NADBank News Vol. IX, Edition 52, November 22, 2005
|
|
- Grant Stokes
- 7 years ago
- Views:
Transcription
1 NADBank News Vol. IX, Edition 52, November 22, 2005 In this edition: 1. NORTH AMERICAN DEVELOPMENT BANK III CITY COUNCIL OF PLAYAS DE ROSARITO PROMOTORA DEL DESARROLLO URBANO DE PLAYAS DE ROSARITO BID NOTICE: PIPCA 05/12 2. NORTH AMERICAN DEVELOPMENT BANK (NADB) III CITY COUNCIL OF PLAYAS DE ROSARITO PROMOTORA DEL DESARROLLO URBANO DE PLAYAS DE ROSARITO BID NOTICE: PIPCA 05/13 3. NORTH AMERICAN DEVELOPMENT BANK SECRETARIA DE INFRAESTRUCTURA Y DESARROLLO URBANO DEL ESTADO BID NOTICE: PIPCA 05/14 ******************************* 1. NORTH AMERICAN DEVELOPMENT BANK III CITY COUNCIL OF PLAYAS DE ROSARITO PROMOTORA DEL DESARROLLO URBANO DE PLAYAS DE ROSARITO BID NOTICE: PIPCA 05/12 This invitation for bids follows the General Procurement Notice for the projects included in this program, which was published in the special section of the Diario Oficial de la Federación on April 23, 2003 and in NADBank News on April 20, The Government of the State of Baja California has obtained a US$27.62 million loan from the Corporación Financiera de América del Norte, S.A. de C. V. (COFIDAN) to partially finance projects under the first phase of the Air Quality Improvement and Street Paving Program, known by its Mexican acronym as PIPCA. Complementary funding will be provided by the federal and state governments, as well as the municipal government of Playas de Rosarito. The urban development agency of Playas de Rosarito, Promotora del Desarrollo Urbano de Playas de Rosarito (PRODEUR), as the entity responsible for the procurement and execution of the projects described herein, is calling for bids in accordance with the provisions of the agreement entered into by the III City Council of Rosarito de Playas and the State government dated March 31, 2005 and the agreement with the State Board of Urbanization dated April 25, 2005, published in the official state gazette on April 22 and June 3, 2005, respectively.
2 Qualified interested companies are hereby invited to submit technical and financial bids in Spanish in a sealed envelope, to carry out the following works under a unit-cost, fixed-term contract: Bid No. PIPCA-ROS-PRODEUR Description and Location Supply hydraulic concrete for street paving works in the subdivision Constitución, 7 th Phase, Playas de Rosarito, B.C. Visit to Delivery Site November 30, 2005 at 10:00 a.m., leaving from PRODEUR s offices Pre-bid Meeting November 30, 2005 at 11:00 a.m., in PRODEUR s offices Bid Submission & Opening December 7, 2005 at 10:00 a.m., in PRODEUR s offices % of Advance15% The required minimum net worth to bid is $612,700 pesos. The date and place for contract award will be announced during the proceedings for bid submission and opening. The pre-bid meeting and bid opening will take place in the meeting room at the offices of Promotora del Desarrollo Urbano de Playas de Rosarito (PRODEUR), located at Calle José Haroz # 2000, fraccionamiento Villa Turistica, Playas de Rosarito, B.C., Tel.: 011 [52] & 13. Bidding for contracts to be financed with NADB funding is open to firms from any country and will be carried out in accordance with NADB procurement policies. Companies that have been previously penalized by NADB or those that fall under the circumstances described in Article 50 of the Law of Procurement, Leases and Services for the Public Sector, are not eligible to participate in the bidding process. The bid documents will be published only in Spanish. Payment for the bid documents may only be made in cash or by certified or cashier s check payable to Promotora del Desarrollo Urbano de Playas de Rosarito during office hours Monday through Friday from 8:00 a.m. to 5:00 p.m., local time, in the offices of PRODEUR. The fee for purchasing the bid documents is $4,000 pesos and is non-refundable. The bid documents may be inspected, purchased and delivered as of the date of this publication until November 30, 2005, in the offices of PRODEUR. Bids must be presented in Mexican pesos, and invoices for delivered supplies will be paid in pesos. The probable date to begin making deliveries will be December 20, 2005, and the final delivery date will be February 15, 2005, for a delivery period of 58 calendar days. Bid documents will be sold to all companies that submit a written request (point 1 below). However, the general requirements that must be covered in the bid are as follows:
3 1 A written request to register for the bidding competition submitted to Promotora del Desarrollo Urbano de Playas de Rosarito, and signed by the legal representative of the individual or entity. 2 A legible copy of the company s Articles of Incorporation, with its most recent amendments, and the power-of-attorney for whoever is acting on the company s behalf, recorded in the Public Registry of Property and Commerce, or their equivalent for foreign bidders. In the case of individuals, a legible copy of their birth certificate and a valid official photo ID is required. 3 Documents that verify the required minimum net worth not committed to other current contracts, which may be substantiated using a copy of the most recent annual tax statement, provided that retained earnings exceed the requested net worth. If that amount is not in retained earnings, it must be substantiated with adjusted financial statements, audited by an independent public accounting firm authorized by the Mexican Ministry of Finance and Public Credit (SHCP). In the event that the audited financial statements are submitted, the bidder must provide a copy of the auditor s statement issued to that effect on its company stationary along with a copy of its professional license; or the equivalent for foreign bidders. In the event that financial statements are submitted, at least 80% of the net worth must be in capital increases through duly notarized board minutes and/or retained earnings. 4 Sworn statement of the list of current contracts with both public and private entities, indicating the value of the contract and the amounts paid out in annual installments. 5 Brief description of the company, its organization and services. 6 To substantiate the technical experience required for this bid, bidders must present legal documentation (cover page and/or contracts executed in the past three years) that demonstrates their technical capacity through jobs of a similar nature and size as those advertised here, along with copies of the completion certificates (in the case of joint ventures at least one of the partners must meet this point). Bidders must also present a list of their cement production plants and delivery equipment, sufficient and available to supply these works and not committed to other current contracts, as well as details concerning jobs executed during the last five years, including a brief description of the activities carried out, as well as the contact name and phone number for at least three of those jobs as references. 7 Companies in joint ventures must present the original joint venture contract duly signed by their legal representatives, along with a description of their responsibilities and commitments, as well as indicate the lead company and legal representative of the joint venture. For contracting purposes, the joint venture contract shall have to be recorded by an authorized notary public. Compliance with the foregoing requirements must be met for each company in the joint venture, with the exception of point 3, which may be substantiated for the joint venture as a whole.
