Handbook No REV 2 CHAPTER 6. SEALED BIDS
|
|
|
- Cecilia Lawrence
- 9 years ago
- Views:
Transcription
1 CHAPTER 6. SEALED BIDS Handbook No REV General For all PHA contracting requirements above the small purchase threshold, competitive procurements are conducted by inviting sealed bids or by requesting competitive proposals. Both methods are effective ways of satisfying the PHA s contractual requirements. The requirements for sealed bidding are discussed in this chapter and requirements for competitive proposals are discussed in Chapter 7. This chapter only applies to contracts in excess of the Federal small purchase threshold. 6.2 Description Under sealed bids, the PHA publicly solicits bids and a firm fixed-price contract (lump sum or unit price) is awarded to the responsible bidder whose bid, conforming with all the material terms and conditions of the invitation for bids, is the lowest in price. Sealed bidding is the preferred method for procuring construction, supply, and non-complex service contracts in excess of the Federal small purchase threshold. However, PHAs may use competitive proposals for construction contracts. 6.3 When to Use Sealed Bids Sealed bidding should be used whenever the requirements in 24 CFR 85.36(d)(2)(i) can be met. 6.4 Alternate Bids PHAs should not request alternate bids, i.e., two different systems or types of projects. Instead, when necessary because of limited available funding, a PHA may specify the most expensive system as the base bid and list deductive alternates in inverse priority order. Thus, in the case of limited funding, deductive alternates may be taken in numerical order as listed until the award can be made within available funds. Example: If the full-scope base bid included complete repainting and cleaning of 75 apartments, Deduct Alternate #1 might delete cleaning of 25 apartments and Deduct Alternate #2 might delete all cleaning. In this way, PHAs can maximize the amount of work to be completed within a limited budget. Without alternates the project may have to be rebid if the full-scope price exceeds the available budget. 6.5 Invitation for Bids (IFB) (24 CFR 85.36(d)(2)) The IFB is the entire package of information necessary for potential bidders to submit a bid. The IFB includes a description of the supplies or services being purchased, any unique technical information, time and place of bid opening, time and place of site inspections or pre-bid conferences, a form for stating the bid price, and any required forms, as outlined below. A. IFB Package. The IFB packages for supplies, services, or construction are quite similar. The major difference is the length and complexity of the specifications or scope of work and the variety of attachments. All IFBs must be in writing. The basic documents to be included in an IFB package are: 6-1 2/2007
2 1. Cover Page with Table of Contents. States the name, address and phone number of the PHA, a person to contact for information regarding the solicitation, the project name and solicitation number, and a table of contents for the complete solicitation package. A sample IFB cover page is shown at Appendix Bid Form. This is the form on which bidders enter their bid or price(s). The form must be clear, accurate, and unambiguous. 3. Specification and Statement of Work. Description of the work or items required. See Chapter Form HUD-5369, Instructions to Bidders for Contracts, Public and Indian Housing Programs (construction) or form HUD-5369-B, Instructions to Offerors Non-Construction. 5. Form HUD-5369-A, Representations, Certifications, and Other Statements of Bidders, Public and Indian Housing Programs (construction) or form HUD-5369-C, Certifications and Representations of Offerors Non- Construction Contract. 6. Form HUD-5370, General Conditions of the Contract for Construction or form HUD-5370-C, General Conditions for Non-Construction Contracts, along with any appropriate Davis-Bacon or HUD wage decision for construction and maintenance work. B. Method of Solicitation. While any of the following methods can be employed, the Contracting Officer should choose the method, which, considering matters of economy, provides for full and open competition. 1. Advertising in newspapers or other print mediums of local or general circulations. A sample advertisement is provided in Appendix Advertising in various trade journals or publications. 3. E-Procurement. PHAs may conduct their public procurements through the internet using e-procurement systems. However, all e-procurements must otherwise be in compliance with 24 CFR 85.36, State and local requirements, and the PHA s own procurement policy. Steps must be taken to meet the requirements for full and open competition to avoid potential protests. C. Time Period for Solicitation. The solicitation must be run for a period sufficient to achieve effective competition, which, in the case of paid advertisements, should generally be run not less than once each week for two consecutive weeks. State or local law may impose additional advertising requirements. 6.6 Amendments If a change to the IFB, e.g., specifications, plans, date or time for bid opening, etc., becomes necessary after it has been issued, the change must be accomplished by issuing a written amendment, sometimes called an addendum. The amendment must indicate the IFB 2/
