SAN FRANCISCO BAY AREA WATER EMERGENCY TRANSPORTATION AUTHORITY. Two New 400-Passenger, 27-Knot, Passenger Only Ferries Replacement Vessels
|
|
- Jeffery Black
- 6 years ago
- Views:
Transcription
1 SAN FRANCISCO BAY AREA WATER EMERGENCY TRANSPORTATION AUTHORITY Replacement Vessels ADDENDUM NO. 1 October 14, 2014 SCOPE This Addendum No. 1 consists of five (5) pages and four attachments ing thirteen (13) pages. It provides responses to questions submitted to WETA and corrections to the RFP as well as the following attachments: 1. Pre-Submittal Conference Attendees; Attachment 1 2. Revised WETA Form 8; Attachment 2 3. Revised WETA Form 19; Attachment 3 4. Revised WETA Form 22; Attachment 4 QUESTIONS AND ANSWERS: Q1. Question for clarification on RFP Form WETA-22 Schedule of Values The Form WETA-22 appears to be a schedule of values table that is used in Construction Contracts and does not follow the breakdown requested in the General Provisions Section , as there are not specific columns with which to list the listed bread down for labor costs material costs. May the proposer modify, add or delete columns as needed to provide proper costing breakdown and segregation as outlined in the GP section A. The Offeror can modify the Schedule of Values form to provide a more comprehensive breakdown. Q2. Section 082 Principal Characteristics: The draft of 6 will drive design to wider hull, and large propeller tunnel. Are either Length Over All, 135 max. or Draft, 6 max adjustable to a greater dimension? A. An increased maximum draft of up to 6.75' would be considered allowable, however a reduced draft is preferable. 1
2 Q3. WETA form 8, Item B. spare parts 5%. Should this 5% of item A be item 1 instead? A. The Spare Parts allocation should be 5% of Item A. Item A should include all material costs to represent the cost of the vessel without options. Q4. The Warranty Bond 10% of the contract Price commence upon delivery acceptance, are to be kept in effect until all guarantee and warranty obligations under the contract shall have been satisfied or FINAL payment whichever is later.? A. The Offeror's Warranty provisions shall be in accordance with the General Provision Section Q5. How does the selection of Optional EXTENDED warranty affect the period of the warranty bond? A. The optional extended warranties will not extend the Offeror's warranty on the vessel or the required bonding period. The optional extended warranties are intended to be OEM warranties that will be transferred to WETA. Q6. In regards to 3. General Provisions, C. Qualifications of Offeror s where it states: To be awarded the Contract for this Project, minimum qualification requirements include having at least five (5) full years of experience in constructing similar vessels proven reliable in similar marine saltwater service applications (aluminum hulls, minimum 25-knot sustained speed, operating in semiprotected waters in ferry-type service), Due to the very limited number of high-quality ferry builders in the U.S. and in the interest of widening competition, would WETA accept a shipbuilder who has at least five (5) full years of experience in conducting major complete vessel refurbishments and/or conversions on similar USCG-certified vessels proven reliable in similar marine saltwater service applications (aluminum hulls, minimum 25-knot sustained speed, operating in semiprotected waters in ferry-type service) and who has built at least four (4) vessels of equal or greater value, complexity and horsepower as meeting the minimum qualifications requirements? A. The experience of the Offeror's entire team and the roles and responsibilities identified within the organization will be considered when assessing the Offeror's qualifications. CORRECTIONS: 1. ITO, Appendix A The schedule does not include a time for key package delivery: Replace: Deadline for Offeror Submission of Step 1 Proposal 03 November 2014 WETA Receives Completed RFP Step 2 Proposal & Price 19 December
3 With: Deadline for Offeror Submission of Step 1 Proposal 03 November 2014, 2:00pm WETA Receives Completed RFP Step 2 Proposal & Price 19 December 2014, 2:00pm 2. Forms The following forms have been revised and re-released to correct the issues described below: Form 8 Item A was modified to include material costs in addition to labor and markup i.e. Item A represents the complete cost of the vessel excluding option items (Attachment 2) Form 19 - Re-formatted to include instructions that were omitted from the original release due to formatting issues (Attachment 3) Form 22 Form headers were changed to better represent an industry standard cost breakdown (Attachment 4) 3. General Provisions, GP, Incorrectly references Form WETA 26. Replace Form WETA 26 with Form WETA 22. Replace: The Contractor shall prepare a Schedule of Values [Form WETA-26] containing an itemized breakdown of Contract costs, with summary activities corresponding to the summary activities in the Project Schedule described in 110, Schedule Specification, of all Work to be performed. The Schedule of Values will include the cost for each summary activity with and without overhead and profit and contain a breakdown for Contractor equipment, labor, materials, installed equipment, Subcontractors and other costs ing 100% of the Contract value. The cost of overhead, profit, bonds, insurance or any indirect cost shall be prorated evenly among items in the Schedule of Values and their breakdown. This document shall be submitted to the Owner s Representative for approval within thirty (30) days following Contract execution, or the time period specified by the Owner s Representative. The Schedule of Values should not deviate significantly from the preliminary Schedule of Values submitted with the Contractor s proposal (see Instructions to Bidders). If the Owner s Representative determines that the Contractor s submitted Schedule of Values may result in unbalanced payments wherein the Contractor would collect payments disproportionate to the value of the Work provided, or be detrimental to the interests of WETA for other reasons, the Owner s Representative may prepare an acceptable Schedule of Values or require the Contractor to submit another Schedule of Values until the Owner s Representative is satisfied with the form and content of the Schedule of Values. All activities in the Project Schedule are to be broken down and cost loaded according to Section 110, Schedule Specifications. Items in the Schedule of Values [Form WETA 26] are to correspond to rollup or summary activities from the Project Schedule. The number of summary activities shall be no less than 50 3
