Questions and Answers Set #2, Master Service Agreement (MSA) Invitation For Bid (IFB) Office Moving Services

Size: px
Start display at page:

Download "Questions and Answers Set #2, Master Service Agreement (MSA) Invitation For Bid (IFB) Office Moving Services"

Transcription

1 July 9, 2013 To: Subject: All Bidders Questions and Answers Set #2, Master Service Agreement (MSA) Invitation For Bid (IFB) Office Moving Services Q.1. A.1. Q.2. A.2. Q.3. A.3. Q.4. A.4. Q.5. A.5. I am missing my 2009 local business license, but have 2008, 2007, and before. Also have the current statement for the Secretary of California Corporations evidencing that I have been incorporated since I am a current MSA Office Moving Services vendor. Will this be sufficient evidence for the 5 year requirement? No. Please refer to IFB Section C, item 1(b), Bidder Minimum Qualifications. A copy of business licenses covering five (5) years must be submitted. The business licenses do not need to be for consecutive years. In the bidder minimum qualifications section 1e now states that the bidding firm must have a D34 license. However that license is only needed for installation work. If we do not currently have the license are we disqualified from bidding on this IFB? No. Please see the If we do not currently have a D34 License butu [sic] can prove that we are currently in the process of obtaining one, will that allow us to bid on this IFB? No. Bidders or the subcontractor performing the work must have an active D34 License prior to the bid submission deadline and a copy must be included in the bid package as required in IFB, Section C, Bid Requirements and Information. See the forthcoming If an employee has a D34 license, can the owner use that license for the MSA? Yes, if the licensed employee will be performing the work. Please refer to the last sentence in IFB Section C, item 1(e), Bidder Minimum Qualifications. See the Can a company use a subcontractors C-61-D34 lisence [sic]? Yes. For purposes of complying with the IFB requirements, DGS will accept the D34 license for the subcontractor performing the work. Per the IFB, subcontractor information, including applicable licenses, must be completed and submitted on Attachment 9, Bidder Declaration. In submitting bids, executing contracts and performing contract work, Bidders must also ensure they are in compliance with any and all applicable Contractors State License Board requirements and other applicable laws and regulations. Procurement Division State of California California Government Operations Agency 707 3rd Street, 2nd Floor, MS West Sacramento, CA t f

2 IFB , Questions and Answers Set # 2 Page 2 Q.6. A.6. Q.7. A.7. Q.8. A.8. The current MSA contracts for moving services specifically excludes the installation of modular furniture. Requiring a D34 license for this IFB# will greatly reduce the pool of qualified applicants and may result in higher prices for the ordering agencies. The processing time for a D34 license is about three months from the time of application. Will you consider issuing an award contingent on obtaining the D34 license before modular furniture work is perfomed [sic] under the MSA and approve regular office moving services as long as the PUC or MCP permits and other minimum requirements are met? No. Bidders or the subcontractor performing the work must have an active D34 license prior to the bid submission deadline and a copy must be included in the bid package as required in IFB, Section C, Bid Requirements and Information. See the forthcoming Kristine, is it possible to just submit rates for 1 or 2 districts? Yes. Please refer to Section C, item 3(e), Evaluation and Selection. With regard to the Bidder Minimum Qualifications C.1.e), must the D34 license be in the Bidder s name, or can this requirement be satisfied if the D34 is issued in the name of an employee of the Bidder? Can the Bidder meet this requirement through a subcontracting arrangement with a third-party holder of the D34 license who performs modular installation services under contract for the primary Bidder? Yes. Please refer to questions 4 and 5, and the corresponding answers. See the Q.9. I just read your amendment # 1 regarding a D-34 license, I do not have a D-34 license, but I have summited an application and I am waiting on a test date to get the license, as long as I have the license before the award date, can I still submit a Bid for IFB ? A.9. No. Bidders or the subcontractor performing the work must have an active D34 License prior to the bid submission deadline and a copy must be included in the bid package as required in IFB, Section C, Bid Requirements and Information. See the forthcoming Q.10. Regarding the D34 Prefabricated Equipment Contractor's License (a subcategory of the C61 Limited Specialty Contractor's License), required in IFB Section C.1.e; may this license be in the name of a proposed subcontractor to be utilized by bidder in the assembly and disassembly of freestanding and affixed modular office systems, so long as the subcontractor pays prevailing wages as required by the contract for the classifications provided? A.10. Yes. Please refer to questions 4 and 5, and the corresponding answers. See the Q.11. Page 11, ATTACHMENT 3, RATE SHEET, "Please note: Costs associated with moving supplies/materials,...". What if an agency requests 100 record storage cartons, a price is quoted and later requires additional cartons. Is the carrier supposed to supply the extra free of further cost? A.11. No, not necessarily. Details will be specified in the scope of work (SOW) provided during the RFO process. It is the Bidder s responsibility to respond appropriately to the RFO and understand the requirements in the SOW.

