Colville Tribal Gaming Commission REQUEST FOR PROPOSAL

Size: px
Start display at page:

Download "Colville Tribal Gaming Commission REQUEST FOR PROPOSAL"

Transcription

1 Colville Tribal Gaming Commission REQUEST FOR PROPOSAL SECTION 1: GENERAL INFORMATION Background Screening Services 1.01 Proposal Dates and Times: Posting Date: Tuesday, May 16, 2017, 7:30 am Pacific Standard Time Closing Date: Friday, June 30, 2017, 3:00 pm Pacific Standard Time Opening Date: Monday, July 10, 2017, 8:00 am Pacific Standard Time 1.02 Description: The Colville Tribal Gaming Commission is seeking proposals from qualified independent Contractors to provide a variety of background screening services for all regulatory personnel, gaming operation personnel, and gaming operation vendors and their representatives as required by applicable tribal, state, and federal laws and regulations. See Section 3.04 (Scope of Work) below for further details Introduction and Background: The Confederated Tribes of the Colville Reservation ( Colville Tribes or Tribes ) is a Sovereign Nation and the second largest tribe in Washington State with approximately 9,500 enrolled members. A Presidential Executive Order established the Colville Indian Reservation in 1872, which is presently comprised of 1.4 million acres located in the north central part of the state. The Tribes have a comprehensive governmental structure with legislative, executive, and judicial branches. The Tribes also have several other independent governmental agencies and an enterprise corporation responsible for a number of commercial business activities. The enterprise corporation, referred to as the Colville Tribal Federal Corporation ( CTFC ), is the parent corporation over several limited liability companies ( LLCs ). The primary company is Colville Gaming LLC that is responsible for operating and managing the Colville Tribal Casinos, which currently includes the 12 Tribes Resort Casino in Omak, Coulee Dam Casino in Coulee Dam, and Mill Bay Casino in Manson. Colville Gaming LLC also has a corporate headquarters location in Omak, and the entire gaming operation includes nearly 500 employees in the peak season. Among the independent governmental agencies of the Tribes is the Colville Tribal Gaming Commission ( Commission ) that was established by Chapter 6-5 of the Colville Tribal Law and Order Code. The Commission is responsible for regulating all gaming activities on Colville Indian lands, primarily those conducted by Colville Gaming LLC, in order to protect tribal sovereignty, tribal and casino assets, the integrity of all casino games, and the health and safety of casino employees and guests. The Commission is comprised of approximately 70 employees across eight distinct units, including the Commission itself, Administration, Compliance, Internal Audit, Tribal Gaming Agents, Surveillance, Electronic Gaming Systems, and Backgrounds/Licensing. The Backgrounds/Licensing Unit is responsible for conducting thorough background investigations on all regulatory personnel, gaming operation personnel, and gaming operation vendors and their representatives, and issuing tribal gaming licenses in accordance with tribal, state, and federal licensing requirements. Colville Tribal Gaming Commission Page 1 of 17 Posted: May 16, 2017, 7:30 am PST

2 1.04 Interchangeable Terms: While the terms Colville Tribes, Tribes, and Commission are all used throughout this RFP, it is important to note that the Commission is a governmental agency of the Colville Tribes, and Commission employees are also employees of the Tribes; therefore, these terms are used together and interchangeably throughout this RFP. Furthermore, the terms Firm, Contractor, and Respondent are used interchangeably throughout this RFP Response Format: Proposals should be prepared as clear and concise as possible with minimal redundancies, addressing all requirements outlined in this request for proposal ( RFP ). Respondents are encouraged to thoroughly read each individual section of this RFP to identify all requirements that must be addressed and included in their proposals by the specified closing date. All proposals must be submitted via in PDF format Completeness of Proposal: In addition to addressing all requirements outlined in this RFP, proposals must be signed by a Contractor representative authorized to bind the proposing Firm contractually, with its address and telephone information provided. Unsigned proposals will not be accepted. The Respondent is required to identify any exceptions it takes to the RFP or declare there are no exceptions taken. Proposals lacking this requirement will not be accepted Proposal Response Date and Location: Fully-completed proposals must be received no later than 3 pm Pacific Standard Time ( PST ), Friday, June 30, All proposals must be submitted exclusively via to the Commission s Administrative Services Manager, Dannise Davisson, at dannise.davisson@colvilletribes.com. The subject line of the must read as follows: RFP Colville Tribal Gaming Commission Background Screening Services. Respondents are encouraged to call Dannise Davisson at (509) to confirm receipt of their proposals. Contractors accept all risk of late- or non-delivery of ed proposals regardless of fault Contractor s Cost to Develop Proposals: Any costs incurred by the Respondent related to the development and submittal of its proposal or any initial and/or subsequent requirements thereof, including those identified in Section 4.02 (Scoring and Evaluating Factors), are entirely the obligation of the Respondent and shall not be chargeable in any manner to the Colville Tribes and/or Commission. SECTION II: TERMS AND CONDITIONS 2.01 Questions Regarding the RFP: Colville Tribal Gaming Commission Page 2 of 17 Posted: May 16, 2017, 7:30 am PST