4 per Vessel, with no single summary activity having a cost greater than $50,000, except main propulsion purchase, or having a duration of more than 30 days. Exceptions to these requirements will be allowed provided the intent of a fair and effective means of payment for completed Work is preserved. The Owner s Representative will make the final determination as to whether the intent is preserved in the Contractor s proposed approach. If no other agreement is reached, the requirements will stand as written. In any proposed alternative, the basis of payment will be the physical progress as indicated in the Project Schedule. The Schedule of Values should include separate pay items for required deliverables such as spare parts, technical documentation and as-built drawings. The maximum allowable scheduled value for mobilization for Design shall be no greater than 10% of the Design sub, which amount may be paid only after Notice to Proceed. The maximum allowable scheduled value for mobilization for Construction shall be no greater than 1/2% of the, which amount may be paid only after Notice to Proceed. The Schedule of Values [Form WETA 26] must have an item designated Contract Performance Allowance. The Contract Performance Allowance shall be valued at 5% of the Contract Price, unadjusted for Contract options or subsequent Change Orders. The Contract Performance Allowance is that portion of the Contract price relating to execution and fulfillment of the warranty/guarantee period and completion of performance obligations. With: The Contractor shall prepare a Schedule of Values [Form WETA-22] containing an itemized breakdown of Contract costs, with summary activities corresponding to the summary activities in the Project Schedule described in 110, Schedule Specification, of all Work to be performed. The Schedule of Values will include the cost for each summary activity with and without overhead and profit and contain a breakdown for Contractor equipment, labor, materials, installed equipment, Subcontractors and other costs ing 100% of the Contract value. The cost of overhead, profit, bonds, insurance or any indirect cost shall be prorated evenly among items in the Schedule of Values and their breakdown. This document shall be submitted to the Owner s Representative for approval within thirty (30) days following Contract execution, or the time period specified by the Owner s Representative. The Schedule of Values should not deviate significantly from the preliminary Schedule of Values submitted with the Contractor s proposal (see Instructions to Bidders). If the Owner s Representative determines that the Contractor s submitted Schedule of Values may result in unbalanced payments wherein the Contractor would collect payments disproportionate to the value of the Work provided, or be detrimental to the interests of WETA for other reasons, the Owner s Representative may prepare an acceptable Schedule of Values or require the Contractor to submit another Schedule of Values until the Owner s Representative is satisfied with the form and content of the Schedule of Values. All activities in the Project Schedule are to be broken down and cost loaded according to Section 110, Schedule Specifications. Items in the Schedule of Values [Form WETA 22] are to correspond to rollup or summary activities from the Project Schedule. The number of summary activities shall be no less than 50 per Vessel, with no single summary activity having a cost greater than $50,000, except main propulsion purchase, or having a duration of more than 30 days. Exceptions to these requirements will be allowed provided the intent of a fair and effective means of payment for completed Work is preserved. The Owner s Representative will make the final determination as to whether the intent is preserved in the Contractor s proposed approach. If no other agreement is reached, the requirements will stand as written. In any proposed alternative, the basis of payment will be the physical progress as indicated in the Project Schedule. The Schedule of Values should include separate pay items for required deliverables such as spare 4
5 parts, technical documentation and as-built drawings. The maximum allowable scheduled value for mobilization for Design shall be no greater than 10% of the Design sub, which amount may be paid only after Notice to Proceed. The maximum allowable scheduled value for mobilization for Construction shall be no greater than 1/2% of the, which amount may be paid only after Notice to Proceed. The Schedule of Values [Form WETA 22] must have an item designated Contract Performance Allowance. The Contract Performance Allowance shall be valued at 5% of the Contract Price, unadjusted for Contract options or subsequent Change Orders. The Contract Performance Allowance is that portion of the Contract price relating to execution and fulfillment of the warranty/guarantee period and completion of performance obligations. 4. Owner s Requirements, Section 082, Principal Characteristics The maximum allowable draft requirement was changed to allow greater flexibility in hullform design. Note: A draft of 6 is still preferred. Replace: Characteristic Minimum Maximum SWBS Draft Max (incl. appendages) No restrictions 6 - With: Characteristic Minimum Maximum SWBS Draft Max (incl. appendages) No restrictions ACKNOWLEDGMENT BY OFFERER Each Offerer is required to acknowledge receipt of all Addenda, including this Addendum No. 1. as specified in the Instructions to Offerors. ISSUED BY: 5
6
