DEADLINE for PROPOSALS and PROPOSAL HOLDERS LIST

Size: px
Start display at page:

Download "DEADLINE for PROPOSALS and PROPOSAL HOLDERS LIST"

Transcription

1 BID SOLICITATION NOTICE - District 3 FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Chipley, Florida July 15, 2014 Advertisement No. 2 Bids for construction projects listed in this Bid Solicitation Notice with a budget of $5 million or more must be submitted using Bid Express only. No other means of submission of bids will be accepted. Please visit the Contracts Administration Website at: for more information on Bid Express. Submitting bids through Bid Express requires a Digital ID. To obtain a Digital ID please contact Bid Express at Allow up to 6 days to complete the Digital ID registration. Unless otherwise instructed, bids for construction projects with a budget of less than $5 million and all maintenance projects listed in this Bid Solicitation Notice can be submitted using Bid Express or can be submitted at any of the following Florida Department of Transportation location(s) until 2:00 P.M. Local Time on Thursday, August 14, All bids must be completed using Expedite Bid software available on the Contracts Administration website at Location Address Room Number District US Highway 90 Chipley, Florida Administration Building, Procurement Services Conference Room The sealed bids received in the above referenced location(s) will be publicly opened and the Bid totals for each bid submitted will be read aloud at 2:00 P.M. August 14, 2014 in the Administration Building, Procurement Services Conference Room, Chipley, Florida. Agenda: a) Opening Remarks; b) 15 minutes of public input; c) Reading of bids; d) Closing. Anyone needing special accommodations under the Americans with Disabilities Act of 1990 should send an to: contracts.admin@dot.state.fl.us or call telephone number (850) Special accommodation requests under the Americans with Disabilities Act should be made at least seven days prior to the public meeting. Bidders may obtain preliminary bid results at: select district then click on appropriate date. DEADLINE for PROPOSALS and PROPOSAL HOLDERS LIST The deadline for obtaining bid packages shall be 24 hours prior to scheduled letting date and time. A list of plan holders may be obtained by visiting the District Contracts Administration website at: click "Letting and Project Information" and select letting date from the Lettings Menu. Please note that the list of proposal, plan and specifications holders is removed from the web site two working days prior to the deadline for obtaining bid packages for compliance with Florida Statues (2) NOTE----- Proposals will not be issued after 2:00 P.M. Local Time on Wednesday, August 13, Document Ordering Information Orders for documents are placed using the Contract Proposal Processing Online Ordering System at There is no charge for ordering/downloading documents. Online Ordering is available Monday through Friday from 6 AM. to 9 PM. and Saturday from 6 AM. to 7 PM. To Place An Order A current State of Florida Vendor Number is required prior to first-time registration; please visit for more information. Please allow 24 to 48 hours for receipt of a new vendor number. Prior to placing orders, an individual shall register and establish an Internet Subscriber Account with the Department of Transportation at Please allow 48 to 72 hours (excluding weekends and holidays) for the registration and approval. Bid Solicitation Notice

2 PREQUALIFICATION Contractors must have a current certificate of qualification in accordance with Florida Statute (1) and Rule Chapter 14-22, Florida Administrative Code, on the date of the letting to bid on construction projects over $250, as established by the Department's budget. Maintenance contracts do not require a contractor to have a certificate of qualification, unless stipulated in the project description and specifications. If deemed necessary by the Department, certain maintenance contracts will contain specific requirements for maintenance contractor eligibility. PREQUALIFIED CONTRACTORS CURRENT CAPACITY In order for the Department to have the information required to determine a prequalified bidder's Current Capacity, it is necessary that the prequalified contractor certify the total dollar amount of all work the contractor has underway. This certification shall be accomplished electronically by submitting the Certification of Work Underway (Online Web Application) to the Department concurrently with the bid submittal for the first letting in the calendar month that the contractor submits a bid. SCRUTINIZED COMPANIES A company that is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List may not bid on, submit a proposal for, or enter into a contract with an agency or local government entity for goods or services of $1 million or more. BID REJECTION Bidders are hereby notified that all bids on any of the following projects are likely to be rejected if the lowest responsive bid received exceeds the engineer's estimate by more than ten percent (10%). In the event any of the bids are rejected for this reason, the project may be deferred for re-advertising. In addition, award of all federally funded projects will be subject to Federal Highway Administration concurrence. PROTEST RIGHTS Pursuant to Section , Florida Statutes, any person adversely affected by a bid solicitation shall file both a notice of protest and bond within 72 hours of the receipt of the bid documents, and shall file a formal written protest within ten days after filing the notice of protest. Any person who files a notice of protest as to a bid solicitation pursuant to this rule shall post with the Department, at the time of filing the notice of protest, a bond payable to the Department in the following amounts: For an action protesting a bid solicitation that requires qualification of bidders, the Bond shall be $5,000. For an action protesting a bid solicitation for which bidders are not required to be prequalified by the Department to be eligible to bid, the bond shall be $2,500. The required notice of protest, bond and formal protest must each be timely filed with the Clerk of Agency Proceedings, Florida Department of Transportation, Mail Station 58, Room 550, 605 Suwannee Street, Tallahassee, Florida Failure to file a protest within the time prescribed in Section (3), F.S., or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Pursuant to Section , Florida Statutes, any person adversely affected by a bid rejection or contract award shall file both a notice of protest and bond within 72 hours after the posting of the Summary of Bids. If notice of intended decision is given by certified mail or express delivery, the adversely effected person must file both the notice of protest and bond within 72 hours after receipt of the notice of intent. A formal written protest must be filed within ten days after filing the notice of protest. Any person who files a notice of protest as to a bid rejection or contract award pursuant to this rule shall post with the Department, at the time of filing the notice of protest, a bond payable to the Department in the following amounts: For an action protesting a bid rejection or contract award that requires qualification of bidders, the Bond shall be equal to one percent of the lowest bid submitted or $5,000, whichever is greater. For an action protesting a bid rejection or contact award for which bidders are not required to be prequalified by the Department to be eligible to bid, the bond shall be $2,500. The required notice of protest, bond and formal protest must each be timely filed with the Clerk of Agency Proceedings, Florida Department of Transportation, Mail Station 58, Room 550, 605 Suwannee Street, Tallahassee, Florida Failure to file a protest within the time prescribed in Section (3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. A protest is not timely filed unless the notice of protest, bond and the formal protest are each received by the Clerk of Agency Proceedings within the required time limits. A protest which is filed prematurely will be deemed abandoned unless timely renewed. Bid Solicitation Notice Page 2