4 Bids must include a security bond worth five percent (5%) of the value of the bid, not including value-added tax, in the currency of the bid and be presented in the form of a non-negotiable check from the bidder payable to Promotora del Desarrollo Urbano de Playas de Rosarito, or a bond policy executed by an institution authorized to operate in Mexico. The general criteria for contract award will be based on a comparative analysis of the eligible bids. A report will be prepared that will serve as the basis for the decision by which, if applicable, the contract will be awarded to the bidder whose bid meets the required conditions, guarantees satisfactory execution of the contract and delivery of the materials, and has presented the lowest evaluated bid under the terms defined in the bidding documents. Once the contract is awarded, the legal relationship between the Executing Agency and the Supplier, as well as the interpretation and resolution of any conflicts unrelated to the bidding process, will be subject to the provisions set forth in the Law of Procurement, Leases, and Services for the Public Sector and its regulations. Payment will be made based on invoices for supplies delivered, which must be prepared and submitted no more than once a month. This bidding process is not covered under any treaty. None of the conditions contained in the bidding documents or in the proposals submitted by the bidders are negotiable. Any term or condition proposed by the bidder that differs in any way with the conditions imposed or required by the bid documents will be considered reason to reject the bid. Playas de Rosarito, Baja California, Mexico, November 22, Ing. José Miguel Angulo Sánchez Director General de Promotora del Desarrollo Urbano Playas de Rosarito ******************************* 2. NORTH AMERICAN DEVELOPMENT BANK (NADB) III CITY COUNCIL OF PLAYAS DE ROSARITO PROMOTORA DEL DESARROLLO URBANO DE PLAYAS DE ROSARITO BID NOTICE: PIPCA 05/13 This invitation for bids follows the General Procurement Notice for the projects included in this program, which was published in the special section of the Diario Oficial de la Federación on April 23, 2003 and in NADBank News on April 20, The Government of the State of Baja California has requested a loan extension from the North America Development Bank (NADB) to cover part of the project costs under the Air Quality Improvement
5 and Street Paving Program (known by its Mexican acronym as PIPCA ), which will initially be financed using its own resources and will be reimbursed upon execution of the loan. Therefore, this bidding process is being carried out in accordance with NADB operating rules, and the publication of this bid notice was authorized by NADB. Complementary funding will be provided by the federal and state governments, as well as the municipal government of Playas de Rosarito. The urban development agency of Playas de Rosarito, Promotora del Desarrollo Urbano de Playas de Rosarito (PRODEUR), as the entity responsible for the procurement and execution of the projects described herein, is calling for bids in accordance with the provisions of the agreement entered into by the III City Council of Rosarito de Playas and the State government dated March 31, 2005 and the agreement with the State Board of Urbanization dated April 25, 2005, published in the official state gazette on April 22 and June 3, 2005, respectively. Qualified interested companies are hereby invited to submit technical and financial bids in Spanish in a sealed envelope, to carry out the following works under a unit-cost, fixed-term contract: Bid No. PIPCA-ROS-PRODEUR Description and Location Supply hydraulic concrete for street paving works in the subdivision Constitución, 8 th and 9 th Phases, Playas de Rosarito, B.C Visit to Delivery Site November 30, 2005 at 10:00 a.m., leaving from PRODEUR s offices Pre-bid Meeting November 30, 2005 at 12:30 p.m., in PRODEUR s offices Bid Submission & Opening December 7, 2005 at 12:00 p.m., in PRODEUR s offices % of Advance15% The required minimum net worth to bid is $,919,000 pesos. The date and place for contract award will be announced during the proceedings for bid submission and opening. The pre-bid meeting and bid opening will take place in the meeting room at the offices of Promotora del Desarrollo Urbano de Playas de Rosarito (PRODEUR), located at Calle José Haroz # 2000, fraccionamiento Villa Turistica, Playas de Rosarito, B.C., Tel.: 011 [52] & 13. Bidding for contracts to be financed with NADB funding is open to firms from any country and will be carried out in accordance with NADB procurement policies. Companies that have been previously penalized by NADB or those that fall under the circumstances described in Article 50 of the Law of Procurement, Leases and Services for the Public Sector, are not eligible to participate in the bidding process. The bid documents will be published only in Spanish. Payment for the bid documents may only be made in cash or by certified or cashier s check payable to Promotora del Desarrollo Urbano de
6 Playas de Rosarito during office hours Monday through Friday from 8:00 a.m. to 5:00 p.m., local time, in the offices of PRODEUR. The fee for purchasing the bid documents is $4,000 pesos and is non-refundable. The bid documents may be inspected, purchased and delivered as of the date of this publication until November 30, 2005, in the offices of PRODEUR. Bids must be presented in Mexican pesos, and invoices for delivered supplies will be paid in pesos. The probable date to begin making deliveries will be December 20, 2005, and the final delivery date will be February 15, 2005, for a delivery period of 58 calendar days. Bid documents will be sold to all companies that submit a written request (point 1 below). However, the general requirements that must be covered in the bid are as follows: 1 A written request to register for the bidding competition submitted to Promotora del Desarrollo Urbano de Playas de Rosarito, and signed by the legal representative of the individual or entity. 2 A legible copy of the company s Articles of Incorporation, with its most recent amendments, and the power-of-attorney for whoever is acting on the company s behalf, recorded in the Public Registry of Property and Commerce, or their equivalent for foreign bidders. In the case of individuals, a legible copy of their birth certificate and a valid official photo ID is required. 3 Documents that verify the required minimum net worth not committed to other current contracts, which may be substantiated using a copy of the most recent annual tax statement, provided that retained earnings exceed the requested net worth. If that amount is not in retained earnings, it must be substantiated with adjusted financial statements, audited by an independent public accounting firm authorized by the Mexican Ministry of Finance and Public Credit (SHCP). In the event that the audited financial statements are submitted, the bidder must provide a copy of the auditor s statement issued to that effect on its company stationary along with a copy of its professional license; or the equivalent for foreign bidders. In the event that financial statements are submitted, at least 80% of the net worth must be in capital increases through duly notarized board minutes and/or retained earnings. 4 Sworn statement of the list of current contracts with both public and private entities, indicating the value of the contract and the amounts paid out in annual installments. 5 Brief description of the company, its organization and services. 6 To substantiate the technical experience required for this bid, bidders must present legal documentation (cover page and/or contracts executed in the past three years) that demonstrates their technical capacity through jobs of a similar nature and size as those advertised here, along with copies of the completion certificates (in the case of joint ventures at least one of the partners must meet this point). Bidders must also present a list of their cement production plants and delivery equipment, sufficient and available to supply these works and not