3 number, project title, issue date of the original IFB, and formally detail each change. Each amendment must be noted on the PHA s solicitation log. A copy of the amendment should be mailed to each prospective bidder who was provided the initial IFB package with acknowledgement required. If an amendment needs to be issued just before the scheduled bid opening date, the bid opening should be postponed for an adequate period of time to permit the potential bidders to fully analyze the change and to submit timely bids. A sample solicitation amendment is included at Appendix Pre-Bid Conference After the IFB is issued and before bids are due, the Contracting Officer may hold a pre-bid conference with prospective contractors to discuss the project requirements and details of the IFB. The conference should be attended by the Contracting Officer and supporting technical staff. A pre-bid conference is normally conducted for large or complex procurements. Notice of any scheduled conference should be included in the IFB. The timing of the conference should allow bidders enough time to review the IFB before the conference and adequate time to prepare or revise their bids before the bid opening. At the conference, the Contracting Officer should state that nothing said at the conference will change any of the terms of the IFB unless a subsequent written amendment to the solicitation is issued. A written summary of the conference should be made available to anyone requesting it. The summary should also be provided to all those who submitted IFBs or solicitations, not just those who attended the pre-bid conference. Attendance by offerors at the pre-bid conference, while desirable, should not be mandatory, and non-attendees should not be deemed non-responsive. The PHA should consider the need for all potential bidders to attend. Attendance may not be necessary for firms familiar with the work and others may be unable to schedule a representative to attend, although they may be well qualified to do the work at a reasonable price. To impose a requirement to attend a pre-bid conference could unnecessarily limit competition. 6.8 Canceling an IFB A. The PHA may cancel IFBs when necessary or when otherwise considered to be in the best interest of the PHA. A common reason for canceling an IFB is that the low bid significantly exceeds the PHA s budget (note, this is a good reason to consider the use of deductive alternate bids) or when the scope of work or specifications are found to be ambiguous or flawed, e.g., by the submission of wildly different bids or offer prices. Cancellations must be done in accordance with the PHA s written procurement policy and procedures. While it is not prohibited, the repeated cancellation of a single IFB or cancellation of multiple IFBs only serves to create a lack of confidence in the PHA s bidding process. Such actions may create the appearance that either the PHA does not really know what it wants, or that the PHA may be seeking a particular bidder or bidders. B. The Contracting Officer or designated procurement official shall document the procurement file with the reasons and supporting facts for canceling the IFB (24 CFR 85.36(b)(9)). 6.9 Bid Opening (24 CFR 85.36(d)(2)) The bid opening process shall be carried out as follows: A. Time and Place Certainty. Each bid must be dated and time-stamped immediately upon receipt by the PHA. Sealed bids should be stored in a locked bid box, cabinet, 6-3 2/2007
4 or safe to ensure that they are not opened or mishandled prior to the bid opening. A PHA staff person should standby just before the deadline to see that bids received at the proper location are date- and time-stamped expeditiously. Sealed bids received after the time specified in the IFB should be recorded as a late bid and kept unopened in the contract file. A late bid received before the award is made may only be considered in accordance with the procedures listed in the form HUD-5369, Item 5, or form HUD-5369-B, Item 6. B. Public Bid Opening Process. To ensure fairness in the award process, anyone is permitted to attend the bid opening. Bids shall be publicly opened on the scheduled date and time shown in the solicitation. The bid opening official (usually the Contracting Officer) reads aloud the bidders names and the bid prices. This information is recorded and may be made available for public inspection. No commitment or statement regarding contract award should be made to any bidder at the bid opening. C. Recording the Bids. As bids are publicly opened and read aloud, an abstract (sometimes referred to as a tabulation) of all bids is prepared showing the name of each bidder and their bid prices including alternates, if any. This abstract becomes part of the official contract file. The abstract is public information and a copy may be sent to interested parties when requested Mistakes in Bids A. General. Correction or withdrawal of bids requires careful consideration. The integrity of the competitive bidding system must be maintained, fairness ensured, and delays avoided. While bidders must be bound by their bids (the firm bid rule ), circumstances may arise where correction or withdrawal of bids is proper and may be permitted. B. Mistakes Before Bid Opening. Unless otherwise prohibited by State or local law, bidders shall be permitted to withdraw or modify their bids by written or facsimile notice prior to bid opening (see form HUD-5369, Item 5, and form HUD-5369-B, Item 6). C. Review of Bids for Mistakes. After the bid opening, the Contracting Officer should carefully review all bids to ensure that the bidders have not made any obvious mistakes in their bids, e.g., the sum of individual bid line items does not equal the total bid price. An item-by-item recalculation of the bid costs will often reveal the miscalculation or error. If a bidder appears to have made a mistake, the Contracting Officer should immediately notify a bidder of any apparent mistake in his/her bid and request verification of the bid as submitted. If the bidder is not present at bid opening, or if the Contracting Officer performs the bid review after opening takes place, the Contracting Officer should notify the bidder by phone. PHAs are strongly advised to confirm phone notifications with a follow-up letter containing the information communicated by phone. The Contracting Officer should place a copy of the letter or otherwise document the procurement file. D. Mistakes after Bid Opening. In general, bidders should not be permitted to change a bid after bid opening. In rare cases, the Contracting Officer may permit the revision of a bid if the bidder is able to present clear and convincing evidence, 2/
