Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Size: px
Start display at page:

Download "Housing Authority of the Cherokee Nation REQUEST FOR BIDS"

Transcription

1 Housing Authority of the Cherokee Nation REQUEST FOR BIDS Solicitation # Background Check Services Bid Due Date: Tuesday November 25th, 2014 at 10:00 A.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK (918)

2 Housing Authority of the Cherokee Nation BID REQUEST The Housing Authority of the Cherokee Nation is seeking bids from firms qualified to perform background checks for the Housing Management Department. TO BE CONSIDERED A RESPONSIVE/RESPONSIBLE BIDDER, THE MANDATORY BID REPONSE SHEET MUST BE FULLY COMPLETED. Bids are due no later than Tuesday November 25th, 2014 AT 10:00 A.M. The lowest most responsive, responsible bid will be the determining factor in awarding this bid based on The Housing Authority of the Cherokee Nation Procurement Policy and Procedure. The HACN reserves the right to reject any and all bids. Bids are due Tuesday November 25th, 2014 at 10:00 A.M. MANDATORY SUBMITTAL INFORMATION: Bid submittal requirements must be followed. Each bid must be submitted on the prescribed, required form with all areas completed. If forwarded by mail, the envelope containing the bid and all other required, completed documents must be received on or before due date listed and must be clearly identified Bid Enclosed Attn: Herman Augerhole. Bids may be mailed to the Housing Authority of the Cherokee Nation, Attn: Herman Augerhole, P.O. Box 1007, Tahlequah, OK Bids may be faxed to the attention of Herman Augerhole at (918) or ed to herman.augerhole@hacn.org, it is the bidder s responsibility to ensure delivery of bids by Tuesday November 25th, 2014 by 10:00 A.M. Any bids received after the designated date and time will be ineligible for award. Bid Acceptance: Bids will be accepted from Cherokee, Tribal, Indian and Non-Indian bidders. Tribal and Indian preference will be given ONLY to offerors who provide current certification from the Tribal Employment Rights Office (TERO) located at the Cherokee Nation of Oklahoma, P.O. Box 948, Tahlequah, Oklahoma 74465, telephone number (918) Failure to submit the TERO certification with the bid, or within three (3) days of deadline may result in denial of Indian Preference. This contract is subject to section 7 (b) of the Indian Self-Determination and Education Assistance Act which requires in part that to the greatest extent feasible, preference in the award of contracts and subcontracts shall be given to Indian Organizations and Indian Owned Economic Enterprises. Housing Authority of the Cherokee Nation reserves the right to reject any and all bids. Housing Authority of the Cherokee Nation reserves the right to determine if a bid meets stated requirements and to award a contract for the bid that is in the best interest of the Housing Authority of the Cherokee Nation including but not limited to the total cost and capability of the bidder. Bidders are responsible for any and all costs associated with the preparation and submission of bids. To be considered, bids must be received by the specified date and time; any bid received after stipulated date and time will be returned unopened. No bidder may withdraw their bid within 30 days after proposal due date. 2

3 TERO Certification: Indian preference will be given only to bidders who provide proof of current certification from the Cherokee Nation Tribal Employments Office (TERO) located in Tahlequah, Oklahoma, telephone number (918) Proof of TERO certification must accompany and be included in bid submittal. Method of Award Lowest Bid That Contains Lowest Most Responsive/Reasonable Offer From Qualified Bidder: After consideration of price and other factors, the contract will be awarded to the bidder whose bid is determined to be the lowest most responsive/reasonable offer and in the best interest of the Nation to accept in accordance with the Housing Authority of the Cherokee Nation Procurement Policy and Procedure. Award shall be made under unrestricted solicitations to the lowest, most responsive/reasonable bid from a qualified economic enterprise or organization within the maximum total budget price established for the specific project or activity being solicited. The HACN reserves the right to reject any and all bids. TERO Preference will be given only to bidders who provide proof of current TERO certification from the Cherokee Nation Tribal Employments Office (TERO). Proof of TERO certification must accompany and be included in bid submittal. Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters: The responding party certifies to the best of its knowledge and belief that the person, the firm, or any of its principals are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency or Indian tribe. The bidder will also certify they have not, within a three-year period preceding this Request for Proposal, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, Local or Tribal) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commissions of embezzlement, theft, forgery, bribery, falsifications or destruction of records, making false statements, and are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in this provision. The responding party certifies they have not, within a three-year period preceding this Request for Proposal, had one or more contracts terminated for default by a Federal, State, Local or Tribal agency. The responding party shall provide immediate written notice to the Housing Authority of the Cherokee Nation if, at any time prior to contract award, the person learns its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. General Information: Housing Authority of the Cherokee Nation reserves the right to waive any informalities or to reject any and all bids. Award of contract will be to the lowest most responsible responsive bidder and will be subject to availability of funds. Indian preference will be given to Contractors certified as an Indian-Owned firm by the Cherokee Nation Tribal Employment Rights Office (T.E.R.O.). Proof of certification 3

