Invitation for Bids for Armed and Unarmed Security Guard Services ADDENDUM NO. 1 ACKNOWLEDGEMENT NOTICE
|
|
- Tobias Horn
- 5 years ago
- Views:
Transcription
1 Dear Firm Representative: Invitation for Bids for Armed and Unarmed Security Guard Services ADDENDUM NO. 1 ACKNOWLEDGEMENT NOTICE Included with this cover page please find Addendum No. 1 Modification to the September 18, 2007 Invitation for Bids for Armed and Unarmed Security Guard Services (IFB). Except as expressly modified by the attached Addendum No. 1, all other terms and conditions of the abovereferenced IFB are unchanged. Bidders must acknowledge receipt of this addendum by signing below and faxing this cover page as soon as possible to the SFMTA at , attention: Lorraine Fuqua. Bidders must also submit the signed original of this addendum acknowledgement notice with their Bid. Failure to submit this signed original addendum acknowledgement notice with a Bid will result in the Bid being deemed non-responsive. If you have questions about this addendum acknowledgement notice, please send them by fax as indicated above, or by to lorraine.fuqua@sfmta.com. By signing below, I hereby acknowledge that I have received Addendum No. 1, consisting of this addendum acknowledgement notice and the pages that are attached hereto. Date received: Signature Print Name and Title Print Name of Firm One South Van Ness Avenue Seventh Fl. San Francisco, CA Tel: Fax:
2 SENT VIA ELETRONIC MAIL DATE: October 5, 2007 TO: FROM: SUBJECT: Prospective Bidders IFB-Armed and Unarmed Security Guard Services Lorraine Fuqua, Analyst, SFMTA Addendum No. 1 to Armed and Unarmed Security This Addendum is issued in response to issues raised by prospective Bidders regarding the September 18, 2007 IFB for Armed and Unarmed Security Guard Services. The IFB shall be modified as follows (new text is underlined, deleted portions are shown by strikethrough text): MODIFICATIONS TO IFB In response to issues raised by prospective Bidders, the IFB terms are hereby modified as set forth below: Modification No. 1: IFB BID DUE DATE AND BID OPENING DATE. (Page 1 of 50): Bid due date has been extended from October 15 at 12 Noon until October 19 at 12 Noon. Bid Opening has been postponed from October 16 at 2 p.m. until October 22, at 2 p.m. Modification No. 2: IFB MINIMUM QUALIFICATIONS Item #68A (Page 31 of 50) shall be modified to read as follows: A. Minimum Qualifications Each Bid that does not demonstrate compliance with the minimum qualifications listed in this Section will be deemed non-responsive and will not be scored. 1. Documented Experience: The Bidder must have at least five (5) years direct experience managing both armed and unarmed security services for at least 15,000 7,500 hours per month for one organization. 2. Financial Solvency: Bidder must demonstrate $10 million to $15 at least $5 million per year of combined annual revenue or liquid current assets for the past three (3) years. a. Bidder must submit audited certified financial statements for the last five (5) years. If the Bidder s firm is a subsidiary of a larger organization, this information should be provided for both the parent and the Proposing entity. San Francisco Municipal Transportation Agency San Francisco Municipal Railway Department of Parking & Traffic One South Van Ness Avenue, Seventh Fl. San Francisco, CA Tel: Fax:
3 b. Five (5) years of financial statements demonstrating compliance with these financial solvency requirements will also be required from any subcontractor that is identified in a Bid with an anticipated level of participation in the Contract that would entitle them to payment of 30% or more of services provided. 3. The Contractor shall be licensed under the State of California, Private Investigators and Patrol Operators Adjustor's Act. The Contractor's license must not be currently under probation or suspension as set forth by the State of California, Department of Consumer Affairs. 