SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

Size: px
Start display at page:

Download "SEMINOLE TRIBE OF FLORIDA INVITATION TO BID"

Transcription

1 Solicitation #: ITB 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 bids from qualified firms to provide General Home Repair Services as outlined in this solicitation. Term/Duration: Lump sum (fixed fee) contracted to be completed within 30 calendar days from issuance of a Notice to Proceed (NTP). Pre-Bid/Proposal January 2, 10:00AM EST (MANDATORY) Conference: Eloise Osceola Street, Unit 505 Clewiston, FL Solicitation Release Date: December 18, 2017 Deadline for Questions*: Bid/Proposal Due Date: Contact Person*: January 4, 4:00PM EST January 10, 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 ITB. Page 1 of 6 Rev. 2/1/2017

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 6 Rev. 2/1/2017

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 general home repair services at Eloise Osceola Street, Unit 505, Clewiston, FL 33440, as outlined below. The rental unit is 1,500 square feet, 3 bedroom, 2 bath unit. a) In general, the work includes, but is not limited to: 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 proposals. 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. b) Scope of Work: 1) Remove popcorn from all ceilings throughout unit. 2) Remove all base board throughout unit. 3) Remove flooring throughout entire unit. 4) Replace three (3) interior metal door jambs and doors. Repair the existing wood interior doors and jambs, where needed. 5) Remove existing light fixtures and ceiling fans throughout unit. Owner to install new lighting/ceiling fans. 6) Remove vanity, medicine cabinets and toilets in both bathrooms and dispose. 7) Remove existing upper and lower kitchen cabinets and counter tops and dispose. 8) Clean and prep floors. Install new 18x18 ceramic floor tiles throughout unit. Color to be chosen by Owner. 9) Install new textured white 6-panel, solid core, composite pre-hung doors at all entries (metal doors and jams that are removed, item 4) above). 10) Install new colonial, white, prefinished hardboard panel framed sliding doors in all three bedroom closets. 11) Install new primed 3-¼ inch Colonial baseboard throughout unit. 12) Repair any drywall, texture all walls and ceilings throughout unit. 13) Paint all interior walls, ceilings, baseboard, doors and trim. Color to be chosen by Owner. 14) Install all new wood vanity cabinets with solid counter tops in both bathrooms. Owner to install new sinks and connect plumbing. 15) Install new medicine cabinets in both bathrooms to match new vanities and new Kohler Highline Toilets (white). 16) Install all upper and lower wood cabinets in kitchen with solid surface counter tops. Owner to install new sink and faucet and connect plumbing. 17) Clean up and remove any and all debris from unit. Page 3 of 6 Rev. 2/1/2017

4 18) At job completion contact the Housing Department for final inspection prior to leaving the job site. 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 housing 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, 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. b. 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. c. REMOVAL OF DEBRIS AND CLEANING UP: Contractor is responsible for demolition and construction debris and trash. 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. d. 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 should be installed in a strict accordance to the manufacturer s specifications and recommendations. e. 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 (general construction and painting of building exterior/interior). Vendor must have adequate organizational resources, Page 4 of 6 Rev. 2/1/2017

5 facilities, equipment, and personnel to ensure prompt and efficient service to the Tribe. 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 General Contractor or Building 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-BID CONFERENCE A Mandatory pre-bid conference has been scheduled for interested firms to attend before the due date for this solicitation. Attendance is 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-bid conference are as follows: January 2, 10:00AM EST (MANDATORY) Eloise Osceola Street, Clewiston, FL An employee or representative of the prime contractor or primary vendor responding to this solicitation must be in attendance at the pre-bid 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 December 18, 2017 Deadline for Questions January 4, 2018 by 4:00 P.M. (EST) Bid Due Date January 10, 2018 by 4:00 P.M. (EST) Start Date for Services As soon as possible* * Dates (if any) are subject to change at the discretion of the Tribe. Page 5 of 6 Rev. 2/1/2017

6 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 January 10, 2018 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 January 4, 2018 to the address above. 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 Exhibit B Statement of Qualifications Exhibit C Subcontractor and Supplier Listing Page 6 of 6 Rev. 2/1/2017

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 132-2017 Title: Description: Term/Duration: Pre-Bid/Proposal Conference: Roof Replacements (Big Cypress) Solicitation Release Date: November

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

ITB-DOT-17/ ER EXHIBIT A Scope of Work Remodeling of the Restrooms at Fort Myers Operations Center

ITB-DOT-17/ ER EXHIBIT A Scope of Work Remodeling of the Restrooms at Fort Myers Operations Center ITB-DOT-17/18-1246ER EXHIBIT A Scope of Work Remodeling of the Restrooms at Fort Myers Operations Center GENERAL A. PROJECT DESCRIPTION: The work described herein includes the remodeling of the men s restroom

More information

11/1/2016. Smoke detectors will be furnished by MHA and installed by contractor.

