Greater Cleveland Regional Transit Authority PROCUREMENT OF ONE MOBILE WASH TRUCK IFB NO

Size: px
Start display at page:

Download "Greater Cleveland Regional Transit Authority PROCUREMENT OF ONE MOBILE WASH TRUCK IFB NO"

Transcription

1 Greater Cleveland Regional Transit Authority INVITATION FOR BID PROCUREMENT OF ONE MOBILE WASH TRUCK IFB NO Due Date: Thursday, November 14, :30 A.M., Official Time

2 Rev.9/99 October 14, 2013 Prospective Bidders: RE: PROCUREMENT OF ONE MOBILE WASH TRUCK The Greater Cleveland Regional Transit Authority (GCRTA) has issued an Invitation for Bid (IFB) for the procurement referenced above. The IFB can be reviewed and printed from GCRTA Web Site: The DBE percentage goal for this procurement is zero (0%). Bids for this procurement will be received until, 11:30 a.m. Official Time, Thursday, November 14, 2013 at the location noted below. Bids received after the designated time or at any other than the designated location will not be accepted. Bids shall be submitted to: The Greater Cleveland Regional Transit Authority Procurement Department, 5th Floor 1240 West Sixth Street Cleveland, OH All communications regarding this procurement, including requests for clarification shall be directed to William Berhannan, Team Leader, telephone: Sincerely, William Berhannan Team Leader Bus Enclosures

3 Rev. 7/00 Mobile Wash Truck IFB No INVITATION FOR BIDS IFB No.: Date of Issue: October 14, 2013 The Greater Cleveland Regional Transit Authority (hereinafter sometimes referred to as "GCRTA") requests sealed bids from individuals and/or firms interested In Furnishing One Mobile Truck. All bidders will be required to certify that they and their proposed subcontractors are not on the Comptroller General's list of ineligible Contractors. BID DATE Sealed bids in the form prescribed herein and endorsed as Mobile Wash Truck will be received at the office of the Procurement Department, GCRTA, 5th Floor, 1240 West 6th Street, Cleveland, Ohio , until, 11:30 a.m. official time Thursday, November 14, 2013, and will be publicly opened and read in the Procurement Conference Room. Bids received at said office after 11:30 a.m., official time, are late bids. Late bids shall not be considered for award and shall be returned to the bidder. A bid guarantee shall not be required. The successful bidder shall be required to perform in accordance with the Bid Documents. Work shall be accomplished within the time frame designated by GCRTA. AMENDMENTS TO INVITATION FOR BIDS GCRTA may amend this invitation for bids at any time before the time fixed for receipt of bids. Amendments may be for any reason deemed necessary by GCRTA including, without limitation, changes in quantity, quality, delivery, bid date, and bid qualifications. Written notice of such amendments will be mailed to all persons who have recorded an interest in bidding or have given GCRTA reasonable written notice of intent to bid. ADDITIONAL CORRESPONDENCE Any correspondence, questions or request for bid documents and specifications should be directed to William Berhannan, Team Leader, 1240 W. 6 th Street, Cleveland, OH 44113, Telephone: , Fax: , wberhannan@gcrta.org. Issuance of this IFB does not commit the GCRTA to award any contract, to pay any costs incurred in preparation of a bid pursuant to this request or to procure or contract for supplies or equipment specified. The GCRTA reserves the right to reject any and all bids, to readvertise or cancel this Invitation.

4 IFB No Invitation for Bids Page 2 of 2 During the performance of this contract, the Contractor is required not to discriminate against any employee or applicant for employment on the basis of race, color, sex, age, religion, marital status or national origin. Disadvantaged Business Enterprises (DBE's) shall have an opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement, to an extent reflective of their availability in the community, whether or not a specific goal for participation was set for this solicitation. In this regard, all bidders shall take all necessary and reasonable steps in accordance with 49 CFR, Part 26, to ensure that disadvantage business enterprises have an opportunity to compete for and perform contracts. Bidders shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT-assisted contracts. No officer, member, or employee of the GCRTA, and no members of its governing body, and no other public official or employee of the county or any municipality in the geographical limits of the GCRTA during his or her tenure, shall have any interest, direct or indirect, in this IFB, any resulting contract, or the proceeds thereof. General Manager The Greater Cleveland Regional Transit Authority

5 1 INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1.1 COMPLIANCE WITH SPECIFICATIONS OMISSIONS FROM IFB ALTERATIONS OF DOCUMENT CLERICAL ERRORS BID FORM AND SIGNATURE PREPARATION OF BID FORM CONDITIONAL BIDS SUBMISSION OF BIDS WITHDRAWAL OF BIDS LATE BIDS ONLY FIRM BIDS FOR AWARD BIDDER DISCOUNTS BID GUARANTEE SUBMISSION OF SAMPLES QUANTITY LIMIT HAZARDOUS MATERIAL BID CLARIFICATIONS, AMENDMENTS, AND APPROVAL EQUALS BRAND NAME DESCRIPTIONS OPENING OF BIDS, REJECTION, REJECTION, AWARD AND EXECUTION OF CONTRACT EVALUATION OF BIDS PROTEST PROCEDURES EQUAL EMPLOYMENT OPPORTUNITY UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES (DBE) Rev. 9/ 99