4. Contractor shall be bonded and shall provide proof of bonding. Any bid that does not document that the Bidder meets these minimum requirements by the deadline for receipt of bids will be considered non-responsive and will not be scored. Modification No. 3: IFB TERMS RELATING TO BIDDING, Item #3 (page 2 of 50) shall be deleted from the document, as follows: 3. Bidding on Separate Services and in the Aggregate Bidders may bid separately for any service unless otherwise provided. Bidders may make an offer on one, some or all services, unless otherwise provided. Modification No. 4: IFB-TERMS RELATING TO BIDDING, Item #5 (page 3 of 50) shall be modified to read as follows: 5. Awards; Rejection of Bids SFMTA may make awards on one, some or all services in a bid. SFMTA reserves the right to reject any and all bids Modification No. 5: IFB SPECIAL CONDITIONS, Item #86 CPI Adjustment (page 41 of 50) shall be modified to read as follows: Commencing on the Effective Date of this Agreement and on each first anniversary of the Effective Date of the agreement (the "Anniversary Date") thereafter, rates for all categories listed in the bid document shall be adjusted on the first day of the month that immediately follows the Effective first Anniversary Date and on that same date in each succeeding year in direct proportion to the percentage increase in the Current CPI Index for Urban Wages Earners and Clerical Workers San Francisco-Oakland-San Jose Area for the month immediately preceding the applicable Anniversary Date ("Current Index") over the CPI index for the month of December 2007 ("Base Index"). In no case shall the rates, as adjusted, be less than the rates in effect immediately prior to the Anniversary Date. If the Current Index has increased over the Base Index, the adjusted Base Rate shall be determined Page 3 of 8
4 by multiplying the Base Rate by a fraction, the numerator of which is the Current Index and the denominator of which is the Base Index, as follows: Current Index Base Index X Base Rates = Adjusted Base Rates Modification No. 6: IFB GENERAL CONDITIONS, Item #30 (page 12 of 50) shall be modified to read as follows: 33. CONTRACT EXTENSION This contract may be extended, all or in part, for a period or periods of up to 2 years, either through 2 1-year extensions or through a 2-year extension, by mutual agreement in writing. The maximum contract period shall not be more than 4 5 years. Modification No. 7: IFB BID QUESTIONNAIRE, Item #3 (page 44 of 50) shall be modified to read as follows: 3. California Business License Number: PPO # (Private Patrol Operators number) Expiration Date: Modification No. 8: IFB SPECIAL CONDITIONS, Item #89 (page 42 of 50 shall be modified to read as follows: 89. BID SUBMITTAL INSTRUCTIONS Bids must be received at the SFMTA, #1 South Van Ness Avenue, 7 th Floor, San Francisco, CA by the time and date indicated on Page 1 of the Contract Proposal. Bids transmitted by FAX or any type of electronic mail will not be accepted. Bidders are to return the required documents, which include as follows: A. Page 1 of the Contract Proposal completed and signed B. One (1) sealed copy Bid Sheet(s) for items being bid (page 43 of 50). Bids must be submitted on the enclosed Bid Sheet. Prices should be clearly written by typewriter or pen and ink. C. Verification of Minimum Qualifications (See Special Condition No. 68, page 31 of 50). Bidder must complete Appendix 4 "Background Questionnaire" which is attached to this addendum. C. D. All additional questionnaires and forms completed and signed (See Standard Bid Forms, P-225 and Attestation Statements Appendices 1, 2 and 3 attached to this Contract Proposal) Page 4 of 8
5 i. Bid Questionnaire (IFB page 44 of 50) ii. Company Information (IFB page 45-6 of 50) iii. References (IFB page 47 of 50) iv. Standard Bid Forms as outlined (IFB, begins after "page 47 of 50") v. Appendices 1, 2 and 3 (IFB, begins after "Standard Bid Forms" listing Attestation and certification Documents) vi. HRC Attachment 3 (IFB, begins after Appendix 3; 22 pages, although pagination error caused last page to be numbered "22 of 24"). Corrected copy has been posted to the City's bids database at: D. E. Bid Security (See Special Condition No. 70) E. F. Bidders shall mail bid in an envelope clearly marked with the bid number "SFMTA SECURITY GUARD SERVICES" and due date in the lower left corner. F. G. Template Reports and Billing Formats in electronic and hard copy. H. Signed originals of any Addenda distributed regarding the Security Guard Services IFB. G. Reference Checks - 3 Bids must be submitted on the enclosed Bid Sheet(s). Prices should be clearly written by typewriter or pen and ink To receive full consideration, your bid should be unqualified and unconditional. Bids must be good for 180 days after Bid due date. For more information, lorraine.fuqua@sfmta.com or call Lorraine Fuqua, SFMTA (415) Page 5 of 8
