ADDENDUM NO. ONE (1)

Size: px
Start display at page:

Download "ADDENDUM NO. ONE (1)"

Transcription

1 The Wilson Group: Terminal Renovation & Expansion Talbert, Bright & Ellington: May 14, 2018 Date: May 14, 2018 ADDENDUM NO. ONE (1) RE: From: To: The Wilson Group PO Box 5510 Charlotte, NC All Plan Holders This Addendum is hereby made a part of the contract documents and specifications of the above referenced project. All other requirements of the original specification shall remain in effect in their respective order. Acknowledge receipt of this Addendum by inserting its number and date in the form. PROJECT MANUAL 1. REMOVE Fire Protection from Item 1.2 of Section SEALS PAGE. 2. REPLACE Section PRO PROPOSAL with the Section provided with this Addendum. QUESTIONS AND ANSWERS 1. QUESTION: Can calendar day length be lengthened? 180 days is recommended by the GCs. ANSWER: Question is under review and answer unavailable at this time. 2. QUESTION: Can LDs be reduced? $500 per day is recommended by the GCs. ANSWER: Question is under review and answer unavailable at this time. 3. QUESTION: What is the Engineer s cost estimate? ANSWER: Information will not be provided. 4. QUESTION: What is retainage? Are there formulas for reduction in retainage as the project progresses? ANSWER: Retainage is 10% as described in section 90-06, 90-08, and PSP-13 & 14. Reductions are at the Engineer s and Owner s discretion. 5. QUESTION: Is Davis Bacon required? Is wage determination in the spec? How are designations made? ANSWER: Davis Bacon Wage rates are required. The wage determination for building and highway projects is included in section EEO starting at page EEO QUESTION: Is Contractor required to hold prices for 120 days? ANSWER: Yes. 7. QUESTION: Is there a specific form for the Bid Bond? Is the AIA form acceptable? ANSWER: AIA is acceptable. ADDENDUM NO. 1 AD-01 PAGE 1 OF 3

2 The Wilson Group: Terminal Renovation & Expansion Talbert, Bright & Ellington: May 14, QUESTION: Is normal permitting required or County Permit? Is business license required? Who is performing inspections (Chapter 1)? ANSWER: Question is under review and answer unavailable at this time. 9. QUESTION: Is Builder s Risk by the GC? ANSWER: Yes 10. QUESTION: Are DBEs required to be SCDOT qualified? Whose rule requirements are to be followed (DOT or FAA)? ANSWER: Yes DBE must be on the current list at the time of bidding. See Spec page PRO-12 for website link. 11. QUESTION: In the bid form, if the GC is meeting the DBE requirement, what is required to divulge? What DBE Exhibits are required to be submitted with Bid? Are Contracts with DBEs required to be provided? ANSWER: Per PRO-12 #10 Submit DBE committal sheet, see DBE-6 #8 12. QUESTION: Are Special Inspections (Chapter 17) required? ANSWER: There are no Special Inspections required. 13. QUESTION: How are errors in unit prices and extended totals in the bid form rectified? Is this reviewed before bid or after bid? ANSWER: The Engineer will review your bids and that review includes verifying that the numbers are correct. 14. QUESTION: What items are required to be tested? ANSWER: Everything as defined by the plans or the specs. Section and are helpful. The owner is responsible for Quality Assurance (QA) and the General Contractor is responsible for Quality Control (QC). The GC will be responsible for compensating Owner for failed QA tests. 15. QUESTION: What are additional LDs identified in the proposal section? ANSWER: Two phase in the project L.D. s for the total contract days and a phase of 5 days with L.D. s. There are also L.D. s defined on page PSP-13 that references contractor communication with the onsite construction observer. 16. QUESTION: What are specifications for Fire Protection referring to? ANSWER: They are not applicable. 17. QUESTION: Is everything listed in the specifications compliant with Buy American provisions? ANSWER: The project requires meeting the Buy American section of the specs. 18. QUESTION: Are there seeding requirements? Can sod be used in lieu of (ILO) seed? ANSWER: There is temporary and permanent seeding on the schedule of values that is included in Addendum 1. The use of sod will be reviewed once the project goes into construction. 19. QUESTION: Can you clarify Buy American requirements on PRO-16? ADDENDUM NO. 1 AD-01 PAGE 2 OF 3

3 The Wilson Group: Terminal Renovation & Expansion Talbert, Bright & Ellington: May 14, 2018 ANSWER: The contractor is required to read this section and check what they decide is applicable to the project. They can only check one box but must check one. ATTACHMENTS 1. PRE-BID MEETING AGENDA 2. PRE-BID MEETING SIGN-IN SHEET 3. PRE-BID MEETING MINUTES 4. PROPOSAL (AD-01) END OF ADDENDUM NO. ONE (1) ADDENDUM NO. 1 AD-01 PAGE 3 OF 3

4 The Wilson Group Project No.: Terminal Renovation and Expansion Talbert, Bright & Ellington Project No.: May 10, Sign-in Sheet 2. Introductions PRE-BID MEETING AGENDA TERMINAL RENOVATION & EXPANSION 3. Scope of Project / Description NEWBERRY COUNTY AIRPORT NEWBERRY, SOUTH CAROLINA PRE-BID MEETING: MAY 10, 2018, 10:00 A.M. NEWBERRY COURTHOUSE ANNEX CONFERENCE ROOM a. Construction Drawings dated May 1, 2018 b. Project Manual 1 Volume dated May 1, 2018 c. All work will be performed per the Contract Documents 4. Plans available through: ARC Document Solutions 819 State Street Columbia, SC Phone: (803) Plan holders list: Contract time: 120 Calendar Days Liquidated damages: $ per calendar day 7. Bid Packet Requirements 8. Specifications a. Bid Bond b. Completed Section (E-Bid Form is available by ing request to travis@twgarchitects.com) c. Completed DBE Section a. DBE Section i. Forms need to be completed and included with your bid. It is very important that the goal of 8.2% is met or the contractor show a good faith effort (Advertisements, phone logs, letters, etc.). Failure to include this can result in a rejected bid. b. Section 20 Requirements and Conditions i. Quantities are estimates for quantities for comparison of bids only. ii. Written words are required in the proposal. iii. Addenda shall be acknowledged in the proposal by number and date. At least one (1) addendum will be issued. iv. Bid Bond / Certified Check of 5% of bid price must be submitted. v. DBE forms. PRE-BID MEETING AGENDA PAGE 1 OF 2

