ADVERTISEMENT FOR BID Section Page 1 of 6
|
|
- Alicia Perry
- 5 years ago
- Views:
Transcription
1 Section Page 1 of 6 Sealed bids will be received by the Connecticut Airport Authority (CAA) by submitting a bid electronically through The CAA will not accept bids in any other manner. Vendors must be registered to access the bid in its entirety and to submit a bid. Due date for bids is no later than 1:00 pm, April 10, 2018, at which time they will be publicly displayed for the following project: RECONSTRUCT, MARK, LIGHT & SIGN TW C & TW R CAA Construction Contract No Vendors who wish to view the bids may do so by logging into or in attendance at, Terminal A, Third Floor, Windsor Locks, CT. at the date and time noted above. Bids must be uploaded to The official time is the ebidexchange time indicator. No bids will be able to be posted after the time noted above. The project work consists of: A Base Bid which includes the reconstruction of Taxiway C from its intersection with Taxiway S to the Runway 6 End which will include, but not limited to: excavation and disposal of existing pavement materials (asphalt and portions of Portland Cement), base materials, and subbase materials; removal and disposal/salvage of existing taxiway edge lighting systems, guidance signs, and elevated runway guard lights; removal and replacement of drainage pipes and catch basins; installation and maintenance of construction erosion and sedimentation control best management practices; installation of new subbase materials, base materials, asphalt pavement and pavement markings; rehabilitation for a section of Portland Cement concrete pavement at the Taxiway S/Taxiway C intersection with new joint materials and crack/spall repairs; installation of new taxiway edge light systems (conduits, lights, & cabling), guidance signs, and elevated runway guard lights; water line relocation to an existing sleeve under Runway 6-24; restoration of growth to disturbed areas; and all other incidental items for a completed project. An Add Alternate which includes the reconstruction of Taxiway R from the Runway 6 End to its intersection with Taxiway J and the Connecticut Air National Guard Apron which will include, but not limited to: excavation and disposal of existing pavement materials (asphalt and portions of Portland Cement), base materials, and subbase materials; removal and disposal/salvage of existing taxiway edge lighting systems, guidance signs, and elevated runway guard lights; removal and replacement of drainage pipes and catch basins; installation and maintenance of construction erosion and sedimentation control best management practices; installation of new subbase materials, base materials, asphalt pavement and pavement markings; installation of new taxiway edge light systems (conduits, lights, & cabling), guidance signs, and elevated runway guard lights; water line and hydrant relocation near the Air Guard Apron; restoration of growth to disturbed areas; and all other incidental items for a completed project. The contract time for completion of the Base Bid work is within Eighty-five (85) calendar days from the date speci. An additional Fifty-five (55) calendar days is specified for completion, if the Add Alternate scope of work is added to the project.
2 Section Page 2 of 6 The work performed under this Contract shall be governed by Federal Contract Provisions, set forth in the Contract Documents, which include, but are not restricted to: Disadvantaged Business Enterprise (DBE) Subcontractor participation, Equal Employment Opportunity requirements, and compliance with State of Connecticut Wage requirements and Federal Wage and Hour requirements (Davis-Bacon Act). All requirements of the Federal funding and the State of Connecticut procurement process, as well as all administrative regulations shall apply to this project, as if herein written out in full. The attention of prospective bidders is called to the fact that this project is to be bid upon and the contract executed, under the Federal Funding Rules and Regulations for carrying out the provisions of: Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as amended, and DOL Regulation 41 CFR Part 60) Buy American Preferences (Title 49 United States Code, 50101) Civil Rights General Provisions (Title 49 United States Code, 47123) Title VI Provisions of the Civil Rights Act of 1964, as amended and supplemented, Davis-Bacon Act (DOL Regulation 29 CFR Part 5) Disadvantaged Business Enterprise Foreign Trade Restriction: Denial of Public Works Contracts on Suppliers of Goods and Services of Countries that Deny