SECTION I: Corrections, Deletions, Revisions to RFP
|
|
- Lambert Norris
- 6 years ago
- Views:
Transcription
1 For which Proposals are scheduled to be received no later than 10 a.m., Central Standard Time on Wednesday, June 21, 2017 (pursuant to the Request of Proposal (RFP): Temporary Staffing Services for 2018 Elections advertised Monday, May 22, Proposals are to be delivered to the Chicago Board of Elections Commissioners, Purchasing Department, 69 West Washington Street, Suite 800, Chicago, Illinois Respondents must acknowledge receipt of this Addendum No. 1 with the RFP. Respondents are to complete and include the Acknowledgement as Attachment to the RFP. This document contains: I. Corrections, Deletions, Revisions to RFP II. Answers to Question Submissions III. Addendum Receipt Acknowledgment The information contained in this Addendum No.1 is hereby incorporated by reference into the original Request for Proposal (RFP) issued on Monday, May 22, 2017 SECTION I: Corrections, Deletions, Revisions to RFP 1. ADDITION: Insert into RFP Section Titled 2. STAEMENT OF WORK, WAREHOUSE POSTIONS the following to the Warehouse Position Section. The following Section is hereby inserted in its entirety to RFP: Prior to the Warehouse acceptance of Warehouse Workers, the Warehouses Manager will notify the Contractor a minimum of 10 business days prior to assignment start date. Addendum No 1 Page 1 of 15
2 The Warehouse Manager will interview the proposed candidate in advance of accepting the Contractor s Workers to determine if they meet the requirements. If the proposed candidates do not meet the Warehouse Positions minimum qualifications, the Contractor will be required to find alternate candidates within 3-5 business days. The Contractor will be held responsible to fulfill the candidates for the Warehouse Worker positions. In the event, the Board awards a Primary and Secondary Contractor, the Board will exercise the right to seek assistance from the Secondary Contractor to meet the Warehouse Worker vacancies until the desired quantities have been met. 2. REVISION: Delete RFP Section 4. Instructions to Vendors, General Specification, 4.3 Addenda in its entirety. The following is hereby inserted and replaces Addenda: 4.3 Clarifications and Addenda The Board sends out clarifications and addenda to the Bid Documents/Proposals to entities on the Take-Out List. Additionally, Clarifications and/or Addenda will be posted at the Board s Website to download, click on the link that reads Election Board select Jobs & Contract Opportunities. There may be multiple Clarifications and/or Addenda. Failure to obtain Clarifications and/or Addenda, for whatever cause, will not relieve a Bidder/Respondent from the obligation to bid/propose according to and comply with any changed or additional terms and conditions contained in the Clarifications and/or Addenda. Failure to acknowledge Clarifications and/or Addenda in the Bid/Proposal Documents when submitting the bid/proposal will render the bid/proposal non-responsive. Any harm to the bidder/respondent resulting from failure to obtain all necessary documents, for whatever cause, will not be valid grounds for a protest against award(s) made under this bid/proposal solicitation. Addendum No 1 Page 2 of 15
3 3. REVISION: Revise RFP Section Titled 2. STAEMENT OF WORK, Assistant Trainers 1 st paragraph. The following is hereby inserted with the following paragraph: Assistant Trainers These Workers will be assigned to work at designated locations around the City. Each Worker must be dependable, prompt and capable of performing clerical and training functions while assisting Board employees in the training of Election Judges and Election Coordinators in the use of electronic voting equipment. Duties require light to moderate lifting of lbs. Each Worker must at a minimum have a high school degree or equivalent, be fluent and articulate in the English language, and have a basic understanding of and experience in the use of computers. Each Worker will receive extensive training by the Board at the Board s Warehouse location for approximately four (4) hours. The Workers must provide their own transportation to the training and work locations. SECTION II: Answer to Question Submissions The following questions and answers will be incorporated in the above referenced Request or Proposal (RFP). All other provisions and requirements are as originally set forth, remain in full force and are binding. 1. Question: Who is or was the awarded vendors for the administrative and warehouse temporary staffing workers? Answer: Administrative Temporary Staffing was awarded to Mack and Associates as the Primary Contractor and A-PRO EXECS, LLC the Secondary Contractor. Warehouse Temporary Staffing was an awarded to A-PRO EXECS, LLC Addendum No 1 Page 3 of 15