3 Requests for interpretation and/or clarification of this RFP must be ed to the Commission Director, Chris O Neil, at chris.oneil.ctg@colvilletribes.com. Unauthorized contact with other employees of the Tribes and/or Commission regarding this RFP may result in disqualification. All oral communications will be considered unofficial and non-binding on the Colville Tribes. Allow three business days (Monday through Friday, except Holidays) for processing written questions received. All questions must be submitted no later than 4 pm PST, Friday, June 23, All questions and responses will be posted on the Colville Tribes website at and it is the Contractor s responsibility to monitor the website for responses to its questions; responses will not be sent to the Contractor directly RFP Amendments: The Colville Tribes reserve the right to request that any Respondent clarify its proposal or supply any additional information and/or material deemed necessary to assist in the evaluation of the proposal. The Colville Tribes reserve the right to change the RFP schedule or issue amendments to the RFP at any time. The Colville Tribes also reserves the right to cancel or reissue the RFP. All such addenda will become part of the RFP. It is the Contractor s responsibility to routinely monitor the Tribes website at for the postings of any amendments, cancellations, and reissuances prior to submitting a proposal response Withdrawal of Proposal: Provided a withdrawal is received in writing and signed by an authorized Contractor representative, proposals may be withdrawn at any time prior to the proposal closing date and time specified. Proposals cannot be changed or withdrawn after the closing date Rejection of Proposal: The Colville Tribes reserves the right to reject any or all proposals, to waive any minor informalities or irregularities contained in any proposal, and to accept any proposal deemed to be in the best interest of the Colville Tribes Proposal Validity Period: Submission of a proposal will signify the Contractor s agreement that its proposal and the content thereof are valid for 90 days following the proposal closing date unless otherwise agreed to in writing by both parties. The proposal and any supporting documents will become part of the Contract negotiated between the Colville Tribes and the successful Contractor Insurance Requirements: The selected Contractor will be required to carry its own insurance, including General Liability (no less than $1,000,000 per occurrence, $2,000,000 annual aggregate), Workers Compensation, and Miscellaneous Error and Omissions. The successful Contractor will be required to provide verification of such aforementioned coverage, along with a Certificate of Liability naming the Confederated Tribes of the Colville Reservation as an additional insured on its policies and making the coverage primary and noncontributory. Colville Tribal Gaming Commission Page 3 of 17 Posted: May 16, 2017, 7:30 am PST

4 2.07 Equal Opportunity Requirements: The Colville Tribes is an equal opportunity employer and requires all Contractors to comply with policies and regulations concerning equal opportunity. The Contractor, in the performance of the Contract, agrees not to discriminate in its employment because of the employee s or applicant s race, religion, national origin, ancestry, sex, age, or physical handicap. Nothing in this section shall prevent the Tribes from applying Chapter 10 (Employment and Contracting) of the Colville Tribal Law and Order Code. See Section 2.13 (Indian Preference) below for further details Other Compliance Requirements: In addition to the nondiscrimination and affirmative action compliance requirements previously listed, the Contractor awarded a Contract shall comply with federal, state, tribal, and local laws, statutes, and ordinances related to the execution of the work. This requirement includes, but is not limited to, protection of public and employee safety and health, environmental protection, waste reduction and recycling, the protection of natural resources, permits, fees, taxes, and similar subjects Ownership of Documents: All proposals and accompanying documentation will become property of the Colville Tribes and will not be returned. Contractors accept all risk of late- or non-delivery of ed proposals regardless of fault. Furthermore, any reports, studies, conclusions, and summaries prepared by the Contractor in relation to this RFP shall become the property of the Colville Tribes Confidentiality of Information: All information and data furnished to the Contractor by the Colville Tribes and all other documents to which the Contractor s employees have access during the term of the Contract, shall be treated as confidential to the Colville Tribes. Any oral or written disclosure to unauthorized individuals is strictly prohibited Hold Harmless: The Contractor shall hold harmless, defend, and indemnify the Colville Tribes and any of the Tribes officers, agents, and employees against any liability that may be imposed upon them by reason of the Contractor s failure to provide any required insurance coverage. See Section 2.06 (Insurance Requirements) above for further details Safety: The Contractor shall strictly adhere to all applicable regulations pertaining to health and safety, including Tribal Occupational Safety and Health Act (TOSHA) standards and regulations. Particular care shall be exercised in connection with the operation of vehicles and other equipment on the site Indian Preference: The Contractor shall comply with all regulations and provisions of Chapter 10 (Employment and Contracting) of the Colville Tribal Law and Order Code (available at including Chapter 10-1 (Tribal Employment Rights) and Chapter 10-3 (Indian Preference in Contracting). Colville Tribal Gaming Commission Page 4 of 17 Posted: May 16, 2017, 7:30 am PST

