INVITATION FOR BIDS (IFB)
|
|
- Eugene Sims
- 5 years ago
- Views:
Transcription
1 P a g e 1 INVITATION FOR BIDS (IFB) Summer Camp T-Shirts IFB #: Deadline for Responses: 2:00 PM 04/13/2017 Children s Services Council of Palm Beach County (CSC) 2300 High Ridge Road Boynton Beach, FL (561)
2 P a g e 2 Table of Contents SECTION 1: TIMETABLE... 3 SECTION 2: INTRODUCTION WHAT WE ARE SEEKING THE COUNCIL TERM OF CONTRACT... 4 SECTION 3: SCOPE OF WORK SPECIFICATIONS MINIMUM REQUIRMENTS... 5 SECTION 4: IFB PROCESS LIMITATIONS ON CONTACTING CSC PERSONNEL BIDDER DISQUALIFICATION INQUIRIES ACCEPTANCE OF BIDS NOTICE OF AWARDED BIDDER... 6 SECTION 5: IFB RESPONSE INSTRUCTIONS FOR SUBMITTING RESPONSE TO IFB INCOMPLETE BIDS RESPONSE FORMAT RESPONSE REVIEW AND SELECTION CRITERIA INSURANCE REQUIREMENTS PREFERENCE FOR FLORIDA BUSINESSES COMPLIANCE WITH SECTION , FLORIDA STATUTES... 8 SECTION 6: SUBMITTAL DOCUMENTS... 9
3 P a g e 3 SECTION 1: TIMETABLE 03/20/2017 IFB packets are available on the CSC website ( 03/27/2017 Deadline for submission of questions regarding IFB 04/03/2017 Final posting of questions and answers and/or clarification or addenda to IFB (if any) on CSC website ( 04/13/2017 RESPONSE DEADLINE - All IFB responses are due by 2:00 PM at: BIDS@cscpbc.org Subject: IFB # Responses will be opened publicly at 2:30 PM. Note: CSC s server date and time stamps all and serves as the time received. s dated and time stamped after the deadline will not be considered. 4/13/2017 Stage 1: CSC technical review of bid(s); verifies required documentation submitted 04/14/2017 Stage 2: Evaluation of responses by CSC 04/18/2017 4/19/2017- Stage 3: Contract discussion and finalization 4/21/ /27/2017 Recommendations submitted to Council for approval, if needed 05/01/2017 Notification by and posting on CSC website ( of award of contract; notification by to bidders not selected for award 05/01/2017 Effective date of contract CSC reserves the right to adjust the timetable and any adjustments will be made available on the CSC website
4 P a g e 4 SECTION 2: INTRODUCTION 2.1 WHAT WE ARE SEEKING Children s Services Council of Palm Beach County (CSC) is hereby seeking bids from qualified vendors (Bidders) to this Invitation for Bid (IFB) to provide 6509 youth and 2196 adult T-shirts of various sizes. Bidders must be able to provide drop shipment of product to approximately 70 Palm Beach County summer camp locations no later than June 30, The geographical information and quantities are shown in Attachment A accompanying this IFB. Download form at THE COUNCIL Children s Services Council of Palm Beach County (CSC), an independent special district created by Palm Beach County voters in 1986, and reauthorized in 2014, provides leadership, funding, services and research on behalf of the county s children so they grow up healthy, safe and strong. 2.3 TERM OF CONTRACT IFB is for a one-time purchase, with the term of the contract being from May 1, 2017 September 30, SECTION 3: SCOPE OF WORK 3.1 SPECIFICATIONS Product Description: 50/50 Heavyweight Youth and Adult T-shirts. 50% cotton, 50% polyester, pre-shrunk jersey Color: Standard Yellow; sample will be requested and approved prior to production Size: Youth: Small, Medium, Large, X-Large; Adult: Small, Medium, Large, X-Large, XX-Large, XXX- Large as per Bid Sheet qualities (see Attachment A) Quantity: 6,509 Youth of various sizes; 2,196 Adult of various sizes Imprint Area: o Youth T-Shirt Front: 2-color, CSC logo and Healthy. Safe. Strong. tag line in PMS Red 200C and PMS Black C; o Adult T-Shirt Front: 2-color, CSC logo and Healthy. Safe. Strong. Tag line in PMS Red 200C and PMS Black C o Back of both Youth and Adult T-Shirt: 2 color in PMS Red 200C and PMS Black C artwork to be provided to awarded bidder Shipping & Handling: All shipping and handling costs are to be included in the bid price and are the responsibility of the Bidder Delivery: Must be delivered no later than June 30, 2017, to approximately 70 Palm Beach County summer camp locations (complete list to be provided to successful bidder) Storage: Bidder will be responsible for all temporary storage fees, if applicable All costs associated with materials, labor, production, set-up, shipping and handling, delivery and storage (if applicable) are to be included in the bid price.