Contracts to Suppliers of Goods and Services of Countries that Deny Procurement Market Access to U.S. Contractors (DOT Regulation 49 CFR Part 30) Lobbying Federal Employees (31 USC 1352, 2 CFR Part 200-Appendix II(J), 49 CFR Part 20, Appendix A) Procurement of Recovered Materials (2 CFR , 40 CFR Part 247, & Solid Waste Disposal Act) Government-wide Debarment and Suspension (2 CFR Part 180 (Subpart C), 2 CFR part 1200, & DOT Order DOT Suspension & Debarment Procedures & Ineligibility) Government-wide Requirements for Drug-free Workplace (49 CFR Part 32 & 41 USC 701) NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY 1. The Offeror s or Bidder s attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor s aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade: 6.9% Goals for female participation in each trade: 6.9% These goals are applicable to all of the Contractor s construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard
3 Section Page 3 of 6 to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction. The Contractor s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR (a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor s goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the covered area is State of Connecticut, Hartford-Bristol-New Britain, Town of Windsor Locks. The CAA, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. It is the policy of the CAA to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All disadvantaged business enterprise firms qualifying under this solicitation are encouraged to submit bids/proposals. The provisions of State of Connecticut non-discrimination requirement pursuant to Connecticut General Statutes 4a-60 and 4a-60a will also apply. Award of this contract will be conditioned upon satisfying the requirements of this section. The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the CAA to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this section. These requirements apply to all bidders/offerors, including those who qualify as a DBE. A DBE contract goal of Fourteen and seven-tenths percent (14.7%) has been established for this contract. The bidder/offeror shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26, to subcontract Fourteen
4 Section Page 4 of 6 and seven-tenths percent (14.7 %) of the dollar value of the prime contract to Disadvantaged Business Enterprises (DBE), as defined in 49 CFR Part 26. faith effort requirements of 49 CFR As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein: 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (1) 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE 5) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. All requirements of the State of Connecticut procurement process, as well as all State of Connecticut administrative regulations, shall apply to this project, as if herein written out in full. In addition, the State of Connecticut general provisions and prosecution of work requirements will apply, including compliance with State of Connecticut Wage requirements. Each sealed bid shall be accompanied by a satisfactory Bid Bond, in an amount equal to five percent (5%) of the bid, payable to the Connecticut Airport Authority. The successful bidder will be required to execute and furnish a Performance Bond, and Labor and Materials Payment Bond as security for faithful performance and payment of all bills and obligations arising from the performance of the work. Each security shall be in an amount of not less than one hundred percent (100%) of the contract price and shall be in a form acceptable to the Owner. Contract Documents will be available on March 13, 2018 and may be downloaded at: Vendors must be registered to access the contract documents in their entirety and to submit a bid. A Mandatory Pre-Bid Conference for bidders will be conducted at Connecticut Airport Authority Offices at Connecticut Airport Authority Wellness Center Conference Room, 334 Ella Grasso Turnpike, Suite 100, Windsor Locks, CT at 11:00 am March 27, local time. Neither the Owner, nor the Architect/Engineer, shall be responsible for disseminating information discussed at this meeting, except as issued by Addendum. All questions shall be directed through A site visit will also be held immediately following the Pre-Bid Conference. It is strongly recommended that Bidders attend the site visit to familiarize themselves with the Scope of Work and site restrictions. CAA will not be obligated to schedule site visits after the site visit. No claims for extra costs shall be allowed because of lack of full knowledge of verifiable conditions.