5 The Contractor is advised that Chapter 10 requires a Contract Fee equal to five percent of the total gross contract price for contracts of $5,000 or more where the majority of the work is to be performed within the Reservation boundaries or lands owned by the Tribes. The Contractor may be subject to assessment of these fees. The Contractor shall include all costs related to such fees in the bid for the various items in the Contract. No further compensation shall be made. In accordance with Chapter 10, preference may be given to Firms that are certified with the Tribal Employment Rights Office ( TERO ) of the Colville Tribes, which will further depend on their preference category. For preference eligibility to apply, Respondents must be certified by the closing date specified in this RFP and must do so entirely on their own initiative. Neither the Contract Officer nor Commission staff members are responsible for facilitating the certification process in any manner. Respondents are encouraged to contact the Colville Tribes TERO at (509) for any questions they may have about Chapter 10 and/or the certification process/requirements. Whether certified or not, the successful Contractor will be required to submit a TERO Compliance and Utilization Plan as part of its contract documents Debarment and Suspension: The successful Contractor must sign a Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters, which is attached as Exhibit A to this RFP. SECTION 3: REQUESTED SERVICES 3.01 Duration of Services: The initial Contract will include a two-year term beginning October 1, 2017, and expiring September 30, The Contract may then be extended an additional three years (five years total) beginning October 1, 2019, and expiring September 30, 2022, if the Contractor satisfies its contractual obligations. A contract year (or fiscal year) runs from October 1 of the current year to September 30 of the following year Disclosure of Terminated Contracts: If the Contractor had a contract terminated for default during the past five years, all such incidents must be disclosed and detailed in full. Termination for default is defined as notice to stop performance due to the Contractor s non-performance or poor performance, and was either (a) not litigated; or (b) litigated and such litigation determined the Contractor to be in default. Submit full details of all termination for default experienced by the Contractor during the past five years, including the name, address, and telephone number of the other contracting party. Present the Contractor s position on the incident. The Colville Tribes will evaluate the facts and may, at its sole discretion, reject the Contractor s proposal if the facts discovered indicate that completion of a Contract resulting from this RFP may be jeopardized by selection of the Contractor. If the Contractor has experienced no such termination for default in the past five years, it shall declare in its proposal. Colville Tribal Gaming Commission Page 5 of 17 Posted: May 16, 2017, 7:30 am PST

6 If the Contractor has had a contract terminated for convenience, non-performance, nonallocation of funds, or any other reason, which termination occurred before completion of the contract, during the past five years, describe fully all such terminations, including the name, address and telephone number of the other contracting party. A Contractor response that indicates the requested information will only be provided if and when the Contractor is selected, as the apparent successful Contractor is not acceptable. Restricting the Contractor s response to include only legal actions resulting from terminations for default is also not acceptable Detailed Cost Proposal: The Contractor s proposal shall include all direct and indirect costs to complete all tasks identified in Section 3.04 (Scope of Work) below Scope of Work: The Commission is recruiting for an independent Contractor to perform a variety of background screening services on all regulatory personnel, gaming operation personnel, and gaming operation vendors and their representatives as required by the Colville Tribes and Chapter 6-5 of its Law and Order Code, the Commission and applicable licensing regulations, Indian Gaming Regulatory Act, National Indian Gaming Commission and applicable licensing regulations, and the Class III Gaming Compact between the Tribes and State of Washington. Background screening shall include a 10-year search window wherever applicable and available. Background screening services must include both a la cart and package pricing options. Background screening services include, but are not limited to: 1. Various criminal searches and/or databases, including international, federal, nationwide, homeland security, statewide, and county criminal and sex offender searches. 2. Various civil searches, including federal civil, federal bankruptcy, and upper and lower county civil. 3. Education, military, credential, professional license, employment, and personal and professional reference verifications. 4. Other miscellaneous services, including Social Security Number verification, address location, I-9 verifications, consumer credit reports, individual and commercial driving records, and drug and alcohol screening. 5. Business-related verifications, including business license verification and business credit reports Estimated Contract Amount: The Contract amount will depend on volume of background screening services rendered by the Contractor in a given fiscal year, which is estimated to range between $20,000 and $30,000 per fiscal year. SECTION 4: PROPOSAL EVALUATION 4.01 Evaluation Procedures: Colville Tribal Gaming Commission Page 6 of 17 Posted: May 16, 2017, 7:30 am PST