3 INSURANCE The successful bidder shall submit current general liability insurance and workman's compensation insurance certificates for the duration of the contract in the dollar amounts and manner specified in the most current edition of the Department's Standard Specifications for Road and Bridge Construction. Insurance companies must be authorized to do business in the State of Florida. Proof of such insurance shall be filed with the District Contracts and Procurement Office before the contract can be executed. BE SURE THAT THE CONTRACT NUMBER IS ON EACH INSURANCE CERTIFICATE. ADDENDA No negotiations, decisions, or actions will be initiated or executed by a potential bidder as a result of any oral discussion with a State employee. Only those communications which are in writing from the Department will be considered as a duly authorized expression on behalf of the Department. Notices of changes (addenda) will be posted on the District Contracts Administration website at: click "Letting and Project Information" and select letting date from the Lettings Menu. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting their bid. All addenda will be acknowledged by signature and subsequent submission of addenda with the bid when so stated in the addenda. BID QUESTIONS Direct questions regarding the advertised projects by posting them to the Department website at the following URL address: BID BOND For bids over $150,000.00, the standard proposal guaranty of 5% of the bid will be required. A Proposal Guaranty of not less than five percent (5%) of the total actual bid in the form of either a certified check, cashier's check, trust company treasurer's check, bank draft of any national or state bank, or a Surety Bid Bond made payable to the Florida Department of Transportation must accompany each bid in excess of $150, A check or draft in an amount less than five percent (5%) of the actual bid will invalidate the bid. The guaranty amount shall include all bid items except construction days for A+B bidding and lane closure for Lane Rental Bidding. Bid Bonds shall substantially conform to DOT Form furnished with the Proposal.Surety2000 or SurePath electronic Bid Bond submittal may be used in conjunction with Bid Express internet bid submittal. For more information please visit for Surety2000 or for SurePath. Paper Bid Bonds will be also be accepted for bids submitted through Bid Express provided they are received prior to the deadline for receiving bids, by the location(s) identified in this Bid Solicitation Notice for receiving bids for the advertised project(s). If an electronic bid bond is not being submitted, the bidder must submit an original bid bond. (A fax or a copy sent as an attachment will not be accepted.) EXECUTION OF CONTRACT Pursuant to Subsections 3-6 and 3-7 of the Standard Specifications, the successful bidder shall execute the necessary contract documents and return the agreement along with a satisfactory Performance and Payment Bond within ten (10) Calendar days of award, excluding Saturdays, Sundays, and state holidays, unless noted otherwise in the project specifications. A 100% Payment and Performance Bond will be required for all projects unless noted otherwise in the project specifications. All work is to be done in accordance with the Plans, special Provisions of the State of Florida Department of Transportation. Prior to execution of the contract with the Department, a corporation must show proof that is authorized to do business in the State of Florida. Florida corporations should provide a copy of the certificate of Incorporation and foreign corporations should provide a copy of Certificate of Authority from the Florida Department of State. Important note: Actual commitment and final execution of the contract is contingent upon an approved legislative budget and funds availability. PROPOSAL REVISIONS Unless otherwise instructed, the Department will accept legible facsimile (fax) proposal revisions pursuant to the project specifications at Fax No. (850) if received in full by 2:00 P.M. Local Time on the day of the letting. A faxed proposal revision will not be considered if received at a different fax number. The bid/proposal must be received in the Bid Solicitation Notice Page 3

4 District Contracts and Procurement Office prior to receiving changes through the Fax. For projects that are submitted through Bid Express, contractor's revisions to bids must be submitted through Bid Express by the time the bids are due. DBE PARTICIPATION Disadvantaged Business Enterprise (DBE) Availability Goal Information is contained in the Bid Solicitation Package. Please complete, sign, and return the applicable "Anticipated DBE Participation Statement" form and the "DBE/MBE Bid Opportunity List" form which shall be submitted with bid as stipulated in the subject bid packages. DEBARMENT/SUSPENSION All bids submitted to the Department shall include a statement that by signing and submitting this proposal, the bidder certifies that no principal (which includes officers, directors or executives) is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any federal department or agency. MANDATORY PRE-BID MEETING For projects with mandatory Pre-Bid Meeting, proposals (BIDDING DOCUMENTS) will be issued only to the attendees of the meeting. Prospective bidders ordering bidding documents prior to the Pre-Bid Meeting will be given access to download the bidding documents within 24 hours after the Pre-Bid Meeting. Those prospective bidders ordering the documents after the Pre-Bid Meeting will need to contact the office advertising the project to confirm attendance and receive access to download the bidding documents. Please contact the office at least two working days prior to the deadline for obtaining bidding documents to allow time for processing. LATE ARRIVALS TO MANDATORY PRE-BID MEETINGS All bidders must be present and signed in prior to the start of the mandatory prebid meeting. Anyone not signed in at the commencement of the meeting will be considered late and will not be allowed to bid on the project. FIRST TIME BIDDERS Bidders bidding for the first time with the Department can request an orientation meeting to obtain information about the bidding/contracting process. Contact the office listed for ordering plans. Please call (850) for further details. POSTING NOTICE The bid tabulation and intent to award will be posted on September 04, 2014 or September 04, at click "Letting and Project Information" and select letting date from the Lettings Menu. The posting provides notice of the Department's intent to award a contract or reject all bids. The Department's Notice of Intent regarding a project will be posted on only one of the alternate posting dates. Bidders are solely responsible for timely monitoring or otherwise verifying on which of the specified alternate posting dates the posting of award or rejection of all bids actually occurs. If the posting dates are revised, all bidders for the subject project will be notified. AFFIRMATIVE ACTION (EQUAL EMPLOYMENT OPPORTUNITY) The Florida Department of Transportation (hereinafter referred to as the "Department"), in accordance with Title VI of the Civil Rights Act of 1964, 42 USC 2000d to 2000d-4 and related authorities, Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the U.S. Department of Transportation issued pursuant to such Act, hereby notifies all bidders that the Department will affirmatively insure that in any contract entered into pursuant to this advertisement, minority and disadvantaged business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the basis of race, color, national origin, or sex in consideration for an award. Further, it is the policy of the Department to not discriminate against bidders on the grounds of race, color, national origin, religion, sex, age, or disability/handicap in consideration for an award. A bidder must have an approved DBE Bid Solicitation Notice Page 4

5 Affirmative Action (DBE/AA) Plan prior to contract award. Please use the following link and the Special Provisions for instructions for submission of a DBE/AA Plan. The DBE/AA Plan should be submitted for approval prior to the bidding. MINIMUM WAGE The minimum wage for all hours worked in Florida is available at: SUBSCRIPTION LIST To get on the subscription list, go to and fill out the necessary information to "Subscribe". To obtain information concerning other districts, go to To report bid rigging activities call: NOTICE TO ALL BIDDERS The U.S. Department of Transportation (DOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m. local time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of the DOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. Bid Solicitation Notice Page 5

6 Published: July 15, 2014 Letting ID: Please use the following proposal ID and the letting ID when ordering plans/proposal or specifications for the August 14, 2014 letting. Note: (*) indicates lead project PAGE PROPOSAL ID FLORIDA DEPARTMENT OF TRANSPORTATION NOTICE TO CONTRACTORS INDEX PROPOSAL NOTES FINPROJ NUMBER(S) COUNTY 7 E3N06 MPC (*) LEON (Maintenance) E3N (*) LEON (Maintenance) 9 E3N38 MPC (*) ESCAMBIA (Maintenance) 10 E3N (*) SANTA ROSA (Maintenance) 11 E3N45-R (*) GADSDEN (Maintenance) 12 E3N46-R (*) DIST/ST-WIDE (Maintenance) Proposal Note Codes: MPC = Mandatory Pre-Bid Meeting Bid Solicitation Notice - Notice to Contractors Index Page 6