5 The Wilson Group Project No.: Terminal Renovation and Expansion Talbert, Bright & Ellington Project No.: May 10, 2018 c. Section 70 Legal Regulations and Responsibility to Public i. The Contractor shall procure all Permits, Licenses and Taxes. ii. Workmen s Compensation and Employer s Liability Insurance minimum limit of $100,000. iii. Comprehensive General Liability Insurance & Automobile Liability Insurance shall have single limits of at least $1,000, per occurrence iv. Builder s Risk Insurance (Property Insurance) d. Project Special Provisions i. Record Drawings Contractor shall maintain a set of as constructed plans on the project at all times. As built plans shall be delivered to the Engineer prior to final acceptance. ii. Testing Owner will supply QA testing. Contractor is responsible for QC testing. The Contractor will be responsible to pay for all retests of failing materials. iii. Progress meetings will be held during the duration of the project. TBD iv. Contractor is responsible for all taxes and licenses. e. Safety and Security Requirements i. It is the Owner s intent to minimize interference with aircraft activity. It is recommended that Contractors be familiar with this section. f Bidder s Request for Information Form i. This form, along with required attachments, must be completed and submitted (via ) no later than 5:00 PM (local time) Wednesday, May 18, g Bidder s Substitution Request Form i. This form, along with required attachments, must be completed and submitted (via ) no later than 5:00 PM (local time) Wednesday, May 18, h Temporary Facilities and Controls i. It is the Contractor s responsibility to provide temporary facilities (including, but not limited to, all utilities) in order to construct the project. 9. Permitting & Approvals Status 10. Davis Bacon Requirements We Need to follow both Building and Highway. 11. Buy American Clause 12. Addendum 1 Items (intend to publish on May 14, 2018) a. Pre-Bid Meeting Agenda b. Pre-Bid Meeting Minutes c. Pre-Bid Meeting Sign-in Sheet d. Known Items: i. ii. iii. e. Questions & Answers PRE-BID MEETING AGENDA PAGE 2 OF 2

6

7

8 The Wilson Group: Terminal Renovation & Expansion Talbert, Bright & Ellington: May 14, 2018 PRE-BID MEETING MINUTES TERMINAL RENOVATION & EXPANSION NEWBERRY COUNTY AIRPORT NEWBERRY, SOUTH CAROLINA PRE-BID MEETING: MAY 10, 2018, 10:00 A.M. NEWBERRY COURTHOUSE ANNEX CONFERENCE ROOM Attendees: See Sign-in Sheet Distribution: All Attendees, via- plus: Author: Travis Pence 1. Agenda was followed. Sign-in Sheet distributed. 2. Additional items that were discussed: o Submit questions in accordance with project specifications (in writing via to Travis Pence) o Agenda, Sign-in Sheet, Questions & Answers will be in Addendum 1. Official answers to any questions will be via addendum and are part of the Contract. o Electronic copies of proposal section are available. request to Travis. Be advised the Bid Form may change through Addenda and GC is responsible for submitting correct Form. o DBEs need to be on the certification list at time of bid. See Spec page PRO-12 for website link o Bid Form is going to be revised in Addendum. Civil items will be unit quantities. Building will be lump sum. Civil engineer has determined quantities for bidding. General Contractor will be paid for placed quantities, whether over or under the estimated quantity. o Written words are required on Bid Form. o FAA has reviewed and approved the project. Project has been submitted to DHEC and is under review Building has not been submitted for permit review. An encroachment permit has not been requested. o Addenda need to be acknowledged in the bid form. o Liquidated Damages (LDs) associated with 5-day taxiway closure are not necessarily contiguous days. These LDs are separate from the building contract work LDs. o For access to the existing building contact Eddie or Travis. 3. Questions (See Addenda for answers): o Can calendar day length be lengthened? 180 days is recommended by the GCs. o Can LDs be reduced? $500 per day is recommended by the GCs. o What is the Engineer s cost estimate? o What is retainage? Are there formulas for reduction in retainage as the project progresses? o Is Davis Bacon required? Is wage determination in the spec? How are designations made? o Is Contractor required to hold prices for 120 days? o Is there a specific form for the Bid Bond? Is the AIA form acceptable? PRE-BID MEETING MINUTES PAGE 1 OF 2

9 The Wilson Group: Terminal Renovation & Expansion Talbert, Bright & Ellington: May 14, 2018 o o o o o o o o o o o o Is normal permitting required or County Permit? Is business license required? Who is performing inspections (Chapter 1)? Is Builder s Risk by the GC? Are DBEs required to be SCDOT qualified? Whose rule requirements are to be followed (DOT or FAA)? In the bid form, if the GC is meeting the DBE requirement, what is required to divulge? What DBE Exhibits are required to be submitted with Bid? Are Contracts with DBEs required to be provided? Are Special Inspections (Chapter 17) required? How are errors in unit prices and extended totals in the bid form rectified? Is this reviewed before bid or after bid? What items are required to be tested? What are additional LDs identified in the proposal section? What are specifications for Fire Protection referring to? Is everything listed in the specifications compliant with Buy American provisions? Are there seeding requirements? Can sod be used in lieu of (ILO) seed? Can you clarify Buy American requirements on PRO-16? 4. A site visit was conducted following the meeting. END OF MINUTES PRE-BID MEETING MINUTES PAGE 2 OF 2