6 1 INSTRUCTIONS TO BIDDERS 1.1 Compliance with Specifications. All bidders, by submitting their bids, agree to comply with all of the conditions, requirements, and Specifications of this Invitation for Bids ("IFB"), as stated or implied herein. 1.2 Omissions, Ambiguities, Inconsistencies in IFB. Should the GCRTA omit anything from this IFB which is necessary to a clear understanding of the work, or should it appear that the provisions of this IFB are ambiguous, inconsistent or in conflict, then the bidder shall secure written instructions from GCRTA at least five (5) days prior to the time and date of bid opening indicated in the Invitation for Bids. In the absence of a request for clarification, the bid will constitute an acceptance of that construction deemed most favorable to GCRTA. 1.3 Alteration of Documents. Bidder shall make no change in the language of the IFB. Any additions, conditions, limitations, or restrictions attached to the bid may render it non-responsive and cause its rejection. Additionally, any alteration, erasure, or interlineation of the bid may be cause for its rejection. 1.4 Clerical Errors. When it is clearly evident on the face of the bid document that an arithmetic error has occurred due to clerical and not judgmental mistake, the withdrawal of a bid may be permitted. The procedures set forth at O.R.C. Section 9.31 are incorporated here as though fully rewritten at this point and are to be followed in the event of such error. By submitting a bid, the bidder agrees that said statute does not limit GCRTA's rights or remedies. By failing to strictly adhere to the procedures of said statutes, the bidder waives its right to protest and its right to seek withdrawal for error. 1.5 Bid Form and Signature. Bids must be submitted on the Bid Form provided herein or a copy thereof. Bids submitted on any other form will be considered non-responsive and will be rejected. The Bid Form shall be signed by the individual or officer who is duly authorized to bind the bidder to the terms of its bid. 1.6 Preparation of Bid Form. The Bid Form must be filled out in all details, showing the bid price or prices. In case of discrepancy between the written price and that given in figures, the price in writing will be considered as the bid. In case of discrepancy between the unit price and the computed total price, the unit price will be considered as representing the bid. 1.7 Conditional Bids. Conditional bids or those which take exception to the Specifications will be considered non-responsive and will be rejected. 1.8 Submission of Bids. One copy of the completed and signed bid, including all required attachments, will be submitted for each solicitation in a sealed envelope not later than to the time specified and at the place specified in the IFB. The GCRTA will accept only one bid for the proposed item(s) to be supplied from any one bidder. No bid shall be accepted from and no contract will be awarded to any person, firm or corporation that is in default upon any obligation to the GCRTA or that otherwise may be deemed a nonresponsible bidder by the GCRTA. 1.9 Withdrawal of Bids. Bids may be withdrawn by written notice received at the Procurement Department no later than the exact time set for bid opening. Late withdrawals will not be permitted. Inst. to Bidders 1-1 Rev. 3/07

7 1.10 Late Bids. Receipt of bids at the time and place designated in this IFB, or as modified by addendum, is the responsibility of the bidder. All bids received in the office designated in the IFB after the exact time set for opening are "late bids" and shall not be considered unless received before contract award and: a. was sent by registered or certified mail only, not later than five (5) calendar days before the bid receipt date specified; or b. It is determined by the GCRTA that the late receipt was due solely to mishandling by the GCRTA Procurement Department after receipt at the location specified in the IFB. Late bids or withdrawal of bids that are not considered for award shall be held unopened, unless opened for identification, until after award and then returned to the bidder Bid Evaluation and Award Period. By submitting its bid, a bidder guarantees that the prices bid are firm for 60 days and that, if it is awarded a contract, the prices bid are the prices of the contract Bidder Discounts. Where a bidder offers a discount, the amount and terms of the discount must be clearly stated in the bid sheet. Bid prices will be compared on the basis of net price to the GCRTA after deduction for discounts if discount is applicable for pay period of 20 days and longer Bid Guarantee No bid will be considered unless accompanied by a certified check, cashier's check or Letter of Credit drawn on a solvent domestic bank or a bond issued by an approved bonding company in the amount of zero (0%) percent of the amount of the bid. Letters of Credit are to name GCRTA as beneficiary. The bid bond must affirmatively state that the issuer is licensed to write bonds in the State of Ohio. Said check, letter of credit, or bond shall be given as security that if the bid is accepted, a contract will be timely entered, its performance secured as hereinafter required, and the specified insurances provided Said bid guarantee shall be forfeited to GCRTA as partial damages if the successful bidder fails to enter into a contract, present a performance bond within ten (10) days of notice of award. The successful bidder's security will be returned after all of said acts have been timely performed. The security given by the unsuccessful bidders will be returned after the GCRTA successfully enters a written contract with the lowest and best bidder, properly secured and insured By submission of its bid, the bidder represents and warrants that it has sufficiently informed itself in all matters affecting the performance of the work or the furnishing of the labor, services, supplies, material, or equipment called for in the Specifications; that it has checked its bid for errors and omissions; that the prices stated in its bid are correct and as intended by it and are a complete and correct statement of its prices for performing the work or furnishing the labor, services, material, or equipment required. The bidder waives any claims for the return of its bid guarantee if for any reason it should refuse or fail to enter the written Contract Submission of Samples. Where the specifications require the submission of samples, bidder shall be prepared to submit or display samples in accordance with the terms of the specifications Quantity Limit. Not Applicable Inst. to Bidders 1-2 Rev. 3/07

8 1.16 Hazardous Material. If the product offered contains a suspect hazardous material, covered by the Occupational Safety and Health Administration (OSHA) Hazard Communication Standard 29 CFR or City of Cleveland Right-To-Know Code #2704-B-83, submit as part of your bid the following: a. Material Safety Data Sheet (MSDS) for the product offered. b. Sample labels that will be affixed to each product container including: Chemical name Manufacturer's name and address Department of Transportation (DOT) label, if governed by DOT National Fire Protection Association (NFPA) 704 system label with flammability determination coding Carcinogen warning label, if product is a cancer suspect 1.17 Bid Clarifications, Amendments and Approved Equal The GCRTA reserves the right to postpone the bid opening for its own convenience and to reject any or all bids Changes to the Bid Documents will be made by addenda Requests for approved equals, clarifications of, and changes or exceptions to Bid Documents must be received by the Director of Procurement, GCRTA in writing not less than ten (10) days before date of scheduled bid opening. Any request for an approved equal, exception, or change to the Specifications must be fully supported with technical data, test results, or other pertinent information as evidence that the substitute offered is equal to the specified requirements. In addition, the results of any test requirements in the Specifications that pertain to an item under consideration for approved equal must be submitted with the request for approved equal. All written submissions addressing this IFB shall clearly identify the specific IFB provision in question to facilitate the GCRTA's review and response. Requests for changes or exceptions must include supporting documents demonstrating the basis for the change or exception Decisions of the GCRTA shall be reduced to writing by the Director of Procurement, and shall be final. Each bidder requesting an approved equal shall be notified in writing of the GCRTA's decision not less than five (5) days before date of bid opening. Any response from the GCRTA which changes the Bid Documents will be communicated to all bidders by addendum Brand Name Descriptions. Wherever brand, manufacturer, or product names are indicated in the Specifications, they are included only for the purpose of establishing identification and a general description of the item. Whenever a process is designated or a manufacturer's name, brand, or item designation is given, or whenever a process or material covered by patent is designated or described, it will be understood that the words "or approved equal" follow such name, designation, or description, whether or not, in fact, they do so follow. It should be understood that specifying a brand name component and/or equipment in the Specifications shall not relieve the bidder from its responsibility to furnish the product in accordance with the warranty and other contractual requirements. Where a brand name description is specified and the bidder does not propose to supply the brand name, it is his responsibility to seek an approved equal and supply the brand name or approved equal if awarded the contract Opening of Bids, Rejection, Award and Execution of Contract Opening of Bids. The bids will be opened at the time and place stated in the IFB. Bidders and interested parties are invited to be present at the opening. Any bid received after the date and time specified in the IFB will not be considered and will be returned to the bidder. Inst. to Bidders 1-3 Rev. 3/07

