INVITATION TO BID (ITB) ITB # TAMPA DATA CENTER #2 INFRASTRUCTURE IMPROVEMENTS
|
|
|
- Hilary Piers Nelson
- 9 years ago
- Views:
Transcription
1 INVITATION TO BID (ITB) FOR ITB # TAMPA DATA CENTER #2 INFRASTRUCTURE IMPROVEMENTS Refer ALL Inquiries to Procurement Officer Barbara Carter, Procurement Officer Purchasing Department Citizens Property Insurance Corporation 2101 Maryland Circle Tallahassee, FL (850) Phone (850) Facsimile
2 Section 1.0 Project Overview and Timeline 1.1 Project Overview 1.2 Mandatory Pre-Bid Conference 1.3 Issuing Office 1.4 Submission of Bids 1.5 Calendar of Events Section 2.0 General Information 2.1 Company Background 2.2 Questions 2.3 Review and Evaluation of Bids Section 3.0 Statement of Work 3.1 Scope Overview 3.2 Scope of Work 3.3 Professional Services 3.4 General Constructions 3.5 Electrical Contractions 3.6 Mechanical Constructions 3.7 Low Voltage Constructions 3.8 Fire Protection Constructions 3.9 Schedule and Delivery 3.10 Warranties 3.11 Insurance Requirements 3.12 Access to Jobsite 3.13 Work Hours 3.14 Materials 3.15 Project Documents 3.16 Vendor Team 3.17 Required Providers 3.18 Required Certifications 3.19 References and History 3.20 Invoicing For Services 3.21 Vendor Requirements 3.22 Liquidated Damages 3.23 Payment and Performance Bonds TABLE OF CONTENTS Section Attachments: Attachment A Price Sheet & Response Submittal Form (fill out and return with response) Attachment B Firm s Experience and Reference Form (fill out and return with response) Attachment C Corporate Background Form (fill out and return with response) Attachment D Vendor Conflict of Interest Disclosure Form (fill out and return with response) Attachment E Diagram TPA-TE-CR1-Power Plan Computer Room Attachment F Diagram TPA-TEN-1-Electrical Riser Diagram Attachment G Diagram TPA-TEN-2 Modified Electrical Riser Attachment H Diagram TPA-TM-CR Mechanical Connections Computer Room Attachment I Diagram TPA-DC-FP Project DC2 Attachment J Standard Definitions Attachment K Rules of Procurement Attachment L Citizens Contract Terms and Conditions Attachment M Standard Terms and Conditions Attachment N Code of Ethics Attachment O Contract (draft) Page 2 of 13
3 SECTION 1.0 Project Overview and Timeline 1.1 Project Overview This Invitation to Bid (ITB) seeks a qualified general contractor to provide infrastructure improvements to Citizens Property Insurance Corporation (Citizens) Tampa Data Center #2 located in Tampa, Florida. 1.2 Mandatory Pre-Bid Conference In an effort to ensure that all Vendors are familiar with the conditions of the project site, a mandatory pre-bid conference will be held at the project site on the date and time specified in Section 1.5, Calendar of Events. Failure to attend this mandatory meeting and walk-through will result in disqualification to bid on these projects. Exception: Companies that submitted a written response to ITB# are exempt from attending above specified mandatory pre-bid meeting. Participation in the pre-bid conference for ITB# is deemed as meeting this mandatory requirement. 1.3 Issuing Office This Invitation to Bid is issued by the Purchasing Department of Citizens Property Insurance Corporation. The Purchasing Department is the sole point of contact concerning this solicitation. All communication must be done through the below specified Purchasing Representative: Barbara Carter, Procurement Officer Purchasing Department Citizens Property Insurance Corporation 2101 Maryland Circle Tallahassee, Florida (850) [email protected] Note: From the date this solicitation is issued until a notice of recommended award, rejection of all bids or other notice is made, there shall be no contact related to the solicitation between a Vendor and any Citizens staff or member of the Board of Governors, with the exception of the above referenced Purchasing Officer or his/her designee. Any unauthorized contact may disqualify the Vendor from further consideration. 1.4 Submission of Bids The purpose of this solicitation is to demonstrate the Vendor s qualifications, competence and capacity to undertake services in conformity with the requirements specified in this solicitation. The bid response should demonstrate the qualifications of the Vendor and of the particular staff to be assigned to this engagement. Due to the fast response requested by Citizens, electronic responses are allowed. All Vendors are instructed to submit proposals ELECTRONICALLY as an attachment to Barbara Carter, Purchasing Officer, at [email protected] on or before due date and time specified in Section 1.5, Calendar of Events. In the subject line of your submission, please type Response to ITB # , Tampa Data Center #2 Infrastructure Improvements. 1.5 Calendar of Events Listed below is the calendar of important actions, with corresponding estimated dates or times by which the actions must be taken or completed. All listed times are local time in Tallahassee, Florida. Any change or modification to this calendar, modifications to this solicitation, or other important notices will be accomplished by the posting of an addendum on the Purchasing Department section of Citizens website which is located at the following address: ( It is each Vendor s responsibility to monitor Citizens Website for changes. Citizens is under no obligation to notify potential Vendors of the posting of an addendum, or underlying information contained in the addendum. No. Estimated Calendar of Events Date and Time 1. Invitation to Bid issued and published on Citizens website at: May 7, Mandatory Walk-Through and Pre-Bid Conference May 12, 2008 Page 3 of 13
