following documents as a part of their proposal submittal. Failure to return these documents may subject your proposal to disqualification. Signed and Completed Execution of Offer Signed and Completed Pricing and Delivery Schedule Responses to Questionnaire 4.0 STANDARD TERMS AND CONDITIONS 4.01 Definitions: Contract shall mean the Purchase Agreement, the Request for Proposal, the Execution of Offer, Respondents Questionnaire, and all amendments issued prior to the execution of the Purchase Agreement. Respondent shall mean the individual, partnership, corporation or other entity responding to this Request for Proposal. Contractor shall mean the individual, partnership, corporation, or other entity awarded a Contract pursuant to this Request for Proposal.

9 4.02 Entire Agreement. The Contract is intended as the complete and exclusive statement of the agreement between Telamon and the Contractor and shall supersede all prior or contemporaneous agreements, negotiations or oral representations relating to the subject matter herein Time of Performance: Time is of the essence in the rendering of services hereunder. Contractor agrees to perform all obligations and tender services set forth in this Request for Proposal in accordance with the schedules herein and as mutually agreed upon between Telamon and Contractor during the term of this Contract Termination for Cause: In the event that the Contractor fails to carry out or comply with any of the terms and conditions of the Contract, Telamon may notify the Contractor of such default or failure in writing and demand that the failure or default be remedied within ten days. In the event that the Contractor fails to remedy such failure or default within the ten-day period, Telamon shall have the right to hold Contractor in breach of the Contract and to recover whatever damages it may be entitled to at law or in equity Termination for Convenience: The Contract may be terminated without penalty by Telamon for convenience by giving thirty (30) days written notice of such termination to the Contractor. In no event shall termination by Telamon as provided for in this paragraph give rise to any liability on the part of Telamon including, but not limited to, any claims of Contractor for compensation for anticipated profits, unabsorbed overhead, or interest on borrowing. Telamon s sole obligation hereunder is to pay Contractor for services rendered prior to the date of termination Payment: Payment for services shall be made to Contractor within 30 days after successful completion of building inspection by Telamon. Notwithstanding any provision to the contrary, Telamon shall not be obligated to make any payment to Contractor hereunder if any one or more of the following conditions precedent exist: Contractor is in breach or default; Any part of such payment is attributable to goods and services which are not provided in accordance with this Contract, provided, however, such payment shall be made as to the part thereof attributable to services which are provided in accordance with this Contract.

10 4.07 Independent Status of Parties: Contractor agrees that it will neither hold itself out as nor claim to be an officer, partner, employee or agent of Telamon by reason hereof, and that it will not by reason hereof make any claim, demand or application to or for any right, or privilege applicable to an officer, partner, employee or agent of Telamon Contract Amendments: The Contract may be amended by mutual written consent of the parties. No modifications or amendments to the contract shall become valid unless in writing and signed by both parties Compliance with Law: Telamon is a federally-funded, non-profit corporation. Individuals and corporations desiring to do business with Telamon must certify that they have not been debarred from receiving federal funds. By submitting a response to this Request for Proposal, Respondent is certifying that it and its principals: Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; Have not within a three-year period preceding this transaction been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or local), with commission of any of the offenses enumerated in this certification; and Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default Access to Documents: To the extent applicable to this procurement, Contractor agrees to grant access by Telamon, the Administration for Children & Families, and the Comptroller General of the United States or any of their duly authorized representatives to any books, documents, papers and records of the Contractor,