4 2. Question: Will temporary workers know in advance of any reassignments or switching task? Will the temporary workers be cross-trained? Answer: The Board s participating Managers will identify the title and quantity of temporary workers as required. The Managers may or may not be able to determine the reassignments or switching it will be on a case by case basis. Generally, the reassignment is the same administrative title. 3. Question: Are the any background checks required for temporary workers? Answer: See RFP Section Titled 2. STATEMENT OF WORK; PRCING; SPECIFIATIONS, 2.2 Special Conditions D. and E. D. Contractor should be required to provide proof of all licenses, including registration with the Illinois Department of Labor pursuant to the Illinois Day and Temporary Labor Services Act ( IDTLSA ), 820 ILSCS 175/1, et seq. E. Contractor must conduct appropriate criminal background checks (as agreed by the Board) on all Temporary Workers before assigning them to the Board to provide services under an agreement with the Board and will not assign any person whose criminal background makes such person unfit to serve unless approved in writing by the Board. And provide copies to the Board s Human Resource Department. 4. Question: Do the Managers have training process for temporary workers being reassigned or switched? Answer: Generally, the reassignment is the same administrative title. If required, Manager will address appropriately. Addendum No 1 Page 4 of 15
5 5. Question: Will any participating Department require pre-qualifying a temporary worker before accepting and assigning the worker? Answer: See Addendum No. 1 SECTION I: Corrections, Deletions, Revisions to RFP 6. Question: Can Vendors obtain a copy of the Pre-Proposal Meeting Sign-In Sheet(s)? Answer: As a courtesy, the Board s Purchasing Staff will send an electronic copy to attendees. 7. Question: Who will be selected for RFP s Evaluation Committee? Answer: The Board s Executive Management will select internal Management who will make up the committee. 8. Question: As stated in RFP section titled Special Condition, 2.2, N., Page 13; if a temporary worker arrives 15 minutes after their scheduled start time will the worker s start time be adjusted? Will they be paid for the full hour? Answer: See RFP Section Titled 2.2 SPECIAL CONDTIONS, N, The Board will not be required to pay the hourly fee for service when a Worker is more than thirty (30) minutes late for a scheduled shift. The Board may contact the Contractor when a Worker is at least fifteen (15) minutes late for a shift. The Board will only compensate Contractor for the actual time worked by the replacement Worker in quarter (1/4) hour increments. See RFP Section Titled 2.2 SPECIAL CONDTIONS, O, Workers shall be compensated for only actual time worked in quarter (1/4) hour increments. If a Worker works for eight (8) minutes or more in a quarter (1/4) hour, such time shall be rounded up to the next quarter Addendum No 1 Page 5 of 15
6 (1/4) hour; if time actually worked is less than eight (8) minutes, such shall be rounded down to the last quarter (1/4) hour. 9. Question: Does the Board have Minority and Women Business compliance percentage requirements? Answer: See Section Titled 2. STAEMENT OF WORK; PRICING; SPECIFICATIONS, 2.14 Minority and Women-Owned Business Enterprise, It is the goal of the Board that Vendors take affirmative steps to ensure that minority and women owned businesses have the maximum opportunity to compete for and obtain contracts and/or subcontracts for the supply of goods and services to the Board. Vendor is strongly encouraged to abide by the spirit of the City of Chicago s Minority Business Enterprise and Women Business Enterprise Procurement Program Ordinance, and attempts to fulfill the spirit of that ordinance should be identified in any proposals or proposal submitted to the Board. Provide a description of the Vendor's commitment to address and comply with the City of Chicago s Minority Business Enterprise and Women s Business Enterprise procurement programs and ordinances. 10. Question: Will the selected staffing firms participate in providing staffing services for a two year period? Does this mean that there will be staffing needs for 2018 and possible renewal for 2019 and 2020? Answer: See Section Titled 2. STAEMENT OF WORK; PRICING; SPECIFICATIONS, 2.12 Contract Period and 2.13 Contract Extension Option for term details. It is anticipated the Contract start date would be December 1, 2017 expiring January 31, The Contract would allow if both parties mutually agreed to renew up to twelve (12) months. Addendum No 1 Page 6 of 15