5 P a g e MINIMUM REQUIRMENTS In order to be considered, Vendors must be able to meet the following minimum requirements: Vendor has the capacity to provide T-Shirts by the delivery date specified in this IFB; Vendor is able to provide delivery of T-Shirts to approximately 70 summer camp sites in Palm Beach County; Provide three professional references specifically relating to similar assignments completed within the past three years SECTION 4: IFB PROCESS 4.1 LIMITATIONS ON CONTACTING CSC PERSONNEL This Invitation for Bids is issued by the Children s Services Council of Palm Beach County. The contact person listed below is the sole point of contact for this IFB: Jennifer Hardy, Operations Associate Jennifer.Hardy@cscpbc.org All contact shall be by only 4.2 BIDDER DISQUALIFICATION Bidders are prohibited from contacting CSC personnel or board members regarding this solicitation other than the person identified above. Any occurrence of a violation may result in the disqualification of the Bidder. Failure to have performed any contractual obligations with CSC in a manner satisfactory to CSC will be sufficient cause for disqualification. To be disqualified as a Bidder under this provision, the Bidder must have: 1. Previously failed to satisfactorily perform in a contract with CSC, been notified by CSC of unsatisfactory performance, and failed to correct the unsatisfactory performance to the satisfaction of CSC; or 2. Had a contract terminated by CSC, by any other county or state agency, or by any Children s Services Council for cause. 4.3 INQUIRIES All inquiries requesting clarification regarding this IFB must be made in writing and ed to the identified contact person by 03/27/2017. During the IFB period, Bidders must not submit any forms of marketing or promotional materials that raise the Bidder s profile or give the Bidder an advantage or benefit not enjoyed by other perspective Bidders. Copies of responses to all inquiries that require clarifications and/or addenda to the IFB will be made available no later than 5:00 PM, 04/3/2017 on CSC s website.
6 P a g e ACCEPTANCE OF BIDS All responses must be received by CSC via no later than 04/13/2017 by 2:00 PM. Sign, scan and attach document in PDF format to and send to: BIDS@cscpbc.org Subject: IFB # No changes, modifications or additions to the responses submitted will be accepted by, or binding on, CSC after the deadline for submissions has passed. ALL COMMUNICATIONS ARE DATE AND TIME STAMPED BY CSC S SERVER. RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME OR BOTH WILL BE REJECTED AND RETURNED UNOPENED TO THE BIDDER BY THE CSC. CSC reserves the right to reject any and all responses or to waive minor irregularities when doing so would be in the best interest of CSC. A minor irregularity is defined as a variation from the IFB terms and conditions that do not affect the price of the application, or do not give the Bidder an advantage or benefit not enjoyed by other prospective Bidders, or do not adversely impact the interest of CSC. 4.6 NOTICE OF AWARDED BIDDER CSC will post the name of the awarded Bidder on the CSC website: on 05/01/2017 by 5:00 PM. SECTION 5: IFB RESPONSE 5.1 INSTRUCTIONS FOR SUBMITTING RESPONSE TO IFB All responses must be submitted on the forms included in section 6 of this package (forms available on CSC website Reference file name: IFB#17-004Forms. All responses are to be signed by an official/individual who is legally authorized to bind the Bidder to the proposed activity. IMPORTANT: All bids must be received via no later than 04/13/2017 2:00 PM per the deadline in the IFB. Bidders will receive an auto-generated acknowledging receipt of the bid. Do not respond to this . This receipt does not verify that CSC has received a complete bid that will be determined after opening all bid at the time set forth in the IFB. CSC is not responsible for the reputation of the Bidder s account which may cause delays or undeliverable messages if your server has been blacklisted. To check your sender score, please utilize an reputation service or use a service like to confirm that you have a good reputation. CSC s server has the capacity to accept large files but in some cases the Bidder s server may delay sending based on the size of attachments. Please ensure you allow ample time for transmission of files. CSC will not be responsible for s received after the deadline. Bids received after the deadline will not be considered.