7 committed to other current contracts, as well as details concerning jobs executed during the last five years, including a brief description of the activities carried out, as well as the contact name and phone number for at least three of those jobs as references. 7 Companies in joint ventures must present the original joint venture contract duly signed by their legal representatives, along with a description of their responsibilities and commitments, as well as indicate the lead company and legal representative of the joint venture. For contracting purposes, the joint venture contract shall have to be recorded by an authorized notary public. Compliance with the foregoing requirements must be met for each company in the joint venture, with the exception of point 3, which may be substantiated for the joint venture as a whole. Bids must include a security bond worth five percent (5%) of the value of the bid, not including value-added tax, in the currency of the bid and be presented in the form of a non-negotiable check from the bidder payable to Promotora del Desarrollo Urbano de Playas de Rosarito, or a bond policy executed by an institution authorized to operate in Mexico. The general criteria for contract award will be based on a comparative analysis of the eligible bids. A report will be prepared that will serve as the basis for the decision by which, if applicable, the contract will be awarded to the bidder whose bid meets the required conditions, guarantees satisfactory execution of the contract and delivery of the materials, and has presented the lowest evaluated bid under the terms defined in the bidding documents. Once the contract is awarded, the legal relationship between the Executing Agency and the Supplier, as well as the interpretation and resolution of any conflicts unrelated to the bidding process, will be subject to the provisions set forth in the Law of Procurement, Leases, and Services for the Public Sector and its regulations. Payment will be made based on invoices for supplies delivered, which must be prepared and submitted no more than once a month. This bidding process is not covered under any treaty. None of the conditions contained in the bidding documents or in the proposals submitted by the bidders are negotiable. Any term or condition proposed by the bidder that differs in any way with the conditions imposed or required by the bid documents will be considered reason to reject the bid. Playas de Rosarito, Baja California, Mexico, November 22, Ing. José Miguel Angulo Sánchez Director General de Promotora del Desarrollo Urbano Playas de Rosarito *******************************
8 3. NORTH AMERICAN DEVELOPMENT BANK SECRETARIA DE INFRAESTRUCTURA Y DESARROLLO URBANO DEL ESTADO BID NOTICE: PIPCA 05/14 This invitation for bids follows the General Procurement Notice for the projects included in this program, which was published in the special section of the Diario Oficial de la Federación on April 23, 2003 and in NADBank News, on April 20, The Government of the State of Baja California has obtained a US$27.62 million loan from the North American Development Bank (NADB) to partially finance projects under the first phase of the Air Quality Improvement and Street Paving Program, known by its Mexican acronym as PIPCA. Complementary funding will be provided by the federal, state and municipal governments. The state development agency, Secretaría de Infraestructura y Desarrollo Urbano del Estado (SIDUE), as the agency responsible for the procurement and execution of the projects described herein, is calling for bids in accordance with the provisions of the agreement with the State Board of Urbanization dated November 16, 2004 and published in the official state gazette on July 1, Qualified interested companies are hereby invited to submit technical and financial bids in Spanish in a sealed envelope, to carry out the following works under a unit-cost, fixed-term contract: General Description: Paving in the subdivision Flores Magón in Mexicali, Baja California. Bid No. PIPCA-MXL-SIDUE Site Visit November 28, :30 a.m. Pre-bid Meeting November 28, :30 p.m. Bid Submission and Opening December 6, :30 a.m. Work Duration 55 calendar days Required Net Worth$ 700,000 pesos General Description: Paving in the subdivision Ampliación Villa Verde in Mexicali, Baja California. Bid No. PIPCA-MXL-SIDUE Site Visit November 28, :30 a.m. Pre-bid Meeting November 28, :30 p.m. Bid Submission and Opening December 6, :30 p.m. Work Duration 55 calendar days Required Net Worth$ 700,000 pesos The date and place for contract award will be announced during the proceedings for bid submission and opening. All of the above activities will take place in the meeting room of the Department of Works and Technical Services of SIDUE, located at Avenida Ignacio de Zaragoza No. 1599, esquina calle H,
9 colonia Nueva, código postal 21100, Mexicali, Baja California, Mexico; Tel.: (686) , fax Bidding for contracts to be financed with NADB funding is open to firms from any country and will be carried out in accordance with NADB procurement policies. Companies that have been previously penalized by NADB or those that fall under the circumstances described in Article 51 of the Law of Public Works and Related Services, are not eligible to participate in the bidding process. The bid documents will be published only in Spanish. Payment for the bid documents may only be made in cash or by certified or cashier s check payable to: Gobierno del Estado de Baja California, during business hours Monday through Friday from 8:00 a.m. to 2:00 p.m., local time, at the state collections office, located on the first floor of the Governor s Office building, at Calzada Independencia No. 994, Centro Cívico, Mexicali, B.C. The purchase fee is $2,000 pesos and is nonrefundable. The bid documents may be inspected, purchased and delivered, as of the date of this publication until November 28, 2005, during business hours Monday through Friday from 8:00 a.m. to 2:00 p.m., local time, in the SIDUE s offices, Dirección de Obras y Servicios Técnicos, located at Avenida Ignacio de Zaragoza No. 1599, esquina calle H, Colonia Nueva, código postal 21100, Mexicali, Baja California, Mexico; Tel.: (686) , fax Bids must be presented in Mexican pesos, and the monthly invoices will be paid in pesos. An advance payment of 30% (thirty percent) of the total value of the contract will be provided. The probable start-up date of the works is December 23, 2005, and the completion date is February 15, Bid documents will be sold to all companies that submit a written request (point 1 below). However, the general requirements that must be covered in the bid are as follows: 1 A written request to register for the bidding competition submitted to the aforementioned agency, signed by the legal representative of the individual or entity. 