5 Section Page 5 of 6 The site tour includes areas that are located post screening; therefore, individuals planning on attending the site tour must upload the following information to no later than 1:00 pm, March 20, 2018, full legal name, name of firm your representing, phone number, date of birth, place of birth, and an screening prior to admittance to the proposed site. The site tour will be limited to two (2) representatives from each firm. Attendees that arrive more than ten (10) minutes late will not be considered as having attended the conference. No bidder may withdraw his bid within one hundred eighty (180) days after the actual date of opening hereof. Award of the contract shall be made to the lowest responsible and responsive bidder, whose responsive bid conforms to written requirements of the Owner. END OF SECTION
6 Section Page 6 of 6 PAGE LEFT BLANK INTENTIONALLY
Attachment 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 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 information2 C.F.R and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses
2 C.F.R. 200.326 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses Requirements under the Uniform Rules. A non-federal entity s contracts must contain the applicable contract clauses described
More informationBROCKTON AREA TRANSIT AUTHORITY
BROCKTON AREA TRANSIT AUTHORITY The following Terms and Clauses are applicable to all contracts, procurements and purchase orders except as noted. By accepting this contract or purchase order the vendor
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 informationSECTION ADVERTISEMENT FOR BIDS
SECTION 00 11 13 Sealed Bids for construction of the 2016 Oak Creek Water Treatment Plant Improvements, addressed to the Oak Creek Water and Sewer Utility Building, 170 West Drexel Avenue, Oak Creek, WI
More informationBATS Title VI Policies and Procedures
BATS Title VI Policies and Procedures October 1, 2018 METROPOLITAN PLANNING ORGANIZATION (MPO) / BRUNSWICK AREA TRANSPORTATION STUDY (BATS) Glynn County Community Development Department 1725 Reynolds Street,
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 informationBid & Contract Provisions CDBG/HOME Guidebook
Bid & Contract Provisions CDBG/HOME Guidebook Appendix 1 2 Bid and Contract Requirements for grant recipients subject to 2 CFR Part 200. Invitation to Bid In addition to the language normally included
More informationMARCH 27, 2019 INVITATION FOR BIDS
MARCH 27, 2019 INVITATION FOR BIDS BROOKLAND CENTER FOR COMMUNITY ECONOMIC CHANGE (BCCEC) BROOKLAND LAKEVIEW EMPOWERMENT CENTER (BLEC) ROOF REPLACEMENT Project Title: BCCEC BLEC Roof Replacement Date of
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 informationMinority Business Participation Outreach Plan. The following definitions, conforming to N.C.G.S apply to this policy:
Revised 5/16/14 Minority Business Participation Outreach Plan I. General Statement of Policy A. It is the policy of the Water and Sewer Authority of Cabarrus County (WSACC) Board of Directors (Board) to
More informationFIRST AMENDMENT TO AGREEMENT. Between BROWARD COUNTY. and S&L SPECIAL TY CONTRACTING, INC. for CONSTRUCTION SERVICES. In connection with the
FIRST AMENDMENT TO AGREEMENT Between BROWARD COUNTY and S&L SPECIAL TY CONTRACTING, INC. for CONSTRUCTION SERVICES In connection with the RESIDENTIAL SOUND INSULATION -GROUP 3800K Bid No. Z1419405C1 This
More informationTRAFFIC SIGNAL CONTROLLER UPGRADE/RETIMING PROJECT NO FEDERAL PROJECT NO. CML-5008(098) FEDERAL AID CONTRACT BIDDERS CHECKLIST CITY OF STOCKTON
TRAFFIC SIGNAL CONTROLLER UPGRADE/RETIMING PROJECT NO. 10-12 FEDERAL PROJECT NO. CML-5008(098) FEDERAL AID CONTRACT BIDDERS CHECKLIST CITY OF STOCKTON Did you complete and properly sign: This Bidders Checklist
More informationDES MOINES AIRPORT AUTHORITY TITLE VI PLAN. Phone: (515) Phone: (515)
DES MOINES AIRPORT AUTHORITY TITLE VI PLAN Name and title of chief administrative officer Name: Kevin Foley Title: Executive Director Address: 5800 Fleur Drive, Suite 207 County: Polk Des Moines, Iowa
More informationHILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 3 TO LEASE AGREEMENT EXHIBIT A TAMPA INTERNATIONAL AIRPORT UNITED STATES POSTAL SERVICE
HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 3 TO LEASE AGREEMENT EXHIBIT A TAMPA INTERNATIONAL AIRPORT UNITED STATES POSTAL SERVICE BOARD DATE:, 2016 Prepared by: Hillsborough County Aviation
More informationFOURTH AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATED PRODUCTS AND SERVICES
Amendment#: 4 STATE OF NORTH CAROLINA COUNTY OF MECKLENBURG FOURTH AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATED PRODUCTS AND
More informationGUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR PARTICIPATION IN STATE CONSTRUCTION CONTRACTS
GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR PARTICIPATION IN STATE CONSTRUCTION CONTRACTS In accordance with G.S. 143-128.2 (effective January 1, 2002) these guidelines establish
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 informationTITLE VI PLAN Adopted April 4, 2014
TITLE VI PLAN Adopted April 4, 2014 1 2 This page left blank intentionally II. Organization, Staffing and Structure A. Organizational Chart Reporting Relationships B. Staffing and Structure Executive
More informationREQUEST FOR QUALIFICATIONS ENGINEERING SERVICES Town of Robbins, North Carolina FEMA Public Assistance Project Cost Opinions
REQUEST FOR QUALIFICATIONS ENGINEERING SERVICES Town of Robbins, North Carolina FEMA Public Assistance Project Cost Opinions 11/27/2018 Dear Offeror: This is a Request for Qualifications to provide engineering
More information6. Bidder - Any person, firm, partnership, corporation, association, or joint venture bidding on a public contract or subcontract.