9 Rejection of Bids. The GCRTA may reject any and all bids, or part or parts of any bid as the interest of the GCRTA may require Award of Contract. The GCRTA reserves the right to award a contract or contracts within 60 days from the date of opening of bids. Bids shall remain valid for such period of time. Unless this IFB is cancelled or all bids are rejected, award will be made to the lowest responsive bid by a responsible bidder, price and other factors as may be set forth in these Bid Documents considered Time of Award of Contract. It is the intent of the GCRTA to make an award within sixty (60) days after bids are opened and to prepare and transmit Contract Documents within a reasonable time after award Time for Execution of Contract. The bidder to whom award is made shall execute a written contract with the GCRTA on the form of Contract as provided by the GCRTA within fifteen (15) days after receiving the contract for execution. If the bidder to whom award is made fails to enter into the Contract as herein provided, the award will be annulled. Any damages suffered by the GCRTA due to the Bidder's failure to execute the Contract shall be borne by said bidder. An award may, at the discretion of the GCRTA be made to the bidder whose bid is next most acceptable in the opinion of the GCRTA and such bidder shall fulfill every requirement herein as if it were the party to whom the award was first made Evaluation of Bids To be considered for award a bid must be responsive. To be responsive, a bidder must offer to perform each and every requirement imposed by the specifications and this IFB for a stated price. Bids which are incomplete, conditional, obscure or contain additional terms, conditions or specifications which, in the opinion of GCRTA, materially alter the terms, conditions or specifications of this IFB will be regarded as non-responsive. GCRTA reserves the right to waive minor defects in the bids To be considered for award, a bidder must be regarded as responsible. The term responsible refers to a bidder's integrity, compliance with public policy, record of past performance and financial and technical resources. A bidder must meet the following requirements: Adequate financial resources Bonding and insurance specified herein Adequate record of performance Concurrent business commitments will not prevent timely performance Adequate physical facilities and technical resources Affirmative Action Plan and DBE Plan compliance Be otherwise qualified and eligible to receive an award under applicable laws and regulations Should only one responsible bid by a responsible bidder be received by GCRTA, GCRTA reserves the right to negotiate price with that bidder Protest Procedures. Interested parties aggrieved by this solicitation or the award of any resulting contract may file a written protest with the Director of Procurement of GCRTA. The Director of Procurement of GCRTA will consider all protests submitted before bid opening, post-bid opening, or after award. Inst. to Bidders 1-4 Rev. 3/07

10 The protest must include at least the following information: Name, address and telephone number of protester Identification of the solicitation under protest A detailed statement of the legal and factual grounds of protest including reference to relevant documents A statement of the relief requested Protests Prior to Bid Opening. Protests addressing the adequacy of this IFB, including without limitation the pre-bid procedure, the instructions, general conditions, and specifications must be filed at the Procurement Department no later than five (5) days before the date set for opening of bids. Thereafter, such issues are deemed waived by all interested parties. Notice of a protest and the basis therefore will be given to all bidders. The date will be extended, unless the Director of Procurement determines that: The items to be procured are urgently required; or Delivery or performance will be unduly delayed by failure to make the award promptly, or Failure to make prompt award will otherwise cause undue harm to GCRTA or the Federal government Protests After Bid Opening. Following completion of bid evaluations and prior to award of contract, a bidder or subcontractor with a substantial economic interest in the award may submit a protest against the award. Such protest would generally address responsiveness of the offer of the recommended awardee, award to other than the apparent low bidder, or issues of a similar nature. Such protest must be filed within three (3) working days of the posting of a Recommendation of Award at the offices of the GCRTA Procurement Department. If the Director of Procurement decides that a protest lacks merit or that the award is to be made during the rendering of a protest, a written notice of the decision to proceed with the award will be given to the protestor and, as appropriate, to others concerned Protests After Award. Notice of Protest against award must be filed at the Procurement Department within five (5) days immediately following the award. The Contractor will be furnished with the Notice of Protest and the basis thereof. When it appears likely that an award may be invalidated or that a delay in receiving the supplies or services is not prejudicial to the GCRTA's interest, the Director of Procurement may suspend performance by the Contractor on a no-cost basis Decision on Protest. The Director of Procurement shall render his decision in writing within fourteen (14) working days from receipt of the written protest and shall provide notice of such decision to all interested parties Protest to FTA. Under certain circumstances, a protest may be made to the Federal Transit Administration (FTA) in accordance with FTA Circular D. These circumstances are generally limited to failure of a grantee to have a protest procedure, or failure to follow the grantee's written procedure. Inst. to Bidders 1-5 Rev. 3/07