5 acceptable to the Contracting Officer, of a mistake and the intended bid price. Allowing changes to bids without appropriate evidence may compromise the integrity of the public bid process and serve to undermine public confidence in the PHA s bidding process. Therefore, the Contracting Officer should request as much evidence as he or she deems necessary. Examples of evidence may include: original work papers, bids from suppliers and subcontractors used to develop the bid, bonding or insurance evidence supporting a different bid price, etc. Failure or refusal by a bidder to provide adequate evidence shall result in the original bid remaining unchanged. PHA personnel should consult with their legal counsel before allowing a change in bid. If justified, a low bidder can be replaced with the next lowest bidder. E. Withdrawal of Bids. Withdrawal of a bid is permissible if there is an obvious error in the bid such as a math error, but the mistake must be readily apparent from the bid itself. A bidder may be permitted to withdraw a low bid if a mistake is clearly evident on the face of the bid document, but the intended correct bid is not similarly evident. A bidder may also be permitted to withdraw a low bid if the bidder submits written evidence that clearly and convincingly demonstrates that a mistake was made. The PHA should require written supporting evidence before allowing withdrawal by the bidder. If the PHA allows withdrawal, the bid bond should be returned to the bidder upon verification of the error. In cases of alleged mistakes or requests for withdrawal, the decision to allow a correction or withdrawal should only be made after consultation with the PHA s legal counsel Bonds/Guarantees (24 CFR 85.36(b); 24 CFR Part 1000) This section describes the specific bonding requirements for construction contracts of more than the Federal small purchase threshold. While PHAs may use sealed bidding for other types of materials and service contracts, the same bonding requirements do not apply. PHAs may adopt bonding requirements for these other sealed bidding contracts as they deem appropriate. A. General. In sealed bid construction contracts, three types of bonds or guarantees are required: a bid bond or guarantee, a performance bond, and a payment bond. The purpose of these bonds is to ensure bidders will honor their bids, complete work as contracted, and pay their subcontractors and suppliers. B. Definitions 1. Bid Bonds/Guarantees. A bid bond or guarantee is included in the bid package submitted by each bidder. The bonds or guarantees ensure that if awarded the contract, the bidder will accept and perform the work under the contract. It also ensures that the bidder will not attempt to withdraw or otherwise not fulfill the contract. Finally, the bid bond ensures that the bidder will execute the contractual documents that are required within the time specified in the solicitation, or forfeit all or part of the guarantee. A certified check, bank draft, U.S. Government Bonds at par value, bid bond secured by an acceptable surety company, or other negotiable instrument may be accepted as a bid guarantee. If the successful bidder refuses to sign the contract after award, the bid bond is forfeited and award will go to the next lowest responsive, responsible bidder. If there is not a responsive and responsible next lowest bidder, the procurement should be re-bid. If a bid bond or guarantee is not submitted with the bid, the 6-5 2/2007
6 PHA should reject the bid as non-responsive. The PHA should not return any bid bonds until the contract has been awarded and the required performance and payments bonds have been furnished, until all bids have been rejected, or the time specified for acceptance of bids has expired. 2. Performance Bonds. Performance bonds are means to ensure that the contract is successfully completed. The performance bond guarantees that if the contractor is unable to complete the contract, the surety company will step in to finish the work. In the case of a letter of credit or cash escrow, the PHA may use these funds to complete the contract work. 3. Payment Bonds. The payment bond is a method of ensuring that the contractor pays the subcontractors and suppliers. By requiring payment bonds, the PHA avoids becoming entangled in disputes concerning payment of subcontractors and suppliers by the general contractor. The surety underwriting the payment bond ensures the contractors and suppliers will be paid. Often, performance and payment bonds are combined into a single document. Failure to pay subcontractors for work performed in commercial contracts may often lead to the subcontractor filing a mechanic s lien against property owners to obtain payment for services rendered. PHA contracts require payment bonds to prevent this problem and ensure that no liens will be filed against any PHA building or lot of ground. Clause 24 of form HUD-5370, General Conditions of the Contract for Construction, clearly forbids the placement of liens and is binding on any contractor, subcontractor, and material supplier. C. Bonding Companies An acceptable surety (bonding) company is one that is authorized to do business in the State where the project is located and acceptable to HUD and the PHA. The surety must be listed on the most recently published U.S. Treasury Circular 570 (often referred to as the T-List). Individual sureties are not permitted. Circular 570 is available from the U.S. Department of the Treasury, Financial Management Service, Surety Bond Branch, Room 262C, th Street, S.W., Washington, D.C The T-List may also be accessed on the Internet at: c570/index.html. D. HUD Bonding Requirements for PHAs 1. In order to encourage participation by a broad range of competitors, including small and minority firms, HUD has provided for alternate bid and contract guaranties. These apply to all construction projects greater than $100,000, whether development or modernization, funded pursuant to the U.S. Housing Act of 1937, as amended. As a result, the contractors for all construction projects shall be required to submit the following bid and contract guarantees. Please note that only the bid bond is required at time of bid; however, one of the purposes of the bid bond is to provide the PHA with assurance that the successful bidder will indeed obtain the necessary performance and payment bonds. (There are no bonding requirements for non-construction projects; PHAs should only require bonds for non-construction where consistent with good business practice.) State or local laws or regulations may require a higher level 2/