7 11. Question: If this is a multi-year contract and we are to increase minimum wage each year, are we then submitting new bill rates for the additional years of the contract? Answer: See RFP Section Titled Appendix 5, PROPOSED CONTRACT, Article IV. Terms of Payment, 4.01 Price; Payment Terms. Pricing and payment terms are described in the Price Schedule appended hereto and made a part hereof as APPENDIX 1. Except as otherwise set forth, this Agreement includes firm, fixed prices. Contractor acknowledges and agrees that the amounts to be paid to Contractor pursuant to this Agreement are in full satisfaction of all Services and Deliverables to be provided under this Agreement and that no other payments of any nature whatsoever shall be due and owing to Contractor under this Agreement, unless otherwise expressly provided in this Agreement. 12. Question: Will there be a need for temps prior to March 2018? Answer: Yes, Gubernatorial Primary Election Day is March 20, 2018, various temporary administrative and warehouse staffing will be hired ninety (90) days in advance of the Election Day. 13. Question: Will there be a schedule sent to the selected staffing firms in advance of the first administrative group need? At least 2 weeks? Answer: The Purchasing Agent will schedule a Post Award Meeting(s) after the Board has approved the recommended Vendor (Contractors). The Post Award Meeting will address the participating Department Managers estimated workers and start dates for the administrative and warehouse temporary workers. Addendum No 1 Page 7 of 15
8 14. Question: Our insurance coverage allows for lifting up to 25 lbs. Is that an issue for Administrative staff? Answer: See RFP Section Titled 2. STAEMENT OF WORK; PRICING; SPECIFICATIONS, 2.1 Scope of Work, 4 th Paragraph, All Administrative Workers might be required to lift or move materials up to lbs. and Warehouse Workers might be required to lift up to 100 lbs. 15. Question: Concerning errors that are 10%, that will result in a penalty fee. What is the fee? Will the staffing firm associated with the temp be warned first? Answer: See RFP Section Titled 2. STAEMENT OF WORK; PRICING; SPECIFICATIONS, 2.4 Data Entry Errors, 2 nd Paragraph, Board does not seek monetary penalties for data entry errors of 3% or less, but it does expect immediate correction. For errors in the 4-10% range, Board expects a written action plan to correct the errors and should not be charged for the time necessary to make the required corrections. Any error rate greater than 10% will incur a 25% penalty fee to cover the administrative costs of the Board to manage the continuer error problem and may lead to termination of the contract. In addition, the Board should not be charged for the time necessary to make the required corrections. 16. Question: Concerning Assistant Trainer section, in the event a temp worker quits or is absent for 2 consecutive days the contractor will be billed a penalty fee; if there is notice in advance does this apply or if something is unforeseen and legitimate (i.e. funeral, family emergency, extended illness, injury or 2 week notice)? What is the fee? Answer: See RFP Section Titled 2. STAEMENT OF WORK; PRICING; SPECIFICATIONS, 2.1 Scope of Work, Administrative Trainers, 3 rd Paragraph, (iii) The Contractor must employ only competent personnel and whenever, in the opinion of the Manager of the Community Services Division or representative, any employee who is careless, incompetent, Addendum No 1 Page 8 of 15
9 obstructs the progress of the services, acts contrary to instructions or conducts themselves improperly, the Contractor must, upon request of the Manager, discharge or otherwise remove the employee from the work assignment. The Contractor will not permit any person to enter any part of the building or facility connected therewith while under the influence of intoxicating substances. It is the responsibility of the Contractor to provide replacement personnel to the Board until the Board has accepted a suitable skilled individual for their personnel requirements. Any consequential costs of any such removal will be borne by the Contractor. Failure by Contractor to furnish sufficient acceptable personnel for the services may constitute an event of default. 17. Question: Concerning item G on page 12; The Contractor will be accountable.what does compensation mean and if monetary what is the amount? Answer: See RFP Sections Titled Appendix 5, PROPOSED CONTRACT, AGREEMENT, Article VIII. Default, Damages and Termination, Sections: 8.01 Default, 8.02 Events of Default, 8.03 Remedies, 8.04 Forbearance Not a Waiver, 8.05 Mutual Agreement, 8.07 Early Termination; Termination for Convenience, 8.08 Consequential Damages, 8.09Rights and Obligations of the Parties on Termination or Expiration of Agreement and 8.10 Cooperation. 