11 1.22 Equal Employment Opportunity Equal Employment Opportunity Information Neither the bidders nor the selected contractor shall discriminate on the basis of race, color, national origin or sex in the performance of a resulting DOT-assisted contract. It must be submitted as (Attachment A-1) showing the utilization of minorities and women by job category within its organization Non-Discrimination Affidavit The bid/proposal also asks for all bidders to submit a notarized Non-Discrimination Affidavit assuring non- discrimination practices in the contractor s employment practices. It must be submitted as (Attachment A-2) assuring nondiscrimination in employment practices Employment Practices Goals GCRTA has an Affirmative Action Plan to ensure equality of opportunity in employment practices by firms contracting for goods and services with the Authority. All non-construction contractors are required to submit Attachment A-3 indicating the company s employment goals for this RTA project. Where the Contractor or subcontractor has fifty (50) or more employees and will be under contract with the GCRTA the price of which exceeds Fifty Thousand Dollars ($50,000) an Affirmative Action Plan must be submitted to the Affirmative Action Office of GCRTA within thirty (30) days after award. An acceptable Affirmative Action Plan with goals and timetables should be developed for the hiring of minorities and females for the next year, or duration of the GCRTA project, substantially meeting the requirements as set forth in Attachment A Affirmative Action Plan If Contractors and first tier subcontractors have an award price of $50,000 or more and employ 50 or more persons, then those Contractors are required to submit, in lieu of THE FORM IN Enclosure A-3, an Affirmative Action Employment plan for the project. This plan should include the following. 1. An Equal Employment Policy Statement for the employment of minorities and women. This statement must show how and to whom it is circulated, both internally (within your company) and externally (all sources used for recruitment), and must name the person responsible for the implementation of these policies. 2. Information showing the current utilization of minorities, women and handicapped persons 3. Goals and Timetables for hiring minorities and women for the duration of this contract, including: a. Total employees expected to be employed in each job category (use job categories shown on EEO-1 form). b. Group employees (by ethnicity and gender categories) expected to be employed in each job category. c. Labor market availability group information - availability of minorities and women in the specific industry or tasks involved on this project. With the exception of construction contractors, use this form to establish the goals required below. (Contact State Employment Office to get this information.) d. Number of expected job opportunities. If none expected, goals as required must still be established to allow for unexpected hiring. e. Goals - number and percent of minorities and women to be reached. Unless otherwise notified, the goals for construction contractors are 16% for minorities and 7% for women during the performance of the contract.a description of the method to be used for recruiting employees for the tasks of this project. These efforts must be substantiated by written documentation. Describe the method used to evaluate the program. Inst. to Bidders 1-6 Rev. 3/07

12 1.23 Disadvantaged Business Enterprise (DBE) policy and procedures The authority is committed to encouraging participation by Disadvantaged Business Enterprises (DBE) in contracts let by the Authority. It is the policy of the United States Department of Transportation, as adopted by the Authority, that socially and economically disadvantaged business enterprises, as defined at Title 49, Code of Federal Regulations, Part 26, shall be afforded an equal opportunity in the performance of the Authority s contracts or subsequent subcontracts resulting from this solicitation. In this regard, the bidders shall take all necessary and reasonable steps in accordance with 49 CFR Part 26, and the Authority s DBE Program to ensure that the DBE obligation is met. The selected contractor shall not discriminate on the basis of race, color, national origin or sex in the performance off a resulting DOT assisted contract Definitions (a) (b) (c) "Disadvantaged business enterprise (DBE)" means a small business concern, which is at least 51 percent owned by one or more socially and economically disadvantaged persons or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more socially and economically disadvantaged individuals and whose management and daily business operation are controlled by one or more of the socially and economically disadvantaged individuals who own it. Socially and economically disadvantaged persons mean citizens of the United States (or lawfully admitted permanent residents) who meet the criteria set forth in 49 C.F.R. Section Certified DBE is a socially and economically disadvantaged firm that submitted a certification application and the appropriate forms to as well as received subsequent approval from the RTA Office of Business Development Contract goals and DBE participation The GCRTA has established a contract specific DBE goal of zero (0%) percent for the work to be performed under this contract. In order to meet the DBE requirements of 49 CFR Part 26, disadvantaged business enterprises will be afforded an opportunity to participate, to an extent reflective of their availability in the community, in the performance of contracts financed in whole or part with Federal funds under this agreement. Consequently, GCRTA determines a DBE participation goal in contracts with potential subcontracting opportunities. This DBE goal will remain applicable to the total contract dollar amount including any modifications. As noted in Instruction 7, Bidders are required to disclose their proposed level of DBE participation (expressed as a percentage of the proposed bid price) in the space designated on the bid form The transit vehicle manufacturers are exempt from the requirements outlined Attachment B, but must, as a condition for bidding, show evidence of FTA certification. A. DBE firm eligibility The DBE entities utilized toward the DBE participation goal on a contract should be certified by the Authority s Office of Business Development. The firms eligible for inclusion in the contractor s DBE plan must be certified prior to bid submission or the determination of best and final offer in a proposal. Consult the DBE Directory at or the Office of Business Development (OBD) of the Authority for assistance in ascertaining certified status of some DBEs. B. Counting DBE Participation When a DBE participates in a contract, you count only the v value of the work actually performed by the DBE toward DBE goals. 1. Count the entire amount of that portion of a construction contract (or other contract not covered by Paragraph (A)(2) of this section) that is performed by the DBE s own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract, including supplies purchased or equipment leased by the DBE (except supplies and equipment the DBE subcontractor purchases or leases from the prime contractor its affiliate). Inst. to Bidders 1-7 Rev. 3/07

13 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance specifically required for the performance of a DOT-assisted contract, toward DBE goals, provided you determine the feet be reasonable and not excessive as compared with fees customarily allowed for similar services. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted toward DBE goals only if the DBEs subcontractor is itself a DBE. Work that a DBE subcontracts to a non-dbe firm does not count toward DBE goals. a) When a DBE performs as a participant in a joint venture, count a portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work of the contract that the DBE performs with its own forces toward DBE goals. b) Count expenditures to a DBE contractor toward DBE goals only if the DBE is performing a commercially useful function on that contract. 4. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (when applicable) and paying for the material itself. To determine whether a DBE is performing a commercially useful function, you must evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and of the relevant factors. A DBE does not perform a commercially if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. 5. To determine whether a DBE trucking company is performing a commercially useful function: a) The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting the DBE goals. b) The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on the contract. c) The DBE receives credit for the total value of the transportation services it provides on the contract using the trucks it owns, insures, and operates using the drivers it employs. d) The DBE may lease trucks from another DBE firm, including an owner-operator who is certified as a DBE. The DBE who leases the trucks from another DBE receives credit for the toal value of the transportation services the lessee DBE provides on the contract. e) The DBE may also lease trucks from a non-dbe firm, including an owneroperator. The DBE who leases trucks from a non-dbe is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by the DBE. 6. If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward the DBE goal. A manufactur is a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. Inst. to Bidders 1-8 Rev. 3/07

