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

Size: px
Start display at page:

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

Transcription

1 Specification No ADDENDUM NO. 1 RELOCATE TAXIWAY B MILL & OVERLAY A PORTION OF TAXIWAY H PAVEMENT REPAIR AT ARFF (AIRSIDE) AIP No xxx-2017 FOR Manchester Boston Regional Airport The attention of all bidders submitting proposals for the above project is called to the following changes to the Contract Documents. The items set forth herein, whether of clarification, omission, addition, or substitution, are to be included in shall form a part of the proposal submitted. Bidders shall acknowledge receipt of the addendum by writing the words, "," signing on the line provided for such on Page P-4 of the Proposal Document. PROPOSAL Addendum Item No. 1 DELETE Pages P-1 to Page P-28 in their entirety INSERT new pages P-1 to P- 29. The proposal document has been updated to include the work associated with new specification section L-109 Installation of Airport Vault Equipment. Addendum Item No. 2 SPECIFICATIONS Supplemental General Provisions, VI. INSURANCE DELETE paragraphs 4. Builder's Risk Insurance /or All Risk Property Damage Insurance (Fire Extended Coverage) 5. Owner's, Contractor's Protective Insurance in their entirety. Addendum Item No. 3 Section G-001, Page 10, paragraph Simultaneous Construction. Other work on the airport is expected to include Mill Overlay of Runway 24 Taxiway J the installation of in-pavement centerline lights on Taxiway A from Taxiway D to Taxiway E. Addendum Item No. 4 Section P-401, Page 13, paragraph Joints, DELETE the second paragraph in its entirety. Wedge joints will NOT be required. Addendum Item No. 5 Section P-620, Page 1, DELETE paragraph Reflective media INSERT new paragraph : h:\ mht\data\specs_mht\addendum no. 1\addendum number 1.docx Page 1 of 2

2 Specification No REFLECTIVE MEDIA. Glass beads shall meet the requirements of Federal Specification TT-B-1325D, Type I Gradation A for all paints, except White Paint in Designators in Surface Painted Hold Markings which shall use Type III Gradation. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint reflective media to ensure adhesion embedment. Addendum Item No. 6 PLANS Drawing EL2.4, DELETE in its entirety INSERT new drawing EL2.4. Attached is a copy of the pre-bid sign-in sheet. END OF ADDENDUM NO. 1 h:\ mht\data\specs_mht\addendum no. 1\addendum number 1.docx Page 2 of 2

3 Updated PROPOSAL DOCUMENTS Specification No The Bidder shall complete submit the attached documents in a sealed envelope designated as: BID for RELOCATE TAXIWAY B MILL & OVERLAY A PORTION OF TAXIWAY H PAVEMENT REPAIR AT ARFF (AIRSIDE) AIRPORT IMPROVEMENT PROGRAM NO xxx-2017 at Manchester Boston Regional Airport Manchester, NH Prepared by 150 Dow Street Manchester, New Hampshire (603) Note: The Bidder shall complete submit the attached documents in a sealed envelope designated as: Relocate Taxiway B Mill & Overlay A Portion Of Taxiway H Pavement Repair At Arff (Airside)

4 Specification No Page P-1 of 29 BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE, THE UNDERSIGNED, (Name of Principal) as PRINCIPAL, (Name of Surety) as SURETY, are held are firmly bound unto the City of Manchester - Department of Aviation, hereinafter called the Owner, in the penal sum of lawful money of the United States, for the payment of which sum well truly to be made, we bind ourselves, our heirs, executors, administrators, successors assigns, jointly severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid, dated To Relocate Taxiway B, Mill & Overlay a Portion of Taxiway H, Pavement Repair at ARFF (Airside) at Manchester-Boston Regional Airport, Manchester, NH, AIP project No xxx-2017 NOW, THEREFORE, if the Principal shall not withdraw said bid prior to September 30, 2017, shall within ten (10) calendar days after the prescribed forms are presented to him for signature, enter into a written Contract with the Owner in accordance with the bid as accepted, give bonds with good sufficient surety or sureties, as may be required, for the faithful performance proper fulfillment of such Contract; or in the event of the withdrawal of said bid within the period specified, or the failure to enter into such Contract give such bonds within the time specified, if the Principal shall pay the Owner the difference between the amount specified in said bid the amount for which the Owner may procure the required work or supplies or both, if the latter amount be in excess of the former, then the above obligation shall be void of no effect, otherwise to remain in full force virtue.

5 Specification No Page P-2 of 29 IN WITNESS WHEREOF, the above named Principal Surety have executed this instrument under their several seals this day of, 2017 the name corporate seal of each corporate party being hereto affixed these presents duly signed by its undersigned representative, pursuant to authority of its governing body. In presence of: Individual Principal SL Business Address Individual Principal SL Attest: Business Address Corporate Principal Business Address (AFFIX CORPORATE SL) By: Attest: Corporate Surety Business Address (AFFIX CORPORATE SL) Countersigned: By: Attorney-in-Fact By: (Power of attorney for person(s) signing for surety company must be attached to this bond.)