6 OBJECTIONS TO IFB TERMS Following are the SFMTA responses to concerns raised regarding provisions of the IFB. Issue: Minimum Qualifications: As of October 4, 2007, three (3) bidders have submitted written statements regarding the minimum requirements of the contract, and have asked that these requirements be reviewed. These requests are attached. SFMTA Response to Issue: The Minimum Qualifications have been modified as stated in Modification No. 2 of Addendum 1. * * * Should a Proposer object on any ground to any provision or legal requirement set forth in this Addendum No.1, the Proposer must, not more than five (5) calendar days from the date of this Addendum, provide written notice to SFMTA setting forth with specificity the grounds for the objection to the contact person listed in Section VI.B of the IFB. The failure of a Proposer to object in the manner set forth in this paragraph shall constitute a complete and irrevocable waiver of any such objection. Thank you for your input and participation in this process. Page 6 of 8
7 Bidder A (submitted October 3, 2007) BIDDER LETTERS SUBMITTED "This is just a follow up on the issue we touched on in yesterdays meeting. On page 31 of 50 No 68. It quotes BIDDER'S / CONTRACTOR'S QUALIFICATIONS. Each Bid that does not demonstrate compliance with the minimum qualifications listed in this Section 69 will be deemed non-responsive and will not be scored. 1. Documented Experience: 5 yrs direct experience managing both armed and unarmed security services for at least 15,000 hours per month for one organization. 2. Financial Solvency: Bidder must demonstrate $10 million to 15 million per year of combined annual revenue or liquid current assets for the past three (3) years. Under these restrictions over half of the bidders are disqualified. Also when this contract was initially awarded ( time-line) the Contractor was a small company with revenues less than 1 million per year. So the requirements contradict the goal of supporting local small to medium companies. Just an issue for us and many others. I understand we are all under a bit of a time constraint at this time as well to get the bids in or not. Any information you may come across would be a great help. Thank you for your time." Bidder B (Submitted October 4, 2007) "***** is a Minority owned, Small Disadvantaged Business, SBA certified 8(a) firm. We would like to request a reconsideration of the minimum qualification requirements of contractor s for the San Francisco Municipal Transportation Agency. Documented Experience and Financial Solvency Requirements on pg. 31 of the Bid and Contract Conditions almost exclude all small businesses. If the experience requirement may be amended to one to two years direct experience and if the limitation of services to one organization be amended to two or three, that will allow us and many other competitors to submit their proposals. In addition, if the financial statements requirement may be changed to a maximum of $ 10 million per year for the past three years, or an average of $10 million per year for the past three years, we would truly appreciate it. Thank you for considering our request." Page 7 of 8
8 Bidder C (submitted October 4, 2007) "This is written to address the issues and concerns mentioned in the Pre-Bid meeting on October 2, 2007 regarding Contractor s Qualifications. I am responding as a Local Business Enterprise and Small Business Enterprise. We meet the qualifications documenting five (5) years of direct experience. However, we lack in financial solvency. SFMTA invites small businesses to respond to their Request for Proposal but makes it unrealistic to meet the qualifications as an SBE and LBE. Our combined revenue will not meet the $10-$15 million qualification. As well, because of the cost of an audited financial statement we have elected to do without this luxury. I hope you will take into consideration the concerns of all LBE s and adjust these qualifications." Page 8 of 8
