On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D. for

Size: px
Start display at page:

Download "On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D. for"

Transcription

1 County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE City of Pittsburgh LUKE RAVENSTAHL MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D for REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) SPECIFICATION NO This Invitation for Bid contains requirements for bidders to assist the County in meeting its Minority, Women, Disadvantaged Business Entity goals. Therefore, bidders must document their plan or good faith efforts to meet those goals. Please see the M/W/DBE Requirements contained within, complete the Participation Statement and submit electronically with your bid. DUE DATE: BID SUBMITTAL: PERIOD OF CONTRACT: Wednesday, February 20, 2013, 11:30 A.M. All bids must be submitted electronically. No bids shall be accepted in person, by U.S. Mail, by private courier service, via oral or communication, telephone or fax transmission. April 1, 2013 through March 31, 2014 with one year option to renew. Dennis Madoni Purchasing Agent DMadoni@AlleghenyCounty.us

2 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE 206 COURTHOUSE 436 GRANT STREET PITTSBURGH, PA PHONE (412) FAX (412) JERRY TYSKIEWICZ DIRECTOR JOHN DEIGHAN, CPCP CHIEF PURCHASING OFFICER This Invitation for Bid is issued by the County of Allegheny on a cooperative basis with the City of Pittsburgh. You are advised that both public organizations may be ordering from the resultant contract throughout its term.

3 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE 206 COURTHOUSE 436 GRANT STREET PITTSBURGH, PA PHONE (412) FAX (412) JERRY TYSKIEWICZ DIRECTOR JOHN DEIGHAN, CPCP CHIEF PURCHASING OFFICER Dear Bidder: Enclosed is Allegheny County and the City of Pittsburgh s Invitation for Bid (IFB) for REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED). I ask that you please read the entire document and decide if you would like to submit a bid for the County and City s requirements. Allegheny County, with a population of approximately 1.3 million, is the second largest county in the State, and effective January 1, 2000 is a Home Rule county with an elected Chief Executive, an appointed County Manager and a 15-member County Council. The Allegheny County Division of Purchasing and Supplies has taken a leadership role in public purchasing with a competent, professional and experienced staff who is committed to fair and open competition. We appreciate your interest in this solicitation and look forward to your participation. There are three sections to this IFB: 1) your Bid, 2) the Specifications and 3) the Instructions to Bidders. All three sections will be incorporated into any resultant contract. There are several things that will assist the County in processing and evaluating your bid, therefore it is important that all bidders: Submit a bid electronically. Hardcopy, or facsimile submittals will not be accepted. If your company is not currently registered to submit bids electronically please visit and select supplier registration or call Complete and submit all attachments electronically with your bid. ie. MWDBE Plan or Waiver, Vendor Creation Form, W9 Form, all other documents relevant to the solicitation. Be sure that you submit your bid before the opening date and time as stated on the cover page. Provide points of contact. If a bid bond is required, make sure it is in the correct amount and properly signed. Be sure you have affixed the corporate seal. Be sure the bid has pricing submitted with decimal points. Indicate whether other government agencies are permitted to purchase under this Contract. Sincerely, John Deighan, CPCP Chief Purchasing Officer Revised 12/30/2010

4 NO BID SHEET SPECIFICATION #7034 REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) If your firm has chosen not to submit a bid for this IFB, please complete this form and fax or mail to: County of Allegheny Division of Purchasing and Supplies Room 206 Courthouse 436 Grant Street Pittsburgh, PA (412) Fax Please check all items that apply: [ ] Do not sell the item(s) required. [ ] Cannot be competitive. [ ] Cannot meet the Specifications highlighted in the attached Bid. [ ] Cannot provide the Insurance required. [ ] Cannot provide Performance Bond required. [ ] Cannot comply with County Instructions to Bidders. [ ] Job is too large. [ ] Job is too small. [ ] Cannot hold pricing for entire contract period. [ ] Past problems with the County of Allegheny/City of Pittsburgh. Please Explain: [ ] County / City payment process is too slow. Please circle one or both. [ ] Do not wish to do business with the County / City. Please circle one or both. [ ] Other reason. Please Explain: COMPANY NAME: CONTACT: PHONE #

5 DM/2/13 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES ROOM 206 COURTHOUSE B I D FOR REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) Spec. #7034 In accordance with the attached Specifications, Instructions to Bidders, and drawings, we (or I) propose to furnish and DELIVER F.O.B. Point of Delivery, REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) to the City of Pittsburgh and the County of Allegheny at the prices referenced on the electronic bid submitted by our/my organization. WORKSHEET FOR REFERENCE PURPOSES ONLY PRICING MUST BE SUBMITTED ONLINE OR BID WILL NOT BE ACCEPTED UNDER ANY CIRCUMSTANCES LINE ITEM # ITEM ITEMS OF WORK APPROX QTY. UNIT #1 C-1 REPAVING WITH R.C. STREET PAVEMENT 8 THICK CITY CL, PP CONCRETE 1,500 SQ. YDS. SQ. #2 C-2 REPAVING WITH R.C. STREET PAVEMENT 10 THICK CITY CL, PP CONCRETE 250 YDS. #3 C-3 REPAVING WITH 6 R.C. STREET PAVEMENT CONCRETE SQ. (DRIVEWAYS) 50 YDS. #4 C-4 REPAVING WITH BITUMINOUS WEARING COURSE 10 TONS #5 C-5 REPAVING WITH BITUMINOUS BINDER COURSE 10 TONS #6 C-6 CONCRETE DECK CURB 300 LIN. FT. #7 C-7 CONCRETE RADIUS DECK CURB 30 LIN. FT. #8 C-8 CONCRETE ROLLED DECK CURB 100 LIN. FT. #9 C-9 CONCRETE RADIUS ROLLED DECK CURB 10 LIN. FT. #10 C-10 CONCRETE CURB 100 LIN. FT. #11 C-11 CONCRETE RADIUS CURB 10 LIN. FT. #12 C-12 SUB-BASE FOR STREET PAVEMENT CU. 500 YDS. #13 C-13 CONCRETE SIDEWALK SQ. 100 YDS. #14 C-14 STEEL REINFORCEMENT (ADDITIONAL) 30 LBS. #15 C-15 FIBRE EXPANSION JOINT MATERIAL3/4 SQ. 100 FT.