11 which are directly pertinent to this Contract, for the purpose of making audit, examination, excerpts, and transcriptions Title and Risk of Loss: Title and risk of loss of the goods/services shall not pass to Telamon until Telamon receives, takes possession, and accepts the services as completed Acceptance of Goods and Services: All goods and services furnished under this Contract shall be to the satisfaction of Telamon and in accordance with the scope of work, specifications, terms, and conditions of the Contract. Telamon reserves the right to inspect the goods and services furnished, and to determine the quality, acceptability, and fitness of such goods and services Indemnification: Contractor agrees to indemnify, protect and hold harmless Telamon and its officers, directors, and employees from and against all claims, damages, losses, causes of action, suits or judgments arising out of, caused by, or resulting from, the provision of goods and services by Contractor pursuant to this Contract, which are caused in whole or in part by any negligent act or omission of the Contractor Force Majeure: If either Telamon or Contractor is delayed at any time in the performance of its obligations hereunder by economic industry-wide strikes, fire, unusual delay in deliveries, unavoidable casualties, or other causes reasonably beyond such party s control and which could not have been reasonably anticipated by that party, then the time for performance of such party shall be extended by one day for each day of such delay Non-Disclosure: Contractor and Telamon acknowledge that they or their employees may, in the performance of the resultant Contract, come into the possession of proprietary or confidential information owned by or in the possession of the other. Neither party shall use any such information for its own benefit or make such information available to any third person, firm, corporation, or other organization Patent and Copyright: Contractor shall pay for any royalties, license fees, copyrights or trade and service marks required to provide the goods required by this Contract Governing Law: This Contract shall be construed and governed by the laws of the state of Georgia.

12 4.18. Contingency: The award of a final contract is contingent upon approval from the Department of Health and Human Services to complete the renovations. 5.0 SCOPE OF WORK AND SPECIFICATIONS Flooring The work is renovation of an existing school building located at 190 Hwy. 94 East, Statenville, GA When complete, the facility will be utilized as a migrant Head Start facility for infants, toddlers and preschoolers. The work generally includes (with the exception of theatre and adjoining rooms): 1. Remove and dispose of old carpet and base boards in the following areas: a. Main corridors b. Classrooms 110, 112, 114, 116 and two classrooms on short hall. 2. Clean and prep floor for installation of vinyl planks. 3. Install SMARTCORE by Natural Floors 12-Piece 5-in x 48-in Rustic Locking Hickory Luxury Commercial Vinyl Planks or an equivalent product. 4. Install FLEXCO 4-in W x 120 FT L Black Dahlia Vinyl Standard Wall Base or an equivalent product. 5. Install thresholds. Plumbing Children s Restrooms (two restrooms) Restrooms must meet federal, state and local codes for children ages two to four years old. Toilets 1. Remove and dispose of adult sized toilets in the two children s restrooms. A total of 10 toilets. 2. Repair or replace damaged flanges. 3. Repair floor if damaged. Flooring must match the type and color tile that s currently installed. 4. Install ten American Standard Baby Devoro Children s Height White 10-in Rough-In Pressure Assist Round Toilet Bowl in each stall in the children s restrooms (one toilet/stall) or an equivalent product. 5. Install round front toilet seats to each toilet.

13 Sinks 6. Remove and dispose of old sinks. 7. Reroute water and waste lines, if necessary. Sinks must be? inches off the floor. 8. Mount AquaSource Chrome 2-Handle 4-in Centerset WaterSense Bathroom Faucet with Drain or equivalent product to sinks prior to hanging. 9. Hang AquaSource White Wall-Mount Square Bathroom Sink with Overflow sinks or equivalent product. Ensure sink is secure. Urinals 10. Lower two existing urinals in boy s restroom to meet the code for boys ages 2-4 years old. 11. Install adequate support framing for the wall hangers as needed. 12. Install one American Standard in W x in H White Wall-Mounted Watersense Urinal or equivalent product next to two existing urinals. 13. Replace tiles that were damages as a result of relocating the urinals with comparable tiles. Adult Restrooms (Three Restrooms) - Restrooms must meet federal, state and local codes. Toilets 1. Remove and dispose of three adult sized toilets that are badly stained in three adult restrooms in the following areas: HC Toilet; between two classrooms on short hall; Room Repair or replace damaged flanges. 3. Repair floor if damaged. Flooring must match the type and color tile that s currently installed. 4. Install AquaSource White 1.28 GPF (4.85 LPF) 12 Rough-In Water Sense Elongated 2- Piece Comfort Height. Sinks 5. Remove and dispose of old sinks in the restrooms between the two classrooms and room Mount AquaSource Chrome 2-Handle 4-in Centerset WaterSense Bathroom Faucet with Drain or equivalent product to sinks prior to hanging. 7. Hang AquaSource White Wall-Mount Square Bathroom Sink with Overflow sinks or equivalent product. Ensure sink is secure. Heating and Air 1. Check the HVAC units outside of the following classrooms/offices in the Auditorium Building: 104, 110, 112, 114, Check all HVAC units in the existing historic building.