7 P a g e INCOMPLETE BIDS Failure to respond to any item, including providing any requested information, or failure to follow these instructions shall be considered submission of an incomplete response and may result in disqualification from further consideration. 5.3 RESPONSE FORMAT The written portion of your response is to be submitted on the IFB forms included in section 6 of this package (forms available on CSC website Reference file name: IFB# Forms. 5.4 RESPONSE REVIEW AND SELECTION CRITERIA Bidder selection will be based upon the following criteria: 1. Ability to Complete Scope of Services 50 points 2. Cost 50 points 5.5 INSURANCE REQUIREMENTS The successful Bidder(s) shall comply with the following insurance requirements: Insurance i. Commercial General Liability, Required $1,000,000 per occurrence. ii. Workers Compensation Insurance limits per applicable state statute. Required if Bidder has employees engaged in the performance of work under this Agreement. The Provider shall furnish a Certificate of Insurance, naming the Council as an additional insured with respect to the Commercial General Liability of at least $1,000,000 as stated above no later than ten (10) days after award and prior to execution of Statement of Work. Waiver of Subrogation In the event of loss, damage or injury to the Bidder and/or the Bidder s property, the Bidder shall look solely to any insurance in its favor without making any claim against the Council. The Bidder hereby waives any right of subrogation against the Council, for loss, damage, or injury within the scope of the Bidder s Insurance, and on behalf of itself and its insurer, waives all such claims against the Council. 5.6 PREFERENCE FOR FLORIDA BUSINESSES When a special district is required to make purchases of personal property through competitive solicitation and the lowest responsible and responsive bid, bid or reply is by a vendor whose principal place of business is in a state or political subdivision which grants a preference by that state or political subdivision, then the district shall award an equal preference to the lowest responsible and responsive vendor having a principal place of business within Florida. In a competitive solicitation in which the lowest bid is submitted by a vendor whose principal place of business is located outside the state, and that state does not grant a preference in competitive solicitation to vendors having a principal place of business in that state, the preference to the lowest and responsive vendor having a principal place of business in the State of Florida shall be 5 percent. F.S (1)(a). A vendor whose principal place is outside this state must accompany any written bid, bid or reply documents with a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state to its own business entities whose
8 P a g e 8 principal places of business are in that foreign state in the letting of any or all public contracts. F.S (2). Please complete the form titled Bidder s Statement of Principal Place of Business, with the Legal Opinions on the same form, and include it with your submittal. 5.7 COMPLIANCE WITH SECTION , FLORIDA STATUTES In accordance with Section , Florida Statutes, persons and affiliates who have been placed on the convicted vendor list may not submit responses, contract with, or perform work (as a contractor, supplier, subcontractor or consultant) with CSC in excess of the threshold amount provided in Section , Florida Statutes, for Category Two for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. Any response received from a person, entity or affiliate who has been placed on the convicted vendor list shall be rejected by CSC as unresponsive and shall not be further evaluated.
9 P a g e 9 SECTION 6: SUBMITTAL DOCUMENTS The following documents can be downloaded from CSC s website at: Reference file name: IFB # forms Responses should be assembled in the following manner: 1. Cover Page Complete this entire document and include with response. Must be signed. 2. Questionnaire Complete this entire document and include with response. 3. References - List three clients professional references associated with work previously performed by the Bidder within the past 5 years. For each reference, please specify: a) Name, address, telephone number b) Project start date and duration c) Scope of assignment 5. Bid Worksheet (Attachment B) Provide a schedule of fees separating the cost of materials (including supplies, labor, set-up and production), shipping and handling, delivery and storage, if applicable. This form is available for download at: Reference file name: IFB # Bid Worksheet. 6. Conflict of Interest Disclosure Form Complete this document, sign, scan and include with response. This document must include a signature. 7. Bidder s Statement of Principal Place of Business/Legal Opinion If Bidder s principal place of business is not in Florida, must be signed by attorney, licensed in the state of Bidder s principal place of business.