7 FORMS WETA-8 STEP 2: Price Proposal (revised) Replacement Vessels SAN FRANCISCO BAY AREA WATER EMERGENCY TRANSPORTATION AUTHORITY (WETA) Replacement Vessels STEP 2: PRICE PROPOSAL Name Address To the MANAGER, OPERATIONS, SAN FRANCISCO BAY AREA WATER EMERGENCY TRANSPORTATION AUTHORITY: In compliance with your Request for Proposals dated, the undersigned offers the attached response to the RFP for the design-build and delivery of the Project: Replacement Vessels Offerors Please Note: Before preparing the Price Proposal, carefully read the Contract Documents. Offeror agrees that it is responsible for and that WETA will not be responsible for any errors, omissions, inaccuracies or incomplete statements in this Price Proposal. The Offeror shall insert a lump sum price in figures opposite each pay item for which an estimated quantity appears in the Price Proposal. Wherever a contingent amount is shown for any item in this Price Proposal, such amount shall govern and be included in the price. The estimated quantity of work for payment on a lump sum basis will be all required. Any changes shall be initiated by the person signing the Proposal. The basis for the Award will be determined by the criteria described in the Instructions to Offerors. Basic Contract: The Offeror shall provide separate prices for all Basic Contract Items. Instructions to Offerors provides information applicable to the development of the price for all items. The undersigned hereby agrees that WETA may rely on the information provided in this Price Proposal as being factual and correct. The undersigned acknowledges that providing incorrect or misleading information in this response may be considered a breach of the Design-Build and Deliver Contract. The undersigned hereby acknowledges that this Price Proposal will be incorporated into the final Contract Documents. This Price Proposal shall be governed by and construed in all respects according to the laws of the State of California. 26 September 2014 Form WETA-8 Page 1 of 2
8 FORMS WETA-8 STEP 2: Price Proposal (revised) Replacement Vessels The Offeror shall insert a price in figures opposite each pay item listed below. Pay Item No. (1) Base Contract Items: Pay Item Description (2) 1 Design-Build and Deliver Two New 400-Passenger, 27-Knot, Passenger Only Ferries (excluding General Provisions Section ) Total Vessel Price Amount (Column 5) A. Schedule of Labor Rates, Materials and Markup: Labor Straight Time Labor Overtime Engineering Straight Time Engineering Overtime Management Included in Above Rates Materials (including markup) Vendors (including markup) Tool Rental B. Manufacture Recommended Spare Parts 5% of Item A. (General Provisions Section ) (Owners Requirements 850) C. Propulsion Extended Warranty Price (General (Owners Requirements 233) D. Vessel Delivery to San Francisco CA (General Provisions Section ) E. Option Item Extended Warranty Emissions System (Owners Requirements 259) F. Option Item Extended Warranty Reduction Gears (Owners Requirements 241) G. Option Item Lube Oil Replenishment System (Owners Requirements 233) H. Option Item Automatic Self-cleaning Oil Filter System (Owners Requirements 233) I. Option Item Use ORCA Vinyl on the Vessel in lieu of Paint (Owners Requirements 631) Pay Unit (3) (USD (USD Quantity (4) Price Amount (5) (USD Written in Figures) Include 8.75% sales tax in price USD Written in Figures Undersigned has read the foregoing Price Proposal and has full authority to enter into the Contract on behalf of the Offeror and to bind the Offeror to the terms and conditions and other requirements of the Contract, and hereby agrees to the conditions stated therein by affixing his signature below: Full legal name of entity making Price Proposal: Signature Name and Title of Person Signing Telephone Number 26 September 2014 Form WETA-8 Page 2 of 2
9 FORMS WETA-19 DBE Report (revised) Replacement Vessels PRIME CONTRACTOR/CONSULTANT AND SUBCONTRACTOR/SUBCONSULTANT/SUPPLIER REPORT Section A: Prime Consultant/Contractor (Offeror) Information: 1. RFQ/P # and Name: 2. Offeror's Name: 3. Address: 4. Phone: 5. Owner or Contact Person: 6. Title: 7. Offeror NAICS Codes: 8. Is your firm a Small Business Enterprise (SBE)?: Yes No 9. If your firm is a DBE or SBE please list certification type or No. and Certifying Agency: 10. If your firm is an SBE, please read and fill out, if applicable, the SBE Affidavit of Size form and attach a copy of your firm s certification. 11. Age of your firm: 12. Annual Gross Receipts (please check one): Below $500K: $500K-$1M: $1M-$4M: $6M-$13M: Section B: Subcontractor/Subconsultant/Suppliers Information Attach a copy of the proof of DBE/SBE certification for each DBE/SBE subcontractor listed, and if applicable fill out SBE Affidavit of Size form included in proposal document. Attach Intent to Perform letter signed by each Subcontractor who will perform work should this contract be awarded to the Prime listed above. Offerors MUST provide the following information on ALL subcontractors/subconsultants/ suppliers that provided Offeror a bid, quote, or proposal for work, services or supplies associated with this RFQ/P pursuant to WETA s sub-proposal reporting requirements. Include all sub-proposal acceptance(s) AND rejection(s). Please carefully read all instructions on page 3. DBE/SBE PARTICIPATION 1. Subcontractor/Subconsultant/ Supplier 2. Annual Gross Receipts (check one) 3. Contractor's License No. (if applicable) 4. Certified DBE (Yes/No) 5. Certified SBE (Yes/No) 6. DBE/SBE Certifying Agency 7. DBE Certification No. &/or SBE Type Name: Below $500K Address: $500K-$1M $1M-$4M Contact Person: $4M-$6M NAICS Codes: Phone: $6M-$13M Above $13M Age of Firm: Name: Below $500K Address: $500K-$1M $1M-$4M Contact Person: $4M-$6M NAICS Codes: Phone: $6M-$13M Above $13M Age of Firm: Name: Below $500K Address: $500K-$1M $1M-$4M Contact Person: $4M-$6M NAICS Codes: Phone: $6M-$13M Above $13M Age of Firm: 8. Describe Work or Type of Materials/Supplies and list NAICS Codes 9. Proposal Accepted (Yes/No) 10. Percentage of Contract Participation 26 September 2014 Form WETA-19 Page 1 of 4
10 FORMS WETA-19 DBE Report (revised) Replacement Vessels DBE/SBE PARTICIPATION 1. Subcontractor/Subconsultant/ Supplier 2. Annual Gross Receipts (check one) 3. Contractor's License No. (if applicable) 4. Certified DBE (Yes/No) 5. Certified SBE (Yes/No) 6. DBE/SBE Certifying Agency 7. DBE Certification No. & Type / SBE Type Name: Below $500K Address: $500K-$1M $1M-$4M Contact Person: $4M-$6M NAICS Codes: Phone: $6M-$13M Above $13M Age of Firm: Name: Below $500K Address: $500K-$1M $1M-$4M Contact Person: $4M-$6M NAICS Codes: Phone: $6M-$13M Above $13M Age of Firm: Name: Below $500K Address: $500K-$1M $1M-$4M Contact Person: $4M-$6M NAICS Codes: Phone: $6M-$13M Above $13M Age of Firm: 8. Describe Work or Type of Materials/Supplies and list NAICS Codes 9. Proposal Accepted (Yes/No) 10. Percentage of Contract Participation Attach additional sheets as necessary. 12. Total Bid Amount: 13. DBE Amount: = % Bidder s DBE Achievement 14. SBE Amount: = % Bidder s SBE Achievement The undersigned will enter into a formal agreement with the subcontractor(s), subconsultant(s) and/or supplier(s) whose subproposal was accepted conditioned upon execution of a Contract with the San Francisco Bay Area Water Emergency Transportation Authority. I certify under penalty of perjury that the information included on this form is accurate and true. Signature: Name (Print): Title: Date: 26 September 2014 Form WETA-19 Page 2 of 4