3 IFB , Questions and Answers Set # 2 Page 3 Q.12. Page 29, EXHIBIT A, SCOPE OF WORK, LOST TIME : What about carrier's lost time due to no state designated person available, for instance, to receive the state property at the designated delivery address. What about promised elevators that develop a malfunction, requiring using stairways? What about lockdowns at the prison facilities? There must be some avenue available for reasonable addenda to the service order and carrier billing. A.12. No, Contractors may not necessarily be unpaid for lost time. Details will be specified in the scope of work (SOW) provided during the RFO process. It is the Bidder s responsibility to respond appropriately to the RFO and understand the requirements in the SOW. Q.13. Regarding prevailing wages under the proposed MSA, it is my belief that prevailing wages apply only to bidder's personnel in classifications as designated in the proposal (Driver, Mover, Packer, Crater, Helper, Master Installer, Lead Installer, Installer I and Installer II). I believe that prevailing wages do not apply to office staff such as billing clerks and receptionists, nor warehouse workers and truck mechanics. Is my belief correct under the proposed MSA? If not, please provide law or legally binding precedent to to [sic] support DGS' denial. A.13. No. Awardees must adhere to the requirements of the IFB, resulting contracts and all applicable laws. There may be other requirements apart from this that Bidders businesses are subject. If Bidders have questions regarding laws or other requirements that may apply to their operations, Bidders are advised to consult their own legal counsel. Also refer to IFB Section C, item 1(f); Exhibit A, Scope of Work, item 13(n); and Exhibit E, Additional Provisions, item 2, Prevailing Wage. Q.14. I believe that prevailing wages must be paid only to bidder's personnel, in the designated classifications, actually engaged in providing services under the resulting MSA. Bidder's personnel in designated classifications not performing services under the MSA need not be paid the stated prevailing wages. Bidders may compensate such employees by other than "prevailing wages" for non-state work not covered by the MSA. Is my belief correct under the proposed MSA? Please support, as above, any DGS denial. A.14. No. Awardees must adhere to the requirements of the IFB, resulting contracts and all applicable laws. There may be other requirements apart from this that Bidders businesses are subject. If Bidders have questions regarding laws or other requirements that may apply to their operations, Bidders are advised to consult their own legal counsel. Also refer to IFB Section C, item 1(f); Exhibit A, Scope of Work, item 13(n); and Exhibit E, Additional Provisions, item 2, Prevailing Wage. Q.15. I believe that bidder's employees, in the designated classifications, that perform services under the MSA, shall be paid the prevailing wages as stated in the MSA only during the time actually spent performing the MSA services for the State. This is merely a further clarification of the immediately preceding question to cover the case where an employee performs a small MSA move of a few hours in the A.M., and some hours in the same day P.M. for a private entity. It is my belief that, after such employee "clocks out" on the State job, the State has no further business in determining the rate of pay applicable for that employee's hours in the afternoon performing non-state work any more [sic] than for an employee that never participates in any State MSA activity. Is my belief correct under the proposed MSA? Please support any denial. A.15. No. Awardees must adhere to the requirements of the IFB, resulting contracts and all applicable laws. There may be other requirements apart from this that Bidders