14 7. Sixty percent of the total dollar value will be counted in the case of a DBE regular dealer that is not a manufacturer, provided that the DBE regular dealer performs a commercially useful function in the supply process to include brokers, etc., in accordance with 49 CFT Paragraph 2b. To be a regular dealer: a) the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business; if the person both owns and operates distribution equipment for long-term lease agreement and not on an ad hoc or contract by contract basis. c) Packagers, brokers, manufacturers, representatives, or other persons who arrange or expedite transactions are not regular dealers within the meaning of this paragraph. d) With respect to materials or supplies purchased from a DBE which is neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for the delivery of materials or supplies required on a job site, toward DBE goals, provided you determine the fees to be reasonable and not excessive as compared with fees customarily allowed for similar services. Do not count any portion of the cost of the materials and supplies themselves toward DBE goals SOLICITATION DBE REQUIREMENTS, TERMS AND CONDITIONS In addition to any other requirements contained in this solicitation, the following DBE Program requirements must be satisfied, solicitation must include a representation that: 1. The Bidder has met the goal established by the Authority for this procurement, and/or 2. The Bidder has made a good faith effort to attain the level of DBE participation sought by the Authority for this procurement Each proposer must include a statement in Enclosure B-1 of the level of DBE participation attained through such effort. This submittal is regarded as a matter of proposal responsiveness. Failure to make these submittals will serve to disqualify the proposal as non-responsive to this solicitation. A. DBE Participation Plan Each bidder should also prepare a complete DBE Participation Plan that sets forth the extent of DBE involvement in this procurement and will be considered in determining Bidder s responsibility. DBE participation plans shall include the following minimum information: 1. DBE Participation Schedule, (Enclosure B-2) which includes: a) Names and addresses of the DBE entities that will participate in the contract; b) The dollar amount of the participation of each named DBE; c) A description of the work each named DBE will perform; d) Letter of Intent (Enclosure B-3) from each DBE whose participation is proposed for the performance of this contract as a subcontractor or joint venture partner. The following standards shall be applied in assessing the responsibility of the DBE plan submitted: Whether the participation plan contains capable currently certified DBE firms. Whether the firms listed in the plan are performing a commercially useful function Whether the listed firms are sharing monetary benefit in proportion to their share of the work of the project. Whether the plan exhibits a likelihood of goal attainment. Whether the prime/sub relationships are firm, i.e., whether conditional subcontractors have been entered. Inst. to Bidders 1-9 Rev. 3/07

15 B. Good Faith Efforts If the DBE goal is not met, the Bidder must submit the good faith efforts it made to include DBE participation in the contract prior to bid submission. The documentation of the efforts is outlined below (which may include the submittal of Certificates of DBE Unavailability (Enclosure B-5/Schedule 19-C3) for each DBE which is not a proposed DBE participant which the bidder contacted regarding participation in this procurement). The standard by which the Authority will determine whether the efforts made by a Bidder were good faith efforts is whether such efforts made prior to bid submission or submission of the best and final offer on a proposal, could reasonably be expected to produce sufficient DBE participation to meet the goals set for this procurement. The Authority may consider all efforts advanced by the Bidder as well as the following: a) Did the contractor attend any scheduled pre-solicitation or pre-proposal meetings to inform DBEs of contracting and subcontracting opportunities? b) Did the contractor advertise in general circulation, trade association and minority-focus media concerning the subcontracting opportunities? If so, show documentation of the publications and when advertised. c) Did the contractor provide written notice to a reasonable number of specific DBEs that their interest in the contract was being solicited, in sufficient time to allow the DBEs to participate effectively? If so, provide proof or a record of the solicitation(s). d) Did the contractor/supplier follow up with the DBE firms interested in participating? If so, show documentation of which DBEs contacted and when the followup occurred e) Did the contractor/supplier select portions of work to be done by DBEs (including dividing contracts into economically feasible units to facilitate participation)? f) Did the contractor provide adequate information about plans, specifications, and/or contracting requirements? g) Did the contractor negotiate in good faith with interested DBEs, not rejecting DBEs as unqualified without sound reasons? Please indicate the DBEs that you attempted to contract with and the reasons for rejections. h) Did the contractor make efforts to provide assistance to obtain bonding, lines of credit, or insurance? i) Did the contractor effectively use the services of available minority and female organizations, contractors groups, state and local offices, etc., that have knowledge of available DBE firms or the names or organizations to locate such firms? If so, show documentation of these efforts, the organizations and the contact persons. C. DBE Modifications and Substitutions The contractor must receive the approval of GCRTA Office of Business Development before termination or making substitution for any subcontractors listed in its DBE plan. This Provision applies to all modifications and substitutions under this Contract. The Contractor will be required to comply with this Provision to the extent needed to achieve the DBE goals agreed to at the time of contract award. (a) If a prime contractor wishes to terminate or substitute a DBE subcontractor listed as fulfilling its contract goal, and then performs the work of the terminated DBE subcontractor with its own forces, an affiliate, a non-dbe subcontractor or with another DBE subcontractor, it must submit written documentation prior to the termination or substitution of the DBE subcontractor to the Office of Business Development. This will include any changes to items of work, material, services, or DBE firms that differ from those identified on the Intent to Perform form(s) on Inst. to Bidders 1-10 Rev. 3/07