14 3. Determine if units can be repaired or need to be replaced. 4. Provide report for each unit. Painting Interior 1. Drape any furniture in the room with drop cloths. 2. Remove base boards and scrape away glue. 3. Fill in nail holes and repair any cracks, holes or imperfections in the drywall. 4. Apply primer to all walls, if necessary. 5. Apply 2 coats of Sherwin Williams washable, commercial grade interior paint, Super Paint, color SW7516 or equivalent product, to the following areas: a. Corridors b. Rooms 109, 111, 113, 115, 110, 112, 114, 116 in the Auditorium building and 105 and room next to it in historic part of building. 6. Apply 2 coats of Sherwin Williams washable, commercial grade paint, Super Paint, color SW7036 or equivalent product to the offices in the historic building. a. Rooms 103, 110, 111, 118, 116, 117, 120, 121, 122 Exterior 1. Pressure wash back painted areas of entrance to Auditorium building and front entrance of historic building. 2. Scrape chipped paint. 3. Repair any cracks, holes or imperfections. 4. Apply primer, if necessary. 5. Apply 2 coats of Sherwin Williams mid-grade commercial exterior paint or equivalent product. Repaint the space in white. Fencing 1. Install 5 fence, 50, on right side of ramp to block access to HVAC units. 2. Install gate near walkway to access HVAC area. 3. Install 5 fence, 360 around grassy area to the right of historic building. Fence needs to be 90 from roadway. General 1. Replace three damaged mini blinds. One in room 205. Two in room Replace missing window in classroom 112.

15 3. Repair broken window in classroom Post construction cleaning and preparation of the premises for occupation BID DETAILS Bids will be received for one prime contract for all work. Bids will be received until Friday, February 18, 2016 at 4:00 pm. Bids received after the published bid time will not be considered. All work must comply with federal, state and local regulations and guidelines QUESTIONS and ADDITIONAL INFORMATION For questions and additional information about this project, please contact Marsha McAlister Phone:

16 EXECUTION OF OFFER THIS SHEET MUST, BE COMPLETED, SIGNED, AND RETURNED WITH RESPONDENT S PROPOSAL. FAILURE TO SIGN AND RETURN THIS SHEET WILL RESULT IN THE REJECTION OF YOUR PROPOSAL. 1. By signature hereon, Respondent offers and agrees to furnish the products and/or services at the prices quoted and comply with all terms, conditions, and requirements set forth in the Request for Proposal. 2. By signature hereon, Respondent affirms that he has not given, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor or service to a Telamon employee on connection with the submitted proposal. 3. By signature hereon, the Respondent hereby certifies that neither the Respondent nor the firm, corporation, partnership or institution represented by the Respondent, or anyone acting for the firm, corporation, or institution has violated federal or state antitrust laws, nor communicated, directly or indirectly the proposal made to any competitor or any other person engaged in such line of business. 4. By signature hereon, Respondent certifies that all statements and information prepared and submitted in response to this solicitation are current, complete and accurate. 5. By signature hereon, Respondent certifies that the individual signing this document and the documents made part of the Request for Proposal is authorized to sign such documents on behalf of the company and to bind the company under any contract which may result from the submission of this proposal. 6. By signature hereon, Respondent certifies it is a small business and/or a minority/female owned business as indicated below. Indicate status if applicable: ( ) Small Business ( ) Minority/Female Owned Business 7. By signature hereon, Respondent certifies that no relationship, whether by relative, business associate, capital funding agreement or by any other such kinship exist between Respondent and an employee of Telamon. 8. By signature hereon, Respondent affirms that he has not received compensation for participation in the preparation of the specifications for this Request for Proposal.