4 IFB , Questions and Answers Set # 2 Page 4 businesses are subject. If Bidders have questions regarding laws or other requirements that may apply to their operations, Bidders are advised to consult their own legal counsel. Also refer to IFB Section C, item 1(f); Exhibit A, Scope of Work, item 13(n); and Exhibit E, Additional Provisions, item 2, Prevailing Wage. Q.16. The MSA states: "Hourly rates subject to Prevailing Wages (PW) must be bid at or higher than current PW as set by DIR; bids not at PW or higher will be disqualified." Is not DGS going to make some provision to force bidders to submit pricing that includes Workers Compensation, as this is also a government mandated wage cost? If the intent of the prevailing wage laws are to "level the playing field" for all bidders by forcing, I believe, artificially high union wages (Teamsters for movers and Carpenters for modular furniture assembly/disassembly), should not DGS enforce wage laws that apply to all bidders, union or non-union? A.16. Yes, Workers Compensation is a requirement of this IFB. Please see Exhibit A, Scope of Work; Exhibit D, Special Terms and Conditions, item 7, Insurance Requirements; Exhibit E, Additional Provisions, item 2, Prevailing Wage; Attachment 6, Contractor Certification Clauses; and IFB Section C, item 1(d), Bidder Minimum Qualifications. Q.17. The MSA states that the bid rates shall be at or above PW. It will surprise no-one that the bids shall be quite close to prevailing wages, at least in the district that includes Sacramento. The MSA states: "The rates bid will be the maximum rates paid for the term of the MSA." Does DGS intend to allow agencies to accept rate quotes below prevailing wages during the Request for Offer process, or shall the agencies also have to respect the concept of prevailing wages in evaluating offers? A.17. No, ordering agencies may not accept wages lower than prevailing wage rates. Please see Attachment 3, Rate Sheet, first paragraph regarding items that shall be included in each hourly rate. Q.18. Once the MSA and subsequent RFO process has been completed for a particular move, the successful contract awardee is chosen based upon the lowest "not to exceed cost". Since the details of the move are clearly defined, number of men, classifications, hours utilized, packing materials, etc., why not issue a "lump sum" contract. If the successful lowest bidder completes the relocation in less time than contemplated in the bid, bidder earns additional profit; more time than expected equates to less or no profit or a loss. The way DGS administers the MSA, the low bidder is penalized if it takes longer than expected under a "not to exceed" contract just as in the "lump sum" contract; however, the bidder is not awarded additional profit if it takes less time than bid since bidder can only charge for the lesser number of hours actually expended on the move. In fact, contractor is penalized due to less chargeable hours producing profit and possible wage issues such as a guaranteed 8 hour work day for employees and billable hours of 7 1/2 due to faster than bid completion (all at the artificially high prevailing wages demanded for work performed but not billable). Would DGS care to comment on this issue? A.18. No, not necessarily. Details will be specified in the scope of work (SOW) provided during the RFO process. It is the Bidder s responsibility to respond appropriately to the RFO and understand the requirements in the SOW.

5 IFB , Questions and Answers Set # 2 Page 5 Q.19. Agencies that perform numerous office relocations, upon short notice and with unknown advance move parameters, arrange for annual contracts. How does DGS advise agencies use the MSA for obtaining services under these conditions? A.19. A Standard Agreement (Std. 213) will be used as the Ordering Agency contract. Ordering Agencies can use the MSA to establish blanket agreements to be utilized on an as-needed basis. Please see Exhibit A, Scope of Work, item 17, Ordering Agency Responsibilities. Q.20. The IFB (page 11 of 48) states: Hourly rate subject to Prevailing Wage (PW) must be bid at or higher than current PW as set by DIR; bids not at PW or higher will be disqualified [sic]. The hourly rates in the resulting MSA may increase by the amount DIR increases the PW rates, if any." Should the bidders use the current rate, which expires 30 June 2013 or the ** ("Predetermined Increases") rates which run through 30 June 2015 [for the "MODULAR ASSEMBLY/DISASSEMBLE SERVICES" RATE SHEET" hourly service charge rate(s)] for the (4) installer classifications? If the cuurrent [sic] rates are to be referenced, should the sentence (found in the same IFB paragraph read: "The hourly rates in the resulting MSA may increase by the amount (% of increase) by which the DIR increases said PW rates." A.20. No, PW rates must be bid at, or higher than, the rates set by DIR at the time the bid is due. For more information, please refer to IFB section A.3.b., C.3.e., Attachment 10, Exhibit A, Scope of Work, items 4.c. and 14.c. Q.21. The RFI, released on March 6, 2013, included a "MILEAGE" category ("C") based on a Mileage Range." The given rate sheets for the several IFB "Districts" do not include a MILEAGE rate category yet page 32 of 48, item 6. d., reads: "For linehaul moves, cargo van or delivery vehicles shall be weighed before and after loading... There shall be no separate or extra charges allowed for moves which require weight tickets." The State Administrative Manual (SAM), section 3801, defines "linehaul" as an "Intercity move in excess of 50 miles." 3810 (Commercial Transportation for Office and Institution Moves) refers to weight and distance linehaul rates. These "linehaul" moves use "weight & distance" rate schedules (such as Item 310 of the State's MAX 4 rate tariff) for application of such charges. The actual cost of obtaining original weight tickets are born by the contractor. Please advise further." A.21. In response to your comment, line haul move services will be detailed in the SOW as part of an RFO process conducted by the ordering agency. The costs bid on Attachment 3, Rate Sheet, shall be in effect. Q.22. The prior MSA allowed the state agencies to select a vendor with out [sic] a RFO to ALL vendors, if it was less then [sic] $5,000. Is this provision still applicable." A.22. No. If agencies use the MSA to contract for services, they must conduct an RFO in accordance with the MSA requirements, regardless of the dollar amount being contracted. However, this is a non-mandatory contract so Ordering Agencies may be able to obtain services through other procurement methods. Q.23. Our Subcontractor possesses the D34 license for modular work. When submitting the bid, the license will bear the name of the subcontractor. Is this sufficient? or [sic] does the primary contractor have to have the license? If the subcontractors license alone is sufficient, do you require copies of requested attachments and appendixes in the name of the subcontractor?"