9 San Francisco Municipal Transportation Agency (SFMTA) Invitation for Bids-Security Services Appendix 4--Background Questionnaire EXPERIENCE AND FINANCIAL RESPONSIBILITY OF BIDDER THE COMPLETED BACKGROUND QUESTIONNAIRE MUST BE SUBMITTED WITH BID. The following statements as to experience and financial qualifications of the Bidder are submitted with the bid as a part thereof and the truthfulness and accuracy of the information are guaranteed by the Bidder: 1. NAME: (Print name of corporation, individual or firm name under which business is to be conducted, as it is to appear on the general services agreement. 2. MAILING ADDRESS: Street Address/P.O. Box City State Zip 3. BIDDER INTENDS TO DO BUSINESS AS A: Set forth with corporation, co-partnership, joint venture or individual.) 4. FULL NAME, TITLE AND ADDRESS of all the principal personnel of Bidder: If an individual, the name of the party proposing; if a co-partnership or joint venture the members of the co-partnership or joint venture; if a corporation the State of Incorporation, the president, vice president and secretary PERSONNEL 0F BIDDER: (Full name - Do not use initials) A. Contact Person: First Name Middle Name Last Name Title or Position (Co-Partner, joint venture, officer of corporation, or individual) Business Address City State Zip Code B. First Name Middle Name Last Name Title or Position (Co-Partner, joint venture, officer of corporation, or individual) Business Address City State Zip Code C. First Name Middle Name Last Name Title or Position (Co-Partner, joint venture, officer of corporation, or individual) Business Address City State Zip Code Attachment 4 Background Questionnaire Page 1 of 5
10 San Francisco Municipal Transportation Agency (SFMTA) Invitation for Bids-Security Services 5. List of organizations for which the bidder has managed both armed and unarmed security services, for the past five years*: Name of Client Organization Beginning and End date of service: Number of Guard hours assigned monthly Example: Smith Corporation 4/5/2000 to present 7,700 *Note: The minimum qualifications, as amended in Addendum No. I, state the Contractor must manage security guard services for at least 7,500 hours per month for one organization. 6. Provide a brief history of the organization submitting the Bid. Attachment 4 Background Questionnaire Page 2 of 5
11 San Francisco Municipal Transportation Agency (SFMTA) Invitation for Bids-Security Services NOTE: IF THE ANSWER TO ANY OF THE ITEMS 7-12 IS YES, PLEASE EXPLAIN. 7. Has the Bidder ever defaulted on a Security Contract? 8. Has the Bidder ever requested release from a Security Contract? 9. Has the Bidder ever had a Security Contract canceled? 10. Has the Bidder ever been a party to any legal action or proceeding relating to a Security contract or lease? 11. Is the Bidder now in arrears on payments due on any security business or operation? 12.. Does the Bidder have any claims or liens pending against it or has it ever been the subject of such action taken by any governmental body for the non-payment of taxes, law violations or violations of any city, county, state or federal codes? Attachment 4 Background Questionnaire Page 3 of 5
12 San Francisco Municipal Transportation Agency (SFMTA) Invitation for Bids-Security Services 13. The following banks or other financial institutions can provide information as to the financial responsibility of the bidder. By signing below the authorized representative of the bidder gives permission to such banks and institutions to disclose to the SFMTA s authorized representative any financial information contained in its files or records. Name of Bank: Address: City, State: Name of Bank: Address: City, State: Name of Bank: Address: City, State: 14. Prior to award or confirmation of the agreement the SFMTA may require the successful bidder to furnish further information to enable it to determine the responsibility or capability of the undersigned to perform the terms and conditions of the proposed personal services agreement and bidder agrees to provide such information. 15. The bidders must submit their certified financial statements for the last three (3) years. Statements of a parent company or a holding company will not be accepted where a bid is submitted in the name of a subsidiary company; the statement of the subsidiary company will be required. All financial statements should be marked as follows: PROPRIETARY FINANCIAL DATA" Attachment 4 Background Questionnaire Page 4 of 5
13 San Francisco Municipal Transportation Agency (SFMTA) Invitation for Bids-Security Services VERIFICATION: The following individual is the authorized contact for this IFB and the SFMTA should refer all questions and information related to the IFB to this individual: Name of Firm Contact: Address: Phone Number: Fax Number: Street Address: Dated: Authorized Representative of Bidder Attachment 4 Background Questionnaire Page 5 of 5
The Bid Date has changed to 03/16/2010 at 2:30 PM.
, Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)
More informationBERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX
BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY
More informationMaintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20
Maintenance and Operations 1302 Service Road Tustin, California 92780 (714) 730-7515 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Tustin Unified School District ( District ) has determined that
More informationCITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts
CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Presidio Trolley Coach Facility - Presidio Bus Lifts
More informationSub-Contractor/Supplier Pre-Qualification Questionnaire
CURRENT DATE: *Please submit form by Fax or E-Mail to: 317.846.3113 info@allieddiversified.com COMPANY NAME: CONTACT: ADDRESS: STREET: CITY: STATE: ZIP: PHONE: FAX: E-MAIL: WEBSITE: 1. ORGANIZATION 1.1
More informationDOCUMENT BID FORM. Village of Middle Point
DOCUMENT 00300 BID FORM PROJECT IDENTIFICATION: Water Treatment Plant Replacement Village of Middle Point THIS BID IS SUBMITTED TO: Village of Middle Point 103 N. Adams Street Middle Point, OH 45863-0191
More informationACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.
Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3
More information2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)
Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1
More informationCITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Replacement of Manual Trolley Switch System Phase 1
CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Replacement of Manual Trolley Switch System Phase
More informationIRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20
CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project
More informationSupply of Office Furniture, Fittings, Furnishings & other Equipments.
The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke
More informationPORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4
RE: ITB: PORTLAND COMMUNITY COLLEGE 12000 SW 49 th Avenue Portland, Oregon 97219 Sylvania Campus Bookstore Remodel Dated: February 22, 2017 April 11, 2017 ADDENDUM NO. 4 This addendum, together with the
More informationPRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18
PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,
More informationPREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET
Exhibit A PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Submission of Pre-Qualification Packet Deadline: TBD Newcomb Academy AB300 New Construction Project Place of Pre-Qualification
More informationCONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE
CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:
More informationMain Building Auditorium
Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform
More informationPREQUALIFICATION PACKAGE FOR MECHANICAL, ELECTRICAL OR PLUMBING CONTRACTORS WARM SPRINGS/ SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT
PREQUALIFICATION PACKAGE FOR MECHANICAL, ELECTRICAL OR PLUMBING CONTRACTORS WARM SPRINGS/ SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT JUNE 23, 2016 NOTICE TO CONTRACTORS TO PREQUALIFY FOR MECHANICAL,
More informationThis Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.
North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College
More informationMemphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee
Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the
More informationPREQUALIFICATION QUESTIONNAIRE
PREQUALIFICATION QUESTIONNAIRE FOR HUENEME ROAD RECYCLED WATER PIPELINE PROJECT PHASE II THE PROJECTS AND PREQUALIFICATION In the coming months, the City of Oxnard ( City ) will be bidding a project for
More informationPeralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department
Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart
More informationREQUEST 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 informationSECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT
ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00410 BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith Engineering Services
More informationBidding 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 informationOAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL
OAKLAND UNIFIED SCHOOL DISTRICT FOR N-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY
More informationSection IV. Bidding Forms
Section IV. Bidding Forms 1-1 Section IV. Bidding Forms Table of Forms Letter of Bid... 3 Form of Bid Security (Bank Guarantee)... 6 Form of Bid Security (Bid Bond)... 7 Form of Bid-Securing Declaration...
More informationCONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553
ADDENDUM #4 CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 CLASSROOM NOTIFICATION DEVICE INSTALLATION - DISTRICTWIDE Contra Costa College / Diablo College / Los Medanos College Date: May
More informationSANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California (805)
SANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California 93060 (805) 933-3908 Annual Pre-Qualification for MEP Contractors per Public Contract Code 20111.6 License Classifications:
More informationSUBCONTRACTOR S QUALIFICATION STATEMENT
SUBCONTRACTOR S QUALIFICATION STATEMENT Thank you for your interest in working with DivisionOne Construction. Please complete the following Subcontactor Qualifications and return to our office at bid@d1construction.com:
More informationPREQUALIFICATION 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 informationADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019
DENNIS M. LARIOS, P.E. CHRISTOPHER J. ZELL, L.L.S. Lic. No. 58747 Lic. No. 49629 BRINNIER and LARIOS, P.C. PROFESSIONAL ENGINEERS & LAND SURVEYORS 67 MAIDEN LANE DESIGN KINGSTON, NEW YORK 12401 SUBDIVISIONS
More informationIntroduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:
Borough of Park Ridge Request for Qualifications from Engineering Firms Interested in Serving as Borough Engineer to the Borough of Park Ridge For the Period January 1, 2019 through December 31, 2019 Dated:
More informationADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE
ADDENDUM NO. B TO THE BID DOCUMENTS, dated 1/5/16 FOR THE CVUSD M&O/WAREHOUSE/PRINTING SERVICES TENANT IMPROVEMENT 667 Building & 750 Building #DO-15C1024 & #DO-15C1026 CONEJO VALLEY UNIFIED SCHOOL DISTRICT
More information2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)
Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0
More informationINSTRUCTIONS 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 informationMarch 6, 2015 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA Addendum No. 1/RFP Y15-1023-CH DISASTER DEBRIS MONITORING SERVICES Proposal Opening Date: March 17, 2015 This addendum is hereby incorporated
More informationREQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017
REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested
More informationCITY 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 informationSECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION
SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,
More informationREQUEST FOR QUALIFICATIONS: AS NEEDED LEGAL SERVICES
REQUEST FOR QUALIFICATIONS: AS NEEDED LEGAL SERVICES INTRODUCTION A. Overview The ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to law firms and/or individual attorneys for the purpose of
More informationPennsylvania Turnpike Commission Harrisburg, Pennsylvania
Pennsylvania Turnpike Commission Harrisburg, Pennsylvania NOTICE TO CONTRACTORS REQUEST FOR PREQUALIFICATION PLYMOUTH MEETING MAINTENANCE FACILITY RELOCATION AND CONSTRUCTION PLYMOUTH TOWNSHIP, MONTGOMERY
More informationREQUEST 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 informationSAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION EVERETT MIDDLE SCHOOL ADDENDUM NO.
SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION ADDENDUM NO. 1 PROJECT: 450 CHURCH STREET DATE: 13 FEBRUARY 2015 San Francisco, 94114 OWNER:
More informationSAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1
FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: OWNER: Shell and Core Improvements-1235 Mission Scope 1: Stairs DATE: December 29, 2017 1235 Mission Street San Francisco, California SFUSD Project
More informationPROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS
ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY
More informationIntroduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:
Borough of Park Ridge Request for Qualifications From Engineering Firms Interested in Serving as Environmental Engineer to the Borough of Park Ridge Board of Public Works For the Period January 1, 2019
More informationINVITATION FOR BID Bid #872 - Printing Services
INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy
More informationREGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS
UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents
More informationREQUEST FOR PROPOSAL (RFP) No.: J-19 PRECONSTRUCTION AND CONSTRUCTION SERVICES, MEDIUM VOLTAGE SUBSTATION REPLACEMENT, LAS POSITAS COLLEGE
REQUEST FOR PROPOSAL (RFP) No.: J-19 PRECONSTRUCTION AND CONSTRUCTION SERVICES, MEDIUM VOLTAGE SUBSTATION REPLACEMENT, LAS POSITAS COLLEGE To: All Prospective Bidders Addendum No. One This Addendum One
More informationInvitation 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 informationCITY OF MARSHALL, MINNESOTA
Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF
More informationSECTION BID FORM
Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,
More informationINVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders
INVITATION FOR BID IFB 2017-20 For: Record Storage Services Notice to Prospective Bidders Release Date: Wednesday, March 28, 2018 You are invited to review and respond to this Invitation For Bid (IFB).