2 A legible copy of the company s Articles of Incorporation, with its most recent amendments, and the power of attorney for whoever is acting on the company s behalf, recorded in the Public Registry of Property and Commerce, or their equivalent for foreign bidders. In the case of individuals, a legible copy of their birth certificate and a valid official photo ID is required. 3 Documents that verify the required minimum net worth not committed to other current contracts, which may be substantiated using a copy of the most recent annual tax statement, provided that the retained earnings exceed the requested net worth. If that amount is not in retained earnings, it must be substantiated with adjusted financial statements, audited by an independent public accounting firm authorized by the Mexican Ministry of Finance and Public Credit (SHCP). In the event that the audited
10 financial statements are submitted, the bidder must provide a copy of the auditor s statement issued to that effect on its company stationary along with a copy of its professional license; or the equivalent for foreign bidders. In the event that the audited financial statements are submitted, at least 80% of the net worth must be in capital increases through duly notarized board minutes and/or retained earnings. 4 Sworn statement of the list of current contracts with both public and private entities, indicating the value of the contract and the amounts paid out in annual installments. 5 Brief description of the company, its organization and services. 6 To substantiate the technical experience required for these contracts, bidders must present legal documentation (cover page and/or contracts executed in the past three years) that demonstrates their technical capacity through works of a similar nature and size as those advertised here (in the case of joint ventures at least one of the partners must meet this point). Bidders must also present a list of their equipment sufficient and available to carry out these works and not contracted for use on other projects, as well as details concerning works executed during the last five years, including a brief description of the activities carried out, as well as the contact name and phone number for at least three of those jobs as references. 7 Curriculum vitae (CV) of the technical personnel available to work on the project, signed by the individual and the legal representative of the company. Consideration will only be given to the CVs of those persons that have direct experience in completed contracts for civil engineering works and in the specialized areas of the bid, and who have the ability to communicate in Spanish. 8 Companies in joint ventures must present the original joint venture contract duly signed by their legal representatives, along with a description of the responsibilities and commitments of each party, as well as indicate the lead company and legal representative of the joint venture. For contracting purposes, the joint venture contract shall have to be recorded by notary public. Compliance with the foregoing requirements must be met for each company in the joint venture, with the exception of point 3, which may be substantiated for the joint venture as a whole. 9 List of subcontractors that are going to participate in these works, including their name, address, and experience in their area of participation. Bids must include a security bond worth five percent (5%) of the value of the bid, not including value-added tax, in the currency of the bid and be presented in the form of a non-negotiable check from the bidder payable to Secretaría de Infraestructura y Desarrollo Urbano, or a bond policy in favor of said agency executed by an institution authorized to operate in Mexico. The general criteria for contract award will be based on a comparative analysis of the eligible bids. A report will be prepared that will serve as the basis for the decision by which, if applicable, the contract will be awarded to the bidder whose bid meets the required conditions, guarantees satisfactory
11 execution of the contract and work, and who has presented the lowest evaluated bid under the terms defined in the bidding documents. Once the contracts are awarded, the legal relationship between the Executing Agency and the Contractor, as well as the interpretation and resolution of any conflicts unrelated to the bidding process, will be subject to the provisions set forth in the Law of Public Works and Related-Services and its regulations. Payment will be made based on invoices for work performed, which must be prepared and submitted no more than once a month. This bidding process is not covered under any treaty. None of the conditions contained in the bidding documents or in the proposals submitted by the bidders are negotiable. Any term or condition proposed by the bidder that differs in any way with the conditions imposed or required by the bid documents, will be considered reason to reject the bid. Mexicali, Baja California, Mexico, November 22, 2005 Ing. Arturo Espinoza Jaramillo Secretario Rubrica ******************************* 2005 Copyright by the North American Development Bank Text of previous editions of NADB News may be viewed at For queries concerning the North American Development Bank, send a message by to mail@nadb.org, and for queries about NADBank News call Juan Antonio Flores, Tel. (210)
North American Development Bank. Model Prequalification Document: Prequalification of Contractors
North American Development Bank Model Prequalification Document: Prequalification of Contractors 2 Preface Procurement under projects financed by the North American Development Bank (the Bank), is carried
More informationHOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM
HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1 June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM This addendum consists of the following clarification: 1. Addendum #1 is attached and
More informationAcisition of Real Estate by a Non-Resident
IBA REAL ESTATE COMMITTEE REAL ESTATE IN A NUTSHELL: MEXICO OWNERSHIP/RESTRICTIONS ON OWNERSHIP BY NON-RESIDENTS Name: LUIS MORENO, GERARDO CARRILLO Law Firm and City/Country: HAYNES & BOONE, S.C., MEXICO
More informationLEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.
LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089 For SQL MONITORING SOFTWARE RE-BID For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MSOURI St. Charles County is seeking bids for SQL MONITORING SOFTWARE RE-BID
More informationSTANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts)
STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT (Works, Heavy Equipment, Supply and Installation Contracts) Table of Contents Page INTRODUCTION 3 SECTION I - Invitation for prequalification... 4 SECTION
More informationA Supplier Guide to Providing Services and Commodities to NEW YORK UNIVERSITY F&CM CONTRACT MANAGEMENT
A Supplier Guide to Providing Services and Commodities to NEW YORK UNIVERSITY F&CM CONTRACT MANAGEMENT A guide for suppliers who want to start a business relationship with NYU F&CM The role of Contract
More informationNOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03
NOTICE INVITING BIDS CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 PUBLIC NOTICE IS HEREBY GIVEN that the City of National City, hereinafter referred to as the Agency, invites sealed
More informationProvision of Accounts Payable Service
Oman LNG LLC Pre-Qualification of Tenderers NGF-14-761 Provision of Accounts Payable Service GUIDELINES Response to this questionnaire shall be completed in English by a senior member of your company.
More informationSupplier prequalification Document
Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control
More information:: REQUEST FOR INFORMATION :: DEMOLITION SERVICES
:: REQUEST FOR INFORMATION :: DEMOLITION SERVICES 4200 Canal Street, Suite B New Orleans, LA 70119 PROPOSAL SUBMITTAL DEADLINE: Friday, June 15, 2012 @ 2:00pm NOTE: Proposal to be submitted in one (1)
More informationNOTICE TO CONTRACTORS INVITATION FOR BIDS
NOTICE TO CONTRACTORS INVITATION FOR BIDS The REDEVELOPMENT AGENCY OF THE CITY OF SAN JOSE invites sealed written proposals for the FOUNTAIN ALLEY PEDESTRIAN WALK PROJECT ( Project ), located in the Century
More informationCOUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT
COUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT PREQUALIFICATION OF BIDDERS FOR PROVISION OF OFFICE MEDICAL INSURANCE SERVICES FOR THE FINANCIAL YEAR 2014-2015 BIDER S NAME:. CATEGORY NO:.. MBT/CA/50/2014-2015
More informationCHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS
7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically
More informationTERMS & CONDITIONS FOR THE REPAIR AND MAINTENANCE CONTRACT
1. Tenders are invited from the firm, duly registered with the Income Tax & Sales Tax Departments. Tender will be made according to PPRA Rules 2014. 2. Firm will submit profile of infrastructure, workshop
More informationFrequently Asked Questions Concerning the Public Bidding and Prevailing Wage Requirements of New Jersey Charter Schools
Frequently Asked Questions Concerning the Public Bidding and Prevailing Wage Requirements of New Jersey Charter Schools 1. Are charter schools required to comply with New Jersey public bidding requirements
More informationPREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015
PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072
More informationFOR USE WITH PPP PROJECTS 1 SAMPLE GUIDELINES FOR PRE-QUALIFICATION AND COMPETITIVE BIDDING PROCESS 2
FOR USE WITH PPP PROJECTS 1 SAMPLE GUIDELINES FOR PRE-QUALIFICATION AND COMPETITIVE BIDDING PROCESS 2 1. PRE-QUALIFICATION 1.1 The requirements for pre-qualifications will be reasonable and efficient and
More informationInternational Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya
International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014
More informationLEGISLATURE OF NEBRASKA ONE HUNDRED FOURTH LEGISLATURE FIRST SESSION LEGISLATIVE BILL 16
LB LB LEGISLATURE OF NEBRASKA ONE HUNDRED FOURTH LEGISLATURE FIRST SESSION LEGISLATIVE BILL Introduced by Krist, 0. Read first time January 0, Committee: Government, Military and Veterans Affairs A BILL
More informationKNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
SURETY BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, (Contractor's Name) as Principal, and, as Surety, are hereby held and firmly bound into City of Buckeye as OWNER in the penal sum of
More informationFOR INFORMATION PURPOSES ONLY
On December 23, 2013, the debtor Metropolitní spořitelní družstvo v likvidaci, having its registered office at Balbínova 404/22, Prague 2, Postal Code 120 00, Identification Number: 255 71 150, registered
More informationPROVISION OF LEGAL SERVICES
COUNTY GOVERNMENT OF WAJIR P.O BOX 9-70200. WAJIR,KENYA PRE QUALIFICATION DOCUMENT FOR PROVISION OF LEGAL SERVICES TENDER NUMBER WCG/PT/023/2016-2018 March, 2016 WAJIR COUNTY Page 1 of 17 Table of Contents
More informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION 5 December 2013 Purchase Quotation No.: Address Madame/Gentlemen: Please quote your lowest price on the item listed below, subject to the attached General Conditions/Terms of Reference.
More informationFINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK
Contract Reference No. Name of Contract: Location of the Contract: Standard Form No.: SF-INFRA-14 Revised on: May 24, 2004 FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK A. Summary of the Applicant Supplier
More informationINSTRUCTIONS TO BIDDERS
CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street PO Box 172760 Bozeman, Montana 59717-2760 Phone: (406) 994-5413 Fax: (406) 994-5665 INSTRUCTIONS TO BIDDERS 1. Table of Contents Provided
More informationREPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/2016-2018
REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/2016-2018 PREQUALIFICATION OF BIDDERS FOR PROVISION OF SOFTWARE SYSTEM SERVICES, WEBSITE MANAGEMENT AND MAINTENACE
More informationREPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017
REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017 CATEGORY NO: A, B, C & D TENDER No. MFA&IT/PQ/01/2015-2017 For SUPPLY
More informationANY INVALID WILL NOT
NOTICE!! THIS IS AN OFFICIAL DOCUMENT THAT IS USED TO DETERMINE THE QUALIFICATIONS OF CONTRACTORS TO BID WITH THE AGENCY OF TRANSPORTATION FOR THE STATE OF VERMONT. ANY ALTERATIONS OF THIS DOCUMENT WILL
More informationBIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV)
BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV) PROCUREMENT OF GOODS AND SERVICES FOR THE GOVERNMENT COMMON PLATFORM ENTERPRISE BUSINESS INTELLIGENCE TOOLS AND APPLICATIONS
More informationDelaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services
Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services The Delaware Sustainable Energy Utility ( SEU ) requests proposals from firms and individuals qualified to provide
More informationResidential Builders New Application
State of Arkansas CONTRACTORS LICENSING BOARD Residential Builders New Application $100.00 Filing Fee - NON-REFUNDABLE MAIL TO: CONTRACTORS LICENSING BOARD 4100 RICHARDS ROAD NORTH LITTLE ROCK, ARKANSAS
More informationgreatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants
Office of the Deputy Mayor for Planning and Economic Development Great Streets Initiative greatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants Application Deadline:
More informationHOW TO OBTAIN A NEW CONTRACTOR LICENSE
HOW TO OBTAIN A NEW CONTRACTOR LICENSE These instructions apply to new licenses only. If you wish to add a classification or a qualifying party to an existing license, please see HOW TO ADD A CLASSIFICATION
More informationREQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 19, 2016
REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 19, 2016 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD NORTH SYRACUSE, NEW YORK
More informationProject Name: Project No.: CONTRACTOR BID FORM. BID FROM: Name: Address:
This bid form must be filled out but is for MPOWER processing purposes only. It does not replace the contractors bid. Your contractors bid should additionally be attached. Project Name: Project No.: CONTRACTOR
More informationNOTICE OF SALE COUNTY OF PASSAIC, NEW JERSEY $3,000,000 BONDS CONSISTING OF
NOTICE OF SALE COUNTY OF PASSAIC, NEW JERSEY $3,000,000 BONDS CONSISTING OF $1,500,000 COUNTY COLLEGE BONDS, SERIES 2016A AND $1,500,000 COUNTY COLLEGE BONDS, SERIES 2016B (COUNTY COLLEGE BOND ACT, P.L.
More informationREQUEST FOR PROPOSALS: Wide Area Network Service (WAN)/Digital Transmission Service (DTS) For: Peach County School District (BEN: 127431)
REQUEST FOR PROPOSALS: Wide Area Network Service (WAN)/Digital Transmission Service (DTS) For: Peach County School District (BEN: 127431) Project Objectives: 1.0 Objective: Peach County Schools is seeking
More informationPublished Call for Quotations QMFA 080/2015
QMFA 080/2015 Page 1 of 6 16 th October, 2015 Published Call for Quotations QMFA 080/2015 CLOSING DATE: Friday 30 th October, 2015 at 10:00 hours The Ministry for Foreign Affairs needs the following item/s:
More informationPark Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.
REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues
More informationCITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
More informationTranslation Services for Parent Meetings. Lynbrook/East Rockaway Herald
LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch
More informationREQUEST FOR QUOTATIONS
ROMANIA NATIONAL AGENCY FOR FISCAL ADMINISTRATION REVENUE ADMINISTRATION MODERNIZATION PROJECT REQUEST FOR QUOTATIONS FOR PROJECT MANAGEMENT SOFTWARE RAMP/9 Country: ROMANIA Name of the Project: Revenue
More informationREQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description.
REQUEST FOR PROPOSAL (RFP) FORM TITLE: Enter title here I. GENERAL INFORMATION Invitation to Bid. Utica College invites you to submit a proposal to brief description. If a contract results from this RFP,
More information2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA
2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA Issued on January 7, 2015 1 ADVERTISEMENT FOR BIDS 2014/2015 ROADWAY PATCHING PROJECT JASPER COUNTY, GEORGIA Separate,
More informationScott County Collector Mark Hensley. Delinquent Tax Certificate Sale
Scott County Collector Mark Hensley Delinquent Tax Certificate Sale Revised 7-27-15 7/27/2015 1:40 PM Dear Potential Delinquent Tax Certificate Sale Participant: THANK YOU for your interest in the 2015
More informationBANK OF UGANDA REPUBLIC OF UGANDA
BANK OF UGANDA REPUBLIC OF UGANDA 37/45 KAMPALA ROAD, P.O. BOX 7120, KAMPALA; Telephone: 256-414-258441/6 or 258061, Telex: 61069/61344; Fax: 256-414-233818 Web site: www.bou.or.ug; E-mail address: info@bou.or.ug
More informationCity of Johannesburg Supply Chain Management Unit
MBD 6.2 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS This Municipal Bidding Document (MBD) must form part of all bids invited. It contains general information and serves
More informationTABLE OF CONTENTS. Prefacej... 1
TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...
More informationRequest for Qualifications for Housing Authority Contractors
Request for Qualifications for Housing Authority Contractors I. Summary and General Information The Housing Authority of the County of Stanislaus is requesting qualifications from construction contractors
More informationKENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014
KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014 DATED: 16 th SEPTEMBER 2014 KENYA NETWORK INFORMATION CENTRE P.O BOX
More informationWork Breakdown Structure Element Dictionary Construction
Initiation CON 5.1 Initiation encompasses deliverables associated with the development, implementation and control of the project s schedule, budget and scope, including the solicitation for a contractor
More informationBANK OF UGANDA REPUBLIC OF UGANDA
BANK OF UGANDA REPUBLIC OF UGANDA 37/45 KAMPALA ROAD, P.O. BOX 7120, KAMPALA; Telephone: 256-414-258441/6 or 258061, Telex: 61069/61344; Fax: 256-414-233818 Web site: www.bou.or.ug; E-mail address: info@bou.or.ug
More informationCONTENTS OF BID. Each bid must include all of the following: A completed and signed Bid Form (the form is attached).