4 must accompany all bids. No bidder may withdraw their bid within thirty (30) days after bid opening date. **FAILURE TO SUBMIT ALL PAPERWORK BY DEADLINE WILL RESULT IN AWARD BEING REVOKED** The required documents must accompany bid submittal to be eligible: TERO Certificate Front & Back (if applicable) Scope of Work The Housing Authority of the Cherokee Nation is looking for one (1) price for a complete package of these items: Nationwide Criminal Search National Known Sex Offender Search Social Security Verification Previous Address Update Death Master Index Checks all Alias Names for Criminal Records There are to be no package add-ons, no additional fees or expenses, including but not limited to state fees, court access fees, county fees and registry fees. Additionally there is to be no activation fee. Turnaround time to be hours for background check request. Requests are preferred to be sent online. 4

5 Housing Authority of the Cherokee Nation MANDATORY BID RESPONSE SPREADSHEET Price for complete package: $ (275 estimated average searches per month, package to include: National Criminal Search, National Known Sex Offender Search, Social Security Verification, Previous Address Update, Death Master Index, Checks all Alias Names for Criminal Records) NOTE TO BIDDERS REGARDING INDIAN PREFERENCE: (Check One) TERO Certified Contractor: Yes No (Proof of certification must accompany all bids) SUBMITTED: Company Name Company Address Phone Number Authorized Signature Print Name & Title 5

6 SAMPLE CONTRACT FOR CRIMINAL BACKGROUND SERVICES # This CONTRACT FOR CRIMINAL BACKGROUND SERVICES is entered into this day of, by and between the HOUSING AUTHORITY OF THE CHEROKEE NATION (HACN) located at, and, (hereinafter called CONTRACTOR), located at. The HACN and CONTRACTOR agree as set forth below: CONTRACTOR S RESPONSIBILITIES The CONTRACTOR shall be responsible for the professional quality, technical accuracy of all services furnished by the CONTRACTOR under this contract. The CONTRACTOR shall, without additional compensation, correct or revise any errors or deficiencies in its services. The CONTRACTOR shall complete requested services within days of notification by the Housing Authority. Notification to contractor shall be confirmed by submitting online of ing request for criminal background information. In the event any requested service is expected to require more than days, the CONTRACTOR shall notify the Housing Authority accordingly. In the event the CONTRACTOR cannot or does not complete the request within days; the HACN may exercise its option to obtain the services from another business. Neither the HACN s review, approval or acceptance of, nor payment for, the services required under this contact shall be construed to operate as a waiver of any rights under this contract or of any cause of action arising out of the performance of this contract. The CONTRACTOR shall be and will remain liable to the HACN in accordance with applicable law for all damages to the HACN caused by the CONTRACTOR s negligent performance of any of the services furnished under this contract. The rights and remedies of the HACN provided for under this contract are in addition to any other rights and remedies provided by law. If the CONTRACTOR comprises more than one legal entity, each such entity shall be jointly and severally liable hereunder. HACN RESPONSIBILITIES In addition to requesting services to be performed, the HACN shall designate the representative authorized to act in its behalf and will be included in the submittal request online or by to the CONTRACTOR. 6

7 SCHEDULE OF COMPENSATION DESCRIPTION AMOUNT Payments to be made upon acceptance of work, which meets the standards of quality, established under the contract. Invoices shall be submitted and shall include a breakdown of work completed. CONTRACT TERMS The Contract shall begin on the date of execution and continue for a period NOT TO EXCEED one (1) year. If it is determined to be in the best interest of the HACN, this contract may be extended for an additional 1-year period, but will not exceed a period of two (2) years total. TERMINATION OR CANCELLATION CLAUSE The HACN may terminate the Contractor s right to proceed under this contract with or without cause. Such termination shall be effective immediately upon delivery of written notice to the Contractor. If the HACN terminates without cause, the Contractor shall be paid a fair and reasonable amount for the work properly completed prior to the notice of termination. Should the CONTRACTOR wish to terminate or cancel any contracted work, it may do so by informing the HACN of its intent with written notice. The CONTRACTOR agrees to request no further compensation and understands the HACN will make no payment for any work canceled at the CONTRACTOR S request. ENTIRE CONTRACT AND MODIFICATION AMENDMENT This Contract represents the entire and exclusive statement of Contract of the Parties and may be modified or amended only by a written statement signed by each Party. Such modification or amendment shall be attached to, and shall thereupon become a part of this Contract. INDEPENDENT CONTRACT It is understood and agreed that the CONTRACTOR is engaged to perform services under this Contract as an independent Contractor and not as an Agent of HACN. The Parties hereto agree that no Party has any relationship with, or contractual liability to the other with respect to the subject matter of this Contract, other than as set forth herein. 7

