ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS
|
|
- Lilian Carr
- 6 years ago
- Views:
Transcription
1 ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS This addendum modifies or interprets the proposal documents by additions, deletions, clarifications, corrections, or other type of modifications. Addenda will become part of the Contract Documents. Proposers, upon receiving addenda, shall insert same into the Proposal Documents. It is required that this Addendum be signed in the Acknowledgment of Receipt below, and attach the entire addendum (page 1 and 2) to the Proposal and become part of the Proposal. CHANGES TO THE DRAWINGS Site work associated with the stormwater ponds, fencing and certain demolition items has been moved from the ROLL-ON/ROLL-OFF DOCK REPLACEMENT project to the GENERAL PURPOSE MARINE CARGO BUILDING project. The changes are illustrated on the attached drawings, listed below. Remove and replace the following drawings with those attached herein. G100 Cover C102 Demolition Eros. Sediment Control Plan C103 Key Sheet C104 Dimension Plan C106 Grading Plan C108 Spoil Storage Grading Plan CHANGES TO PROJECT MANUAL The following bid forms are added to the Project Manual: Equal Employment Opportunity Report Statement; Certification of Non-Segregated Facilities; Certification Regarding Debarment, Suspension, Ineligibility, Voluntary Exclusion, And Other Responsibility Matters; Non-Collusive Affidavit; Prohibition Against Contingent Fees Affidavit. Acknowledgment of Receipt by Bidder ROLL-ON/ROLL-OFF DOCK REPLACEMENT Addendum #3 GORDON A. FINCH MOLASSES DOCK TERMINAL Page 1 of 4
2 GENERAL REQUIREMENTS The following shall be submitted prior to execution of contract: Workers Compensation Insurance Owners Protective Liability Insurance Builders Risk Insurance Certificate of Liability Insurance (VIPA Named Additional Insured on Certificate of Liability insurance) Articles of Incorporation Certificate of Good Standing Certificate of Existence ATTACHMENTS I. Response to Bidder s Questions (Continued next page) II. III. Additional Bid Forms: Equal Employment Opportunity Report Statement; Certification Of Non-Segregated Facilities; Certification Regarding Debarment, Suspension, Ineligibility, Voluntary Exclusion, And Other Responsibility Matters; Non-Collusive Affidavit; Prohibition Against Contingent Fees Affidavit. Drawings: G100 Cover, C102 Demolition Eros. Sediment Control Plan, C103 Key Sheet, C104 Dimension Plan, C106 Grading Plan, C108 Spoil Storage Grading Plan ROLL-ON/ROLL-OFF DOCK REPLACEMENT Addendum #3 GORDON A. FINCH MOLASSES DOCK TERMINAL Page 2 of 4
3 I. RESPONSES TO BIDDER S QUESTIONS 1. For this job the HZ775A is from the old HZ-range and this is no longer in production. Answer: Use HZ880-M equivalent as follows: For HZ775A-12/AZ18 use HZ880M A-12/AZ18-700N For HZ775A-12/AZ26 use HZ880M A-12/AZ26-700N AZ-700 sheet piles are acceptable alternatives for intermediate sheets only. 2. The system designed for this job is the HZ775A which is from the old HZ-range and this is no longer in production. What alternatives are acceptable to the V.I.P.A? Equivalent HZ-M solutions considering AZ-700 intermediate piles: Initial HZ/AZ DESIGN HZ775A-12/AZ26: Wx=5110cm3/m - weight 215kg/m2@80%AZ-length HZ775A-12/AZ18: Wx=4765cm3/m - weight 194kg/m2@80%AZ-length Equivalent HZ-M/AZ HZ880M A-12/AZ26-700: Wx=5735cm3/m - weight 213kg/m2@80%AZ-length HZ880M A-12/AZ18-700: Wx=4765cm3/m - weight 196kg/m2@80%AZ-length AZ-alternative, reaches same bending moment capacity by using grade60 instead of grade 50, cheaper per ton price and simpler to install AZ44-700N Gr.60: Wx=4405cm3/m - weight kg/m2 AZ44-700N Gr.60: Wx=4205cm3/m - weight kg/m2" Answer: See answer to Comment Please clarify, do the Buy American provisions apply for this project? Answer: Yes, See Project Manual, Exhibit C, page C-2, General Federal Regulations, (rr.) 4. " I don t see the bid bond form in the received documents. We can use the form from our Surety Company? Answer: Yes, you may use your Surety Company form as long as the Surety Company is licensed to do business in the USVI as stipulated in the contract documents. 5. Project Manual - Bid Forms. The following list of bid forms referenced but not provided. Please provide blank documents for the following: 1) EEO Certification 2) Non-Segregation 3) Non-Collusion (Please confirm if this form must be submitted or simply abided by) 4) Eligibility Certificate CFR 29 (Please confirm if this form must be submitted or simply abided by) ROLL-ON/ROLL-OFF DOCK REPLACEMENT Addendum #3 GORDON A. FINCH MOLASSES DOCK TERMINAL Page 3 of 4