7 of guarantees. Required bonds include a bid guarantee from each bidder, equivalent to 5% of the bid price, and one of the following: A performance and payment bond for 100% of the contract price; Separate payment and performance bonds each for 50% or more of the contract price; A 20% cash escrow; or A 25% irrevocable letter of credit. 2. The Contracting Officer, via form HUD-5369, has the option to select any one of the above contract guarantees. Careful consideration should be given to the selection, as the options vary greatly in degree of security provided to the PHA versus cost and degree of difficulty in obtaining by the contractor. E. Inadequate Surety. If the low bidder fails to provide an acceptable assurance of completion (payment and performance bonds) after award of the contract, the PHA should consider the bid guarantee forfeited and notify the surety company. The contract is then terminated for default. The amount to be recovered from the bid bond or guarantee should equal at least the difference between the defaulted bid and the next higher acceptable bid or the amount by which the bid accepted by resoliciting exceeds the defaulted contract Contract Award (24 CFR 85.36(d)(2)(ii)(D)) The following steps should be used in awarding a contract based on the sealed bids method of procurement: A. Evaluate Bids & Any Alternates 1. The apparent low bid should be evaluated according to the procedures outlined in the paragraphs below. If the apparent low bid exceeds the project budget, any deduct alternates should be applied to the bid prices, one at a time, to identify the bidder whose resulting price falls within the budget. If the first deduct alternate does not produce an acceptable bid, then the second alternate should be applied, and so on, until an acceptable price and bidder is identified. 2. If alternates are employed, and the apparent low bid falls below the available budget, a similar process of applying the alternates one at a time may be employed to identify the low bidder who includes the greatest number of alternates within the available funding. 3. The PHA should not use alternate prices as a way to select a preferred bidder. B. Determining Responsiveness & Contractor Responsibility. The next step in the contract award process is to review the low bid for responsiveness. 1. Responsiveness (24 CFR 85.36(b)(8)). To be considered responsive, a bid must conform to the material requirements of the IFB. The Contracting Officer must examine the low bid to be sure that the bidder did not alter the specifications or other terms and conditions (e.g., delivery schedules, payment terms, etc.) or 6-7 2/2007
8 attempt to impose different terms and conditions. If the bid does not conform to the solicitation, it must be rejected and the next lowest bid examined for responsiveness. Allowing a bidder to alter the material requirements of a solicitation gives the bidder an unfair advantage over the other bidders and destroys the integrity of the sealed bidding process. It also limits the PHA s rights in the contract. The Contracting Officer shall document his/her findings regarding the low bidder s responsiveness in the procurement file. Minor informalities (see paragraph D) are not grounds for determining a bid to be nonresponsive. 2. Responsibility. After determining the responsiveness of the low bid, the Contracting Officer shall determine if the bidder is responsible. See Chapter 10, paragraph 10.2.A, for detailed guidance on assessing responsibility. C. Equal Bids. In the rare case when two or more low bids are equal in all respects, the award should be decided by drawing lots or other random means of selection. Authority to use this method should be included in the PHA s Procurement Policy and stated in the IFB. D. Minor Informalities. The Contracting Officer may waive minor informalities or allow the bidder to correct them. Minor informalities are matters of form rather than substance. They are insignificant mistakes that can be waived or corrected without prejudice to the other bidders and have little or no effect on price, quantity, quality, delivery, or contractual conditions. Examples include failure to: return the number of signed bids required by the bid package; sign the bid, provided that the unsigned bid is accompanied by other documents indicating the bidder s intent to be bound (e.g., a signed cover letter or a bid guarantee); complete one or more certifications; or acknowledge receipt of an amendment or addendum, provided that it is clear from the bid that the bidder received the amendment/addendum and intended to be bound by its terms, or the amendment/addendum had a negligible effect on price, quantity, quality, or delivery. E. Rejection of Bids (24 CFR 85.36(b)(9)). Rejection of any bid during the evaluation process shall be fully documented, including all reasons for the rejection. Minor informalities in the bid may be waived, as described above. Any bid may be rejected if the Contracting Officer determines that the price is unreasonable. Determining a bid price to be unreasonable includes not only the total price of the bid, but the prices for individual items as well. Any bid may be rejected if the prices for any of the items are materially unbalanced (such as bidding a high price for the first items to be provided and then low prices for subsequent items). A bid is materially unbalanced if and when there is a reasonable doubt that the bid would result in the lowest overall cost to the PHA, even if it is the lowest bid, or if the bid is so grossly unbalanced that accepting it would amount to an advance payment. F. Award to the Lowest Responsive and Responsible Bidder (24 CFR 85.36(d)(2)(ii)(D)). After the Contracting Officer evaluates each bid, the responsive and responsible bidder that submits the bid whose dollar value is lowest overall and meets all specified requirements shall be awarded the contract. A sample contract award letter is included in Appendix 6. Unsuccessful bidders also should be notified in writing of the contract award. A sample notice is shown as Appendix 7. 2/