OUTREACH PLAN AND GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR PARTICIPATION IN ALAMANCE COUNTY BUILDING CONSTRUCTION OR REPAIR CONTRACTS In accordance with N.C.G.S. Section 143-128.2,
More informationAGREEMENT FOR ADVERTISING SERVICES I. GENERAL
AGREEMENT FOR ADVERTISING SERVICES This agreement, made and executed this day of, 2018, by and between (hereinafter referred to as Vendor ) and the City of Danville, Illinois, a Municipal Corporation,
More informationGENERAL TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852G002
GENERAL TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852G002 Issue Date: May 18, 2017 Title: VFHY Graphic Art and/or Design Issuing Agency: Virginia Foundation for Healthy Youth (VFHY)
More informationSPECIAL CONDITIONS PROGRAM REGULATIONS
SPECIAL CONDITIONS PROGRAM REGULATIONS Contractor shall be in conformance with the applicable portions of the School Food Authority's (SFA) agreement under the program. Contractor will conduct program
More informationARTICLE 1. GRANT OF PERMIT
Page 1 of 16 PERMIT AGREEMENT BETWEEN BROWARD COUNTY AND FLORIDA DEPARTMENT OF TRANSPORTATION FOR ACCESS TO PROPERTY AT FORT LAUDERDALE-HOLLYWOOD INTERNATIONAL AIRPORT This Permit Agreement ("Permit")
More informationGeneral Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)
General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) U.S. Department of Housing and Urban Development Office of Public and Indian Housing Office of Labor Relations
More informationDeadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.
(ADVERTISEMENT) OWNER: Middle Kentucky CAP, Inc. 171 Howell Heights Jackson, KY 41339 INVITATION FOR BID (IFB) Middle Kentucky CAP is seeking sealed bids for blacktop paving. installation to _171 Howell
More informationINSTRUCTIONS TO BIDDERS Medical Center
Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the
More informationNOW, THEREFORE, THE BOARD OF COMMISSIONER FOR THE COUNTY OF ALAMANCE DOTH ORDAIN: SECTION A: INTENT
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
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 informationALL AGENCY PROCUREMENT GUIDELINES
March 2013 ALL AGENCY PROCUREMENT GUIDELINES These guidelines apply to the Metropolitan Transportation Authority ("MTA"), the New York City Transit Authority ("Transit"), the Long Island Rail Road Company
More informationREQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO.
REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP001-19 ADDENDUM NO. 2 JANUARY 7, 2019 ALL BIDDERS MUST ACKNOWLEDGE RECEIPT
More informationGeneral Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)
General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) U.S. Department of Housing and Urban Development Office of Public and Indian Housing Office of Labor Relations
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 informationb. On the basis of race, color or national origin, in Executive Order as implemented by Department of Labor regulations at 41 CFR Chapter 60.
ARTICLE VIII- APPLICABLE LAWS AND REGULATIONS Section 801. Applicable Law. This MCA is incidental to the implementation of a Federal program. Accordingly, this MCA shall be governed by and construed according
More informationInvitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI
Invitation for Bid. 28475 Caustic Soda 50% T. F. Green Airport, Warwick, RI August 27, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide, on an as-needed basis approximately nine
More information4. Public Entity means State and all public subdivisions and local government units. 5. Owner Cape Fear Public Utility Authority.
