ADDENDUM No. 1. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Procurement Section 3800 Commonwealth Boulevard, MS#93 Tallahassee, Florida

Size: px
Start display at page:

Download "ADDENDUM No. 1. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Procurement Section 3800 Commonwealth Boulevard, MS#93 Tallahassee, Florida"

Transcription

1 ADDENDUM No. 1 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Procurement Section 3800 Commonwealth Boulevard, MS#93 Tallahassee, Florida April 11, 2016 Addendum To: DEP Solicitation No C, entitled Innovative Technologies For Petroleum Cleanup - Raceway 854 The Department hereby answers questions posed by prospective Respondents. Unless expressly indicated, these answers do not amend the terms of the solicitation. This addendum does not need to be returned with the proposal. The Department hereby answers the following questions: 1. The latest report states that the groundwater plume is not fully delineated and that there are numerous source areas in the vicinity of the site that may be contributing to the existing plume. Will the DEP consider additional assessment prior to contract negotiation? Answer #1: At this time, FDEP will not be considering additional assessment prior to contract assignment. The Level 2 Remedial Action Plan (LRAP) prepared May 29, 2013 indicates that the groundwater impact extending to 70 feet below grade was reported, and the Floridan contamination was not fully defined as there are numerous source areas in the vicinity of the site that MAY be contributing to this deep groundwater plume. In addition, with this Addendum 1 to FDEP Solicitation No C ( Addendum ) the FDEP is changing Key Monitoring Well, DW-1 from Attachment A, Milestone Summary Form and within the Solicitation as a Key Well, but will be sampled during the baseline event. 2. The most recent groundwater data was collected in June 2015 and the most recent soil data was collected in May The existing concentrations will not be known until the baseline event is conducted after the award of the project, per the RFP. Any significant changes in the existing concentrations will affect the technology to be applied as well as the total remediation cost. Will the FDEP provide updated soil and groundwater data? Answer #2: FDEP will not be providing updated soil and groundwater data. However, due to the concerns of the older soil data from 2010, with this Addendum the FDEP is changing the RFP Section 3.04., Clean-up Target Levels. With this Addendum the FDEP is changing the references all media to groundwater. With this Addendum the FDEP is removing Key Monitoring Well, DW-1 from Attachment A, Milestone Summary Form and within the Solicitation as a Key Well, but will be sampled during the baseline event. 3. If updated soil and groundwater data is not provided until the baseline sampling event and after the award of the contract, could the contract price be renegotiated so that the remediation costs are consistent with current data? Answer #3: The contract price cannot be negotiated after it has been awarded. Contingencies should be taken into account when bidding on this project. However, change orders may be submitted to the Department and may be approved at the Department s discretion. If the conditions of the site change significantly due to the baseline sampling, the Department reserves the right to terminate the contract. If the contract is terminated, the Contractor will be compensated for Milestone 1 (baseline sampling). Refer to Section 4.03., Section and Section of the Solicitation. 4. If updated soil and groundwater data is not provided, there is a possibility that the baseline data may indicate that the innovative technology identified in the bid is no longer an appropriate approach. Would the FDEP allow for the contract price and proposed remediation technology to be renegotiated? Answer #4: At FDEP s discretion, it may allow mutually acceptable changes in some cases (Section 4.03). If updated data completely changes the scope and technology, the project may be terminated for convenience. Please refer to Section of the Solicitation. Addendum No. 1 Page 1 of 9

2 5. Page 27 of the solicitation states that the Department reserves the right to request additional wells and soil borings to confirm cleanup at no cost to the Department. Is there a limitation to the amount of assessment that would be requested at the contractor s expense? Since the plume is not horizontally or vertically delineated, could the Department request the completed assessment as part of this contract? Answer #5: With this Addendum the FDEP is revising the second paragraph (unnumbered) in Section 3.09., Milestone 7 The Department, at its own cost and discretion, reserves the right to perform additional wells and soil borings to confirm the cleanup of the site. The Department must notify the Contractor within fourteen (14) days of receipt of documentation from the Contractor that cleanup levels have been maintained for the preceding 12 months -- whether any verification borings or wells will be installed. The Department must then conclude any such verification sampling within three (3) months of such notice. Upon conclusion that cleanup levels have been reached, the payment of 10% of the total amount is payable for this Milestone. 6. If complete assessment is required and additional contamination above NADCs is discovered, how would that impact the negotiated contract and milestones? Answer #6: Complete assessment is not in the scope of this agreement. Minor changes will be handled by mutually acceptable change orders (Section 4.03.). Major changes may result in termination (Section 5.22.). 7. Will there be a way to stop the timeline clock for unforeseen circumstances (RAP approval, onsite/offsite accessibility, vendor backlog, etc). Answer #7: No, unless there are excusable delays. See Section 6.0. and Section Will we be able to drill inside the garage? Are there any time/date restrictions? Answer #8: Currently there are two wells located inside of the garage. Drilling in the garage will be considered pending a review of the remediation strategy and real property owner input. Work can be conducted during regular business hours Monday - Friday 8:00 am 5:30 pm. Work performed beyond regular business hours will need to be reviewed with the real property owner input. 9. The current timeline of events gives an estimated 8 business days to put our proposal together after questions are answered, would the DEP consider extending the bid due date to allow sufficient time for development of the technical plan and required components of this submittal. Answer #9: Due to portions of the Solicitation being amended, the SEALED BIDS DUE AND OPENED date is extended to Thursday, April 28, 2016, 3:00 PM ET. 10. Section 1.03 The site is a very active automobile repair facility and a service bay with a hydraulic lift has been built on top of the most contaminated area. Respondents are prohibited from contacting the real property owner or any party responsible for site rehabilitation for this site. Respondents who fail to follow these instructions will be deemed nonresponsive or will be disqualified. The site access agreement provides that the Contractor may enter the property during normal business hours or as otherwise arranged with the owner. A June 20, from Dan Litteral (Jim Stidham & Associates) to Jack Roberts (FDEP) states that the owner was told that whatever contractor ended up working on the site would work with him in any way possible. Since respondents are prohibited from contacting the owner and operator, has the Department confirmed with both entities that access during normal business hours will be allowed without exception? Has the Department made any other agreements regarding site access given that a significant disruption of business activities from the remediation is likely? How would failure of the contractor to reach milestones because the operator refused access be addressed under this contract? Answer #10: The real property owner signed a standard access agreement on 1/14/2015. This agreement is in the file attached to a 12/31/2014 letter. Work can be conducted during regular business hours Monday - Friday 8:00 am 5:30 pm. Work performed beyond regular business hours will need to be reviewed with input from the real property owner. Addendum No. 1 Page 2 of 9