6 BID for REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) SPEC# 7034 PAGE 2 of 2 LINE ITEM # ITEM ITEMS OF WORK APPROX QTY. UNIT #16 C-16 FIBRE EXPANSION JOINT MATERIAL1/2 SQ. 300 FT. #17 C-17 EXTRA CONCRETE CITY CL. PP CU. 15 YDS. #18 C-18 REPAVING WITH R.C. STREET PAVEMENT 8 THICK CL, H.E.S. SQ. SUPER CONCRETE 150 YDS. #19 C-19 REPAVING WITH R.C. STREET PAVEMENT 10 THICK CL, H.E.S. SUPER CONCRETE 140 SQ. YDS. #20 C-20 DOWEL BARS (AS DIRECTED) 250 LBS. #21 C-21 SAW CUTTING (AS DIRECTED) LIN. 250 FT. #22 C-22 GRADING AND SPOIL (ADDITIONAL) 10 CU. YDS #23 C-23 BORROW (APPROVED GRAN. MATERIAL) 10 TONS #24 C-24 CRUSHED AGGREGATE 10 TONS #25 C-25 HANDICAP RAMPS 4 DEPTH W/TRUNCAT. DOMES 30 SQ. YDS. #26 C-26 HANDICAP RAMPS 6 DEPTH W/TRUNCAT. DOMES 30 SQ. YDS. #27 C-27 ALTERATION AND ADJUSTMENT OF SEWER CASTINGS & WATER CASTINGS 30 EACH #28 C-28 GEOTEXTILE FABRIC AS DIRECTED SQ. 100 YDS. #29 C-29 MINOR TRAFFIC MAINT. (MUP $200) PER 50 DAY #30 C-30 MAJOR TRAFFIC MAINT. (MUP $750) PER 8 DAY PERIOD OF CONTRACT: APRIL 1, 2013 THROUGH MARCH 31, 2014 WITH ONE YEAR OPTION TO RENEW. The use of the name of a manufacturer or of any special brand or make in describing an item does not restrict bidders to that manufacturer. The means or the method used is simply to indicate the character or quality of the articles desired; however, the articles on which bids are submitted must be of such character or quality that they will serve the purpose for which they are to be used equally as well as that specified. If bidding on other than the make, model or brand specified the manufacturer's name and catalogue reference must be given. IF THESE SPECIFICATIONS ARE NOT CLEAR, OR YOU FEEL THEY ELIMINATE COMPETITIVE BIDDING IN AN UNFAIR AND UNNECESSARY MANNER, YOU MAY OBTAIN A BID PROTEST FORM BY CALLING or ON THE COUNTY S WEB SITE THE BID PROTEST FORM MUST BE COMPLETED AND RETURNED TO THE PURCHASING DIVISION, ROOM 206 COURTHOUSE, PITTSBURGH, PA OR FAX , BY 12:00 P.M. ON THE MONDAY BEFORE THE BIDS ARE TO BE OPENED.

7 DM/2/13 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES ROOM 206 COURTHOUSE S P E C I F I C A T I O N S FOR REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) GENERAL INSTRUCTIONS TO SUPPLIERS Spec. #7034 Purpose of Invitation for Bid Separate and sealed Bids will be received electronically until 11:30 A.M., prevailing time, Wednesday, February 20, 2013, and will be publicly opened at 11:30 A.M., prevailing time, Wednesday, February 20, 2013 in the presence of the Chief Purchasing Officer of the Division of Purchasing and Supplies, or his designee, in Conference Room #1, first Floor of the Allegheny County Courthouse, Pittsburgh, PA for REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED). SPECIFICATIONS I. Concrete pavement and curb repair, replacement and renovation, etc. (To include any such work involved with maintenance, repair and rehabilitation of City property and related areas). II. C-items as listed herein: A. All labor, tools, machinery and material required to complete the contingency items of work shall be included in the submitted unit bid price on each item of work. All items listed are considered c-items in this contract. B. Mobilization (truck/trailer/etc.) And attendance of project related meetings shall be considered incidental to the contingency items of work, and those costs shall be included in each of the various items of work. C. The estimated quantities listed in each section are approximations for the purpose of evaluating low bidder(s) and shall not be construed as an accurate approximation of quantities to be handled under this contract. The City of Pittsburgh reserves the right to order more or less than the quantities listed at the price stipulated. D. This contract shall cover all the concrete repair work of this type to be done within all departments of the Public Works divisions. E. Contractor must demonstrate the ability to assign a fully experienced, competent work crew for which an award is received. F. The City of Pittsburgh is soliciting pricing for each of the three (3) contract years indicated. Contractors may bid one, two or three years at their sole discretion; the city reserves the right to award this contract for a term of one, two or three contract years, at the discretion of the director, department of finance. The successful bidder will be advised of such decision at the time of initial award notification. III. Wages: The contractor agrees to comply with the Davis Bacon act wage rates (attached).

8 SPECIFICATIONS for REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) SPEC#7034 PAGE 2 of 10 IV. Note to Bidders: The City of Pittsburgh bid and general contract conditions (1984), revised June 2002, attached herein, shall apply where applicable. Bonding required in information to bidders shall prevail, unless otherwise indicated. All premiums shall be paid by contractors insurance for this contract, only, shall be as follows: A. General liability single limit of bodily injury & property damage combined: $1,000, each occurrence $1,000, aggregate The City of Pittsburgh must be listed as additional insured on the insurance certificate. Insurance coverage must be an occurrence policy. Claims made policies are not acceptable. B. Worker s compensation statutory limits. C. Automotive liability insurance minimum requirements: $500,000 for each individual occurrence, and $1,000,000 in aggregate coverage. V. Award of Contract A. The City of Pittsburgh is soliciting pricing for the contract year indicated. The city reserves the right to award this contract for a term of one or two contract years, at the discretion of the director, department of finance. The successful bidder will be advised of such decision at the time of initial award notification. B. An award of this contract shall be made to the overall total low bidder. C. It is not the intent of the City of Pittsburgh to award separate contracts for individual items, but as outlined above or, on a total low bid basis. D. The City of Pittsburgh reserves the right to award this contract in its sole, best interests. VI. Aggregate Restriction Do not use slag as subbase, coarse aggregate for pipe trench backfill, selected borrow, selected borrow excavation structure backfill-or any item where the aggregate is directly below pavement of any type, unless otherwise indicated. VII. Air Pollution Control Follow the Allegheny County health department s rules and regulations, Article XX, adopted January 1, 1981, and, its latest revisions concerning air pollution control. VIII. Details and Dimension The details shown on the contract plans were made to conform with existing measurements with the idea of making the material fit the situation as it exists in the field. It is the contractor s responsibility to verify the dimensions in the field and make the necessary adjustments to insure the correct fit of all the materials. IX. Utility Notification Verify and locate all existing utilities prior to starting work, and conduct operations in a manner which ensures the utilities will not be disturbed or endangered and assume full responsibility for any damage to utilities during construction. Contact the Pennsylvania One-Call System, Inc. At not less than three (3) or more than ten (10) working days before starting any moving of earth.