4 Answer: The following bid forms are attached herein and must be included with bid submittals: Equal Employment Opportunity Report Statement; Certification of Non-Segregated Facilities; Non-Collusive Affidavit; Certification Regarding Debarment, Suspension, Ineligibility, Voluntary Exclusion, and Other Responsibility Matters; Prohibition Against Contingent Fees Affidavit. 6. Please provide a copy of the Willmar Project No Report of Sub surface Exploration and Geotechnical Engineering Evaluations, Gordon A. Finch Molasses Dock Additions, St. Croix, U.S. Virgin Islands, dated July Answer: See Exhibit C, appended to and is part of the Project Manual. 7. Can the date be pushed back to June 6th, To give time to review geotechnical report? Answer: Yes, the deadline for bid submittals was extended to June 6, 2017 under Addendum 2. ROLL-ON/ROLL-OFF DOCK REPLACEMENT Addendum #3 GORDON A. FINCH MOLASSES DOCK TERMINAL Page 4 of 4
5 EQUAL EMPLOYMENT OPPORTUNITY REPORT STATEMENT As required by 41 CFR (b) The Bidder shall complete the following statement by checking the appropriate space. Failure to complete these blanks may be grounds for rejection of bid. The bidder (proposer) has has not participated in a previous contract subject to the equal opportunity clause p r e s c r i b e d by Executive Order 10925, or Executive Order 11114, or Executive Order The bidder (proposer) has has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the bidder (proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder (Proposer) shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1" prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee 1800 G Street Washington, DC Name of Firm Signature Print Name Title Date END OF EQUAL EMPLOYMENT OPPORTUNITY
6 CERTIFICATION OF NON-SEGREGATED FACILITIES The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally assisted construction contractor certifies that he will not maintain or provide for his employees segregated facilities at any of his establishments and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting room, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directives or are in fact segregated on the basis of race, color, religion or national origin because of habit, local custom or any other reason. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding ten thousand dollars ($10,000.00) U.S. which are not exempt from the provisions of the Equal Opportunity Clause and that he will retain such certifications in his files. Name of Firm Signature Print Name Title Date END OF NON-SEGREGATED FACILITIES
7 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, VOLUNTARY EXCLUSION AND OTHER RESPONSIBILITY MATTERS Instructions for Certification 1. By signing and submitting this form, the prospective participant is providing the certification set out below in accordance with the instructions. 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter this transaction. However, failure of the prospective participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, agency or state government may terminate this transaction for cause or default. 4. The prospective participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if at any time the prospective participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order The prospective participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction.
8 7. The prospective participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Non procurement List. 9. Nothing contained in the forgoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 10. Except for transactions authorized under paragraph (6) of these instructions, if a participant in a covered transaction knowingly enters a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department, agency or state government may terminate this transaction for cause or default.
9 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, VOLUNTARY EXCLUSION, AND OTHER RESPONSIBILITY MATTERS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension. All persons or firms, including subconsultants and subcontractors, must complete this certification and certify it under penalty. 1. The prospective participant certifies to the best of its knowledge and belief that, except as noted below, he/she or any person associated therewith in the capacity of owner, principal, partner, director, officer, or manager: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal debarment or agency; b. Have not within a three year period preceding this proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; c. are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and d. Have not within a three year period preceding this certification had one or more public transactions (Federal, State, or local) terminated for cause or default. 2. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 3. If such persons or firms later become aware of any information contradicting the statements of paragraph (1), they will promptly provide that information to the agency.