8 THE WORK TO BE PERFORMED UNDER THIS CONTRACT AGREEMENT is on a project subject to section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450E(b)). Section 7(b) requires that to the greatest extent feasible (I) preference and opportunities for training and employment shall be given to Indians, and (ii) preferences in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. The parties to this contract shall comply with the provisions of said Section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450E (b)) and all HUD requirements adopted pursuant to section 7(b). In connection with this contract, the parties shall, to the greatest extent feasible, give preference in the award of any subcontracts to Indian Organizations and Indian-owned Economic Enterprises, and preferences and opportunities for training and employment to Indians. This section 7(b) clause shall be incorporated into every subcontract in connection with the project. Upon a finding by the HACN or HUD that any party to this contract is in violation of the Section 7(b) clause, said party shall at the direction of the HACN, take appropriate remedial action pursuant to the contract. The Parties hereto have caused this Agreement to be effective on this date. HOUSING AUTHORITY OF THE CHEROKEE NATION PROFESSIONAL CONTRACTOR BY: BY: Contractor TITLE: TITLE: 8

REQUEST FOR BIDS BACKGROUND CHECK SERVICES. Bids Due: January 18th, 2017 at 10:00 A.M.

REQUEST FOR BIDS BACKGROUND CHECK SERVICES. Bids Due: January 18th, 2017 at 10:00 A.M. REQUEST FOR BIDS BACKGROUND CHECK SERVICES Bids Due: January 18th, 2017 at 10:00 A.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482 Housing Authority of the

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS 2018-2019 Two (2) Quad Cab 4x4 Trucks Bid Due Date: November 2, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR SEALED BIDS CAFETERIA FOODS & MISCELLANEOUS PAPER GOODS Bid Due Date: February 13, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE

More information

CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION BIDDER/PROPOSER: CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION PRIMARY COVERED TRANSACTIONS MUST BE COMPLETED BY BIDDER FOR CONTRACT VALUE

More information

U.S. DEPARTMENT OF AGRICULTURE. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions

U.S. DEPARTMENT OF AGRICULTURE. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions U.S. DEPARTMENT OF AGRICULTURE Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions This certification is required by the regulations implementing

More information

Attachment C Federal Clauses & Certifications

Attachment C Federal Clauses & Certifications 1.0 No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or

More information

Required Federal Forms

Required Federal Forms ATTACHMENT D Required Federal Forms Forms to be Submitted with the Proposal 10-F: Certification of Consultant, Commissions & Fees 10-O1: Consultant Proposal DBE Commitment 15-H: 12-G: 10-P: 10-Q: Good

More information

October 17, Dear Vendors: Reference: RFQ No. FY Subject: Enterprise Risk Management Evaluation

October 17, Dear Vendors: Reference: RFQ No. FY Subject: Enterprise Risk Management Evaluation October 17, 2018 Dear Vendors: Reference: RFQ No. FY19-17106 Subject: Enterprise Risk Management Evaluation AAMVA is hereby requesting quotes on Enterprise Risk Management assessment. Please make sure

More information

Certifications. Form AD-1047 (1/92)

Certifications. Form AD-1047 (1/92) Form AD-1047 (1/92) Certifications The following instructions and forms are included for informational purposes only. Certifications are accomplished by signing Form CSREES-2002, Proposal Cover Page. Please

More information

KEN BASS DIRECTOR OF PURCHASING Phone: NORTH 5 TH STREET Fax: NOTICE TO BIDDERS

KEN BASS DIRECTOR OF PURCHASING Phone: NORTH 5 TH STREET Fax: NOTICE TO BIDDERS KEN BASS DIRECTOR OF PURCHASING Phone: 254-759-5627 214 NORTH 5 TH STREET Fax: 254-757-5068 WACO, TEXAS 76701 Email: ken.bass@co.mclennan.tx.us NOTICE TO BIDDERS Sealed bids will be received by the McLennan

More information

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION I. PURPOSE REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION TERMS, CONDITIONS AND SPECIFICATIONS The Florida Department of

More information

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017 SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL Issued: June 2, 2017 Proposals Due: Thursday, June 22, 2017 SCOTT COUNTY CDA, Shakopee,

More information

Persons submitting this form should refer to the regulations referenced below for complete instructions:

Persons submitting this form should refer to the regulations referenced below for complete instructions: Certification of Drug-Free Work Environment Certifications Regarding Debarment, Suspension and Other Responsibility Matters, Drug-Free Workplace Requirements and Lobbying Persons submitting this form should

More information

Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments

Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments DATE ISSUED: March 11, 2019 SUBMITTAL DEADLINE: SUBMIT TO: March 29, 2019 at 4:00 pm Rebecca Calija-RFQ Landscaping

More information

Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD

Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD 20850 301-984-1908 www.potomacriver.org Request for Proposal A Review of the Potomac River Low Flow Allocation

More information

CBA. Procurement: General Procurement Policies

CBA. Procurement: General Procurement Policies Procurement: General Procurement Policies Standard Procurement Processes Except as described below regarding exceptions, procurements by the District must be conducted using a standard procurement process.

More information

Minnesota Department of Health Tribal Governments Grant Agreement

Minnesota Department of Health Tribal Governments Grant Agreement Instructions for completing this form are in blue and bracketed. Fill in every blank and delete all instructions, including these instructions, before sending this document to Financial Management for

More information

ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, Inc. REPRESENTATIONS AND CERTIFICATIONS (Must be completed and returned)

ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, Inc. REPRESENTATIONS AND CERTIFICATIONS (Must be completed and returned) ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, Inc. REPRESENTATIONS AND CERTIFICATIONS (Must be completed and returned) Date: The Contractor, by checking the appropriate boxes, makes the following

More information

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION BID NUMBER: SOQ/DA-18/19-1 OPENING DATE: JUNE 22, 218 @ 2: P.M. I. PURPOSE REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION TERMS,

More information

CITY OF SAN ANGELO REQUEST FOR PROPOSALS

CITY OF SAN ANGELO REQUEST FOR PROPOSALS CITY OF SAN ANGELO REQUEST FOR PROPOSALS Parks & Recreation Putt-Putt Golf Course SUBMISSION FORMS RFP No: PK-01-14 City of San Angelo 72 West College Avenue San Angelo, Texas 76902 CITY OF SAN ANGELO

More information

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUEST FOR PROPOSAL Enterprise Asset Management System City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:

More information

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM LETTER OF INTEREST (LOI) FOR RAPID RE-HOUSING PROGRAM COUNTY OF SACRAMENTO DEPARTMENT OF HUMAN ASSISTANCE Included in this LOI: Section I Section

More information

WASHINGTON COUNTY PUBLIC SCHOOLS Downsville Pike, Hagerstown, Maryland 21740

WASHINGTON COUNTY PUBLIC SCHOOLS Downsville Pike, Hagerstown, Maryland 21740 WASHINGTON COUNTY PUBLIC SCHOOLS 10435 Downsville Pike, Hagerstown, Maryland 21740 MANDATORY BID/PROPOSAL AFFIDAVIT COMAR 21.05.08.07 Bidder shall complete and submit this bid/proposal affidavit to the

More information

ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS

ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS This addendum modifies or interprets the proposal documents by additions,

More information

Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS

Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS LEGAL & AUTHORIZING SIGNATURES Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS Agency Name: Telephone: Web Address: Primary Mailing Address/City/State/Zip: Secondary

More information

REQUEST FOR PROPOSAL. No Ruby Training Services. July American Association of Motor Vehicle Administrators

REQUEST FOR PROPOSAL. No Ruby Training Services. July American Association of Motor Vehicle Administrators REQUEST FOR PROPOSAL No. 16-076 Ruby Training Services July 2017 American Association of Motor Vehicle Administrators Table of Contents 1. INTRODUCTION... 2 1.1. PURPOSE AND BACKGROUND... 2 1.2. OBJECTIVE...

More information

February 7, Dear Vendors: Reference: RFQ No. FY Video Services for Law Enforcement. Subject: Video Production Services

February 7, Dear Vendors: Reference: RFQ No. FY Video Services for Law Enforcement. Subject: Video Production Services February 7, 2018 Dear Vendors: Reference: RFQ No. FY18-046 Video Services for Law Enforcement Subject: Video Production Services AAMVA is hereby requesting quotes on the following services below. Please

More information

Recitals. Grant Agreement

Recitals. Grant Agreement If you circulate this grant agreement internally, only offices that require access to the tax identification number AND all individuals/offices signing this grant agreement should have access to this document.