10 PROPOSAL REQUIREMENTS AND CONDITIONS PROPOSAL TERMINAL RENOVATION & EXPANSION DATE: In compliance with the Advertisement (Notice to Bidders), the undersigned hereby proposes to furnish the materials and perform the work for completion of all items listed in the schedule for which the proposal is completed below in strict accordance with the Advertisement (Notice to Bidders), Plans, and General Provisions, Special Provisions of the Specifications, and all contract documents for the consideration of the price quoted in the following items and agrees, upon receipt of written notice of the acceptance of this, that within one hundred twenty (120) days after the date of the opening of the s, it will execute a contract in accordance with the as accepted and give the required Performance and Payment Bond with good and sufficient surety or sureties, within fifteen (15) business days after receipt of notice of formal award of contract and presentation of the prescribed forms. The Contractor's attention is directed to the requirements of the Disadvantaged Business Enterprise Program and the Equal Employment Opportunity Requirements (attached), which must be submitted with the. Wages not less than the minimum rates of wages, as predetermined for this project by the Secretary of Labor, shall be used in the preparation of this. Subcontract requirements to obtain the goal of 8.2 percent (8.2%) of Disadvantaged Business Enterprise participation have been established for this contract. The Bidder shall complete and submit, with the, required information (see "Disadvantaged Business Enterprise Program" specification section) describing actions taken in order to achieve such goals and understands that meeting or exceeding the stated goals is a condition for being awarded this contract. Failure to submit the above information with the will be grounds for rejection of the. Contract awards will be made on the basis of the lowest responsive qualified Bidder for the base bid. The OWNER reserves the right to reject any and all bids and to waive any and all technical defects in the execution and submission of any bid. The undersigned agrees that if awarded the contract(s), it will commence work not later than the date set by the ENGINEER in the Notice(s) to Proceed and that it will complete the work within the time specified above and in accordance with the Specifications. It is understood that all workmanship and materials under all items of work are guaranteed for one year from the date of final acceptance, unless otherwise specified. It is understood that the quantities of work to be done are approximate only and are intended principally to serve as a guide in evaluating s. The Bidder shall complete Itemized PRO-1 (AD-01)

11 all line items and total amount of Bid. Failure to submit prices for each item shall be cause for rejection of Bid. REMAINDER OF PAGE LEFT BLANK INTENTIONALLY. Itemized PRO-2 (AD-01)

12 BASE BID Item No. Spec No. Item Description Unit Price in Words Unit Quantity Unit Price ($) Extended Total ($) 1 GP-105 Mobilization 1 LS 2 P Remove Asphalt Pavement 1,300 SY 3 P Remove Concrete 70 SY Miscellaneous Demolition (Not 4 P Specified Elsewhere) 1 LS 5 P Unclassified Excavation 2,500 CY 6 P Unsuitable Excavation 300 CY 7 P Temporary 8 Diam. Filter Sock 1,500 LF 8 P Temporary Check Dam 1 EA 9 P Inlet/Outlet Protection 150 TON 10 P Temporary Seeding 1 AC 11 P Roof Drains Complete 1 LS 12 PLANS 13 PMBP Crushed Aggregate Base Course (6 ) 200 CY Hot Mix Asphalt Surface Course, Type 1 (3 ) 130 CY Itemized PRO-3 (AD-01)

13 14 P P Bituminous Prime Coat (0.2 gal/sy) 220 GAL Bituminous Tack Coat (0.34 gal/sy) 360 GAL 16 P New Concrete Sidewalk 500 SY 17 PLANS Permanent Pavement Marking 2,500 SF 18 F Perimeter Fence / Gate Removal 1 LS 19 F Perimeter Fence (8 FT High) 100 LF 20 F Pedestrian Gate (Reinstall) 1 LS 21 T Permanent Seeding (Mulched) 2 AC 22 PLANS Signage 1 LS 23 D Diam. Type III RCP 35 LF 24 PLANS Terminal Building 1 LS Itemized PRO-4 (AD-01)

14 TOTAL BID AMOUNT TOTAL CONTRACT TIME: CONTRACT TIME LIQUIDATED DAMAGES: 120 CALENDAR DAYS $1, PER CALENDAR DAY SEE PLANS FOR ADDITIONAL LIQUIDATED DAMAGES THAT MAY BE ASSESSED Enclosed is security in the amount of 5% of the total base bid, consisting of (Cash, Certified Check, or Bid Bond) payable to Newberry County. Name of Bidder BY: (Signature) (Name and Title of Signing Official) (Seal) Contractor's License No. Acknowledgment of Receipt of Addendum Addendum No. Date Initial Addendum No. Date Initial Addendum No. Date Initial Addendum No. Date Initial Addendum No. Date Initial PRO-5 (AD-01)

15 For corporation, provide name and post office address for the President, Secretary, and Treasurer. President Name Address Secretary Name Address Treasurer Name Address For Partnership, provide name and address for each partner. Name Address Name Address Name Address Name Address For individual, provide name and post office address. Name Address Note: Failure to complete blank spaces may be grounds for rejection of Bid. PRO-6 (AD-01)

16 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM The following bid conditions apply to this U.S. Department of Transportation (DOT) assisted Contract. Submission of a bid/proposal by a prospective Contractor shall constitute full acceptance of these bid conditions: 1. DEFINITION - Disadvantaged Business Enterprise (DBE) as used in this Contract shall have the same meaning as defined in Paragraph of Subpart D to 49 CFR Part POLICY - It is the policy of DOT that DBE s as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds. Consequently, the DBE requirement of 49 CFR Part 23 applies to this Contract. 3. OBLIGATION - The Contractor agrees to ensure DBE s as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds. In this regard all Contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that DBE s have the maximum opportunity to compete for and perform contracts. Contracts shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT assisted contracts. 4. COMPLIANCE - All bidders, potential Contractors, or subcontractors for this DOT assisted Contract are hereby notified that failure to carry out the DOT policy and the DBE obligations, as set forth above, shall constitute a breach of contract which may result in termination of the Contract or such other remedy as deemed appropriate by the Owner. 5. SUBCONTRACT CLAUSE - All Bidders and potential Contractors hereby assure that they will include the above clauses in all subcontracts, which offer further subcontracting opportunities. 6. CONTRACT AWARD - Bidders are hereby advised that meeting DBE subcontract goals or making an acceptable good faith effort to meet such goals are conditions of being awarded this DOT assisted Contract. The Owner Proposes to award the Contract to the lowest responsive and responsible Bidder submitting a reasonable bid provided he has met the goals of DBE participation or, if failing to meet the goals, he has made an acceptable good faith effort to meet the established goals for the DBE participation. PRO-7 (AD-01)