3 11. Section 3.04 This specification calls for, all media has reached Natural Attenuation Monitoring (NAM) parameters per , Florida Administrative Code (F.A.C.). The only reported soil data was collected in 2010 and Large areas of the site at depths to 24 feet (at or slightly below the water table of a possible perched water bearing zone) exceeded 500 ppm OVA and multiple analytical samples exceeded the Soil Cleanup Target Levels (SCTLs) for leachability, residential exposure, and commercial/industrial exposure. No Synthetic Precipitation Leaching Procedure (SPLP) analyses were performed. Attachment A, Request for Proposal Milestone Summary Form specifies the following target levels: Soil Direct Exposure NAM parameters, Chapter , FAC Soil Leachability - NAM parameters, Chapter , FAC Please provide current soils data, including SPLP data, fully delineating the horizontal and vertical extent of soils to be remediated or remove the requirement for all media to be remediated. Answer #11: All available data is in the FDEP OCULUS site file (Section 3.03.). With this Addendum the FDEP is removing the soil cleanup milestones. Due to the concerns of the older soil data from 2010, with this Addendum the FDEP is revising the RFP Section 3.04., Clean-up Target Levels. The references all media will be changed to groundwater. In addition, with this Addendum the FDEP is removing Key Monitoring Well, DW-1 from Attachment A, Milestone Summary Form and within the Solicitation as a Key Well, but will be sampled during the baseline event. 12. Section 3.06 This section specifies baseline sampling will be conducted in 7 wells. In addition, 5 key monitoring wells and 8 additional perimeter monitoring wells (MW-3, MW-6, MW-7, MW- 10D, MW-13, and MW-14I are not included in the baseline samples) are specified. This section also allows the Department to end the contract if the cleanup target levels have been reached in the baseline sampling. The most recent data provided is from June 2015, which already exceeds the 270 day requirement for current data to prepare a Remedial Action Plan. In addition, not all wells were sampled at that time. Many wells were last sampled in It is also noted in the July 14, 2015 Supplemental Site Assessment Report prepared by Universal Solutions, Inc. that the deep groundwater plume was not fully defined and that numerous other sources in the vicinity may be contributing to the deep contamination. There is only one well (DW-1) on site completed into the Floridan and it is contaminated over NADCs. All of the intermediate depth wells on site are screened approximately 20 to 25 feet higher than DW-1. Please provide current analytical data from all wells on site. Alternatively, include a full round of sampling of all wells associated with the site as the baseline sampling and allow the respondents to end or amend the contract if there is an increase in concentrations, horizontal extent, or vertical extent of contamination in the baseline sampling relative to the analytical data provided in the RFP. Please fully define the horizontal and vertical extent of contamination in the Floridan aquifer and confirm that there are no other sources impacting the deep plume. Alternatively, remove remediation of DW-1 from this contract. Answer #12: With this Addendum the FDEP is removing Key Monitoring Well, DW-1 from Attachment A, Milestone Summary Form and within the Solicitation as a Key Well, but will be sampled during the baseline event. 13. Section , Milestone 7 - The Department reserves the right to request, at the Department s discretion, additional wells and soil borings to confirm the cleanup of the site from the Contractor at no cost to the Department. This requirement is unacceptable in a firm fixed price contract because it places undefined and unlimited liability on the respondent. Please delete. Answer #13: With this Addendum the FDEP is revising the second paragraph (unnumbered) in Section 3.09., Milestone 7 The Department, at its own cost and discretion, reserves the right to perform additional wells and soil borings to confirm the cleanup of the site. The Department must notify the Contractor within fourteen (14) days of receipt of documentation from the Contractor that cleanup levels have been maintained for the preceding 12 months -- whether any verification borings or wells will be installed. The Addendum No. 1 Page 3 of 9