10 4. If there are any exceptions to this certification, they should be specifically noted. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate to whom it applies, initiating agency, and dates of actions. Name of Firm: Name of Authorized Representative: Title of Authorized Representative: Signature of Authorized Representative: Date:
11 VIRGIN ISLANDS PORT AUTHORITY PROHIBITION AGAINST CONTINGENT FEES AFFIDAVIT Territory of County of being first duly sworn, deposes and says that: 1. He is the (Owner, Partner, Officer, Representative or Agent) of, of the Bidder that submitted the attached bid; 2. He is fully informed regarding the preparation and contents of the attached bid and all of the pertinent circumstances respecting such bid; 3. He understandings that it shall be a breach of ethical standards for a person to be retained, or to retain a person, to solicit or secure a government contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, exception for retention of bona fide employees or bona fide established commercial selling agencies for the purpose of securing business. 4. He has not retained anyone in violation of the Virgin Islands Port Authority s prohibition against contingent fees. Signature Print Name Subscribed and sworn to before me this _day of, Notary Public My Commission Expires: END OF PROHIBITION AGAINST CONTINGENT FEES AFFIDAVIT
12 NON COLLUSIVE AFFIDAVIT State of County of being first duly sworn, deposes and says that: 1. He is the (Owner, Partner, Officer, Representative or Agent) of, of the Bidder that has submitted the attached bid; 2. He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3. Such bid is genuine and is not a collusive or sham bid; 4. Neither the said bidder nor any of its officers, partners, OWNERS, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham bid in connection with the work for which the attached bid has been submitted; or to refrain from bidding in connection with such work; or have in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any bidder, firm or person to fix the price or prices in the attached bid or of any other bidder or to fix any overhead, profit or cost elements of the bid price of any other bidder or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against (recipient) or any person interested in the proposed work; 5. The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder of any other of its agents, representatives, OWNERS, employees or parties in interest including this affidavit. Signature Print Name Subscribed and sworn to before me this day of, Notary Public My Commission Expires: END OF NON COLLUSIVE AFFIDAVIT
13
14 2001 NW 107TH AVE. MIAMI, FL PHONE: FAX: FBPR CERTIFICATE OF AUTHORIZATION No.: 24 DATE REVISIONS DESCRIPTION C102 SHEET OF XX
15 2001 NW 107TH AVE. MIAMI, FL PHONE: FAX: FBPR CERTIFICATE OF AUTHORIZATION No.: 24 DATE REVISIONS DESCRIPTION SHEET C108 C103 SHEET OF XX
16 2001 NW 107TH AVE. MIAMI, FL PHONE: FAX: FBPR CERTIFICATE OF AUTHORIZATION No.: 24 DATE REVISIONS DESCRIPTION C104 SHEET OF XX
17 2001 NW 107TH AVE. MIAMI, FL PHONE: FAX: FBPR CERTIFICATE OF AUTHORIZATION No.: 24 DATE REVISIONS DESCRIPTION C106 SHEET OF XX
18 2001 NW 107TH AVE. MIAMI, FL PHONE: FAX: FBPR CERTIFICATE OF AUTHORIZATION No.: 24 DATE REVISIONS DESCRIPTION C108 SHEET OF XX
CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION
BIDDER/PROPOSER: CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION PRIMARY COVERED TRANSACTIONS MUST BE COMPLETED BY BIDDER FOR CONTRACT VALUE
More informationU.S. DEPARTMENT OF AGRICULTURE. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions
U.S. DEPARTMENT OF AGRICULTURE Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions This certification is required by the regulations implementing
More informationBID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT
BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT Please read carefully all information contained in the Project Manual and follow instructions for completion of each document required.
More informationVendor Certifications and Representations
Vendor Certifications and Representations The vendor represents and certifies as part of its proposal/quotation that: (Please check or complete all applicable boxes or blocks and initial each page at the
More informationCompetitive Solicitation Invitation To Negotiate ENGLISH AS A SECOND LANGUAGE (ESL) SERVICES
EXHIBIT A PROPOSAL REGISTRATION FORM Interested vendors must register using this Form in order to receive notice of any addenda or notification to these documents. Please email the completed form to Florida
More informationAttachment C Federal Clauses & Certifications
1.0 No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or
More informationCertifications. Form AD-1047 (1/92)
Form AD-1047 (1/92) Certifications The following instructions and forms are included for informational purposes only. Certifications are accomplished by signing Form CSREES-2002, Proposal Cover Page. Please
More informationREPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS
REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS NOTE: If the offeror has registered at the SAM (System For Award Management) site https://www.sam.gov for the Federal representations and certifications,
More informationPersons submitting this form should refer to the regulations referenced below for complete instructions:
Certification of Drug-Free Work Environment Certifications Regarding Debarment, Suspension and Other Responsibility Matters, Drug-Free Workplace Requirements and Lobbying Persons submitting this form should
More informationCITY OF SAN ANGELO REQUEST FOR PROPOSALS
CITY OF SAN ANGELO REQUEST FOR PROPOSALS Parks & Recreation Putt-Putt Golf Course SUBMISSION FORMS RFP No: PK-01-14 City of San Angelo 72 West College Avenue San Angelo, Texas 76902 CITY OF SAN ANGELO
More informationDESIGN - BUILD PROPOSAL OF