ISSUE DATE: March 31, 2016 Entertainment Venue Construction Project INVITATION TO BID BIDS DUE: INSTRUCTIONS: CONTACT INFO: 2:00 P.M. on May 6, 2016 (the Submission Deadline ) Submit one completed Bid
More informationTROUP COUNTY COMPREHENSIVE HIGH SCHOOL
TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,
More informationBUILDING MAINTENANCE. Tender for Supply and Installation of Inverter Based AC Units (Split Units) for PWD Workshop Store Room and Office
BUILDING MAINTENANCE Tender for Supply and Installation of Inverter Based AC Units (Split Units) for PWD Workshop Store Room and Office August 2015 Instructions to Tenderers 1. The contract conditions
More informationPROVISION AMENDMENT/S
GPPB Resolution ORIGINAL PROVISION AMENDMENT/S Comment/s 08-2011 Section 1.5 Annex E of the IRR of RA 9184 In claiming for any Variation Order, the contractor shall, within seven (7) calendar days after
More informationAPPLICATION FOR ASBESTOS ABATEMENT CONTRACTOR CLASS "B" LIMITED
APPLICATION FOR ASBESTOS ABATEMENT CONTRACTOR CLASS "B" LIMITED Authority: 16 Del. Code Chapter 78, Paragraph 7803 and 7805(9) "Asbestos" and the Department of Administrative Services Regulation. 1.Name
More informationREFERENCES: Public Authorities Law, Article 9, Title 5 A; Public Authorities Accountability Act of 2005.
NYS Bridge Authority Policy & Procedures Manual CATEGORY: Administration SUB CATEGORY: Fixed Assets TITLE: Guidelines and Procedures for the Disposal of Personal Property PURPOSE: These guidelines establish
More information1. Technical Offer Submission Sheet
8. Sample Forms SUMMARY Sample Form No. 1: 1. TECHNICAL OFFER SUBMISSION SHEET... 3 Sample Form No. 2: 2. PRICE OFFER SUBMISSION SHEET... 5 Sample Form No. 3: 3. BID SECURITY... 6 Sample Form No. 4: 4.
More informationREQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431)
REQUEST FOR PROPOSALS: Internet Access Service For: Peach County School District (BEN: 127431) Project Objectives: 1.0 Objective: Peach County Schools is seeking qualified responses for a managed 100.0
More informationTOWN OF JUPITER. Honorable Mayor and Members of Town Council Andrew D. Lukasik, Town Manager. David L. Brown, Director of Utilities
DATE: July 15, 2014 TOWN OF JUPITER TO: THRU: FROM: Honorable Mayor and Members of Town Council Andrew D. Lukasik, Town Manager David L. Brown, Director of Utilities SUBJECT: Resolution No. 32-14: Contract
More informationM E M O R A N D U M. TO: ALL Interior Designer applicants FROM: JEAN WILLIAMS, EXECUTIVE DIRECTOR
M E M O R A N D U M The Board of Governors of the Licensed Architects Landscape Architects and Registered Interior Designers of Oklahoma P. O. Box 53430 Oklahoma City, OK 73152 (405) 949-2383 TO: ALL Interior
More informationREQUEST FOR PROPOSALS
ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued
More informationATLANTA PUBLIC SCHOOLS
Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT
More informationTexas Commission on Environmental Quality Page 1 Chapter 293 - Water Districts
Texas Commission on Environmental Quality Page 1 SUBCHAPTER F: DISTRICT ACTIONS RELATED TO CONSTRUCTION PROJECTS AND PURCHASE OF FACILITIES 293.62-293.70 Effective November 13, 2014 293.62. Construction
More informationNOTICE TO POTENTIAL BIDDERS
NOTICE TO POTENTIAL BIDDERS Downloading the Plans, Specifications and other Bid Documents will NOT place you on the City s List of Plan Holders. This is important because only those on the City s List
More informationCHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS
CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS 48-01.2-01. Definitions. In this chapter, unless the context otherwise requires: 1. "Agency construction management" means a public improvement delivery
More informationRequest for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
More informationCompany Formation in Turkey
Company Formation in Turkey At Ketenci&Ketenci we regularly assist foreign corporations and investors to form new companies and branches in Turkey. Thanks to the Turkish Direct Foreign Investment regulation;
More informationI N S T R U C T I O N
Pursuant to Article 15 of the Law on ( Official Gazette of Bosnia and Herzegovina No. 89/05) and Article 61, Paragraph 2 of the Law on Administration ( Official Gazette of, No. 32/02), in order to effect
More informationPUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015
PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 Project Description: The Regional Transit Authority of New
More informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION PMO 01-2015 Supply of Purified Drinking Water (PMO Building, 104 Gamboa Street, Legaspi Village, Makati City) Table of Contents Definition of Terms 3 Request For Quotation 4 5 Conflict
More informationPrepared By SUPPLY CHAIN SERVICES * * * RESUME REQUEST, INSTRUCTIONS TO PROPOSERS, PROPOSAL FORMS, CONTRACT FORMS, AND POSITION DESCRIPTION(S)
Prepared By SUPPLY CHAIN SERVICES * * * RESUME REQUEST, INSTRUCTIONS TO PROPOSERS, PROPOSAL FORMS, CONTRACT FORMS, AND POSITION DESCRIPTION(S) REQUEST FOR RESUMES NO. 150195.JP SENIOR DOCUMENTUM TECHNICAL
More informationBYLAWS. The Masonic Temple Association of Cheney, Washington Name of Corporation. Cheney, Washington City A Washington Masonic Building Corporation
This form is for a single-member Masonic building corporation intended to qualify for federal tax exemption under Section 501(c)(2) of the Internal Revenue Code. If a multiple-member building corporation
More informationSHORT FORM For Use by presently certified firms.
Economic Development Department Minority and Women-Owned Business Enterprise Certification Application SHORT FORM For Use by presently certified firms. M/WBE Certification Application, Short Form Rev.
More informationCity of Kennedale c/o Art in the Park 405 Municipal Drive Kennedale, TX 76060
Dear Art Festival Applicant: The Art in the Park Committee and the City of Kennedale invite you to apply to participate in the Fifth Annual Art in the Park Arts Festival to be held April 4 6, 2014. Please
More informationCITY OF LOS ANGELES RULES AND REGULATIONS SMALL, LOCAL BUSINESS CERTIFICATION
CITY OF LOS ANGELES RULES AND REGULATIONS SMALL, LOCAL BUSINESS CERTIFICATION Bureau of Contract Administration Office of Contract Compliance Centralized Certification Administration Room 300 1149 South
More informationTRIBAL CODE CHAPTER 13 PROCUREMENT AND PROPERTY MANAGEMENT. 13.103 Financial Reporting and Recordkeeping.