6 Specification No Page P-3 of 29 CERTIFICATE AS TO CORPORATE PRINCIPAL I,, certify that I am the of the corporation named as Principal in the within bond; that, who signed the said bond on behalf of the Principal was then of said corporation; that I know his signature, his signature thereto is genuine, that said bond was duly signed, sealed, attested to for in behalf of said corporation by authority of its governing body. (Corporate Seal)

7 Specification No Page P-4 of 29 PROPOSAL TO Relocate Taxiway B, Mill & Overlay a Portion of Taxiway H, Pavement Repair at ARFF (Airside) Proposal of AIRPORT IMPROVEMENT PROGRAM NO xxx-2017 corporation*, organized under the laws of the State of or an individual* doing business as City of Manchester - Department of Aviation (hereinafter called "Owner")., hereinafter called "Bidder") a, a partnership*, ; to the The Bidder, in compliance with your invitation for bids for the construction of airport improvements having examined the plans specifications with related documents the site of the proposed work, being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials, labor, hereby proposes to furnish labor, materials, supplies, to construct the project in accordance with the Contract Documents, within the time set forth therein, at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. Time of Completion Liquidated Damages The bidder must agree to commence work on or before a date to be specified in the written Notice to Proceed of the Owner to fully complete the project within 105 calendar days. Bidder must agree to pay to the Owner as liquidated damages the sum of two thous dollars ($2,000.00) for each every calendar day the project remains incomplete beyond the above specified time. All work shall be completed in Work Area 2C within 2 calendar days. Liquidated damages in the amount of Five Thous dollars ($5,000.00) per day will be assessed in accordance with paragraph for each every calendar day the work remains incomplete beyond this specified time. Once the new edge lights are installed accepted by the Owner the Engineer, the lighted barricades shall be relocated to the north side of Taxiway A2 as shown on the plans or as directed by the Engineer. In addition, Bidder must agree to pay the Owner as liquidated damages the sum of ten thous dollars ($10,000.00) for each every calendar day the work in phases 1D 2A work areas remains incomplete beyond the specified times for each work area. Bidder acknowledges receipt of the following addenda: Bidder agrees to perform all the work described in the specifications, shown on the plans or directed, for the following unit prices:

8 Specification No Page P-5 of 29 Relocate Taxiway B, Mill & Overlay a Portion of Taxiway H, Pavement Repair at ARFF (Airside) ITEM NO. ESTIMATED QUANTITY ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT PRICE AMOUNT DOLLARS CENTS DOLLARS CENTS G LS Mobilization for the unit price per lump sum of: G LS CSPP Compliance for the unit price per lump sum of: G LS As-Built Survey for the unit price per lump sum of: G LS Conversion of Survey for GIS for the unit price per lump sum of: G Allowance Gate Guard for the unit price per $15,000 Allowance of: $15, $15, P ,700 CY Unclassified Excavation for the unit price per Cubic Yard of:

9 Specification No Page P-6 of 29 Relocate Taxiway B, Mill & Overlay a Portion of Taxiway H, Pavement Repair at ARFF (Airside) ITEM NO. ESTIMATED QUANTITY ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT PRICE AMOUNT DOLLARS CENTS DOLLARS CENTS P ,400 SY Remove Bituminous Pavement for the unit price per Square Yard of: P ,650 LF Remove Existing Drainage Pipes for the unit price per Linear Foot of: P Remove Existing Drainage Structure for the unit price per Each of: P Remove Existing Light Bases for the unit price per Each of: P ,600 CY Borrow for the unit price per Cubic Yard of: P ,800 CY Subbase Course for the unit price per Cubic Yard of:

10 Specification No Page P-7 of 29 Relocate Taxiway B, Mill & Overlay a Portion of Taxiway H, Pavement Repair at ARFF (Airside) ITEM NO. ESTIMATED QUANTITY ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT PRICE AMOUNT DOLLARS CENTS DOLLARS CENTS P Inlet Protection for the unit price per Each of: P LF Silt Fence for the unit price per Linear Foot of: P ,700 SY Temporary Seeding for the unit price per Square Yard of: P ,400 CY Crushed Aggregate Base for the unit price per Cubic Yard of: P ,500 Ton HMA Pavement for the unit price per Ton of: P ,500 Gal Bituminous Tack Coat for the unit price per Gallon of:

11 Specification No Page P-8 of 29 Relocate Taxiway B, Mill & Overlay a Portion of Taxiway H, Pavement Repair at ARFF (Airside) ITEM NO. ESTIMATED QUANTITY ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT PRICE AMOUNT DOLLARS CENTS DOLLARS CENTS P ,200 SF Permanent Pavement Marking with Beads for the unit price per square foot of: P ,400 SF Permanent Pavement Marking, Black for the unit price per square foot of: P ,200 SF Temporary Pavement Markings for the unit price per square foot of: P Surface Painted Hold Signs for the unit price per each of: P ,700 SF Pavement Marking Removal for the unit price per square foot of: P ,100 SY Mill Bituminous Pavement (0-5 ) for the unit price per square yard of:

12 Specification No Page P-9 of 29 Relocate Taxiway B, Mill & Overlay a Portion of Taxiway H, Pavement Repair at ARFF (Airside) ITEM NO. ESTIMATED QUANTITY ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT PRICE AMOUNT DOLLARS CENTS DOLLARS CENTS P ,200 LF Saw cut Pavement for the unit price per linear foot of: P ,100 LF Saw Seal Joints for the unit price per linear foot of: P ,300 LF Crack Sealing for the unit price per linear foot of: P ,000 SF Crack Reconstruction for the unit price per square foot of: D LF 24 Reinforced Concrete Pipe for the unit price per Linear Foot of: D LF 6 PVC pipe for the unit price per Linear Foot of:

13 Specification No Page P-10 of 29 Relocate Taxiway B, Mill & Overlay a Portion of Taxiway H, Pavement Repair at ARFF (Airside) ITEM NO. ESTIMATED QUANTITY ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT PRICE AMOUNT DOLLARS CENTS DOLLARS CENTS D ,840 LF 6-Inch Perforated Underdrain Pipe for the unit price per linear foot of: D Underdrain Cleanout for the unit price per each of: D New 4 Dia. Catch Basin or Manhole for the unit price per Each of: D Adjust Catch Basin to Grade for the unit price per Each of: L ,150 LF 1/C #8, 5Kv, L824 Type `C' Cable in trench or duct for the unit price per linear foot of: L ,700 LF #6 Bare Counterpoise Wire in trench or duct for the unit price per linear foot of:

14 Specification No Page P-11 of 29 Relocate Taxiway B, Mill & Overlay a Portion of Taxiway H, Pavement Repair at ARFF (Airside) ITEM NO. ESTIMATED QUANTITY ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT PRICE AMOUNT DOLLARS CENTS DOLLARS CENTS L LS Work in the Lighting Vault for the unit price per Lump Sum of: L Allowance Regulator ALCMS Upgrade for the unit price per Allowance of: $50, $50, Fifty Thous no L ,400 LF 2", 1 Way Concrete Encased Duct for the unit price per Linear Foot of: L LF 2", 1 Way Concrete Unencased Duct for the unit price per Linear Foot of: L LF Concrete Encase Existing Duct for the unit price per Linear Foot of: L Adjust Electrical Structures to Grade for the unit price per Each of:

15 Specification No Page P-12 of 29 Relocate Taxiway B, Mill & Overlay a Portion of Taxiway H, Pavement Repair at ARFF (Airside) ITEM NO. ESTIMATED QUANTITY ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT PRICE AMOUNT DOLLARS CENTS DOLLARS CENTS L Duct Markers for the unit price per Each of: L New Elevated Guard Light for the unit price per Each of: L New Elevated Stop Bar Light for the unit price per Each of: L New Flush in Pavement Guard Light for the unit price per Each of: L New Flush in Pavement Stop Bar Light for the unit price per Each of: L New Taxiway Centerline Light (Straight Section) for the unit price per Each of:

16 Specification No Page P-13 of 29 Relocate Taxiway B, Mill & Overlay a Portion of Taxiway H, Pavement Repair at ARFF (Airside) ITEM NO. ESTIMATED QUANTITY ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT PRICE AMOUNT DOLLARS CENTS DOLLARS CENTS L New Taxiway Centerline Light (Curved Section) for the unit price per Each of: L Taxiway Centerline Light Base with Cover for the unit price per Each of: L New Airfield Sign for the unit price per Each of: L Relocated Airfield Sign for the unit price per Each of: L New Airfield Sign Panel for the unit price per Each of: L Remove & Reset Vehicle Sign for the unit price per Each of:

17 Specification No Page P-14 of 29 Relocate Taxiway B, Mill & Overlay a Portion of Taxiway H, Pavement Repair at ARFF (Airside) ITEM NO. ESTIMATED QUANTITY ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT PRICE AMOUNT DOLLARS CENTS DOLLARS CENTS L New Base Mounted Taxiway Edge Light on New Bases for the unit price per Each of: L New Base Mounted Taxiway Edge Light on Existing Bases for the unit price per Each of: L Modify Existing Light Base to Remain for the unit price per Each of: L New Flush Mounted Runway Edge Light for the unit price per Each of: L New elevated Runway Edge Light on Existing Base for the unit price per Each of: T ,700 SY Seeding for the unit price per Square Yard of:

18 Specification No Page P-15 of 29 Relocate Taxiway B, Mill & Overlay a Portion of Taxiway H, Pavement Repair at ARFF (Airside) ITEM NO. ESTIMATED QUANTITY ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT PRICE AMOUNT DOLLARS CENTS DOLLARS CENTS T ,700 SY Topsoil (4 deep) for the unit price per Square Yard of:

19 Specification No Page P-16 of 29 LONG LD PAYMENT ITEMS Manchester Boston Regional Airport is aware that there may be some long lead time items for this project. In order to expedite the construction project, the airport is requesting that bidders supply a list of any items that will take more than 6 weeks to arrive on-site from the date of order. The successful bidder will be required to submit shop drawings/submittals (electronically) for each of the long lead items within 48 hours of executing the contract for the project. The Engineer will return the reviewed shop drawings/submittals within 48 hours of receiving the submittals. Item No. Description Lead Time

20 Specification No Page P-17 of 29 BID SUMMARY Company Name: Address: Telephone Number: Total Bid Amount written in words $ written in numbers The contract will be awarded to the RESPONSIBLE BIDDER submitting the lowest qualified bid. In the event there is a discrepancy between the prices written in words those written in figures, the prices written in words shall govern. No bid will be considered which does not contain a price for every item tabulated in the bid form. Unit prices shall govern incorrectly extended total amounts. The above unit prices shall include all labor, materials, equipment, incidentals, expenses, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understs that the Owner reserves the right to reject any or all bids to waive any informalities in the bidding. The bidder agrees that this bid shall be good may not be withdrawn prior to September 30, The bidder agrees that the Owner may reduce the quantities under any bid item or may delete work items altogether if necessary to bring the contract awarded within funds available to finance the project. Such reduction or deletion of work shall not constitute a basis for withdrawal of this proposal or for adjustment of the unit or lump sum prices bid. Upon receipt of written notice of acceptance of this bid, bidder will execute the formal contract attached within 10 calendar days deliver the Surety Bonds as required by the General Provisions. The bid security attached in the sum of ($ ) is to become the property of the Owner in the event the contract bonds are not executed within the time above set forth, as liquidated damages for the delay additional expenses to the Owner caused thereby.