6 IFB , Questions and Answers Set # 2 Page 6 A.23. Yes. Please refer to the last sentence in IFB Section C, item 1(e), Bidder Minimum Qualifications; Exhibit A, Scope of Work, item 16; Exhibit D, Special Terms and Conditions, items 5 and 7; and Exhibit E, Additional Provisions, item 2. See the Q.24. Are you sure you want to insist movers have a D34 license." A.24. Yes. See the Q.25. The Max 4 tariff is not referenced in the bid. Has this tariff been removed from the process and pricing completely? A.25. Yes. The California Public Utilities Commission Maximum Rate Tariff 4 is used for the transportation of household goods and personal effects over the public highways within the State of California. This IFB is for office moving services only. Q.26. On the SOS certificate requirement: will a Certificate of Status from the Secretary of State dated this year (1/14/13) and a screen shot of current status fulfill that requirement?" A.26. Yes, if the status is positive and verified by the State of California. Q.27. Section C.1.e states, Bidder must provide a copy of the D34, Prefabricated Equipment Contractor license." To our knowledge, most moving companies in Southern California, including our company, do not possess a D34 Contractor license. May we submit our subcontractor's D34 Contractor license in lieu of our own? A.27. Yes. Please refer to the last sentence in IFB Section C, item 1(e), Bidder Minimum Qualifications; Exhibit A, Scope of Work, item 16; Exhibit D, Special Terms and Conditions, items 5 and 7; and Exhibit E, Additional Provisions, item 2. See the Q.28. If our subcontractor does not currently possess a D34 Contractor license, but is in the process of obtaining one, may we still submit a bid? " A.28. No. Bidders must have an active D34 License prior to the bid submission deadline and a copy must be included in the bid package as required in IFB, Section C, Bid Requirements and Information. See the Q.29. In newly added section C.1.e (Appendix 4) it states, the Bidder must provide a copy of the D34, Prefabricated Equipment Contractor license Is subcontracting allowed to fulfill this requirement and the subcontractor s license provided?" A.29. Yes. Please refer to the last sentence in IFB Section C, item 1(e), Bidder Minimum Qualifications; Exhibit A, Scope of Work, item 16; Exhibit D, Special Terms and Conditions, items 5 and 7; and Exhibit E, Additional Provisions, item 2. See the Q.30. Assembly Bill No modified " the definition of installation to include the assembly and disassembly of freestanding and affixed modular office systems." as public works. Please cite the AB 1598 or Public Works regulation that requires DGS to specify a D34 Prefabricated Equipment Contractor's License, issued by

7 IFB , Questions and Answers Set # 2 Page 7 the State Contractors Licensing Board, when obtaining office moving services that may include freestanding modular office systems. Please cite the AB 1598 or Public Works regulation that precludes DGS from obtaining office moving services, that may include freestanding modular office systems, utilizing a contractor having a Household Goods Carrier's Permit issued by the California Public Utilities Commission. Please cite any law or regulation that precludes a household goods carrier from providing office moving services, to State or non-state entities, that may include freestanding modular office systems. Please cite any law or regulation that requires the State Contractors Licensing Board to have any direct involvement or jurisdiction over public works projects (in this case, assembly/disassembly of modular office systems). Business and Professions Code section 7059 states that the agency awarding the contract has the authority to select the classifications to be utilized in the project. Please cite any law or regulation affected by AB 1598 that now requires DGS to specify "Installers" and "D34 licenses" when assembling/disassembling modular office systems as a part of obtaining office moving services. Prevailing wages are required under both public works projects and Government Code Section office moving projects. DGS has the authority to specify the classification of workers to be used as the basis for prevailing wages. Prevailing wages are the "minimum" wages that must be paid by the contractors under the MSA. There is no law or regulation disallowing either movers or installers from performing the office moving services contemplated under the MSA (movers may perform assembly/disassembly of freestanding modular office systems; installers may move non-modular office furnishings, computers, file cabinets, etc.). Please cite any law or regulation that states that a mover/contractor performing office relocations that include modular office systems assembly/disassembly must pay such employees the higher installer wages as the minimum wage. Please cite any law or regulation that states that an installer/contractor performing office relocations that include work other than assembly/disassembly of modular office furniture cannot pay, as minimum, the lower mover wages as prevailing wages allowed in the MSA. A.30. In response to your comment, please refer to IFB Section A, item 3 in the forthcoming

DOCUMENT BID PROPOSAL

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

RFP SOURCING SERVICES AND TEMPORARY STAFFING AGENCIES. 1. Is this a new solicitation? If not, please share the name of incumbent vendors.