4 @ 10 a.m. 3. Vendors Deadline for Questions May 15, 4 p.m. 4. Questions Posted on Website (via addendum) May 16, 5:00 p.m. 5. Bid Responses Due Electronic Submission ( ) May 21, 2 p.m. 6. Estimated Project Start Date June 2, Estimated Project Completion Date (45 calendar days) July 18, 2008 SECTION 2.0 GENERAL INFORMATION 2.1 Company Background Citizens Property Insurance Corporation is a statutorily-created entity effective August 1, 2002, that provides certain residential property and casualty insurance coverage to qualified risks in the State of Florida (the "State") as specified in Section (6), Florida Statutes, as amended (the "Act"). Citizens resulted from a legislativelymandated combination of the Florida Residential Property and Casualty Joint Underwriting Association ("FRPCJUA") and the Florida Windstorm Underwriting Association ("FWUA"). FRPCJUA was renamed Citizens and the rights, obligations, assets, liabilities and all insurance policies of FWUA were transferred to Citizens. FRPCJUA and FWUA both commonly referred to as "residual market mechanisms" were statutorily created associations to provide property insurance to persons unable to obtain coverage from a private insurer. Citizens operates pursuant to a Plan of Operation (the "Plan") approved by the Florida Department of Financial Services, Office of Insurance Regulation (the "Department") and under the supervision of an eight member Board of Governors. 2.2 Questions Vendors shall address all questions regarding this solicitation to the Procurement Officer. Questions must be RECEIVED NO LATER THAN the time and date reflected on the Calendar of Events. However, Citizens in its sole discretion reserves the right to answer any questions received after the deadline. Questions shall be answered by Citizens in accordance with the Calendar of Events. All questions submitted shall be published and answered in a manner that all Respondents will be able to view. Respondents shall not contact any other employee of Citizens or members of the Board of Governors for information with respect to this solicitation. 2.3 Review and Evaluation of Bids Citizens will review and evaluate the bids received in response to this solicitation, in compliance with the due dates specified in Section 1.5, Calendar of Events. The award will be made to the Vendor(s) meeting all qualifications, project schedule, mandatory requirements and providing the overall best cost to Citizens. Citizens reserves the right to make an award with or without further negotiations or discussions with the Vendor providing the overall best bid. Citizens also reserves the right to reject any and all bids if it is in the best interest of Citizens. Issuance of the solicitation in no way constitutes a commitment by Citizens to award a contract. This section is to provide an overview of the review and evaluation process. It follows the process from receipt of Bid to award of contract. Phase 1. Review of Price Proposals & Ranking According to Price: Each price sheet will be reviewed to determine compliance with the instructions in this solicitation. Pricing will be examined for completeness, and to determine if there are inconsistencies or inaccuracies, which may result in the bid being rejected by Citizens. No deviations, qualifications or counter offers will be accepted. All bid calculations will be verified for accuracy by Citizens staff. In the event that a mathematical error is identified, unit costs submitted by the Vendor will prevail. The Vendor that submits the price with the lowest cost to Page 4 of 13
5 Citizens, and that demonstrates its ability to meet all technical requirements and project timelines outlined in this solicitation, will be awarded the project. Phase 2. Review of Requested Attachments: Timely submitted bids will be reviewed by Citizens to determine if they comply with the attachments required with submission of solicitation. Failure to meet any of these requirements may render a bid non-responsive and result in rejection of the entire bid. SECTION 3.0 STATEMENT OF WORK 3.1 Scope Overview The Tampa Data Center existing computer room #2 shell space needs to have interior constructions which will permit the facility to properly support the critical business functions for the below operational platforms: Disaster Recovery (Primary) Enterprise Business Platforms Forthcoming Enterprise Initiatives Blade-centric platform deployments. The improvement of this space requires the addition of substantial electrical and mechanical connections to support Data Center facilities. The Tampa Data Center #2 has been initially assessed and audited for Electrical & HVAC plant capacity. Actual capacity assessment shall be the responsibility of a licensed engineer and shall be the financial responsibility of the awarded Vendor. These improvements will prepare the data center for a minimum operational life-cycle through Citizen s Property Insurance Corporation is requesting your firm to provide a bid for the turn-key installation of the scope of work identified herein. This scope of work is inclusive of Design-Build Construction Services. Services are inclusive of, but not limited to, Professional Engineering and Construction Management, which are to produce and deliver construction drawing documents (plans and specifications), ready for permitting and Owner use. Equipment commissioning services shall not be required as part of this scope of work. This project will require work to be performed at the following location: Tampa Data Center facility Citizen s Property Insurance Corporation 3802 Coconut Palm Drive Tampa, FL Scope of Work The below tabled information shall serve as the minimum Scope of Work, from which a turn-key price is requested. The Vendor is strongly encouraged to draw upon their experience when preparing their response and include any recognized missing project elements, which may create a significant change order post award. There shall be NO optional elements to this Scope of Work. All elements MUST be included. The Scope of Work for this project will be, at a minimum, as listed in the following sections. 3.3 Professional Services Item Description 1 Vendor shall provide professional engineering services for the disciplines in Section 3.3 items 2 through 6 below. Professional engineering services shall be retained throughout the construction process and shall include (a) preparation of permit drawings by a licensed engineer, (b) preparation of owner review drawings by a licensed engineer, (c) weekly construction observation reporting by a licensed engineer to ensure the quality and integrity of installation, and (d) as-built documentation submittals. All professional services will require field survey, measurement, and production of facility drawings. Citizens will not be providing engineering plans and Vendors shall NOT assume or rely on Citizens or Page 5 of 13