TRIBAL CODE CHAPTER 13 PROCUREMENT AND PROPERTY MANAGEMENT CONTENTS: 13.101 Definitions. 13.102 Compliance. 13.103 Financial Reporting and Recordkeeping. 13.104 Maintenance of Property. 13.105 Disposition
More informationSTATE OF MINNESOTA OFFICE OF THE STATE AUDITOR
REBECCA OTTO STATE AUDITOR STATE OF MINNESOTA OFFICE OF THE STATE AUDITOR SUITE 500 525 PARK STREET SAINT PAUL, MN 55103-2139 (651) 296-2551 (Voice) (651) 296-4755 (Fax) state.auditor@osa.state.mn.us (E-mail)
More informationBID BOND CITY OF EAST POINT, GEORGIA
BID BOND CITY OF EAST POINT, GEORGIA BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (hereinafter referred to as the City (Name and Address): City of East Point
More informationCity of. 7100 Garfield Avenue Bell Gardens, California 90201 562.806.7700 Fax 562.806.7720 www.bellgardens.org
City of BELL GARDENS 7100 Garfield Avenue Bell Gardens, California 90201 562.806.7700 Fax 562.806.7720 www.bellgardens.org SPECIAL EVENT PERMIT APPLICATION TYPE II CARNIVALS, CIRCUSES, FAIRS, FESTIVALS,
More informationPROPOSAL FOR ASBESTOS and ENVIRONMENTAL SURVEY
PROPOSAL FOR ASBESTOS and ENVIRONMENTAL SURVEY Project: 2015HHF- Asbestos Survey2 For the Muskegon County Land Bank and City of Muskegon Heights, MI The Muskegon County Land Bank / City of Muskegon Heights,
More informationANNOUNCEMENT OF MANAGEMENT BOARD OF MEX POLSKA S.A. CONCERNING THE CONVENING OF THE EXTRAORDINARY GENERAL MEETING
ANNOUNCEMENT OF MANAGEMENT BOARD OF MEX POLSKA S.A. CONCERNING THE CONVENING OF THE EXTRAORDINARY GENERAL MEETING The Management Board of Mex Polska S.A. with the registered office in Łódź (the Company
More informationSTATEMENT OF FINANCIAL INTEREST
STATEMENT OF FINANCIAL INTEREST For assistance in completing State/District officials file with: Calendar year covered this form contact: Mark Martin, Secretary of State (Note: Filing covers the previous
More informationBID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and
KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the
More informationThis page left blank intentionally
ATTACHMENT 13 PERFORMANCE AND PAYMENT BONDS This page left blank intentionally RFP #0606-14 Attachment 13: Payment & Performance Bonds Page 1 of 8 PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY
More informationRESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM
Mark A. Cowart Chief Information Officer DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer
More informationPREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..
1 PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES FOR THE PERIOD JULY 2014 TO JUNE 2016 PRE QUALIFICATION NO: CMD/PREQ/ /2014-2016 ITEM:.. NAME OF APPLICANT:. Centre for Multiparty Democracy
More informationRetaining Wall Replacement at the Currituck County Veterans Memorial Park
CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the
More informationATTACHMENT B PROPOSAL SUBMITTAL FORMS. For WEB FILTER REPORTING TOOL RFP #0413-242
ATTACHMENT B PROPOSAL SUBMITTAL FORMS For WEB FILTER REPORTING TOOL RFP #0413-242 FORM NAME Page General Company Information Form.. 2 Proposal Cost Summary Form.. 3 Signature Page Form... 4 Buy Local Packet
More informationThe final date for submitting offers expires on 01 April 2011 at 2 PM.
Article archived. Invitation to a public tender to purchase shares of Białostockie Przedsiębiorstwo Instalacji Elektrycznych w Białymstoku Sp. z o.o. with registered office in Białystok The final date
More informationQUALIFICATION OF SUB-CONTRACTORS FOR FIRE DETECTION AND ALARM SYSTEM FOR CFC STANBIC BANK REF: 2014/15-06
QUALIFICATION OF SUB-CONTRACTORS FOR FIRE DETECTION AND ALARM SYSTEM FOR CFC STANBIC BANK REF: 2014/15-06. TABLE OF CONTENTS Part 1: General Instructions Section I Company Profile Section II Financial
More informationReal Estate Finance: Missouri Mark Murray, Armstrong Teasdale LLP
Real Estate Finance: Missouri Mark Murray, Armstrong Teasdale LLP This Article is published by Practical Law Company on its PLC Law Department web service at http://us.practicallaw.com/3-500-4162. A Q&A
More informationStandard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum
Document A101 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the in the year (In words, indicate day, month and year.)
More informationVillage of Nakusp RFQ 2016-1 Source Protection Plan
RFQ 2016-1 Source Protection Plan The is requesting quotations from qualified professional consultants or firms to undertake a Source Protection Plan for the Village s surface water sources (Halfway Creek,
More informationOffice of the Sheriff
Office of the Sheriff Pistol Permit Applications Guidelines Permit must be completed neatly and filled out prior to turning it in for processing. Any application that is not completed neatly will be rejected
More informationTHE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY Disabled Veteran Business Enterprise (DVBE) Participation Requirement
Disabled Veteran Business Enterprise (DVBE) Participation Requirement I. STATEMENT OF DVBE PARTICIPATION GOAL REQUIREMENT State law requires that state agencies make efforts to achieve a goal of three
More informationSection IV. Bidding Forms
Section IV. Bidding Forms Bid Submission Sheet Table of Forms Appendix to Bid Table A. Local Currency Table B. Foreign Currency (FC) Table C. Summary of Payment Currencies Bill of Quantities - Example
More informationCITY OF COMMERCE CITY BID BOND
BID BOND Know all men by these presents, that as principal, and, as Surety, are held and firmly bound unto the City of Commerce City, Colorado (hereinafter called City ), in the penal sum of dollars ($
More information