4 Department must then conclude any such verification sampling within three (3) months of such notice. Upon conclusion that cleanup levels have been reached, the payment of 10% of the total amount is payable for this Milestone. 14. Attachment A, Request for Proposal Milestone Summary Form Section 7.00 presents an example of a milestone form including days to completion. Attachment A uses those same number of days. Please confirm that these days are provided as an example only and that the respondent should complete the form with the actual number of proposed days per Section Answer #14: The information included on Attachment A is provided as an example only, the Respondent should complete the form with the actual number of proposed days, not to exceed a maximum total of 60 months. Remainder of Page Intentionally Left Blank Addendum No. 1 Page 4 of 9

5 In accordance with Section 1.05, Addenda, the Department hereby formally amends the below identified sections of the solicitation document. The amendments are as follows: #1. Section Clean-up Target Levels. With this Addendum the FDEP is removing the language regarding all media reaching NADCs. The intent of the Solicitation was to address only groundwater contamination. Amended language is as follows: Clean-up Target Levels. The Petroleum Cleanup Target Levels (CTL) for this site shall be: hydrocarbon concentration of dissolved contaminants in the Key Monitoring Wells have reached Natural Attenuation Default Concentrations (NADCs) per Table V of Chapter and Chapter , Florida Administrative Code (F.A.C.), in effect as of the release date of this Solicitation. (Revised 4/11/16) #2. Section (1). Baseline Data. With this Addendum the FDEP is removing Key Monitoring Well DW-1 as listed Key Monitoring Well, however DW-1 will be sampled during the baseline sampling event. 1. Key Monitoring Wells: Five (5) Key Monitoring wells shall be utilized for measurement of progress in reducing dissolved contaminant levels. They are MW-1, MW-1D, MW-3D, and MW-11I. Their locations are included in Figure 1, Site Map. These key wells are subject to change by mutual written agreement. Any dispute regarding the designation of Key Monitoring Wells must be resolved in writing prior to any payment being made under this agreement. (Revised 4/11/16) #3. Section Milestone Reporting Schedule. With this Addendum the FDEP is removing Key Monitoring Well DW-1. Milestone Reporting Schedule. The Contractor will submit the Cleanup Milestone Workbook for invoicing listed on the Petroleum Restoration Program web page, Procedures & Guidance Documents, Remediation Section, Petroleum Restoration Program Cleanup Milestone Workbook ( ) at The workbook can be used for the milestone calculation for reduction of dissolved contaminants in Key Monitoring Wells MW-1, MW-1D, MW-3D, and MW-11I. The percent reduction in the hydrocarbon concentration of dissolved contaminants for each group will be calculated by the formula below: % Reduction (KWi) = {1-[(Cm1i-Nadc) / (Cb1i-Nadc)]}*100 Where: KWi = key well number i Cmli = milestone measurement concentration of contaminant group in key well i Nadc = target level concentration for contaminant group. This value is calculated by summing the individual Cleanup Target Levels for each contaminant in the group. For example, if the Target Levels are NADCs, then for the MTBE group this value is 200 ug/l, and for the Naphthalene group this value is 140 ug/l. Cbli = baseline concentration of contaminant group in key well i Group 1: benzene Group 2: toluene, ethylbenzene, total xylenes Addendum No. 1 Page 5 of 9

6 Group 3: naphthalene, 1-methylnapthalene, 2-methylnapthlene Group 4: MTBEs Group 5: TRPHs a. Attachment A: Milestone Summary Form. The Milestone Summary form provides information on all significant aspects of the cleanup project. Some explanation follows: A. Fill out lines 4-5 on the Excel Form with the Contractor information and the Contractor Representative. B. Fill out lines 7-8 which include the Innovative Remediation Technology and Secondary Technology (as applicable). C. Fill out line 40 which includes the Total Cost Ceiling Amount and the Utilities Estimate. Utilities will be paid for the Department outside of this agreement, however, the Contractor must provide estimates for utility installation, monthly cost and an estimate of utility costs for the duration of the project. D. Under Column K, line 45-51, fill out the time to complete each milestone in months (not to exceed sixty (60) months or five (5) years. Note that this column is automatically summed at the bottom of the column. E. Check the Actual Cost Per Milestone Column. This has been automatically filled-in based on the Estimated Total Cost and the percent (%) Cost per Milestone. Again, this column is automatically totaled. F. A Contractor Representative must sign and date. The Department will sign and date once the quote is reviewed. (Revised 4/11/16) #4. Section Payment, Milestone 6. With this Addendum the FDEP is modifying the language regarding all media reaching NAM parameters. The intent of the Solicitation was to address only groundwater contamination. Milestone 6: 20% of the total amount (minus the aggregate amount paid in Milestone 1 and 2) will be payable when the hydrocarbon concentration of dissolved contaminants in the Key Monitoring Wells have reached Natural Attenuation Default Concentrations (NADCs). Also, groundwater has reached Natural Attenuation Monitoring (NAM) parameters per This Milestone shall be reached within Months/Milestone Days of the Milestone Summary Form of this Agreement. The groups" of contaminants, as described in Section 3.07 of this Attachment, does not apply to this Cleanup Target Level Milestone. The groups must be separated into individual contaminants at this time, in order to compare their concentrations with the cleanup levels set forth in Chapter , F.A.C., as referenced by Chapter , F.A.C. (Revised 4/11/16) #5. Section Payment, Milestone 7. With this Addendum the FDEP is modifying the language to reflect that the cost of the confirmatory samples will be absorbed by the Department not the Contractor. Milestone 7: 10% of the total amount (minus the aggregate amount paid in Milestone 1 and 2) will be payable when the Natural Attenuation Default Concentrations (NADCs) specified in , F.A.C. and , F.A.C. for all petroleum products' chemicals of concern and underground injection control (UIC) parameters in all in all wells specified have been maintained for the 12-month post active remediation monitoring period. If the levels are not maintained for 12 months, the procedures described in Chapter , F.A.C., shall be followed. This Milestone shall be reached within Months/Milestone Days of the Milestone Summary Form of this Agreement. The Department, at its own cost and discretion, reserves the right to perform additional wells and soil borings to confirm the cleanup of the site. The Department must notify the Contractor within fourteen (14) days of receipt of documentation from the Contractor that cleanup levels have been Addendum No. 1 Page 6 of 9