11/1/2016. Smoke detectors will be furnished by MHA and installed by contractor. 11/1/2016 Request for Proposal: Make Ready Services McKinney Housing Authority (MHA) requests proposals for vendors to perform make ready services on vacant units within the authority. All bidders must

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

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor INVITATION FOR BIDS First Missionary Baptist Church The Church that is striving to become one of the most loving churches in all the world. 3509 Blue Spring Road, Huntsville, Alabama 35810 256-852-4318,

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

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

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

SEMINOLE TRIBE OF FLORIDA

SEMINOLE TRIBE OF FLORIDA INVITATION TO QUOTE (ITQ) ITQ # STOFBR01052018BR-2 Kitchen Cabinets/General Repairs 17940 Jones Rd Okeechobee, FL 34974 ITQ DATES: Quote Due Date: 01/22/2018 @ 3:00 pm EST Solicitation Release Date: 01/05/2018

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES. For the renovation of existing apartment buildings. August 15, 2016

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES. For the renovation of existing apartment buildings. August 15, 2016 REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES For the renovation of existing apartment buildings August 15, 2016 INVITATION Bath Housing Development Corporation is soliciting proposals for

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 Proposal # 1703 Water Damage Repair of Murray Mansion

Request for Proposal # 1703 Water Damage Repair of Murray Mansion Request for Proposal # 1703 Water Damage Repair of Murray Mansion The City of Lindsay/Lindsay Public Works Authority, Oklahoma, is accepting sealed proposals for Water Damage Repair of a historic public

More information

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK DATE ISSUED: January 10, 2018 DEADLINE FOR WRITTEN

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

--*6 S CONSTRUCTION GROUP, INC SW 87 Avenue Miami, FL Phone:

--*6 S CONSTRUCTION GROUP, INC SW 87 Avenue Miami, FL Phone: --*6 S,.- CONSTRUCTION GROUP, INC. FLORIDA STATE CERTIFIED GENERAL CONTRACTOR CGC 1 508637 9505 SW 87 Avenue Miami, FL 33176 Phone: 305-219-6046 Email: jrossel@rosselconstruction.com PRELINIARY ESTIMATE

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

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

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

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

ADDENDUM NO 1 Issued November 21, 2017

ADDENDUM NO 1 Issued November 21, 2017 SEATTLE HOUSING AUTHORITY #4936 SPRUCE STREET TOWNHOMES RENOVATION ADDENDUM 1 ADDENDUM NO 1 Issued November 21, 2017 FROM: TO: Seattle Housing Authority Mel Henley 190 Queen Anne Avenue North P.O. Box

More information

Action Recommendation: Budget Impact:

Action Recommendation: Budget Impact: City of Fayetteville Staff Review Form Yolanda Fields 6/12/2018 COMMUNITY RESOURCES (642) Submitted By 2018-0306 Legistar File ID 7/3/2018 City Council Meeting Date - Agenda Item Only N/A for Non-Agenda

More information

SERVPRO OF SAGINAW TAX I.D. # FRANCHISE # N

SERVPRO OF SAGINAW TAX I.D. # FRANCHISE # N 1 TAX I.D. #38-3334352 - FRANCHISE #8333 470 N. ADAMS STREET SAGINAW, MI 48604 PHONE: (989) 752-8644 - FAX: (989) 752-8658 Servpro8333@rdmhc.com Insured: Property: 4866 Dorey Dr Bay City, MI 48706-2618

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

The Art Barn is available to be seen by potential vendors by appointment only by contacting EMSA s CFO whose information is listed below.