7 The Selection Committee will evaluate proposals. The Selection will consider how well the Contractor s proposal meets the needs of the Colville Tribes as described in the Contractor s response to each requirement. In evaluating the proposals, the Colville Tribes will be using a criteria evaluation process. Evaluations will be based on criteria as outlined in Section All proposals will be evaluated using the same criteria and weighting. Any proposal that does not contain each element described in this RFP, fully completed, initialed or executed, as appropriate, will be deemed incomplete and will not be considered further Scoring and Evaluating Factors: The evaluation factors reflect a wide range of considerations. While cost is important, other factors are also significant. Consequently, the Colville Tribes may select a Contractor other than the one providing the lowest cost solution. The objective is to choose the Contractor capable of providing a reliable and effective solution within a reasonable budget. The Selection Committee will evaluate proposals based on the following criteria: 1 Pricing of various background screening services, inclusive of both a la cart and package pricing options. Respondents will be required to conduct a full background check on a selected individual with a diverse 20 percent residency and criminal history to illustrate how their pricing translates to actual charges. 2 Previous experience providing background screening services with an emphasis on other Tribal Gaming Commissions, including the 20 percent references obtained from previous experience. 3 Demonstration and user-friendliness of online system. 20 percent 4 Resources (service team and other resources) that will be dedicated to or made available to Commission staff in performing its contract 20 percent obligations. 5 Initial proposal documents meet and address all preliminary RFP requirements. 10 percent 6 Follow-up inquiries and requests for information are fully-satisfied and responded to in a professional manner by specified deadlines. 10 percent 4.03 Final Selection: The Selection Committee will formulate their recommendation for award of the Contract; however, such recommendation must still be approved through all established channels of the Colville Tribes for formal acceptance and issuance of an official Notice to Proceed by the Tribes Contract Officer or designee Contract Award and Execution: The Colville Tribes reserves the right to make an award without further discussion of the proposal submitted. Therefore, the proposal should be initially submitted on the most favorable terms the Contractor can offer. The foregoing should not be interpreted to prohibit either party from proposing additional Contract terms and conditions during negotiations of the final document. The RFP document and the successful Contractor s proposal response, as amended by agreement between the Colville Tribes and the Contractor, including or written correspondence relative to the RFP, will become part of the Contract document. Additionally, the Colville Tribes may verify Contractor representation that appears in the proposal. Failure of the Contractor to perform as represented may result in elimination of the Contractor from competition or in Contract cancellation or termination. Colville Tribal Gaming Commission Page 7 of 17 Posted: May 16, 2017, 7:30 am PST

8 The Contractor selected, as the apparent successful Contractor will be expected to enter into a Contract utilizing the Colville Tribes contract. A sample Contract is provided in Exhibit B to this RFP. If the selected Contractor fails to sign the Contract within 5 business days of delivery of the final Contract, the Colville Tribes may elect to cancel the award or award the Contract to the next highest ranked Contractor. The Colville Tribes shall not be bound or in any way obligated until both parties have executed a Contract. No party may incur any chargeable costs prior to the execution of a final Contract. After opening and ranking, an award may be made on the basis of the proposals initially submitted, without discussion, clarification or modification, or, the Colville Tribes may discuss with the selected Respondent offers for cost reduction and other elements of the Respondent s proposal. If the Colville Tribes determines that it is unable to reach a contract satisfactory to the Colville Tribes with the selected Respondent, then the Colville Tribes will terminate discussions with the selected Respondent and proceed to the next Respondent in order of selection ranking until a contract is reached or the Colville Tribes have rejected all proposals. The Colville Tribes may not disclose any information derived from the proposals submitted from competing offers in conducting such discussions. The Colville Tribes reserves the right to award a Contract for all or any portion of the requirements proposed by reason of this request, award multiple Contracts, or to reject any and all proposals if deemed to be in the best interests of the Colville Tribes and to resolicit for proposals, or to reject any and all proposals if deemed to be in the best interests of the Colville Tribes and to temporarily or permanently abandon the procurement. If the Colville Tribes award a contract, it will award the contract to the offeror or offerors whose proposal is the most advantageous to the Colville Tribes and offers the best value, considering price and the evaluation factors set forth in the RFP. The contract file must state in writing the basis upon which the award is made. Colville Tribal Gaming Commission Page 8 of 17 Posted: May 16, 2017, 7:30 am PST

