SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

Size: px
Start display at page:

Download "SEMINOLE TRIBE OF FLORIDA INVITATION TO BID"

Transcription

1 SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB Title: Description: Term/Duration: Pre-Bid/Proposal Conference: Roof Replacements (Big Cypress) Solicitation Release Date: November 17, 2017 Deadline for Questions*: Bid/Proposal Due Date: Contact Person*: The Housing Department of the Seminole Tribe of Florida ( Tribe or STOF ) is requesting bidss from qualified firms for ten (10) Roof Replacements for the Big Cypress Reservation as outlined in this solicitation. To be completed within 150 calendar days from issuance of a Notice to Proceed (NTP). November 28, 10:00AM EST (NON-MANDATORY) Seminole Tribe of Florida George Billie Road Clewiston, FL Big Cypress Reservation December 1, 4:00PM EST December 5, 4:00PM EST Shannon Graham, Purchasing Contracts Specialist Seminole Tribe of Florida Purchasing Department 6300 Stirling Road Hollywood, FL shannongraham@semtribe.com Submission Requirements: Electronically via to the Contact Person Above, or Hardcopy as 1 Original + 3 Copies + 1 Electronic Copy on a USB drive. *ALL QUESTIONS/INQUIRIES MUST BE DIRECTED IN WRITING TO THE CONTACT PERSON ABOVE, FAILURE TO DO SO WILL BE CAUSE FOR DISQUALIFICATION OF AN AWARD UNDER THIS RFP. Page 1 of 7 Rev. 12/13/2016

2 SECTION I BACKGROUND / GENERAL INFORMATION The Seminole Tribe of Florida (Tribe) is a federally recognized Indian Tribe organized pursuant to Section 16 of the Indian Reorganization Act of 1934, as amended, 25 U.S.C There are six (6) Seminole Indian Reservations in the State of Florida in Big Cypress, Brighton, Hollywood, Immokalee, Tampa, and Fort Pierce. Tribal Headquarters are located on the Hollywood Reservation in an urban environment in the Greater Fort Lauderdale/Hollywood, Florida area. Firms/Individuals receiving an award, if any, may be required to procure and maintain insurance coverage throughout the term of providing these services to include General Liability ($1M/2M Aggregate), Auto Liability ($1M), and Workers Comp ($500K or Exemption) with additional coverage and provisions as deemed necessary by the Tribe. The Tribe will give preference to qualified business entities certified by the Seminole Tribe of Florida. Qualified shall mean, notwithstanding the above, that a tribal member, spouse, child, or business entity who can provide goods or services at competitive prices, has demonstrated skills and abilities to perform the task to be undertaken in an acceptable manner, and can meet the application, bonding and licensing requirements. Preference will only be given to those business entities where a Tribal Member is actively involved in the business and controls 51% or more of the organization. The selected vendor(s) will be required to submit a completed and fully executed Vendor Application and Registration Form to the Tribe s Purchasing Department, if not already an approved vendor. Upon successful completion of an investigation into the past and current activities, associations, and reputation of the applicant, the Tribe will assign a vendor number and the vendor will be added to its Master Vendor file. The Tribe may not enter into any business transactions with any bidder whose name does not appear on its Master Vendor file. This solicitation and selection process shall in no way be deemed to create a binding contract, agreement or offer of any kind between the Seminole Tribe of Florida and any entity. If the Tribe selects a firm/individual to provide the services described in this solicitation, any legal rights and obligations between the successful firm/individual, if any, and the Tribe will come into existence only when an agreement is fully executed by the parties, and the legal rights and obligations of each party shall at that time be only those rights and obligations which are set forth in the agreement and any other documents specifically referred to in that agreement and executed by the parties. Firms/Individuals shall treat any information contained in this solicitation (or accumulated through other written or oral communication with the Tribe) as confidential information. Any information provided by the Tribe to firms/individuals in this solicitation is to be used solely to permit a reply to this solicitation and firms/individuals shall make no other use of the information, inclusive of sharing the information with corporate affiliates and subsidiaries without the prior written consent of the Tribe. Page 2 of 7 Rev. 12/13/2016