DESIGN - BUILD PROPOSAL OF (Proposer's Firm Name) (Prequalified Name, if Applicable) (Proposing Firm's Physical Address - City - State -- Zip) F.E.I.D. No. Telephone No. FAX No. Email Address for constructing
More informationCITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT
CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT REQUEST FOR QUALIFICATIONS: GENERAL CONTRACTORS SPECIALIZING IN ELECTRICAL, PLUMBING, ROOFING, LEAD HAZARD CONTROL, AND NEW RESIDENTIAL CONSTRUCTION FOR
More information5.; <. (3. ; 5 )$ )!!,5. 2*3 = ( ; ;. ( 5
! "#$!%&'(&) *+"#$!%&'(&'," -./ 0 " 1.2 *3#2*3% 4.45 "67 8 9 : " 5)' )!! 5.;
More informationRequired Federal Forms
ATTACHMENT D Required Federal Forms Forms to be Submitted with the Proposal 10-F: Certification of Consultant, Commissions & Fees 10-O1: Consultant Proposal DBE Commitment 15-H: 12-G: 10-P: 10-Q: Good
More informationRequest for Qualifications RFQ #
Professional Engineering, Surveying and Environmental Continuing Contract Services Request for Qualifications RFQ #2018-02 Facilities & Operations St. Johns County School District 3740 International Golf
More informationATTACHMENT U.3. Representations, Certifications and Other Statements of Offerors/Bidders
ATTACHMENT U.3 Representations, Certifications and Other Statements of Offerors/Bidders Company Name Page 1 of 13 REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS/BIDDERS The following
More informationAPPENDIX A INITIAL TECHNICAL PROPOSAL FORMS. 3. Acknowledgement of Receipt of Addenda Form
APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS 1. Transmittal Letter 2. Bid/Proposal Affidavit 3. Acknowledgement of Receipt of Addenda Form 3. MBE Attachment M1-A This form MUST be provided or the Proposal
More informationATTACHMENT A. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES (applicable if an MBE goal is set)
ATTACHMENT A BID/PROPOSAL AFFIDAVIT Page 1 of 7 A. AUTHORIZED REPRESENTATIVE I HEREBY AFFIRM THAT: I am the (title) and the duly authorized representative of (business) and that I possess the legal authority
More informationREPRESENTATIONS AND CERTIFICATIONS Contract: SPRHA1-18-D-0002
DBA: CAGE CODE: Sole Proprietor Corporation Partnership LLC page 1/5 REPRESENTATIONS AND CERTIFICATIONS Contract: SPRHA1-18-D-0002 THIS INFORMATION MUST BE COLLECTED IN ORDER TO COMPLY WITH DCMA, FAR,
More informationWASHINGTON COUNTY PUBLIC SCHOOLS Downsville Pike, Hagerstown, Maryland 21740
WASHINGTON COUNTY PUBLIC SCHOOLS 10435 Downsville Pike, Hagerstown, Maryland 21740 MANDATORY BID/PROPOSAL AFFIDAVIT COMAR 21.05.08.07 Bidder shall complete and submit this bid/proposal affidavit to the
More informationQUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner
QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC
More informationQUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088
QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES
More informationLEGAL AD. Invitation to Bid Bid No For the purchase of 1 new Motor Grader
LEGAL AD Invitation to Bid Bid No. 2018-11 For the purchase of 1 new Motor Grader The Baker County Board of Commissioners will be accepting bids until June 21, 2018 at 3:30pm. Specifications may be obtained
More informationHousing Authority of the Cherokee Nation REQUEST FOR BIDS
Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS Solicitation #2015-001-025 Background Check Services Bid Due Date: Tuesday November 25th, 2014 at 10:00 A.M. Housing Authority
More informationMARYLAND STATE TREASURER LOUIS L. GOLDSTEIN TREASURY BUILDING ANNAPOLIS, MARYLAND 21401
NANCY K. KOPP TREASURER BERNADETTE T. BENIK DIRECTOR OF OPERATIONS MARYLAND STATE TREASURER LOUIS L. GOLDSTEIN TREASURY BUILDING ANNAPOLIS, MARYLAND 21401 May 7, 2009 Re: Request for Proposals for General
More informationNEW YORK CITY TRANSIT AUTHORITY. Division of Materiel. Schedule F
NEW YORK CITY TRANSIT AUTHORITY Schedule F FEDERAL CERTIFICATION, DISCLOSURE, DISADVANTAGED BUSINESS ENTERPRISE AND EQUAL EMPLOYMENT OPPORTUNITY FORMS Page No. Certification Regarding Debarment, Suspension,
More informationMcCRACKEN COUNTY BOARD OF EDUCATION
McCRACKEN COUNTY BOARD OF EDUCATION INVITATION TO BID OFFICE SUPPLIES The McCracken County Board of Education invites you to submit a sealed bid for Office Supplies, as shown in the following pages, for
More informationCherokee Nation
Cherokee Nation www.cherokee.org REQUEST FOR BIDS 2018-2019 Two (2) Quad Cab 4x4 Trucks Bid Due Date: November 2, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION
More informationATTACHMENT ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM
ATC ID Number: ATTACHMENT 3.4.3.2 ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM ATC Name-Description: OFFEROR: DATE ATC SUBMITTED: NOTE: ATC Summary shall be limited to four pages, 12-pt font, single
More informationREQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION
I. PURPOSE REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION TERMS, CONDITIONS AND SPECIFICATIONS The Florida Department of
More informationLOAN GUARANTEE AGREEMENT. dated as of [ ], 20[ ] among. THE HOLDERS identified herein, their successors and permitted assigns, and
[FLOATING RATE GUARANTEED OBLIGATIONS] LOAN GUARANTEE AGREEMENT dated as of [ ], 20[ ] among THE HOLDERS identified herein, their successors and permitted assigns, and THE UNITED STATES DEPARTMENT OF ENERGY,
More informationASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, Inc. REPRESENTATIONS AND CERTIFICATIONS (Must be completed and returned)
ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, Inc. REPRESENTATIONS AND CERTIFICATIONS (Must be completed and returned) Date: The Contractor, by checking the appropriate boxes, makes the following
More informationFEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000
FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000 1.0 GENERAL This Contract is subject to the terms of a financial assistance contract between the Santa Cruz Metropolitan
More informationREQUEST FOR BIDS BACKGROUND CHECK SERVICES. Bids Due: January 18th, 2017 at 10:00 A.M.