11 FORMS WETA-19 DBE Report (revised) Replacement Vessels How to fill out Prime Contractor/Consultant and Subcontractor/Subconsultant/Supplier Report Form Section A: Prime Consultant/Contractor Information: 1. RFQ/RFP # and Name: Insert name of the Authority Request for Proposals/Qualifications (RFP/RFQ) or Invitation for Bids (IFB) 2. Offeror s Name: Insert company name. 3. Address: Insert address of company. 4. Phone & Insert phone number and address of person responsible for filling out information contained in this form. 5. Owner or Contact Person: Insert contact name for the prime contractor. 6. Title: Insert title of person listed in #5. 7. Prime Consultant/Contractor NAICS Codes: List the North American Industry Classification System Code(s) for work performed by the Prime. Codes can be found at 8. Is your firm a Small Business Enterprise (SBE)?: Indicate, by checkmark, if your firm is a Small Business Enterprise as defined in the attached description of WETA s SBE Program Eligibility. Please see instructions for Section B #7, below, for SBE Certifications accepted by WETA. 9. If your firm is a DBE or SBE list certification type or No. and Certifying Agency: For DBE firms list the certification number provided by the California Unified Certification Program and the certifying agency. For SBE firms please list the type of certification (eg. SMBE, SWBE, SB, MB, SBA, SBE/MBE/WBE) and the certifying agency. Please see the description of WETA s Small Business Enterprise Program Eligibility on the following pages for SBE Certifications accepted by WETA. 10. If your firm is an SBE, read and fill out, if applicable, the SBE Affidavit of Size form included in this RFQ/RFP and attach a copy of your firm s certification. 11. Age of your firm: Provide the number of years your firm has been in business. 12. Annual Gross Receipts: Indicate, by checkmark, the range of annual gross receipt your firm receives. Section B: Subcontractor/Subconsultant/Suppliers Information PLEASE NOTE THE IMPORTANT REQUIREMENTS BELOW: Offerors MUST provide the following information on ALL subcontractors/subconsultants/suppliers that provided Offeror a bid, quote, or proposal for work, services or supplies associated with this RFQ pursuant to Authority's subproposal reporting requirements. This information shall be provided for all sub-proposers regardless of tier for DBEs, SBEs, non-dbes and non-sbes. Include all sub-proposal acceptance(s) AND rejection(s). Attach a copy of the proof of DBE/SBE certification for each DBE/SBE subcontractor listed. Attach Intent to Perform letter signed by each subcontractor who will perform work should this contract be awarded to the Prime listed above. 1. Insert the name, address, contact person, phone number, address and age of firm for each subcontractor, subconsultant, or supplier. 2. Annual Gross Receipts: Indicate, by checkmark, the range of the firm s annual gross receipts. 3. Contractor s License No.: If applicable, insert the contractor s license number. 4. Certified DBE (Yes/No): Indicate if the firm is a certified DBE firm accepted by WETA. WETA accepts DBE participation only from firms currently certified in the California Unified Certification Program (CUCP), go to for further information. A copy of DBE certification must be attached to your submittal. Do not indicate more than one Yes for alternative subcontractors/subconsultants for the same work. 26 September 2014 Form WETA-19 Page 3 of 4
12 FORMS WETA-19 DBE Report (revised) Replacement Vessels Certified SBE (Yes/No): Indicate if the firm is a certified SBE accepted by WETA. Please see WETA s SBE Program Eligibility description on the following pages for more information on certification types accepted and other requirements. A copy of SBE certification and, if applicable, SBE Affidavit of Size must be attached to your submittal. 6. DBE/SBE Certifying Agency: If you marked yes as a Certified DBE or SBE, note which agency your certification letter is from BART, SFMTA, SamTrans etc. 7. DBE Certification No. & Type / SBE Type: If you marked yes as a Certified DBE, please provide the CUCP Certification Number AND the number corresponding to the type of DBE as follows: 1. African-American, 2. Hispanic, 3. Native American, 4. Asian-Pacific, 5. Asian-Indian, 6. Female-Woman, 7. Other. If you marked yes as a Certified SBE please list the type of certification (eg. SMBE, SWBE, SB, MB, SBA, SBE/MBE/WBE). Please see the description of WETA s Small Business Enterprise Program Eligibility on the following pages for SBE Certifications accepted by WETA. 8. Describe Work or Type of Materials/Supplies and list NAICS Codes: DBE/SBE participation includes that portion of the work actually performed by a certified DBE/SBE with its own forces. For example, for DBE supplier, count 60% of the costs of materials and supplies. List the North American Industry Classification System Code(s) for the work to be performed by the Subcontractor/Subconsultant/ Supplier. Codes can be found at 9. Proposal Accepted (Yes/No): Indicate if the subcontractor/subconsultant/supplier s proposal has been accepted. If yes, please attach Intent to Perform letter signed by each subcontractor who will perform work should this contract be awarded to the Prime listed above. 10. Percentage of Contract Participation: Insert the percentage of the prime contract participation for each subcontract. Prime consultant/contractor understands that the percentage of contract participation from DBE or SBE firms listed on this form is a firm commitment and will become a condition of the contract should it be awarded. 11. DBE Amount & % Bidder s Achievement: For DBE Amount, insert the sum of column 10 for each DBE listed. For % Bidder s Achievement, divide the DBE Amount by the Total Bid Amount and provide in percentage format. 12. SBE Amount & % Bidder s Achievement: For SBE Amount, insert the sum of column 10 for each SBE listed. For % Bidder s Achievement, divide the SBE Amount by the Total Bid Amount and provide in percentage format. Use additional sheets if necessary. If there are no subcontractors proposed, Section B will remain blank. 26 September 2014 Form WETA-19 Page 4 of 4