21 Specification No Page P-18 of 29 Respectfully submitted: Name of Bidder: By: Name Title: (Signature) (Print or Type) Business Address: (SL if bid is by a corporation)

22 Specification No Page P-19 of 29 CERTIFICATE AS TO CORPORATE PRINCIPAL PROPOSAL I,, certify that I am the of the corporation named as Bidder in the above Proposal; that said Proposal on behalf of the Bidder was then, who signed the, of said corporation; that I know his signature his signature thereto is genuine; that said Proposal was duly signed, sealed attested to for in behalf of said corporation by authority of its governing body is within the scope of its corporate powers. (Corporate Seal)

23 Specification No Page P-20 of 29 GOALS AND ASSURANCES FOR DISADVANTAGED BUSINESS ENTERPRISES The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex, in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award administration of federal DOT assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. The requirements of CFR 49 Part 26, Regulations of the U. S. Department of Transportation, apply to this contract. It is the policy of The City of Manchester-Department of Aviation to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders/offerors, including those who qualify as a DBE. A DBE goal of five three tenths percent (5.3%) has been established for this contract. The bidder/offeror shall make good faith efforts, as defined in Appendix A, 49 CRF Part 26 (Attachment 1), to meet the contract goal for DBE participation in the performance of this contract. The bidder/offeror will be required to submit the following information: (1) the names addresses of DBE firms that will participate in this contract; (2) a description of the work that each DBE will perform; (3) the dollar amount of the participation of each DBE Firm participating; (4) written signed documentation of the bidder/offeror s commitment to use a DBE subcontractor whose participation it submits to meet the contract goal noted above; (5) written signed documentation from the DBE that it is participating in the contract as provided in the prime contractor s commitment: (6) if the contract goal is not met, evidence of good faith efforts; (7) The firms to be used are registered as DBE firms with NHDOT.

24 Specification No Page P-21 of 29 DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): The bidder/offeror is committed to a minimum of % DBE utilization on this contract. The bidder/offeror (if unable to meet the DBE goal of %) is committed to a minimum of % DBE utilization on this contract submits documentation demonstrating good faith efforts. Name of bidder/offeror s firm: State Registration No. By (Signature) (Title)

25 Specification No Page P-22 of 29 Name of bidder /offeror s firm: Address: LETTER OF INTENT City: State: Zip: Name of DBE firm: Address: City: State: Zip: Telephone: Description of work to be performed by DBE firm: The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is $. Affirmation The above named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: (Signature) (Title) If the bidder/offeror does not receive award of the prime contract, any all representations in this letter of Intent Affirmation shall be null void. (Submit this page for each DBE subcontractor.)

26 Specification No Page P-23 of 29 CERTIFICATE REGARDING DEBARMENT AND SUSPENSION (BIDDER OR OFFEROR) By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that at the time the bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION (SUCCESSFUL BIDDER REGARDING LOWER TIER PARTICIPANTS) 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 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 tell a higher tier that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedy, including suspension debarment. Name Title (Please Print or Type) Signature Date

27 Specification No Page P-24 of 29 TRADE RESTRICTION CERTIFICATION The contractor or subcontractor, by submission of an offer /or execution of a contract, certifies that it: 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 published by the Office of the United States Trade Representative (USTR); 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 on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. 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 a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. 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 information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section Date Signature Company Name Name Title (Printed)

28 Specification No Page P-25 of 29 COMPLIANCE WITH DRUG-FREE WORKPLACE (As required by 2 CFR part ) General requirements on the drug-free workplace within federal grant programs are described in 2 CFR part Contractors must certify that they will comply with the provisions of the federal drug-free workplace regulations, which include, but are not limited to: 1) A statement has been or will be published prior to commencement of the project notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the sponsor s workplace, specifying the actions to be taken against employees for violation of such prohibition (2 CFR part ). 2) An on-going drug-free awareness program (2 CFR part ) has been or will be established prior to commencement of the project, to inform employees about: (a) the dangers of drug abuse in the workplace; (b) the Airport s requirement of maintaining a drug-free workplace; (c) any available drug counseling, rehabilitation, employee assistance programs; (d) the penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. 3) Each employee to be engaged in the performance of the work has been or will be given a copy of the statement required within item 1 above prior to commencement of the project (2 CFR part ). 4) Employees have been or will be notified in the statement required in item 1 above that, as a condition of employment (2 CFR part ), the employee will: (a) abide by the terms of the statement; (b) notify the employer in writing of his or her conviction of a criminal drug statute occurring in the workplace no later than five (5) calendar days after such conviction. 5) Manchester-Boston Regional Airport (Airport) will be notified in writing by the contractor within 10 calendar days after the contractor receives notice under item 4(b) above from an employee or otherwise receives actual notice of such conviction (2 CFR part ). Employers of convicted employees must provide notice, including position title of the employee, to the Airport. The Airport will immediately notify FAA (2 CFR part ). 6) One of the following actions (2 CFR part (b)) will be taken within 30 calendar days of receiving a notice under item 4(b) above, with respect to any employee who is so convicted: (a) Take appropriate personnel action against such an employee, up to including termination. Consistent with the requirements of the Rehabilitation Act of 1973, as amended, (b) Require such employee to participate satisfactorily in drug abuse assistance or rehabilitation programs approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency. 7) A good faith effort will be made, on a continuous basis, to maintain a drug-free workplace through implementation of items 1 through 6 above (2 CFR part ).

29 Specification No Page P-26 of 29 Dated, 20 Legal Name of Person, Firm or Corporation By: Name & Title

30 Specification No Page P-27 of 29 CERTIFICATION OF NONSEGREGATED FACILITIES (a) The Contractor agrees that it does not will not maintain or provide for its employees any segregated facilities at any of its establishments, that it does not will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Opportunity clause in this contract. (b) Segregated facilities, as used in this clause, means any waiting rooms, work areas, rest rooms wash rooms, restaurants other eating areas, time clocks, locker rooms other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom. The term does not include separate or single-user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (c) The Contractor shall include this clause in every subcontract purchase order that is subject to the Equal Opportunity clause of this contract. Dated, 2017 By Legal Name of Person, Firm or Corporation