18. Question: Concerning item G on page 12; what constitutes insubordination? Answer: As stated in RFP Section Titled 2. STAEMENT OF WORK; PRICING; SPECIFICATIONS, 2.2 SPECIAL CONDTIONS, G. any insubordinate Worker who may cause delay to the Board s daily operation or process due to the Workers absences or incompetence or who may quit before completion of work assignments..due to the Worker s lack of accountability to complete an assignment during an Election that leads to the Board missing deadlines mandated by law. In addition to any Worker s disobedience, defiance, rebelliousness, unruliness, noncompliance during their assignment to the Board. Addendum No 1 Page 9 of 15
10 19. Question: Is a Performance Bond required for the staffing of administrative temps? Answer: None Required 20. Question: Staff Requirements A. Approximate number of Assistant Trainers? B. Approximate number of Data Entry Clerks? C. Approximate number of Phone Operators/Clerical staff? D. Approximate number of Dock Area-After Election staff? E. Approximate number of Miscellaneous Temporary Worker positions? F. Approximate number of Election Coordinators? G. Approximate number of Warehouse, Assembly & Testing staff? H. Approximate number of Dock Area staff? I. Please clarify, as it relates to Miscellaneous Temporary Workers, estimated hours per position, in total. Answer: See RFP Section Titled Appendices & Exhibit, Exhibit I, Schedule of Pricing. 21. Question: Invoicing A. Invoicing: How often are invoices paid out? Is it, 15, 30, or 60 days out? B. Is there any funding dispersed, before the work begins? C. Once awarded the contract, do I immediately invoice the CBOE, for the first week of pay, for the workers? Answer: See RFP Sections Titled, 2.2 SPECIAL CONDITIONS, 2.8 Pricing and Time Sheets, 2.10 Invoices, 2.11 Payments. Also, see RFP Sections Titled Appendix 5, PROPOSED CONTRACT, AGREEMENT, Article IV. TERMS OF PAYMENT, Addendum No 1 Page 10 of 15
11 22. Question: Certification A. Is there a requirement for companies, biding for the RFP, to possess MBE or WBE certification? Answer: See Section Titled 2. STAEMENT OF WORK; PRICING; SPECIFICATIONS, 2.14 Minority and Women-Owned Business Enterprise. 23. Question: Start Date and End Date A. What is the approximate start date, for the workers? B. What is the approximate end date, for the workers? Answer: See Section Titled 2. STAEMENT OF WORK; PRICING; SPECIFICATIONS, 2.12 Contract Period and 2.13 Contract Extension Option for term details. It is anticipated the Contract start date would be December 1, 2017 expiring January 31, Question: Contract A. How often is there an RFP bid, for staffing services, for CBOE? B. Once awarded the contract, will CBOE create and develop the final contract, before or after the award? C. Will the contract ever be amended, per CBOE additional staffing needs? Answer: The Board solicits new procurements after the Contract terms have been exhausted and expired. At a publicly held Board Meeting, the Commissioners will review the recommendation and determine if the selected Respondent is acceptable. If approved by the Board s Commissioners, Purchasing will issue an Agreement after all the terms and conditions have been met according to the RFP. The Board may seek to exercise the applicable terms and conditions of the awarded Contract with the awarded Contractor. Addendum No 1 Page 11 of 15
12 25. Question: Insurance A. Are all insurances requested for the project, required to be in place before or after contract, has been rewarded? B. As for workers compensation insurance, is it required to be in place, before or after contract, has been rewarded? Answer: See RFP Section Titled, 8. Insurance. 26. Question: Training A. Approximately how long, will the training extend for temporary staff members, before beginning work in the various locations? B. Will all training be paid training? Answer: See Sections Titled 2. STAEMENT OF WORK; ADMINISTRATIVE POSITIONS AND WAREHOUSE POSTIONS. 27. Question: What is the total budget limitation of this RFP? Answer: There are no limitations for 2017; 2016 total expenditures $2.2 million. 28. Question: Please share the details of the incumbent or vendor currently providing the same services along with last year expenditure? Answer: Contract expired on December 31, Previous Awarded Contractors: Mack & Associates Awarded Category: Administrative Services, Prime 2016 Expenditures: $700, ($699,649.49) Addendum No 1 Page 12 of 15