RFP SOURCING SERVICES AND TEMPORARY STAFFING AGENCIES. 1. Is this a new solicitation? If not, please share the name of incumbent vendors. RFP 19-006 SOURCING SERVICES AND TEMPORARY STAFFING AGENCIES Questions/Answers in BOLD Addendum #1 Date 1/30/2019 1. Is this a new solicitation? If not, please share the name of incumbent vendors. This

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

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work OVERVIEW The purpose of the Creative Advertising and Audio Visual - Interactive

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

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

The Bid Date has changed to 03/16/2010 at 2:30 PM.

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 information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL DATE: February 24, 2015 Shimizu North America LLC 909 3rd Avenue, 28th Floor New York, NY 10022 RFP Queries (646) 205-4722 Fax (212) 223-1930 PROJECT: The Japan Foundation New York

More information

Seattle Public Schools Office of Internal Audit. Internal Audit Report Construction Management Practices

Seattle Public Schools Office of Internal Audit. Internal Audit Report Construction Management Practices Seattle Public Schools Office of Internal Audit Issue Date: December 5, 2017 Introduction and Background In accordance with the fiscal year 2018 capital audit plan, we have completed an audit of the district

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. 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 information

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY. Attachment# 1

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY. Attachment# 1 Attachment# 1 CQ18223- Questions and Answers for the Productivity Transformation 1. Is Appendix C Small Business Local Preference Program (SBLPP) applicable on this RFP? Answer: Appendix C Small Business

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT 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 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

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

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. 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 information

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA Project No. 4484/A4L-379/964840 LEVEL I PREQUALIFICATION DOCUMENTS for OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North

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

Erie County Medical Center Corporation. Addendum Number 1 to RFP # 21728

Erie County Medical Center Corporation. Addendum Number 1 to RFP # 21728 Erie County Medical Center Corporation RFP # 21728 Addendum Number 1 Erie County Medical Center Corporation Addendum Number 1 to RFP # 21728 ARCHITECTURAL / ENGINEERING SERVICES FOR: MEP SYSTEMS / ELEVATOR

More information

CITY 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. 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 information

National Science Foundation Ministry of Science, Technology & Research

National Science Foundation Ministry of Science, Technology & Research 1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. 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 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

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

REQUEST FOR OFFER RFO: For: Business Continuity Program Development Consultant Services. For: Covered California

REQUEST FOR OFFER RFO: For: Business Continuity Program Development Consultant Services. For: Covered California REQUEST FOR OFFER RFO: 2017-04 For: Business Continuity Program Development Consultant Services For: Covered California Date: Tuesday, September 19, 2017 You are invited to review and respond to this Request

More information

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS Project No. 5005/A4L-424/ 962520 LEVEL I PREQUALIFICATION DOCUMENTS for GEISEL RESTROOM RENOVATIONS University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC 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 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

REQUEST FOR PROPOSAL # Temporary Staffing Services for Union County

REQUEST FOR PROPOSAL # Temporary Staffing Services for Union County REQUEST FOR PROPOSAL # 2016-047 Temporary Staffing Services for Union County ADDENDUM No. 1 ISSUE DATE: May 5, 2017 ****************************************************************************************************

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

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

NOTICE TO BIDDERS FOR

NOTICE 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 information

LEVEL I PREQUALIFICATION DOCUMENTS

LEVEL I PREQUALIFICATION DOCUMENTS Project No. LEVEL I PREQUALIFICATION DOCUMENTS for MUIR BIOLOGY BUILDING 3RD FLOOR RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla,

More information

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide

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

REQUEST FOR PROPOSALS FOUR YEAR CONTRACT FOR TEMPORARY EMPLOYEE SERVICES BID NO: Addendum 1: August 16, 2018

REQUEST FOR PROPOSALS FOUR YEAR CONTRACT FOR TEMPORARY EMPLOYEE SERVICES BID NO: Addendum 1: August 16, 2018 REQUEST FOR PROPOSALS FOUR YEAR CONTRACT FOR TEMPORARY EMPLOYEE SERVICES BID NO: 18-2050 : August 16, 2018 has been issued to address the following: 1. Modify one requirement to the Scope of Service. 2.

More information

TORONTO MUNICIPAL CODE CHAPTER 67, FAIR WAGE SCHEDULE A, FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY

TORONTO MUNICIPAL CODE CHAPTER 67, FAIR WAGE SCHEDULE A, FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY 67-A1. Definitions. 67-A2. City of Toronto Council references. 67-A3. Purpose and history of Fair Wage Policy. 67-A4. Intent of Fair Wage Policy. 67-A5. Application. 67-A6.