6 the building owner for the provision of usable engineering plans. 2 Vendor shall provide structural engineering review and design of all roofing elements relative to the HVAC scope of work in the IT communications rooms A & B. A certified letter shall be provided by the structural engineer stating that the integrity of existing roofing and bracing elements has not been compromised by their design. This letter shall be provided to Citizens with the Vendor s final project submittals for review by the property owner. 3 Vendor shall provide an engineering sealed letter from Civil Engineer stating the jurisdiction classification of the adjacent properties and abutting lands to this facility. The Civil Engineer shall also provide a current survey of utilities on the property. This survey shall NOT be required by Citizens for the submittal package to the property owner, but shall be required as part of the close-out documentation and as required by the Authority having jurisdiction. The site survey shall clearly indicate ALL utilities traversing the property, including but not limited to, Electrical, Mechanical, Telecommunications, Gas, and Sewer. 4 Vendor shall provide electrical engineering design of the power distribution elements relative to the supportive distribution service feed and branch circuit connections from the Main Switchboard to the Data Center 2 panel boards, UPS-E, UPS-E secondary PDU unit, & all HVAC equipment affected by this scope of work. 5 Vendor shall provide mechanical engineering design of all piping distribution elements relative to the drain & condensate connections to all HVAC equipment affected by this scope of work. 6 Vendor shall provide Fire Protection Engineering design of all piping distribution elements relative to the expansion of the existing Sapphire Clean Agent suppression system. 7 Vendor shall provide all permitting, payments, and code official responses required to pass inspections and approvals relative to this project scope of work. 8 Vendor shall provide cost control mechanisms for project QOS. 9 Vendor shall provide full time, on-site construction management services (on-site construction supervisor) throughout the duration of the project. These construction management services must be performed by the General Contractor and shall be responsible for the performance of all sub-contracted vendors associated with this scope of work. 3.4 General Constructions Item Description 1 Vendor shall provide patch and seal of the entire interior perimeter of Data Center #2 to prepare room for clean agent fire suppression. 2 Vendor shall provide exterior wall openings and seals for the communication of interconnecting piping and services required to support the HVAC equipment installation into Data Center #2 and IT communications closets A & B. 3 Vendor shall provide jobsite waste management and post-construction cleaning of the interior and exterior scope of work areas. 4 Vendor shall provide on-site, secure storage and handling for the safe keeping of Vendor furnished materials. 5 Vendor shall provide the construction of a 4-inch wall to divide existing Citizens mail room staff cubicles from the Data Center ramp. Page 6 of 13
7 3.5 Electrical Constructions Item Description 1 Vendor shall provide (1) new 480v, 3p, 400A service feeder and panel board in Data Center #2, to support branch circuit connections to UPS-E and all HVAC interior and exterior equipment. New service feeder shall originate from the existing main electrical switchboard. New service shall be protected by a shunt trip circuit breaker connected to the existing EPO system. New service shall include (min) of (1) 42 position, 480V,400A, 3p rated surface mounted panel board, 400A ST-MCB, 400A feeder from MSB, and a new MSB distribution breaker. The new panel board shall be labeled PNL HCC. 2 Vendor shall provide phased amp-probe measurements prior to construction efforts and post construction efforts, to validate the capacity of the electrical distribution system. 3 Vendor shall provide up to (5) EPO tie-in connections between new HVAC systems and existing EPO devices. **The existing services within Data Centers 1 & 2 shall remain operational through-out construction** 4 Vendor shall provide (1) new 480v, 3p, 150A equipment branch circuit from new panel HCC, routed overhead to the new UPS-E. 5 Rework (1) existing 480v, 3p, 40A equipment branch circuit from panel HCB (located in DC#1), routed beneath the raised floor system, to the new location of AC RP unit #9. 6 Vendor shall provide (1) new 480v, 3p, 40A equipment branch circuit from new panel HCC, routed beneath the raised floor system, to the new AC RP unit #10. Vendor shall provide (1) new 480v, 3p, 15A equipment branch circuit from new panel HCC to the new CU unit #10 on exterior of building. 7 Vendor shall provide (1) new 480v, 3p, 40A equipment branch circuit from new panel HCC, routed beneath the raised floor system, to the new AC RP unit #11. Vendor shall provide (1) new 480v, 3p, 15A equipment branch circuit from new panel HCC to the new CU unit #11 on exterior of building. 8 Vendor shall provide (1) new 480v, 3p, 40A equipment branch circuit from new panel HCC, routed beneath the raised floor system, to the new AC RP unit #12. Vendor shall provide (1) new 480v, 3p, 15A equipment branch circuit from new panel HCC to the new CU unit #12 on exterior of building. 9 Vendor shall provide (1) new 480v, 3p, 40A equipment branch circuit from new panel HCC, routed beneath the raised floor system, to the new AC RP unit #13. Vendor shall provide (1) new 480v, 3p, 15A equipment branch circuit from new panel HCC to the new CU unit #13 on exterior of building. 10 Vendor shall provide branch circuit connections to (2) new IT closet AC units and matched condensing units on roof. 11 Vendor shall provide (1) new 208v, 3p, 225A sub-distribution feeder from existing UPS-E 225A subfeed breaker to new, owner provided 208v, 3P, 60kPDU-E. Make all field connections. Page 7 of 13
8 12 Vendor shall provide (min) 200 linear feet of ladder type cable tray for inter cabinet distribution support of low voltage cabling. Ladder tray system shall conform with distribution scheme within Data Center #1. 13 Vendor shall provide demolition of existing electrical conduit and circuitry from MGE-UPS sub-panel to unused receptacle locations within Data Center #2. 14 Vendor shall provide demolition of step down transformer and sub-panel located on the secondary side of the MGE UPS within Data Center # Mechanical Constructions Item Description 1 Vendor shall provide under floor connections (drain line, condensate line) to AC RP unit #9 (formerly #7). 2 Vendor shall provide under floor connections (drain line, condensate line) to AC RP unit #10. 3 Vendor shall provide under floor connections (drain line, condensate line) to AC RP unit #11. 4 Vendor shall provide under floor connections (drain line, condensate line) to AC RP unit #12. 5 Vendor shall provide under floor connections (drain line, condensate line) to AC RP unit #13. 