16 file. The Bidder/Contractor must provide any and all documentation and information as may be requested with respect to the requested change. (b) The Bidder's/Contractor s documentation shall include the specific reasons for the proposed change. Specific reasons that are acceptable include, but are not limited to: the DBE was not able to perform; the DBE was unable to produce acceptable work; and/or the DBE has submitted an unreasonable escalation in price. In the case of a DBE subcontractor being substituted by another DBE subcontractor, the Contractor should include the name, address, certification number and principal office of the proposed DBE firm. After careful review, the Office of Business Development will approve or disapprove the change. (c) If the change involves a subcontractor substitution, the Bidder/Contractor must make good faith effort to replace one DBE with another DBE. The substitute DBE firm must be certified by the RTA in order for the Bidder/Contractor to receive credit toward fulfilling its DBE participation goal for the contract. In the event that the Bidder/Contractor is unable to contract with another DBE firm, good faith effort documentation must be provided to the Office of Business Development describing the unsuccessful attempts to locate a substitute DBE. In all situations, the Contractor may not terminate or substitute a DBE subcontractor without the prior written consent. (d) The Bidder/Contractor must submit a new Intent to Perform form for the substitute DBE firm(s) with the request for change to verify that the new DBE firm(s) is certified by the RTA. The Contractor shall provide a copy of the executed subcontract agreement with the proposed DBE firm to the Office of Business Development within five (5) business days of its receipt of the substitution approval. (e) If the change involves a modification, the Contractor must submit, if applicable, the Intent to Perform form specified for contract modifications for any DBE subcontractor affected by this change. This form may be obtained from the Office of Business Development or see Enclosure B-3. (f) If the Contractor does not comply with this Provision, the Authority may elect to apply contract remedies as defined in 49 CFR Part 26, or other contract remedies, as appropriate. Additionally, the Office of Business Development may recommend that the profits from the terminated portion of the DBE subcontract be forfeited by the Contractor The Authority may at any time prior to award seek clarification or additional information bearing upon bidder responsibility in respect of DBE involvement with this procurement. If sought, such information must be strictly confined to matters of bidder responsibility and must be received by the Authority within two (2) days of the date request therefore is made In the event a contract is awarded, the DBE Participation Plan submitted by the successful bidder and the terms, conditions and requirements contained in this solicitation shall become an integral part of the contract, binding said bidder to full and faithful performance in accordance with said plan Contract Compliance DBE Payment Compliance Report and Site Visits a) During the performance of any resulting contract and for a period of up to three (3) years following completion of the contract work the Authority may initiate reviews for compliance with the requirements of the Authority's DBE Program and the successful Contractor s DBE Participation Plan. Such reviews may involve the review of monthly invoices, the DBE Payment Compliance Report forms, desk audits and/or onsite reviews. b) Concurrently with the submission of the invoice or each request for a progress payment under this contract, the Contractor shall provide on the DBE Payment Compliance Report form (Enclosure B-5) a breakdown of the amounts paid to date to Inst. to Bidders 1-11 Rev. 3/07

17 DBEs identified by the Contractor to participate on this Contract. As provided elsewhere in this Contract, the Authority may withhold all or part of any progress payment otherwise due the Contractor if the Contractor fails to submit the DBE Payment Compliance Report form and/or make prompt payments according to RTA procurement procedures to its subcontractors, suppliers, materialmen or laborers Any award resulting from this procurement competition shall be and is conditioned upon the attainment of the aforesaid goals or the satisfactory showing of good faith efforts to attain said goals Where a Contractor is found by the Authority to have failed to comply with the requirements of the DBE Program or the Contractor s DBE Participation Plan, the Contractor will be required to take corrective action. If corrective action is not promptly taken by the offending Contractor, the following sanctions may be imposed (singly, in any combination, and in addition to any other remedies provided by law or equity): 1. The Authority may withhold all further payments under the contract. 2. The Contractor may be ordered to stop work 3. The contract may be terminated for breach. 4. Suspension or debarment proceedings may be commenced in accordance with 49 CFR, Part The Director of Procurement may find the defaulting contractor non-responsible in respect to other solicitations for a stated period of time. 6. The contract payments may be reduced by an amount equal to that designated in the DBE plan for DBE participation. 7. The relevant performance bond(s) may be enforced. Inst. to Bidders 1-12 Rev. 3/07

18 2 GENERAL TERMS AND CONDITIONS CONTENTS - ATTACHMENTS Attachment A Attachment B Attachment C Attachment D Attachment E Attachment F Attachment G Attachment H Attachment I REQUIREMENTS CONCERNING EEO AND AFFIRMATIVE ACTION ENCLOSURE A-1 ENCLOSURE A-2 ENCLOSURE A-3 ENCLOSURE A-4 ENCLOSURE A-5 DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION ENCLOSURE B-1 ENCLOSURE B-2 ENCLOSURE B-3 ENCLOSURE B-4 ENCLOSURE B-4A BIDDER S AFFIDAVIT DELINQUENT PERSONAL PROPERTY TAX STATEMENT BUY AMERICA CERTIFICATE CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY PROCUREMENT INTEGRITY CERTIFICATION RESTRICTIONS ON LOBBYING SECURITY CERTIFICATION