REQUEST FOR BIDS BACKGROUND CHECK SERVICES Bids Due: January 18th, 2017 at 10:00 A.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482 Housing Authority of the
More informationContract Assurances Attachment 4. Contract Assurances
Contract Assurances 1) The Contracting Agency assures that it and its subrecipients will establish in accordance with WIA Section 184, fiscal control and fund accounting procedures that may be necessary
More informationOffice of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS
LEGAL & AUTHORIZING SIGNATURES Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS Agency Name: Telephone: Web Address: Primary Mailing Address/City/State/Zip: Secondary
More informationH. Assurances and Certifications Form
H. Assurances and Certifications Form The authorized representative agrees to comply with all applicable State and Federal laws and regulations governing the Workforce Innovation and Opportunity Act, Local
More informationATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT
ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice
More informationCherokee Nation
Cherokee Nation www.cherokee.org REQUEST FOR SEALED BIDS CAFETERIA FOODS & MISCELLANEOUS PAPER GOODS Bid Due Date: February 13, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE
More informationFEDERAL CERTIFICATIONS Sponsored Center
The undersigned states that: FEDERAL CERTIFICATIONS Sponsored Center 1. He or she is the duly authorized representative of the Contractor named below; 2. He or she is authorized to make, and does hereby
More informationRequest for Qualifications for Landscaping Services for the San Joaquin Council of Governments
Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments DATE ISSUED: March 11, 2019 SUBMITTAL DEADLINE: SUBMIT TO: March 29, 2019 at 4:00 pm Rebecca Calija-RFQ Landscaping
More informationCODE ENFORCEMENT MAGISTRATE RFP
CODE ENFORCEMENT MAGISTRATE RFP-003-2016 TOWN OF EATONVILLE PROCUREMENT DIVISION 307 E KENNEDY BLVD. EATONVILLE FLORIDA 32751 PHONE: (407) 623-8908 EMAIL: echua@townofeatonville.org Prepared by: Roger
More informationVIRGINIA DEPARTMENT OF TRANSPORTATION U.S. ROUTE 460 CORRIDOR IMPROVEMENTS PROJECT ATTACHMENT G DETAILED PROPOSAL FORMS
Attachment G Proposal Forms VIRGINIA DEPARTMENT OF TRANSPORTATION U.S. ROUTE 460 CORRIDOR IMPROVEMENTS PROJECT ATTACHMENT G DETAILED PROPOSAL FORMS Form 1 Form 2 Form 3 Form 4 Form 5 Form 6 Form 7 Form
More informationand ments Repre Page 1 of 122 RFP No Operations
ATTACHMENT C Repre esentations, Certifications, and Other Statem ments of Offerors/Bidders Page 1 of 122 REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEM ENTS OF OFFERORS/BIDDERS The following forms shall
More informationRequest for Proposal. RFP # Non-Profit, Sports Photography
County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0303-1, Sports Photography This procurement
More informationCITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of
CITY OF NORTH LAS VEGAS BID PROPOSAL Bid No.1343 Labor Commission Bid No. PWP-CL-2009-337 Bid of, doing business as:, (hereinafter called Bidder)* a *, organized and existing under the laws of the State
More informationBUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER. (To be typed on Proposer s Letterhead)
BUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER (To be typed on Proposer s Letterhead) John Dettle Engineering Manager Public Works Department City of Torrance 20500 Madrona Avenue Torrance, CA 90503
More informationBidders shall execute the following forms and return the signed original with their proposal.