31 Specification No Page P-28 of 29 Certificate of Buy American Compliance for Manufactured Products As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, 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 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 origin of the steel 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 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. Required Documentation Type 3 Waiver - The cost of the item components subcomponents produced in the United States is more that 60% of the cost of all components subcomponents of the item. The required documentation for a type 3 waiver is: a) Listing of all product components subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing products excluded by Federal Acquisition Regulation Subpart

32 Specification No Page P-29 of ; products of unknown origin must be considered as non-domestic products in their entirety). b) Cost of non-domestic components subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non-domestic component subcomponent cost as compared to total item component 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 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

33 Specification No Page L of 5 L-109 INSTALLATION OF AIRPORT VAULT EQUIPMENT CONTRACT DOCUMENTS This section of these specifications is a part of the Contract Documents as defined in the General Provisions. All applicable parts of the balance of the Contract Documents are equally as binding for this section as for all other sections. Attention shall be directed to the Section of these specifications entitled "Summary of Work Special Work Requirements". DESCRIPTION This item shall consist of providing a new 20 KW constant current regulator (CCR) installing same in existing cabinet (Regulator Cell 9 presently empty) within the existing line up of switchgear style regulators, originally manufactured by Honeywell later upgraded to Liberty Airport Systems, Inc. ( LAS ) who are presently a subsidiary of ADB Airfield Solutions ("ADB"), for the Taxiway J edge lights. The preparation will include LAS/ADB programming to convert the CCR to Style 1 (3 brightness steps) to modify the new Taxiway J edge controls graphics into the existing airfield lighting control monitoring system (ALCMS); the cabinet nameplate shall be replaced accordingly to reflect the proposed changes. It shall also include providing new control wire interface to the new regulator providing new L-824 cable from the new regulator to the existing S-1 disconnect for Taxiway J circuit. Also included in this item is the provision of a new nameplate for the existing Taxiway J CCR (7.5 KW rated located in Cell #3) indicating it is the Stop Bar Lighting CCR for Runway 17-35, modifying control connections at the ALCMS to provide interface for this new use, providing L-824 output cables from this unit to a new S-1 disconnect (provided as part of the work under this item). The preparation shall include LAS/ADB programming to add the Stop Bar Light controls graphics into the existing ALCMS, with the controls modifications to include the capability of selection of either the Guard lights being in service OR the Stop Bar Lights, but not both in service at the same time. The ALCMS will also need to be modified to not a minor relocation in the position of TW B to change TW B between TW A RW 6-24 to TW Z. It will also be necessary to indicate that existing TW A beyond TW B toward RW 6-24 is changed to TW J. It will also require modifications to add new centerline lights on TW B from RW to along TW H for the section of TW H being modified by this project also to add centerline lights on TW B from RW to TW A to existing centerline lights on TW A North. Due to having LED centerline lights being connected to the TW H circuit, LAS/ADB may also need to modify the TW H CCR to Style 2 (5 brightness steps). This item shall include furnishing installing all wiring, cable, conduit, circuit breakers, grounding systems; connecting /or terminating existing control monitoring wires to the new regulator or the combining of loads on existing regulators. This work shall also include the marking labeling of equipment the labeling or tagging of wires; the testing of the installation; the furnishing of all incidentals necessary to place it in operating condition as a completed unit to the satisfaction of the Engineer GENERAL. EQUIPMENT AND MATERIALS a. Airport lighting equipment materials covered by Federal Aviation Administration (FAA) h:\ mht\data\specs_mht\addendum no. 1\l-109 lighting vault_lcarroll.docx

34 Specification No Page L of 5 specifications shall be certified listed under Advisory Circular (AC) 150/ , Airport Lighting Equipment Certification Program. b. All other equipment materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. c. Manufacturer's certifications shall not relieve the Contractor of the Contractor s responsibility to provide materials in accordance with these specifications acceptable to the Engineer. Materials supplied /or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. d. All materials equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment delete non-pertinent data. Submittals for components of electrical equipment systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. e. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans specifications. The Engineer reserves the right to reject any all equipment, materials or procedures, which, in the Engineer s opinion, does not meet the system design the stards codes, specified herein. f. All equipment materials furnished installed under this section shall be guaranteed against defects in materials workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials /or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner RIGID STEEL CONDUIT. Rigid steel conduit fittings shall be in accordance with Underwriters Laboratories Stard FAA-APPROVED EQUIPMENT. Certain items of airport lighting equipment installed in vaults are covered by individual FAA equipment specifications. The specifications are listed below: AC 150/ Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/ Specification for Constant Current Regulators Regulator Monitors CONSTANT CURRENT REGULATOR. This item shall consist of preparing an existing constant current regulator (CCR) cabinet (Regulator Cell kw, formerly served TW J circuit) within the existing line up of switchgear style regulators, originally manufactured by Honeywell later upgraded to Liberty Airport Systems, Inc. ( LAS ) internally, for the new Stop Bar lights. h:\ mht\data\specs_mht\addendum no. 1\l-109 lighting vault_lcarroll.docx