13 FORMS WETA-22 Schedule of Values (Revised) Replacement Vessels SAN FRANCISCO BAY AREA WATER EMERGENCY TRANSPORTATION AUTHORITY (WETA) Replacement Vessels SCHEDULE OF VALUES Name and Address of Contractor Contract No. Date Prepared By: Date A B C D E F G H I L M N Activity Code Description Unit of Measure Unit Labor Cost Unit Material Cost Unit Subcontractor Cost Unit Other Cost Quantity Total Cost w/o O&P Prorated Costs Total Cost % of Total Contract 26 September 2014 Form WETA-22 Page 1 of 1
Disadvantaged/Small Business Enterprise Forms
Disadvantaged/Small Business Enterprise Forms All TJPA contracts include the requirement that the or submit the following forms as part of our Disadvantaged Business Enterprise (DBE) and Small Business
More informationSAN DIEGO CONVENTION CENTER CORPORATION
SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:
More informationUniversity of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY
University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY Invitation No: IB-025-17 Date December 6, 2016 Title: Belknap Academic Classroom Building, Bid Pack III Addendum No. Five (5) Post Bid
More informationADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES
600 S. Grand Central Parkway, Suite 350 Las Vegas, Nevada 89106-4512 702-676-1500 Fax: 702-676-1518 Tina Quigley, General Manager September 17, 2015 ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO. 15-069 CONSTRUCTION
More informationADDENDUM NO. 1. Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108
ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108 RFP #18-6013-23 ULTRA LOW SULFUR DIESEL FUEL SUPPLY Issue Date: January 14, 2019 This Addendum
More informationSuite 300 Tenant Improvement
BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,
More informationSan Francisco Community College District
San Francisco Community College District SMALL LOCAL BUSINESS ENTERPRISE (SLBE) PROGRAM FOR CONSTRUCTION-RELATED PROFESSIONAL SERVICES CONTRACTING RULES, REGULATIONS, REQUIREMENTS, AND FORMS 1.01 GENERAL
More informationThis project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:
DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor
More informationCALTRANS DBE/ UDBE REQUIREMENTS
Napa County Transportation & Planning Agency 625 Burnell St. Napa, CA 94553 Phone (707) 259-8631 Fax (707) 259-8638 nctpa.net vinetransit.com CALTRANS DBE/ UDBE REQUIREMENTS NCTPA has established a Disadvantage
More informationOppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407
TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY FEE PROPOSAL FORM Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 To the Trustees of
More informationThis project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:
DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor
More informationCITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3
CITY & COUNTY OF SAN FRANCISCO Requirements for Contracts For Contracts $300,000 & over that are Advertised on or after August 1, 2016 PART I. GENERAL 1.01 SAN FRANCISCO ADMINISTRATIVE CODE CHAPTERS 12B
More informationORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES
ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM, Tuesday, February 6, 2018 BID DUE: 2:00PM PST, Monday, February
More informationREQUEST FOR PROPOSALS (RFP #17-027) Marine Engineering and Construction Management Services
REQUEST FOR PROPOSALS (RFP #17-027) Marine Engineering and Construction Management Services The San Francisco Bay Area Water Emergency Transportation Authority ( WETA ) is seeking proposals from qualified
More informationATTACHMENT H MBE FORMS A-E MARYLAND JUDICIARY (MJUD) CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT MBE FORM A
ATTACHMENT H MBE FORMS A-E MARYLAND JUDICIARY (MJUD) CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT MBE FORM A THIS AFFIDAVIT MUST BE INCLUDED WITH THE BID/PROPOSAL. IF THE BIDDER/OFFEROR FAILS
More informationLisa Alderson, Contracts and Procurement Supervisor
TO: FROM: Prospective Offerors Lisa Alderson, Contracts and Procurement Supervisor SUBJECT: Addendum No. 2 Request for Proposals P38-160 DATE: July 18, 2018 This addendum provides responses to prospective
More informationSMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting
SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting Bid Date Requested: 09/22/2017 Bid Due Date: 10/13/2017 Submission of Proposal:
More informationPUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536
PUBLIC WORKS DEPARTMENT BID FORMS FOR LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL
More informationGUILFORD COUNTY SCHOOLS Invitation for Bids
GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236
More informationBoard of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS
Board of Commissioners Port of New Orleans REQUEST FOR QUALIFICATIONS THALIA ST. WHARF NEW PARKING GARAGE WO 1-156 ISSUE DATE: August 31, 2016 NEW ORLEANS, LOUISIANA Deadline for Proposals is no later
More informationCITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION. CMD ATTACHMENT 1 Requirements for Construction Contracts
CITY & COUNTY OF SAN FRANCISCO Requirements for For Contracts $300,000 & over that are Advertised on or after August 1, 2016 PART I. GENERAL 1.01 SAN FRANCISCO ADMINISTRATIVE CODE CHAPTERS 12B AND 14B
More informationPURCHASING SPECIFICATION
PURCHASING SPECIFICATION Subject: REQUEST FOR HOTEL RATES TEMPORARY RELOCATION SERVICES Lead Education Awareness and Control [LEAC] Program / Request for Rates Page No: 1 of 9 Effective Date: June 4, 2012
More informationCONSULTANT AGREEMENT PROPOSAL # At: Facilities Development and Management 135 Van Ness Avenue, Room 209 San Francisco, CA 94102