19 NON-CONSTRUCTION SMALL PURCHASE TERMS AND CONDITIONS These Terms and Conditions, specifically for Non-Construction Small Purchase procurements, are an essential part of this Purchase Order ( Order or Contract ). Acceptance of this Order is acceptance of these Terms and Conditions, which may supersede and replace any and all terms and conditions offered by Seller/Contractor, without exception. 1. Seller s Obligation. The general obligation of the Seller shall be to transfer and deliver the goods and services specified in accordance with the terms, conditions, and specifications of the solicitation. 2. Buyer s Obligation. The general obligation of the Greater Cleveland Regional Transit Authority ( GCRTA ) shall be to accept conforming delivery and conforming goods and services and to pay in accordance with the terms, conditions and specifications. 3. Indemnification. To the fullest extent permitted by law, the Seller shall, at his sole cost and expense indemnify, defend, and satisfy all judgments and hold harmless the GCRTA and its agents, representatives and employees from and against all claims, actions, judgments, costs, penalties, liabilities, damages, losses and expenses, including but not limited to attorney s fees and worker s compensation benefits arising out of or resulting from the performance of this Contract. Such obligation shall not be construed to negate, abridge or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this paragraph. 4. Patents. Seller shall pay all royalties and license fees attributable to the use of goods, materials, equipment or processes used to perform its obligations hereunder and, if it cannot timely secure the right for GCRTA to use them, it shall provide GCRTA equivalent non-infringing replacements at no additional cost to GCRTA. Seller agrees to defend and hold harmless the GCRTA from and against all claims of infringement 5. Warranties. Seller warrants that for a period of one (1) year (or for such longer period as prescribed by the specifications or commercially offered by the manufacturer or Seller) following first use of the goods and services delivered hereunder, the goods and services are free of defects in materials and workmanship and further warrants that such goods and services are suited for the particular purpose(s) intended and are of merchantable quality. Seller further warrants that it holds good and marketable title in the goods delivered, and that such goods are free of all liens, security interests or other encumbrances. Seller agrees that in the event the goods or services are not as warranted, it will promptly cure the defect at Seller s sole cost and expense. Seller further agrees to indemnify GCRTA for all costs and damages, both incidental and consequential, resulting from the delivery of goods and services that fail to meet the aforesaid warranties. It is agreed that the goods and services provided hereunder are regarded as consumer goods and services. 6. Quantity and Quality. Seller agrees to deliver goods and services of the kind and quality specified and in the quantities specified. In the case of a requirements Contract, the solicitation specifies estimates of the GCRTA s needs for the Contract duration. It is agreed that such estimates are not to be considered firm requirements. Actual requirements may exceed or be less than these estimates. 7. Delivery. Seller shall tender delivery in the manner and at the place and time specified in the solicitation. All deliveries are to be F.O.B. destination, or as otherwise designated on the bid form by GCRTA. It is agreed that the bid prices include freight. 8. Debarment & Suspension. For any transaction of $25,000 and above, Seller must disclose to GCRTA any debarment and/or suspension. 9. Covenant Against Contingent Fees. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission or contingent fee, except a bona fide established commercial or selling agency maintained Non-ConstructionSmPur T&C s Page 1 of 5 Rev. May 2012

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

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

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

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise in State Funded Construction The purpose of this Special Provision is to carry out the Texas Department of Transportation's policy

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise/Historically Underutilized Business in State Funded Construction The purpose of this Special Provision is to carry out the Texas

More information

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction 1995 Metric SPECIAL PROVISION 000---007 Disadvantaged Business Enterprise in Federal-Aid Construction The purpose of this Special Provision is to carry out the U. S. Department of Transportation's (DOT)

More information

CALTRANS DBE/ UDBE REQUIREMENTS

CALTRANS DBE/ UDBE REQUIREMENTS Napa County Transportation & Planning Agency 625 Burnell St. Napa, CA 94553 Phone (707) 259-8631 Fax (707) 259-8638 nctpa.net vinetransit.com CALTRANS DBE/ UDBE REQUIREMENTS NCTPA has established a Disadvantage

More information

APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS

APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS I. DBE GOAL The Pennsylvania Department of Transportation (Department) has established,

More information

STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE MAY 20, 2015

STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE MAY 20, 2015 STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE MAY 20, 2015 The Contractor, subrecipient, or subcontractor shall not discriminate on the basis

More information

Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS

Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS I. DBE GOAL The Department has established, in connection with this contract, a Disadvantaged Business Enterprise (DBE) goal as specified in

More information

SDDOT CONSTRUCTION MANUAL PROJECT MANAGEMENT SECTION CHAPTER 5 DISADVANTAGED BUSINESS ENTERPRISE (DBE) TABLE OF CONTENTS. Regulation and Authority 5-2

SDDOT CONSTRUCTION MANUAL PROJECT MANAGEMENT SECTION CHAPTER 5 DISADVANTAGED BUSINESS ENTERPRISE (DBE) TABLE OF CONTENTS. Regulation and Authority 5-2 TABLE OF CONTENTS ITEM PAGE Regulation and Authority 5-2 Annual DBE Goal 5-2 Assigning DBE Contract Goals 5-2 DOT-289R/N and DOT-289R/C 5-2 Preconstruction Meeting 5-2 Monitoring DBEs on the Project 5-2

More information

ATTACHMENT A REQUIREMENTS CONCERNING EEO & AFFIRMATIVE ACTION (FOR NON-CONSTRUCTION CONTRACTS AND SUBCONTRACTS)

ATTACHMENT A REQUIREMENTS CONCERNING EEO & AFFIRMATIVE ACTION (FOR NON-CONSTRUCTION CONTRACTS AND SUBCONTRACTS) ATTACHMENT A REQUIREMENTS CONCERNING EEO & AFFIRMATIVE ACTION (FOR NON-CONSTRUCTION CONTRACTS AND SUBCONTRACTS) The GCRTA Office of Business Development is eager to assist you in fully completing the requirements

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

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

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 NOTICE TO GENERAL CONTRACTORS IFB: MDI-SAB-16-B-0004 PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the Building 18 Site Repairs and Interior Renovation,

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

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

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 NOTICE TO GENERAL CONTRACTORS IFB: MDI-SAB-14-B-0003 PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the CONSTRUCTION OF Building 7 Renovations, 2002

More information

DISADVANTAGED BUSINESS ENTERPRISE PROGRAM INFORMATION FOR BIDDERS

DISADVANTAGED BUSINESS ENTERPRISE PROGRAM INFORMATION FOR BIDDERS CRAA Contact Person: INFORMATION FOR BIDDERS If you are in need of assistance, or have questions regarding the CRAA s DBE Program, please contact: Business Diversity 4600 International Gateway Columbus,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

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

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

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

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB) Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

EXHIBIT 10-J STANDARD AGREEMENT FOR SUBCONTRACTOR/DBE PARTICIPATION

EXHIBIT 10-J STANDARD AGREEMENT FOR SUBCONTRACTOR/DBE PARTICIPATION EXHIBIT 10-J STANDARD AGREEMENT FOR SUBCONTRACTOR/DBE PARTICIPATION 1. Subcontractors A. Nothing contained in this Agreement or otherwise, shall create any contractual relation between the Agency and any

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

CONSTRUCTION TERMS AND CONDITIONS

CONSTRUCTION TERMS AND CONDITIONS CONSTRUCTION TERMS AND CONDITIONS These Terms and Conditions are applicable to construction procurements with an engineer s estimate of less than twenty five thousand dollars ($25,000.00). Acceptance of