17 Bidder is advised that the Owner reserves the right to reject any or all bids submitted. 7. DBE PARTICIPATION GOAL - The attainment of goals established for this Contract are to be measured as a percentage of the total dollar value of the contract. The DBE goals for each bid schedule established for this Contract are as follows: 8.2% to be performed by the DBE s 8. The following is an excerpt from FAA Program Guidance Letter 88-1, December 3, On October 21, DOT published in the Federal Register an amendment to 49 CFR Part 23, Participation by Disadvantage Business Enterprise in Department of Transportation Programs. Only one change will affect the airport grant program. Effective October 21, a sponsor or contractor may count toward its DBE goals 60 percent of its expenditures for materials and supplies required under a contract and obtained from a DBE and 100 percent of such expenditures to a DBE manufacturer. 9. AVAILABLE DBE s - Bidders are encouraged to inspect the South Carolina Unified Certification Program Unified DBE Directory to assist in locating DBE s for the work. This directory contains a listing of certified DBE s approved by the Federal Aviation Administration. Bidders may access this online directory at the following website link: CONTRACTOR S REQUIRED SUBMISSION - The Owner requires the submission of the DBE committal sheet, which can be found in the DBE section of the specifications. PRO-8 (AD-01)

18 REFERENCES Each bidder shall furnish all information requested below. Bids shall be received from qualified contractors. Years in business: Please list at least five (5) customer references. Company Address Contact Phone Number PRO-9 (AD-01)

19 CERTIFICATION OF NONSEGREGATED 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 rooms, 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 that are 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 $10,000 that are not exempt from the provisions of the Equal Opportunity Clause and that he will retain such certifications in his files. NAME OF BIDDER: SIGNATURE: NAME: TITLE: DATE: PRO-10 (AD-01)

20 CERTIFICATE OF PROMPT PAYMENT The prime contractor agrees to pay each subcontractor under this prime contract, less 10% retainage for satisfactory performance of its contract no later than seven (7) calendar days from the receipt of each payment the prime contractor receives from the Owner. The prime contractor agrees further to return retainage payments to each subcontractor within seven (7) calendar days after the subcontractor s work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Owner. This clause applies to both DBE and non- DBE subcontractors. NAME OF BIDDER: BY: TITLE: DATE: REMAINDER OF PAGE LEFT BLANK INTENTIONALLY. PRO-11 (AD-01)

21 Certificate of Buy American Compliance for Manufactured Products As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark ( ) or the letter X. Bidder or offeror hereby certifies that it will comply with 49 USC by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. PRO-12 (AD-01)

22 Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the item. The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart ; products of unknown origin must be considered as non-domestic products in their entirety). b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non-domestic component and subcomponent cost as compared to total item component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. Date Signature Company Name Title PRO-13 (AD-01)

23 CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a covered transaction, must verify each lower tier participant of a covered transaction under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. NAME OF BIDDER: IRS NUMBER: BY: TITLE: DATE: PRO-14 (AD-01)

24 EQUAL OPPORTUNITY REPORT STATEMENT AS REQUIRED BY 41 CFR (b) The Bidder (Proposer) shall complete the following statement by checking the appropriate boxes. Failure to complete these blanks may be grounds for rejection of bid: p 1. The Bidder (Proposer) has has not developed and has on file at each establishment affirmative action programs pursuant to 41 CFR and 41 CFR The Bidder (Proposer) has has not participated in any previous contract or subcontract subject to the equal opportunity clause prescribed by Executive Order 11246, as amended. 3. The Bidder (Proposer) has has not filed with the Joint Reporting Committee the annual compliance report on Standard Form 100 (EEO-1 Report). 4. The Bidder (Proposer) does does not employ fifty (50) or more employees. NAME OF BIDDER: IRS NUMBER: BY: TITLE: DATE: PRO-15 (AD-01)

25 CERTIFICATION REGARDING LOBBYING The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, Disclosure Form to Report Lobbying, in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. NAME OF BIDDER: BY: TITLE: DATE: PRO-16 (AD-01)

26 TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror - a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (U.S.T.R.); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the U.S.T.R; and c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: (1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or (3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that PRO-17 (AD-01)

27 which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. NAME OF BIDDER: IRS NUMBER: BY: TITLE: DATE: END OF PROPOSAL SECTION PRO-18 (AD-01)

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA)

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA) Hancock County Bar Harbor Airport Trenton, ME 2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA) Request for Proposals

More information

INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No /049

INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No /049 Project Name: 2018 Airfield Improvements INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No. 3-53-0051-048/049 Bid Date: Tuesday, April 10, 2018, at 3:00pm Local Time

More information

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO. 3-49-0024-048-2018 MAIL TO: Ogden City Corporation Purchasing Department 549 Washington Boulevard, Suite 510 Ogden, Utah

More information

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000. NOTICE TO BIDDERS FOR PAVE AIRPORT SERVICE ROAD TERMINAL APRON TO SOUTH CARGO APRON AT DES MOINES INTERNATIONAL AIRPORT Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each

More information

Required Contract Provisions for Airport Improvement Program and for Obligated Sponsors

Required Contract Provisions for Airport Improvement Program and for Obligated Sponsors FAA Airports Required Contract Provisions for Airport Improvement Program and for Obligated Sponsors Contents Record of Changes... iii Requirements... 1 1. 2. 3. 4. 5. 6. 7. Required Contract Provisions...