9 Exhibit A CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS A. The Offeror certifies, to the best of its knowledge and belief, that: 1. The Offeror and/or any of its Principals: (a) Are ( ) are not ( ) presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency or any Tribal Government. (b) Have ( ) have not ( ), within a seven year period preceding this offer, been convicted 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) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction or records, making false statements, tax evasion, ore receiving stolen property; and (c) Are ( ) are not ( ) presently indicted for, or otherwise criminally or civilly charged by a government entity with, commission of any of the offenses enumerated in subdivision (A)(1)(b) of this provision. (d) The Offeror has ( ) has not ( ), within a seven year period preceding this offer, had one or more contracts terminated for default by any Federal agency or any Tribal Government. 2. Principals for the purposes of the certification, mean officers, directors, owners, partners, and persons having primary management or supervisory responsibilities within a business entity (e.g. general manager, plant manager, head of a subsidiary, division, or business segment, and similar positions). This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under section 1001, title 18 United States Code. B. The Offeror shall provide immediate written notice to the Contract Officer if at any time prior to contract award the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. Colville Tribal Gaming Commission Page 9 of 17 Posted: May 16, 2017, 7:30 am PST

10 C. A certification that any of the items in paragraph (A) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror s responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system or records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to the remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. Contractor Signature Date I hereby certify that the information above is true accurate and complete under penalty of fraud. Colville Tribal Gaming Commission Page 10 of 17 Posted: May 16, 2017, 7:30 am PST

11 Exhibit B SERVICE CONTRACT This Service Contract is entered into on the Colville Indian Reservation this DD day of Month, YEAR between the Confederated Tribes of the Colville Reservation (hereafter Colville Tribes or Tribes) and Name of Successful Contractor (hereafter referred to as Contractor), located at Physical Address, City, State Zip Code. Refer to Scope of Work in this RFP. SECTION ONE DESCRIPTION OF WORK SECTION TWO CONTRACT PRICE The Contractor shall be compensated for all background screening services rendered in fulfilling its obligations under this Service Contract in an amount not to exceed $30,000 in accordance with rates (a la cart and package pricing) submitted by the Contractor in its bid submission package attached as Exhibit A. SECTION THREE METHOD OF PAYMENT The Colville Tribes shall pay the applicable portion of the total Contract Price based on background screening services requested and performed as documented by monthly invoices within 30 days of the date that the invoice requesting payment is received and accepted by the Colville Tribes. Contractor shall provide such other documentation as is requested by the Colville Tribes in support of the request for payment. The sum of all monthly invoicing submitted shall not exceed the Contract Price set out in Section Two (Contract Price) above. SECTION FOUR STARTING AND COMPLETION DATES Work under this Contract shall begin when this contract is fully executed and a notice to proceed has been issued, and shall be completed by Month DD, YEAR. SECTION FIVE CONTRACT DOCUMENTS Colville Tribal Gaming Commission Page 11 of 17 Posted: May 16, 2017, 7:30 am PST

12 The Contract Documents on which the Contract is based are as follows: a. This Contract, together with the bid submission package submitted by Contractor (Exhibit A) in response to the Request for Proposal for background screening services; b. All written Change Orders issued by the Tribes pursuant to Section Eight (Work Changes) of this Contract, if applicable. These Contract Documents together form the Contract for the work herein described. The parties intend that the documents include provisions for all labor, materials, equipment, supplies, and other items necessary for the execution and completion of the work by the Contractor, and all terms and conditions of payment. Contractor is responsible for ensuring that the Contract Price set out in Section Two is adequate to perform this Contract. The Contract Documents include a requirement to perform all work and procedures not expressly indicated herein, but which are necessary for the proper execution of the project. In case of a conflict between this Contract and any document attached to it, the terms of this Contract shall govern. SECTION SIX INDEMNITY Contractor agrees to indemnify and hold harmless the Colville Tribes and its officers, agents, and employees from and against all claims, damages, losses, and expenses related to or arising from Contractor s work and activities as set out in this Contract. Such expenses include reasonable attorneys fees if it is necessary for the Tribes to commence or defend an action arising out of or associated in any way with the Contractor s performance of this Contract. Such claims include, but are not limited to, claims for bodily injury, illness or death, property damage (including loss of use, or other damage) which are caused in whole or part by Contractor s negligent act or omission, or that of Contractor s subcontractor, or that of anyone employed by them or for whose acts Contractor or Contractor s subcontractor may be liable. Except as set out above, each party shall be responsible for damages to persons and property arising out of that party's actions and the actions of any subcontractor, agent, or employee retained under this Contract. SECTION SEVEN TIME OF ESSENCE EXTENSION OF TIME All times for performance set out in the Contract Documents are deemed to be of the essence. The Contractor will schedule and perform all work under this Contract to complete the work within the time required by this Contract. Contract times may only be extended by a written Change Order from the Contract Officer issued to the Contractor prior to the expiration of the original date for performance of this Contract or any of its parts. Colville Tribal Gaming Commission Page 12 of 17 Posted: May 16, 2017, 7:30 am PST