The Art Barn is available to be seen by potential vendors by appointment only by contacting EMSA s CFO whose information is listed below. October 10, 2018 OBJECT: REQUEST FOR PROPOSAL VENDORS, The ( EMSA ) located at 1600 Dundee Avenue in Elgin, IL 60120 is soliciting vendors with an expertise in construction services-demolition to perform

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

More information

ADDENDUM NO. 1. TO SCOPE OF WORK: Section 0220, Form 01004/5

ADDENDUM NO. 1. TO SCOPE OF WORK: Section 0220, Form 01004/5 ADDENDUM NO. 1 TO SCOPE OF WORK: Section 0220, Form 01004/5 PROJECT: Tankless Water Heaters Installation Glenn Edge and Rich Martin Apartments and Main Office Water Heater Replacement New Memorial Community

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

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

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

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

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

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

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

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Issue Date: August 11, 2013 Title: Issuing Agency & Address Location of Work: RFQ#: SWaM-2013-15 Pre-Qualified Contractors Term Small, Women, and Minority Owned (SWaM) Contractors for Renovation, Replacement

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

MINUTES OF PRE-BID CONFERENCE. INVITATION TO BID INTERIOR FITTING-OUT WORKS FOR NEW UNDP CAMBODIA COUNTRY OFFICE Process No:

MINUTES OF PRE-BID CONFERENCE. INVITATION TO BID INTERIOR FITTING-OUT WORKS FOR NEW UNDP CAMBODIA COUNTRY OFFICE Process No: I. Background MINUTES OF PRE-BID CONFERENCE INVITATION TO BID INTERIOR FITTING-OUT WORKS FOR NEW UNDP CAMBODIA COUNTRY OFFICE Process No: 35-46214 The United Nations Development Programme (UNDP) would

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS 1. INVITATION ADVERTISEMENT FOR BIDS Sealed proposals for the following work will be received by the University of Kentucky, Capital Construction Procurement Section, Room #322 Peterson Service Building,

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

EXHIBIT B TO AGREEMENT BETWEEN PENSACOLA HABITAT FOR HUMANITY AND SUBCONTRACTOR. Scope of Work. Electrical. Division 155 Electrical Rough

EXHIBIT B TO AGREEMENT BETWEEN PENSACOLA HABITAT FOR HUMANITY AND SUBCONTRACTOR. Scope of Work. Electrical. Division 155 Electrical Rough EXHIBIT B TO AGREEMENT BETWEEN PENSACOLA HABITAT FOR HUMANITY AND SUBCONTRACTOR Scope of Work Electrical Division 155 Electrical Rough Division 235 Electrical Trim General Requirements 1. All Work shall

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Delivery Method: Prequalification for Design-Bid-Build Contracts Issue Date: November 17, 2017 Project Name: SWaM 18-20 Pre-qualified Contractors Term Project Code: SWaM-18-20 Commodity/Service: Construction

More information

T H E T O W N O F G U I L F O R D V E R M O N T

T H E T O W N O F G U I L F O R D V E R M O N T Project Title: Contact: Capital Needs Assessments Town of Guilford Buildings Peder Rude, Town Administrator Email: pederrude@guilfordvt.net (802) 254-6857, ext. 105 Town of Guilford 236 School Road Guilford,

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

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

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS 1. REQUEST FOR PROPOSALS. Clearwater Public Schools, Ewing Public Schools,

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

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

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

CARPENTRY SERVICE CONTRACT TO Salisbury University B. DIVISION 2 - SUPPLEMENTARY GENERAL CONDITIONS

CARPENTRY SERVICE CONTRACT TO Salisbury University B. DIVISION 2 - SUPPLEMENTARY GENERAL CONDITIONS CARPENTRY SERVICE CONTRACT 10-04 TO 9-09 Salisbury University SECTION III SPECIFICATIONS A. DIVISION 1 - GENERAL CONDITIONS 1. General B. DIVISION 2 - SUPPLEMENTARY GENERAL CONDITIONS 1. Qualifications

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

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

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS 1. INVITATION ADVERTISEMENT FOR BIDS Sealed proposals for the following work will be received by the University of Kentucky, Capital Construction Procurement Section, Room #322 Peterson Service Building,

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

Chapter 4 State Requirements for Educational Facilities Section 4.1

Chapter 4 State Requirements for Educational Facilities Section 4.1 providential cause, other impending danger to life safety, or pursuant to Section 1013.46(1)(b), F.S., the board can declare an emergency, can negotiate a contract with a design-build firm, design professional,