More information

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

PORTLAND 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 information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta 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 information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

ADVERTISEMENT FOR SUBCONTRACTOR QUALIFICATION AND ADVERTISEMENT FOR PROPOSALS OF DESIGN BUILD SUBCONTRACTORS (DB SUBCONTRACTORS)

ADVERTISEMENT FOR SUBCONTRACTOR QUALIFICATION AND ADVERTISEMENT FOR PROPOSALS OF DESIGN BUILD SUBCONTRACTORS (DB SUBCONTRACTORS) ADVERTISEMENT FOR SUBCONTRACTOR QUALIFICATION AND ADVERTISEMENT FOR PROPOSALS OF DESIGN BUILD SUBCONTRACTORS (DB SUBCONTRACTORS) PROJECT NOTICE DPR Construction, hereinafter called DPR, intends to award

More information

SB 854 ALLAN HANCOCK COLLEGE UPCCA INFORMAL BIDDING

SB 854 ALLAN HANCOCK COLLEGE UPCCA INFORMAL BIDDING Allan Hancock College and SMVCA New Laws Workshop AHC Student Services Center, Room G-106 February 25, 2015 SB 854 ALLAN HANCOCK COLLEGE UPCCA INFORMAL BIDDING Attorneys at Law T: 310-640-0800 F: 310-640-0818

More information

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION Project No. 4863/A4L-396 LEVEL I PREQUALIFICATION DOCUMENTS for COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North

More information

FORENSIC INVESTIGATION FI (4) 1 98

FORENSIC INVESTIGATION FI (4) 1 98 FORENSIC INVESTIGATION FI (4) 1 98 FI (4) Work Step Work Step: Construction expert to: 219 - Conduct industry benchmarking (A) - Assess if the SGI contract is reasonable and within industry standards (B)

More information

TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES

TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).

More information

Prevailing Wage Frequently Asked Questions

Prevailing Wage Frequently Asked Questions Prevailing Wage Frequently Asked Questions Minnesota's prevailing wage law (Minnesota Statutes 177.41 through 177.44) requires employees working on state-funded construction projects or other projects

More information

NOTICE TO BIDDERS. Work done shall be in strict accordance with Plans and Specifications prepared by

NOTICE 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 information

Page 1 REQUEST FOR WRITTEN PROPOSAL

Page 1 REQUEST FOR WRITTEN PROPOSAL PARKS AND RECREATION DEPARTMENT 9355 E. Stockton Blvd., Suite 185 Elk Grove, CA 95624 (916) 405-5600 www.yourcsd.com REQUEST FOR WRITTEN PROPOSAL TO: ALL PROSPECTIVE BIDDERS DATE: December 1, 2016 PROJECT

More information

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

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

More information

Memphis 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 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 information

1) Please share the last years expenditure under this contract. Answers: LIPA expects to spend approximately $1.2 million a year.

1) Please share the last years expenditure under this contract. Answers: LIPA expects to spend approximately $1.2 million a year. RFP for Information Technology Services- Questions Due: 8/11, 3pm, Answers due 8/16 Questions/Answers 1) Please share the last years expenditure under this contract. Answers: LIPA expects to spend approximately

More information

As used in this Fair Wage Policy, the following terms have the meaning indicated:

As used in this Fair Wage Policy, the following terms have the meaning indicated: City Manager s Office Fair Wage Office 100 Queen Street West City Hall, 19 th Floor, West Toronto, Ontario M5H 2N2 Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801

More information

REQUEST FOR PROPOSALS. Request for Proposals for Classification Pay and Benefits Study (A )

REQUEST FOR PROPOSALS. Request for Proposals for Classification Pay and Benefits Study (A ) CITY OF TUSCALOOSA ) STATE OF ALABAMA ) REQUEST FOR PROPOSALS TO: FROM: RE: Qualified Firms The City of Tuscaloosa, Alabama Request for Proposals for Classification Pay and Benefits Study (A17-0172) DATE

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

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

You Passed Your Bond Now What? a Part 3: Multi-Prime and Design-Build Project Delivery Methods and Project Labor Agreements

You Passed Your Bond Now What? a Part 3: Multi-Prime and Design-Build Project Delivery Methods and Project Labor Agreements You Passed Your Bond Now What? a Part 3: Multi-Prime and Design-Build Project Delivery Methods and Project Labor Agreements January 25, 2017 Presented By: Deidree Sakai Cameron Ward SAN FRANCISCO LONG

More information

Hillsborough City School District Window Covering Projects At 6 District Sites. Bid #19-01 ADDENDUM NO. 1