13 A-PRO EXECS, LLC. Awarded Category: Warehouse Services, Prime Awarded Category: Administrative Services, Secondary 2016 Expenditures: $1.5 million ($1,444,809.51) 29. Question: Please confirm the total number of personnel currently employed under this contract? Answer: None, contract expired on December 31, Question: Is it possible to receive the current Employee Pay Rate, Bill rate and Markup for the current contract? Answer: None, contract expired on December 31, Attachments represent former contractor s awarded pricing. 31. Question: Can you please provide the approximate spend for each job class covered in the last contract? Answer: 2016 Administrative Category Expenditures $997, Warehouse Category Expenditures $1,203, Addendum No 1 Page 13 of 15
14
15
16
17
18
19
20
21
22 *******END***** Lorel Blameuser, Purchasing Agent Addendum No 1 Page 14 of 15
23 SECTION III SECTION III: Addendum Receipt Acknowledgment ADDENDUM ACKNOWLEDGEMENT RECEIPT I hereby acknowledge receipt of Addendum No.1 to the Request for Proposal named above and further state that I am authorized to execute this Acknowledgment on behalf of the company listed below. Signature of Authorized Individual Title Name of Authorized Individual (Type or Print) Company Name Business Telephone Number Respondent: Must complete and return this Addendum Acknowledgment Receipt with the Request for Proposal (RFP). Addendum No 1 Page 15 of 15
REQUEST 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 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 informationADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108
ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108 REQUEST FOR PROPOSAL (RFP) 18-4016-28A TEMPORARY STAFFING AGENCY SERVICES Issue Date: December
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 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 informationDate: 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 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 informationCommonwealth 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 informationAmity 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 informationREQUEST FOR PROPOSAL # Temporary Staffing Services for Union County
REQUEST FOR PROPOSAL # 2016-047 Temporary Staffing Services for Union County ADDENDUM No. 1 ISSUE DATE: May 5, 2017 ****************************************************************************************************
More informationRFP SOURCING SERVICES AND TEMPORARY STAFFING AGENCIES. 1. Is this a new solicitation? If not, please share the name of incumbent vendors.
RFP 19-006 SOURCING SERVICES AND TEMPORARY STAFFING AGENCIES Questions/Answers in BOLD Addendum #1 Date 1/30/2019 1. Is this a new solicitation? If not, please share the name of incumbent vendors. This
More informationRequest 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 informationMARYLAND 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 informationREQUEST FOR PROPOSALS FOUR YEAR CONTRACT FOR TEMPORARY EMPLOYEE SERVICES BID NO: Addendum 1: August 16, 2018
REQUEST FOR PROPOSALS FOUR YEAR CONTRACT FOR TEMPORARY EMPLOYEE SERVICES BID NO: 18-2050 : August 16, 2018 has been issued to address the following: 1. Modify one requirement to the Scope of Service. 2.
More 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 informationRFP SA 1804-Recruitment Services. Addendum #2
Procurement Department 4 County Complex Court, Woodbridge, Virginia 22195-2266 Fax (703) 335-7954 January 8, 2018 -Recruitment Services Addendum #2 THIS SOLICITATION IS HEREBY AMENDED AS FOLLOWS: Questions
More information2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)
Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0
More informationEric 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 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 informationDocument 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 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 informationRequest for Qualifications. Career Pathways for English Language Learners. April 21, 2014
Request for Qualifications Career Pathways for English Language Learners April 21, 2014 To organizations, businesses, and community colleges in the Seattle area working with English language learner populations:
More informationPARKING ENFORCEMENT SERVICES. Specification No
DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO May 29, 2018 ADDENDUM NO. 2 This document contains: REQUEST FOR PROPOSAL (RFP) PARKING ENFORCEMENT SERVICES Specification No. 562237 I. Notice of Proposal
More informationDEPARTMENT 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 informationAddendum No. 2 February 19, 2014 City University Construction Fund Engineering Design Services Requirements Contracts RFQ Project No.