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

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

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts. BOARD POLICY NO. 024 PROCUREMENT AND CONTRACTING CONSTRUCTION Purpose To establish a method for administering SANDAG construction contracts. Background Public Utilities Code section 132352.4 states that

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

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

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

SMALL BUSINESS ENTERPRISE (SBE) SPECIAL CONTRACT PROVISIONS

SMALL BUSINESS ENTERPRISE (SBE) SPECIAL CONTRACT PROVISIONS SMALL BUSINESS ENTERPRISE (SBE) SPECIAL CONTRACT PROVISIONS Notification is hereby given that an SBE Contract Specific Goal has been established for this Contract. The Contractor/vendor has committed to

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

**** End Addendum ****

**** End Addendum **** Addendum No. 1, 16-00198-ARLW February 10, 2017 To All Offerers: RFP 16-00198-ARLW FMLA Administration (3 rd Party) of 9,300 Employees, 5-Year Period Addendum No. 1 The following constitutes Addendum No.

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

Request for Proposal AHAC. for. General Information Technology Consulting

Request for Proposal AHAC. for. General Information Technology Consulting Southeastern Pennsylvania Transportation Authority (SEPTA) Request for Proposal 16-00248-AHAC for General Information Technology Consulting July 2017 General Information Technology Consulting Contents

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

Illinois State Toll Highway Authority SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION

Illinois State Toll Highway Authority SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION Illinois State Toll Highway Authority SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION I. POLICY STATEMENT It is the policy of the Illinois State Toll Highway Authority ( ISTHA or

More information

SECTION 2 - STANDARD TERMS & CONDITIONS

SECTION 2 - STANDARD TERMS & CONDITIONS SECTION 2 - STANDARD TERMS & CONDITIONS 1. Genesee County Purchasing Regulations: All procurements are conducted in accordance with the Genesee County Purchasing Regulations, a copy of which is on file

More information

Request for Quotation

Request for Quotation University of South Carolina Purchasing Department 1600 Hampton Street, 6th floor Columbia, SC 29208 Telephone: (803) 777-4115 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 3. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 3. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34 DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 3 Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34 CONTRACT NO. 9500667 January 7, 2019 The Request for Bids for the above

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

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

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

ACA UNIFORM TERMS AND CONDITIONS

ACA UNIFORM TERMS AND CONDITIONS ACA UNIFORM TERMS AND CONDITIONS ARIZONA COMMERCE AUTHORITY (ACA) UNIFORM TERMS AND CONDITIONS 1. Definition of Terms As used in this Solicitation and any resulting Contract, the terms listed below are

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address) Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status and address) Case Western Reserve University

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION For Alameda CTC-funded projects subject to the Local Business Contract Equity (LBCE) Program Note to Project Sponsor: Be sure that your legal staff reviews

More information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

More information

REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES

REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES Sheet 1 of 10 REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES I. INTRODUCTION. The specific requirements for the utilization of Disadvantaged Business Enterprises,

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the Contract Documents (see sample Agreement) have the meanings assigned to them therein. The

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

Town of Whitby Terms and Conditions

Town of Whitby Terms and Conditions Town of Whitby Terms and Conditions Part B - Standard Terms and Conditions 1. Definitions Town - The Corporation of the Town of Whitby, its successors and assigns. Bidder - The person, firm or corporation

More information

NUTANIX 1450 SERVER AND SUPPORT

NUTANIX 1450 SERVER AND SUPPORT INVITATION FOR BIDS (IFB) 5-3147 NUTANIX 1450 SERVER AND SUPPORT ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 (714) 560-6282 Key IFB Dates Issue Date:

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS

UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS This Contract ( Contract ) is made by and between UMass Memorial Medical Center, Inc. a Massachusetts non-profit corporation ( UMMMC )

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

Request for Proposal AHAC

Request for Proposal AHAC Southeastern Pennsylvania Transportation Authority (SEPTA) Request for Proposal 15-00074-AHAC for Advertising Agency of Record September 2015 Advertising Agency of Record Contents Part I Instructions &

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

UNIVERSITY OF MISSOURI REQUEST FOR BID (RFB) / PROPOSAL (RFP) GENERAL TERMS AND CONDITIONS & INSTRUCTIONS TO BIDDERS/RESPONDENTS

UNIVERSITY OF MISSOURI REQUEST FOR BID (RFB) / PROPOSAL (RFP) GENERAL TERMS AND CONDITIONS & INSTRUCTIONS TO BIDDERS/RESPONDENTS A. General Terms and Conditions UNIVERSITY OF MISSOURI REQUEST FOR BID (RFB) / PROPOSAL (RFP) GENERAL TERMS AND CONDITIONS & INSTRUCTIONS TO BIDDERS/RESPONDENTS 1. Purpose: The purpose of the solicitation

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

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

DISADVANTAGED BUSINESS ENTERPRISE

DISADVANTAGED BUSINESS ENTERPRISE DISADVANTAGED BUSINESS ENTERPRISE I. Policy It is the policy of the City of Gardena that Disadvantaged Business Enterprises (DBEs) shall have the maximum opportunity to participate in contracts and subcontracts.

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

Washington University in St. Louis

Washington University in St. Louis Washington University in St. Louis Construction Terms and Conditions A. AGREEMENT. The Purchase Order, these Terms and Conditions, any special conditions, Owner s Policies, Design Standards and Insurance

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent CMAA Document A-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent 2013 EDITION This document is to be used in connection with the Standard Form of

More information

CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016)

CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016) CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016) Section A. Introduction These Guidelines set forth the operative policy and instructions of the

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Greater Cleveland Regional Transit Authority REQUEST FOR PROPOSAL OUTSIDE LABOR COUNSEL (Three Years with Two One-Year Options for Renewal) RFP NO. 2014-055 Due Date: Friday, May 16, 2014 11:00 A.M. Official

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

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

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS 1. PURCHASE ORDER DEFINED: The term "purchase order" as used in these terms and conditions means the document entitled "Purchase

More information