Hillsborough City School District Window Covering Projects At 6 District Sites. Bid #19-01 ADDENDUM NO. 1 Window Covering Projects At 6 District Sites Bid #19-01 ADDENDUM NO. 1 February 13, 2019 Owner: Project Manager: 300 El Cerrito Avenue Hillsborough, CA 94010 Capital Program Management, Inc. 1851 Heritage

More information

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

Mustang Substation Bank I Replacement Project MAJ 15-SP5054 CALIFORNIA POLYTECHNIC STATE UNIVERSITY FACILITIES PLANNING & CAPITAL PROJECTS San Luis Obispo, CA 93407-0690 p 805/756-2581 f 805.756.7566 http://www.afd.calpoly.edu/facilities/ Mustang Substation Bank

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

Main Building Auditorium

Main 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 information

INVITATION TO BID. (This is not an order.)

INVITATION TO BID. (This is not an order.) CITY OF CLEVELAND INVITATION TO BID Page 1 of 2 (This is not an order.) Buyer: Rashaun Billy 216-664-2626 rbilly@city.cleveland.oh.us Requestor: Vakedia Stiggers Division of Purchases & Supplies 216-664-7058

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

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

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

Attachment 1 Architectural Services

Attachment 1 Architectural Services A. Phase 1, Programming and Schematic Design: 1. Ascertain the requirements for each project through a meeting with the COUNTY, and a review of an existing schematic layout of each project, if such layout

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

TRAVELING FINE SCREEN - INSTALLATION

TRAVELING FINE SCREEN - INSTALLATION Community Services Department Environmental Services Division TRAVELING FINE SCREEN - INSTALLATION Project #: 2015-04 Bid Date: September 2, 2015 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4.

More information

MIRACOSTA COLLEGE. [X] MiraCosta College Bid Opportunities Website /FAX

MIRACOSTA COLLEGE. [X] MiraCosta College Bid Opportunities Website /FAX MIRACOSTA COLLEGE BID ADDENDUM MiraCosta Community College District Distribution: One Barnard Drive [X] Owner [X] Architect Oceanside, California 92056 [X] MiraCosta College Bid Opportunities Website 760.795.6691/FAX

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply 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 information

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO. Request for Proposals (RFP) Information Technology Independent Verification and Validation ADDENDUM NO. 2 Questions and Answers RFP Amendments September 2015 Contained herein are the responses to the questions

More information

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/BUILD TRADE PARTNERS

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/BUILD TRADE PARTNERS ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/BUILD TRADE PARTNERS PROJECT NOTICE Skanska USA Inc. hereinafter called SKANSKA, intends to award design-build subcontracts to HVAC, Electrical,

More information

REQUEST FOR COMPETITIVE PROPOSALS FOR ARCHITECTURAL SERVICES CITY OF PERRIS

REQUEST FOR COMPETITIVE PROPOSALS FOR ARCHITECTURAL SERVICES CITY OF PERRIS REQUEST FOR COMPETITIVE PROPOSALS FOR ARCHITECTURAL SERVICES BY CITY OF PERRIS Perris, California December 4 th, 2018 City of Perris is requesting Competitive Proposals from licensed architectural firms

More information

CONSTRUCTION DOCUMENTS Part 1

CONSTRUCTION DOCUMENTS Part 1 Audio Presentation Session 4 CONSTRUCTION DOCUMENTS Part 1 Project Delivery Education Program Construction Document Technology (CDT) Preparatory Course 2011 The Construction Specifications Institute www.csinet.org

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN ) PADRE DAM MunicIpal Water DIstrict An Everyday Essential ADDENDUM NO.1 Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN 212002) Bid Opening Date: May 22, 2012 Time: 10:00 a.m.

More information

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West 525 South Lawrence Street Montgomery, Alabama 36104 Attic Insulation at Gibbs Village East & West IFB Number 2019-03 TYPE OF PROJECT: Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East

More information

LABOR COMPLIANCE MONITORING AND ENFORCEMENT OF LABOR CODE

LABOR COMPLIANCE MONITORING AND ENFORCEMENT OF LABOR CODE LABOR COMPLIANCE MONITORING AND ENFORCEMENT OF LABOR CODE 1720.9 Date: August 30, 2016 Presented by: Lindsey Woolsey Headquarters Labor Compliance Capital Outlay Support Phone: (530)204-7745 E-Mail: Lindsey.Woolsey@dot.ca.gov

More information

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center. ADDENDUM #2 Design/Build Contractor RFP Bid #0606-14 for the Joint-Use 21 st Century Post-Century Education Center SJECCD California July 7, 2014 SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. 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 information