Facilities Planning, Construction, and Management Office of Financial Management Procurement Services 555 West 57 th Street 16 th Floor New York, NY 10019 Tel: 646-664-2700 Addendum No. 2 February 19,
More informationRenewable Energy Power Purchasing
Attachment D City of Philadelphia Economic Opportunity Plan Renewable Energy Power Purchasing Introduction, Definitions and Diversity Practices A. Chapter 17-1600 of The Philadelphia Code requires the
More informationCreative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work
Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work OVERVIEW The purpose of the Creative Advertising and Audio Visual - Interactive
More informationREQUEST 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 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 informationNTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No.
Date: 12 th July 2017 #1069265 To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project Addendum No. 5 Addendum no. 5 is issued for inclusion into the tender documents.
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 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 informationMott Community College. Independent Contractor Policy and Procedures
Mott Community College Independent Contractor Policy and Procedures Mott Community College Independent Contractor Policy and Procedures Introduction Many Mott Community College departments regularly employ
More informationSAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD
TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,
More informationPurchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief
305.01 Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief Fiscal Officer. This document shall serve to enable responsible
More informationRFP 3512R09 Strategic Consultant Services for the Office of Policy and Public Private Partnerships Addendum 3 Appendix H Questions & Answers
1. Question Is pre-registration required for the pre-proposal conference on May 3? Answer Pre-registration is not required. Please refer to Section I-8 of the RFP for further information. 2. Question Please
More informationJune 1, 2018 ADDENDUM NO. 1 SPECIFICATION NO FOR. Comprehensive Landscape Services Region VII Specification No
June 1, 2018 ADDENDUM NO. 1 SPECIFICATION NO. 284964 FOR Comprehensive Landscape Services Region VII Specification No. 284964 This document contains: I. Revisions to the Specification II. Questions submitted
More informationHuman Resources Consultant Compensation and Pay Equity Request for Proposal
The Township of Nipissing 45 Beatty Street Nipissing, ON P0H 1W0 Lead Contact: Charles Barton, CAO-Clerk Email: admin@nipissingtownship.com Phone: 705-724-2144 Fax: 705-724-5385 Human Resources Consultant
More informationNEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED MAY 18, 2015
Cable, Telecommunications and Technology Consulting Service Page 1 NEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED
More informationADVERTISEMENT FOR SUBCONTRACTOR QUALIFICATION AND ADVERTISEMENT FOR PROPOSALS OF DESIGN BUILD SUBCONTRACTORS (DB SUBCONTRACTORS)
ADVERTISEMENT FOR SUBCONTRACTOR QUALIFICATION AND ADVERTISEMENT FOR PROPOSALS OF DESIGN BUILD SUBCONTRACTORS (DB SUBCONTRACTORS) PROJECT NOTICE DPR Construction, hereinafter called DPR, intends to award
More information1) Please share the last years expenditure under this contract. Answers: LIPA expects to spend approximately $1.2 million a year.