More information

Notice to Interested Parties

Notice to Interested Parties COUNTY OF EL PASO 500 E. San Antonio, Suite PU500 El Paso, Texas 79901 (915) 546-2048 (915) 546-8180 Fax Notice to Interested Parties Sealed Request for Proposals (RFP) will be received at the County Purchasing

More information

Notice to Interested Parties

Notice to Interested Parties COUNTY OF EL PASO 500 E. San Antonio, Suite PU500 El Paso, Texas 79901 (915) 546-2048 (915) 546-8180 Fax Notice to Interested Parties Sealed Request for Proposals (RFP) will be received at the County Purchasing

More information

Request for Qualifications RFQ #

Request for Qualifications RFQ # Professional Engineering, Surveying and Environmental Continuing Contract Services Request for Qualifications RFQ #2018-02 Facilities & Operations St. Johns County School District 3740 International Golf

More information

REQUEST FOR PROPOSAL Police Department Roof System Renovation

REQUEST FOR PROPOSAL Police Department Roof System Renovation City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Police Department Roof System Renovation Issue Date: Thursday September 18, 2014 Bid Number:

More information

AVIATION AUTHORITY POLICY. 400: FISCAL MATTERS Effective: 06/02/16

AVIATION AUTHORITY POLICY. 400: FISCAL MATTERS Effective: 06/02/16 PURPOSE: To establish a policy by which a Contractor (as defined below) may be suspended or debarred from doing business with the Authority. GENERAL: The Authority will strive to only solicit offers from,

More information

Vendor Certifications and Representations

Vendor Certifications and Representations Vendor Certifications and Representations The vendor represents and certifies as part of its proposal/quotation that: (Please check or complete all applicable boxes or blocks and initial each page at the

More information

Diesel Engine Replacement for. Gillig Low Floor Buses

Diesel Engine Replacement for. Gillig Low Floor Buses JACKSON AREA TRANSPORTATION AUTHORITY INVITATION FOR BID (IFB 2016-01) Diesel Engine Replacement for Gillig Low Floor Buses Issue date: January 13, 2017 Bid due date and time: February 10, 2017 by 3 P.M.

More information

BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT

BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT Please read carefully all information contained in the Project Manual and follow instructions for completion of each document required.

More information

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS SECTION 1. BID FORM A. GENERAL SECTION 00 21 13 INSTRUCTIONS TO BIDDERS (1) Sealed bids will be received in the office of the Director of Administration, City Hall, Covington, Louisiana, 317 N. Jefferson

More information

REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS

REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS NOTE: If the offeror has registered at the SAM (System For Award Management) site https://www.sam.gov for the Federal representations and certifications,

More information

H. Assurances and Certifications Form

H. Assurances and Certifications Form H. Assurances and Certifications Form The authorized representative agrees to comply with all applicable State and Federal laws and regulations governing the Workforce Innovation and Opportunity Act, Local

More information

APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS. 3. Acknowledgement of Receipt of Addenda Form

APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS. 3. Acknowledgement of Receipt of Addenda Form APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS 1. Transmittal Letter 2. Bid/Proposal Affidavit 3. Acknowledgement of Receipt of Addenda Form 3. MBE Attachment M1-A This form MUST be provided or the Proposal

More information

REQUEST FOR PROPOSAL. No PowerShell Training Services. July American Association of Motor Vehicle Administrators

REQUEST FOR PROPOSAL. No PowerShell Training Services. July American Association of Motor Vehicle Administrators REQUEST FOR PROPOSAL No. 16-077 PowerShell Training Services July 2017 American Association of Motor Vehicle Administrators Table of Contents 1. INTRODUCTION... 2 1.1. PURPOSE AND BACKGROUND... 2 1.2.

More information

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI Invitation for Bid. 28475 Caustic Soda 50% T. F. Green Airport, Warwick, RI August 27, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide, on an as-needed basis approximately nine

More information

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING

More information

Request for Proposal. RFP # Non-Profit, Sports Photography

Request for Proposal. RFP # Non-Profit, Sports Photography 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 # 17-0303-1, Sports Photography This procurement

More information

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted

More information

Bids Due: March 16, 2018

Bids Due: March 16, 2018 4050 Esplanade Way Tallahassee, FL 32399-0950 Tel: 850-488-2786 Fax: 850-922-6149 Rick Scott, Governor Erin Rock, Secretary STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF STATE PURCHASING

More information

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install

More information

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) U.S. Department of Housing and Urban Development Office of Public and Indian Housing Office of Labor Relations

More information

REPRESENTATIONS AND CERTIFICATIONS Contract: SPRHA1-18-D-0002

REPRESENTATIONS AND CERTIFICATIONS Contract: SPRHA1-18-D-0002 DBA: CAGE CODE: Sole Proprietor Corporation Partnership LLC page 1/5 REPRESENTATIONS AND CERTIFICATIONS Contract: SPRHA1-18-D-0002 THIS INFORMATION MUST BE COLLECTED IN ORDER TO COMPLY WITH DCMA, FAR,