More information

ACQUIRE AIRCRAFT RESCUE AND FIREFIGHTING TYPE III RAPID INTERVENTION VEHICLE

ACQUIRE AIRCRAFT RESCUE AND FIREFIGHTING TYPE III RAPID INTERVENTION VEHICLE November 3, 2017 CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS ACQUIRE AIRCRAFT RESCUE AND FIREFIGHTING TYPE III RAPID INTERVENTION VEHICLE NORFOLK INTERNATIONAL AIRPORT NORFOLK, VIRGINIA PREPARED by:

More information

ADDENDUM NO. 1 REQUEST FOR PROPOSALS FOR COMMUNITY PROGRAMS LEGAL SERVICES CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT CITY OF CHARLOTTE, NORTH CAROLINA

ADDENDUM NO. 1 REQUEST FOR PROPOSALS FOR COMMUNITY PROGRAMS LEGAL SERVICES CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT CITY OF CHARLOTTE, NORTH CAROLINA ADDENDUM NO. 1 REQUEST FOR PROPOSALS FOR COMMUNITY PROGRAMS LEGAL SERVICES CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT CITY OF CHARLOTTE, NORTH CAROLINA OCTOBER 20, 2014 1 This is the First Addendum ( Addendum

More information

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE Department of Health and Human Services Division of Mental Health, Developmental Disabilities and Substance Abuse Services Certification for Contracts,

More information

Federal Certification Forms

Federal Certification Forms Federal Certification Forms Document 1. HUD Certificate Regarding Debarment and Suspension Instructions for Completion Submit with contract at execution. 2. EEO Certification Submit with contract at execution.

More information

THE FOLLOWING FORMS MUST BE COMPLETED BY ALL SUBCONTRACTOR(S)

THE FOLLOWING FORMS MUST BE COMPLETED BY ALL SUBCONTRACTOR(S) THE FOLLOWING FORMS MUST BE COMPLETED BY ALL SUBCONTRACTOR(S) Subcontractor Equal Opportunity Certification Form Project Name Prime Contractor Project Number GENERAL In accordance with Executive Order

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES SOLICITATION FOR CONTINUING SERVICES CS 19-601 PLUMBING SUPPLIES INTRODUCTION Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors interested in

More information

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR FEDERAL CLAUSES 4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C. 1241 46 CFR Part 381 Applicability to Contracts: The Cargo Preference requirements apply to all contracts involving equipment, materials, or commodities

More information

Request for Qualifications (RFQ) Engineering/Architectural Services Airside Capacity Improvements

Request for Qualifications (RFQ) Engineering/Architectural Services Airside Capacity Improvements Request for Qualifications (RFQ) Engineering/Architectural Services Airside Capacity Improvements Birmingham Airport Authority January 2019 I. Introduction A. Project Description The Birmingham Airport

More information

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,

More information

Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts

Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts EXHIBIT 6 DBE SPECIAL PROVISIONS FOR NON-TRADITIONAL CONTRACTS 000--- Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts Description. The purpose of this Special

More information

Office Janitorial Services at One Administration Building

Office Janitorial Services at One Administration Building REQUEST FOR QUOTES - SERVICES CONTRACT Office Janitorial Services at One Administration Building Contract Number: 18-S-0024 NO PRE-BID MEETING FOR THIS REQUEST Contract Administrator: RON HANIUK PH: 541-682-2583

More information

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES 600 S. Grand Central Parkway, Suite 350 Las Vegas, Nevada 89106-4512 702-676-1500 Fax: 702-676-1518 Tina Quigley, General Manager September 17, 2015 ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO. 15-069 CONSTRUCTION

More information

OFFICE OF STATE AID ROAD CONSTRUCTION MISSISSIPPI DEPARTMENT OF TRANSPORTATION

OFFICE OF STATE AID ROAD CONSTRUCTION MISSISSIPPI DEPARTMENT OF TRANSPORTATION OFFICE OF STATE AID ROAD CONSTRUCTION MISSISSIPPI DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS NO. 4 DATE: 10/25/2002 SUBJECT: DISADVANTAGED BUSINESS ENTERPRISES IN FEDERAL-AID HIGHWAY CONSTRUCTION This

More information

SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS

SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS A-01 General Civil Rights Provisions A-02 Civil Rights - Title VI Assurances A-03 Notice of Requirement for Affirmative

More information

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES I. PURPOSE AND INTENT The City of Easton (hereinafter City ) is currently seeking proposals from qualified Third-Party Agencies (hereinafter

More information

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

More information

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS The offeror represents and certifies as part of the offer that: (Check or complete all applicable boxes or blocks.) 1. TYPE

More information

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR LIFE SAFETY UPGRADE OF FLIGHT SERVICES FACILITY AND EXECUTIVE CONFERENCE ROOM IN TERMINAL A CONTRACT

More information

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to

More information

APPENDIX G REPRESENTATIONS & CERTIFICATIONS

APPENDIX G REPRESENTATIONS & CERTIFICATIONS APPENDIX G REPRESENTATIONS & CERTIFICATIONS ORGANIZATION: ADDRESS PHONE: MOBILE: EMAIL: WEB ADDRESS: The Offeror represents and certifies, by completing this form, that the following information is current,

More information

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005. CITY OF VANCOUVER REQUEST FOR QUOTATION QUOTATION NO. 5 OPENING 3:00 P.M. FEBRUARY 3, 2005 PLEASE QUOTE ON THE FOLLOWING: The following project will be accomplished as a SMALL WORKS PROJECT and will be

More information

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS 00710 for FTA-funded projects TABLE OF CONTENTS ARTICLE FTA-1 ARTICLE FTA-1. DEFINITIONS 00710-4 1.1 C.F.R. 00710-4 1.2 DOT 00710-4 1.3 EPA 00710-4 1.4 FTA 00710-4 1.5 U.S.C. 00710-4 ARTICLE FTA-2 ACCESS

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: ASIA2016IND09o Open

More information

SUBPART A GENERAL REQUIREMENTS

SUBPART A GENERAL REQUIREMENTS SUBPART A GENERAL REQUIREMENTS Section 26.3 Applicability UA is the recipient of federal transit funds authorized by Titles I, III, V, and VI of ISTEA, Pub. L. 102-240 or by Federal transit laws in Title

More information

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029 SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS Neighborhood Housing & Public Facilities Improvements Programs Community Development Block Grant (CDBG) Program May 6, 2016 Page 1 of 12 REQUEST FOR QUALIFICATIONS (RFQ) GENERAL,