13 SECTION EIGHT WORK CHANGES The Tribes reserves the right to order work changes in the nature of additions, deletions, or modifications to this Contract, without invalidating the Contract, and agrees to make corresponding adjustments in the Contract price and time for completion as are then agreed to by the parties. Any such changes will be authorized by a written Change Order, which must be signed by the Tribes Contract Officer, designated in Section Twelve (Contract Officer) below. The Change Order will include conforming changes in the Contract and completion time. The scope of work shall be changed, and the Contract price and completion time shall be modified only as set out in the written Change Order. Any adjustment in the Contract price resulting in a credit or a charge to the Tribes shall be determined by the mutual agreement of the parties to this Contract before starting the work involved in the change. SECTION NINE DEFAULT AND TERMINATION This Contract may be terminated by either party without prejudice to any other remedy that the non defaulting party may have if the other party defaults in performance of any provision of this Contract. The non defaulting party shall give the defaulting party 30 days written notice of the non defaulting party s intention to terminate this Contract, within which time the defaulting party may cure the default condition to the satisfaction of the nondefaulting party. Should the defaulting party be the Contractor, the Tribes may, pursuant to Section Three of this Contract, withhold any portion of the Contract price still owing at the time of default. The Tribes may also terminate this Contract for its convenience without cause. Should the Tribes elect to terminate under this subparagraph, the Tribes shall give the Contractor 15 days written notice of the termination. The Tribes shall pay for all work properly completed up to the effective date of the termination. Contractor shall have no additional rights as against the Tribes except for the payment provided under this subparagraph. This Contract is funded from appropriated funds or federal funds. Should those funds be reduced or eliminated, the Tribes may terminate or modify this Contract to reflect the change in funding. If this Contract is terminated under this subparagraph, Contractor shall be paid for all work properly completed up to the effective date of termination. Any work changes required as a result of the provisions of this Section shall be processed as provided under Section Eight above. Colville Tribal Gaming Commission Page 13 of 17 Posted: May 16, 2017, 7:30 am PST

14 SECTION TEN VENUE Venue for the resolution of any dispute that may arise under this Contract shall be in the Colville Tribal Court. Any dispute shall be determined under the laws of the Confederated Tribes of the Colville Reservation. SECTION ELEVEN TRIBAL EMPLOYMENT RIGHTS ORDINANCE The Colville Tribal Employment Rights Ordinance (TERO), including the 5 percent TERO fee, shall apply to this Contract to the extent any of the work to be performed under this Contract is performed on or near the Colville Reservation. No work shall take place until a TERO Compliance and Utilization Plan has been signed, approved, and filed with the TERO Office. The 5 percent TERO fee applies to all contracts over $5,000 where the Contractor is not a preference certified entity. SECTION TWELVE CONTRACT OFFICER Dorthey Zacherle is the designated Contract Officer (CO) for the purpose of this Contract and shall provide general administration of the Contract as the Tribes representative. The designated Contract Officer Representative (COR) for the purpose of this Contract shall be Chris O Neil, Gaming Commission Director. The COR shall provide specific administration of the Contract as the Tribes representative, and shall have authority to initiate Change Orders, including approval of compensation and expense payments. Contractor s representative for this project is Name, Title of Company, who shall be responsible for the conduct of the work completed hereunder, and who shall have signature authority for the Contractor for all matters related to this Contract. SECTION THIRTEEN REPORTING Contractor shall report to the COR or as requested by the COR. Reports may be made in writing or by fax, teleconference, or E mail, as directed by the CO. SECTION FOURTEEN INDEPENDENT CONTRACTOR Colville Tribal Gaming Commission Page 14 of 17 Posted: May 16, 2017, 7:30 am PST