Required Forms Bidders shall execute the following forms and return the signed original with their proposal. Bid Certification Bidder certifies that they have not offered any pecuniary benefit or thing
More informationFor additional information contact: Casey Covington
LEGAL NOTICE RFQ FOR ENGINEERING SERVICES ---------------------------------------------------------------------------------------------------------- REQUEST FOR QUALIFICATIONS -- Notice is hereby given
More informationREQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION
BID NUMBER: SOQ/DA-18/19-1 OPENING DATE: JUNE 22, 218 @ 2: P.M. I. PURPOSE REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION TERMS,
More informationX. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS
X. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS The Contractor acknowledges that this Contract is funded in part by the United States Department of Transportation ( USDOT ), Federal Transit Administration
More informationMANOR ISD VENDOR CERTIFICATION FORM
MANOR ISD VENDOR CERTIFICATION FORM CERTIFICATION OF COMPLIANCE WITH TEXAS FAMILY CODE PROVISION As per Section 14.52 of the Texas Family Code, added by S.B. 84, Acts, 73rd Legislature, R.S. (1993), all
More informationSCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017
SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL Issued: June 2, 2017 Proposals Due: Thursday, June 22, 2017 SCOTT COUNTY CDA, Shakopee,
More informationSunnyside Valley Irrigation District
2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:
More informationNotice to Interested Parties
COUNTY OF EL PASO 500 E. San Antonio, Suite PU500 El Paso, Texas 79901 (915) 546-2048 (915) 546-8180 Fax Notice to Interested Parties Sealed Request for Proposals (RFP) will be received at the County Purchasing
More informationBids Due: March 16, 2018
4050 Esplanade Way Tallahassee, FL 32399-0950 Tel: 850-488-2786 Fax: 850-922-6149 Rick Scott, Governor Erin Rock, Secretary STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF STATE PURCHASING
More informationLETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM
LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM LETTER OF INTEREST (LOI) FOR RAPID RE-HOUSING PROGRAM COUNTY OF SACRAMENTO DEPARTMENT OF HUMAN ASSISTANCE Included in this LOI: Section I Section
More informationOctober 17, Dear Vendors: Reference: RFQ No. FY Subject: Enterprise Risk Management Evaluation
October 17, 2018 Dear Vendors: Reference: RFQ No. FY19-17106 Subject: Enterprise Risk Management Evaluation AAMVA is hereby requesting quotes on Enterprise Risk Management assessment. Please make sure
More informationSALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA
GAINESVILLE REGIONAL UTILITIES CITY OF GAINESVILLE, FLORIDA Invitation to Bid No. 2011-103 Issue Date: February 28, 2012 Non Mandatory Site Visit Dates and Times: March 14, 2012 @ 9:00-9:50a; 10:00-10:50a
More informationPearson Education, Inc. Pearson Career & Technical Education 0% Contract Reference Number: Website for on-line ordering with Bid terms:
Pearson Education, Inc. Pearson Career & Technical Education 0% Contract Reference Number: Website for on-line ordering with Bid terms: No Vendor Contact: Customer Service email: k12cs@custhelp.com Phone
More informationA. REPRESENTATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT OR DECLARED INELIGIBLE STATUS (Reference FAR )
A. REPRESENTATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT OR DECLARED INELIGIBLE STATUS (Reference FAR 52.209-6) 1. The Offeror represents that the Offeror and/or any of its Principals are
More informationEDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS
EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS The following certifications and provisions are required and apply when Texarkana Independent School District ( TISD ) expends federal funds for
More informationREQUEST FOR PROPOSAL. No Ruby Training Services. July American Association of Motor Vehicle Administrators
REQUEST FOR PROPOSAL No. 16-076 Ruby Training Services July 2017 American Association of Motor Vehicle Administrators Table of Contents 1. INTRODUCTION... 2 1.1. PURPOSE AND BACKGROUND... 2 1.2. OBJECTIVE...