More information

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT PROJECT: 404 HMGP Acquisition Program- or 403 Immediate Threat Program Asbestos Abatement For the County of Cedar Contractor: Address:

More information

CONTRACT FOR PROFESSIONAL ENGINEERING SERVICE. Gerald R. Ford International Airport. Grand Rapids, MI 49512

CONTRACT FOR PROFESSIONAL ENGINEERING SERVICE. Gerald R. Ford International Airport. Grand Rapids, MI 49512 CONTRACT FOR PROFESSIONAL ENGINEERING SERVICE This Contract is made and entered into this date of by and between the Airport Owner, hereinafter referred to as SPONSOR, Gerald R. Ford International Airport

More information

Texas Rising Star Assessor Services RFQ. Cover Sheet

Texas Rising Star Assessor Services RFQ. Cover Sheet ATTACHMENT A Texas Rising Star Assessor Services RFQ Individual/Organization Name Mailing Address City, State, Zip Physical Address (if different) Contact Person & Telephone & Fax number & E-mail Cover

More information

Barkley Regional Airport Authority, P.O. Box 1131, Paducah, KY Request for Qualifications. March 13, 2019

Barkley Regional Airport Authority, P.O. Box 1131, Paducah, KY Request for Qualifications. March 13, 2019 Barkley Regional Airport Authority, P.O. Box 1131, Paducah, KY 42002-1131 Request for Qualifications March 13, 2019 Barkley Regional Airport Authority (BRAA) intends to enter into a contract with an architectural

More information

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways Description: The Litchfield Airport Authority is accepting

More information

Exhibit C Federal Aviation Administration (FAA) Bidder Requirements

Exhibit C Federal Aviation Administration (FAA) Bidder Requirements Exhibit C Federal Aviation Administration (FAA) Bidder Requirements DBE CONSTRUCTION CONTRACTS D-15 REQUIRED CONTRACT PROVISIONS Federal laws and regulations require that recipients of federal assistance

More information

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018 REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018 Equal Opportunity Employer/Program Auxiliary Aids and service are available upon request to individuals with disabilities Relay:

More information

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606) NOTICE TO CONTRACTORS Sealed bids, addressed to Ballwin Public Works, 14811 Manchester Road, Ballwin, Missouri 63011 for the proposed work will be received by the City of Ballwin until 10:00 AM (prevailing

More information

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM LOWER RIO GRANDE VALLEY DEVELOPMENT COUNCIL REQUEST FOR PROPOSAL Vinyl Bus Wrap Production and Installation Services No: 2018-06 VINYL BUS WRAP PRODUCTION AND INSTALLATION SERVICES ON PUBLIC TRANSPORTATION

More information

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. Addendum #1 409 22nd Ave So PO Box 298 Brookings, SD 57006 Toll Free 1-855-323-6342 www.bannerassociates.com Project: Viborg Utility Improvements - 2017 Bid Date: 11:00 A.M., Local Time, March 15, 2017

More information

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal-Aid Contracts

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal-Aid Contracts Special Provision to Item 000 Disadvantaged Business Enterprise in Federal-Aid Contracts 1. DESCRIPTION The purpose of this Special Provision is to carry out the U.S. Department of Transportation's (DOT)

More information

C17FT RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE

C17FT RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE 2017-0017.07 C17FT101957232 RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE PART 3 - ATTACHMENTS ATTACHMENT A: ATTACHMENT B: ATTACHMENT C: ATTACHMENT D: ATTACHMENT E: ATTACHMENT F: ATTACHMENT

More information

ORDINANCE NO

ORDINANCE NO 1 1 1 0 1 ORDINANCE NO. 0- AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF BROWARD COUNTY, FLORIDA, PERTAINING TO COUNTY PROCUREMENT AND CONTRACTING OPPORTUNITIES FOR COUNTY BUSINESS ENTERPRISES;

More information

This form will be made a part of any resultant purchase order or subcontract SECTION I

This form will be made a part of any resultant purchase order or subcontract SECTION I Procurement of material, services and supplies for a United States Government contract requires that prime contractors, subcontractors and suppliers comply with socioeconomic programs enacted into public

More information

REQUEST STATEMENT OF QUALIFICATIONS GENERAL CONTRACTORS PARK CITY TRANSIT RESIDENTIAL BUILDING

REQUEST STATEMENT OF QUALIFICATIONS GENERAL CONTRACTORS PARK CITY TRANSIT RESIDENTIAL BUILDING REQUEST FOR STATEMENT OF QUALIFICATIONS FROM GENERAL CONTRACTORS FOR PARK CITY TRANSIT RESIDENTIAL BUILDING ISSUED: December 26, 2012 Date Due: January 9, 2013 Park City, Utah NOTICE TO GENERAL CONTRACTOR

More information

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs North Carolina Department of Health and Human Services Women's and Children's Health Branch Special Nutrition Programs AGREEMENT BETWEEN SPONSORING ORGANIZATION AND DAY CARE HOME (DCH) PROVIDER Instructions:

More information

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR PAGE 1 of 9 Federal Transit Administration (FTA) Required Clauses for Operations Contracts under the 2011 Section 5310 Purchase of Service Contract for the Southeast NH RCC through COAST A. ACCESS TO RECORDS

More information

REPRESENTATIONS, CERTIFICATIONS, & STATEMENTS OF BIDDERS/OFFERORS

REPRESENTATIONS, CERTIFICATIONS, & STATEMENTS OF BIDDERS/OFFERORS 1. TYPE OF BUSINESS ORGANIZATION The Bidder/Offeror, by checking the applicable box, represents that (a) It operates as a corporation incorporated under the laws of the State of, an individual, a partnership,

More information

Request for Quotation For Lawn Care Treatment

Request for Quotation For Lawn Care Treatment PAGE 1 OF 11 Request for Quotation For Lawn Care Treatment Head Start of Greater Dallas, Inc. is requesting quotes on Lawn Care Treatment which is designed to deliver positive results for weed control