7 maintained for the preceding 12 months -- whether any verification borings or wells will be installed. The Department must then conclude any such verification sampling within three (3) months of such notice. Upon conclusion that cleanup levels have been reached, the payment of 10% of the total amount is payable for this Milestone. (Revised 4/11/16) #6. Section Termination for Cause With this Addendum this section is hereby replaced with the following: Termination for Cause. The Buyer may terminate the Contract if the Respondent fails to (1) deliver the product within the time specified in the contract or any extension; (2) maintain adequate progress, thus endangering performance of the contract; (3) honor any term of the contract; or (4) abide by any statutory, regulatory or licensing requirement. In addition, the Buyer may terminate the contract if it discovers or determines that response to the solicitation, which led to award of the contract to Respondent. The Contractor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the Contract, if any. The Contractor shall not be entitled to recover any cancellation charges or lost profits. (Revised 4/11/16) #7. Section 7.00 EVALUATION CRITERIA, Best Value Weights To Be Used - With this Addendum the FDEP is modifying the language addresses all contaminated media and is replaced with addresses groundwater contamination. The intent of the Solicitation was to address only groundwater contamination. Best Value Weights To Be Used: Key Parameter Percentage Comment Total Cost 30 Total Cost will be ranked against other total costs. Time to Complete 20 Total number of months to complete remediation to closure will be ranked using a range of Time to Complete (in months) not to exceed sixty (60) months or five (5) years. See point allocation below. Proposal/Technologies 40 Theoretical and practical understanding of the remediation strategy and site specific conditions, addresses groundwater contamination and submit a minimum of one case study. Past Performance 10 Firms past performance as described in Evaluation of Past Performance, Section (Revised 4/11/16) #8. Section Evaluation Criteria, Notes #1 - With this Addendum the FDEP is removing the language addresses all contaminated media and has been replaced with addresses groundwater contamination. The intent of the Solicitation was to address only groundwater contamination. Notes: 1. PROPOSAL/TECHNOLOGY APPROACH - Up to 40 percent will be awarded based upon the Respondent s proposed theoretical and practical understanding of the restoration strategy and site specific conditions, demonstrates a restoration approach to address groundwater contamination, including calculations and estimates and submit a minimum of one petroleum remediation related Innovative Technology case study with supporting documentation. For the purposes of this solicitation, a case study is a record of research or field implementation in which detailed consideration is given to the development of a particular innovative technology and a demonstration of its effectiveness. Addendum No. 1 Page 7 of 9

8 Evaluation points awarded for these components will be based on the following point structure unless otherwise specified: Score 0 = This element of the evaluation criteria was not addressed. 1 = This element of the evaluation criteria is unsatisfactory. 2 = This element of the evaluation criteria is average. 3 = This element of the evaluation criteria is above average. 4 = This element of the evaluation criteria is superior. (Revised 4/11/16) 9) Section 1.07, Tab G, with this Addendum the FDEP amends the Attachment A, Milestone Summary Form to remove the Target Levels for Soil Direct Exposure, Soil Leachability and remove DW-1 from the Key Well Sampling, Key Wells (list). To obtain the Excel version of the revised Attachment A, Milestone Summary Form please contact the Procurement Officer via at: Fran.Spivey@dep.state.fl.us (Revised 4/11/16) Remainder of Page Intentionally Left Blank Addendum No. 1 Page 8 of 9

9 In accordance with Section 1.05, Addenda, the Department hereby formally amends the Solicitation s Schedule of Events to the following date changes identified in red: Schedule of Events DATES EVENTS METHOD Monday, March 21, 2016 Thursday, March 24, 2016 from 11:00 AM till 2:00 PM ET Thursday, March 31, 2016 by 5:00 PM ET On or about, Monday, April 11, 2016 MUST BE RECEIVED NO LATER THAN: Thursday, April 21, 2016, 3:00 PM ET Thursday, April 28, 2016, 3:00 PM ET (revised as of 4/11/2016) On or about, Monday, May 16, 2016 Monday, May 23, 2016 (revised as of 4/11/2016) Bid Advertised Non-Mandatory Pre-Proposal Site Visit Questions Submitted in Writing Answers to Questions Posted SEALED BIDS DUE AND OPENED Anticipated Posting of Recommended Award Vendor Bid System A Non-Mandatory Pre-proposal site visit will be held at Raceway #854 Facility located at 1431 S. Adams St., Leon County, Tallahassee Florida. Procurement Contact: Florida Department of Environmental Protection Fran Spivey, Purchasing Officer Procurement Section, Room 215R 3800 Commonwealth Blvd, MS93 Tallahassee, FL Fax: (850) Fran.Spivey@dep.state.fl.us Vendor Bid System Submit to: Florida Department of Environmental Protection Fran Spivey, Procurement Officer Procurement Section, Room Commonwealth Blvd, MS93 Tallahassee, FL SOLICITATION NUMBER MUST BE ON ENVELOPE Vendor Bid System Remainder of Page Intentionally Left Blank Addendum No. 1 Page 9 of 9