7 LETTING ID: CALL ORDER: 001 PROPOSAL ID: E3N06 DISTRICT:03 (Maintenance) COUNTIES: LEON,,, ROAD NAME: SR 10 (US 90) MAHAN LIMITS: FROM CROSS CREEK GOLF RD TO APEX DRIVE FINPROJ NO(S): FEDERAL AID NO(S): (*) N/A N/A TOTAL ROADWAY LENGTH: MILES CONTRACT DAYS: 805 TOTAL BRIDGE LENGTH: MILES LETTING DATE: 08/14/14 TOTAL PROPOSAL LENGTH: MILES CONTRACT EXECUTION DAYS: 10 SPECIAL START DATE: N/A BUDGET AMOUNT: $ 1,046, ACQUIS./FLEXIBLE START TIME: 30 Days (Flex Time) Please read the full advertisement DESCRIPTION: Lump Sum The improvements under this Lump Sum Contract consist of providing the labor, material, and equipment necessary to complete the Landscaping project located on SR 10 (US 90/Mahan Drive) from Walden Rd. to Apex Dr. In addition, mowing and litter pick-up activities previously performed for this location under one or more separate routine maintenance contracts are also included as part of this work. Additional details of the project intent and scope are shown in the Contract Plans and the Appendices. A total of 75 contract calendar days will be allowed for the Installation Period. This is a BDI Contract.Contractor experience form number (Landscaping) is required to be submitted with bid. BUSINESS DEVELOPMENT INITIATIVE - Bidders must be a "Small Business" as defined by the FDOT. Small Business size standards can be found on the Equal Opportunity Website. Prequalification per Rule is not required. Bidders must complete and submit the Small Business Affidavit (Form No ) for approval prior to receipt of bid documents. The form may be accessed at: It is only necessary to submit the Small Business Affidavit (SBA) form once a year. Send a completed and notarized affidavit as an attachment to: fdot.bdi@dot.state.fl.us. Bidders must submit the BDI Reference Sheet (Form No ) with the bid. If bidding through Bid Express, please upload the completed BDI Reference Sheet (Form No ) as a zip file using the "File Attachment Upload" folder in the Expedite application. BDI Affidavit and Reference Sheet may be found at: Bid Bonds of $500 are required for bids over $150,000 and may be in the form of a Cashier's Check, the BDI Bid or Proposal Bond (Form No ), or the standard Bid or Proposal Bond form, Form No ). A Performance Bond is not required for contracts $250, and less. A Mandatory Pre-Bid Conference has been scheduled for this project. Location: Florida Department of Transportation, Conference Room, of the Midway Operations Center, 17 Commerce Blvd Midway, FL Date and Time: Tuesday, July 29th, :00 AM EDT 9:00 AM CDT. Proposals (Bidding Documents) will be issued only to the prospective bidders who have attended the pre-bid meeting and met the Florida Department of Transportation qualifications for this project. CALL ORDER: 001 PROPOSAL ID: E3N06 SECTION 0001 LANDSCAPE / PERIPHERAL LUMP SUM CONTRACT, ALTERNATIVE BIDDING ( ) LS E580 2 LANDSCAPE LS Bid Solicitation Notice - Proposal Item Quantities Page 7

8 LETTING ID: CALL ORDER: 002 PROPOSAL ID: E3N26 DISTRICT:03 (Maintenance) COUNTIES: LEON,,, ROAD NAME: SR 373 ORANGE AVENUE LIMITS: OVER ST. MARKS TRAIL BR. LANDSCAPING FINPROJ NO(S): FEDERAL AID NO(S): (*) N/A TOTAL ROADWAY LENGTH: MILES CONTRACT DAYS: 760 TOTAL BRIDGE LENGTH: MILES LETTING DATE: 08/14/14 TOTAL PROPOSAL LENGTH: MILES CONTRACT EXECUTION DAYS: 10 SPECIAL START DATE: N/A BUDGET AMOUNT: $ 40, ACQUIS./FLEXIBLE START TIME: 30 Days (Flex Time) Please read the full advertisement DESCRIPTION: Lump Sum The Improvements under this Contract consist of consist of landscaping improvements along SR 373 (Orange Ave) in Leon County.The summary of pay items for this project is listed in the Plans. Contractor experience form number (Landscaping) is required to be submitted with bid. CALL ORDER: 002 PROPOSAL ID: E3N26 SECTION 0001 LANDSCAPE / PERIPHERAL LUMP SUM CONTRACT, ALTERNATIVE BIDDING ( ) LS Bid Solicitation Notice - Proposal Item Quantities Page 8

9 LETTING ID: CALL ORDER: 003 PROPOSAL ID: E3N38 DISTRICT:03 (Maintenance) COUNTIES: ESCAMBIA,,, ROAD NAME: DISTRICTWIDE ROUTINE MAINTENANCE LIMITS: FINPROJ NO(S): FEDERAL AID NO(S): (*) N/A TOTAL ROADWAY LENGTH: MILES CONTRACT DAYS: 284 TOTAL BRIDGE LENGTH: MILES LETTING DATE: 08/14/14 TOTAL PROPOSAL LENGTH: MILES CONTRACT EXECUTION DAYS: 10 SPECIAL START DATE: N/A BUDGET AMOUNT: $ 3,000, ACQUIS./FLEXIBLE START TIME: 15 Days Please read the full advertisement DESCRIPTION: The work specified in this project consists of cleaning and coating the concrete surfaces including the piers, exterior fascia and barrier wall of bridge numbers , , , and as described in the plans, plan notes and plan details included in this specifications package. Cleaning and coating of Bridge Numbers and will consist of cleaning and coating the concrete girder bridge spans of the bridge only to the north end Bridge Abutments as detailed in the plans. The Steel Box Girder spans of bridges and will be excluded for this contract. A Mandatory Pre-Bid Conference has been scheduled for this project. Location: Florida Department of Transportation, Conference Room, of the Milton Operations Center, 6025 Old Bagdad Hwy Milton, Florida Date and Time: Monday, August 4, :00 AM Local Time. Proposals (Bidding Documents) will be issued only to the prospective bidders who have attended the pre-bid meeting and met the Florida Department of Transportation qualifications for this project. CALL ORDER: 003 PROPOSAL ID: E3N38 SECTION 0001 MISCELLANEOUS ROUTINE MAINTENANCE (MH) E099 1 LUMP SUM LS Bid Solicitation Notice - Proposal Item Quantities Page 9