More information

ALLEN COUNTY REGIONAL TRANSIT AUTHORITY DISADVANTAGED BUSINESS ENTERPRISE COMPLIANCE PLAN

ALLEN COUNTY REGIONAL TRANSIT AUTHORITY DISADVANTAGED BUSINESS ENTERPRISE COMPLIANCE PLAN ALLEN COUNTY REGIONAL TRANSIT AUTHORITY DISADVANTAGED BUSINESS ENTERPRISE COMPLIANCE PLAN 1 ALLEN COUNTY REGIONAL TRANSIT AUTHORITY DISADVANTAGED BUSINESS ENTERPRISE COMPLIANCE PLAN This Compliance Plan,

More information

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN by the, State of California, that sealed bids for Work in accordance

More information

ANNUAL SUPPLIER REPRESENTATIONS and CERTIFICATIONS

ANNUAL SUPPLIER REPRESENTATIONS and CERTIFICATIONS ANNUAL SUPPLIER REPRESENTATIONS and CERTIFICATIONS Nammo Talley, Inc. must obtain certain certifications of compliance from companies who provide material, services and supplies for U.S. Government contracts.

More information

Federal Transit Administration (FTA) Federal Aviation Administration (FAA)

Federal Transit Administration (FTA) Federal Aviation Administration (FAA) MUNICIPALITY OF ANCHORAGE OFFICE OF EQUAL OPPORTUNITY DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM SPECIFICATIONS FOR MUNICIPAL CONTRACTS For Projects Funded Wholly or in Part by Federal DOT Federal

More information

STATEMENT OF QUALIFICATION (SOQ) SUBMISSION REQUIREMENTS ARCHITECT OF RECORD (AOR) AND MAJOR SUBCONSULTANTS

STATEMENT OF QUALIFICATION (SOQ) SUBMISSION REQUIREMENTS ARCHITECT OF RECORD (AOR) AND MAJOR SUBCONSULTANTS GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES FOR THE SOUTH TERMINAL C, PHASE 2 W-S00201 ARCHITECT OF RECORD AND MAJOR SUBCONSULTANTS ORLANDO INTERNATIONAL AIRPORT STATEMENT OF QUALIFICATION

More information

SECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS

SECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS NOTICE OF REQUIREMENTS FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 1. The Offeror s or Bidder s attention is called to the Equal Opportunity Clause and the Standard

More information

PART IV UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES AND SMALL BUSINESS CONCERNS

PART IV UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES AND SMALL BUSINESS CONCERNS PART IV UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES AND SMALL BUSINESS CONCERNS SECTION TITLE I J Disadvantaged Business Enterprises Policy Small Business Concerns Policy 28 SECTION I DISADVANTAGED

More information

EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT

EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT 1. Local Agency: 2. Contract DBE Goal: 3. Project Description: 4.

More information

Request for Qualifications (RFQ) Air Cargo Facility Phase I

Request for Qualifications (RFQ) Air Cargo Facility Phase I Request for Qualifications (RFQ) Air Cargo Facility Phase I Birmingham Airport Authority January 2019 I. Introduction A. Project Description The Birmingham Airport Authority (BAA) is seeking a qualified

More information

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts 1. DESCRIPTION The purpose of this Special Provision is to carry out the U.S. Department of Transportation's (DOT)

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 5/16/2013 Project 130251 Addendum No. 5 PID No. 80695 LUC IR 475

More information

San Francisco Housing Authority

San Francisco Housing Authority San Francisco Housing Authority REQUEST FOR QUOTE 1815 EGBERT AVENUE SAN FRANCISCO, CA 94124 May 19, 2017 PROJECT DESCRIPTION: The Housing Authority of the City and County of San Francisco (Authority)

More information

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

ADDENDUM NO. 1 GENERAL CLARIFICATIONS ADDENDUM NO. 1 UA RESEARCH AND TECHNOLOGY PARK PEDESTRIAN IMPROVEMENTS Facilities Management Division University of Arkansas Fayetteville, Arkansas Plans No. 018-0073 October 22, 2018 The Specifications

More information

REQUEST FOR QUOTE. Solicitation QTE Accounting and Finance Consulting Services

REQUEST FOR QUOTE. Solicitation QTE Accounting and Finance Consulting Services REQUEST FOR QUOTE Accounting and Finance Consulting Services 1815 EGBERT AVENUE SAN FRANCISCO, CA 94124 April 2, 2018 Rev 03/29/16 SUMMARY: The Housing Authority of the City and County of San Francisco

More information

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 Page 1 of 16 ITB-PW-U-15-02 Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 ISSUE DATE: January 7, 2015 DUE DATE: January 15, 2015 at 2:00 p.m. SUBJECT: Miscellaneous Changes INTENT: This

More information

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION Page 1 OF 6 ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION DEPARTMENT OF TRANSPORTATION POLICY It is the policy of the Department of Transportation that socially and economically disadvantaged

More information

DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION INSTRUCTIONS TO BIDDERS PRE- AWARD REQUIREMENTS

DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION INSTRUCTIONS TO BIDDERS PRE- AWARD REQUIREMENTS May 2, 2014 DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION It is the policy of the South Carolina Department of Transportation (SCDOT) to ensure nondiscrimination in the award and administration

More information

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor

More information

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts 2004 Specifications SPECIAL PROVISION 000--1966 Disadvantaged Business Enterprise in Federal Aid Contracts 1. Description. The purpose of this Special Provision is to carry out the U. S. Department of

More information

SECTION 1.A BID FOR LUMP SUM CONTRACT

SECTION 1.A BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

DIVISION III FEDERAL CONTRACT PROVISIONS Solicitation RFQ Authority Project No. 927 DRAFT

DIVISION III FEDERAL CONTRACT PROVISIONS Solicitation RFQ Authority Project No. 927 DRAFT DIVISION III FEDERAL CONTRACT PROVISIONS Solicitation 2019-017-RFQ Authority Project No. 927 Contents A1 ACCESS TO RECORDS AND REPORTS... 2 A2 AFFIRMATIVE ACTION REQUIREMENT... 3 A3 BREACH OF CONTRACT

More information

EXHIBIT 1 ABBREVIATIONS AND DEFINITIONS. [provided separately]