17 9. Respondent represents and warrants that all articles and services quoted in response to this Request for Proposal meet or exceed the safety standards established and promulgated under the Federal Motor Vehicle Safety Standards and any applicable state regulations in effect as of the date of this solicitation. 10. By signature hereon, Respondent signifies his compliance with all Federal laws and regulations pertaining to equal employment opportunities. 11. Respondent certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Complete the Following Federal Employer Identification No: If Sole Owner, SS No: If a Corporation, State of Incorporation: Submitted By: (Company Name) (Authorized Signature) (Print Name/Title) (Date) (Street Address)

18 (City, State, Zip Code) RESPONDENT QUESTIONNAIRE Respondents are requested to submit a complete response to each of the below listed items. Responses requiring additional space should be brief and submitted as an attachment to your proposal package. Please reference each response by its item number indicated below. 1. Legal name of the company: Number of years in the business: Type of Operation-Individual Partnership Corporation Number of employees 2. Is your company currently in default on, any loan agreement or financing agreement with any bank, financial institution, or other entity? If yes, specify date(s), details, circumstances, and prospects for resolution? 3. Provide a customer reference list of no less than three (3) organizations with which your company currently has contracts with and has previously provided goods and/or services of equal type and scope, as requested herein, within the past five (5), years. The reference list must include company name, contact person, and telephone number, project description and length of business relationship. 4. Provide an estimate of the earliest delivery date following the execution of a contract or receipt of a purchase order. 5. Describe your company s service support philosophy, how it is carried out, and how success in keeping this philosophy is measured.

19 6. Does any relationship, exist whether by relative, business associate, capital funding agreement or any other such kinship exist between your company and any Telamon employee. If yes, please explain. 7. Describe your company s quality assurance program, what are your company s requirements, and how they are measured. 8. State the warranty for the products included in your proposal. 9. Is your company a minority-owned business? If so, under what certifying agency, state or federal is it certified. Submitted by: (Authorized Signature)

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

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called

More information

INVITATION TO BID OFFICE RENOVATION AT FILLMORE STREET

INVITATION TO BID OFFICE RENOVATION AT FILLMORE STREET Fiscal Services Department Purchasing Phone 616-738-4855 12220 Fillmore Street - Room 331 - West Olive, Michigan 49460 Fax 616-738-4897 E-mail: purchasing.rfp@miottawa.org To: All Bidders INVITATION TO

More 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

RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER

RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER MD Anderson RFP No. MD Anderson Project Name: 150545/ME Renovation of Pharmacies P2 & R10 MD Anderson Project No.: 15-0545 From: Respondent

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

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

Request for Quotation

Request for Quotation Return this Quote document via FAX or E-MAIL no later than 3:00 PM, TUESDAY, 01/26/16 to: Attention: ANDREA PARKS STAHL, SR. BUYER Telephone: Fax No.: 210-567-2897 E-mail: PARKSA@UTHSCSA.EDU Facsimile

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

Request for Quotes (RFQ) For Graphic design services

Request for Quotes (RFQ) For Graphic design services Request for Quotes (RFQ) For Graphic design services Issued by: Washington County Department of Public Health and Environment (PHE) Date: 10/27/2016 The issuance of this RFQ constitutes only an invitation

More information

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP) EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP) RFP 20160415 - INTERIOR PAINTING SERVICES AND SUPPLIES April 5, 2016 The Eau Claire/North Columbia Development Corporation

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

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

REQUEST FOR PROPOSAL. RFP No. TMC

REQUEST FOR PROPOSAL. RFP No. TMC REQUEST FOR PROPOSAL FOR OUTSOURCING PAYROLL DEPARTMENT SERVICES RFP No. TMC2017-001 Date of Issue: February 6, 2017 DUE DATE & TIME: Monday February 27, 2017 3:00p.m. (CST) INQUIRIES AND PROPOSALS SHOULD

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

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

Valley Regional Fire Authority Invitation to Bid

Valley Regional Fire Authority Invitation to Bid VRFA 16-01: General Contractor for Facility Improvements at Fire Stations 31 and 38 Responses due by 5:00 pm PST on September 14, 2016 1.0 Introduction. The Valley Regional Fire Authority (VRFA) is seeking

More information

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

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

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

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

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

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

Request for Quotes (RFQ) For Trailer Tracking System Services

Request for Quotes (RFQ) For Trailer Tracking System Services Request for Quotes (RFQ) For Trailer Tracking System Services Issued by: Ramsey/Washington Recycling & Energy Board (R&E Board) Date: 4/5/2017 The issuance of this RFQ constitutes only an invitation to