9 SPECIFICATIONS for REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) SPEC#7034 PAGE 3 of 10 X. Access to Adjoining Property The contractor shall provide suitable access to adjoining private property where, in his operations, he interfered with entrances that existed before he began work; new entrances shall be built and maintained in a substantial and safe condition by the contractor and be subject to the approval of the director XI. Existing Conditions The contractor shall construct the proposed work to smoothly align with existing conditions. XII. Bonding Requirements: A. If the total amount bid for all years of the contract should meet or exceed $200,000.00, then a Bid Bond shall be required and must be submitted with the bid document. Said Bid Bond shall be equal to no less than 10% of the total bid submitted for the first contract year only. B. If the total amount awarded should meet or exceed $100, than an automatic annually renewable Performance Bond equal to no less than 10% of the face value of the contract is required for each year of the contract. C. The director of the Department of Finance reserves the right to increase bonding requirements as the director deems necessary for the best interests of the City of Pittsburgh. XIII. Off-Duty Police Officers If required by the City for traffic control, the documented charges will be reimbursed by the City. Please be advised that all contractors must, at a minimum, adhere to the pay scale of the then-current Fraternal Order of Police lodge #1 contract. Plans and Specifications All work done and material furnished under this contract shall be in accordance with the contract plans, the general contract conditions, and the standard specifications for materials and construction dated November 1938, together with supplements and revisions thereto, dated march 1962; supplemental specifications for concrete pavement and base course, dated march 1978; supplemental specifications for bituminous mixtures, revised 1978; current standards for construction of the City of Pittsburgh and Pennsylvania Department of Transportation and these supplemental specifications. Contract Pay Items C-1 Repaving with R.C. Street pavement 8 thick city CL PP Payment for this item to be made at the unit bid price per square yard for constructing R.C. street pavement 8 thick. Payment at the unit price bid shall be full compensation for furnishing all labor, equipment & material necessary for removing existing concrete slabs and application of protective coatings and joint sealing material. Separate payment will be made for premolded bituminous expansion joint material which will be considered incidental. C-2 Repaving with R.C. Street pavement 10 thick CL PP Payment for this item to be made at the unit bid price per square yard for constructing R.C. street pavement 10 thick. Payment at the unit price bid shall be full compensation for furnishing all labor, equipment & material necessary for removing existing concrete slabs and application of protective coatings and joint sealing material. Separate payment will be made for premolded bituminous expansion joint material which will be considered

10 SPECIFICATIONS for REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) SPEC#7034 PAGE 4 of 10 incidental. C-3 Repaving with R.C. Street pavement 6 thick CL PP (driveways) Payment for this item to be made at the unit bid price per square yard for constructing R.C. street pavement 6 thick (driveways), including sub-base. Payment at the unit price bid shall be full compensation for furnishing all labor, equipment and material necessary for removing existing concrete slabs, removal of all subbase or subgrade material to a depth of 4", and application of protective coatings and joint sealing material. No separate payment will be made for the premolded bituminous expansion joint material which will be considered incidental. C-4 Repaving with Bituminous Wearing Course and C-5 Repaving with Bituminous Binder Course If it becomes necessary in the course of the contract to place bituminous surfacing materials, the contractor shall, as ordered by the director, purchase the bituminous materials from commercial sources. The contractor shall furnish all his own equipment and labor to haul and place all materials. The contractor shall furnish tack coat and sealing materials. The cost of tack coat and sealing materials, as well as their applications, shall be included in other items of work and no separate pay item shall be made for such materials and work. Duplicate load slips of bituminous material must be provided for each truck load and submitted to the project inspector. Each slip must be stamped with the time the truck was loaded at the plant site. Asphalt binder and surface material are to be type id2-a. The contractor shall do all the final resurfacing or repaving of streets or roads and gutters over excavations that he has made and shall be responsible for relaying paving surfaces of roadbed that have failed or been damaged at any time before the termination of the maintenance period on account of work done by him at no additional payment. The bituminous surfacing to be laid shall be type id-2 and/or id-2-a in thickness, (1 ½ of binder and 1 ½ topping) unless otherwise ordered by the director, and be laid in accordance with section 557 of the standard specification for materials and construction, except as otherwise stipulated herein. Measurement for payment shall be based on tons of asphalt used to complete road or street restoration to finished grade. Transportation and installation shall be included under each item. C-6 Concrete Deck Curb C-7 Concrete Radius Deck Curb C-8 Concrete Rolled Deck Curb C-9 Concrete Radius Rolled Deck Curb C-10 Concrete Curb C-11 Concrete Radius Curb Payment made at the unit bid price shall be full compensation for the curb complete in place, including all steel reinforcement in place, excavation below curb grade, broken stone drains under, in front of, and in back of curb, backfilling in back of curb, excavation and disposal of excavated material, furnishing and sowing of grass seed, in

11 SPECIFICATIONS for REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) SPEC#7034 PAGE 5 of 10 conformity with requirements of section 513. The quantity measured for compensation for the different types of radius curb shall include the required tangents at the end of the radius curb where same are required on the contract plans or ordered by the director in the field. C-12 Sub-base for Street Pavements Payment for this item to be made at the unit price bid per cubic yard for excavation of unsuitable material and placement of suitable sub-base material (2a, 2b air cooled slag) at a depth of 6 compacted. Payment at the unit bid price will be full compensation for furnishing all labor, equipment and material to complete the work. Duplicate slips must be provided to inspector for all subbase material used. C-13 Concrete Sidewalk Payment for this item shall be made at the unit price bid per square yard for complete in place, including excavation between sub-grade and finished surface, the furnishing and placing of approved sub-base material, (2b limestone or river gravel) construction of joints as specified by the City of Pittsburgh s standards of construction; planks and walks for accommodation of the public and for access to private properties, and disposal of surplus excavation. Therefore, no separate payment will be made for premolded bituminous expansion joint material which will be considered incidental. C-14 Steel Reinforcement (additional) Payment for this item shall be made at the unit price bid per pound for additional epoxy-coated, or, galvanized steel reinforcement as directed. Payment at unit bid price shall be full compensation for furnishing labor, equipment and material necessary for placement. C-15 ¾ Fibre Expansion Joint Material Payment for this item to be made at the unit price bid per square foot for placement of ¾ fibre expansion joint material for R.C. street pavement as required by the City of Pittsburgh s specifications and standards of construction. Payment at the unit bid price shall be full compensation for furnishing all labor, equipment & materials necessary for placement, as ordered by the director, in areas it is not incidental to other items of work. C-16 ½ Fibre Expansion Joint Material Payment for this item to be at the unit price per square foot for placement of 1.2 fibre expansion joint material for sidewalks and curbs as required by the City of Pittsburgh s specifications and standards of construction. Payment at the unit bid price shall be full compensation for furnishing all labor, equipment and material necessary for placement, as ordered by the director, in areas it is not incidental to other items of work. C-17 Extra Concrete City CL PP Extra concrete shall be all miscellaneous concrete not shown on the contract plans or which cannot be properly classified under other items of work included in the contract that is constructed in conformity with orders given in the field. However, when specially stipulated on contract plans or in supplemental specifications, concrete construction shown on the contract plans shall be included for payment at contract unit price for this item. Unless otherwise stipulated, concrete construction done under this item shall conform to the requirements of the contract governing class pp concrete and payment made at the contract unit price shall be full compensation for the concrete construction complete in place including forms, tooling, finish, construction joints and labor required to provide proper workmanship for the type of structure involved. C-18 Repaving with R.C. Street Pavement 8 Thick CL H.E.S. Super Special Concrete Payment for this item shall be made at the unit price bid per square yard for constructing R.C. street pavement 8