More informationHOME SEWAGE TREATEMENT SYSTEMS INSTALLATIONS (HSTS) AN OHIO ENVIRONMENTAL PROTECTION AGENCY (OEPA) FUNDED PROJECT ADMINISTERED BY:
HOME SEWAGE TREATEMENT SYSTEMS INSTALLATIONS (HSTS) AN OHIO ENVIRONMENTAL PROTECTION AGENCY (OEPA) FUNDED PROJECT ADMINISTERED BY: LUCAS COUNTY REGIONAL HEALTH DISTRICT, dba TOLEDO-LUCAS COUNTY HEALTH
More informationCERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION CONTRACTS/SUBCONTRACTS
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION CONTRACTS/SUBCONTRACTS This certification is required by the regulations implementing Executive Order 12549, Debarment
More informationState of Florida PUR 1001 General Instructions to Respondents
State of Florida PUR 1001 General Instructions to Respondents Contents 1. Definitions. 2. General Instructions. 3. Electronic Submission of Responses. 4. Terms and Conditions. 5. Questions. 6. Conflict
More informationCherokee County Board of Commissioners
Cherokee County Board of Commissioners Department of Transportation 1130 Bluffs Parkway Canton, Georgia 30114 Bid Documents SR 92/Cherokee 75 Parkway Traffic Signal Installation BID NO.: 2014-43 BID DATE:
More informationMETROPOLITAN TRANSPORTATION AUTHORITY CONTRACTOR RESPONSIBILITY FORM INSTRUCTIONS 1
METROPOLITAN TRANSPORTATION AUTHORITY CONTRACTOR RESPONSIBILITY FORM INSTRUCTIONS 1 1. Who should complete and sign the Contractor Responsibility Form? This form must be completed for all contracts of
More informationMinnesota Department of Health Tribal Governments Grant Agreement
Instructions for completing this form are in blue and bracketed. Fill in every blank and delete all instructions, including these instructions, before sending this document to Financial Management for
More informationNotice to Interested Parties
COUNTY OF EL PASO 500 E. San Antonio, Suite PU500 El Paso, Texas 79901 (915) 546-2048 (915) 546-8180 Fax Notice to Interested Parties Sealed Request for Proposals (RFP) will be received at the County Purchasing
More informationRequest for Proposal 2019 Calendar Year
Borough of Lavallette Planning Board Request for Proposal 2019 Calendar Year Subject: Planning Board Attorney Introduction The Borough of Lavallette is a town of approximately 2,300 residents on the barrier
More informationPART 25-GOVERNMENTWIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) AND GOVERNMENTWIDE REQUIREMENTS FOR DRUG-FREE WORKPLACE (GRANTS) Subpart A-General
PART 25-GOVERNMENTWIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) AND GOVERNMENTWIDE REQUIREMENTS FOR DRUG-FREE WORKPLACE (GRANTS) 25.100 Purpose. Subpart A-General (a) Executive Order (E.O.) 12549 provides
More informationCERTIFICATION FORMS FORM 1 OF 3 CERTIFICATION & SWORN STATEMENT PURSUANT TO SECTION (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
FORM 1 OF 3 CERTIFICATION & SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES 1. This sworn statement and certification is submitted to CareerSource Palm Beach
More informationCITY OF CULVER CITY 9770 CULVER BOULEVARD, CULVER CITY, CALIFORNIA
CITY OF CULVER CITY 9770 CULVER BOULEVARD, CULVER CITY, CALIFORNIA 90232-0507 (310) 253-6550 FAX (310) 253-5830 February 1, 2018 CREATION AND IMPLEMENTATION OF A SUSTAINABLE BUSINESS CERTIFICATION PROGRAM
More informationVirgin Islands Port Authority
Virgin Islands Port Authority REQUEST FOR PROPOSALS FOR NEW PILOT BOAT STT ST. THOMAS, UNITED STATES VIRGIN ISLANDS CARLTON DOWE EXECUTIVE DIRECTOR JUNE 2016 I. Introduction A. Requesting Entity Information
More informationINDEPENDENT PROSECUTOR (SPECIAL ASSISTANT ATTORNEY GENERAL) PROFESSIONAL SERVICES
INDEPENDENT PROSECUTOR (SPECIAL ASSISTANT ATTORNEY GENERAL) PROFESSIONAL SERVICES REQUEST FOR PROPOSAL NO. 001-2016 Office of the Attorney General 590 S. Marine Corps Drive ITC Building, Suite 706, 7 th
More informationCITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 34920
CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 34920 SECTION I -- GENERAL INFORMATION A. Legal name of the Disclosing Party submitting the
More informationLINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID
LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING DECEMBER 3, 2013, 2:00PM EDUCATION CENTER 2010 W. SWAIN ROAD STOCKTON LINCOLN UNIFIED
More informationNotice to Interested Parties
COUNTY OF EL PASO County Purchasing Department 500 East San Antonio, Suite PU500 El Paso, Texas 79901 (915) 546-2048 (915) 546-8180 Fax Notice to Interested Parties Sealed bids will be received at the
More informationEDGAR CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT
EDGAR CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN: HISD is in the process of ensuring that all policies and procedures involving the expenditure of federal
More informationREQUEST FOR PROPOSALS SECURITY SERVICES LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA)
REQUEST FOR PROPOSALS SECURITY SERVICES LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA) JUNE, 2017 REQUEST FOR PROPOSALS SECURITY AND CUSTOMER SERVICES The LEHIGH AND NORTHAMPTON TRANSPORTATION