9 6.13 Bid Protests (24 CFR 85.36(b)(12)) Handbook No REV 2 Protests against the award of contracts shall be handled as described in Chapter 10, section Multi-Step Bids PHAs may use two-step or multi-step sealed bidding procedures where appropriate and if permitted by their procurement policy. The two-step procedure is designed to obtain the benefits of sealed bidding by awarding a contract to the lowest responsive, responsible bidder. Simultaneously, this procedure is designed to obtain the benefits of the competitive proposals method through soliciting technical offers and conducting discussions that evaluate and determine the acceptability of technical offers. Under the two-step sealed bidding process, technical proposals alone are requested first. Then the proposals are evaluated for acceptability and negotiations or discussions held, if necessary. In the second step, the normal sealed bid process is followed except that only bidders with acceptable technical proposals may bid, and each bidder s price is based on its own technical proposal. An example of this method would be equipment contracts with performance specifications rather than detailed design specifications, where the PHA needs a certain level of performance but is not specifying how this performance is achieved. These procedures offer certain advantages. First, two-step sealed bidding encourages competition for contracts since contractors who might not have competed on the basis of strict specifications under sealed bidding may participate in the first step of two step sealed bidding because alternative approaches to the project or the design specifications are encouraged. Second, because of the price competition of step two, the general aims and benefits of price competition are achieved. Third, step one allows the PHA to take full advantage of the industry s experience and creativity. Note: Two-step sealed bidding also has significant disadvantages. The process is generally time consuming and costly for both the PHA and bidders who must draw up detailed technical proposals to meet the specifications or statement of work. In addition, the two-step procedure may result in the procurement of a product or service that is not necessarily the best or most cost effective overall. In step two, bidders will generally bid on their least costly design in order to maximize their chances of success. Since the PHA is to accept the least costly proposal in step two, it may be compelled to turn down proposals which, though a bit higher priced, are superior technically to the lowest cost proposal. In addition, the flexibility and general unfamiliarity of the process lead to a greater likelihood of bid protests and contract disputes. It is also noted here that the Federal government has issued procedures in construction contracting for using a concept known as two-phase design-build selection procedures, similar to the two-step process outlined above. The process is described in detail in the Federal Acquisition Regulation (FAR) 48 CFR Chapter 1, Part 36, Subpart PHA procurement is not regulated by the FAR. This reference to the direction provided in it is purely for informational purposes /2007
Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement
Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following
24 CFR PART 85 85.36 Procurement. States. Procurement standards.
85.36 Procurement. (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non-federal funds. The State will
CHAPTER 7 PUBLIC WORKS LAW
7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed
COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670
COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 The Division of Central Services has developed this
An organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award.
85.36 Procurement (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non-federal funds. The State will
PROCUREMENT GUIDELINES OF THE DISTRICT OF COLUMBIA COURTS
PROCUREMENT GUIDELINES OF THE DISTRICT OF COLUMBIA COURTS APPROVED BY THE JOINT COMMITTEE ON JUDICIAL ADMINISTRATION EFFECTIVE JUNE 24, 1996 MARCH 21, 2011, AS AMENDED TABLE OF CONTENTS PAGE CHAPTER 1
HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING
HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING We appreciate your interest in doing business with the City of Wichita. We want to assure you of our interest in seeing
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
SUMMER FOOD SERVICE PROGRAM Procurement Standards
OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION Child Nutrition Services Old Capitol Building, PO BOX 47200 OLYMPIA, WA 98504-7200 (360) 725-6200 TTY (360) 664-3631 SUMMER FOOD SERVICE PROGRAM Procurement
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
Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015
Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy
DOING BUSINESS WITH CHARLOTTE-MECKLENBURG SCHOOLS A GUIDE FOR VENDORS. March 2007
DOING BUSINESS WITH CHARLOTTE-MECKLENBURG SCHOOLS A GUIDE FOR VENDORS March 2007 CONTACT INFORMATION: This Vendor Guide is intended to be an informational only publication to assist the business community
Overview 1) Grantee s procurement requirements must be in conformance with the appropriate applicable Federal, State, and local laws.