CONSULTANT AGREEMENT PROPOSAL DISTRICT SITE: McKinley Elementary School PROPOSALS WILL BE OPENED AT NA at PM (If bidders are present at this time.) At: Facilities Development and Management 135 Van Ness
More informationPUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531
PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT
More informationSAN ANTONIO WATER SYSTEM BIENNIAL BEST VALUE BID FOR SECURITY SERVICES ADDENDUM NO. 1
Page No. 1 No. Pages 10 Date June 17, 2011 FORMAL INVITATION, BID Sealed bids addressed to the Purchasing Director, San Antonio Water System, 2800 US Hwy 281 North, P. O. Box 2449, San Antonio, TX 78298-2449
More informationPUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320
PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL
More informationINVITATION TO BID COMMERCIAL FLOORING CONTRACTORS
FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS
More informationCITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 8A
CITY & COUNTY OF SAN FRANCISCO Requirements for SFPUC Regional Architecture, Engineering, & Contracts For Contracts covered under SEC.14B.21 that are advertised on or after February 1, 2018 PART I. GENERAL
More informationPart A: PRIME CONTRACTOR PROJECT SUMMARY FORM
Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM Name of Bidder (Offeror): Fed. ID: Address: Telephone: Cell: Email: Fax: Contracting Agency BALTIMORE CITY PUBLIC SCHOOLS Contract (Project) Title Contract
More informationCharlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services
Charlotte-Mecklenburg Schools Capital Program Services Request for Qualifications Architectural Design Services February 25, 2019 Contents Section 1 - ADVERTISEMENT...1 Section 2 - INTRODUCTION AND OVERVIEW...1
More information(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA
SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR
More informationTHE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:
THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.
More informationPUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608
PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL
More informationINSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL
INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS HCPS STANDARDS DOCUMENT. No.: 01000 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-07-14 Revised to increase custodial overtime
More informationRevised Southern California Edison Company Page 1
Diverse Business Enterprise (DBE) Subcontracting Commitment and Reporting Requirements I. Overview It is Edison s goal to provide diverse business enterprises ( DBEs ), such as women, minority and service-disabled
More informationDALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR
DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR LIFE SAFETY UPGRADE OF FLIGHT SERVICES FACILITY AND EXECUTIVE CONFERENCE ROOM IN TERMINAL A CONTRACT
More informationOXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2
OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM PST, February 22, 2018 BID DUE: 2:00PM PST,
More informationREQUEST FOR BID (RFB) Number: FY2013/042
1 May 16, 2013 REQUEST FOR BID (RFB) Number: FY2013/042 OPEN: May 16, 2013 CLOSES: May 28, 2013 12:00 PM (noon) Description On behalf of the Spokane Tribe of Indians we hereby request Sealed, firm-fixed
More informationMetropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION
PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION Metropolitan Washington Airports Authority Procurement and Contracts Dept., MA-29 1 Aviation Circle, Suite 154 Washington, DC 20001-6000 Telephone:
More informationPeralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department
501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department April 18, 2014 ADDENDUM No. 2 Re: RFP No., 13-14/26 Bond Underwriting Services PERALTA COMMUNITY
More informationMecklenburg County Minority, Women, and Small Business Enterprise Provisions
Mecklenburg County Minority, Women, and Small Business Enterprise Provisions Revised January 1, 2014 M/W/SBE TABLE OF CONTENTS CONTENTS PAGE NUMBER Policy Statement...1 Introduction...2 M/W/SBE Table of
More informationAUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT. Name of Offeror/Proposer:
AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT Name of Offeror/Proposer: Address: Contracting Agency/Owner: Contract (Project) Title
More informationPUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM
PUBLIC WORKS DEPARTMENT BID FORMS FOR POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM-19-019 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID
More informationBROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone
BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust
More informationREQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017
REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER 2017-08 February 13, 2017 Request for Qualifications: Project 2017-08 Licensed Professional Architectural Services The EVERETT HOUSING AUTHORITY is soliciting
More informationSPECIFICATION NO. PW F
BID SUBMITTAL PACKAGE City of Tacoma Tacoma Public Works Tacoma Rail SPECIFICATION NO. PW17-0282F Mountain Division Tie Replacement MP15-28 Project No. 80021463 BID SUBMITTAL PACKAGE TABLE OF CONTENTS
More informationDocument A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A
Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:
More informationPROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code
PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,
More informationDARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**
I. INTRODUCTION DARLINGTON COUNTY County of Darlington, South Carolina is seeking bids from qualified firms to install carpet squares and vinyl tile in the Outreach building located at 404 4 th Street
More informationGSA CONNECTIONS II. Appendix C SUBCONTRACTING PLAN [RFP# QTA010ABA0023] October 8, 2010
Volume 3 Management Volume Appendix C GSA CONNECTIONS II Appendix C SUBCONTRACTING PLAN [RFP# QTA010ABA0023] October 8, 2010 Qwest Government Services, Inc. 4250 North Fairfax Drive Arlington, VA 22203
More informationDISADVANTAGED BUSINESS ENTERPRISE
DISADVANTAGED BUSINESS ENTERPRISE I. Policy It is the policy of the City of Gardena that Disadvantaged Business Enterprises (DBEs) shall have the maximum opportunity to participate in contracts and subcontracts.