More information

FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000

FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000 FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000 1.0 GENERAL This Contract is subject to the terms of a financial assistance contract between the Santa Cruz Metropolitan

More information

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO BIDDERS Medical Center Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the

More information

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) U.S. Department of Housing and Urban Development Office of Public and Indian Housing Office of Labor Relations

More information

DESIGN - BUILD PROPOSAL OF

DESIGN - BUILD PROPOSAL OF DESIGN - BUILD PROPOSAL OF (Proposer's Firm Name) (Prequalified Name, if Applicable) (Proposing Firm's Physical Address - City - State -- Zip) F.E.I.D. No. Telephone No. FAX No. Email Address for constructing

More information

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED BEDFORD COUNTY R E Q U E S T F O R P R O P O S A L S CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED PUBLIC

More information

ATTACHMENT A. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES (applicable if an MBE goal is set)

ATTACHMENT A. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES (applicable if an MBE goal is set) ATTACHMENT A BID/PROPOSAL AFFIDAVIT Page 1 of 7 A. AUTHORIZED REPRESENTATIVE I HEREBY AFFIRM THAT: I am the (title) and the duly authorized representative of (business) and that I possess the legal authority

More information

SOLICITATION OVERVIEW

SOLICITATION OVERVIEW IMPRINTED PENS FOR ICVB DUE: 07/17/15 SOLICITATION OVERVIEW The City of Irving is soliciting bids for: TITLE: Imprinted Pens for Irving Convention and Visitors Bureau ITB Number: 176D-15 Commodity: 9305

More information

( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE

( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE BRIDGE D-401 AGRMT No: (8.12.2005) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE THIS AGREEMENT, numbered in COMMONWEALTH files, made and entered into this day of, by and between

More information

31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3,

31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3, 31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3, 2012 1.03 BOARD OF TRUSTEES OF COMMUNITY COLLEGE DISTRICT NO. 508 COUNTY OF COOK AND STATE OF ILLINOIS RESOLUTION TO AMEND DEBARMENT

More information

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT REQUEST FOR QUALIFICATIONS: GENERAL CONTRACTORS SPECIALIZING IN ELECTRICAL, PLUMBING, ROOFING, LEAD HAZARD CONTROL, AND NEW RESIDENTIAL CONSTRUCTION FOR

More information

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER NAME: PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER NUMBER: PODCPF/TENDER/1/2013 SECRETARIAT OFFICE,

More information

Notice to Interested Parties

Notice to Interested Parties COUNTY OF EL PASO County Purchasing Department 500 East San Antonio, Suite PU500 El Paso, Texas 79901 (915) 546-2048 (915) 546-8180 Fax Notice to Interested Parties Sealed bids will be received at the

More information

Butte School District #1 Request for Proposal (RFP)

Butte School District #1 Request for Proposal (RFP) Certification Request for Proposal (RFP) Bid Acknowledgement Form Bread Products The Respondent herby certifies by submission and signature of this proposal that the Respondent complies fully with this

More information

ATTACHMENT ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM

ATTACHMENT ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM ATC ID Number: ATTACHMENT 3.4.3.2 ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM ATC Name-Description: OFFEROR: DATE ATC SUBMITTED: NOTE: ATC Summary shall be limited to four pages, 12-pt font, single

More information

Procurement Guidelines for. the Japanese Grants. (Type I)

Procurement Guidelines for. the Japanese Grants. (Type I) Procurement Guidelines for the Japanese Grants (Type I) Jan 2016 JAPAN INTERNATIONAL COOPERATION AGENCY (JICA) Procurement Guidelines for the Japanese Grants (Type I) Table of Contents Preface... 5 Chapter

More information

Sunnyside Valley Irrigation District

Sunnyside Valley Irrigation District 2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:

More information

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM SPONSORED PROJECTS SERVICES 888 NORTH EUCLID AVENUE, ROOM 510 TUCSON, AZ 85721 PHONE (520)626 6000/FAX (520)626 4137 Proposal Title: UNIVERSITY OF ARIZONA INFORMATION (to be completed by UA department)

More information

State of Florida PUR 1001 General Instructions to Respondents

State of Florida PUR 1001 General Instructions to Respondents State of Florida PUR 1001 General Instructions to Respondents Contents 1. Definitions. 2. General Instructions. 3. Electronic Submission of Responses. 4. Terms and Conditions. 5. Questions. 6. Conflict

More information

NAVAJO NATION DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS

NAVAJO NATION DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS PROPOSAL DUE DATE: CONTACT PERSON: E-MAIL PROPOSALS TO: February 19, 2016; 5:00PM MST Ethel Branch, Attorney General Office of the Attorney General Department of Justice (928) 871-6345 ebranch@nndoj.org