The award of Federal funds does not exempt the Grantee organization from compliance with State, and local requirements. When similar requirements exist at all levels, the rule of thumb is that the most
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
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...
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
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
North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services
North American Development Bank Model Bidding Document: Procurement of Goods, Works and Services Preface These model bidding documents have been prepared by the North American Development Bank (the Bank)
Policy Number: 3-803 Policy Name: Bidding and Source Selection Procedures
Page 1 3-803 Bidding and Source Selection Procedures A. Definitions In ABOR Policies 3-803 (Bidding and Source Selection Procedures) and 3-804 (Professional Services and Construction Services Procurement):
CHAPTER 5 PROCUREMENT OF CONSTRUCTION ARCHITECT-ENGINEER
CHAPTER 5 PROCUREMENT OF CONSTRUCTION ARCHITECT-ENGINEER AND LAND SURVEYING SERVICES 5101. Reserved. 5102. Responsibility for Selection of Methods of Construction Contracting Management. 5103. Bid Security
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
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...
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
Personal Service Contract Review Board March 2016
for Personal and Professional Services Procurement Personal Service Contract Review Board How to use this Guide This is an informational guide to be used as a resource for agencies in implementing the
PROCUREMENT STANDARD OPERATING PROCEDURES (SOP)
PROCUREMENT STANDARD OPERATING PROCEDURES (SOP) TABLE OF CONTENTS 1. RESPONSIBILITY 1.1 Responsibility for Acquisition 1.2 Responsibility for Procurement Planning 2. REQUISITION 2.1 Requisitions for Supplies,
HOW TO DO BUSINESS WITH THE STATE OF ALASKA
State of Alaska Department of Administration Division of General Services HOW TO DO BUSINESS WITH THE STATE OF ALASKA REVISED AUGUST 2013 PREPARED BY THE DIVISION OF GENERAL SERVICES, PURCHASING SECTION:
Lawrence University Procurement Policy for Federally Sponsored Projects
Lawrence University Procurement Policy for Federally Sponsored Projects PURPOSE Federal grants are taxpayer dollars entrusted to Lawrence University for the advancement of public good. It is incumbent
Project Management Procedures
1201 Main Street, Suite 1600 Columbia, South Carolina 29201 Project Management Procedures Start Up The grant becomes effective upon return of one copy of the grant award executed by the Chief Executive
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
How To Get Construction Procurement Services
Construction Procurement William C. Charvat, AIA, CSI Excerpt from The Architect s Handbook of Professional Practice, 13th edition 2000 The procurement of construction services brings together the team
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.
Bidding Requirements, Contract Forms and Conditions of the Contract INSTRUCTIONS TO BIDDERS Section 00100
1. Preparation of Bid Bidding Requirements, Contract Forms and Conditions of the Contract INSTRUCTIONS TO BIDDERS Section 00100 a. Bid Documents. Each Bidder must prepare its Bid in ink on forms furnished
Procedures for Tenders and Contracts. October 2014. Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14
Procedures for Tenders and Contracts October 2014 Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14 Huon Valley Council Procedures for Tenders and Contracts October 2014
The Procurement Guidelines of. the Japanese Grant Aid. (Type I-G)
The Procurement Guidelines of the Japanese Grant Aid JAPAN INTERNATIONAL COOPERATION AGENCY (JICA) 1 Table of Contents PART I Basic Principles... 4 I-1 Introduction... 4 I-2 Parties Concerned... 4 I-3
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:
Purchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes
Introduction A Guide for Contractors and Suppliers The Purchasing Office should be your first point of contact with the County. Our role is to bring together users and suppliers to ensure that the County
[AGENCY] CONTRACTS AND PROCUREMENT POLICY AND PROCEDURES MANUAL ADOPTED BY THE BOARD OF DIRECTORS [DATE]
[AGENCY] CONTRACTS AND PROCUREMENT POLICY AND PROCEDURES MANUAL ADOPTED BY THE BOARD OF DIRECTORS [DATE] TABLE OF CONTENTS 1. INTRODUCTION...1 1.1 COMPLIANCE...1 1.2 DOCUMENTATION...2 2. CODE OF ETHICS