ADDENDUM No. 1. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Procurement Section 3800 Commonwealth Boulevard, MS#93 Tallahassee, Florida

ADDENDUM No. 1. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Procurement Section 3800 Commonwealth Boulevard, MS#93 Tallahassee, Florida ADDENDUM No. 1 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Procurement Section 3800 Commonwealth Boulevard, MS#93 Tallahassee, Florida 32399-3000 December 22, 2015 Addendum To: DEP Solicitation No.

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

Petroleum Restoration Program. Pathway To Closure. March 30, 2017

Petroleum Restoration Program. Pathway To Closure. March 30, 2017 Petroleum Restoration Program Pathway To Closure March 30, 2017 Pathway Map Communication with Owner The Basics of Closures Chapter 62-780.680, F.A.C., RMO-I, RMO II and RMO-III Closure Criteria LSSI NFA

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: May 3, 2016 RE: RFP #: RFP-DOT-15/16-7009RM RFP TITLE: District-Wide Contamination Assessment, Remediation and Environmental Support Services OPENING

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

Request for Quote (RFQ) For. Brown County

Request for Quote (RFQ) For. Brown County Request for Quote (RFQ) For Brown County Fiber Optic Cable Material, Brown County Project #2148A FIBER OPTIC CABLE MATERIAL PROJECT 2148A Published Date: May 4, 2017 Response Deadline: May 10, 2017 3:00

More information

Conditional Closure Training

Conditional Closure Training Petroleum Restoration Program Conditional Closure Training November 28, 2016 Agenda Introduction The Basics of Closures Chapter 62-780, F.A.C. RMO-1 through RMO-3 Closure Criteria LSSI NFA Special Considerations

More information

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8 Page 1 of 8 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 3:00 PM, EDT, FRIDAY, FEBRUARY 23, 2018 Board of County Road Commissioners of the County of Manistee, 8946 Chippewa Highway, Bear Lake, Michigan

More information

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

More information

O AHU ENERGY STORAGE SYSTEM REQUEST FOR PROPOSALS RFP NO

O AHU ENERGY STORAGE SYSTEM REQUEST FOR PROPOSALS RFP NO O AHU ENERGY STORAGE SYSTEM REQUEST FOR PROPOSALS RFP NO. 072114-01 REQUEST FOR PROPOSALS Hawaiian Electric Company, Inc. ( Hawaiian Electric ) hereby requests a proposal for a firm lump- sum price proposal

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER

More information

A Guide for Doing Business with the Purchasing Services Office of Valdosta State University

A Guide for Doing Business with the Purchasing Services Office of Valdosta State University A Guide for Doing Business with the Purchasing Services Office of Valdosta State University The information below gives you assistance on providing goods and services to Valdosta State University (VSU).

More information

{This version of UIC Notice memo is for use by staff of the BPSS and District offices}

{This version of UIC Notice memo is for use by staff of the BPSS and District offices} Memorandum Florida Department of Environmental Protection {This version of UIC Notice memo is for use by staff of the BPSS and District offices} TO: FROM: DATE: SUBJECT: Cathy McCarty, P.G. Florida Department

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

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE Proposals Solicited by: City of Nanticoke 15 East Ridge Street Nanticoke, PA 18634 C:\Users\jim\Desktop\Nanticoke City\07222013professionalengservices\Engineer

More information

ACCOUNTING SYSTEM/PROMPT PAYMENT

ACCOUNTING SYSTEM/PROMPT PAYMENT ACCOUNTING SYSTEM/PROMPT PAYMENT FILE: DIA TITLE: Timely Settlement of District Liabilities POLICY: Each principal or other person in charge of district funds used for external procurement of goods or

More information

SECTION BID FORM

SECTION 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 information

Chapter 6. Competitive Sealed Bidding: Elements of an Invitation for Bids

Chapter 6. Competitive Sealed Bidding: Elements of an Invitation for Bids Chapter 6. Competitive Sealed Bidding: Elements of an Invitation for Bids Summary This chapter identifies the minimum elements of an invitation for bids when procuring goods or services using the competitive

More information

October 25, 2018 RFP # REQUEST FOR PROPOSAL

October 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 information

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

HORRY COUNTY SOLID WASTE AUTHORITY, INC. HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting sealed proposals for the repair of the concrete tipping floor at the Material Recycling Center (MRF)

More information

Florida Department of Transportation 1109 South Marion Avenue Lake City, Florida

Florida Department of Transportation 1109 South Marion Avenue Lake City, Florida RICK SCOTT GOVERNOR March 29, 2017 Florida Department of Transportation 1109 South Marion Avenue Lake City, Florida 32025-5874 RACHEL D. CONE INTERIM SECRETARY RE: RFP-DOT-16/17-2378-DS Environmental and