More information

HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN SAMPLE CONTRACT NO DEVELOPMENT PARTNER

HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN SAMPLE CONTRACT NO DEVELOPMENT PARTNER Attachment J CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND COMPANY NAME INTRODUCTION This contract by and between the Housing Authority of the County of San Joaquin (hereinafter

More information

NEW YORK CITY TRANSIT AUTHORITY. Division of Materiel. Schedule F

NEW YORK CITY TRANSIT AUTHORITY. Division of Materiel. Schedule F NEW YORK CITY TRANSIT AUTHORITY Schedule F FEDERAL CERTIFICATION, DISCLOSURE, DISADVANTAGED BUSINESS ENTERPRISE AND EQUAL EMPLOYMENT OPPORTUNITY FORMS Page No. Certification Regarding Debarment, Suspension,

More information

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM Proposal Title: UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM SPONSORED PROJECTS SERVICES 888 NORTH EUCLID AVENUE, ROOM 510 TUCSON, AZ 85721 PHONE (520)626 6676/FAX (520)626 4137 SPS SUBAWARDS@EMAIL.ARIZONA.EDU

More information

INVITATION FOR BID Annual Water Meter Purchase

INVITATION FOR BID Annual Water Meter Purchase Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 INVITATION FOR BID Annual Water Meter Purchase Issue Date: February 16, 2017 Bid Number: 17-006 Agent/Contact: David Bries Submissions

More information

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW INVITATION TO BID Sealed bids will be received by the City of Foley at Foley City Hall, 407 East Laurel Avenue, Foley, Alabama 36535 or P.O. Box 1750, Foley, Alabama 36536 until 11:00 a.m., Tuesday, December

More information

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M. REQUEST FOR PROPOSAL ARCHITECTURAL SERVICES Proposals will be received by the City of Topeka, Kansas at the Contracts & Procurement Office until 2:00 PM, local time March 14, 2008 for the purpose of furnishing

More information

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Filters, Brake Drums & Brake Shoes IFB-19-1807-4B This

More information

SOLICITATION OVERVIEW

SOLICITATION OVERVIEW PURCHASE OF OFFSET PRINT PRESS DUE: 12/1/16 SOLICITATION OVERVIEW The City of Irving is soliciting bids for: TITLE: Purchase of Offset Print Press ITB Number: 061M-17F Commodity: 5550 Printers, Desktop

More information

Suspension and Debarment Policy

Suspension and Debarment Policy Suspension and Debarment Policy Kentucky Housing Corporation, as the housing finance agency for the Commonwealth of Kentucky, is charged with the allocation and administration of multiple federal and state

More information

LOAN GUARANTEE AGREEMENT. dated as of [ ], 20[ ] among. THE HOLDERS identified herein, their successors and permitted assigns, and

LOAN GUARANTEE AGREEMENT. dated as of [ ], 20[ ] among. THE HOLDERS identified herein, their successors and permitted assigns, and [FLOATING RATE GUARANTEED OBLIGATIONS] LOAN GUARANTEE AGREEMENT dated as of [ ], 20[ ] among THE HOLDERS identified herein, their successors and permitted assigns, and THE UNITED STATES DEPARTMENT OF ENERGY,

More information

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS SAMPLE THIS MASTER GRANT CONTRACT, and amendments and supplements thereto, is between the State of Minnesota, acting through

More information

N.J.A.C. 17: Causes for debarment of a firm(s) or an individual(s)

N.J.A.C. 17: Causes for debarment of a firm(s) or an individual(s) N.J.A.C. 17:19-4.1 Causes for debarment of a firm(s) or an individual(s) (a) In the public interest, the DPMC may debar a firm or an individual for any of the following causes: 1. Commission of a criminal

More information

SALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA

SALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA GAINESVILLE REGIONAL UTILITIES CITY OF GAINESVILLE, FLORIDA Invitation to Bid No. 2011-103 Issue Date: February 28, 2012 Non Mandatory Site Visit Dates and Times: March 14, 2012 @ 9:00-9:50a; 10:00-10:50a

More information

Tulsa Community College

Tulsa Community College Tulsa Community College Request for Proposal For Banking Services Project #: RFP-17001-BC RFP Issue Date: October 14, 2016 Proposal Due Date/Time: October 28, 2016 2:00 PM CST Submit Proposals to: Tulsa

More information

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 24909

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 24909 CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 24909 SECTION I -- GENERAL INFORMATION A. Legal name of the Disclosing Party submitting the

More information

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number: INVITATION TO BID Date: April 13, 2018 From: KENAI PENINSULA BOROUGH SCHOOL DISTRICT Purchasing Department 139 East Park Avenue Soldotna, Alaska 99669 (907)714-8876 BID NUMBER: #125-18 BID DUE DATE: 4:00