6 Vendor shall provide exterior wall penetration, seal, and condenser line connections between AC RP unit #9 and CU #7. 7 Vendor shall provide exterior wall penetration, seal, and condenser line connections between AC RP unit #10 and CU #10. 8 Vendor shall provide exterior wall penetration, seal, and condenser line connections between AC RP unit #11 and CU #11. 9 Vendor shall provide exterior wall penetration, seal, and condenser line connections between AC RP unit #12 and CU # Vendor shall provide concrete pad and curb constructions for (4) new condensing units #10, 11, 12, 13. Include all constructions required to support condenser units to a matched elevation of the existing units. 11 Vendor shall provide all field terminations and industrial grade materials required to make field connections to Citizens furnished APC RP101 DX precision air systems and matched condensers. 12 Vendor shall provide services for the placement and installation of (4) new condenser units #10, 11, 12, Vendor shall provide boom truck / crane services for the placement and installation of (2) new closet AC condenser units. 14 Vendor shall provide roof curb constructions for (2) new IT closet AC condensing units. Include all constructions, flashings, penetrations, and seals to maintain integrity of roofing system. 15 Vendor shall provide all field terminations and industrial grade materials required to make field connections to (2) Citizens furnished Stulz, 9kW, ceiling mounted IT closet AC units for IT closets A & B. Vendor shall provide drain line connections and condensate line connections to matched condenser Page 8 of 13
9 units on roof. Provide roof bracing (as required) to ensure proper support of inside and exterior units. Model of Citizens furnished equipment is: Stulz #OHS-120-DAR with #SCS-144-DSA (Condenser). 16 Vendor shall provide the removal of existing building AC duct from Data Center #2. Remove duct work all the way back to the Air Handling Unit. Provide patch and seal of rated wall at supply and return penetrations. 3.7 Low Voltage Constructions Item Description 1 Vendor shall provide Cat6, UTP connections between all HVAC appliances and the central switching hardware for the environmental management system. 3.8 Fire Protection Constructions Item Description 1 Vendor shall provide the installation of the remaining Sapphire clean agent dispersion system within Data Center #2. The existing Sapphire system was designed to support this room. 3.9 Schedule & Delivery Citizens requires this scope of work to be completed in accordance with the project schedule provided in Section 1.5, Calendar of Events. All vendors are encouraged to identify and iterate opportunities which may accelerate the project schedule or improve the quality of delivery of the scope of work Warranties All installation and workmanship rendered, provided, or required to complete this scope of work shall carry: 1. A manufacturer warranty, as follows, where an installation interconnects or physically attaches elements of a common system. a. HVAC i. Data Center precision air conditioning APC Gold Authorized ii. IT Communication Closets Stulz Service Authorized b. Fiber Optic Cabling Corning EMP Authorized and Systimax Business Partner c. Copper Communications Cabling Commscope performance warranty 2. A standard material defect warranty of not less than one (1) year. 3. A general workmanship warranty of not less than ninety (90) days. All Vendors shall possess a minimum active manufacturer certification, as prescribed herein, to convey and entitle Citizens to the installation warranty described above Insurance Requirements Vendors agree to maintain the insurance coverages specified in the Contract Terms and Conditions (Attachment L, Item 2). Additionally, Citizens Property Insurance must be named as an additional insured on the certificate and copy of the certificate of insurance must be provided to the Purchasing Department prior to commencement of work. Certificate of Insurance shall be submitted to the Purchasing Department on or before June 2, Access to Jobsite Citizens facilities will be made available during the work hours indicated below. Access will be restricted via security badge. Vendors must provide the names and contact information for all foreman / lead personnel to Citizens Project Manager forty-eight (48) hours prior to arrival on site. Citizens Project Manager must be notified of all third party or carrier deliveries forty-eight (48) hours prior to arrival on site. Page 9 of 13
10 3.13 Work Hours Citizens facilities operate on a standard work week (Monday Friday; 7:30am 4:30pm). Unless otherwise specified, vendor will be expected to work during those standard work hours. If you believe that non-standard hours of work will be required to complete the requested scope within the specified project timeline, then you should clearly indicate in your response the additional hours and non-standard work week schedule required to complete the project. Due to the operational criticality of this data center, Citizens Data Center staff will require all vendors to provide a twenty-four (24) hour emergency point of contact, for handling and remedy of emergency issues, involving or affecting this scope of work Materials Commercial deliveries can be received at the jobsite with proper notice to Citizens; however, Citizens staff shall not be liable for the coordination or acceptance of any material delivery required to complete this scope of work. The Vendor shall be responsible for delivery of all materials, services, and solutions associated with the scope of work awarded to the vendor. The vendor shall deliver the goods and services specified herein (respective to scope), and all common and reasonable provisions associated with the supply of those goods and services, which could be considered necessary to complete their scope of work. Delivery responsibilities shall include, but not be unreasonably restricted, to the coordination of transport logistics, material unloads, material de-palletization & unpacking, trash removal, storage and staging. The Tampa facility has a receiving dock, but does not have excessive storage. The scope of work area within the project facility has a clear access path, which permits the movement of palletized supplies and equipment. This facility has a limited dumpster for waste disposal. It shall be the Vendor s responsibility to provide on-site waste containment and disposal of project created debris Project Documents Project documents related to this statement of work include: Section 3.0, Statement of Work Project Reference Drawings: o Attachment E Diagram TPA-TE-CR1-Power Plan Computer Room o Attachment F Diagram TPA-TEN-1-Electrical Riser Diagram o Attachment G Diagram TPA-TEN-2 Modified Electrical Riser o Attachment H Diagram TPA-TM-CR Mechanical Connections Computer Room o Attachment I Diagram TPA-DC-FP Project DC Vendor Team The Vendor shall provide to Citizens a list of all primary and sub-contract parties. The list shall clearly identify the following items for each Vendor on the Vendor team: 1. Legal name of the company. 