10 LETTING ID: CALL ORDER: 004 PROPOSAL ID: E3N44 DISTRICT:03 (Maintenance) COUNTIES: SANTA ROSA,,, ROAD NAME: MILTON OPERATIONS ROUTINE MAINTENANCE LIMITS: ROUTINE MAINTENANCE FINPROJ NO(S): FEDERAL AID NO(S): (*) N/A TOTAL ROADWAY LENGTH: MILES CONTRACT DAYS: 245 TOTAL BRIDGE LENGTH: MILES LETTING DATE: 08/14/14 TOTAL PROPOSAL LENGTH: MILES CONTRACT EXECUTION DAYS: 10 SPECIAL START DATE: N/A BUDGET AMOUNT: $ 1,240, ACQUIS./FLEXIBLE START TIME: 15 Days Please read the full advertisement DESCRIPTION: The improvements under this Lump Sum Contract consists of: furnish all MOT, equipment, manpower and materials required to remove the existing drainage pipe and replace with reinforced concrete pipe (RCP) and repair the roadway and shoulders of SR 87 from Drainage Structure S-38A to Drainage Structure S-24 in Santa Rosa County. A contractor experience form number (drainage) is required to be submitted with bid. CALL ORDER: 004 PROPOSAL ID: E3N44 SECTION 0001 REPAIR/REPLACE STRM-SIDE-CROSS DRAIN(LF) E099 1 LUMP SUM LS Bid Solicitation Notice - Proposal Item Quantities Page 10

11 LETTING ID: CALL ORDER: 005 PROPOSAL ID: E3N45-R0 DISTRICT:03 (Maintenance) COUNTIES: GADSDEN, LEON,, ROAD NAME: MIDWAY OPERATIONS ROUTINE MAINTENANCE LIMITS: Push Button Tree Removal Gadsden & Leon Cos. FINPROJ NO(S): FEDERAL AID NO(S): (*) N/A TOTAL ROADWAY LENGTH: MILES CONTRACT DAYS: TOTAL BRIDGE LENGTH: MILES LETTING DATE: 08/14/14 TOTAL PROPOSAL LENGTH: MILES CONTRACT EXECUTION DAYS: 10 SPECIAL START DATE: N/A BUDGET AMOUNT: $ 200, ACQUIS./FLEXIBLE START TIME: 15 Days Please read the full advertisement DESCRIPTION: This a Pushbutton type contract with the work performed on a callout basis. The work specified in this contract consists of the filling and removal of various species of dead or living, but otherwise undesirable trees and stumps within the right-of-way. All debris generated during tree filling and stump removal operations shall be removed and disposed of in accordance with Federal, State, and Local regulations. The cost of removal and disposal of all debris generated during tree filling operations, stump removal operations, and any required Maintenance of Traffic is to be included in the bid prices of the pay items listed in the Appendices. Budgetary ceiling for this contract is $200, CALL ORDER: 005 PROPOSAL ID: E3N45-R0 SECTION 0001 TREE TRIMMING AND REMOVAL (MH) E TREE REMOVAL (13" TO 24") EA E TREE REMOVAL (25" TO 36") EA E TREE REMOVAL (37" TO 48") EA E STUMP GRINDING (4" TO 24") EA E STUMP GRINDING (25" TO 48") EA Bid Solicitation Notice - Proposal Item Quantities Page 11

12 LETTING ID: CALL ORDER: 006 PROPOSAL ID: E3N46-R0 DISTRICT:03 (Maintenance) COUNTIES: DIST/ST-WIDE,,, ROAD NAME: DISTRICTWIDE ROUTINE MAINTENANCE LIMITS: DW Intersection Lighting & Signal Repair FINPROJ NO(S): FEDERAL AID NO(S): (*) N/A TOTAL ROADWAY LENGTH: MILES CONTRACT DAYS: TOTAL BRIDGE LENGTH: MILES LETTING DATE: 08/14/14 TOTAL PROPOSAL LENGTH: MILES CONTRACT EXECUTION DAYS: 10 SPECIAL START DATE: N/A BUDGET AMOUNT: $ 950, ACQUIS./FLEXIBLE START TIME: 15 Days Please read the full advertisement DESCRIPTION: Intent and scope is to provide a means whereby the Department can provide a quick response for resolving problems concerning roadway (primary and/or interstate) lighting and/or traffic signalization on a call-out basis. This could include upgrading older traffic signals with new approved (apl) equipment. Detailed pay item and signalization notes are included within the appendices. This contract has a budgetary ceiling of $950, A contractor experience form no (Traffic Signal Repair) is required to be submitted with bid. CALL ORDER: 006 PROPOSAL ID: E3N46-R0 SECTION 0001 CONCRETE SIDEWALK REPAIR (SY) MOBILIZATION LS TRAFFIC CONTROL OFFICER MH PORTABLE CHANGEABLE MESSAGE SIGN, TEMPORARY ED REMOVAL OF EXISTING CONCRETE PAVEMENT SY CONC SIDEWALK AND DRIVEWAYS, 6" THICK SY DETECTABLE WARNINGS SF COATING EXISTING STRUCTURAL STEEL SF 10, CONDUIT, FURNISH & INSTALL, OPEN TRENCH LF CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF CONDUIT, FURNISH & INSTALL, ABOVEGROUND LF SIGNAL CABLE- NEW OR RECONSTRUCTED INTERSECTION, FURNISH & INSTALL PI SIGNAL CABLE- REPAIR/REPLACE/OTHER, FURNISH & INSTALL LF SPAN WIRE ASSEMBLY, F&I, SINGLE POINT, DIAGONAL PI SPAN WIRE ASSEMBLY, F&I, SINGLE POINT, BOX OR DROP BOX PI SPAN WIRE ASSEMBLY, F&I, TWO POINT, DIAGONAL PI SPAN WIRE ASSEMBLY, F&I, TWO POINT, BOX PI FIBERGLASS INSULATOR, FURNISH & INSTALL LF PULL & SPLICE BOX, F&I, 13" x 24" COVER SIZE EA PULL & SPLICE BOX, F&I, 30" X 60" RECTANGULAR OR 36" ROUND COVER SIZE EA ELECTRICAL POWER SERVICE, F&I, OVERHEAD METER PURCHED BY CONTRACTOR FROM POWER COMPANY AS ELECTRICAL POWER SERVICE, F&I, UNDERGROUND, METER PURCHASED BY CONTRACTOR AS ELECTRICAL POWER SERVICE, REL OVERHEAD AS ELECTRICAL SERVICE WIRE LF PRESTRESSED CONCRETE POLE, F&I, TYPE P-II SERVICE POLE EA PRESTRESSED CONCRETE POLE, F&I, TYPE P-VI EA PRESTRESSED CONCRETE POLE, F&I, TYPE P-VII EA PRESTRESSED CONCRETE POLE, F&I, TYPE P-VIII EA PRESTRESSED CONCRETE POLE, F&I, CUSTOM DESIGN EA STRAIN POLE, WOOD, F&I, 50' EA ALUMINUM SIGNALS POLE, INSTALL EA STEEL MAST ARM,F&I, WIND SPEED-150,SINGLE ARM, W/0 LUMINAIRE-36 EA MAST ARM,F&I, WIND SPEED-150,SINGLE ARM,W/0 LUMINAIRE-46 EA MAST ARM,F&I, WIND SPEED-150,SINGLE ARM,W/0 LUMINAIRE-78 EA MAST ARM,F&I, WIND SPEED-150,DOUBLE ARM,W/0 LUMINAIRE, EA MAST ARM,F&I, WIND SPEED-150,DOUBLE ARM, W/0 LUMINAIRE, EA MAST ARM,F&I, WIND SPEED-150,DOUBLE ARM,W/0 LUMINAIRE, EA MAST ARM,F&I, WIND SPEED-150,DOUBLE ARM,W/0 LUMINAIRE, EA MAST ARM,F&I, WIND SPEED-150,DOUBLE ARM,W/0 LUMINAIRE, 70.5' EA Bid Solicitation Notice - Proposal Item Quantities Page 12