More informationRoosevelt County. INVITATION FOR BID No CRUSHED CALICHE
Roosevelt County INVITATION FOR BID No. 2014-01 CRUSHED CALICHE Bids Submitted by: Tuesday, March 25, 2014 Time: 2:00 p.m. Bids Submitted to: Roosevelt County Administration 109 W. First Street, 4 th Floor
More informationCity 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 informationPROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67
August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont
More informationThe bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.
ADDENDUM NO. FOUR March 5, 2018 NORTH IDAHO COLLABORATIVE EDUCATION BUILDING North Idaho College, Coeur d Alene, ID DPW PROJECT 16251 - H2A PROJECT 1616 This addendum is hereby incorporated into and is
More informationREQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK FOR THE NEW
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK FOR THE NEW Fire Station No. 1, Fire Administration, Training/Emergency Operations, and Public Works Service Center DUE April 17, 2017 BY 4:00
More informationDAG 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 informationWater Meter Material Contract City of Ashville DWSRF # FS All Record Holding Contract Documents
105 W. 2 nd Street Tuscumbia, AL 35674 T (256) 248-7030 F 1-866-225-7488 PROJECT: Water Meter Material Contract City of Ashville DWSRF # FS010200-01 ADDENDUM NO. Two (2) DATE: February 20, 2018 TO: All
More informationNOTICE TO BIDDERS. Work done shall be in strict accordance with Plans and Specifications prepared by
NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the Board of Trustees of the Campbell Union High School District of Santa Clara County, California, hereby invites and will receive sealed proposals for the
More informationNewport News Public Schools
PURCHASING DEPARTMENT Newport News Public Schools 757-591-4525/ FAX 757-591-4634 12465 WARWICK BOULEVARD NEWPORT NEWS, VIRGINIA 23606-3041 Addendum #2 TO: RE: ALL BIDDERS IFB #012-0-2016LC Carver ES HVAC
More informationBIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY
BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451
More informationBID PROPOSAL CONTRACT NO. AOPC
BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid
More informationCHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS
CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 July 18, 2017 ITB NO. 18-02 WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS ADDENDUM
More informationAddendum 3 publishes and answers questions related to the Request for Qualifications ( RFQ ) issued on November 24, 2014:
www.dot.state.pa.us Date: December 18, 2014 Subject: Questions and Answers Regarding RFQ Solicitation: CNG Fueling for Transit Agencies Partnership Project SOQ Due Date: No later than 11:00 a.m. Eastern
More information1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)
Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1
More informationRailroad Commission of Texas Mentor Protégé Program
Railroad Commission of Texas Mentor Protégé Program December 3, 2002 1 1.0 Description The Railroad Commission of Texas Mentor/Protégé Program is developed in accordance with Government Code 2161.065 and
More informationIMMEDIATE RESPONSE REQUESTED
DATE: June 1, 2018 IMMEDIATE RESPONSE REQUESTED ADDENDUM NO. 3 Project No. 833450 Owner: City of Dexter Project: 2018 Wastewater Treatment Plant Improvements ADDENDUM ACKNOWLEDGMENT Upon receipt of this
More informationT 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID
T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter referred to as a Tender] are requested from persons, companies, close
More informationAddendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 11, 2017
Addendum No. 1 DATE: October 11, 2017 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Respondents SUBJECT: Addendum No. 1 PROJECT NAME: Remodel C-Building Restroom JJC PROJECT
More informationINVITATION 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 informationREQUEST 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 informationSUBCONTRACTOR/SUPPLIER PRE-QUALIFICATION QUESTIONNAIRE
SUBCONTRACTOR/SUPPLIER PRE-QUALIFICATION QUESTIONNAIRE PLEASE SUBMIT FORM BY E-MAIL OR FAX TO: Trish Greene tgreene@hannigconstruction.com e-mail@hannigconstruction.com Fax 812.235.1218 INFORMATION DATE:
More informationBID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141
BID FORM PROJECT DESCRIPTION Ellis Avenue Stream Improvements City of Glasgow, KY PROJECT NUMBER GRW Project No.: 4339 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Glasgow 126 East Public
More informationCOUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016
WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center
More informationINFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION
INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than
More informationPROFESSIONAL SERVICES PREQUALIFICATION APPLICATION INSTRUCTIONS FOR FORM 48A Revised January 2009
STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF PROPERTY MANAGEMENT AND CONSTRUCTION INSTRUCTIONS FOR FORM 48A Revised January 2009 INTRODUCTION: N.J.A.C. 17:19-5.4 requires that firms wanting
More informationNotice to Bidders Page 1 of 6
Page 1 of 6 COYOTE CREEK LEVEE RODENT DAMAGE REPAIR DOWNSTREAM OF SR 237 Project No. 62084001, Task No. 5171 Contract No. C0637 1. Notice. Notice is hereby given that sealed Bids will be accepted by the
More informationAs a state agency, the College administration is required to develop procedures for Construction Manager selection.
COLLEGE of CENTRAL FLORIDA ADMINISTRATIVE PROCEDURE Title: Construction Management Selection Process Page 1 of 2 Implementing Procedure For F.S. 1013.45 Date Approved: 09/11/02 Division: Administration
More informationDEAN + TYLER + BURNS ARCHITECTURE
DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3
More informationInvitation for Bids # Potable Water Service Components
Invitation for Bids # 2019-003 Potable Water Service Components Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street,
More informationSECTION BID FORM (REVISED ) ADDENDUM No. 1
SECTION 00300 BID FORM (REVISED - 06-14-2010) ADDENDUM No. 1 PROJECT IDENTIFICATION: ITB No. 10-045 Sebring Parkway Phase II Signing and Pavement Markings Project No. 01101 THIS BID IS SUBMITTED TO: Highlands
More informationBidding 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 informationPUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)
PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL
More informationPRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010
The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke
More informationNOTICE TO BIDDERS FOR
CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder
More informationSAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1
FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: OWNER: Shell and Core Improvements-1235 Mission Scope 2: Roof 2 DATE: December 29, 2017 1235 Mission Street San Francisco, California SFUSD Project
More informationMARYLAND 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 informationFRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):
SPECIFICATIONS PRINTING OF LETTERHEAD STATIONERY AND BUSINESS CARDS FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 18-STA Return responses no later than FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):
More informationMANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW
PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW Pursuant to Education Code section 17406 and Public Contract Code section 20111.6, the Manhattan Beach Unified School District
More informationOxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS
1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS
More informationADDENDUM #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 informationINFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION
INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than
More informationCHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272
Prequalification of Contractors for Educational Facilities Construction 8.272 The School Board shall prequalify contractors for a one (1) year period or for a specific project in accordance with the following:
More informationAlbany Unified School District Contractor Prequalification
Albany Unified School District Contractor Prequalification The Albany Unified School District ( District ) has determined that contractors providing construction services ( Contractor(s) or Firm(s) ) must
More informationMorgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS
Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS The Morgan Hill Unified School District ( District ) has determined that contractors on future projects
More informationMEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.
MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included
More informationAddendum No. 1 Page 1 of 1
Addendum No. 1 Page 1 of 1 DATE: February 26, 2018 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Steam Pipe System Replacement w/
More informationDOCUMENT 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