2. Legal company address. 3. Verifiable telephone number. 4. Verifiable website address and or address. 5. Point of contact for the project. 6. Applicable manufacturer certifications (in accordance with the manufacturer certification requirements specified herein). 7. Copy of a verifiable active State of Florida Licensure. 8. Verifiable References (in accordance with the reference requirements herein) Required Providers Specific providers indicated herein currently support Data Center operational, warranty, and maintenance activities within this facility. The successful Vendor to this solicitation is required to engage these providers for those scope segments identified in the table below. The Vendor shall also clearly convey all subcontractor/vendor assignments of the project Scope of Work in their bid response (in Attachment A ). Page 10 of 13
11 Statement of Work Subcontractor/Vendor Assignment Requirement Example Vendor A Option / Recommended / Mandatory Section 3.3, Item 2, (to be filled in by vendor and returned with Vendor Option Professional Services bid response) Section 3.3, Item 3, (to be filled in by vendor and returned with Vendor Option Professional Services Section 3.3, Item 4, Profession Services bid response) ERS Engineering 5775 Timuquanna Road Jacksonville, FL Mr. Eric Schultz, PE Recommended Firm ERS Engineering is the recommended firm for these services due to their completion of the load study for this building. If submitting an alternative firm, include in your response the firm name and sufficient information to review firm s qualifications. Section 3.3, Item 5, Professional Services Section 3.3, Item 6, Professional Services ERS Engineering 5775 Timuquanna Road Jacksonville, FL Mr. Eric Schultz, PE United Fire Protection st. Court St. Petersburg, FL Mr. Rick Scott (727) Citizens reserves the right to accept or reject any alternative firm proposed. If alternative firm is rejected, Vendor will be required to use ERS Engineering. Recommended Firm ERS Engineering is the recommended firm for these services due to their completion of the load study for this building. If submitting an alternative firm, include in your response the firm name and sufficient information to review firm s qualifications. Citizens reserves the right to accept or reject any alternative firm proposed. If alternative firm is rejected, Vendor will be required to use ERS Engineering. Mandatory Firm Use (bidder must use only the identified vendor for work relating to this section) Vendor currently holds the bond and warranty on the operational disaster recovery site that must remain Page 11 of 13
12 Section 3.4 General Construction Section Electrical Section Mechanical Section 3.7 Low Voltage Section 3.8 Fire Protection (to be filled in by vendor and returned with bid response) (to be filled in by vendor and returned with bid response) (to be filled in by vendor and returned with bid response) (to be filled in by vendor and returned with bid response) United Fire Protection st. Court St. Petersburg, FL Mr. Rick Scott (727) operational through-out construction. Vendor Option Vendor Option Vendor Option Vendor Option Mandatory Firm Use (bidder must use only the identified vendor for work relating to this section) Vendor currently holds the bond and warranty on the operational disaster recovery site that must remain operational through-out construction Required Certifications The prime Vendor or contracted sub-vendor shall possess the proper manufacturer certification identified in the table below. This certification is required to preserve the operational functions, integrity and warranty of the current Data Center environment. The Vendor shall proved verifiable proof of this certification in their bid response. Statement of Work Manufacturer Certification Example Manufacturer A Level 1 Section Mechanical APC Gold Section 3.7 Low Voltage Commscope (Uniprise) UCI Section 3.8 Low Voltage Systimax Authorized Business Partner 3.19 References & History The prime Vendor and contracted sub-vendors shall possess the following minimum, verifiable references: 1. Five (5) years consecutive experience providing commercial construction services to critical operation environments. 2. Three (3) contact references for work experience performed within operational data center environments relative to live, mission critical loads (Attachment B ) Invoicing for Services Progress payments are allowed under this project. Vendor may submit invoices after thirty (30) days of work based on percentage of work completed. All services shall be billed and paid after project inspection and acceptance by Citizens Project Manager. All invoices must include purchase order number, project title, applicable supporting documentation, warranty information, maintenance documentation and any other relative documentation Vendor Requirements Each Vendor must, at a minimum, meet and maintain the requirements listed in the following sections. a. Professional Requirements Vendors must be licensed and registered with the State of Florida; Vendor shall maintain all required licenses for its work and will be responsible for obtaining all required permits; All personnel in the employ of Vendors shall be trained, licensed and insured, as required; Page 12 of 13