RFP for Information Technology Services- Questions Due: 8/11, 3pm, Answers due 8/16 Questions/Answers 1) Please share the last years expenditure under this contract. Answers: LIPA expects to spend approximately
More informationAGENDA March 26, :30 P.M. City Council Chambers
03-26-12 Committee of the Whole Meeting http://www.darien.il.us/government/minutes/2012/council/120326/age... 1 of 1 1/19/2015 9:26 PM AGENDA March 26, 2012 6:30 P.M. City Council Chambers 1. CALL TO ORDER
More informationINVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:
INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and
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 informationLICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE
U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE
More informationPurchasing and Procurement Policy
Purchasing and Procurement Policy Purpose The purpose of this document is to implement the requirements of state law with regard to procurement and bidding on public contracts for public works, goods,
More informationEAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI Payroll & Employee Benefits Management Services
EAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI-0049 Payroll & Employee Benefits Management Services Issue Date: February 02, 2017 WARNING: Prospective Offerors who have received
More informationCHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS
CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 July 18, 2017 ITB NO. 18-02 WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS ADDENDUM
More 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 informationREQUEST FOR QUOTATION INVITATION
CITY OF CHICAGO REQUEST FOR QUOTATION INVITATION FOR: RE: Chicago Police Candidate Background Investigative Services Small Orders - Target Market Request for Quotation (RFQ) Specification Number: 95306
More informationOhio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011)
Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011) Sec. 153.65. As used in sections 153.65 to 153.73 of the Revised Code: (A)(1)
More informationState Universities Retirement System of Illinois (SURS) Request for Proposals. Executive Search Firm
State Universities Retirement System of Illinois (SURS) Request for Proposals Executive Search Firm September 2014 Table of Contents I. RFP Summary Statement 3 II. Background Information 3 III. Scope of
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 informationTerminal D South Expansion - Construction Manager-At-Risk (CMAR)
DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 3 FOR Terminal D South Expansion - Construction Manager-At-Risk (CMAR) CONTRACT NO. 9500647 August 30, 2018
More informationRequest for Proposals CONTRACTED LANDSCAPE ARCHITECTURE SERVICES
Request for Proposals CONTRACTED LANDSCAPE ARCHITECTURE SERVICES Issued October 18, 2017 DEADLINE Noon Wednesday, November 15, 2017 CONTACT: KRISTINA HANDT CITY ADMINISTRATOR 3800 Laverne Ave N Lake Elmo,
More informationREQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES
REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES NAME OF PROJECT: PROJECT NUMBER: PROPOSER: SECTION I. POLICY STATEMENT AND TERMS In accordance with the Metropolitan
More informationMemphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee
Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the
More informationINVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:
INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid
More informationRequest 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 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 informationREQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION
REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION Date Issued: October 30, 2017 RFP Number: 18Q-024 Submission Deadline:
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 informationIf you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal
If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal may cause your submittal to be considered non-responsive.
More informationAll required information must be completed in full, in ink, or typewritten.
THE CITY OF BOZEMAN 20 E. OLIVE ~ P.O. BOX 1230 BOZEMAN, MONTANA 59771-1230 IT DEPARTMENT PHONE: (406) 582-2277 E-MAIL: smcmahan@bozeman.net City of Bozeman, Montana Request for Proposals For E-Discovery
More informationQuick Guide Contract Compliance Requirements
Contract Compliance, within the Department of Procurement and Contracts, is responsible for monitoring the Minority/Women/Disadvantaged Business Enterprises (M/W/DBE) and Section 3 policies and the Davis-Bacon
More informationThis Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.
North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College
More informationINVITATION FOR BIDS (IFB)
P a g e 1 INVITATION FOR BIDS (IFB) Summer Camp T-Shirts IFB #: 17-004 Deadline for Responses: 2:00 PM 04/13/2017 Children s Services Council of Palm Beach County (CSC) 2300 High Ridge Road Boynton Beach,
More informationAddendum 3 publishes and answers questions related to the Request for Qualifications ( RFQ ) issued on November 24, 2014:
www.dot.state.pa.us Date: December 18, 2014 Subject: Questions and Answers Regarding RFQ Solicitation: CNG Fueling for Transit Agencies Partnership Project SOQ Due Date: No later than 11:00 a.m. Eastern
More informationREQUEST 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 informationSOLICITATION SCHEDULE RFP #91286
DATE: June 3, 2015 TO: All Prospective Proposers FROM: Beth Kirk Sr. Buyer, Goods and Non-Technology Services 301-985-7618 RE: RFP 91286 On-Line and On-Site Sales Management for Branded and Promotional
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 informationSOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY
I. Introduction SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals on Rebate Program Automation Issuance Date: July 24, 2018 Response Deadline: August 23, 2018 The Southern California Public
More informationREQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY SERVICES ADDENDUM NO. 2
Alameda County Flood Control and Water Conservation District, Zone 7 100 North Canyons Parkway, Livermore, CA 94551 925.454.5000 Fax: 925.454.5725 REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY
More informationLOWER MANHATTAN DEVELOPMENT CORPORATION
LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR QUALIFICATIONS for PHOTOCOPYING AND RELATED SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development
More informationThis is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order
This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order [Introductory Note to User: The following text as published describes
More informationJanuary 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 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 informationTEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES
TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).