12 SPECIFICATIONS for REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) SPEC#7034 PAGE 6 of 10 thick using H.E.S. super special concrete. Payment at the unit price bid shall be full compensation for furnishing all labor, equipment and material necessary for removing and replacing existing concrete slabs and application of protective coating and joint sealing material. No separate payment will be made for premolded bituminous expansion joint material which will be considered incidental to this item. C-19 Repaving with R.C. Street Pavement 10 Thick CL H.E.S. Super Special Concrete Payment for this item shall be made at the unit price bid per square yard for constructing R.C. street pavement 10 thick using H.E.S. super special concrete. Payment at the unit price bid shall be full compensation for furnishing all labor, equipment and material necessary for removing and replacing existing concrete slabs and application of protective and sealing material. No separate payment will be made for premolded bituminous expansion joint material which will be considered incidental to this item. C-20 Dowel Bars (as directed) Where new epoxy-coated, or, galvanized dowel bars are to be used for tying the existing roadway slab to the new roadway, the size and spacing of bars will conform to table b on sheet no. 2 of the standard details of construction for street pavement. Payment made at the unit price bid shall be full compensation for furnishing all labor, equipment and material for drilling of holes, placing and grouting of dowel bars into existing concrete roadway slab. Note: new roadway slab to new roadway slab dowel bars are included under the various repaving with R.C. street pavement items. C-21 Saw-Cutting (as directed) Payment for this item shall be made at the unit price bid per linear foot for saw-cutting as directed. C-22 Grading and Spoil (additional) Payment made at the unit price bid per cubic yard for grading and spoil shall be full compensation for removal and disposal of unsuitable existing material as ordered by the director in the field. This item will be used in areas which were not considered incidental to other items. C-23 Borrow (approved granular material) C-24 Crushed Aggregate Payment made at the unit price bid per ton shall be full compensation for the furnishing and installation of crushed limestone, or, other approved granular material. The granular material shall be compacted in layers not exceeding 4 inches, and in accordance with instructions of the director. C-25 Handicap Ramps (4 depth) W/ Truncated Domes. C-26 Handicap Ramps (6 depth) W/ Truncated Domes. Where handicap ramps are to be constructed they shall be constructed in conformance with the City of Pittsburgh s standards for construction, DWG #2, fol. M-17. Payment made for handicap ramps shall be at unit bid price per square yard and by the applicable concrete curb item. C-27 Alteration and Adjustment Sewer Castings and Water Castings Payment made at the unit price bid per each for adjustment of casting under item C-27 shall be full compensation for raising or lowering city owned, or, P.W.S.A. catch basins, water castings, inlets and manhole castings, and resetting same on a cement mortar bed, and in accordance with instructions of the director.

13 SPECIFICATIONS for REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) SPEC#7034 PAGE 7 of 10 C-28 (As Directed) Payment per Square Yard of the Type and Size Specified by the Director C-29 Minor Traffic Maintenance The contractor will provide, erect and maintain substantial and approved barricades and warning lights, in accordance with section 3.38 of the general contract conditions and/or as directed by the director. The contractor will provide wooden crosswalks for pedestrian traffic to bypass or bridge over said work (as directed). Traffic protection devices paid under this item shall not exceed 60 drums with type a warning lights, 4 type III barricades, 6 regulatory signs and 200 pedestrian fence. This item shall include all labor, materials and general equipment that is necessary to provide acceptable maintenance and protection of vehicular and pedestrian traffic controls in accordance with these specifications. C-30 Major Traffic Maintenance Major traffic control will apply generally where shutting down more than one lane of traffic, or where more than two sign boards and/or flagmen are necessary to control traffic, or as directed. This item shall include all labor, materials and general equipment that is necessary to provide acceptable maintenance and protection of vehicular and pedestrian traffic control in accordance with these specifications. Payment for maintenance and protection of traffic during construction shall be on unit price bid per day. The contractor shall provide a breakdown by work location of the price bid for the purpose of partial payment. The contractor shall provide, erect and maintain substantial and approved barricades and warning lights in accordance with contract specification and section 3.38 of the general contract conditions and/or as directed by the City of Pittsburgh s traffic division. Addenda and Modifications Any changes, additions, deletions, or clarifications to the IFB are made by Bulletins (addenda). Any supplier in doubt as to the true meaning of any part of the IFB may request any interpretation thereof from the Issuing Office. At the request of the supplier, or in the event the Issuing Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Issuing Office. Such addendum issued by the Issuing Office will be sent to all suppliers receiving the original IFB and will become part of the IFB having the same binding effect as provisions of the original IFB. No verbal explanations or interpretations will be binding. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the Issuing Office no later than seven (7) days prior to the IFB due date. All addenda, bulletins, and interpretations of this solicitation shall be in writing. Any amendment or interpretation that is not in writing shall not legally bind the County. Only information supplied by the Issuing Office in writing or in this IFB should be used in preparing bids. All contact that a supplier may have had before or after receipt of this IFB with any individuals, employees, or representatives of the County and any information that may have been read in any news media or seen or heard in any communications facility regarding this IFB should be disregarded in preparing responses. The County does not assume responsibility for the receipt of any addendum sent to suppliers. A copy of all addenda issued must be signed and submitted with your electronic bid. Clarification of Requirements It is the intent and purpose of the County that this IFB encourage competitive bids. It shall be the supplier s responsibility