15 It is understood that the Contractor is operating as an independent Contractor, and as such shall comply with all applicable laws and regulations and shall pay all applicable taxes and other assessments and hold the Colville Tribes harmless from the consequences of any act or omission of whatever kind or nature of Contractor or its employees or agents of whatever kind. Contractor shall not have any right as an employee of the Colville Tribes, and no employeeemployer relationship is established by this Contract. Further, the Contractor is responsible for reporting this income to the applicable federal and/or state agencies. The Contractor is responsible for all taxes associated with this income. SECTION FIFTEEN PROPRIETARY RIGHTS Contractor agrees that all proprietary rights, including patents and copyrights, contracted for or otherwise created for or on behalf of the Tribes shall be owned by the Confederated Tribes of the Colville Reservation. SECTION SIXTEEN RECORDS Contractor will maintain adequate financial records, in accordance with generally accepted accounting practices, such that the Contractor can clearly and easily identify all claimed costs and expenses and the relatedness of those costs and expenses to this Contract. SECTION SEVENTEEN PERFORMANCE BOND OR INCREASED RETAINAGE Contractor shall either provide a performance bond for the full Contract Price guaranteeing the faithful performance of this Contract or agree to an increase in the total amount retained from the Contract Price to 20 percent, which shall be released to the Contractor upon completion of this Contract. If the Performance Bond option is chosen, the bond shall be provided before the performance of any work under this Contract. CHECK ONLY ONE BOX BELOW: Check here if the Parties agree that Contractor will secure a Performance Bond instead of all retainage. Check here if the Parties agree that the Tribes shall retain 20 percent of the Contract Price instead of Contractor obtaining a Performance Bond. Colville Tribal Gaming Commission Page 15 of 17 Posted: May 16, 2017, 7:30 am PST

16 SECTION EIGHTEEN EMBEZZLEMENT The Contractor agrees to insert this clause in all subcontracts: Any officer, director, agent, employee or other person connected in any capacity with this Contract or any subcontract hereunder who embezzles, willfully misapplies, steals or obtains by fraud any of the money, funds, assets or property provided through this Contract may be subject to federal and tribal criminal prosecution and may be fined up to $10,000 or imprisoned for up to two years, or both if convicted. SECTION NINETEEN CERTIFICATION OF NON SEGREGATED FACILITIES By signing this Contract, the Contractor certifies that it does not maintain or provide for its employees any segregated facilities at any of Contractor s establishments, and that Contractor s employees are not permitted to perform their services at any location, under this Contract, where segregated facilities are maintained. The Contractor agrees that failure to abide this certification is a breach of this Contract. SECTION TWENTY NON DISCRIMINATION Title VI of the Civil Rights Act of 1964 (Public Law ; 42 USC 200d 1) provides that no person in the United States shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. SECTION TWENTY ONE WARRANTY OF SPECIAL EXPERTISE The Contractor warrants that he has the educational credentials, expertise, and training required to accomplish the purposes of this contract. SECTION TWENTY TWO COMPLIANCE WITH APPLICABLE LAW By acceptance of this Contract, the Contractor agrees that it will comply with this and all other applicable tribal, state, and federal laws. Colville Tribal Gaming Commission Page 16 of 17 Posted: May 16, 2017, 7:30 am PST

17 SECTION TWENTY THREE DRUG AND ALCOHOL FREE WORKPLACE The Contractor shall at all times when within the jurisdiction of the Tribes maintain a drug and alcohol free workplace, and shall take reasonable steps to insure that no employees of, nor subcontractors of the Contractor are allowed to work while under the influence of illegal drugs or of alcohol, and that no such illegal drugs or alcohol are allowed at any time at the work site. Failure to comply with this paragraph is grounds for immediate termination of this Contract. IN WITNESS WHEREOF, the parties have executed this Contract at Nespelem, Colville Indian Reservation. Date Confederated Tribes of the Colville Reservation Date Authorized Representative, Title, Company Colville Tribal Gaming Commission Page 17 of 17 Posted: May 16, 2017, 7:30 am PST

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

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

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

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

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

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

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

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

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

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

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More 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

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

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

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

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

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

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION Acquisition Management On behalf of Career Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000

More 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

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 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