CITY OF BELLINGHAM, WASHINGTON Purchasing-Vendor Guide

CITY OF BELLINGHAM, WASHINGTON Purchasing-Vendor Guide P U R C H A S I N G O F F I C E, 2 2 2 1 P A C I F I C S T, B E L L I N G H A M W A. 9 8 2 2 9 P H O N E 360-778-7750 F AX 3 6 0-778-7706 P U R C H A S I N G O F F I C E, 2 7 7 8-7 7 5 0 CITY OF BELLINGHAM,

More information

Question & Answers on Invitation to tender for Framework Contract 2007/S

Question & Answers on Invitation to tender for Framework Contract 2007/S Question & Answers on Invitation to tender for Framework Contract 2007/S 130-158835 Impact Assessment and Evaluation (ex-ante, intermediate and ex-post) Updated: 02/08/2007 Before submitting any written

More information

Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011)

Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011) Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011) Sec. 153.65. As used in sections 153.65 to 153.73 of the Revised Code: (A)(1)

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

Information for Contractors Regarding Public Works Projects

Information for Contractors Regarding Public Works Projects Information for Contractors Regarding Public Works Projects Table of Contents INTRODUCTION...2 WHAT IS CUPCCAA?...2 BENEFITS OF CUPCCAA...2 TRADITIONAL BIDDING VS. MCC IMPLEMENTED CUPCCAA...3 ADOPTION

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

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

Invitation for Bids for Armed and Unarmed Security Guard Services ADDENDUM NO. 1 ACKNOWLEDGEMENT NOTICE

Invitation for Bids for Armed and Unarmed Security Guard Services ADDENDUM NO. 1 ACKNOWLEDGEMENT NOTICE 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

More information

BID Addenda No. Date Issued Addenda No. Date Issued

BID Addenda No. Date Issued Addenda No. Date Issued BID - 004113 BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL ACQUISITION & IMPLEMENTATION OF A CORPORATE WIDE BOX STYLED STANDARD LOCKERS Proposal Release Date: March 25, 2008 Proposal Due Date: April 25, 2008 Page - 1 - of 9 TABLE OF CONTENTS

More information

INVITATION FOR BID December 11, 2018

INVITATION FOR BID December 11, 2018 mawsj Lisa Russell, Buyer II Office (251) 694-3162 lrussell@mawss.com Mobile Area Water and Sewer System 4725 Moffett Road Suite A Mobile, AL 36618-2236 PO Box 180249 Mobile, AL 36618-0249 INVITATION FOR

More information

Maryland Department of Transportation Maryland Transit Administration

Maryland Department of Transportation Maryland Transit Administration Special Review Maryland Department of Transportation Maryland Transit Administration Allegations Related to Possible Violations of State Laws, Regulations, and Policies Involving an MTA Management Employee

More information

SEATTLE S NEW WMBE INCLUSION PLAN

SEATTLE S NEW WMBE INCLUSION PLAN SEATTLE S NEW WMBE INCLUSION PLAN This past summer Seattle Mayor Mike McGinn announced a new WMBE program for Seattle public works contracts he called an Inclusion Plan to increase women and minority owned

More information

BERRYESSA 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 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 information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: Longfellow ES Exit Balcony Addition DATE: March 4, 2019 755 Morse Street, SF, CA 94112 SFUSD Project No.12059

More information

REQUEST FOR PROPOSAL. e-procurement System Implementation Project. New Development Bank

REQUEST FOR PROPOSAL. e-procurement System Implementation Project. New Development Bank REQUEST FOR PROPOSAL e-procurement System Implementation Project New Development Bank 23 Jan 2018 Table of Contents 1 Administrative Information... 3 1.1 Introduction... 3 1.2 Contact Information... 3

More information

STATEMENT of WORK Survey Storage Shed 10X10X8 Beaver County, Rochester Stockpile# Project# Building#

STATEMENT of WORK Survey Storage Shed 10X10X8 Beaver County, Rochester Stockpile# Project# Building# I. SUMMARY A. The Department of Transportation (PennDOT) is issuing a solicitation to provide a Survey Storage Shed 10x10x8. The following list of documents made part of this procurement will provide the

More information

19A NCAC 02E.0702 Solicitation and Award of Contract 19A NCAC 02E.0703 Prequalifying to Award - Professional Services Firms

19A NCAC 02E.0702 Solicitation and Award of Contract 19A NCAC 02E.0703 Prequalifying to Award - Professional Services Firms FISCAL NOTE Rule Citation: Rule Topic: NCDOT Division: 19A NCAC 02E.0702 Solicitation and Award of Contract 19A NCAC 02E.0703 Prequalifying to Award - Professional Services Firms Revision of the Requirements

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