3 SECTION II SCOPE OF WORK/SERVICES 1. OVERVIEW The Seminole Tribe of Florida s Housing Department is requesting proposals from qualified vendors to provide roof replacement services at 30420, 30421, 30430, 30431, 30440, 30441, 30451, 30461, 30471, George Billie Rd., Clewiston, FL as outlined in this solicitation. The Scope of work required under this Bid is to provide all necessary planning, design, materials and other required professional and construction related services for the complete installation of the roof system in accordance with the Florida Building Code and all applicable sections. a) Contractor Requirements: 1) Supply all labor and materials. 2) All materials being installed shall be of equivalent make/model to the original material being removed. (Unless it has first been approved by the Housing Department) 3) All work performed shall be as per the current code(s). 4) Schedule of Values and proposed schedule shall be submitted with proposal. 5) Supply all drawings/prints and any other documentation needed by the Building Department. 6) Clean up jobsite daily and before the final inspection of the completed job. 7) Call the Building Department and Housing Department for all inspections, before and during the installation process. 8) Contact Housing Department for final inspection, prior to leaving the jobsite. 9) Contractor responsible for all permits and drawings. 10) If awarded the project, A SCHEDULE IS REQUIRED. 11) DO NOT process invoices through the Housing Department - Invoices MUST be forwarded to invoices@semtribe.com. b) Scope of Work: 1) Supply all labor and materials to install Englert or Gulf Coast 30 year Snap on clipped 24 gauge Standing Seam roof, or its equivalent. The STOF Building Department and STOF Housing Department must approve any other materials other than Englert or Gulf Coast roof. System is to be installed as directed by the Product Approval/NOA, and the Florida Building Code. 2) Remove all existing shingles, vent boots, felt, drip edge and gutters as necessary. Save gutters for reinstall. 3) Inspect and replace any rotted, or damaged plywood, and fascia board. 4) Include 3 sheets of plywood in quote and also provide a per sheet price for any additional sheet required. 5) Prime & paint to match any replaced fascia boards and stucco. 6) Re-Nail all plywood to code. 7) Call Housing and the STOF Building Department for roof inspection. 8) Install Base layer ASTM D-226 #30 felt, fastened to the deck with tin tags and nails, Dade approved (required by NOA) 9) Install Polyglass TU plus peel & stick to be installed (not a code requirement). 10) Versa Shield fire barrier sheet (required by NOA) 11) Install new 24 gauge Galvalume Englert or Gulf Coast Roof. 12) Replace all removed vent caps with new. Like for Like. Page 3 of 7 Rev. 12/13/2016

4 13) Clean up and remove any and all debris from the job site. 14) Use a magnate pulled over the surrounding work area to remove any nails from the grass/yard around the home at the end of each work day. 15) Any materials left overnight are to be stacked neatly in one area with a safety fence around them. 16) At job completion contact the Building Inspection Department for final inspection prior to leaving the job site. All roofing material must meet current FBC and Miami Dade County Approval. The Contractor will be responsible for securing (stow or cover) all items in the house such as electronics, furniture, ceiling fans, AC units, etc. Any damages caused during the works will be the sole responsibility of the Contractor to make good or replace. 2. ADDITIONAL PROJECT REQUIREMENTS These requirements provide guidance regarding the construction standards that Proposers are expected to adhere to regarding the overall level of quality that STOF expects on all roofing projects. a. QUALITY: All materials used for the manufacture or construction of any supplies, materials or equipment shall be new. The items proposed must be new, unless recycled materials are certified by Proposer, the latest model, of the best quality, and highest grade workmanship and has been certified by the product manufacturer as acceptable for the installation required meeting the requirements of agencies such as EPA, UL, Factory Mutual, ASTM who may govern the certification of recycled products for reintroduction into building systems. All products must meet the High Velocity Protocols established by the Florida Building Code for High Velocity Wind Zone Regions. b. GENERAL LOCATION OF WORK: If property is damaged while Contractor is performing the work specified or is removed for the convenience of the work, it shall be repaired or replaced at the expense of the Contractor in a manner acceptable to the STOF prior to the final acceptance of the work. Such property shall include but not be limited to: structures, parkways, sidewalks, curbs and gutters, driveways, walls, fences, water features, footings, underground utilities, sod, shrubs, and trees affected by the work. Contractor shall notify the Housing department in writing of the site having pre-existing damage to structures, parkways, sidewalks, curbs, roadways, swales, adjacent improvements, etc., before beginning work. Failure to do so shall obligate the Contractor to make repairs. c. PROTECTION: The Contractor shall be solely responsible for pedestrian and vehicular safety and control within the work site and shall provide the necessary warning devices, barricades and ground personnel needed to give safety, protection, and warning to persons and vehicular traffic within the area. All minimum safety standards required by the STOF, State and Federal ordinances and laws shall be strictly met by the Contractor. Page 4 of 7 Rev. 12/13/2016