More information

HOW TO DO BUSINESS WITH FAYETTEVILLE PUBLIC WORKS COMMISSION

HOW TO DO BUSINESS WITH FAYETTEVILLE PUBLIC WORKS COMMISSION HOW TO DO BUSINESS WITH FAYETTEVILLE PUBLIC WORKS COMMISSION Fayetteville Public Works Commission Procurement Department 955 Old Wilmington Road Fayetteville, North Carolina 28301 Getting Started Your

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

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

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

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

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B Addendum No. 2 TO: ALL BIDDERS OF RECORD The following items shall take precedence over the drawings and specifications

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

TOWN OF WINTER PARK REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER / GENERAL CONTRACTOR

TOWN OF WINTER PARK REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER / GENERAL CONTRACTOR February 5, 2018 SUMMARY OF CM/GC SELECTION PROCESS FOR DIMMIT II APARTMENT BUILDING The Town of Winter Park requests proposals from qualified Construction Manager / General Contractor (CM/GC) firms for

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

LICENSE AGREEMENT NAME OF FIRM ADDRESS CITY FORM OF BUSINESS: SOLE PROPRIETORSHIP PARTNERSHIP CORPORATION OTHER OWNER(S) NAME CONTACT PERSON PHONE

LICENSE AGREEMENT NAME OF FIRM ADDRESS CITY FORM OF BUSINESS: SOLE PROPRIETORSHIP PARTNERSHIP CORPORATION OTHER OWNER(S) NAME CONTACT PERSON PHONE 10-I TRIBAL EMPLOYMENT RIGHTS OFFICE (TERO) THREE AFFILIATED TRIBES P.O. BOX 488 NEW TOWN, ND 58763 PHONE: (701)627-3634 FAX: (701)627-4496 WEBSITE: www.mhatero.com OILFIELD & MINERAL DEVELOPMENT LICENSE

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

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

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form. 1330 Lady St., Suite 500 (29201) P.O. Box 5695 Columbia, SC 29250 803 799 0247 p 803 771-6844 f Addendum No. 1 Project: Coastal Carolina University - University Place Dining Hall Project No.: C-805-15

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 Proposal (RFP) Building Repair and Renovation Project. Instruction to Bidders (Project Management Consultants) & Eligibility Criteria

Request for Proposal (RFP) Building Repair and Renovation Project. Instruction to Bidders (Project Management Consultants) & Eligibility Criteria Section -I Request for Proposal (RFP) Building Repair and Renovation Project Instruction to Bidders (Project Management Consultants) & Eligibility Criteria 1. Project Management Consultants should submit

More information

DOCUMENT BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) Bidder:.

DOCUMENT BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) Bidder:. DOCUMENT 004120 - BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) BID INFORMATION Bidder:. Project Name: Remodeling for Urban Style Apartments 409 N. Broadway Green Bay, WI 54303 Owner: Architect:

More information

Home Modification Loan Program Guide and Bid, Scope of Work and Contract Form

Home Modification Loan Program Guide and Bid, Scope of Work and Contract Form Home Modification Loan Program Guide and Bid, Scope of Work and Contract Form PART I: Guide and General Terms and Conditions The Home Modification Loan Program (HMLP) provides funding for necessary home

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

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

RFQ. Request for Qualifications Phase One. Renovation of City Owned Homes CITY OF BEREA, OHIO. Mayor Cyril Kleem

RFQ. Request for Qualifications Phase One. Renovation of City Owned Homes CITY OF BEREA, OHIO. Mayor Cyril Kleem RFQ Request for Qualifications Phase One Renovation of City Owned Homes CITY OF BEREA, OHIO Mayor Cyril Kleem City of Berea, Ohio Project: Renovation of City Owned Homes Criteria Engineer: Antonio C. Armagno,

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

UNC Chapel Hill Informal Contracting Guidelines

UNC Chapel Hill Informal Contracting Guidelines UNC Chapel Hill Informal Contracting Guidelines 1. Informal Contracts Informal bids are referenced by NC General Statute (NCGS) 143-131 as construction or repair work that does not reach the limits prescribed

More information

Kelly Village Apartments 3118 Green Houston, Texas 77020

Kelly Village Apartments 3118 Green Houston, Texas 77020 Kelly Village Apartments 3118 Green Houston, Texas 77020 Houston Housing Authority J. Allen Management Managing Agent Scope for Kelly Village Unit #1125 Overall Scope: Demolition, Renovation, and Restoration