14 SPECIFICATIONS for REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) SPEC#7034 PAGE 8 of 10 to advise the Issuing Office if any language, requirements, or any combination thereof, inadvertently restricts or limits the requirements stated in this IFB to a single source. Such notifications must be submitted in writing and must be received by the Issuing Office no later than seven (7) days prior to the due date. A review of such notification will be made. Conflict of Interest The supplier shall not accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the County. By submitting their bid, the supplier certifies and represents to the County that the supplier has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantaged, information, recipient s decision, opinion, recommendation, vote or any other exercise of discretion concerning this IFB. Bid Submission Bidders are required to submit bids electronically via No bids shall be accepted in person, by U.S. Mail, by private courier service, via oral or e/mail communication, telephone or fax transmission. PERIOD OF CONTRACT: APRIL 1, 2013 THROUGH MARCH 31, 2014 WITH ONE YEAR OPTION TO RENEW. OPTION TO EXTEND The Division of Purchasing and Supplies, reserves the right, upon notice to the supplier, to extend the Contract or any part of the Contract for up to three (3) months, upon the same terms and conditions after the indicated expiration date as described in the Contract. This will be utilized to prevent a lapse in Contract coverage for the goods or services indicated on the Contract, and only for the time necessary to enter into a new Contract. When applicable, an extension notice will be issued defining the exact extension of the Contract; all other terms and conditions of the extended Contract will remain in full force and effect. CITY OF PITTSBURGH & COUNTY AUTHORITY USAGE Notwithstanding that, bids have been solicited and let in the name of the County of Allegheny; any of its authorities as well as the City of Pittsburgh may purchase any item of personalty under a County contract to be awarded to the bidder. The bidder agrees to deliver any materials ordered by its authorities as well as the City of Pittsburgh. The County, however, shall not be liable to the bidder by reason of such purchases since the permission granted to buy under existing contracts by the County is for convenience of the other public bodies who shall be deemed to have made contracts in their own names, using the contract procedures of the County solely to satisfy existing requirements of law relating to purchases by public bodies. Veteran Owned Small Business Allegheny County and the City of Pittsburgh have an annual goal of not less than five (5) percent participation by veteran-owned small businesses in all contracts. The participation goal shall apply to the overall dollar amount expended with respect to contracts. The County and City, therefore, requires that all prospective Contractors demonstrate good faith efforts to obtain the participation of veteran-owned small businesses in work to be performed under County and City contracts. In order to demonstrate this good faith commitment, all prospective Contractors are required to complete and submit with their bids an MBE/WBE/Veteran Owned Solicitation and Commitment Form, which details the efforts made by the prospective Contractor to obtain such participation. Failure to submit an MBE/WBE/Veteran Owned Solicitation and Commitment Form will result in rejection of the bid. A. Veteran-owned small business is defined by the County and City as a business having one hundred (100) or fewer full-time employees and not less than fifty-one (51) percent of which is owned by one (1) or more veterans, or in the case of any publicly owned business, not less than fifty-one (51) percent of the stock of which is owned by one (1) or more veterans, and the management and daily business operations of which are controlled by one (1) or more veterans.

15 SPECIFICATIONS for REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) SPEC#7034 PAGE 9 of 10 B. For contracts under one hundred thousand dollars ($100,000.00), veteran-owned small businesses shall be exempt from all bonding requirements. C. THE ATTACHED FORMS (VETERAN OWNED SMALL BUSINESS PARTICIPATION STATEMENT AND VETERAN OWNED SMALL BUSINESS-WAIVER REQUEST) MUST BE COMPLETED AND SUBMITTED WITH ALL BIDS AND PROPOSALS. FAILURE TO SUBMIT THESE DOCUMENTS MAY RESULT IN THE REJECTION OF YOUR BID OR PROPOSAL. INSURANCE The supplier shall obtain and maintain during the life of the Contract, with an insurance supplier rated not less than A- by A.M. Best, authorized to do business in the Commonwealth of Pennsylvania, the following insurance requirements: Automobile Liability. Bodily injury and property damage liability covering all non-owned and hired automobiles for limits of not less than $1,000,000 bodily injury each person, each accident and $1,000,000 property damage, or $1,000,000 combined single limit - bodily injury and property damage. Bodily injury and property damage liability covering all owned automobiles for limits of not less than $300,000 bodily injury each person, each accident and $300,000 property damage, or $300,000 combined single limit bodily injury and property damage. Commercial General Liability. Bodily injury and property damage liability as shall protect the Supplier and any subcontractor performing work under the Contract, from claims of bodily injury or property damage which arise from operation of the Contract, whether such operations are performed by the supplier, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate, or $1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate. This insurance shall include coverage for products, operations, personal injury liability and contractual liability, assumed under the indemnity provision of the Contract. Professional Liability. Coverage as shall protect the Supplier and any subcontractor performing work under the Contract, from claims errors and omissions which arise from operation of the Contract, whether such operations are performed by the Supplier, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 each occurrence/aggregate and $1,000,000 excess liability, each occurrence/aggregate. Worker s Compensation and Employers Liability. The supplier shall meet the statutory requirements of the Commonwealth of Pennsylvania, $100,000 per accident limit, $500,000 disease per policy limit, $100,000 disease each employee limit Proof of Insurance. The supplier shall not commence any work in connection with the Contract until it has obtained all of the foregoing types of insurance and proof of such insurance has been approved by County. The supplier shall not allow any subcontractor to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and approved. Deductibles. The County shall be exempt from, and in no way liable for any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the supplier and/or subcontractor providing such insurance. Additional Insured. Allegheny County and the City of Pittsburgh shall be named as an additional insured for operations or services rendered under the general liability coverage. The supplier s insurance shall be primary of any self-funding and/or insurance otherwise carried by the County and City for all loss or damages arising from the supplier operations under this agreement. Certificates of such insurance will be furnished to the County and City and shall contain the provision that the County and City be given thirty (30) days written notice of any intent to amend or terminate by either the insured or the insuring supplier. Documents. Should any or all of the required insurance coverage be self-funded/self-insured, a copy of the Certificate of Self-Insurance or other documentation from the County Department of Insurance shall be furnished. If any part of the work under the Contract is sublet, the subcontractor shall be required to meet all insurance requirements set forth in the

16 SPECIFICATIONS for REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) SPEC#7034 PAGE 10 of 10 Contract, provided that types and amounts of insurance to be maintained by each subcontractor shall be adjusted to an amount reasonably necessary to cover the risks associated with such subcontractor s role in the project. The parties stipulate that the supplier will maintain each type of insurance set forth above at a coverage level equal to at least half of the amount set forth above for such type of insurance. However, nothing contained herein shall relieve the supplier from meeting all insurance requirements or otherwise being responsible for the subcontractor. No program of self-insurance shall apply to any of the foregoing coverages without prior approval of the County. The successful bidder shall be responsible to require his sub-contractors to comply with all of the insurance requirements of this agreement. The Chief Purchasing Officer may waive or modify any of the insurance requirements at his discretion. MINORITY, WOMEN AND DISADVANTAGED BUSINESS ENTERPRISES a. Allegheny County and The City of Pittsburgh have established MWDBE goals in connection with this solicitation. The goals for Allegheny County are 13% of the original contract amount for the utilization of MBEs and 2% of the original contract amount for the utilization of WBEs. The goals for the City of Pittsburgh are 18% of the original contract amount for the utilization of MBEs and 7% of the original contract amount for the utilization of WBEs. The City of Pittsburgh and The County of Allegheny will work together to achieve the highest possible level of MWDBE participation in all contracts resulting from this solicitation. b Once a bidder is determined to be the apparent low bidder, it must supply an M/W/DBE plan within seven days after notification. If the plan is not acceptable or not submitted, the County will deem the bid non-responsive. The County will then request that the next apparent low bidder supply its M/W/DBE plan. Thus, it behooves all bidders to formulate their M/W/DBE plan before submitting a bid. A list of PA certified M/W/DBE firms can be found on the Internet at c. The above stated goals shall remain in effect throughout the life of the contract. When the County awards the contract with less participation than the contract goals, good faith efforts should continue throughout the life of the contract to increase the M/W/DBE participation to meet the contract goals. A copy of above program is attached and will be considered part of the contract documents. The County will purchase REPAIR & RENOVATION FOR CONCRETE PAVEMENT, SLABS, CURBS, ETC. AT VARIOUS AREAS (CD AREAS INCLUDED) as needed during the contract period. The County reserves the right to reject any and all bids, also the right to waive any minor discrepancies in the bids when deemed to be in the best interest of the County. The County retains the right to terminate this contract upon thirty (30) days written notice. "The successful bidder is required to comply with the Worker and Community Right to Know Act, 35 P.S. S7301 et seq. In addition to any requirements of the Act, the successful bidder shall supply the Purchasing Division with a copy of the Material Safety Data Sheet for each hazardous substance or hazardous mixture supplied."