5 Contractor shall make all necessary arrangements with the utility companies concerned for protection of their lines during the work period. Contractor shall exercise extreme caution to eliminate any possibility of damage to any utilities. Restore any damage to property to its original condition, at the Contractor s expense, as acceptable to the STOF. Contractor shall protect all existing and newly installed work, materials, equipment, improvements performed under this Contract. d. STORAGE OF MATERIALS: The Contractor must provide for the Contractor s own storage of material and equipment, if needed. No on-site storage is permitted at the work area unless the materials have been positioned at the site for immediate installation into or on the building. No items shall be stored overnight if resulting from a day s work due to the inability of the Contractor to complete the installation. e. REMOVAL OF DEBRIS AND CLEANING UP: All construction debris and trash shall be disposed of in a required onsite dumpster. Contractor is responsible for selecting a dumpster trash hauler. Debris and trash shall be immediately removed from the site every day. Prior to acceptance of the work by the STOF, the Contractor shall completely clean the site and remove from site all trash and debris and shall dispose of such materials. f. ADJACENT PROPERTY: When adjacent property is affected by Contract work, it shall be the Contractor's responsibility to take whatever safeguards or precautions are necessary for the protection of the adjacent property and to notify the owner thereof prior to such actions. g. WARRANTY AND GUARANTEE: All products furnished by the selected Proposer shall be supplied with all warranties and guarantees of the manufacturer. Warranties on workmanship shall be for a period of not less than 1 year; said period to commence upon the date products are installed, or accepted by the STOF, whichever last occurs. The roof should be free from leaks caused by a sub-standard installation. Materials shall be installed in a strict accordance to the manufacturer s specifications and recommendations. h. REPAIR OR REPLACEMENT: Should any defect appear during this period, the Contractor shall, at their expense, have repaired or replaced such item upon receipt of written notice from the STOF (or resident) of said defect. Said repair or replacement must be accomplished within ten (10) calendar days after receipt of notification of the defect. 3. QUALIFICATIONS a. Proposals shall be considered only from vendors normally engaged in performing the type of work specified within this solicitation. Vendor must have adequate organizational resources, facilities, equipment, and personnel to ensure prompt and efficient service to the Tribe. Page 5 of 7 Rev. 12/13/2016

6 b. At a minimum, qualifying proposals shall demonstrate that the Vendor possesses the qualifications necessary to provide high quality and functional services. To ensure the Vendor is capable of providing an acceptable level of service to the Tribe, the Vendor must meet the following minimum qualifications: i. Hold a current certified license as a Roofing Contractor and must have a minimum of five (5) years experience in providing similar services. ii. iii. iv. Provide three (3) current references for three (3) completed individual projects of similar size, scope, and complexity which were completed within the past five (5) years. Must have the listed current personnel and maintain a fully equipped organization capable, technically and financially, of performing the work required, and has performed similar work in a satisfactory manner. Carry and maintain adequate insurance consistent with the requirements listed in this solicitation. v. Meet any other requirements outlined in this solicitation. 4. PRE-PROPOSAL CONFERENCE A pre-proposal conference has been scheduled for interested firms to attend before the due date for this solicitation. Attendance is highly recommended but not mandatory. Please note that vendors may ask questions, however, all questions must be submitted to the Contact Person in writing by the due date to receive a formal written response. The date, time and location of the pre-proposal conference are as follows: November 28, 10:00AM EST George Billie Road Clewiston, FL Big Cypress Reservation An employee or representative of the prime contractor or primary vendor responding to this solicitation must be in attendance at the pre-bid/proposal conference in order to receive credit for attendance. Subcontractors or other individuals may not attend for the prime contractor or primary vendor. 5. ANTICIPATED TIMELINE: Solicitation Release Date November 17, 2017 Deadline for Questions December 1, 2017 by 4:00 P.M. (EST) Bid/Proposal Due Date December 5, 2017 by 4:00 P.M. (EST) Award of Contract To Be Determined (TBD)* * Dates (if any) are subject to change at the discretion of the Tribe. Page 6 of 7 Rev. 12/13/2016

7 6. SUBMISSION REQUIREMENTS / CONTACT PERSON Vendor(s) wishing to submit a response to this solicitation MUST submit documentation to demonstrate that they meet ALL requirements in this solicitation, including the submission of all applicable attachments, exhibits and/or forms. Proposals must be submitted by December 5, 2017 in hard copy or via to the Contact Person listed for this solicitation, which is as follows: Shannon Graham, Purchasing Contracts Specialist Seminole Tribe Of Florida Purchasing Department 6300 Stirling Road Hollywood, FL OR shannongraham@semtribe.com All Questions/Inquiries (if any) must be submitted by December 1, 2017 to the address above. Bidder must fill out and submit a Schedule of Values for each address and fill out a Total bid cost for all of the 10 roof replacements added together on the attached Bid Form (Exhibit D). Costs stated in responses to this solicitation shall remain fixed and firm for all services to be performed. Vendors are responsible for addressing all inquiries with the Contact Person listed in this solicitation to obtain clarification on concerns and issues that may affect costs and their ability to complete the solicited task(s). Any price adjustments after proposal submission must be requested in writing and approved by the Tribe. 7. EVALUATION OF PROPOSAL/BIDS The Tribe will conduct a comprehensive, fair and impartial evaluation of all responses to this solicitation. The Tribe shall select the most responsive, responsible and qualified vendor based on pricing. Prior to the final selection, Vendor(s) may be required to submit additional information which the Tribe may deem necessary to further evaluate the vendors responses. *A Tribal Member s proposal/bid will be considered the lowest proposal/bid in regards to proposed cost(s) to provide services if their quote is up to 3% (not to exceed $100,000) higher than the lowest non-tribal Member proposal/bid. 8. ATTACHMENTS, EXHIBITS & FORMS: Exhibit A Schedule of Values (for each of the 10 addresses) Exhibit B Statement of Qualifications Exhibit C Subcontractor and Supplier Listing Exhibit D Bid Form (total Bid Amount for all 10 Roofs) Page 7 of 7 Rev. 12/13/2016