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

Request for Qualifications Statements

Request for Qualifications Statements Request for Qualifications Statements BND WATER DISTRIBUTION AND WASTEWATER TREATMENT ENGINEERING STATEMENTS ENGINEERING DESIGN SERVICES FOR BND WATER DISTRIBUTION AND WASTEWATER TREATMENT The Brownsville

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

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

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

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

REQUEST FOR QUOTATION (RFQ # ) FOUR PART FORM ITD 0502 Application For Report Of Sale And Application For Certificate Of Title

REQUEST FOR QUOTATION (RFQ # ) FOUR PART FORM ITD 0502 Application For Report Of Sale And Application For Certificate Of Title REQUEST FOR QUOTATION () FOUR PART FORM ITD 0502 The (ITD) is seeking quotes from printing companies to provide 70,000 copies of an ITD four part form per the specifications herein. 1. Timeline Questions

More information

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

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

More information

Request for Proposal (RFP) Medical and Dental Supplies RFP No MD-S ADDENDUM NO. 1. July 12, 2016

Request for Proposal (RFP) Medical and Dental Supplies RFP No MD-S ADDENDUM NO. 1. July 12, 2016 Request for Proposal (RFP) ADDENDUM NO. 1 July 12, 2016 Contained herein are the answers to the questions submitted to the Department of Management Services (Department). The Department hereby amends as

More information

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

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

More information

Request for Quote (RFQ) For. Brown County

Request for Quote (RFQ) For. Brown County Request for Quote (RFQ) For Brown County Microfilm Reader for Library, Brown County Project #2213 MICROFILM READER FOR LIBRARY PROJECT 2213 Published Date: February 21, 2018 Response Deadline: March 7,

More information

MARYLAND STADIUM AUTHORITY

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

More information

Review of FMMIS and DSS Assessment Project Procurement Divisions of Operations and Medicaid

Review of FMMIS and DSS Assessment Project Procurement Divisions of Operations and Medicaid Report No. 13-08 February 2013 Office of the Inspector General Bureau of Internal Audit Review of FMMIS and DSS Assessment Project Procurement Divisions of Operations and Medicaid Executive Summary At

More information

Document B105. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project

Document B105. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project TM Document B105 2007 Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project I INVITATION TO BID Water Distribution Department The Water Distribution Department is accepting sealed bids for a until 2:45 p.m. (our clock) on March 8, 2018 at City Hall located at 110 Main Street,

More information

REQUEST FOR PROPOSALS. Construction Manager CM Services Pre-Construction and Construction Services

REQUEST FOR PROPOSALS. Construction Manager CM Services Pre-Construction and Construction Services REQUEST FOR PROPOSALS Construction Manager CM Services Pre-Construction and Construction Services Big Sky Fire Department Station 1 Project Big Sky Fire District OWNER Big Sky, Montana November 2016 Request

More information

Request for Quotes (RFQ) HR Hotline and Workshops

Request for Quotes (RFQ) HR Hotline and Workshops Date: Thursday, June 08, 2017 Subject: Request for Quotes (RFQ) HR Hotline and Workshops The San Diego Workforce Partnership (SDWP) seeks a contractor to provide and maintain an HR hotline for San Diego

More information

REQUEST FOR QUOTE RF44-Throwbot XT

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

More information

Central Virginia Waste Management Authority Invitation to Bid

Central Virginia Waste Management Authority Invitation to Bid Central Virginia Waste Management Authority Invitation to Bid Sale of Recycled Mixed Paper and Old Corrugated Containers CVWMA Bid 14-62 Issue Date: May 9th, 2014 Background: The Central Virginia Waste

More information

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR 1 23 Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary REQUEST FOR RESPONSES (RFR) FOR WEB-BASED BID DOCUMENT DISTRIBUTION

More information

DESCRIPTION. BID Gasoline and Diesel Fuels

DESCRIPTION. 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 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

State of West Virginia TABLE OF CONTENTS

State of West Virginia TABLE OF CONTENTS Request for Best and Final Offer for Enterprise Resource Planning (ERP) Software and Services August 5, 2011 TABLE OF CONTENTS SECTION ONE: GENERAL INFORMATION... 1 1.1 Purpose... 1 1.2 Relationship to

More information

BEFORE THE STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FINAL ORDER GRANTING PETITION FOR VARIANCE FROM RULE (3), F.A.C.

BEFORE THE STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FINAL ORDER GRANTING PETITION FOR VARIANCE FROM RULE (3), F.A.C. BEFORE THE STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION In re: Madrid Engineering Group, Inc. Petition for Variance / OGC File No. 00-1785 FINAL ORDER GRANTING PETITION FOR VARIANCE FROM RULE

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

DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO. January 2, 2018 ADDENDUM NO. 1 FOR

DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO. January 2, 2018 ADDENDUM NO. 1 FOR DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO January 2, 2018 ADDENDUM NO. 1 FOR Median and Boulevard Landscape Maintenance and Services North Region This document contains: Specification No. 220844

More information

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

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

More information

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

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

More information

This document also includes proposed permit requirements, including response actions, when excursions occur.