13 Vendors must provide proof of current general contractors license with response; b. Service Requirements Vendors shall furnish all materials and labor necessary to perform the services; All work shall be completed in a workmanlike manner according to standard practices and any additional specifications provided by Citizens; All parts, materials, and supplies used by Vendor shall be new and free of defects; Vendor shall warrant that all repairs and improvements provided as part of the services shall be free of defects in materials and workmanship for a period of one-year from the date of completion of each repair or improvement. Vendors must have adequate facilities, tools and equipment to provide the services both properly and expeditiously; Vendors must have local staff to support Citizens location specified in this solicitation; Vendors must have adequate staff and technical experience to provide the services both properly and expeditiously; Vendors shall arrange for all shipments and pay all costs for delivery of those components and consumables required to perform their work to the level of service agreed. The delivery and handling of system components and consumables must be in accordance with standard industry practices and manufacturer requirements, so as to maintain all original, material warranties; Vendors shall provide a wipe-cleaning of the work environment, equipment housings, and equipment rooms after all provided work; Vendors shall keep all work areas clean and free from all debris and rubbish, to the most reasonable extent possible. The Vendor shall remove all debris and rubbish from the work area daily and shall maintain the work area in a broom clean condition; 3.22 Liquidated Damages If the Vendor refuses or fails to perform the work with such diligence as will insure its completion with the specified calendar day time frame from the notice to proceed, Citizens may assess liquidated damages against the Vendor for delays beyond the contract completion date. If actual damages for any delay in completion time will be impossible to determine, as in lieu of actual damages, the Vendor and his sureties shall pay to Citizens as liquidated damages the sum as follows for this project: $1,000 per day for each calendar day of delay on completion of project; provided that the right of the Vendor to proceed shall not be terminated nor the Vendor has been charged with liquidated damages because of delays in the completion of work due to unforeseeable causes beyond the control and without fault or negligence of the Vendor Payment and Performance Bonds The successful Vendor shall furnish performance and payment bonds as security for the good faith performance of this project and for the payment of all persons performing labor on project and furnishing materials in connection with the project. The bonds shall be written by a surety licensed to do business in the State of Florida and shall be in a form satisfactory to Citizens. Bonds shall be submitted to Citizens prior to commencement of work. Payment and Performance Bonds shall be submitted to the Purchasing Department on or before June 2, Page 13 of 13
REQUEST FOR PROPOSAL WORKFORCE MANAGEMENT SOFTWARE RFP NO: 08-0029
REQUEST FOR PROPOSAL WORKFORCE MANAGEMENT SOFTWARE RFP NO: 08-0029 Addendum No. 1 Citizens Property Insurance Corporation (Citizens) hereby formally amends the solicitation. The amendments are as follows:
City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308
City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 PURPOSE: The purpose for this specification is to establish a 36 month service contract for maintenance and
ELECTRICAL CONTRACTORS THE UNIVERSITY OF TENNESSEE KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1
KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1 PART 1 - GENERAL 1.01 RELATED DOCUMENTS: SECTION 16050 A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1
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
Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information
Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document
UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES
UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES All Bids must be sent electronically to: [email protected] All communications should be addressed
Additional specific restrictions are laid out in the following bid packet. As a courtesy, we have provided the following summary of this bid.
Vendor Notice Please Read! Vendors, this RFP is being issued with the intent of utilizing Federal FCC E-rate funds. You MUST COMPLY with all rules and regulations associated with the E-rate program. If
Fire Damage Repairs, 2510 Burton Street
Fire Damage Repairs, 2510 Burton Street Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes from Class B General Building Contractors (Contractor) to provide
REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS
SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This
Request for Proposal
Request for Proposal Central Library Building Assessment Review Issued by: Regina Public Library P.O. Box 2311 2311 12 th Avenue Regina, Saskatchewan S4P 3Z5 Issue Date: May 22, 2014 Closing Date: June
CHAPTER 11 APPEALS AND DISPUTES
CHAPTER 11 APPEALS AND DISPUTES In this Chapter look for... 11. General 11.1 Deleted 11.2 Administrative Appeals 11.3 Disputes 11.4 Alternative Dispute Resolution (ADR) 11. General. The Virginia Public
CONTRACT DATA SHEET TELEPHONE/DATA INSTALLATION & REPAIR CONTRACT #: 1015-14 CONTRACT DATES: 12/16/14-11/30/15
CONTRACT DATA SHEET Monroe County Division of Purchasing 200 County Office Building, Rochester NY 14614 TITLE: TELEPHONE/DATA INSTALLATION & REPAIR CONTRACT #: 1015-14 CONTRACT DATES: 12/16/14-11/30/15
Invitation to Bid FIRE ALARM & DETECTION SYSTEM
Invitation to Bid FIRE ALARM & DETECTION SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066
How To Get A Job Done
CUMBERLAND COUNTY COMMUNITY DEVELOPMENT (CCCD) HOUSING REHABILITATION PROGRAM PO DRAWER 1829 707 EXECUTIVE PLACE FAYETTEVILLE, NC 28302-1829 CONTRACTOR QUALIFICATIONS: REHABILITATION CONTRACTOR'S HANDBOOK
State Health Benefit Plan Procurement Policy
State Health Benefit Plan Procurement Policy 1. Introduction 1.1 Purpose The mission of the Department of Community Health (DCH) Office of Procurement Services (OPS) is to obtain quality goods and services
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:
Robla School District
Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School
REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT
ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive
Scope Statement for North Carolina State University. Administrative Computing Services. Disaster Recovery Services
Authorization to Award to Vendor: Inflow Group, Inc. February 18, 2002 Scope Statement for North Carolina State University Disaster Recovery Services BCRS Contract Attachment #3 #ITS-000826 December 14,
REQUEST FOR PROPOSALS
ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: [email protected] REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued
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...