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 151-2017 Title: Description: SEMINOLE TRIBE OF FLORIDA INVITATION TO BID General Home Repairs (Big Cypress Reservation) The Housing Department of the Seminole Tribe of Florida is requesting

More information

SEMINOLE TRIBE OF FLORIDA

SEMINOLE TRIBE OF FLORIDA INVITATION TO QUOTE (ITQ) ITQ # STOFBR04102018BR Roof Replacement 900 Youngblood Rd Okeechobee, FL 34974 (Brighton) ITQ DATES: Quote Due Date: 04/24/2018 @ 4:00 pm EST Solicitation Release Date: 04/10/2018

More information

BOONE COUNTY PUBLIC LIBRARY (859) 342-BOOK (2665)

BOONE COUNTY PUBLIC LIBRARY (859) 342-BOOK (2665) ROOF Boone County Public Library is seeking competitive sealed bids to replace an existing Shingle Roof and EPDM membrane roof on the Florence Branch located at 7425 U.S. 42, Florence, KY 41042. The successful

More information

Town of Atkinson, New Hampshire INVITATION TO BID. Town Garage Roof Replacement Issued: June 30, 2015

Town of Atkinson, New Hampshire INVITATION TO BID. Town Garage Roof Replacement Issued: June 30, 2015 Town of Atkinson, New Hampshire INVITATION TO BID Town Garage Roof Replacement Issued: June 30, 2015 The Town of Atkinson invites qualified contractors to bid on the replacement of the roof of the Town

More information

West Valley Library Parking Lot Repair with Porous Asphalt

West Valley Library Parking Lot Repair with Porous Asphalt RFQ-066 Request for Quote for West Valley Library Parking Lot Repair with Porous Asphalt Susan Miller Facilities Manager Yakima Valley Libraries April 3, 2017 RFQ NAME: ISSUING AGENCY: West Valley Library

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

ENGINEERING BUILDING ROOF REPLACEMENT

ENGINEERING BUILDING ROOF REPLACEMENT ENGINEERING BUILDING ROOF REPLACEMENT SOLICITATION NO. 2017-06 March 13, 2017 St. Clair County, Illinois, through the Public Building Commission (herein after referred to as OWNER ), hereby gives notice

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

Proposals will be due on Wednesday, September 12, 2012 at 2:00 p.m.

Proposals will be due on Wednesday, September 12, 2012 at 2:00 p.m. PURCHASING AND PROCUREMENT DIVISION City of Jacksonville Beach Purchasing and Procurement Division 1460A Shetter Avenue Jacksonville Beach FL 32250 Phone: 904.247.6229 Fax: 904.247.1639 Email: purchasing

More information

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09 INVITATION TO BID Invitation to Submittal Deadline: Wednesday, April 30, 2014 at 2:00 p.m. Mail bids to the following address: Curry County Administration 700 N. Main Street, Suite 10 Clovis, NM 88101

More information

Request for Proposal for Annual Financial Audit Services

Request for Proposal for Annual Financial Audit Services Request for Proposal for Annual Financial Audit Services RFP # 19_001 Jan 10, 2019 Page 1 I. RFP Timeline The following Timeline has been defined to efficiently solicit multiple competitive proposals,

More information

TEXAS DEPARTMENT OF TRANSPORTATION

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. PREVENTIVE MAINTENANCE AND REPAIR SERVICES FOR APOGEE BUILDING AUTOMATION MANAGEMENT SYSTEM PUBLICATION This specification is a product of the Texas

More information

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE PUBLICATION This specification is a product of the Texas Department of Transportation

More information

Title and Summary. Title and Summary Page 1 Invitation to Bid FY

Title and Summary. Title and Summary Page 1 Invitation to Bid FY Title and Summary Invitation to Bid: Invitation to Bid Title: Invitation to Bid Publication: Invitation Composition: Invitation Amendments: Contracting Entity: Procurement Coordinator: No. FY10-0601 Playground