35 Specification No Page L of 5 The preparation will include LAS/ADB programming to convert the CCR to Style 2 (5 brightness steps) to add the new Stop Bar light controls into the existing airfield lighting control monitoring system (ALCMS); the cabinet nameplate shall be replaced accordingly to reflect the proposed changes. This item shall also consist of preparing an existing "empty" constant current regulator (CCR) cabinet (Regulator Cell 9 as the new TW J CCR) within the existing line up of switchgear style regulators, originally manufactured by Honeywell later updated by Liberty Airport Systems, Inc. ("LAS") for the installation of a new 20 KW L-829 CCR, complete with all required breakers, panel mounted components, wiring harness, regulator components, etc. with all interface items to permit control in the same manner as the other existing regulators at this facility in conjunction with the existing airfield lighting control monitoring system (ALCMS). This preparation shall include LAS/ADB programming as required to transfer TW J control output cabling for proper operation by the ALCMS. Provide a new panel nameplate accordingly OTHER ELECTRICAL EQUIPMENT. All regularly used commercial items of electrical equipment not covered by FAA equipment specifications shall conform to the applicable rulings stards of the Institute of Electrical Electronic Engineers or the National Electrical Manufacturers Association. When specified, test reports from a testing laboratory indicating that the equipment meets the specifications shall be supplied. In all cases, equipment shall be new a first-grade product. This equipment shall be supplied in the quantities required for the specific project shall incorporate the electrical mechanical characteristics specified in the proposal plans WIRE. Wire (in conduit) rated up to 5,000 volts shall be per AC 150/5345-7, Specification for L-824 Underground Electrical Cables for Airport Lighting Circuits. For ratings up to 600 volts, moisture heat resistant thermoplastic wire conforming to Commercial Item Description A-A-59544A Type THWN-2 shall be used. The wires shall be of the type, size, number of conductors, voltage shown in the plans or in the proposal. a. Control Circuits. Unless otherwise indicated on the plans, wire shall be not less than No. 12 American wire gauge (AWG) shall be insulated for 600 volts. If telephone control cable is specified, No. 19 AWG telephone cable per ANSI/Insulated Cable Engineers Association (IC) S specifications shall be used TYPE S-1 CUTOUT. The Contractor shall provide a new S-1 cutout for the modified CCR installation for the new Stop Bar lighting circuit. Coordinate position of new cutout with Owner Engineer. CONSTRUCTION METHODS GENERAL. The Contractor shall furnish, install, connect all equipment, equipment accessories, conduit, cables, wires, grounds, support necessary to insure a complete operable electrical distribution system for the airport lighting system as specified herein shown in the plans. The equipment installation mounting shall comply with the requirements of the National Electrical Code local code agency having jurisdiction POWER SUPPLY EQUIPMENT. The Contractor shall verify the electrical requirements of the newly prepared CCR/cabinet, install a new, properly-sized 2-pole (240V rated) feeder circuit breaker (from Phases to minimize phase loading imbalance), compatible with the existing CCR switchgear cabinet.. The Contractor shall install a new circuit breaker at the CCR switchgear cabinet for the regulator, sized as recommended by the regulator manufacturer (not less than 125% of the regulator h:\ mht\data\specs_mht\addendum no. 1\l-109 lighting vault_lcarroll.docx

36 Specification No Page L of 5 ampacity) WIRING AND CONNECTIONS. The Contractor shall make all necessary electrical connections in the vault in accordance with the wiring diagrams furnished as directed by the Engineer. In wiring to the terminal blocks, the Contractor shall leave sufficient extra length on each control lead to make future changes in connections at the terminal block. This shall be accomplished by running each control lead the longest way around the box to the proper terminal. Leads shall be neatly laced in place MARKING AND LABELING. All equipment, control wires, terminal blocks, etc., shall be tagged, marked or labeled as specified below: a. Wire Identification. The Contractor shall furnish install self-sticking wire labels or identifying tags on all control wires at the point where they connect to the control equipment or to the terminal blocks. Wire labels, if used, shall be of the self-sticking preprinted type of the manufacturer's recommended size for the wire involved. Identification -markings designated in the plans shall be followed. Tags, if used, shall be of fiber not less than ¾-inch (13 mm) in diameter not less than 1/32- inch (1 mm) thick. Identification markings designated in the plans shall be stamped on tags by means of smalltool dies. Each tag shall be securely tied to the proper wire by a nonmetallic cord. b. Labels. The Contractor shall stencil identifying labels on the cases of regulators, breakers, distribution control relay cases with white oil paint as designated by the Engineer. The letters numerals shall be not less than 1 inch (25 mm) in height shall be of proportionate width. The Contractor shall also mark the correct circuit designations in accordance with the wiring diagram on the terminal marking strips, which are a part of each terminal block FIELD QUALITY CONTROL. Provide the services of a qualified factory-trained manufacturer s representative to assist the Contractor in installation start-up of the regulator connection to the existing control system components. The manufacturer s representative shall provide technical direction assistance to the Contractor in general assembly of the equipment connections adjustments, participate in testing of the assembly components contained therein. The Contractor shall provide three (3) copies of the manufacturer s field start-up report before final payment is made MANUFACTURER S CERTIFICATION. A qualified factory-trained manufacturer s representative shall certify in writing that the circuit components have been installed, adjusted, tested in accordance with the manufacturer s recommendations. The Contractor shall provide three (3) copies of the manufacturer s representative s certification before final payment is made. METHOD OF MSUREMENT The quantity of vault equipment modifications to be paid for under this item for the work outlined in the description paragraph of this section, except for the work relating to regulator Airport Light Control Monitoring System (ALCMS) upgrades to be performed by Liberty Airport Systems./ ADB Airport Solutions. The measurement of this item will include all non-proprietary vault work, including but not limited to the combination of the modifications of existing circuits, connections of new circuitry to new /or existing regulators. The non-proprietary work shall consist of all labor, h:\ mht\data\specs_mht\addendum no. 1\l-109 lighting vault_lcarroll.docx