EXHIBIT 1 ABBREVIATIONS AND DEFINITIONS. [provided separately] EXHIBIT 1 ABBREVIATIONS AND DEFINITIONS [provided separately] Texas Department of Transportation EXHIBIT 1 Request for Proposals, Addendum #5 DFW Connector Page 1 of 1 Comprehensive Development Agreement

More information

Ocala Housing Authority Quotes for Small Purchases (QSP) CONDITIONS TO QUOTE NONCONSTRUCTION

Ocala Housing Authority Quotes for Small Purchases (QSP) CONDITIONS TO QUOTE NONCONSTRUCTION PROCEDURE: Bids are due Friday, October 13 th @ 3:00 pm. The Ocala Housing Authority (OHA) will accept the proposed pricing in person, by fax, email, by mail verbally or by telephone. 1.0 OHA CONTACT:

More information

High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy

High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy This purchasing (also known as procurement ) policy was developed to comply with Title 2, Subtitle

More information

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc. www.mwaeng.com Mainelli Wagner & Associates, Inc. 6920 Van Dorn Street, Suite A, Lincoln, NE 68506 Phone: (402) 421-1717 Fax: (402) 421-6061 July 11, 2018 To Whom It May Concern: The Burt County Board

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a

More information

Page 1 of 13. Section 2 - Executive Summary 2.1 Historical Background 2.2 Project Description, Scope and Budget 2.3 Project Planning Schedule

Page 1 of 13. Section 2 - Executive Summary 2.1 Historical Background 2.2 Project Description, Scope and Budget 2.3 Project Planning Schedule Section 1 - General Information and Requirements 1.1 General Information 1.2 Public Information 1.3 Type of Contract 1.4 Clarifications and Interpretations 1.5 Submission of Bids 1.6 Point-Of-Contact 1.7

More information

BID FOR LUMP SUM CONTRACT

BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

11. Payments. 5. Compliance Verification

11. Payments. 5. Compliance Verification clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11 69889/AV/lm TO: Recipients of C-TRAN ITB #2015-04 Fourth Plain BRT Maintenance Facility Expansion DATE: June 25, 2015 SUBJECT: Addendum #11 C-TRAN has revised the following sections of the Invitation to

More information

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED** I. INTRODUCTION DARLINGTON COUNTY County of Darlington, South Carolina is seeking bids from qualified firms to install carpet squares and vinyl tile in the Outreach building located at 404 4 th Street

More information

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES The vendor awarded this contract must adhere to the all FTA-required clauses included in Exhibit C. Appendix D of this RFP is an acknowledgment of these clauses

More information

CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY

CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY Department of the Comptroller Bureau of Purchasing 02/20/14 TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4

More information

Pittsburgh, PA 15213

Pittsburgh, PA 15213 The Board of Public Education of the School District of Pittsburgh Administration Building, 341 South Bellefield Avenue Pittsburgh, PA 15213 Inquiry Number 8796 Sealed bids for material listed herein will

More information

Operational Procedure: Section TABLE OF CONTENTS

Operational Procedure: Section TABLE OF CONTENTS TABLE OF CONTENTS POLICY STATEMENT 3 DEFINITIONS 4 ESTABLISHMENT OF GOALS 5 DESIGNATION OF A PROGRAM DIRECTOR FOR MWBE PROGRAMS 5 PROCEDURES TO ENSURE THAT MWBEs HAVE EQUITABLE OPPORTUNITY TO COMPETE FOR

More information

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL)

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) SECTION 100 - SMALL BUSINESS ENTERPRISE PROGRAM 100 METRO POLICY STATEMENT: The Los Angeles County Metropolitan

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor

More information

Federal Transit Administration Contract Clauses

Federal Transit Administration Contract Clauses Federal Transit Administration Contract Clauses List of Clauses Title Applicability A.1: Access to records and reports all contracts above micro-purchase A.2 Bonding Requirements: All contracts above $250,000

More information

Employers Training Resource Program Year Youth Subrecipients

Employers Training Resource Program Year Youth Subrecipients TO: Employers Training Resource Program Year 2013-14 Youth Subrecipients FROM: Daniel C. Smith, Director Employers' Training Resource DATE: Friday, March 14, 2014 SUBJECT: Youth Request for Refunding (RFR)

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

Required Contract Provisions for Subcontracts ( )

Required Contract Provisions for Subcontracts ( ) Required Contract Provisions for Subcontracts (12-07-2018) 1. Required subcontract certifications - EEO and Drug Free Workplace 2. Certification of Subcontractor residency 3. GDOT specification 109.H no

More information

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000)

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000) PROVISION APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000) Professional Services/A&E No Federal Gov t Obligations

More information

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting Bid Date Requested: 09/22/2017 Bid Due Date: 10/13/2017 Submission of Proposal:

More information

Des Moines Airport Authority Des Moines International Airport. Disadvantaged Business Enterprise (DBE) Program 49 CFR Part 26

Des Moines Airport Authority Des Moines International Airport. Disadvantaged Business Enterprise (DBE) Program 49 CFR Part 26 Des Moines Airport Authority Des Moines International Airport Disadvantaged Business Enterprise (DBE) Program 49 CFR Part 26 Created: August 7, 2013 Last DSM DBE Program 1 Created: August 7, 2013 Section

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

ADDENDUM NO. 1. RELOCATE TAXIWAY B MILL & OVERLAY A PORTION OF TAXIWAY H PAVEMENT REPAIR AT ARFF (AIRSIDE) AIP No xxx-2017 FOR

ADDENDUM NO. 1. RELOCATE TAXIWAY B MILL & OVERLAY A PORTION OF TAXIWAY H PAVEMENT REPAIR AT ARFF (AIRSIDE) AIP No xxx-2017 FOR Specification No. 030082 ADDENDUM NO. 1 RELOCATE TAXIWAY B MILL & OVERLAY A PORTION OF TAXIWAY H PAVEMENT REPAIR AT ARFF (AIRSIDE) AIP No. 3-33-0011-xxx-2017 FOR Manchester Boston Regional Airport The

More information