More information

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904) CITY OF ATLANTIC BEACH BID NUMBER 1314-08 PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA 32233 (904) 247-5880 REQUEST FOR BID CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES

More information

ADDENDUM # 2 LOUISA COUNTY PUBLIC LIBRARY ROOF REPLACEMENT PROJECT IFB# GS-18-02

ADDENDUM # 2 LOUISA COUNTY PUBLIC LIBRARY ROOF REPLACEMENT PROJECT IFB# GS-18-02 August 25, 2017 To: From: Prospective Bidders, and Plan Holders County of Louisa, Dewberry and HDH Associates ADDENDUM # 2 LOUISA COUNTY PUBLIC LIBRARY ROOF REPLACEMENT PROJECT IFB# GS-18-02 CHANGES AND

More information

Purchasing and Procurement Policy

Purchasing and Procurement Policy Purchasing and Procurement Policy Purpose The purpose of this document is to implement the requirements of state law with regard to procurement and bidding on public contracts for public works, goods,

More information

TEXAS DEPARTMENT OF TRANSPORTATION TRASH REMOVAL AND DISPOSAL PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION TRASH REMOVAL AND DISPOSAL PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * REVISED: May 2016 TRASH REMOVAL AND DISPOSAL PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). It is

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION The work to be performed under this Contract shall consist of furnishing all equipment, materials, supplies, and manufactured articles

More information

SEND ALL PROPOSALS DIRECTLY TO THE ADDRESS SHOWN BELOW.

SEND ALL PROPOSALS DIRECTLY TO THE ADDRESS SHOWN BELOW. REQUEST FOR PROPOSALS RFP# 2018-02 TITLE: PAINTING SERVICES ISSUSING AGENCY: TOWN OF WALLACE 316 East Murray Street Wallace, North Carolina 28466 ISSUE DATE: January 11, 2019 IMPORTANT NOTE: Indicate firm

More information

WEST BOUNTIFUL CITY, UTAH REQUEST FOR PROPOSAL. City Park Playground Equipment.

WEST BOUNTIFUL CITY, UTAH REQUEST FOR PROPOSAL. City Park Playground Equipment. 1.0 INTRODUCTION WEST BOUNTIFUL CITY, UTAH REQUEST FOR PROPOSAL City Park Playground Equipment The West Bountiful City, Utah is seeking proposals from interested Applicants to furnish and install playground

More information

Support to Development of a Global Competency Framework for UHC. Request for Proposals (RFP) Bid Reference 2018/HIS/HWF/HPS/01

Support to Development of a Global Competency Framework for UHC. Request for Proposals (RFP) Bid Reference 2018/HIS/HWF/HPS/01 1 Support to Development of a Global Competency Framework for UHC Request for Proposals (RFP) Bid Reference Unit Name Human Resources for Health Policy and Standards 2 The World Health Organization (WHO)

More information

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * COMMERCIAL HEATING, VENTILATION AND AIR CONDITIONING (HVAC) MAINTENANCE AND REPAIR SERVICES PUBLICATION This specification is a product of the Texas

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

Gadsden City Schools

Gadsden City Schools Bid # 2017-08 Specifications and Proposal For Athletic Uniform Contract Bid Opening: May 31, 2017 10:00 a.m. Note: All questions concerning these specifications and proposal should be directed in writing

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL June 1, 2009 I. BACKGROUND The New York Liquidation Bureau (the Bureau ) carries out the responsibilities of the New York State Superintendent of Insurance

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES

PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES Part A Methods of Source Selection 5-101 Methods of Source Selection. Contracts for goods and services shall be awarded following one of the following procurement

More information

CONSTRUCTION MANAGEMENT SERVICES

CONSTRUCTION MANAGEMENT SERVICES DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS () SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. REQUEST

More information

ATTACHMENT D SCOPE OF SERVICES

ATTACHMENT D SCOPE OF SERVICES ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.

More information

INVITATION FOR BID (IFB):

INVITATION FOR BID (IFB): DATE: May 8, 2018 ADDENDUM NO. 1 INVITATION FOR BID (IFB): B180022132 RPD Furnish & Install Ballistic Glass Lobby Counters IFB #B180022132 WAS ISSUED: Wednesday April 25, 2018 RECEIPT DATE: May 23, 2018

More information

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No PART 1 GENERAL 1.1 RELATED DOCUMENTS REQUIREMENTS COMMON TO ALL WORK CATEGORIES 1. Drawings and general provisions of the Contract, including General Special Conditions and other Division 1 Specification