37 Specification No Page L of 5 equipment components installed, connected, accepted as a complete unit ready for operation The work relating to the regulator Airport Light Control Monitoring System (ALCMS) upgrades which are to be performed by Liberty Airport Systems/ ADB Airport Solutions for the existing new equipment systems previously installed or being installed under this project are to be paid for under an allowance for the work which is outlined in the description paragraph of this section. The measurement of this upgrade work shall consist of all labor, programming, new regulator all ancillary equipment components installed as part of the modifications, upgrade, testing, other incidental items required for the complete system to be accepted ready for operation. BASIS OF PAYMENT Payment will be made at the contract Lump-Sum price for the completed accepted vault equipment installation. This price shall be full compensation for furnishing all materials for all preparation, assembly, installation of these materials, for all labor, equipment, tools, incidentals necessary to complete the item Payment for the regulator ALCMS upgrades will be made at the actual costs as invoiced by Liberty Airport Systems/ ADB Airport Solutions. There shall be no markup allowed by the Contractor. The invoice price from Liberty Airport Systems/ ASDB Airport Solutions shall be full compensation for furnishing all materials for all preparation, programming, field assembly, installation of any new ancillary materials, for all labor, equipment, tools, incidentals necessary to complete the work for the upgrades to the existing regulators ALCMS. Payment will be made under: Item Description Unit L Installation of Airport Vault Equipment in Place Lump Sum L Regulator ALCMS Upgrade Allowance ($50,000.00) MATERIAL REQUIREMENTS FED SPEC J-C-30 Cable Wire, Electrical (Power, Fixed Installation) (cancelled; replaced by AA Cable Wire, Electrical (Power, Fixed Installation)) END OF SECTION L-109 h:\ mht\data\specs_mht\addendum no. 1\l-109 lighting vault_lcarroll.docx

38

39

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

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

ADDENDUM NO. ONE (1)

ADDENDUM NO. ONE (1) The Wilson Group: 9198-000 Terminal Renovation & Expansion Talbert, Bright & Ellington: 3309-1701 May 14, 2018 Date: May 14, 2018 ADDENDUM NO. ONE (1) RE: From: To: The Wilson Group PO Box 5510 Charlotte,

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

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

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

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

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

August 22, Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA

August 22, Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA August 22, 2016 Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA RE: Hammond Northshore Regional Airport Runway 18-36/13-31 Runway Intersection

More information

City of Newnan, Georgia

City of Newnan, Georgia City of Newnan, Georgia Invitation to Bid Mill & Resurfacing of Various Streets- 2017 Issue Date: May 25, 2017 Issued By: Inquiries: Proposals Due: Bid Opening: City of Newnan Public Works Department 25

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

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

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

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

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) MBE Planned Utilization (Form 375-040-24) Performance Bond (Form 375-040-27) Bid Opportunity List (From 375-040-62) 1 DRUG-FREE

More information

2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B DD Job No.:

2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B DD Job No.: 2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B-13-015-DD Job No.: 13-4003 ADDENDUM #1 March 18, 2013 This addendum, applicable to work referenced above,

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

HILLSBOROUGH COUNTY AVIATION AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY HILLSBOROUGH COUNTY AVIATION AUTHORITY PART 2 SUPPLEMENTAL CONTRACT CONTRACT FOR DESIGN-BUILD SERVICES BETWEEN HILLSBOROUGH COUNTY AVIATION AUTHORITY AND CONE & GRAHAM, INC. TAXIWAY J BRIDGE RECONSTRUCTION

More information

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT CPL 14064.08 BID FORM SECTION 00 300-1 BID FORM BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) PROJECT DESCRIPTION: The project consists of the construction of a sidewalk and associated grading,

More information

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT ATTACHMENT E REPRESENTATIONS, CERTIFICATIONS, ACKNOWLEDGEMENTS AND AFFIDAVITS Page 2 of 10 REPRESENTATIONS, CERTIFICATIONS, ACKNOWLEDGMENTS,

More information

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following: Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and

More information

Field 6 Fence Phase 1

Field 6 Fence Phase 1 City of Bishop, California Bidding Information and Contract Documents for Field 6 Fence Phase 1 in the City of Bishop, County of Inyo, California 22 June 2017 Approved: David Grah Director of Public Works

More information

NORFOLK AIRPORT AUTHORITY NORFOLK, VIRGINIA MARCH 31, 2017

NORFOLK AIRPORT AUTHORITY NORFOLK, VIRGINIA MARCH 31, 2017 NORFOLK AIRPORT AUTHORITY NORFOLK, VIRGINIA MARCH 31, 2017 PROJECT: Airfield Pavement Rehabilitation and Repairs Phase II Norfolk International Airport Norfolk, Virginia ADDENDUM No.2 to Bid Documents

More information

PROJECT MANUAL BID FORMS. Taxiways P and P7 Drainage Improvements CONTRACT NO Issued for Bid August 25, 2014

PROJECT MANUAL BID FORMS. Taxiways P and P7 Drainage Improvements CONTRACT NO Issued for Bid August 25, 2014 PROJECT MANUAL Taxiways P and P7 Drainage Improvements CONTRACT NO. 201416594 BID FORMS Issued for Bid August 25, 2014 CITY & COUNTY OF DENVER DEPARTMENT OF AVIATION DENVER INTERNATIONAL AIRPORT BID FORMS

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

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

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

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

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

PROJECT MANUAL BID FORMS. Runway 17L-35R Complex Pavement and Lighting Rehabilitation CONTRACT NO Issued for Bid October 28, 2014

PROJECT MANUAL BID FORMS. Runway 17L-35R Complex Pavement and Lighting Rehabilitation CONTRACT NO Issued for Bid October 28, 2014 PROJECT MANUAL Runway 17L-35R Complex Pavement and Lighting Rehabilitation CONTRACT NO. 201417577 BID FORMS Issued for Bid October 28, 2014 CITY & COUNTY OF DENVER DEPARTMENT OF AVIATION DENVER INTERNATIONAL

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

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

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER DENVER INTERNATIONAL AIRPORT BID FORMS CONTRACT NAME: Contract No.: 201206054 BID LETTER BIDDER Manager of Aviation City and County of Denver Business Management Services (Procurement) Office Airport Office

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

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

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET:

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET: MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO 45459 PHONE: 937-428-8887 / FAX: 937-438-8569 / INTERNET: www.mvcc.net STANDARD CONDITIONS FOR COMPETITIVE BIDDING 1. All

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

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

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

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

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

Project Manual. For. Peachtree City LMIG Paving Projects for 2017 Project Manual For Peachtree City LMIG Paving Projects for 2017 SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

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

BIDDING AND CONSTRUCTION STANDARDS

BIDDING AND CONSTRUCTION STANDARDS BIDDING AND CONSTRUCTION STANDARDS May 2004 TABLE OF CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS BID BID BOND AGREEMENT CONTRACT PERFORMANCE BOND STATUTORY BOND APPOINTMENT OF PROCESS AGENT FORM

More information

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a Solicitation No. B-09-071-RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as 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

Demolition of Water Ground Storage Tanks

Demolition of Water Ground Storage Tanks Demolition of Water Ground Storage Tanks BID DOCUMENTS October 2014 Table of Contents DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018.