This document also includes proposed permit requirements, including response actions, when excursions occur. Discussion of Zone of Influence, Area of Review, and the Aquifer Exemption Boundary for Class III Injection Wells used for the In-Situ Leaching (ISL) of Uranium Introduction: The purpose of this discussion

More information

City of Jacksonville Finance Department

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

More information

Ruth Heggen. Florida Fish and Wildlife Conservation Commission DATE: APRIL 12, 2018 ADDENDUM NO.: 1 BID NO.: FWC 17/18-117

Ruth Heggen. Florida Fish and Wildlife Conservation Commission DATE: APRIL 12, 2018 ADDENDUM NO.: 1 BID NO.: FWC 17/18-117 DATE: APRIL 12, 2018 Florida Fish and Wildlife Conservation Commission Commissioners Brian Yablonski Chairman Tallahassee Aliese P. Liesa Priddy Vice Chairman Immokalee Ronald M. Bergeron Fort Lauderdale

More information

COMBINED REMEDY CHOSEN FOR THE FDEP INNOVATIVE TECHNOLOGIES PROGRAM

COMBINED REMEDY CHOSEN FOR THE FDEP INNOVATIVE TECHNOLOGIES PROGRAM COMBINED REMEDY CHOSEN FOR THE FDEP INNOVATIVE TECHNOLOGIES PROGRAM CASE STUDY: Large Dilute BTEX Plume Succesfully Treated To Meet Concentration Milestones OVERVIEW A former gas station site in Taylor

More information

School Risk Assessment

School Risk Assessment RSU #14 WINDHAM RAYMOND SCHOOLS AND YARMOUTH SCHOOLS School Risk Assessment RFP # 12-06 Bill Hansen and Judy Paolucci 12/2/2011 RSU #14 Windham Raymond Schools and the Yarmouth School Department are requesting

More information

Missoula County Public Schools Missoula, Montana REQUEST FOR PROPOSALS FOR LARGE COMMERCIAL COPY MACHINES FOR THE MISSOULA COUNTY PUBLIC SCHOOLS

Missoula County Public Schools Missoula, Montana REQUEST FOR PROPOSALS FOR LARGE COMMERCIAL COPY MACHINES FOR THE MISSOULA COUNTY PUBLIC SCHOOLS Missoula County Public Schools Missoula, Montana REQUEST FOR PROPOSALS FOR LARGE COMMERCIAL COPY MACHINES FOR THE MISSOULA COUNTY PUBLIC SCHOOLS PRINT SHOP JULY 2016 REQUEST FOR PROPOSALS FOR PRINT SHOP

More information

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions

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

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Directional Bore RFP

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Directional Bore RFP HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) 2015-008 Directional Bore RFP Submit proposals to: Heber Light & Power, Company Attn: Harold Wilson 31 South 100 West Heber

More information

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

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

More information

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES QUALIFICATION SUBMITTAL DATE: Monday, February 18, 2019 RFQ Number 2019-01 City of McLendon-Chisholm 1371 W. FM 550 McLendon-Chisolm, Texas 75032 972-524-2077

More information

Request for Quote (RFQ) For. Brown County

Request for Quote (RFQ) For. Brown County Request for Quote (RFQ) For Brown County Microfilm Reader for Library, Brown County Project #2213A MICROFILM READER FOR LIBRARY PROJECT 2213A Published Date: June 22, 2018 Response Deadline: July 9, 2018

More information

WUPRPM Regulations and Procedures Effective: November 11, 2005 R. Purchasing and Financial Obligations Revision Date: July 1, 2015.

WUPRPM Regulations and Procedures Effective: November 11, 2005 R. Purchasing and Financial Obligations Revision Date: July 1, 2015. Table of Contents 1. Purpose... 3 2. Definitions... 3 3. Limits and Thresholds... 4 4. Competitive Bidding... 4 5. Request for Quotation/Request for Proposal... 5 6. Bid Information... 5 7. Bid Bonds...

More information

CONSTRUCTION MANAGEMENT SERVICES

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

More information

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE Due Date: August 3, 2017 1.0 Overview The Outagamie County Department of Recycling

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

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST 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 information

25 July Mr. Glenn Griffith Brownfields Coordinator Escambia County Community & Environment Bureau 221 Palafox Place Pensacola, FL 32502

25 July Mr. Glenn Griffith Brownfields Coordinator Escambia County Community & Environment Bureau 221 Palafox Place Pensacola, FL 32502 316 South Baylen Street, Suite 201 Pensacola, Florida 32502 PH 850.477.6547 FAX 850.477.6707 www.geosyntec.com Brownfields Coordinator Escambia County Community & Environment Bureau 221 Palafox Place Pensacola,

More information

ATTACHMENT D SCOPE OF SERVICES

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

More information

January 22, Table of Contents

January 22, Table of Contents January 22, 2014 PROCEDURES SINGLE SELECTION PROCUREMENT OF DESIGN AND CONSTRUCTION MANAGEMENT SERVICES (Section 30 of Chapter 193 of the Acts of 2004) Table of Contents 1.0 Introduction...3 1.1 Purpose

More information

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

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

More information

TOWN OF OCEAN VIEW 201 CENTRAL AVENUE OCEAN VIEW, DE 19970

TOWN OF OCEAN VIEW 201 CENTRAL AVENUE OCEAN VIEW, DE 19970 Request for Proposals Comprehensive Land Use Plan Update Project No. 2019-05 October 12, 2019 Section 1 Section 2 Section 3 Section 4 Section 5 Section 6 Section 7 Table of Contents Purpose Submittal Requirements