SECTION 000100 - INSTRUCTIONS TO BIDDERS
SECTION 000100 - INSTRUCTIONS TO BIDDERS ARTICLE 1 - SPECIAL NOTICE TO BIDDERS These electronic specifications makeup a complete set of project bidding forms. The proposal form shall be executed and submitted
PERFORMANCE BOND INSTRUCTIONS (FEB 2015)
PERFORMANCE BOND INSTRUCTIONS (FEB 2015) 1. Introduction a. Procurement Services Division has posted two distinct performance bond forms. One is an indemnity bond. The other is a completion bond. The nature
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,
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
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 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
Introduction/Background. Competitive Bidding- Statutory Requirements. Competitive Bidding- Charter/Code Requirements
Public Works Contracts in Missouri Presented September 8, 2008 by Joe Lauber 2008 Missouri Municipal League Annual Conference Introduction/Background Bidding the project New construction safety training
Procurement Standards 2 CFR 200.317-326
2 CFR 200 Uniform Guidance Procurement Standards Kris Rhodes, Director Sponsored Project Services 1 Procurement Standards 2 CFR 200.317-326 200.317 Procurement by states 200.318 General procurement standards
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 SHREVEPORT STANDARD CLAUSES BY REFERENCE
STANDARD SOLICITATION INSTRUCTIONS/PROVISIONS AND GENERAL CONTRACT CLAUSES FOR THE CITY OF SHREVEPORT LOUISIANA CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE THE FOLLOWING CITY OF SHREVEPORT (HEREINAFTER
How To Buy A Government Contract
Simplified Acquisition Procedures for Federal Purchases Ronald L. Straight, Professor School of Business, Howard University 202/806-1531; [email protected] 89 th Annual International Supply Management
Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence
Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,
Within the context of this policy, the following definitions apply:
BOARD OF EDUCATION POLICY 4050 PROCUREMENT OF GOODS AND/OR SERVICES Effective: July 1, 2011 I. Policy Statement The Board of Education of Howard County expects that the funds provided to them for all goods
CHAPTER 3.0: PROCUREMENT AND CONTRACTING
CHAPTER 3.0: PROCUREMENT AND CONTRACTING This chapter outlines the requirements for using Federal funds to purchase materials, products, or services under the CDBG Entitlement program. Whether you are
2.3.9 Construction Procurement
2.3 Management of the Project 2.3.9 Construction Procurement 2.3.9 Canadian Handbook of Practice for Architects Introduction Obtaining Bids Open Competitive Bids (or Public Tender Call) Invited Competitive
MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND
PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint
CHAPTER 5 SMALL PURCHASES
PIM 98-033 CHAPTER 5 SMALL PURCHASES In this Chapter look for... 5. General 5.1 Competitive Requirements 5.2 Charge Cards for Small Purchases (Deleted) 5.3 Single Quotation 5.4 Deleted 5.5 Deleted 5.6
Quick Guide to Cost and Price Analysis for HUD Grantees and Funding Recipients
Quick Guide to Cost and Price Analysis for HUD Grantees and Funding Recipients Who is this guide for? This guide is for all HUD grantees and funding recipients that contract for services and/or supplies
SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") SURETY Address
Bond # SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") KNOW ALL PERSONS BY THESE PRESENTS; that SUBCONTRACTOR as Principal (the "Subcontractor"), and SURETY as Surety or Co-sureties (hereinafter
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
Best-Value Procurement Manual. MnDOT Office of Construction and Innovative Contracting (OCIC)
Best-Value Procurement Manual MnDOT Office of Construction and Innovative Contracting (OCIC) March, 2012 Table of Contents July 29, 2010 1 Preface... 1 1.1 Purpose of Manual... 1 1.2 What is Best Value
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,
TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4
CARROLL COUNTY MINORITY BUSINESS ENTERPRISE POLICY Department of the Comptroller Bureau of Purchasing 10/03/02 TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4 IV METHODS OF PROCURMENENT
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
REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS
REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3
Make sure your builder is registered.