10 P a g e 10 REMINDER Invitation for Bids (IFB) Summer Camp T-Shirts IFB # DEADLINE FOR SUBMISSION IS 04/13/2017 BIDS@cscpbc.org Subject: IFB BIDS ARRIVING AFTER 2:00 PM ON 04/13/2017 WILL NOT BE ACCEPTED
11 P a g e 11 COVER PAGE Submit this IFB response to: BIDS@cscpbc.org Subject: IFB # IFB Title: #: NAME OF FIRM, ENTITY, ORGANIZATION: NAME OF CONTACT PERSON: TITLE: PHONE NUMBER: FAX NUMBER: MAILING ADDRESS: CITY: STATE: ZIP CODE: HEADQUARTERS ADDRESS (If different than mailing address): FEDERAL EMPLOYER IDENTIFICATION NUMBER (EIN): STATE OF FLORIDA BUSINESS LICENSE NUMBER (If Applicable): ORGANIZATION STRUCTURE (Please check one): Corporation LLC Partnership Proprietorship Joint Venture Other If Corporation or LLC, please provide the following: (A) Date of incorporation/formation (B) State or Country of incorporation/formation: I agree to abide by all terms and conditions of this IFB and certify that I am authorized to sign this Bid and that this Bid is in compliance with all requirements of the Invitation for Bids, including but not limited to, certification requirements. REQUIRED SIGNATURE Authorized Signature (Manual) (Authorized Signature (Print or Type) Title (Print or Type) COMPLETE & PRINT FORMS; SIGN THE COVER PAGE; SCAN INTO PDF FORMAT AND TO CSC BY DEADLINE
12 P a g e 12 QUESTIONNAIRE The following Questionnaire shall be completed and submitted with the Invitation for Bids. Bidder guarantees the truth and accuracy of all statements and answers herein contained. 1. How many years have you/your organization/company been in business? 2. What is the last assignment of this nature that you have completed? 3. Have you ever failed to complete work awarded to you or had a contract terminated for your breach of the contract? NO YES If so, where and why? 4. Provide details of your packaging and shipment process to ensure timely delivery to each site listed in Attachment A.
13 P a g e 13 REFERENCES List three clients, current or past that can serve as a reference on the development of similar work performed by the Bidder in the past five years. For each reference, please specify: a. Name, address, telephone number b. Assignment start date and duration c. Scope of assignment Reference #1: Reference #2: Reference #3:
14 P a g e 14 FEE SCHEDULE PURPOSE: The purpose and intent of this IFB is to secure a fixed and firm fee and establish a termcontract for services. CSC intends to award a contract to the lowest, responsive, responsible, Bidder in response to this IFB, taking into consideration experience, training, certification, staffing, equipment, materials, references, and past performance. In the case of disputes in the award of a contract, the decision by CSC shall be final and binding. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: If the Bidder is awarded a contract under this solicitation, the prices quoted by the Bidder shall remain fixed and firm during the initial term of the contract. IFB may be for a one-time purchase. WORK AUTHORIZATION: Contract will be authorized by the CSC Chief Executive Officer or designee. No work shall commence without written authorization. INVOICES AND PAYMENT: Detailed reports will be required with submittal of invoices. Payment will be made within 15 days of receipt of invoice. No down or partial payments will be made. INVOICES AND PAYMENT: Detailed invoices will be required. Payments will be made within 30 days of receipt of invoice(s) as follows: 35% down payment upon execution of contract 65% upon acceptance of delivered shirts Submit Bid Worksheet see Attachment B; download form at Reference file name: IFB # Bid Worksheet.