17 MINORITY AND WOMEN BUSINESS ENTERPRISE UTILIZATION AFFIRMATIVE ACTION REQUIREMENTS FOR BIDDERS AND PROPOSERS 1) MBE (Minority Business Enterprise) and WBE (Women Business Enterprise) Goals The County has established, in connection with this contract, the specified goals in the Bid Form for the utilization of MBEs and WBEs. These goals remain in effect throughout the life of the contract. 2) Policy It is the policy of the County that Minority and Women Business Enterprises as defined in this Document and the Allegheny County MBE Participation Plan shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with County funds under this contract. 3) MBE and WBE Obligation Take necessary and reasonable steps to ensure that MBEs and WBEs have the maximum opportunity to compete for and perform contracts. Do not discriminate on the basis of race, color, national origin, or sex in the award and performance of County contracts. 4) Failure to Comply With MBE and WBE Requirements Failure to carry out these requirements constitutes a breach of contract that may result in termination of the contract, being barred from bidding on County contracts for up to three (3) years or such other remedy as the County deems appropriate. Failure to comply with MBE and WBE requirements will include but not be limited to failure to submit the Schedule of MBE and WBE Participation within the time requirements of these provisions for submission of required documents; failure to exert a reasonable good faith effort (as determined by the County for good faith efforts) to meet the established goals; failure to realize the MBE and WBE participation set forth in the approved Schedule of MBE and WBE Participation; or failure to submit the Schedule of MBE and WBE in every subcontract, so that such provisions will be binding upon each subcontractor, supplier, or service agency. 5) Subcontracts Include the provisions of the above paragraphs in every subcontract, so that such provisions will be binding upon each subcontractor, supplier, or service agency. 6) Definitions As used in this Document, the terms Minority Business Enterprise, Women Business Enterprise, Minority, and Owned and Controlled are defined below: i) "Minority Business Enterprise" or "MBE" means a small business concern as defined in Small Business Act, 15 USC as amended: (a) Which is at least 51 percent owned by the one or more minority individuals, or, in the case of any corporation at least 51 percent of the stock of which is owned by one or more minority individuals and: (b) Whose management and daily business operations are controlled by one or more of the minority individuals who own it. ii) "Women Business Enterprise" or "WBE" means a small business concern as defined in Small Business Act, 15 USC as amended:

18 (a) Which is at least 51 percent owned by the one or more female individuals, or, in case of any corporation at least 51 percent of the stock of which is owned by one or more female individuals; and (b) Whose management and daily business operations are controlled by one or more of the female individuals who own it. iii) Minority means those individuals who are citizens of the United States (or lawfully admitted permanent residents) and who are Black Americans, Hispanic Americans, Native Americans, Asian- Pacific Americans, or Asian-Indian Americans and any other individuals found to be disadvantaged by the Small Business Administration pursuant to Section 8(a) of the Small Business Act as amended. For convenience, these individuals and groups are referred to as disadvantaged. The County may make a rebuttable presumption that individuals in the following groups are minorities and socially and economically disadvantaged (use the certification appeals mechanism of 49 CFR, Part 26 as amended with respect to individuals alleged not to be minorities and socially and economically disadvantaged): (a) Black Americans, which includes persons having origins in any of the Black racial groups of Africa; (b) Hispanic Americans, includes persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin, regardless of race; (c) Native Americans, which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; (d) Asian-Pacific Americans, which includes persons whose origins are from Japan, China, Taiwan, Korea, Vietnam,.Laos, Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of the Pacific, and the Northern Marians. (e) Asian-Indian Americans, which includes persons whose origins are from India, Pakistan and Bangladesh. iv) "Owned and Controlled" means a business: (a) Which is at least 51 percent owned by one or more minority or female persons, in case of a corporation, at least 51 percent of the stock of which is owned by one or more minority or female persons; and (b) Whose management and daily business operations are controlled by one or more such individuals. 7) Counting MBE and WBE Participation Towards MBE and WBE Goals The utilization of MBEs and WBEs is in addition to other equal opportunity requirements of the contract. Count MBE and WBE participation toward meeting MBE and WBE goals as follows: (a) If a firm is determined to be an eligible MBE or WBE, the total dollar value of the contract awarded to the MBE or WBE counts toward the applicable MBE or WBE goal EXCEPT per provisions of this paragraph.

19 (b) Count toward the MBE and/or WBE goal(s) a portion of the total dollar value of a contract with a joint venture equal to the percentage of ownership and control of the MBE and/or WBE participant(s) in the joint venture. (c) Count the total dollar value of a contract with a business certified as both an MBE and WBE toward the WBE or the MBE goal but not to both. If a firm with such dual certification is employed, choose the goal to which the total contract value is to be applied. (d) Count toward the MBE or WBE goal only expenditures to MBEs or WBEs that perform a commercially useful function in the work of a contract. An MBE or WBE is considered to perform a commercially useful function when it is responsible for execution of a distinct element of the work of a contract and carrying out its responsibilities by actually performing, managing, and supervising the work involved. To determine whether an MBE or WBE is performing a commercially useful function, the County will evaluate the amount of work subcontracted, industry practices, and other relevant factors. (e) Suppliers: (i) (ii) (iii) (iv) (v) Count toward the MBE or WBE goal 60 percent of expenditures for materials and supplies required under the contract and obtained from an MBE or WBE regular dealer and count toward the MBE or WBE goal 100 percent of expenditures to an MBE or WBE manufacturer. An MBE or WBE manufacturer is a firm that operates or maintains a factory or establishment that produces on the premises the materials or supplies to be purchased for the work. An MBE or WBE regular dealer is a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the contract are bought, kept in stock, and regularly sold to the public in the usual course of business. An MBE or WBE regular dealer is a firm that engages in, as its principal business, and in its own name, the purchase and sale of the products in question. An MBE, WBE or DBE regular dealer in such bulk items as steel, cement, gravel, stone and petroleum products need not keep such products in stock, if it owns or operates distribution equipment. MBE or WBE brokers and MBE or WBE packagers are not regarded as MBE or WBE manufacturers or MBE or WBE regular dealers within the meaning of these provisions. (f) Count toward the MBE or WBE goal the following expenditures to MBE or WBE firms that are not MBE or WBE manufacturers or MBE or WBE regular dealers: (i) The fees or commissions charged for providing a BONA FIDE service, such as professional, technical, consulting or managerial services and assistance in the procurement of essential personnel and/or facilities.

DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D. for SETTLER S CABIN POOL VALVE REPLACEMENT

DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D. for SETTLER S CABIN POOL VALVE REPLACEMENT RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D for SETTLER S CABIN POOL VALVE REPLACEMENT SPECIFICATION NO. 7603 This Invitation

More information

DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D. for CHAIN LINK FENCE SPECIFICATION NO. 7153

DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D. for CHAIN LINK FENCE SPECIFICATION NO. 7153 RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D for CHAIN LINK FENCE SPECIFICATION NO. 7153 This Invitation for Bid contains requirements

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

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

County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D.

County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D. County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D for REPLACEMENT WINDOWS FOR THE CLACK HEALTH CENTER- BUILDING # 7 SPECIFICATION

More information

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

COUNTY EXECUTIVE On behalf of the City of Pittsburgh RICH FITZGERALD COUNTY EXECUTIVE On behalf of the City of Pittsburgh LUKE RAVENSTAHL MAYOR DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry

More information

On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D.

On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D. County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE City of Pittsburgh WILLIAM PEDUTO MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES

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

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

COUNTY EXECUTIVE On behalf of the City of Pittsburgh County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206 COURTHOUSE PITTSBURGH PA 15219 City

More information

County of Allegheny DAN ONORATO COUNTY EXECUTIVE

County of Allegheny DAN ONORATO COUNTY EXECUTIVE County of Allegheny DAN ONORATO COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D for MOSQUITO PREVENTION PRODUCTS SPECIFICATION NO.6755 This Invitation for

More information

Rodent Baiting Vacant & Demolished Properties, Sewers, Baiting & Followup Baiting of Residential Areas

Rodent Baiting Vacant & Demolished Properties, Sewers, Baiting & Followup Baiting of Residential Areas RICH FITZGERALD COUNTY EXECUTIVE On behalf of the City of Pittsburgh WILLIAM PEDUTO MAYOR DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry

More information

HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM)

HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM) HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM) PRIME CONTRACTOR FORMAL CONTRACT PROVISIONS FOR SUBCONTRACTING WITH EMERGING BUSINESS ENTERPRISES* FEDERAL DOLLARS NON-FEDERAL DOLLARS Where Federal dollars

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

On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D.

On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D. RICH FITZGERALD COUNTY EXECUTIVE WILLIAM PEDUTO MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D for S.W.A.T. TACTICAL

More information

DEPARTMENT OF EMERGENCY SERVICES GAS MONITORS AND AIR FLOW CALIBRATORS

DEPARTMENT OF EMERGENCY SERVICES GAS MONITORS AND AIR FLOW CALIBRATORS COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3263AD DATE: June 30, 2015 Please quote the lowest prices at which you will

More information

DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D. for CRACK SEALANTS SPECIFICATION NO.

DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D. for CRACK SEALANTS SPECIFICATION NO. RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D for CRACK SEALANTS SPECIFICATION NO. 7176 This Invitation for Bid contains

More information

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3006DF DATE: 29 Please quote the lowest prices at which you will furnish

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

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

Monday, September 30, 2013, 3:00PM

Monday, September 30, 2013, 3:00PM RICH FITZGERALD COUNTY EXECUTIVE LUKE RAVENSTAHL MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES REQUEST FOR QUALIFIED VENDORS for PRE-QUALIFIED

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

County of Allegheny City of Pittsburgh

County of Allegheny City of Pittsburgh County of Allegheny City of Pittsburgh DAN ONORATO LUKE RAVENSTAHL COUNTY EXECUTIVE MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206

More information

REQUEST FOR QUALIFICATIONS Engineering, Environmental, Architectural and Surveying Services March 12, 2014

REQUEST FOR QUALIFICATIONS Engineering, Environmental, Architectural and Surveying Services March 12, 2014 REQUEST FOR QUALIFICATIONS Engineering, Environmental, Architectural and Surveying Services March 12, 2014 I PURPOSE To solicit qualifications for providing professional consultant services for various

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE. I Application 1. II Minority Business Enterprise Goals 1. III Subcontractor Payment Requirements 2

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE. I Application 1. II Minority Business Enterprise Goals 1. III Subcontractor Payment Requirements 2 TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE I Application 1 II Minority Business Enterprise Goals 1 III Subcontractor Payment Requirements 2 IV Program Compliance Requirements 3 V Checklist for Review

More information

COUNTY EXECUTIVE. On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D.

COUNTY EXECUTIVE. On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D. RICH FITZGERALD COUNTY EXECUTIVE LUKE RAVENSTAHL MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D for COIN OPERATED VENDING MACHINE

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. CONTRACT PERIOD: The contract shall cover the County s needs for the period of July 21, 2015 through July 20, 2015.

INVITATION TO BID. CONTRACT PERIOD: The contract shall cover the County s needs for the period of July 21, 2015 through July 20, 2015. INVITATION TO BID The Etowah County Commission will, on June 22, 2015 in the Commission Chambers, 1st floor, 800 Forrest Avenue, Gadsden, AL, receive competitive bids on SUPERPAVE BITUMINOUS CONCRETE ASPHALT

More information

On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D.

On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D. RICH FITZGERALD COUNTY EXECUTIVE WILLIAM PEDUTO MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D for ENVELOPES AND

More information

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID QUONSET DEVELOPMENT CORPORATION (QDC) A BID is solicited for the following work: INVITATION TO BID Name of Project: Background & Description of Work: Pavement Repairs: Utility Connections: On-Call Pavement

More information

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Construction Service for Piedmont Community

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

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

NOTICE TO BIDDERS CONCRETE CONSTRUCTION ROAD COMMISSION for MONTCALM COUNTY 619 W. MAIN STREET STANTON, MICHIGAN 48888 PHONE: 989-831-5285 NOTICE TO BIDDERS Sealed bids will be received by the Board of County Road Commissioners of Montcalm County

More information

NOTICE TO BIDDERS H.M.A. PAVING

NOTICE TO BIDDERS H.M.A. PAVING ROAD COMMISSION for MONTCALM COUNTY 619 W. MAIN STREET STANTON, MICHIGAN 48888 PHONE: 989-831-5285 NOTICE TO BIDDERS Sealed bids will be received by the Board of County Road Commissioners of Montcalm County

More information

County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D.