More information

CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES DEBARMENT RULES

CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES DEBARMENT RULES CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES DEBARMENT RULES Effective March 28, 2012-1 - City of Chicago Debarment Rules Section I. Scope of Rules. These Rules: (a) Prescribe policies and procedures

More information

Attachment 1 Federal Requirements for Procurements in Excess of $150,000 Not Including Construction or Rolling Stock Contracts

Attachment 1 Federal Requirements for Procurements in Excess of $150,000 Not Including Construction or Rolling Stock Contracts 1.0 No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or

More information

INVITATION FOR BID Bid #1012 Ambulance Graphics

INVITATION FOR BID Bid #1012 Ambulance Graphics INVITATION FOR BID Bid #1012 Ambulance Graphics St. Charles County Ambulance District ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376

More information

1995 Metric For Routine Maintenance Contracts Only SPECIAL PROVISION ITEM 2 INSTRUCTIONS TO BIDDERS

1995 Metric For Routine Maintenance Contracts Only SPECIAL PROVISION ITEM 2 INSTRUCTIONS TO BIDDERS 1995 Metric For Routine Maintenance Contracts Only SPECIAL PROVISION TO ITEM 2 INSTRUCTIONS TO BIDDERS For this project, Item 2, "Instructions to Bidders", of the Standard Specifications, is hereby amended

More information

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications For more information contact: Daniel E. Migura Jr. Phone: 512-719-6557 1821 Rutherford Lane, Suite #300

More information

Pinellas County. Staff Report

Pinellas County. Staff Report Pinellas County 315 Court Street, 5th Floor Assembly Room Clearwater, Florida 33756 Staff Report File #: 15-876, Version: 1 Agenda Date: 1/12/2016 Subject: Financial Assistance Agreement with the Florida

More information

BID PROTEST PROCEDURES

BID PROTEST PROCEDURES OFFICE OF BUDGET AND MANAGEMENT PURCHASING DEPARTMENT CITY OF SPRINGFIELD, ILLINOIS BID PROTEST PROCEDURES (Applicable to Bids and Requests for Proposals) SECTION I CITY OF SPRINGFIELD PROTEST PROCEDURES

More information

1. Communications with Bidders

1. Communications with Bidders 1. Communications with Bidders Communications with Bidders and potential Bidders will only be done in writing. All communication must be in writing to CVCOG Procurement at the following address: CVCOG

More information

Contract Assurances Attachment 4. Contract Assurances

Contract Assurances Attachment 4. Contract Assurances Contract Assurances 1) The Contracting Agency assures that it and its subrecipients will establish in accordance with WIA Section 184, fiscal control and fund accounting procedures that may be necessary

More information

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt TOWN OF TEMPLETON BOARD OF SELECTMEN 160 Patriots Road ~ P.O. Box 620 EAST TEMPLETON, MASSACHUSETTS 01438 TEL: (978) 894-2755 Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt The

More information

CHILD CARE PROVIDER PACKET

CHILD CARE PROVIDER PACKET Peoria Tribe of Indians of Oklahoma 118 S. Eight Tribes Trail (918) 540-2535 Fax (918) 540-2538 PO Box 1527 Miami, OK 74355 CHILD CARE PROVIDER PACKET Please read and complete the following forms and notices

More information

PROVISO TOWNSHIP HIGH SCHOOLS DISTRICT W. Roosevelt Road Forest Park, IL

PROVISO TOWNSHIP HIGH SCHOOLS DISTRICT W. Roosevelt Road Forest Park, IL PROVISO TOWNSHIP HIGH SCHOOLS DISTRICT 209 8601 W. Roosevelt Road Forest Park, IL 60130 708-338-5956 Subject: Chemical Waste Disposal Services Bid No: 6-272016 July 20, 2016 ATTENTION BIDDERS: The Board

More information

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND ABC COMPANY INTRODUCTION

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND ABC COMPANY INTRODUCTION CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND ABC COMPANY INTRODUCTION This contract by and between the Housing Authority of the County of San Joaquin (hereinafter Authority )

More information

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT Solicitation Number: Bid Title: Number of Addenda as of above date: New Generation Glock Pistols None Commodity Code: 680-450 Date and Time Due: April

More information

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520) City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona 85635 (520) 458-3315 Fax (520) 452-7025 NOTICE OF REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS NUMBER: PROPOSAL

More information

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana Joe C. Despino Purchasing Manager City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana 71309-0071 Office: (318) 441-6180 Fax: (318) 619-3412 Request for Quote will be received until

More information