Marylanders purchase more than 10,000 new homes each year. The purchase of a new home is protected by Maryland law. Understanding your rights and responsibilities as a new home buyer protects your investment
Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property
Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property 73-101. Public lettings; how conducted. Whenever the State of Nebraska, or any department or any agency thereof,
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
INVITATION TO BID CITY OF HOPKINSVILLE
INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD MASONRY RESTROOM FACILITIES FOR
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
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The
... 10 ... 2 ... 4 ... 8 ... 9 ... 11
... 1... 2... 4... 8... 9... 10... 11... 11 SHA Solicitation No. 811326 Page 1 of 14 SHA Solicitation No. 811326 Page 2 of 14 SHA Solicitation No. 811326 Page 3 of 14 SHA Solicitation No. 811326 Page 4
1. Purpose. 2. Scope of Procurement Authority.
Rules Governing Procurement of Goods, Services, Insurance, and Construction by a Public Institution of Higher Education of the Commonwealth of Virginia Governed by Subchapter 3 of the Restructured Higher
CONTRACT NUMBER [Contract Number] PERFORMANCE BOND. As to the Surety: Name: Principal Business Address: Telephone:( )
CONTRACT NUMBER [Contract Number] PERFORMANCE BOND As to the Contractor/Principal: Name: [CONTRACTOR NAME], [Contractor Address] Telephone: [Contractor Phone Number] As to the Surety: Name: Principal Business
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
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
Procurement Standards. Procurement. 200.317 Procurements by states. (a) States. 200.318 General procurement standards. (b) Procurement standards.
24 CFR PART 85. Administrative Requirements for Grants and Cooperative Agreements to State, Local and Federally Recognized Indian Tribal Governments - Subpart 36 - Procurement Procurement. (a) States.
INTER-PARLIAMENTARY UNION
INTER-PARLIAMENTARY UNION 5, CHEMIN DU POMMIER CASE POSTALE 330 1218 LE GRAND-SACONNEX / GENÈVE (SUISSE) TELEPHONE (41.22) 919 41 50 - FAX (41.22) 919 41 60 - E-MAIL [email protected] TELEGRAPHIC ADDRESS
State of Ohio Model Bid/Quote Template for General Goods & Services (Non-IT)
State of Ohio Model Bid/Quote Template for General Goods & Services (Non-IT) Guidance Document Department of Administrative Services, Office of Procurement Services 6/4/2015 Contents Purpose... 2 Background...
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
AIP Sponsor Guide-400 1/21/16 Central Region Airports Division
400 - Procurement In This Section 410 - Procurement Standards - 18.36(b) 420 Competition - 18.36(c) 430 Procurement Methods - 18.36(d) 450 - Cost and Price Analysis - 18.36(f) 460 - FAA Review of Procurement
TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM
TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM BID NUMBER: 12-07 BID OPENING: 2:30 P.M. October 27, 2011 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340
Bond Form Commentary and Comparison
Bond Form Commentary and Comparison AIA Document A310 2010, Bid Bond, and AIA Document A312 2010, Performance Bond and Payment Bond INTRODUCTION Since the first publication of The Standard Form of Bond
Chapter 3.01 SURETY BONDS
Title 3 PERSONNEL AND ADMINISTRATION Chapter 3.01 SURETY BONDS 3.01.010 Surety bond required. Public official and employee bond issued by a surety company shall be required and provided as follows: County
NOTICE OF BOND SALE $30,000,000 FLORIDA GULF COAST UNIVERSITY FINANCING CORPORATION
NOTICE OF BOND SALE $30,000,000 FLORIDA GULF COAST UNIVERSITY FINANCING CORPORATION consisting of $30,000,000 Capital Improvement Revenue Bonds, Series 2013A (Housing Project) NOTICE IS HEREBY GIVEN that
Standby Emergency Repair and Restoration Services
INVITATION TO BID 15ITB95184C-DR Standby Emergency Repair and Restoration Services For Facilities & Transportation Services Department BID DUE DATE AND TIME: JANUARY 28, 2015 @ 11:00 A.M. BID ISSUANCE
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information
City of Powell Request for Proposals for a Total Compensation Survey
City of Powell Request for Proposals for a Total Compensation Survey Section I The City of Powell is soliciting proposals from qualified consulting firms, experienced in the development of a job evaluation
Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department
Bidding Documents For Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU Education & Literacy Department (FINANCIAL PROPOSAL) [F:PPRA BOOK (Azeem1)] Page 1 Part
NOW, THEREFORE, THE BOARD OF COMMISSIONER FOR THE COUNTY OF ALAMANCE DOTH ORDAIN:
ORDINANCE FOR THE ESTABLISHMENT OF ALAMANCE COUNTY MINORITY BUSINESS ENTERPRISE (MBE) OUTREACH PLAN AND GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES WHEREAS, the Board of Commissioners
PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND
Section 00 61 13.13 & 00 61 13.16 Douglas County School District Re.1 Castle Rock, Colorado PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND 1. FORMS TO BE USED Two (2) separate bonds are required: Both
Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
The University of North Carolina Plan to Increase Utilization of Historically Underutilized Businesses in Construction Projects
The University of North Carolina Plan to Increase Utilization of Historically Underutilized Businesses in Construction Projects May 2002 1 of 15 The University of North Carolina Office of The President