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018. INVITATION TO BID The Crested Butte Fire Protection District (hereinafter referred to as the Owner) will receive bids at the office of the Owner s office located at 306 Maroon Avenue, Crested Butte, Colorado

More information

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services...

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services... TABLE OF CONTENTS 2016 Edition PROJECT NAME: SCC - Cherokee Campus - 2017 Sidewalk Improvements PROJECT NUMBER: H59-D891-01-A SECTION NUMBER OF PAGES Table of Contents... 1 SE-310, Invitation for Construction

More information

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org Addendum 1 Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR 97478-6302 541-736-4544 willamalane.org DATE: March 29, 2018 PROJECT: Kelly Field Turf Replacement OWNER: Willamalane

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

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

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

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org September 11, 2012 Ladies and Gentlemen: The City of Peachtree City will

More information

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR THE CONSTRUCTION OF THE CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER BID READY NOVEMBER 14, 2018 Prepared By: WILLIAMS CIRCLE LOW PRESSURE SEWER

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

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

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

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as Job No. 07-7003 Water Transmission Main Rogers Ranch to I.H. 10 Project Solicitation No. B-10-050-DD BID PROPOSAL PROPOSAL OF, a corporation, a partnership consisting of an individual doing business as

More information

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018 NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS & CITY OF ALLEGAN MARCH 21, 2018 BOARD OF COUNTY ROAD COMMISSIONERS OF ALLEGAN COUNTY, MICHIGAN 1308 Lincoln Road,

More information

BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner).

BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner). BID PROPOSAL PLACE: RM Builders 3441 W. 46 th Street Muskogee, OK 74401 BID PACKAGE #: DATE: Proposal of (hereinafter called Bidder) a corporation, organized and existing under the laws of the State of

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS Board Date: August 3, 2017 HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO Software

More information

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES APPENDICES 53 Appendix 1-1 Agreement Form This Agreement made the...day of...20...between...of...hereinafter called the Employer and...of...hereinafter called the Contractor of the other part. Whereas

More information

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT PROJECT NAME: PROJECT NO.: COUNTY: UTILITY COMPANY: THIS AGREEMENT, made and entered into by and between the Department of Transportation,

More information

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

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

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

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

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

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

LOUISIANA UNIFORM PUBLIC WORK BID FORM

LOUISIANA UNIFORM PUBLIC WORK BID FORM LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: Jefferson Parish Sheriff s Office 1233 Westbank Expressway, Room 411 Harvey, LA 70058 (Owner to provide name and address of owner) BID FOR: (Owner to provide

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

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County, Specifications and Bid Forms for Riprap at Bridge Berm Structure #68-134-120 44138 303 rd Street, Yankton South Dakota, Yankton County, 57078 For Yankton County Highway Department 3302 W City Limits Road

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

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

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL II. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL ITEM NO. 1: Page P-1, Proposal DELETE the Proposal (pages P-1 through P-9) in its entirety and REPLACE with the attached Proposal (pages P-1R

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. AGREEMENT made as of the day of, 201. BETWEEN the Owner:

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

UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS

UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS ARTICLE NO. TITLE PAGE 1. DEFINITIONS IB 2 3 2. BIDDERʹS REPRESENTATION IB 3 3. BIDDING DOCUMENTS

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

TABULATION OF BIDS 1 L.S. $ 5, $ 5, $ 27, $ 27,000.00

TABULATION OF BIDS 1 L.S. $ 5, $ 5, $ 27, $ 27,000.00 TABULATION OF BIDS Jesse Viertel Memorial Airport Boonville, Missouri Bids Received: 6/12/2018 Lochner Job No.: 000011332 RECONSTRUCT RUNWAY 1836, NORTH CONNECTING TAXIWAY AND TURNAROUND REPLACE EXISTING

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2013-01 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT APRIL 2013 1 INVITATION TO BID Sealed Bids will be received

More information

INVITATION TO BID CONSTRUCTION ELECTRICAL DISTRIBUTION On behalf of The City of Egegik

INVITATION TO BID CONSTRUCTION ELECTRICAL DISTRIBUTION On behalf of The City of Egegik INVITATION TO BID 15102 CONSTRUCTION ELECTRICAL DISTRIBUTION On behalf of The City of Egegik January 2015 Egegik Electrical Distribution Upgrades ITB-15102 Page 1 of 182 This page is blank intentionally.

More information

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB)

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB) Page 1 of 7 THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB) REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL AIRPORT ENGINEERING SERVICES Sanford Airport Authority 1200 Red Cleveland

More information

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL Bidders submitting proposals shall be very careful to follow all requirements in connection therewith. A checklist has been attached for guidance in complying with all phases of the bid process and project.

More information

Project Manual. For Glenloch Splash Pad And Pool Renovations

Project Manual. For Glenloch Splash Pad And Pool Renovations Project Manual For Glenloch Splash Pad And Pool Renovations SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

More information

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned

More information

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

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