More information

, , , , Randazzo Ave, Modesto, CA Roofing Replacement

, , , , Randazzo Ave, Modesto, CA Roofing Replacement 1612-14, 1620-22, 1701-03, 1709-11, 1717-19 Randazzo Ave, Modesto, CA Roofing Replacement Introduction: The Housing Authority of the County of Stanislaus (Authority) is seeking bids from Class B General

More information

Generator for Maintenance/Police Complex

Generator for Maintenance/Police Complex NOTICE TO ALL BIDDERS ADDENDUM NO. 1 TO TUCSON AIRPORT AUTHORITY 11/29/2018 In accordance with the Project Specifications and Contract Documents, and as noted in the Instructions to Bidders, Bidders on

More information

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum

More information

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application Good for 90 days from the Date Issued This permit is only required if the work location is owned or controlled by the City of Homestead and

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

EXHIBIT A SCOPE OF WORK

EXHIBIT A SCOPE OF WORK EXHIBIT A SCOPE OF WORK THE FLORIDA DEPARTMENT OF TRANSPORTATION, DISTRICT 4 HEADQUARTERS BUILDING ROOF TOP AIR CONDITIONING CONDENSER COIL REPLACEMENTS TABLE OF CONTENTS 1.0 Purpose 2.0 Definitions 3.0

More information

Guidelines for

Guidelines for Page1 Guidelines for Weather Tightness Warranty For Standing Seam Metal Panels General Today s metal roofing industry is faced with growing demand for warranties that help it compete with other types of

More information

Addendum No. 1. ITB for Emergency Management/Utilities Administration Building Renovation Addendum Release Date April 06, 2017

Addendum No. 1. ITB for Emergency Management/Utilities Administration Building Renovation Addendum Release Date April 06, 2017 City of Wilton Manors Finance Department 2020 Wilton Drive Wilton Manors, FL 33305 Phone (954) 390-2171 Fax (954)390-2199 www.wiltonmanors.com Addendum No. 1 ITB # 2016-16 ITB for Emergency Management/Utilities

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018 Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET Engineering Department RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018 The City of West Bend (City) is requesting

More information

COMPETITIVE BID FOR 19-HRPPS/MB

COMPETITIVE BID FOR 19-HRPPS/MB COMPETITIVE BID FOR HR/PAYROLL SYSTEM WITH PAYROLL PROCESSING SERVICES 19-HRPPS/MB October 30, 2018 HEALTH CARE DISTRICT OF PALM BEACH COUNTY 1515 N. FLAGLER DRIVE, SUITE 101 PALM SPRINGS, FL 33401 1-1

More information

REQUEST FOR PROPOSALS 7530 Roofing Services 2013

REQUEST FOR PROPOSALS 7530 Roofing Services 2013 REQUEST FOR PROPOSALS 7530 Roofing Services 2013 General Description The City of Fort Collins is soliciting proposals for an experienced roofing contractor to perform needed repair, maintenance and repair-by-replacement

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October

More information

Mourfield Avenue Apartments Roofing Replacement 3569, 3579, 3589, and 3599 Mourfield Avenue, Stockton, CA 95206

Mourfield Avenue Apartments Roofing Replacement 3569, 3579, 3589, and 3599 Mourfield Avenue, Stockton, CA 95206 Mourfield Avenue Apartments Roofing Replacement 3569, 3579, 3589, and 3599 Mourfield Avenue, Stockton, CA 95206 Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: CITY OF HOPKINSVILLE COMMERCIAL CLEANING MAINTENANCE

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

An evaluation of the Irish Remote Interpreting Service (IRIS) Request for Tenders

An evaluation of the Irish Remote Interpreting Service (IRIS) Request for Tenders An evaluation of the Irish Remote Interpreting Service (IRIS) 2018. Request for Tenders The latest date for receipt of tenders is Thursday 30 th August 2018 at 4 pm July 2018 Sign Language Interpreting

More information

PART E SPECIFICATIONS

PART E SPECIFICATIONS PART E SPECIFICATIONS Bid Opportunity No. 426-2004 Page 1 of 4 PART E - SPECIFICATIONS GENERAL E1. APPLICABLE SPECIFICATIONS, STANDARD DETAILS AND DRAWINGS E1.1 Standard Construction in its entirety, whether

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION. Date Due: Friday, September 8, Time Due: 4:00 p.m.

REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION. Date Due: Friday, September 8, Time Due: 4:00 p.m. Information Technology 625 Center Street Oregon City OR 97045 Ph (503) 657-0891 fax (503) 657-7892 REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION Date Due: Friday, September

More information

DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF DATE: 05/03/2018 REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF Recruitment and staff administration services in Gulf Cooperation

More information

Bowman Outside Plant Splicing Project

Bowman Outside Plant Splicing Project Title and Summary Request for Best Value Bid ( RFB ): RFBVB Title: RFB Publication: RFB Composition: RFB Amendments: Contracting Entity: No. FY13 0116 Bowman Outside Plant Splicing Project As follows:

More information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018

More information

TEXAS DEPARTMENT OF TRANSPORTATION DISPLACEMENT AND CONTROL OF BIRD INFESTATION

TEXAS DEPARTMENT OF TRANSPORTATION DISPLACEMENT AND CONTROL OF BIRD INFESTATION TEXAS DEPARTMENT OF TRANSPORTATION * DISPLACEMENT AND CONTROL OF BIRD INFESTATION PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may not

More information

DATE: 02/05/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/002 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

DATE: 02/05/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/002 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF DATE: 02/05/2018 REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/002 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF Recruitment, on-boarding and staff administration services United

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

CONSTRUCTION MANAGEMENT SERVICES

CONSTRUCTION MANAGEMENT SERVICES DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. 3 A.

More information

DOCUMENT POST BID INTERVIEW

DOCUMENT POST BID INTERVIEW DOCUMENT 00 45 90 POST BID INTERVIEW PART 1 GENERAL 1.01 SUMMARY By request of the District, this Section requires the apparent low bidder to attend and participate in a Post Bid Interview with the Construction

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) 38 Liberty Street Concord, New Hampshire 03301 REQUEST FOR PROPOSAL (RFP) Bathroom Renovations 2016 Rundlett Middle School Concord School District The Concord School District is looking for a contractor

More information

Itt UNITE EDUCATE EMPOWER. SAN JUAN school

Itt UNITE EDUCATE EMPOWER. SAN JUAN school Steven Black School Board President Ron Nielson Superintendent of Schools t Itt UNITE EDUCATE EMPOWER SAN JUAN school KYLE S. HOSLER Business Administrator Tom Corrao Buildings & Grounds Supervisor 200

More information

Illinois Valley Regional Dispatch RFP Disclaimer Logging Recorder

Illinois Valley Regional Dispatch RFP Disclaimer Logging Recorder Illinois Valley Regional Dispatch RFP Disclaimer Logging Recorder To the extent any of the following requirements are propriety or vendor specific or in any way limits open and competitive proposals IVRD

More information

REQUEST FOR BID. PURCHASE AND INSTALL OF 3 GATE OPERATORS AND GATES FOR THE NORTHWEST ARKANSAS REGIONAL AIRPORT February 18, 2019

REQUEST FOR BID. PURCHASE AND INSTALL OF 3 GATE OPERATORS AND GATES FOR THE NORTHWEST ARKANSAS REGIONAL AIRPORT February 18, 2019 REQUEST FOR BID PURCHASE AND INSTALL OF 3 GATE OPERATORS AND GATES FOR THE NORTHWEST ARKANSAS REGIONAL AIRPORT February 18, 2019 1. INTRODUCTION The Northwest Arkansas Regional Airport is seeking bids

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

More information

Municipality of the District of Lunenburg POLICY

Municipality of the District of Lunenburg POLICY Municipality of the District of Lunenburg Title: Purchasing and Tendering Policy Policy No. MDL-33 Effective Date: January 1, 2014 1. Purpose and Objectives POLICY Amended Date: January 12, 2016 The Municipality

More information

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement Township of Severn REQUEST FOR PROPOSAL Architectural & Professional Services Fire Station Replacement Deadline for proposal submission is June 15, 2017 at 2:00 p.m. Contact Person: Tim Cranney Director

More information

RFQ Drainage Ditching and Culvert Replacement

RFQ Drainage Ditching and Culvert Replacement RFQ 2016-26 Drainage Ditching and Culvert Replacement The City of Dawson Creek requests quotes for drainage ditching and replacement of culverts in the area of 7 th Street and 122 nd Avenue. All contract

More information

REQUEST FOR QUOTE RF44-Throwbot XT

REQUEST FOR QUOTE RF44-Throwbot XT REQUEST FOR QUOTE RF44-Throwbot XT Hard Copy Bids... Hard copy bids must be received on or before the due date and time listed above at the following physical location regardless of delivery method: 8543

More information

NOTICE TO HOME IMPROVEMENT CONTRACTORS INVITATION TO BID Project # Housing Rehabilitation Shelby County, Tennessee

NOTICE TO HOME IMPROVEMENT CONTRACTORS INVITATION TO BID Project # Housing Rehabilitation Shelby County, Tennessee NOTICE TO HOME IMPROVEMENT CONTRACTORS INVITATION TO BID Project # 2018-005 Housing Rehabilitation Shelby County, Tennessee The Memphis Area Association of Governments (MAAG) will accept bids for rehabilitation

More information

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS DEPARTMENT OF TRANSPORTATION Transportation Commission and Office of Transportation Safety REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