More 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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL by The University of Texas System Administration for Selection of a Vendor to Provide Services related to U.T. System-wide Information Technology (IT) Audit Risk Assessment Methodology

More information

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to

More information

Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization FOR STATE USE ONLY

Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization FOR STATE USE ONLY Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization Eligibility may be granted to non-profit, tax-exempt educational and health organizations such as medical institutions,

More information

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs North Carolina Department of Health and Human Services Women's and Children's Health Branch Special Nutrition Programs AGREEMENT BETWEEN SPONSORING ORGANIZATION AND DAY CARE HOME (DCH) PROVIDER Instructions:

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

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Housing Authority of the Cherokee Nation   REQUEST FOR BIDS www.cherokee.org REQUEST FOR BIDS (4) GAS/CNG New 2016 ½ Ton 4x4 Super Cab Truck Solicitation # 2016-001-104 Bid Due Date: July 15, 2016 by 10:00 A.M P.O. Box 1007 Tahlequah, OK 74465-1007 (918) 456-5482

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

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

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 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

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

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 (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

COMPOSITE BID CONSISTING OF

COMPOSITE BID CONSISTING OF BID DOCUMENTS FOR Ontario High School Kitchen Equipment and Serving Line Remodel Submit Bids April 28, 2016 May 13, 2016 Walk through OHS 5/04/16 2:00p.m. COMPOSITE BID CONSISTING OF TABLE OF CONTENTS

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

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

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

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

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

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

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID Town Hall First Floor Renovation Project, Windsor CT. Town Hall First Floor Renovation Project, Windsor CT. INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor

More information

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Regular Meeting Agenda Item 8B January 21, 2014 Action REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Recommendation: Staff will make a recommendation to award a contract

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

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

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 REQUEST FOR PROPOSAL FOR American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100

More information

RFQ No. FY17 ARCH-HC/ME - ADDENDUM 2

RFQ No. FY17 ARCH-HC/ME - ADDENDUM 2 RFQ No. FY17 ARCH-HC/ME - ADDENDUM 2 RFQ Closing: November 28, 2016 at 2:00 PM (Local Time) Page: 1 of 8 RFQ Number: FY17 ARCH-HC/ME Date: November 15, 2016 RETURN SUBMITTALS AS SHOWN BELOW RESPONDENT

More information

Page 1 of 13. Section 2 - Executive Summary 2.1 Historical Background 2.2 Project Description, Scope and Budget 2.3 Project Planning Schedule

Page 1 of 13. Section 2 - Executive Summary 2.1 Historical Background 2.2 Project Description, Scope and Budget 2.3 Project Planning Schedule Section 1 - General Information and Requirements 1.1 General Information 1.2 Public Information 1.3 Type of Contract 1.4 Clarifications and Interpretations 1.5 Submission of Bids 1.6 Point-Of-Contact 1.7

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m. PUR884 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE September 6, 2017 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive proposals from qualified

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. 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

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

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

Convert Six East/West Tennis Courts to a North/South Orientation

Convert Six East/West Tennis Courts to a North/South Orientation Convert Six East/West Tennis Courts to a North/South Orientation Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

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

TJC Purchase Order Terms and Conditions

TJC Purchase Order Terms and Conditions TJC Purchase Order Terms and Conditions 1. DELIVERY; SUBSTITUTIONS; INVOICES: Goods shall be delivered and services performed during normal business hours. Goods shall be delivered to the College s address

More information

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave) COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby

More information

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS Page: 1 of 10 Date: 12AP16 ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS If Offeror has completed the annual representations and certifications electronically, via the System for Award Management

More 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 (1) GAS/CNG New 2016 ½ Ton 4x2 Super Cab Truck (1) GAS New 2016 1 Ton 4x4 Super Cab Truck with Service bed Solicitation # 2016-01-086

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Kitchen Remodel Tahlequah, Ok Bid Due Date: June 25, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT (this Agreement ) is entered into effective as of, by and between Trinity University, an agency and institution of higher

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

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

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

Request for Proposal: Metro Bus Transit Advertising Program

Request for Proposal: Metro Bus Transit Advertising Program Request for Proposal: Metro Bus Transit Advertising Program Date: 7/13/18 Project Name: Metro Bus Transit Advertising Program Proposal Submission: Proposals will be received until 3 pm CST, on August 14,