County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D. County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D for FOOD SERVICE FOR THE ALLEGHENY COUNTY JAIL SPECIFICATION NO. 7062

More information

COUNTY OF PAMLICO REQUEST FOR QUOTES: PAVING DRIVEWAY OF GOOSE CREEK ISLAND VOLUNTEER FIRE DEPARTMENT

COUNTY OF PAMLICO REQUEST FOR QUOTES: PAVING DRIVEWAY OF GOOSE CREEK ISLAND VOLUNTEER FIRE DEPARTMENT COUNTY OF PAMLICO REQUEST FOR QUOTES: PAVING DRIVEWAY OF GOOSE CREEK ISLAND VOLUNTEER FIRE DEPARTMENT COUNTY OF PAMLICO REQUEST FOR WRITTEN QUOTES October 29, 2014 The County of Pamlico on behalf of the

More information

County of Allegheny DAN ONORATO COUNTY EXECUTIVE

County of Allegheny DAN ONORATO COUNTY EXECUTIVE County of Allegheny DAN ONORATO COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D for DOCKETS AND FOLDERS SPECIFICATION NO.6636 This Invitation for Bid contains

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

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F.

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F. TOWN OF MORRISTOWN DEPARTMENT OF PUBLIC WORKS Sidewalk and curb Permit Application Town Code Section 18-2 (No permit or fee required for minor repairs as determined by the Director of Public Works) Location

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

ANTI-DISCRIMINATION POLICY of the SCHOOL DISTRICT OF PHILADELPHIA ADOPTED NOVEMBER 14, 2007

ANTI-DISCRIMINATION POLICY of the SCHOOL DISTRICT OF PHILADELPHIA ADOPTED NOVEMBER 14, 2007 ANTI-DISCRIMINATION POLICY of the SCHOOL DISTRICT OF PHILADELPHIA ADOPTED NOVEMBER 14, 2007 SECTION 1. THE POLICY It is the policy of the School District of Philadelphia (the "District") acting through

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

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

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013 NOTICE TO BIDDERS The City of Jeffersontown,

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

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

More information

Target Market Professional Services Master Consulting Agreements MBE/WBE SPECIAL CONDITIONS

Target Market Professional Services Master Consulting Agreements MBE/WBE SPECIAL CONDITIONS CITY OF CHICAGO Department of Procurement Services Jamie L. Rhee, Chief Procurement Officer 121 North LaSalle Street, Room 403 Chicago, Illinois 60602-1284 Fax: 312-744-3281 Target Market Professional

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

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE Scope The City of Sandersville (City) is seeking a Contractor to provide asphalt milling and resurfacing services. The City has identified

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

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

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

Revised Southern California Edison Company Page 1

Revised Southern California Edison Company Page 1 Diverse Business Enterprise (DBE) Subcontracting Commitment and Reporting Requirements I. Overview It is Edison s goal to provide diverse business enterprises ( DBEs ), such as women, minority and service-disabled

More information

*Reverse Auction: Wednesday, June 7, 2018

*Reverse Auction: Wednesday, June 7, 2018 Lauderdale County Board of Supervisors 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 Main 601-482-9744 Fax Bidders Information Packet TERM BIDS FOR PERIOD JULY 1, 2018 THROUGH

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

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

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

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

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

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

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

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID The Town of Northfield is inviting proposals for contract at the Town Hall, 21 Summer Street, Northfield, New

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in

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

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

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

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

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

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

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

AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017

AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017 AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017 The City of Huron issued a Request for Proposal for Engineering Services on February 1, 2017 ( RFP ). The following are amendments

More information

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70.

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70. TRENCH PERMIT CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) 692-4266 - Please Fax at (603) 692-4281 Date: Permit# Dig Safe # Fee = $70.00 Name of Applicant Address of Applicant Phone Number Reason for Excavation

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5 Page 1 of 5 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 9:30 A.M., EST, WEDNESDAY, March 9, 2016 Board of County Road Commissioners of the County of Gladwin, 301 South State Street, Gladwin, Michigan

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

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

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

DISADVANTAGED BUSINESS ENTERPRISE AFFIRMITIVE ACTION PLAN. for the OCALA/MARION COUNTY TRANSPORTATION PLANNING ORGANIZATION

DISADVANTAGED BUSINESS ENTERPRISE AFFIRMITIVE ACTION PLAN. for the OCALA/MARION COUNTY TRANSPORTATION PLANNING ORGANIZATION DISADVANTAGED BUSINESS ENTERPRISE AFFIRMITIVE ACTION PLAN for the OCALA/MARION COUNTY TRANSPORTATION PLANNING ORGANIZATION February, 2007 TABLE OF CONTENTS Page SECTION I Policy Statement 1 SECTION II

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

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

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

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

NOTICE OF INVITATION FOR BID

NOTICE OF INVITATION FOR BID NOTICE OF INVITATION FOR BID TIGER MISSOURI CORRIDOR - INDEPENDENCE US 24 Highway & Brookside and Truman Rd at N. Osage & E. Winner Rd Bid #12-5005-39T The Kansas City Area Transportation Authority (KCATA)

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

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

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

B. B.E.P.D. means an entity certified as a Business enterprise owned or operated by people with disabilities as defined in MCC

B. B.E.P.D. means an entity certified as a Business enterprise owned or operated by people with disabilities as defined in MCC CITY OF CHICAGO Department of Procurement Services Jamie L. Rhee, Chief Procurement Officer 121 North LaSalle Street, Room 403 Chicago, Illinois 60602-1284 Fax: 312-744-3281 TARGET MARKET SPECIAL CONDITIONS

More information

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01 State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

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

More information

BHP Project IFB #

BHP Project IFB # BOULDER HOUSING PARTNERS INVITATION FOR BIDS Capital Improvement Program BHP Arapahoe East Apartments Exterior Envelope Renovation including Siding Replacement, Window and Trim Replacement, Stair Tower

More information

LETTING : CALL : 056 COUNTIES : MILLE LACS

LETTING : CALL : 056 COUNTIES : MILLE LACS S T A T E O F M I N N E S O T A PAGE : -1 NUMBER OF DAYS: 0 BRIDGE COUNT : 3 CONTRACT DESCRIPTION : GRADING, BIT PAVING & SURFACING, ROUNDABOUT, AND BRIDGES. CONTRACT LOCATION: LOCATED ON T.H. 95 AT THE

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO. 2018-001 ASPHALT PAVING PROJECT NOTICE TO BIDDERS Separate sealed Bids for the construction of PROJECT NO. 2018-001 ASPHALT PAVING PROJECT

More information

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant Invitation to Bid Radcliff Wastewater Treatment Plant (WWTP) Road Paving For Radcliff Wastewater Treatment Plant Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160

More information

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

More information

METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY. MWBE Utilization and Workforce Program Construction Projects with Federal Funding

METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY. MWBE Utilization and Workforce Program Construction Projects with Federal Funding METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY MWBE Utilization and Workforce Program Construction Projects with Federal Funding Effective October 1, 2014 PURPOSE The Metropolitan St. Louis Sewer

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