More informationSr. Buyer, Goods and Non-Technology Services
DATE: June 17, 2015 TO: FROM: RE: All Prospective Proposers Beth Kirk Sr. Buyer, Goods and Non-Technology Services 301-985-7618 RFP 91286 On-Line and On-Site Sales Management for Branded and Promotional
More informationGround Transportation Management Services
ONE (1) HARDCOPY ORIGINAL AND ONE (1) ELECTRONIC COPY FLASH DRIVE MUST BE SUBMITTED REQUEST FOR INFORMATION - RFI #PGT-2018-002 Ground Transportation Management Services Department of Ground Transportation
More informationNational Transportation Specialists, LLC 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA
1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA 19067-0299 Dear Carrier: Thank you for your interest in, a nationwide Logistics provider. To become a qualified carrier for, we require the following
More information1. These Rules pertain to the implementation of the City's Mentoring Program for MBEs and WBEs set forth in Section of the Municipal Code.
1. These Rules pertain to the implementation of the City's for MBEs and WBEs set forth in Section 2-92-535 of the Municipal Code. 2. Section 2-92-535 provides for both participation credit and a bid preference
More informationSTATE OF TEXAS DEPARTMENT OF INFORMATION RESOURCES CONTRACT FOR PRODUCTS AND RELATED SERVICES LEXMARK ENTERPRISE SOFTWARE USA, INC.
1. Introduction STATE OF TEXAS DEPARTMENT OF INFORMATION RESOURCES CONTRACT FOR PRODUCTS AND RELATED SERVICES LEXMARK ENTERPRISE SOFTWARE USA, INC. A. Parties This Contract for products and related services
More information4/7/09 I. PURPOSE OF AGREEMENT
4/7/09 HEART OF TEXAS PARTNERSHIP AGREEMENT Between The Heart of Texas Workforce Development Board, Inc. and Chief Elected Officials For The Heart of Texas Workforce Development Area WHEREAS, the Heart
More informationBeaverton School District Capital Program Purchasing SW Merlo Road, Beaverton, OR Phone:
Beaverton School District Capital Program Purchasing 16550 SW Merlo Road, Beaverton, OR 97003 Phone: 503-591-4155 SOLICITATION ADDENDUM NO. 2 INFORMAL RFP 14-0040 Full Commissioning Services for New High
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 informationWUPRPM 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 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 informationPORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4
RE: ITB: PORTLAND COMMUNITY COLLEGE 12000 SW 49 th Avenue Portland, Oregon 97219 Sylvania Campus Bookstore Remodel Dated: February 22, 2017 April 11, 2017 ADDENDUM NO. 4 This addendum, together with the
More informationRETURNING SEASONAL CDL HOLDER EMPLOYMENT APPLICATION COUNTRY VISIONS COOPERATIVE
RETURNING SEASONAL CDL HOLDER EMPLOYMENT APPLICATION COUNTRY VISIONS COOPERATIVE Olson Pro Consulting, LLC. Safety & Regulatory Consulting Services (920) 366-2520 Email: allison@olsonproconsulting.com
More informationCITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017
CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS
More informationThe Bid Date has changed to 03/16/2010 at 2:30 PM.
, Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)
More informationVillage of Algonquin Request for Proposals Accounting Services
Village of Algonquin Request for Proposals Accounting Services Issue Date: February 1, 2018 Submission Deadline: March 2, 2018 5:00 p.m. CST PROPOSALS RECEIVED AFTER THE SUBMISSION DEADLINE WILL BE RETURNED
More informationDOCUMENT POST BID INTERVIEW
DOCUMENT 00 45 90 POST BID INTERVIEW PART 1 GENERAL 1.01 SUMMARY By request of the District, this Section requires the apparent low bidder to attend and participate in a Post Bid Interview with the Construction
More information2. Clarification: The building address is 801 Henderson Street.
East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction
More informationPUBLICATION Commercial Refrigeration and Process Cooling and Heating R
TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * COMMERCIAL HEATING, VENTILATION AND AIR CONDITIONING (HVAC) MAINTENANCE AND REPAIR SERVICES PUBLICATION This specification is a product of the Texas
More 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 information