More informationMACON-BIBB COUNTY, GEORGIA
MACON-BIBB COUNTY, GEORGIA Request for Professional Services (RPS) FOR Consultant to perform Disparity Needs Assessment 14-018-ND MACON-BIBB COUNTY ISSUE DATE: MAY 02, 2014 MBE/WBE/DBE Participation: Minority,
More informationARTICLE 8: BASIC SERVICES
THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE
More informationINVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013
INVITATION TO BID BUILDING ENVELOPE CONSULTANTS, LLC ALDINE I.S.D. 13010 EMMETT ROAD 14910 ALDINE WESTFIELD ROAD Houston, Texas 77079 HOUSTON, TEXAS 77060 (713) 856-5019 Phone BEC Project No.: 13-0010
More informationREQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P
April 5, 2016 Re: P2016-02, Backflow Testing To Small Works Roster: Fire Protection and Plumbing Contractors REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P2016 02
More informationPUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618
PUBLIC WORKS DEPARTMENT BID FORMS FOR FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL
More informationSANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #
SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP # 02182019 TITLE: USING AGENCY: Steed Hall Greenhouse Renovations Sandhills Community College ISSUE DATE: February 18, 2019 ISSUING AGENCY: Sandhills
More informationNOTICE IS HEREBY GIVEN
Ontario County Purchasing Department 20 Ontario Street Canandaigua New York 14424 www.ontario.ny.us Phone 585-396-4442 Fax 585-396-4250 NOTICE IS HEREBY GIVEN that the County of Ontario (the County ) will
More informationSan Francisco Paratransit
San Francisco Paratransit Addendum #1 SF Paratransit Van Services: SFMTA/DAAS Group Van, & DAAS Shopping Shuttle No. 16-493-001 October 28, 2016 Proposal Submission Deadline: Wednesday, November 9, 2016
More informationSeptember 7, 2016 Addendum #1. RE: RFP LC Quadrivalent Influenza Vaccination Service Centers
PURCHASING DEPARTMENT Newport News Public Schools 757-591-4525/ FAX 757-591-4634 12465 WARWICK BOULEVARD NEWPORT NEWS, VIRGINIA 23606-3041 September 7, 2016 Addendum #1 TO: ALL Offerors RE: RFP 008-0-2017LC
More informationInvitation to Bid (ITB) Medical and Dental Supplies. No S ADDENDUM NO. 2. Questions and Answers & ITB Revisions
Invitation to Bid (ITB) Medical and Dental Supplies 19-42000000-S ADDENDUM NO. 2 Questions and Answers & ITB Revisions Page 1 of 8 Contained herein are the answers to the questions submitted to the Department
More informationCity of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga
City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September
More informationPROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY ADDENDUM #4
PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY 10007 10/4/2018 ADDENDUM #4 To prospective Bidder(s) on Bid # 54291 Inspection, Testing and Maintenance of the
More informationINVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY
INVITATION TO BID DUNKIN DONUTS PC# 357658 2529 Fort Campbell Blvd. Hopkinsville, KY PART I - GENERAL INVITATION:. 1. 1. 1. Bid is by invitation of the Owner ONLY. The Contact is as follows: Architect:
More informationINFORMATION FOR BID. Tee Shirts (School Nutrition)
BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time
More informationCity of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None
City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid
More informationTHE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297
OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,
More informationAPPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT
APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT NORTH ORANGE COUNTY COMMUNICTION COLLEGE DISTRICT PURCHASING DEPARTMENT 1830 WEST ROMNEYA DR.
More informationADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017
ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School
More informationNOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS
NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower
More informationBID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner).