REQUEST FOR SEALED BIDS No

REQUEST FOR SEALED BIDS No REQUEST FOR SEALED BIDS No. 2018-013 Project: Granger Site Development Phase 2 Issued: December 19, 2018 CONTENTS Section 1. Bid Announcement and General Information Section 2. Bid Specifications and Bid

More information

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements RFP 2019-01 Reeta s Building Demolition City of Morgantown REQUEST FOR PROPOSALS Demolition Contractors INTRODUCTION A. Overview This Request for Proposals ( RFP ) is being issued by the City of Morgantown

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

SUBMIT BIDS TO: Procurement and Contracts University Parkway Building 20E, Room 101 Pensacola, FL 32514

SUBMIT BIDS TO: Procurement and Contracts University Parkway Building 20E, Room 101 Pensacola, FL 32514 SUBMIT BIDS TO: Procurement and Contracts 11000 University Parkway Building 20E, Room 101 Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/procurement/ INVITATION TO BID (ITB) CONTRACTUAL

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

More information

STATEMENTS OF QUALIFICATIONS ARE DUE NO LATER THAN 5:00 P.M. FRIDAY, JUNE 23, 2017

STATEMENTS OF QUALIFICATIONS ARE DUE NO LATER THAN 5:00 P.M. FRIDAY, JUNE 23, 2017 RFQ 13-2017-01 REQUEST FOR QUALIFICATIONS FOR A CRITERIA ENGINEER TO PERFORM CERTAIN PROFESSIONAL SERVICES IN THE REPAIR AND/OR REPLACEMENT OF THE LOWER LAKE DAM AND POTENTIAL REPAIRS TO THE UPPER LAKE

More information

INVITATION FOR BIDS (IFB)

INVITATION FOR BIDS (IFB) P a g e 1 INVITATION FOR BIDS (IFB) Summer Camp T-Shirts IFB #: 17-004 Deadline for Responses: 2:00 PM 04/13/2017 Children s Services Council of Palm Beach County (CSC) 2300 High Ridge Road Boynton Beach,

More information

Appendix 3. POLICY & PROCEDURE No

Appendix 3. POLICY & PROCEDURE No DEPARTMENT OF PUBLIC WORKS DIVISION: ENGINEERING SERVICES SECTION: ADMINISTRATIVE PAGE NO: 1 OF 10 REVISION NO: 3 DATE: 1995 05 01 ESTABLISHED: 1986 03 03 Appendix 3 POLICY & PROCEDURE No. 2.3.1-020 TITLE:

More information

PURCHASING AND PROCUREMENT OVERVIEW

PURCHASING AND PROCUREMENT OVERVIEW Purchasing and Procurement Overview AASBO Certificate Program September 2018 David Smith Executive Director david@aasbo.com 256 585 1511 PURCHASING AND PROCUREMENT OVERVIEW Contract Procurement Law Understanding

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

I. Procurement. Procurement Authority. Ethical Conduct, Conflict of Interest. DU Procurement Policy

I. Procurement. Procurement Authority. Ethical Conduct, Conflict of Interest. DU Procurement Policy I. Procurement Procurement of goods and services for the university must be conducted in an open and competitive environment to ensure that prices paid are fair and reasonable. Purchasing activities are

More information

ARCHITECTURAL GUIDELINES FOR LAKE ZACHARY LAKE ZACHARY HOME OWNERS ASSOCIATION

ARCHITECTURAL GUIDELINES FOR LAKE ZACHARY LAKE ZACHARY HOME OWNERS ASSOCIATION FOR LAKE ZACHARY BY LAKE ZACHARY HOME OWNERS ASSOCIATION THESE ARE WRITTEN PRIMARILY FOR NEW CONSTRUCTION, BUT THESE STANDARDS ALSO APPLY TO ANY ALTERATIONS, ADDITIONS OR REPAINTING OF EXISTING STRUCTURES

More information

APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES

APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES 1. CONTRACT SCOPE/OVERVIEW: This Contract (identified here and in the other documents as the Contract ) will cover the requirements

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. * PRINTING CERTIFICATE OF TITLE ENVELOPE PUBLICATION This specification is a product of the Texas Department of Transportation

More information

The following was adopted as Policy by Resolution No at the Regular Council Meeting held on January 17, 2012.

The following was adopted as Policy by Resolution No at the Regular Council Meeting held on January 17, 2012. Purchasing & Tendering Policy No. 12.124 District of Lake Country 10150 Bottom Wood Lake Road Lake Country, BC V4V 2M1 t: 250 766 5650 f: 250 766 0116 lakecountry.bc.ca Date The following was adopted as

More information

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No. 15-1474 Tampa Bay Workforce Alliance, Inc. is accepting proposals from qualified CPA firms to provide audit and tax services. Parties

More information