15 P a g e 15 CONFLICT OF INTEREST DISCLOSURE FORM The Bidder certifies that this price is made independently and free from collusion. Bidder shall disclose below, to the best of its knowledge, any CSC Council member, employee, or any spouse, son, daughter, stepson, stepdaughter, or parent of any such officer or employee, who is an officer or director of, or has a material interest in, the Bidder s business. For purposes hereof, a person has a material interest if he or she directly or indirectly owns more than five percent (5%) of the total assets or capital stock of any business entity, or if he or she otherwise stands to personally gain if the contract is awarded to this vendor. Failure of a vendor to disclose any relationship described herein shall be reason for debarment. LIST NAME(S) AND RELATIONSHIP(S) IF APPLICABLE NAME RELATIONSHIPS (Print Name) (Print Name) REQUIRED SIGNATURE (Bidder s Signature) (Date)
16 P a g e 16 BIDDER S STATEMENT OF PRINCIPAL PLACE OF BUSINESS To be completed by each Bidder Name of Bidder: Identify state in which Bidder has its principal place of business: If your principal place of business is the state of Florida, you do not need to proceed any further on this form. If outside of Florida, identify political subdivision (county or municipality) in which Bidder has its principal place of business: A Bidder s principal place of business is determined as follows: 1. If the Bidder is an individual or a sole proprietorship, then its principal place of business is in the state where the Bidder s primary residence is located. 2. If the Bidder is a business organization, then its principal place of business is in the state where the majority of the Bidder s executive officers direct the management of the Bidder s business affairs (known as the nerve center test). If CSC determines that a Bidder has misrepresented its principal place of business, the Bidder s bid, bid or reply shall be rejected. NOTE: Florida Statute Section (2) states that A vendor whose principal place of business is outside of this state must accompany any written bid, bid or reply documents with a written opinion of attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none granted by the law of that state, or political subdivision, to its own business entities whose principal places of business are in that foreign state in the letting of any or all public contracts. LEGAL OPNION REGARDING STATE BIDDING PREFERENCES (To be completed by the Attorney for an Out of State Vendor, please select one) The Bidder s principal place of business is in the State of and it is my legal opinion that the laws of that state do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that state. The Bidder s principal place of business is in the State of and it is my legal opinion that the laws of that state grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that state. (Please describe applicable preference(s) and identify applicable state laws):
17 P a g e 17 LEGAL OPINION REGARDNG POLITICAL SUBDIVISION BIDDING REFERENCES (To be completed by the Attorney for an Out of State Vendor, please select one) The Bidder s principal place of business is in the political subdivision of and it is my legal opinion that the laws of that political subdivision do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that state. The Bidder s principal place of business is in the political subdivision of and it is my legal opinion that the laws of that political subdivision grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that state. (Please describe applicable preference(s) and identify applicable state laws): Signature of out of state Bidder s attorney Printed name of out of state Bidder s attorney Address of out of state Bidder s attorney: Telephone number of out of state Bidder s attorney: of out of state Bidder s attorney: Attorney s state(s) of bar admission:
Request for Qualifications
1 P a g e Request for Qualifications Evaluation Services RFQ #: 14-003 Deadline for Responses: 2 PM April 7, 2014 2300 High Ridge Road Boynton Beach, FL 33426 (561) 740-7000 www.cscpbc.org 2 P a g e Table
More informationInvitation 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 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 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 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 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 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 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 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 informationREQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017
REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 23, 2018 UPDATE: JANUARY 29, 2017 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD
More informationREQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY
REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &
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 informationCONSTRUCTION MANAGEMENT SERVICES
DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS () SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. REQUEST
More 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 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 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 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 informationINVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.
INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL
More informationThe Home Depot U.S.A., Inc. Instructions to Bidders
The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding
More informationCOMPETITIVE BID FOR 19-HRPPS/MB
COMPETITIVE BID FOR HR/PAYROLL SYSTEM WITH PAYROLL PROCESSING SERVICES 19-HRPPS/MB October 30, 2018 HEALTH CARE DISTRICT OF PALM BEACH COUNTY 1515 N. FLAGLER DRIVE, SUITE 101 PALM SPRINGS, FL 33401 1-1
More 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 informationINVITATION FOR BID BID #1037 Parka and Softshell Coats
IFB: Bid #1037 Parka and Softshell Coats INVITATION FOR BID BID #1037 Parka and Softshell Coats ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,
More informationINVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14
INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14 CADDO PARISH SCHOOL BOARD Scott Sullivan, Chief Buyer PO BOX 32000 1961 MIDWAY STREET PH: 318-603-6477 SHREVEPORT, LA 71130-2000 ssullivan@caddo.k12.la.us
More informationADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018
Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu
More 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 informationInvitation 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 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 informationINVITATION FOR BID BID #1005 UNIFORM SHIRTS AND HATS
INVITATION FOR BID BID #1005 UNIFORM SHIRTS AND HATS ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT:
More informationREQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM
REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Inventory Management
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 QUOTE (RFQ) Track and Field Jump Pits
REQUEST FOR QUOTE (RFQ) 19-011 Track and Field Jump Pits 11/6/18 To all Proposers: The Hall County School District (hereinafter alternately "HCSD") Purchasing Department would like for you to supply us
More informationQuad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES
Quad Cities Chamber of Commerce Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Project Manager: Leslie Anderson, Vice President Finance landerson@quadcitieschamber.com 1601 River Dr., Suite
More informationOctober 25, 2018 RFP # REQUEST FOR PROPOSAL
JEFFERSON COUNTY DEPARTMENT OF HEALTH 401 14 th Street South, Birmingham, AL 35233 (205) 930-1961/Fax (205) 930-1060 Hazel Collins Purchasing Agent October 25, 2018 RFP #19-10-03 REQUEST FOR PROPOSAL Sealed
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 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 informationCity of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station
City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station The City of Santaquin (the City ) hereby requests competitive proposals from qualified consultants
More informationCONSTRUCTION MANAGEMENT SERVICES
DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. 3 A.
More informationRequest for Proposal For: 2018 American Bar Association Temporary Services
Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet
More informationINVITATION FOR BID Medical Supplies 2016
INVITATION FOR BID Medical Supplies 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Medical Supplies 2016 FOR
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 informationREQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas
REQUEST FOR QUOTES (RFQ) for Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas Description Personnel Services for Subsidized Employment for Workforce Customers Arbor E & T,
More informationAMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS ( IFB )
AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS ( IFB ) PURCHASE AND DELIVERY OF TRANSMISSION AND DISTRIBUTION ( T&D ) ANNUAL INVENTORY SUPPLIES ORDER March 23, 2012 IFB NO. FY12.1084.WHSE-TD
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 informationTEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. * PRINTING CERTIFICATE OF TITLE ENVELOPE PUBLICATION This specification is a product of the Texas Department of Transportation
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES
More informationNOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015
NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT Revised February 11, 2015 For Projects to be bid from February 12, 2015 to February 11, 2016 Alisal
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 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 informationREQUEST 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 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 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 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 informationREQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for ELECTRICAL MATERIAL RFP POLES FOR BALLPARK LIGHTING
REQUEST FOR SEALED PROPOSAL ADVERTISEMENT for ELECTRICAL MATERIAL RFP POLES FOR BALLPARK LIGHTING - 061218 The City of College Park is accepting sealed proposals from qualified vendors for POLES FOR BALLPARK
More informationREQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018
Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:
More informationNEW JERSEY GOVERNMENT RECORDS COUNCIL
REQUEST FOR QUALIFICATIONS FOR SPECIAL COUNSEL FOR NEW JERSEY GOVERNMENT RECORDS COUNCIL Date Issued: June 4, 2012 Question & Answer Cut-off Date: June 18, 2012 Proposals Due: July 2, 2012 KARYN GORDON,
More informationREQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07
REQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07 Illinois Valley Community College District No. 513 (the College) is accepting sealed bids for multi-purpose paper,
More informationMAHASKA COUNTY, IOWA PUBLIC SAFETY RADIO SYSTEM ANALYSIS PROPOSAL
MAHASKA COUNTY, IOWA REQUEST FOR PROPOSALS PUBLIC SAFETY RADIO SYSTEM ANALYSIS PROPOSAL THE MAHASKA COUNTY BOARD OF SUPERVISORS & THE MAHASKA COUNTY EMERGENCY MANAGEMENT AGENCY Contact: Jamey A Robinson
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 information700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION
700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single
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 informationFENCING AND FENCE REPAIR
INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions
More 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 informationREQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.
COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District
More informationMANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR, 2018 I. BACKGROUND AND OVERVIEW
PROSPECTIVE MEP SUBCONTRACTORS FOR LEASE-LEASEBACK PROJECTS, 2018 I. BACKGROUND AND OVERVIEW Pursuant to Education Code section 17406 and Public Contract Code section 20111.6, all prospective first tier,
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 informationREQUEST FOR QUALIFICATIONS
NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the
More informationAttic 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 informationREQUEST FOR QUOTATIONS Crushed Gravel
REQUEST FOR QUOTATIONS 2018-06 Crushed Gravel The City of Dawson Creek requests quotations for the supply and delivery of approximately 2000 tonnes of ¾ crushed gravel (1000 tonnes per year for two years)
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 informationLower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.
The Lower Rio Grande Valley Development Council (LRGVDC) Invitation to Bid (ITB): Online Training System for the 9-1-1 Department Quotes Due Not Later than: Issuing Office: Monday, April 18 th, 2016 at
More informationREQUEST 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 informationREQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014
REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org
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 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 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 informationPRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD
PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES CONTRACT NO: AWSB/HQ/PQ/09/2015-2017 MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX 45283-00100
More informationRequest 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 informationRequest for Quotes for Recycling Fluorescent Lamps
Request for Quotes for Recycling Fluorescent Lamps 4-foot & 8-foot Prepaid Shipping Boxes Responses Due: Monday, January 7, 2019 at 2:00 p.m. The Onondaga County Resource Recovery Agency (OCRRA) requests
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 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 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 informationRequest for Quotes for Recycling Fluorescent Lamps
Request for Quotes for Recycling Fluorescent Lamps 4-foot & 8-foot Prepaid Shipping Boxes Responses Due: Thursday, December 29, 2016 at 2:00 p.m. The Onondaga County Resource Recovery Agency (OCRRA) requests
More informationREQUEST FOR PROPOSAL FOR DEVELOPMENT OF CITY-OWNED PROPERTY WITHIN THE BAYBORO HARBOR COMMUNITY REDEVELOPMENT AREA
REQUEST FOR PROPOSAL FOR DEVELOPMENT OF CITY-OWNED PROPERTY WITHIN THE BAYBORO HARBOR COMMUNITY REDEVELOPMENT AREA Issue Date APRIL 20, 2014 Due Date 1:00 P.M. Local Time MAY 20, 2014 v3 RFP 4th at 11th
More informationREQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819
REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819 Objective: Pleasant Hill Recreation & Park District (District) is seeking competitive sealed bids for the supply and delivery of
More informationUnderstanding Public Bid Law La. R.S. 38:
Understanding Public Bid Law La. R.S. 38:2211-2293 E R I N D A Y, A S S I S T A N T A T T O R N E Y G E N E R A L L O U I S I A N A D E P A R T M E N T O F J U S T I C E Application All Political Subdivisions
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 informationRequest for Proposal Internet Access Columbus Urban League
Request for Proposal Internet Access Columbus Urban League 1 REQUEST FOR PROPOSAL Internet Access Columbus Urban League The Columbus Urban League invites vendors to submit proposals in accordance with
More informationCALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS
CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS For the construction of the CCNB Broken Back Rehabilitation, Phase 3 located at 8 sites in the City of Simi Valley in the
More informationCITY OF HOPKINSVILLE
CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241 TITLE: HOPKINSVILLE CHRISTIAN COUNTY EMERGENCY COMMUNICATIONS CENTER (ECC)
More informationDESCRIPTION. BID Gasoline and Diesel Fuels
REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Company: Address: Date:
More informationHOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)
HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018
More informationMASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK
MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK DATE ISSUED: January 10, 2018 DEADLINE FOR WRITTEN
More informationLOS 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 informationCHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI
PRE-QUALIFICATION DOCUMENT FOR PROVISION OF CREATIVE DESIGN, LAYOUT AND PRINTING OF MAGAZINES, CALENDARS, PROMOTIONAL MATERIALS, BROCHURES, NOTEBOOKS AND DIARIES CONTRACT NO: AWSB/HQ/PQ/18/2015-2017 MAY
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 informationINVITATION FOR BID (IFB)
State of Colorado Department of Transportation (CDOT) INVITATION FOR BID (IFB) ISSUE DATE: January 24, 2013 NUMBER: IFB BID SUBMISSION DDLINE DATE: February 7, 2013 TIME: 1:30 P.M. RETURN ALL SUBMISSIONS
More information