More information

Address: Contractor: Contractor Phone: Line Item Bid Parts/Labor Labor Only Bid Week Complete (Circle One)

Address: Contractor: Contractor Phone: Line Item Bid Parts/Labor Labor Only Bid Week Complete (Circle One) 1 of! 5 Address: Contractor: Contractor Phone: Line Item Bid Parts/Labor Labor Only Bid Week Complete (Circle One) General Scrape popcorn from ceilings throughout done 1 General Sheetrock repair done 3

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

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

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR 1. PROJECT TICE PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR York Hall Biology/Chemistry Renovation UNIVERSITY OF CALIFORNIA SAN DIEGO a) BNBuilders, Inc. (BNB) intends to award lump sum contracts

More information

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW January 31, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project 18-0018PW A. The following additions, deletions, revisions, and/or

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 2/2/2016 RE: ITB-DOT-15/16-9030-GH RFP TITLE: FDOT Chiller Plant: Painting and Re-Roofing Subject: Bid Due Date, Scope and Bid Sheet Revisions

More information

DATE: December 15, 2009 BID NO.: FWC 09/ CALENDAR OF EVENTS-BID OPENING DATE CHAGED FROM DECEMBER 18, 2009 to DECEMBER 22, 2009 AT 3:00 PM

DATE: December 15, 2009 BID NO.: FWC 09/ CALENDAR OF EVENTS-BID OPENING DATE CHAGED FROM DECEMBER 18, 2009 to DECEMBER 22, 2009 AT 3:00 PM DATE: December 15, 2009 ADDENDUM NO.: 1 BID NO.: FWC 09/10-48 BID TITLE: CHANGE: ADD: RENOVATION OF THE PRAIRIE LAKES FIELD OFFICE AT THE THREE LAKES WMA CALENDAR OF EVENTS-BID OPENING DATE CHAGED FROM

More information

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

More information

INVITATION FOR BIDS For a Forklift (CIP# AEQ1902)

INVITATION FOR BIDS For a Forklift (CIP# AEQ1902) INVITATION FOR BIDS For a Forklift (CIP# AEQ1902) BID SUBMITTAL DATE, TIME, & LOCATION: August 21, 2018 @ 2:00 PM Mount Pleasant Waterworks Operations Center 1619 Rifle Range Road Mount Pleasant, SC 29464

More information

Alameda County Waste Management Authority Model Specification Update March 2004 SECTION CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT

Alameda County Waste Management Authority Model Specification Update March 2004 SECTION CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT SECTION 01505 CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT 1.01 SUMMARY A. Section specifies diversion of construction and demolition (non-hazardous) debris from landfill. B. Related requirements specified

More information

NORTHEAST ILLINOIS REGIONAL COMMUTER RAILROAD CORPORATION D/B/A METRA INVITATION FOR BIDS METRA IFB NO

NORTHEAST ILLINOIS REGIONAL COMMUTER RAILROAD CORPORATION D/B/A METRA INVITATION FOR BIDS METRA IFB NO INVITATION FOR BIDS NORTHEAST ILLINOIS REGIONAL COMMUTER RAILROAD CORPORATION D/B/A METRA INVITATION FOR BIDS METRA IFB NO. 39227 In order to be responsive, SEALED BIDS must be signed and received by the

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

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION Subject to conditions prescribed by the University of California, San Diego, responses to the University's prequalification documents for a Design Build

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

Interior Remodeling Proposal

Interior Remodeling Proposal Date Prospect Name Address Interior Remodeling Proposal General & Administrative Project supervision Dust protection & site preparation (add Build Clean filtration system during remodeling to control dust)

More information

COMMUNITY ACTION CHIP LEAD PROGRAM Bids due to Community Action ATTN: BERNADETTE JOHNSON 175 Main St. Battle Creek, MI 49014

COMMUNITY ACTION CHIP LEAD PROGRAM Bids due to Community Action ATTN: BERNADETTE JOHNSON 175 Main St. Battle Creek, MI 49014 COMMUNITY ACTION CHIP LEAD PROGRAM Bids due to Community Action ATTN: BERNADETTE JOHNSON 175 Main St. Battle Creek, MI 49014 Owner: Johnson Property Address: Battle Creek MI 49017 Owner Telephone: 1-269-

More information