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

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

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

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

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

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

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

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

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

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

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

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

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

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

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

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

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

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

Intergovernmental Agreement

Intergovernmental Agreement Intergovernmental Agreement Date: July 1, 2013 Parties: Yavapai County Free Library District, an Arizona library district ( District ) Yavapai County Education Service Agency ( YCESA ), the statutory educational

More information

E-Rate Services Agreement

E-Rate Services Agreement E-Rate Services Agreement Date: July 1, 2013 Parties:, an Arizona charter school ( Charter School ) Yavapai County Education Service Agency ( YCESA ), the statutory educational service agency for Yavapai

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

Any questions regarding this RFP should be ed to John Peters

Any questions regarding this RFP should be  ed to John Peters NORTH COUNTRY SUPERVISORY UNION REQUEST FOR PROPOSALS PowerSchool and Database Services Support Proposals must be received no later than 3:00 p.m. January 17, 2018 North Country Supervisory Union Attn:

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

Invitation To Bid B15/9886

Invitation To Bid B15/9886 Invitation To Bid B15/9886 4905 East Broadway, D-113 Bid No. B15/9886 Tucson, AZ 85709-1420 Requisition No. Telephone (520) 206-4759 Buyer J Posz Date Page 1 Of 4 Bid must be in this office on or before:

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

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

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

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

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

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

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

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

More information

Request for Proposals: Environmental Site Assessment for Single Property

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

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

CITY OF NAPLES, FLORIDA

CITY OF NAPLES, FLORIDA CITY OF NAPLES, FLORIDA Bid/Proposal No. 046-09 AGREEMENT (PROFESSIONAL SERVICES) Contract No. Project Name East Naples Solana Road Booster Pump Stations Improvement THIS AGREEMENT (the Agreement ) is

More information

Request for Proposal. For Financial and Accounting Services

Request for Proposal. For Financial and Accounting Services Request for Proposal For Financial and Accounting Services Issued: Tuesday, February 20, 2018 Submission Deadline: Wednesday, March 21, 2018, 4:00 PM South Bayside Waste Management Authority (SBWMA) Attention:

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

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

This form will be made a part of any resultant purchase order or subcontract SECTION I

This form will be made a part of any resultant purchase order or subcontract SECTION I Procurement of material, services and supplies for a United States Government contract requires that prime contractors, subcontractors and suppliers comply with socioeconomic programs enacted into public

More information

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

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

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

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

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. AGREEMENT made as of the day of, 201. BETWEEN the Owner:

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

BENTON COUNTY PERSONAL SERVICES CONTRACT

BENTON COUNTY PERSONAL SERVICES CONTRACT BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and hereinafter called CONTRACTOR.

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE Department of Health and Human Services Division of Mental Health, Developmental Disabilities and Substance Abuse Services Certification for Contracts,

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

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN 1. CONTRACT: This contract is entered into by and between Spokane Regional Clean Air Agency (SRCAA) and (CONTRACTOR) to provide certain services to SRCAA.

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES REQUEST FOR PROPOSAL FOR CASH MANAGEMENT SERVICES The Rappahannock, Shenandoah and Warren Regional Jail, also known as RSW Regional Jail, is soliciting sealed proposals from qualified financial institutions

More information

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal

More information

LOCKHEED MARTIN CORPORATION CORPDOC 2B

LOCKHEED MARTIN CORPORATION CORPDOC 2B LOCKHEED MARTIN CORPORATION CORPDOC 2B FEDERAL ACQUISITION REGULATION (FAR) AND NATIONAL AERONAUTICS AND SPACE ADMINISTRATION FAR SUPPLEMENT (NASA FARS) FLOWDOWN PROVISIONS FOR SUBCONTRACTS/PURCHASE ORDERS

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

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

City of Loveland, Ohio

City of Loveland, Ohio City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information

More information

Federal Certification Forms

Federal Certification Forms Federal Certification Forms Document 1. HUD Certificate Regarding Debarment and Suspension Instructions for Completion Submit with contract at execution. 2. EEO Certification Submit with contract at execution.

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

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

More information

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK MAY 1, 2018 Effective Date: January 1, 2019 1 Introduction A. Overview and Reason for Competitive Request for Proposal Overland Park, Kansas

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

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

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

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

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

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

REPRESENTATIONS AND CERTIFICATIONS For the Pacific Northwest National Laboratory

REPRESENTATIONS AND CERTIFICATIONS For the Pacific Northwest National Laboratory REPRESENTATIONS AND CERTIFICATIONS For the Pacific Northwest National Laboratory Operated by has executed and is engaged in the performance of Prime Contract DE-AC05-76RL01830 with the United States Department

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

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information