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE CLOTHING ADDENDUM 1

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE CLOTHING ADDENDUM 1 SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Angeline C. Peralez Date Issued: July 27, 2012 BID NO.: 12-0403 FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE

More information

Document Delivery and Notary Services Independent Contractor Agreement

Document Delivery and Notary Services Independent Contractor Agreement Document Delivery and Notary Services Independent Contractor Agreement Notaries 24-7 and the undersigned, (hereafter called Notary) hereby enter into this independent contractor agreement whereby notaries

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

REQUEST FOR PROPOSALS Legal Services for the Danville Redevelopment and Housing Authority

REQUEST FOR PROPOSALS Legal Services for the Danville Redevelopment and Housing Authority REQUEST FOR PROPOSALS Legal Services for the Danville Redevelopment and Housing Authority Danville Redevelopment and Housing Authority Gary M. Wasson, CEO/Executive Director & CONTRACTING OFFICER P.O.

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

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.

Lower 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 information

Request for Quote (RFQ) For. Brown County PROJECT 2229

Request for Quote (RFQ) For. Brown County PROJECT 2229 Request for Quote (RFQ) For Brown County FIBER OPTIC MATERIAL FOR BCCAN 2018 EAST SIDE (GBAPSD) PROJECT PROJECT 2229 Published Date: April 12, 2018 Response Deadline: April 23, 2018 3:00 PM CDT To: Brown

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of DPW Facilities

Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of DPW Facilities Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of In accordance with Massachusetts General Laws, Chapter 149, Sec. 44A½, the Town

More information

City of Palo Alto (ID # 4369) City Council Staff Report

City of Palo Alto (ID # 4369) City Council Staff Report City of Palo Alto (ID # 4369) City Council Staff Report Report Type: Consent Calendar Meeting Date: 1/13/2014 Summary Title: Seismic Upgrade Project Amendment #1 w/ URS Title: Approval of Amendment Number

More information

General Policy - Purchasing

General Policy - Purchasing General Policy - Purchasing Policy: All purchases of commodities (supplies, materials, equipment, printing, insurance, and leases of equipment) and services (furnishing of labor and time and effort by

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

SECTION 50 CONTROL OF WORK

SECTION 50 CONTROL OF WORK SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and

More information

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272

CHAPTER 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 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

Eric Pfister Assistant Director, Technology Procurement

Eric Pfister Assistant Director, Technology Procurement DATE: January 26, 2018 TO: FROM: All Prospective Proposers Lauren Jaber Senior Buyer, Technology Procurement 301-985-7415 And Eric Pfister Assistant Director, Technology Procurement 301-985-7095 RE: RFP

More information

BID PHASE GUIDELINES

BID PHASE GUIDELINES Chapter 7 BID PHASE GUIDELINES A. INTRODUCTION 1. The Bid Phase starts once the project has been accepted by the OGS D&C Office of Project Control (OPC) and passed on to the OGS D&C Office of Contract

More information

I. Statewide Application of Wisconsin's Quality Assurance/Quality Control Program for Environmental Data Collection

I. Statewide Application of Wisconsin's Quality Assurance/Quality Control Program for Environmental Data Collection Quality Assurance/Quality Control Program for Environmental Data Collection during Site Remediation for Wisconsin s Ready for Reuse Loan and Grant Program and the US EPA Brownfields Cleanup Grant Former

More information

The Florida Drycleaning Solvent Cleanup Program (DSCP)

The Florida Drycleaning Solvent Cleanup Program (DSCP) The Florida Drycleaning Solvent Cleanup Program (DSCP) Florida Department of Environmental Protection Division of Waste Management Bureau of Waste Cleanup Hazardous Waste Cleanup Section First Program

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

CITY OF PASCO REQUEST FOR PROPOSAL TO PROVIDE SERVICES FOR THE Urban Forestry Plan and Urban Forest Inventory

CITY OF PASCO REQUEST FOR PROPOSAL TO PROVIDE SERVICES FOR THE Urban Forestry Plan and Urban Forest Inventory DEPARTMENT OF Administrative and Community Services 525 N Third Avenue Pasco, WA 99301 Phone 509.543.5757 Fax 509.543.5758 CITY OF PASCO REQUEST FOR PROPOSAL TO PROVIDE SERVICES FOR THE 2018 Urban Forestry

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library I INVITATION TO BID FLOORING MATERIALS The is accepting sealed bids for the purchase and installation of Flooring Materials at the until 2:30 p.m. (our clock) on November 28, 2016 at City Hall located

More information

PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES

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

More information

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

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

More information

Florida Department of Transportation 1000 Northwest 111 th Avenue, Room 6202 Miami, FL 33172

Florida Department of Transportation 1000 Northwest 111 th Avenue, Room 6202 Miami, FL 33172 RICK SCOTT GOVERNOR Florida Department of Transportation 1000 Northwest 111 th Avenue, Room 6202 Miami, FL 33172 ADDENDUM NO. 2 MIKE DEW SECRETARY DATE: June 13, 2018 TO: FROM: PROPOSERS JUSTIN GRIFFIN

More information

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

Roosevelt 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 information