OUTREACH PLAN AND GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR PARTICIPATION IN CAPE FEAR PUBLIC UTILITY AUTHORITY CONSTRUCTION OR REPAIR CONTRACTS In accordance with G.S. 143-128.2,
More informationRFQ REQUEST FOR QUOTES ON DEMAND FACILITIES ELECTRICAL MAINTENANCE SERVICES JANUARY 2008
RFQ 2008-02 REQUEST FOR QUOTES ON DEMAND FACILITIES ELECTRICAL MAINTENANCE SERVICES JANUARY 2008 GARY PUBLIC TRANSPORTATION CORPORTATION 100 W. 4 TH AVENUE GARY, IN 46402 PHONES: (219) 885-7555 FAX: (219)
More informationAppendix 1 Terms for Federal Aid Contracts / Florida Department of Transportation
Appendix 1 Terms for Federal Aid Contracts / Florida Department of Transportation TERMS FOR FEDERAL AID CONTRACTS (APPENDIX I): The following terms apply to all contracts in which involve the expenditure
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 informationRequest for Vendor Contract Update
Request for Vendor Contract Update Pursuant to the terms of your awarded vendor contract, all vendors must notify and receive approval from Region 4/TCPN when there is an update in the contract. No request
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 informationGWINNETT COUNTY DEPARTMENT OF WATER RESOURCES
July 2017 NOTICE OF PRE-QUALIFICATION OF LICENSED UTILITY CONTRACTORS FOR THE INSTALLATION, REPLACEMENT AND/OR RELOCATION OF PRESSURIZED WATER MAINS AND APPURTENANCES The Gwinnett County Board of Commissioners
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 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 informationDiesel Engine Replacement for. Gillig Low Floor Buses
JACKSON AREA TRANSPORTATION AUTHORITY INVITATION FOR BID (IFB 2016-01) Diesel Engine Replacement for Gillig Low Floor Buses Issue date: January 13, 2017 Bid due date and time: February 10, 2017 by 3 P.M.
More informationFLORIDA INLAND NAVIGATION DISTRICT INTRACOASTAL WATERWAY MAINTENANCE DREDGING SOUTH OF PORT OF PALM BEACH PALM BEACH COUNTY, FLORIDA
FLORIDA INLAND NAVIGATION DISTRICT INTRACOASTAL WATERWAY MAINTENANCE DREDGING SOUTH OF PORT OF PALM BEACH PALM BEACH COUNTY, FLORIDA ADDENDUM NO. 3 OCTOBER 1, 2018 SUMMARY OF SPECIFICATION MODIFICATIONS
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 informationOFFEROR S ASSERTION OF COMMERCIALITY. Part No(s) and Description(s) Supplier s Name:
2 OFFER S ASSERTION OF COMMERCIALITY Part No(s) and Description(s) Supplier s Name: DO YOU ASSERT COMMERCIATLITY? (see FAR 2.101 for the definition of commercial item): YES: (COMPLETE REMAINDER OF FM)
More informationSubcontract Checklist
Subcontract Checklist 1. Check the subcontract to verify the project number and Federal Aid Project (FAP) is listed correctly. 2. Check the back of the Contract for: a. Items committed to Disadvantage
More informationCERTIFICATION 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 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 informationAGREEMENT FOR CONSULTING SERVICES FOR PORT ARTHUR INDEPENDENT SCHOOL DISTRICT
AGREEMENT FOR CONSULTING SERVICES FOR PORT ARTHUR INDEPENDENT SCHOOL DISTRICT This Agreement is entered into on between the Port Arthur Independent School District whose main administrative office is located
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 informationBACKGROUND: THE STATE AND THE GRANTEE AGREE AS FOLLOWS:
DOT-982 (01/2015) SECTION 5339 (CFDA NO. 20.526) OF THE MOVING AHEAD FOR PROGRESS IN THE 21 ST CENTURY (49 USC Section 5339/MAP-21 Section 20029) STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION AGREEMENT
More informationEVERYTHING YOU WANTED TO KNOW ABOUT TITLE VI NON DISCRIMINATION
EVERYTHING YOU WANTED TO KNOW ABOUT TITLE VI NON DISCRIMINATION A Handbook for Local Governments And Consultants Kansas Department of Transportation Offi ce of Civil Rights February of 2005 TABLE OF CONTENTS
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 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 informationREQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603
REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603 QUOTATION NO. 003-18 VENDOR ADDRESS PHONE THIS IS NOT AN ORDER 1. In communications always
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 informationSAFE ROUTES TO SCHOOL PROJECT AGREEMENT FY2011 Between the Wyoming Department of Transportation and the City of Cheyenne
SAFE ROUTES TO SCHOOL PROJECT AGREEMENT FY2011 Between the Wyoming Department of Transportation and the City of Cheyenne Safe Routes to School (SRTS) Program Project Agreement For Federal Project SR11001
More information1911/1936 & Turner Creek Districts Sanitary Sewer I&I Abatement Project Phase 2
DATE ISSUED: March 8, 2019 BID DOCUMENTS FOR: 1911/1936 & Turner Creek Districts Sanitary Sewer I&I Abatement Project Phase 2 Sanitary Sewer Line Rehabilitation, Pipe Lining, Pipe Bursting BID NUMBER:
More informationTelemetry and SCADA Upgrades
Telemetry and SCADA Upgrades Prebid Meeting Minutes W-10-012-201 TO: FROM: ATTENDEES David N. West, P.E. DATE: October 4, 2016 RESUME OF MEETING WHEN: LOCATION: SUBJECT: Tuesday, October 4, 2016 10:00
More informationTHE SCHOOL DISTRICT OF LEE COUNTY
THE SCHOOL DISTRICT OF LEE COUNTY PROCUREMENT SERVICES DEPARTMENT Lorie Nein, Procurement Agent ADDENDUM NO.: 1 ADDENDUM TO CONTRACT DOCUMENTS PROJECT NAME: ITB No. B177299LN USDA Commodity Processed Cheese
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 informationPURCHASING ORDINANCE
PURCHASING ORDINANCE TABLE OF CONTENTS Page Number I. GENERAL PROVISIONS 7 1.1 Purpose 7 1.2 Applicability 7 1.3 Severability 7 1.4 Property Rights 7 1.5 Singular-Plural Gender Rules 7 1.5.1 Singular-Plural
More informationBID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I
BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I1440039 TABLE OF CONTENTS Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations... 1 Article
More informationPUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621
PUBLIC WORKS DEPARTMENT BID FORMS FOR POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL
More informationINTERGOVERNMENTAL AGREEMENT
INTERGOVERNMENTAL AGREEMENT City of Ashland Ashland Municipal Airport 2011 Statewide Airport Pavement Maintenance Program Using Non-Primary Entitlement Funds for Local Match The parties to this Agreement
More informationPROVISO TOWNSHIP HIGH SCHOOLS DISTRICT W. Roosevelt Road Forest Park, IL
PROVISO TOWNSHIP HIGH SCHOOLS DISTRICT 209 8601 W. Roosevelt Road Forest Park, IL 60130 708-338-5956 Subject: Chemical Waste Disposal Services Bid No: 6-272016 July 20, 2016 ATTENTION BIDDERS: The Board
More informationSAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.
INSTRUCTIONS TO BIDDERS The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and the conditions existing at the site of the work and its environs.
More informationStandard DOT Title VI Assurances
.. Standard DOT Title VI Assurances The Laredo Urban Transportation Study, Metropolitan Planning Organization (hereinafter referred to as the "Recipient) HEREBY AGREES THAT as a condition to receiving
More informationCOVER PAGE. Bid Proposal # 2151 PETROLEUM PRODUCTS
COVER PAGE Bid Proposal # 2151 PETROLEUM PRODUCTS Sealed bids and electronic submitted bids for the above will be received until 10:00 AM CST, Tuesday, October 31, 2017 and publicly opened in the City
More informationCLOUD SOLUTIONS STATE OF MONTANA. Master Agreement Terms and Conditions: NASPO ValuePoint PARTICIPATING ADDENDUM. Led by the State of Utah
Master Agreement #: AR2488 Contractor:SHI INTERNATIONAL CORP. Participating Entity: STATE OF MONTANA The following products or services are included in this contract portfolio: All products and accessories
More informationHAZARD MITIGATION GRANT PROGRAM SUPPLEMENTAL CONDITIONS
HAZARD MITIGATION GRANT PROGRAM SUPPLEMENTAL CONDITIONS The agreement shall be subject to the following conditions contained in the OWNER S grant agreement with the Florida Division of Emergency Management.