13 CALL ORDER: 006 PROPOSAL ID: E3N46-R0 AND 70.5' MAST ARM, INSTALL EA TRAFFIC SIGNAL, F&I, 1 SECTION, 1 WAY, POLYCARBONATE AS TRAFFIC SIGNAL, F&I, 3 SECTION, 1 WAY, POLYCARBONATE AS TRAFFIC SIGNAL, F&I, 5 SECTION, 1 WAY, POLYCARBONATE AS PEDESTRIAN SIGNAL, F&I, LED - COUNT DOWN, 1 DIRECTION AS PEDESTRIAN SIGNAL, F&I, LED - COUNT DOWN, 2 DIRECTIONS AS RECTANGULAR RAPID FLASHING BEACON, FURNISH & INSTALL- SOLAR POWERED, COMPLETE ASSEMBLY- SINGLE DIRECTION AS RECTANGULAR RAPID FLASHING BEACON, FURNISH & INSTALL- SOLAR POWERED, COMPLETE ASSEMBLY- BACK TO BACK AS RETROFIT EXISTING SIGNAL HEAD- AUXILIARIES, F&I, BLACK BACKPLATE WITH RETROREFLECTIVE BORDER EA RETROFIT EXISTING SIGNAL HEAD- AUXILIARIES, F&I, PIVOTALHANGER EA LOOP DETECTOR INDUCTIVE, F&I, TYPE 1 EA LOOP DETECTOR INDUCTIVE, F&I, TYPE 2 EA LOOP DETECTOR INDUCTIVE, F&I, TYPE 9 EA LOOP DETECTOR INDUCTIVE, F&I, TYPE 10 EA LOOP ASSEMBLY- F&I, TYPE A AS LOOP ASSEMBLY, F&I, TYPE B AS LOOP ASSEMBLY, F&I, TYPE F AS PEDESTRIAN DETECTOR, FURNISH & INSTALL, STANDARD EA PEDESTRIAN DETECTOR, FURNISH & INSTALL, ACCESSIBLE EA INTERSECTION CONTROL BEACON CONTROLLER ASSEMBLY, FURNISH & INSTALL AS TRAFFIC CONTROLLER ASSEMBLY, F&I, NEMA, 1 PREEMPTION AS TRAFFIC CONTROLLER ASSEMBLY, F&I,170,2 PREEMPTION PLANS AS TRAFFIC CONTROLLER ASSEMBLY, F&I, SPECIAL, 2 PREEMPTION PLANS AS TRAFFIC CONTROLLER ASSEMBLY, RELOCATE AS CONTROLLER ACCESSORIES, F&I, TYPE 3 TIME SWITCH EA CONTROLLER ACCESSORIES, F&I, MASTER CLOCK UNIT EA SYSTEM AUXILIARIES, F&I, UNINTERRUPTIBLE POWER SOURCE EA SIGNAL HEAD TRAFFIC ASSEMBLY REMOVAL EA SIGNAL PEDESTRIAN ASSEMBLY REMOVAL EA SIGNAL PEDESTAL REMOVAL EA POLE REMOVAL, SHALLOW, DIRECT BURIAL EA COMPLETE POLE REMOVAL- DEEP, DIRECT BURIAL EA COMPLETE POLE REMOVAL- DEEP, BOLT ON ATTACHMENT EA CONTROLLER ASSEMBLY, REMOVE, COMPLETE ASSEMBLY EA DETECTOR PEDESTRIAN ASSEMBLY REMOVE EA SPAN WIRE ASSEMBLY, REMOVE EA CONDUIT & CABLING- WITHIN INTERSECTION, REMOVE PI SIGNAL EQUIPMENT MISCELLANOUS REMOVE PI SINGLE POST SIGN, F&I GROUND MOUNT, SF AS SIGN PANEL, FURNISH & INSTALL OVERHEAD MOUNT, SF EA SIGN PANEL, FURNISH & INSTALL OVERHEAD MOUNT, SF EA SIGN PANEL, REMOVE, SF EA ELECTRONIC DISPLAY SIGN, FURNISH & INSTALL GROUND MOUNT- SOLAR POWER, SPEED FEEDBACK, UP TO 12 SF AS ELECTRONIC DISPLAY SIGN, FURNISH & INSTALL OVERHEAD MOUNT- AC POWERED, BLANK OUT SIGN, UP TO 12 SF AS SIGN BEACON, F&I GROUND MOUNT- SOLAR POWERED, ONE BEACON AS SIGN BEACON, F&I OVERHEAD MOUNT, ONE BEACON AS RETRO-REFLECTIVE PAVEMENT MARKERS EA THERMOPLASTIC, STANDARD, WHITE, SOLID, 8" LF THERMOPLASTIC, STANDARD, WHITE, SOLID, 12" LF THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" LF THERMOPLASTIC, STANDARD, WHITE, DOTTED/GUIDELINE/ 6-10 GAP EXTENSION, 6" LF THERMOPLASTIC, STANDARD, WHITE, MESSAGE EA THERMOPLASTIC, STANDARD, WHITE, ARROW EA THERMOPLASTIC, STANDARD, YELLOW, SOLID, 8" LF THERMOPLASTIC, STANDARD, YELLOW, DOTTED / GUIDELINE /6-10 GAP EXTENSION, 6" LF THERMOPLASTIC, REMOVE EXISTING THERMOPLASTIC PAVEMENT MARKINGS SF 2, Bid Solicitation Notice - Proposal Item Quantities Page 13

14 CALL ORDER: 006 PROPOSAL ID: E3N46-R0 E MOBILIZATION (EMERGENCY RESPONSE) EA Bid Solicitation Notice - Proposal Item Quantities Page 14

Ocoee, FL July 01, 2016 Advertisement No. 1

Ocoee, FL July 01, 2016 Advertisement No. 1 BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software

More information

Ocoee, FL May 13, 2016 Advertisement No. 1

Ocoee, FL May 13, 2016 Advertisement No. 1 BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL May 13, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software

More information

Building 5315. DEADLINE for PROPOSALS and PROPOSAL HOLDERS LIST

Building 5315. DEADLINE for PROPOSALS and PROPOSAL HOLDERS LIST BID SOLICITATION NOTICE - Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Orlando, Florida July 19, 2013 Advertisement No. 1 Bids for construction projects listed in

More information

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874 ADVERTISEMENT FOR LETTERS OF INTEREST FOR A DESIGN BUILD PROJECT (PROCUREMENT METHOD SHORTLISTING OF PROPOSERS WITH TECHNICAL AND PRICE EVALUATION BY ADJUSTED SCORE) PROCUREMENT NUMBER: E2N44 Financial