BID PROPOSAL PLACE: RM Builders 3441 W. 46 th Street Muskogee, OK 74401 BID PACKAGE #: DATE: Proposal of (hereinafter called Bidder) a corporation, organized and existing under the laws of the State of
More informationBID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as
Job No. 07-7003 Water Transmission Main Rogers Ranch to I.H. 10 Project Solicitation No. B-10-050-DD BID PROPOSAL PROPOSAL OF, a corporation, a partnership consisting of an individual doing business as
More informationREQUEST FOR PROPOSAL RFP #14-03
Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM
More informationIFB F B-WING RENOVATIONS IFB F C OFFICES BUILD OUT. Addendum 3
JUNE 23, 2016 ATTENTION ALL PROPONENTS: IFB F2015017 B-WING RENOVATIONS IFB F2015007 9C OFFICES BUILD OUT Addendum 3 The purpose of this Amendment is to advise all offertories of the following: 1. In Project
More informationREQUEST FOR PROPOSALS For. Guaranteed Energy Savings Contract
702 KAR 4:160 REQUEST FOR PROPOSALS For Guaranteed Energy Savings Contracts School District Name: Garrard County Schools School District Address: 322 West Maple Avenue, Lancaster, KY 40444 Project: Guaranteed
More informationTABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE. I Application 1. II Minority Business Enterprise Goals 1. III Subcontractor Payment Requirements 2
TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE I Application 1 II Minority Business Enterprise Goals 1 III Subcontractor Payment Requirements 2 IV Program Compliance Requirements 3 V Checklist for Review
More informationMELBA SCHOOL DISTRICT
MELBA SCHOOL DISTRICT REQUEST FOR PROPOSAL ( RFP ) FOR EPSON 595wi SHORT THROW PROJECTORS (STP) FOR MELBA SCHOOL DISTRICT NO. 136 ( MSD ) DUE: MONDAY; MAY 9, 2016 AT 12:00PM (MT) 1 Initials INVITATION
More informationPROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM
LOWER RIO GRANDE VALLEY DEVELOPMENT COUNCIL REQUEST FOR PROPOSAL Vinyl Bus Wrap Production and Installation Services No: 2018-06 VINYL BUS WRAP PRODUCTION AND INSTALLATION SERVICES ON PUBLIC TRANSPORTATION
More informationDBE INSTRUCTIONS TO BIDDERS/PROPOSERS AND FORMS (FEDERAL)
DBE INSTRUCTIONS TO BIDDERS/PROPOSERS AND FORMS (FEDERAL) SECTION 100 - DBE PROGRAM 100 FEDERAL OBLIGATION: This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26,
More informationOFFICE OF PROCUREMENT AND CONTRACTING 301 Largo Road, Largo Maryland
OFFICE OF PROCUREMENT AND CONTRACTING 301 Largo Road, Largo Maryland 20774-2199 REQUEST FOR PROPOSAL #18-02 EMPLOYEES BASIC LIFE, ACCIDENTAL DEATH AND DISABILITY Addendum No. 2 Issued: Monday, October
More informationPART INSTRUCTIONS TO BIDDERS
[ ] [ ] [ ] Date [Date] [ ] [] PART 1 - INSTRUCTIONS TO BIDDERS CLAUSE 1 - DOCUMENTS 1 DOCUMENTS Carefully examine the following information. Failure to follow these instructions may result in bid disqualification.
More informationDIVISION 1 GENERAL REQUIREMENTS SECTION MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK
DIVISION 1 GENERAL REQUIREMENTS SECTION 01 2600 MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK PART 1 GENERAL 1.01 SUMMARY A. Section includes requirements that supplement the paragraphs of Document
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder
More informationMadera Unified School District
Madera Unified School District Contractor Prequalification Procedures Prequalification Application PREQUALIFICATION PROCEDURES tice is hereby given by Madera Unified School District ( District ) that general
More informationPROPOSAL REQUIREMENTS AND CONDITIONS
1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: February 14, 2014 BID NO.: 14-8073 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR ELECTRIC MOTOR REPAIR SMALL MOTORS
More informationRequest for Proposal # Postage Meter Lease & Maintenance Service
Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500
More informationRequest for Bid/Proposal
Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu
More informationINVITATION FOR BIDS IFB FOR YOLO COUNTY TRANSPORTATION DISTRICT FACILITY IMPROVEMENTS
City of Davis - City of West Sacramento - City of Winters City of Woodland - County of Yolo Ex Officio: CalTrans District 3 - University of California, Davis Yolo County Transportation District 350 Industrial
More informationBASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #
VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Please Note Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page
More informationLocating & Applying for Construction Opportunities. What Small Businesses Need to Know
Locating & Applying for Construction Opportunities What Small Businesses Need to Know Learning Objectives Review construction opportunities available at SFO Provide overview of SFO procurement process
More informationEast Central College
SECTION 00100 - INSTRUCTION TO BIDDERS 1. BIDDING GUIDELINES The submission of a Bid shall be deemed the Bidder's tacit acknowledgment and considered conclusive evidence that: 1. Each Bidder is responsible
More informationSOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair)
SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair) 1. SOLICITATION NO. 2. TYPE OF SOLICITATION 3. DATE ISSUED PAGE OF PAGES SEALED BID (IFB) 01 of 089 VA-101-10-RP-0130 09/10/2010 X NEGOTIATED
More informationAPPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS
APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS I. DBE GOAL The Pennsylvania Department of Transportation (Department) has established,
More informationINVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.
A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:
More informationCITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER
CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER City of Los Banos Public Works Department 411 Madison Avenue Los
More informationFayette County Public Schools. Supplier Diversity Program Contract Forms
Fayette County Public Schools Supplier Diversity Program Contract Forms Marilyn Clark Manager of Economic Development Fayette County Public Schools Department of Economic Development 1126 Russell Cave
More informationCity of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building
City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest
More informationAMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017
AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017 The City of Huron issued a Request for Proposal for Engineering Services on February 1, 2017 ( RFP ). The following are amendments
More information6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)
E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year
More information