More informationWinston-Salem Urban Area Metropolitan Planning Organization Transportation Advisory Committee Action Request
Winston-Salem Urban Area Metropolitan Planning Organization Transportation Advisory Committee Action Request Meeting Date: February 16, 2012 Agenda Item Number: 3 Action Requested: Approval of the Winston-Salem
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 informationINVITATION FOR BIDS: Maintenance Repairs FY Bristol Warren Regional School District
INVITATION FOR BIDS: Maintenance Repairs FY 2019 May 2018 TABLE OF CONTENTS PART 1 INFORMATION FOR BIDDERS Section 1 Receipt and Opening of Bids 1 Section 2 Invitation for Bids Becomes Part of Contract
More information12-Inch Water Line Replacement Across Panther Branch SJRA Project No. WDPR N001 SECTION PROPOSAL FORM
SECTION 00 41 00.02 To: The San Jacinto River Authority 1577 Dam Site Road G & A Building, 3 rd Floor Receptionist Conroe, Texas 77304 Project: 12-Inch Water Line Replacement Across Panther Branch at Grogan
More informationCIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED
BEDFORD COUNTY R E Q U E S T F O R P R O P O S A L S CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED PUBLIC
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 informationFILM PRODUCTION AGREEMENT
FILM PRODUCTION AGREEMENT THIS AGREEMENT is made and entered into as of this day of, by and between the LOUISVILLE REGIONAL AIRPORT AUTHORITY, a body politic and corporate and a political subdivision of
More informationEXECUTIVE ORDER No
For historical purposes, this is the original text of the law, without any subsequent amendments. For the current texts of the laws we enforce, as amended, see ULaws Enforced by the EEOCU. EXECUTIVE ORDER
More informationTITLE VI NON-DISCRIMINATION AGREEMENT between. The Wisconsin Department of Transportation (WisDOT) and. Sub-Recipient Title VI Coordinator:
TITLE VI NON-DISCRIMINATION AGREEMENT between The Wisconsin Department of Transportation (WisDOT) and N_C_W_R_P_C, a WisDOT Sub-Recipient Name: Dennis Lawrence, AICP Sub-Recipient Coordinator: Title: Executive
More informationINFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION
INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than
More informationDOCUMENT INSTRUCTIONS TO BIDDERS
DOCUMENT 00 21 13 Bidders shall follow the instructions in this document, and shall submit all documents, forms, and information required for consideration of a Bid. Oakland Unified School District ( District
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 informationButte School District #1 Request for Proposal (RFP)
Certification Request for Proposal (RFP) Bid Acknowledgement Form Bread Products The Respondent herby certifies by submission and signature of this proposal that the Respondent complies fully with this
More informationBRISTOL VIRGINIA CITY COUNCIL 300 Lee Street Bristol, Virginia March 24, :00 p.m.
City Council Catherine D. Brillhart, Mayor Archie Hubbard, III, Vice Mayor Bill Hartley, Council Member Guy P. Odum, Council Member Jim Steele, Council Member BRISTOL VIRGINIA CITY COUNCIL 300 Lee Street
More informationPUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621
PUBLIC WORKS DEPARTMENT BID FORMS FOR POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL
More informationAGENDA ITEM # 7B. AGENDA ITEM EXECUTIVE SUMMARY Village Board Meeting December 11, 2017
AGENDA ITEM # 7B AGENDA ITEM EXECUTIVE SUMMARY Village Board Meeting December 11, 2017 Item Title: Staff Contact: Contract Award DiMeo Brothers, Inc. Victor C. Ramirez, Public Works Director VILLAGE BOARD
More informationCONTRACT FORM CONTRACT #
CONTRACT FORM CONTRACT # This Contract, made and entered into this day of,, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and
More informationRULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL
RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING
More informationFOURTH AMENDMENT TO THE AGREEMENT TO PROVIDE AUTOMOTIVE PARTS AND ACCESSORIES AND RELATED PRODUCTS AND SERVICES
STATE OF NORTH CAROLINA COUNTY OF MECKLENBURG Contract#:2017000280 Amendment#: 4 Vendor*. 301178 FOURTH AMENDMENT TO THE AGREEMENT TO PROVIDE AUTOMOTIVE PARTS AND ACCESSORIES AND RELATED PRODUCTS AND SERVICES
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 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 informationALL AGENCY GENERAL CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on December 13, 2017
ALL AGENCY GENERAL CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on December 13, 2017 These guidelines (the General Contract Guidelines ) apply to the Metropolitan Transportation Authority ("MTA"),
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 information1. 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
More information