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

INVITATION TO BID OFFICE OF THE ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY ORLANDO, FLORIDA

INVITATION TO BID OFFICE OF THE ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY ORLANDO, FLORIDA INVITATION TO BID OFFICE OF THE ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY ORLANDO, FLORIDA Sealed Bids will be received in the office of the Orlando-Orange County Expressway Authority, 4974 ORL Tower

More information

BUSINESS DEVELOPMENT INITIATIVE SMALL BUSINESS PROGRAM GUIDANCE FOR RESERVING CONTRACTS

BUSINESS DEVELOPMENT INITIATIVE SMALL BUSINESS PROGRAM GUIDANCE FOR RESERVING CONTRACTS Construction/Maintenance Contracts and Design/Build Low Bid Contracts 1. Districts are responsible for reviewing their work program and identifying contracts that are good candidates for the Business Development

More information

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA Pu6lic Works works for the Public N., ICDPW DEPARTMENT OF PUBLIC WORKS S. 11th Street Centro, CA 92243 Tel: (442) 265-1818 Fax: (442) 265-1858 COUNTY OF IMPERIAL PUBLIC WORKS 155 S. 11 th Street El Centro,

More information

2014 Inlet Rehab Project II Various Locations

2014 Inlet Rehab Project II Various Locations 2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS

More information

Town of Maiden. Request for Proposals For Sign Replacement Project

Town of Maiden. Request for Proposals For Sign Replacement Project Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina

More information

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2 TABLE OF CONTENTS Title Page Purchasing and Contracts Division... 1 Purchasing Policies and Procedures... 1 The Competitive Process... 2 Vendor Participation... 2 Vendor Database... 2 Web Site Information...

More information

BUSINESS DEVELOPMENT INITIATIVE SMALL BUSINESS PROGRAM GUIDANCE FOR RESERVING CONTRACTS

BUSINESS DEVELOPMENT INITIATIVE SMALL BUSINESS PROGRAM GUIDANCE FOR RESERVING CONTRACTS Construction/Maintenance Contracts and Design/Build Low Bid Contracts 1. Districts are responsible for reviewing their work program and identifying contracts that are good candidates for the Business Development

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request

More information

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL INVITATION FOR BIDS RFP # 2014 01 RFP TITLE TREE TRIMMING SERVICES FOR POWER LINES ISSUE DATE June 28, 2013 DUE DATE July 29, 2013 at 2:00 PM IMPORTANT NOTE:

More information

ANY INVALID WILL NOT

ANY 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 information

Puget Sound Regional Council

Puget Sound Regional Council PSRC Request for Qualifications for On-Call Services for Communication and Public Involvement Consultant Services Solicited by the Released: September 15, 2009 Submissions Due: 4:00pm, October 6, 2009

More information

Puget Sound Regional Council

Puget Sound Regional Council Puget Sound Regional Council PSRC Request for Qualifications for Legal Services Consultant Services Solicited by the Puget Sound Regional Council Released: November 12, 2009 Submissions Due: 4:30pm, November

More information

ADVERTISING, SALE & AWARD

ADVERTISING, SALE & AWARD ADVERTISING, SALE & AWARD PRIMARY ROLES & RESPONSIBILITIES PRIMARY TASK ODOT LPA DEVELOP BID PROPOSAL If project estimate exceeds $500,000, submit engineer estimate to LPA Coordinator to obtain DBE goal.

More information

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO ADVERTISEMENT FOR BIDS Tree Clearing for Watson Drive City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, February

More information

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING

More information

Gasparilla Island Bridge Authority REQUEST FOR PROPOSALS LANDSCAPE SERVICES

Gasparilla Island Bridge Authority REQUEST FOR PROPOSALS LANDSCAPE SERVICES Gasparilla Island Bridge Authority REQUEST FOR PROPOSALS LANDSCAPE SERVICES RFP #2016-03 P.O. Box 1918 Boca Grande, Florida 33921 www.giba.us Kathy Banson-Verrico, Executive Director INTRODUCTION The State

More information

REQUEST FOR PROPOSAL Procurement of Landscaping Services

REQUEST FOR PROPOSAL Procurement of Landscaping Services City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012

More information

ATLANTA PUBLIC SCHOOLS

ATLANTA 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 information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS ADVERTISEMENT FOR BIDDERS Sealed Bids will be received by the City of Lookout Mountain, Georgia, 1214 Lulu Lake Road, Lookout Mountain, Georgia 30103, Attention: Brad Haven, City Manager until: for the

More information

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR A New High School Competition Gym RFP No. 052015-036 PROPOSALS ARE DUE 10:00

More information

AGENDA STAFF REPORT. ASR Control 15-000093

AGENDA STAFF REPORT. ASR Control 15-000093 AGENDA STAFF REPORT Agenda Item ASR Control 15-000093 MEETING DATE: 03/03/15 LEGAL ENTITY TAKING ACTION: Board of Supervisors BOARD OF SUPERVISORS DISTRICT(S): 2 SUBMITTING AGENCY/DEPARTMENT: John Wayne

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

REQUEST FOR PROPOSALS GENERAL PLANNING CONSULTANT SERVICES RFP #16-01 http://www.pinellascounty.org/mpo/gpcrfp.htm

REQUEST FOR PROPOSALS GENERAL PLANNING CONSULTANT SERVICES RFP #16-01 http://www.pinellascounty.org/mpo/gpcrfp.htm REQUEST FOR PROPOSALS GENERAL PLANNING CONSULTANT SERVICES RFP #16-01 http://www.pinellascounty.org/mpo/gpcrfp.htm 1. Purpose The Pinellas Planning Council (PPC) and Pinellas County Metropolitan Planning

More information

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY NEWPORT, RHODE ISLAND CONTRACT NO. 15-08

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY NEWPORT, RHODE ISLAND CONTRACT NO. 15-08 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY NEWPORT, RHODE ISLAND CONTRACT NO. 15-08 STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE)

More information

TABLE OF CONTENTS. Prefacej... 1

TABLE 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 information

NOTICE TO CONTRACTORS INVITATION FOR BIDS

NOTICE 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 information

NOTICE 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 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 information

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC

More information

City of Balch Springs, Texas. Request for Proposal (RFP 2016-2-15) Pipe Bursting Sewer Line Replacement

City of Balch Springs, Texas. Request for Proposal (RFP 2016-2-15) Pipe Bursting Sewer Line Replacement City of Balch Springs, Texas Request for Proposal (RFP 2016-2-15) Pipe Bursting Sewer Line Replacement Balch Springs is a city in Dallas County, Texas, United States. It is a suburb of Dallas and part

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining 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 information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section

More information

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION Notice is hereby given that the Duckett Creek Sanitary District will receive sealed proposals at the Duckett

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: March 12, 2014 Bid Number: 14-25 The City of Sikeston is soliciting bids for the resurfacing of four tennis courts. The sealed bids

More information

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply

More information

PUBLIC 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 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 information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS

SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS Return responses no later than Friday, January 15, 2016 by 2:00 PM (EST) to the attention: Jacksonville

More information

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE Request for Quote Inland Lakes School Indian River, Michigan For Phone System BID PACKAGE The deadline for sealed bids is May 26, 2016 at 12:00 PM at the following location: Inland Lakes School 4363 South

More information

How To Bid On A Building Project In San Jose

How To Bid On A Building Project In San Jose NOTICE TO CONTRACTORS INVITATION FOR BIDS The REDEVELOPMENT AGENCY OF THE CITY OF SAN JOSE invites sealed written proposals for the CIVIC AUDITORIUM BOILER SYSTEM REPLACEMENT PROJECT ( Project ), located

More information

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552 ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

More information

Request for Proposals Erate Category 1 Hosted VoIP Service Hinds County School District

Request for Proposals Erate Category 1 Hosted VoIP Service Hinds County School District Request for Proposals Erate Category 1 Hosted VoIP Service Hinds County School District Notice to Bidders Notice is hereby given to interested bidders that the Hinds County School District will receive

More information

Invitation for Bid Sewer Repair Project

Invitation for Bid Sewer Repair Project Invitation for Bid Sewer Repair Project Section 1 History, Objective, Required Services, and Specifications Objective Repair/Replace a collapsing sewer line consisting of terra cotta clay and concrete.

More information

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are

More information

Exhibit D CONTRACT DOCUMENTS

Exhibit D CONTRACT DOCUMENTS Exhibit D CONTRACT DOCUMENTS Table of Contents: PUBLIC CONSTRUCTION BOND... 1 CONTRACT... 3 CONSENT OF SURETY TO FINAL PAYMENT... 7 PROPOSAL/BID BOND... 8 AFFIDAVIT... 9 NON COLLUSION AFFIDAVIT... 10 SCRUTINIZED

More information

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT JANUARY 2015 1 INVITATION TO BID Sealed Bids will be received

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY 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 information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS 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 information

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

The Change in Status is used to start, suspend or resume time charges on a project or to indicate that the project is completed.

The Change in Status is used to start, suspend or resume time charges on a project or to indicate that the project is completed. CONSTRUCTION STATUS The Change in Status is used to start, suspend or resume time charges on a project or to indicate that the project is completed. Depending on the type of completion date shown in the

More information

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Translation 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 information

INVITATION TO BID Quail Dunes Golf Course Golf Cars

INVITATION TO BID Quail Dunes Golf Course Golf Cars INVITATION TO BID The is accepting sealed bids to Lease or Lease Purchase 45 until 2:45 p.m. (our clock) on December 7, 2015 at City Hall located at 110 Main Street, Fort Morgan, Colorado 80701 at which

More information

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

CHAPTER 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 information

Section I - General. Page 1 of 5

Section I - General. Page 1 of 5 Section I - General City of Olivette Residential Sanitary Sewer Lateral Repair Program Policy & Procedures 1200 North Price Road, Olivette, MO 63132 P 314-993-0252 F 314-994-9862 A. The Owner of a single-family

More information

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: San Diego State University Basketball Practice Facility Project Number: 03400200 October 2013 San

More information

Asphaltic Wedge Paving

Asphaltic Wedge Paving OFFICIAL NOTICE ADVERTISEMENT FOR BIDS Notice is hereby given by the Town of Oregon, Dane County, Wisconsin, will receive sealed bids for Road Construction as listed in this request until 4:00 P.M., Local

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS The Town of Ayer s Department of Planning & Development seeks proposals from qualified consultants to provide the following services in the Town of Ayer: INFRASTRUCTURE PROJECT CONSULTANT

More information

RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER **********

RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER ********** RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER ********** February 11, 2014 DESCRIPTION The Invitation to Bid and Very High

More information

TRANSMISSION MAIN CATHODIC PROTECTION PROJECT NO. 14WA09

TRANSMISSION MAIN CATHODIC PROTECTION PROJECT NO. 14WA09 CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF TRANSMISSION MAIN CATHODIC PROTECTION PROJECT NO. 14WA09 TABLE OF CONTENTS CITY OF ROSEBURG PUBLIC WORKS DEPARTMENT DOUGLAS COUNTY, OREGON August 2015 PREPARED

More information

Joyce Plummer, Procurement Agent

Joyce Plummer, Procurement Agent FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4568 Fax: (850) 414-4951 ADDENDUM NO. 2 DATE: August 14, 2013 RFP NO:

More information

11-20-14 LETTING: 12-17-14 Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION 514126525 U077-018 KA 4101-01 CONTRACT PROPOSAL

11-20-14 LETTING: 12-17-14 Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION 514126525 U077-018 KA 4101-01 CONTRACT PROPOSAL 11-20-14 LETTING: 12-17-14 Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION 514126525 U077-018 KA 4101-01 CONTRACT PROPOSAL 1. The Secretary of Transportation of the State of Kansas [Secretary] will accept

More information

FIRM APPROVAL OF BIDDER'S PROOF OF RESPONSIBILITY DATE RECEIVED PRE-QUALIFIED BY DATE CLASS OF WORK DESCRIPTION OF JOB LOCATION OF JOB DEPARTMENT

FIRM APPROVAL OF BIDDER'S PROOF OF RESPONSIBILITY DATE RECEIVED PRE-QUALIFIED BY DATE CLASS OF WORK DESCRIPTION OF JOB LOCATION OF JOB DEPARTMENT To: Shelly Billingsley, P.E. Director of Engineering Division 625 52nd Street Kenosha, Wisconsin 53140 FIRM APPROVAL OF BIDDER'S PROOF OF RESPONSIBILITY DATE RECEIVED PRE-QUALIFIED BY DATE CLASS OF WORK

More information

Agency for Persons with Disabilities State of Florida Tacachale BIOHAZARD WASTE REMOVAL ITB # APD 11-002

Agency for Persons with Disabilities State of Florida Tacachale BIOHAZARD WASTE REMOVAL ITB # APD 11-002 Agency for Persons with Disabilities State of Florida Tacachale INVITATION TO BID (ITB) FOR BIOHAZARD WASTE REMOVAL ITB # APD 11-002 COMMODITY CODE: 991-100 Bid Opening Date: October 14, 2011 at 1:30 P.M.

More information

(1) General Regulations for Oversize/Overweight Permits. (A) In the design and fabrication of all vehicles, machinery, equipment, structures,

(1) General Regulations for Oversize/Overweight Permits. (A) In the design and fabrication of all vehicles, machinery, equipment, structures, (1) General Regulations for Oversize/Overweight Permits. (A) In the design and fabrication of all vehicles, machinery, equipment, structures, buildings, or other units or components, careful consideration

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com

More information

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m.