More 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

SCHOOL BOARD OF OKALOOSA COUNTY, FLORIDA ANNUAL AGREEMENT FOR CHARTER BUS SERVICES

SCHOOL BOARD OF OKALOOSA COUNTY, FLORIDA ANNUAL AGREEMENT FOR CHARTER BUS SERVICES SCHOOL BOARD OF OKALOOSA COUNTY, FLORIDA ANNUAL AGREEMENT FOR CHARTER BUS SERVICES THIS AGREEMENT FOR CONTRACT SERVICES (hereinafter referred to as the Agreement ) is made and entered into by and between

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

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 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

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

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

City of Albany, New York

City of Albany, New York City of Albany, New York REQUEST FOR PROPOSALS FOR THE PROVISION OF BOND COUNSEL SERVICES Proposal Number 2012-03 March 19, 2012 SECTION 1: PURPOSE 1.1 The City of Albany hereby requests proposals from

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

FORM OF PROPOSAL Des Moines Public Schools Division of Purchasing Date Issued: 2/19/ Prospect Road Date Due: 3/5/13

FORM OF PROPOSAL Des Moines Public Schools Division of Purchasing Date Issued: 2/19/ Prospect Road Date Due: 3/5/13 FORM OF PROPOSAL Des Moines Public Schools No: Q6712 Division of Purchasing Date Issued: 2/19/13 1915 Prospect Road Date Due: 3/5/13 Suite 103 Time: 9:00 a.m. Des Moines, IA 50310 Phone (515)242-7751 Fax

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

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

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 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

WORCESTER POLYTECHNIC INSTITUTE PROFESSIONAL SERVICES AGREEMENT

WORCESTER POLYTECHNIC INSTITUTE PROFESSIONAL SERVICES AGREEMENT WORCESTER POLYTECHNIC INSTITUTE PROFESSIONAL SERVICES AGREEMENT AGREEMENT made and entered into this day of, by and between Worcester Polytechnic Institute (hereinafter referred to as University), a not-for-profit

More information

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.

More 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

OFFICIAL BID SHEET. DATE: May 3, 2018

OFFICIAL BID SHEET. DATE: May 3, 2018 DATE: May 3, 2018 OFFICIAL BID SHEET BID NUMBER: 18-17 FIRM CONTRACT INVITATION Bids must be signed in Ink. Unsigned bids will not be considered. Bids are invited for the renovation of two rooms in the

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

Solicitation #: 053P Solicitation Issue Date: 11/02/17

Solicitation #: 053P Solicitation Issue Date: 11/02/17 State of Oklahoma Oklahoma Department of Wildlife Conservation Solicitation Solicitation #: 053P Solicitation Issue Date: 11/02/17 Brief Description of Requirement: Aerial Surveys (including wildlife censuses)/waterfowl

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

ASP Staging Business Issues & Samples

ASP Staging Business Issues & Samples These materials are purely informational, not legal advice, and are to be used only for your general informational purposes. If you require personalized advice you should contact an attorney licensed in

More information

REQUEST FOR PROPOSALS FOR. CONSTRUCTION MANAGEMENT SERVICES New Construction Program

REQUEST FOR PROPOSALS FOR. CONSTRUCTION MANAGEMENT SERVICES New Construction Program REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES New Construction Program LOS ANGELES UNIFIED SCHOOL DISTRICT FACILITIES SERVICES DIVISION March 15, 2002 REQUEST FOR PROPOSALS FOR CONSTRUCTION

More information

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number 525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court

More information

SURPLUS BID ATTACHMENT

SURPLUS BID ATTACHMENT SACRAMENTO MUNICIPAL UTILITY SMUD INSTRUCTIONS TO BIDDERS SURPLUS BID ATTACHMENT 1. INSPECTION: This material should be carefully inspected before bidding and any questions regarding quantities or specifications

More information

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and Dated TABLE OF CONTENTS Paragraph 1. Premises 2. Term 3. Rent 4. Assignment 5. Use of Leased Property 6. Permits 7. Tenant Improvements 8. Taxes

More information