More informationCity of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS
SECTION 1. BID FORM A. GENERAL SECTION 00 21 13 INSTRUCTIONS TO BIDDERS (1) Sealed bids will be received in the office of the Director of Administration, City Hall, Covington, Louisiana, 317 N. Jefferson
More informationTOWN OF BELVILLE PHASE II - DEBRIS REMOVAL CONTRACT PART I INSTRUCTIONS TO BIDDERS
PART I INSTRUCTIONS TO BIDDERS NOTICE Upon receiving this proposal by internet or email, email traciedavis@townofbelville.com to register as a prospective respondent. Failure to register as a prospective
More informationSection 5310 (Formerly Section 16)/ Community Transportation NON-VEHICLE 8/20/2009
D. BID FORMS Section 5310 (Formerly Section 16)/ Community Transportation NON-VEHICLE 8/20/2009 D.1 BID PROPOSAL FORM D.2 BUY AMERICA CERTIFICATION D.3 PENNSYLVANIA STEEL PRODUCTS PROCUREMENT ACT CERTIFICATION
More informationREQUEST FOR PROPOSAL Enterprise Asset Management System
City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:
More informationInvitation For Bid. Filters, Brake Drums & Brake Shoes IFB B
Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Filters, Brake Drums & Brake Shoes IFB-19-1807-4B This
More informationFebruary 7, Dear Vendors: Reference: RFQ No. FY Video Services for Law Enforcement. Subject: Video Production Services
February 7, 2018 Dear Vendors: Reference: RFQ No. FY18-046 Video Services for Law Enforcement Subject: Video Production Services AAMVA is hereby requesting quotes on the following services below. Please
More informationREQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES RFQ NO. NBV
REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES RFQ NO. NBV 2019-001 Public Notice is hereby given that North Bay Village, Florida is soliciting qualifications from Florida Licensed Attorneys and/or Firms
More information00400 BID FORMS AND SUPPLEMENTS
00400 BID FORMS AND SUPPLEMENTS TABLE OF CONTENTS Item Number Bid Form...... 00410 1 Bid Bond...... 00430 1 List of Proposed Subcontractors...... 00440 1 List of Proposed Material Suppliers...... 00440
More informationAttachment 1 Federal Requirements for Procurements in Excess of $150,000 Not Including Construction or Rolling Stock Contracts
1.0 No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or
More informationPUBLIC WORKS DEPARTMENT DELLA STREET SANITARY SEWER REHABILITATION PROJECT NO. M17025
PUBLIC WORKS DEPARTMENT BID FORMS FOR DELLA STREET SANITARY SEWER REHABILITATION PROJECT NO. M17025 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID
More informationCITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 34282
CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 34282 SECTION I -- GENERAL INFORMATION A. Legal name of the Disclosing Party submitting the
More informationPURCHASING DEPARTMENT WASHINGTON COUNTY PUBLIC SCHOOLS 820 Commonwealth Avenue Hagerstown, Maryland Telephone (301) Fax (301)
PURCHASING DEPARTMENT WASHINGTON COUNTY PUBLIC SCHOOLS 820 Commonwealth Avenue Hagerstown, Maryland 21740 Telephone (301) 766-2842 Fax (301) 766-2859 RFQ: # 2014-15 DATE OF ISSUE: August 27, 2013 INVITATION
More informationDEPARTMENT OF PUBLIC WORKS BID FORMS FOR
DEPARTMENT OF PUBLIC WORKS BID FORMS FOR DAVIS ROAD AND WAGNER HEIGHTS ROAD TRAFFIC SIGNAL INSTALLATION PROJECT NO. 11-28 FEDERAL PROJECT NO. CML-5008(109) PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS
More informationInterstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD
Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD 20850 301-984-1908 www.potomacriver.org Request for Proposal A Review of the Potomac River Low Flow Allocation
More information( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE
BRIDGE D-401 AGRMT No: (8.12.2005) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE THIS AGREEMENT, numbered in COMMONWEALTH files, made and entered into this day of, by and between
More informationAddendum # 1 BL Rhodes Jordan Park Multi-Purpose Field Conversion
August 17, 2018 Addendum # 1 BL078-18 Rhodes Jordan Park Multi-Purpose Field Conversion Note: The question deadline has changed. Questions regarding bids should be directed to Dana Garland, CPPB, Purchasing
More informationContract to Purchase Pre-Plated Meals
COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF EDUCATION 333 MARKET STREET HARRISBURG, PA 17126-0333 www.pde.state.pa.us Contract to Purchase Pre-Plated Meals Propel Charter Schools, Inc 103-02-000-2 July
More informationCITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 30255
CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 30255 SECTION I -- GENERAL INFORMATION A. Legal name of the Disclosing Party submitting the
More information31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3,
31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3, 2012 1.03 BOARD OF TRUSTEES OF COMMUNITY COLLEGE DISTRICT NO. 508 COUNTY OF COOK AND STATE OF ILLINOIS RESOLUTION TO AMEND DEBARMENT
More information