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m. REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES RFQ Release Date: August 3, 2015 Quote Due Date: August 21, 2015 at 5:00 p.m. SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA) 25363 Eureka Rd. Taylor, MI 48180

More information

INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16

INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16 INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16 ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. IMPORTANT:

More information

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015 REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT August 10, 2015 The City of Rome, Georgia is requesting proposals from qualified firms to provide Check Processing

More information

THIS PAGE IS INTENTIONALLY BLANK

THIS PAGE IS INTENTIONALLY BLANK THIS PAGE IS INTENTIONALLY BLANK BARRE Federal Aid Project No. STP-002S(688)X Reconstruction of Barre Common and Related Work (Including Street Lighting) along Routes 32/122 (West and Summer) and Adjacent

More information

THIS IS NOT AN ORDER INVITATION TO QUOTE (ITQ) ITQ NO.: IQ9800-0/20 GOLF BALL RETRIEVAL SERVICES

THIS IS NOT AN ORDER INVITATION TO QUOTE (ITQ) ITQ NO.: IQ9800-0/20 GOLF BALL RETRIEVAL SERVICES THIS IS NOT AN ORDER INVITATION TO QUOTE (ITQ) ITQ NO.: IQ9800-0/20 GOLF BALL RETRIEVAL SERVICES CONTACT PERSON: Jose Cardona DUE DATE: 01/15/2014 PHONE: 305-375-1082 TIME: 2:00 PM E-MAIL: cardoj@miamidade.gov

More information

MISSOURI. MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF FOR CONSTRUCTING OR IMPROVING

MISSOURI. MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF FOR CONSTRUCTING OR IMPROVING MISSOURI MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF Name Addres s FOR CONSTRUCTING OR IMPROVING Central Office Warehouse Renovation Phase I Jefferson City, Missouri

More information

Right-of-Way Use Permit Application Instructions

Right-of-Way Use Permit Application Instructions Please type or print clearly. Incomplete applications will not be processed. Typical processing time is 5 business days. 1. Property Address (MANDATORY) Applicant must provide a physical property address

More information

Request for Proposals

Request 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 information

WORKFORCE ALLIANCE, INC. PROCUREMENT INSTRUCTIONS REQUEST FOR PROPOSALS FOR OFFICE MOVING SERVICES RELEASED NOVEMBER 1, 2013, / DUE NOVEMBER 27, 2013

WORKFORCE ALLIANCE, INC. PROCUREMENT INSTRUCTIONS REQUEST FOR PROPOSALS FOR OFFICE MOVING SERVICES RELEASED NOVEMBER 1, 2013, / DUE NOVEMBER 27, 2013 WORKFORCE ALLIANCE, INC. PROCUREMENT INSTRUCTIONS REQUEST FOR PROPOSALS FOR OFFICE MOVING SERVICES Workforce Alliance, Inc. (Alliance) is requesting sealed proposals from Vendors for the provision of Office

More information

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT The County of Cumberland, a county of the fourth class, is accepting proposals from qualified firms to provide telephone services

More information

REQUEST FOR COMPETITIVE SEALED PROPOSALS STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD

REQUEST FOR COMPETITIVE SEALED PROPOSALS STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD The Dripping Springs Independent School District ( DSISD or the District ) is requesting Competitive

More information

The School Board of Miami-Dade County, Florida Department of Contractor Prequalification Frequently Asked Questions and Answers

The School Board of Miami-Dade County, Florida Department of Contractor Prequalification Frequently Asked Questions and Answers The School Board of Miami-Dade County, Florida Department of Contractor Prequalification Frequently Asked Questions and Answers Question 1: How long will the prequalification process take? Answer: The

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

More information

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects Pursuant to Revised Statute of Missouri Section 8.250(3), Ozarks Technical

More information

Center Unified School District

Center Unified School District 8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D

More information

REQUEST FOR PROPOSAL. Audio Visual Services

REQUEST FOR PROPOSAL. Audio Visual Services REQUEST FOR PROPOSAL The Mid-Ohio Regional Planning Commission (MORPC) is requesting statements of qualification from interested and qualified firms to provide audio visual services to be completed for

More information

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS A. PURPOSE: The Collingswood Board of Education is seeking proposals through the EUS procurement process

More information

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION April 25, 2014 DUE DATE/LOCATION: Friday, May 9, 2014 Bid forms and references are due by 9:30 A.M. at:

More information

Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software Prepared by Business Administration BELGRADE PUBLIC SCHOOLS INVITATION TO SUBMIT

More information

GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS. Perley Elementary School Roof Replacement Project DESIGN SERVICES

GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS. Perley Elementary School Roof Replacement Project DESIGN SERVICES GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS Perley Elementary School Roof Replacement Project DESIGN SERVICES The Georgetown School Committee seeks proposals for Design Services in connection with

More information

Name of Purchaser. Sale Name Award Date Termination Date

Name of Purchaser. Sale Name Award Date Termination Date U.S. DEPARTMENT OF AGRICULTURE FOREST SERVICE Name of Purchaser TIMBER SALE CONTRACT (Applicable to Sales to be Scaled after Felling) National Forest Ranger District Region Contract Number Sale Name Award

More information

HOMER 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 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 information

SAW Loan Application PART B - PROJECT INFORMATION

SAW Loan Application PART B - PROJECT INFORMATION SAW Loan Application PART B - PROJECT INFORMATION Questions about Part B should be directed to your DEQ project manager. Project Name SAW Loan Number A. Part B Submittal Attachments For a project that

More information

COUNTY OF LOS ANGELES

COUNTY OF LOS ANGELES COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS Enriching Lives JAMES A. NOYES, Director 900 SOUTH FREMONT AVENUE ALHAMBRA, CALIFORNIA 91803-1331 Telephone: (626) 458-5100 www.ladpw.org ADDRESS ALL CORRESPONDENCE

More information

ATTACHMENT B PROPOSAL SUBMITTAL FORMS. For APPRAISAL REPORT SERVICES FOR PROPERTY INSURANCE PROGRAM RFP #0612-241

ATTACHMENT B PROPOSAL SUBMITTAL FORMS. For APPRAISAL REPORT SERVICES FOR PROPERTY INSURANCE PROGRAM RFP #0612-241 ATTACHMENT B PROPOSAL SUBMITTAL FORMS For APPRAISAL REPORT SERVICES FOR PROPERTY INSURANCE PROGRAM RFP #0612-241 FORM NAME Page General Company Information Form.. 2 Proposal Cost Summary Form.. 3 Signature

More information

SUBMISSION REQUIREMENTS

SUBMISSION REQUIREMENTS GREATER ORLANDO AVIATION AUTHORITY REQUEST FOR CONTRACTOR STATEMENT OF QUALIFICATIONS (RFQ) FOR BP-459 SECURED AREA ACCESS POINT CCTV IMPROVEMENTS ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS

More information

BID BLANK FIXED CAPITAL OUTLAY BUILDINGS. District 5 - DeLand. (Void if used by any bidder other than one this Form issued to)

BID BLANK FIXED CAPITAL OUTLAY BUILDINGS. District 5 - DeLand. (Void if used by any bidder other than one this Form issued to) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BID BLANK FIXED CAPITAL OUTLAY BUILDINGS 375-020-17 CONTRACTS ADMINISTRATION OGC - 09/13 Let by: District 5 - DeLand FINANCIAL PROJECT NO(S).: (Void if used

More information

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: August 10, 2012 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED TO AS OWNER,

More information