AGREEMENT FOR PROFESSIONAL DESIGN SERVICES
AGREEMENT FOR PROFESSIONAL DESIGN SERVICES This Professional Design Services (this "Agreement"), made as of 20 by and between the University of Cincinnati (the "University") by the Division of Administration
BID SPECIFICATION PACKAGE
REQUEST FOR PROPOSALS: E-RATE TELEPHONE SYSTEM & COMPLETE INTERNAL CONNECTIONS BID SPECIFICATION PACKAGE FOR: HOUSTON GATEWAY ACADEMY, INC. REQUEST FOR PROPOSAL Telephone System for Houston Gateway Academy,
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] ADDENDUM NO. 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation
INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS
INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may
Request for Qualifications 2015-162
Kitsap County Human Services Department Request for Qualifications 2015-162 Architectural and Project Management Services - Kitsap County Work Release Facility Remodel Response Deadline: November 17, 2015
To receive consideration, bids must be submitted in accordance to the following instructions:
CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as
a. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and
NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law
Page 1 NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law *** This file includes all Regulations adopted and published through the *** *** New Jersey Register,
REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT
REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT PREPARED BY: EXETER FIRE DEPARTMENT 20 COURT STREET EXETER NH 03833 TABLE OF CONTENTS PAGE INVITATION
REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES
REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES Issued by: City of Clewiston 115 W. Ventura Avenue Clewiston, Florida 33440 September 30, 2015 1 REQUEST FOR PROPOSALS FOR FINANCIAL AUDIT SERVICES
a. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified
Request for Proposal No. 15-01 Moving Services
Request for Proposal No. 15-01 Moving Services March 30, 2015 Closing Location Main Switchboard Peterborough County-City Health Unit 10 Hospital Drive, Peterborough, ON K9J 8NM1 Closing date and time Responses
REQUEST FOR INFORMATION (RFI) RFI No. 16-0012 FOR INFORMATION TECHNOLOGY DISASTER RECOVERY AND COLOCATION DATA CENTER SOLUTIONS
REQUEST FOR INFORMATION (RFI) RFI No. 16-0012 FOR INFORMATION TECHNOLOGY DISASTER RECOVERY AND COLOCATION DATA CENTER SOLUTIONS Refer ALL Inquiries to: Michael Talbot, Procurement Officer Purchasing Department
NOTICE 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
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
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,
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
Washington County School District Request for Proposal School Bus Fleet Tracking System RFP #TD 1011
Request for Proposal I. GENERAL A. Intent of Request for Proposal (RFP) The purpose of this Request for Proposal is to solicit sealed, competitive proposals from vendors qualified and experienced to provide
REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring
MCC13-04 REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring Manchester Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Manchester
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:
Air Conditioning Maintenance Services
Town of Lauderdale-By-The-Sea REQUEST FOR PROPOSAL No. 14-05-01 Air Conditioning Maintenance Services RFP OPENING: July 29, 2014 2:00P.M. Town Hall 4501 Ocean Drive Lauderdale-By-The-Sea, FL 33308 acs
Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1
Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222
RULES AND REGULATIONS CONTRACTOR WORK
RULES AND REGULATIONS CONTRACTOR WORK CARILLON 227 West Trade Street Suite 330 Charlotte, NC 28202 The following Rules and Regulations shall govern the operation of contractor work in the Building. For
1 RCNY 101-07 CHAPTER 100
1 RCNY 101-07 CHAPTER 100 Subchapter A Administration 101-07 Approved Agencies. (a) Definitions. For the purposes of this section, all terms used herein shall have the same meanings as set forth in the
Members, Council of Presidents. Advertisements for Architect/Engineer and Construction Manager Services and Calls for Bid
July, 2003 MEMORANDUM UCF-05.01-07/03 TO: Members, Council of Presidents FROM: SUBJECT: Advertisements for Architect/Engineer and Construction Manager Services and Calls for Bid AUTHORITY: Sections 240.209(3)(p),
Request for Proposals for Photovoltaic System Installation
Request for Proposals for Photovoltaic System Installation Presented by: Prepared by: Location: Contact: Date: Capitol Hill Housing Foundation Bonneville Environmental Foundation, Renewable Energy Group
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. TxDOT 9628622 INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION This specification is a product of the Texas
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement
2301.1 Scope: Communications and Electronic Systems addressed in this section include:
Chapter 23 COMMUNICATIONS / ELECTRONIC SYSTEMS SECTION 2301 - GENERAL 2301.1 Scope: Communications and Electronic Systems addressed in this section include: 1. Fire Alarm System 2. Telecommunication and
Sidewalk Rehabilitation Program
REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice
Request for Proposals. St Charles CUSD 303 ERATE PROGRAM INTERNET SERVICES
Request for Proposals St Charles CUSD 303 ERATE PROGRAM INTERNET SERVICES Table of Contents 1. BACKGROUND 3 2. EVALUATION CRITERIA. 7 3. PURPOSE AND SCOPE.. 7 4. GENERAL CONFIGURATION & REQUIREMENTS 7
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
NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING
NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING This Agreement is hereby entered into by and between Piedmont Triad Regional Council (herein Contractor ) and (Subcontractor)
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
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
City of La Vernia 102 E. Chihuahua Street, La Vernia, Texas 78121 Phone: (830)779-4541 Fax: (830) 253-1198 cityoflavernia@lavernia-tx.
[email protected] Commercial New/Remodel Building Requirements This document is not meant to modify any Federal or State laws or City Ordinances. It is intended to be informative and to be
Section 1. The title of Section 101-07 of Subchapter A of Chapter 100 of Title 1 of the Rules of the City of New York is amended to read as follows:
Section 1. The title of Section 101-07 of Subchapter A of Chapter 100 of Title 1 of the Rules of the City of New York is amended to read as follows: 101-07 [Inspections and] [a] Approved [a] Agencies.
Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer
Conditions of Offer A1 The offer documents comprise the offer form, letter of invitation to offer (if any), these Conditions of Offer and Conditions of Contract (Works & Services), the Working with Queensland
Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES
City of DeBary Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES The City of DeBary, Florida is seeking standby
CHAPTER 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
MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS
MANTON CONSOLIDATED SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 16, 2010 1 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF MANTON
TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3
TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: CN-04-l-16 NSLC Contact: Email: Stephen Bayer
CITY OF BELL PROFESSIONAL CONSULTING SERVICES FOR ROOF REPAIRS TO CITY OWNED FACILITIES
CITY OF BELL 6330 PINE AVENUE BELL, CA 90201 PH: (323) 588-6211 FAX: (323) 771-9473 CITY OF BELL PROFESSIONAL CONSULTING SERVICES FOR ROOF REPAIRS TO CITY OWNED FACILITIES I. INTRODUCTION City of Bell
Form P ITEM DESCRIPTION UNIT ESTIMATED 12 MONTH QUANTITY
REQUEST FOR QUOTATION **THIS IS NOT AN ORDER** BOARD OF COUNTY COMMISSIONERS, PALM BEACH COUNTY PURCHASING DEPARTMENT 50 S. MILITARY TRAIL, SUITE 110, WEST PALM BEACH, FL 33415-3199 PHONE (561) 616-6823
AC Proposal Texarkana Regional Airport Airport Operations Director 201 Airport Drive Texarkana, AR 71854
I. INTRODUCTION This solicitation is being offered by Texarkana Airport Authority. The Airport is a public entity owned by the Cities of Texarkana, AR and Texarkana, TX. Funding for this project is being
NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS
NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE
The CITY OF BAYONNE is soliciting responses/proposals for the provision of the following professional services:
NOTICE POSTED: Decmber 23, 2014 DUE DATE: January 6, 2015 @ 10:00 a.m. prevailing time PUBLIC READING: All responses/proposals will be opened at the City Council Chambers on January 7, 2015 @ 10:00 a.m.
Section 010103 Summary of Work Contract 11-03 Security System, Network Infrastructure and UPS Power
Section 010103 Security System, Network Infrastructure and UPS Power Part 1 General 1.1 Summary (Non-inclusive) A. Section Includes: Construction operations required by Contract Documents, defines aspects
CONTENTS 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
REQUEST FOR QUOTATION
Requirement The City of Ottawa, hereinafter referred to as the City, is requesting the submission of quotations for the completion of masonry restoration at the Nepean Creative Arts Centre located at 35
Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City
Solicitation 2013-9 Emergency Disaster Cleanup Services Bid designation: Public Lehi City 11/4/2013 4:51 PM p. 1 Bid Number 2013-9 Bid Title Emergency Disaster Cleanup Services Emergency Disaster Cleanup
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the
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
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
Canterbury Park Pool Chamber Replacement
Requirement Request For Quotation To provide services, equipment and materials to replace the Concrete Pool Service & Drainage vault at the Canterbury Park Pool located at 2185 Arch Street, Ottawa, ON
PURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS This purchase order is subject to the following terms and conditions. The terms and conditions herein set forth constitute an offer by Purchaser and may be accepted
H.V.A.C. Design Plumbing Design
H.V.A.C. Design H.V.A.C. Design Mira Costa College Arts Complex CP Upgrade 1. PART 1 GENERAL 1.1. DESCRIPTION SECTION 23 09 00 HVAC INSTRUMENTATION AND CONTROL 2. PART 2 - PRODUCTS 2.1. Materials
$&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER)
Regular Session, 2001 $&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER) BY SENATOR SCHEDLER AN ACT To enact Part XXV of Chapter 1 of Title 22 of the Louisiana Revised Statutes
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,
Invitation to Bid (ITB) ITB15000677
Invitation to Bid (ITB) ITB15000677 ORACLE EXADATA STORAGE SERVER SUPPORT IDAHO DEPARTMENT OF HEALTH & WELFARE INFORMATION & TECHNOLOGY SERVICES DIVISION Date of Issuance: 05/21/2015 TABLE OF CONTENTS
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]
Article 1: Subject. Article 2: Orders - Order Confirmation
GENERAL CONDITIONS OF PURCHASE Article 1: Subject 1.1 The following general conditions of purchase (the "General Conditions") establish the contractual conditions governing the purchase of raw materials,
REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES
REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting proposals from qualified
REQUEST FOR QUOTATION
Requirement Interceptor Installation Cyrville Yard Period of Contract The successful bidder shall complete the work no later than 31 August 2015 Closing Date Quotations must be submitted no later than
MOUNTAIN EMPIRE UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL
MOUNTAIN EMPIRE UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL VOIP Communication System E-Rate Funding Year 2016 RFP No. 1004 Submittals due on or before: 3PM on January 15th, 2016 ATTN: Rob Foraker Information
REQUEST FOR PROPOSALS (RFP) For: Water Damage Repairs 1495 N. Tucker Ridge Rd. Okeechobee, FL 34974
REQUEST FOR PROPOSALS (RFP) For: Water Damage Repairs 1495 N. Tucker Ridge Rd. Okeechobee, FL 34974 RFP # STOFBR111715-1 Proposal Deadline Tuesday 11/30/2015 REQUEST FOR PROPOSALS PRE-BID Thursday 11/19/2015
REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL
REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL Dixie County, FL is seeking proposals from qualified firms interested in providing Disaster Debris Monitoring Services within
Purchasing a Business in Utah - RFP Approval Bid Process
REQUEST FOR PROPOSAL To Provide Services for RELEASE DATE: November 11, 2010 DUE DATE: December 10, 2010 2 p.m. Mark Hoss Purchasing Coordinator I. GENERAL TABLE OF CONTENTS PAGE A. Intent of Request for
Construction Management At-Risk
Oconee County Schools P.O. Box 146, 34 School Street Watkinsville, GA 30677 706-769-5130 706-769-3513 REQUEST FOR PROPOSALS ISSUE DATE: March 10, 2016 RFP REF: Construction Management At-Risk Construction
REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT
REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT 1 TABLE OF CONTENTS PAGE INVITATION FOR PROPOSALS 3 SPECIFICATIONS 4 ATTORNEY S FEES AND COSTS, INSURANCE
