ADVERTISING, SALE & AWARD

Size: px
Start display at page:

Download "ADVERTISING, SALE & AWARD"

Transcription

1 ADVERTISING, SALE & AWARD PRIMARY ROLES & RESPONSIBILITIES PRIMARY TASK ODOT LPA DEVELOP BID PROPOSAL If project estimate exceeds $500,000, submit engineer estimate to LPA Coordinator to obtain DBE goal. LPA Coordinator to obtain through Office of Local Projects PREPARE AND SUBMIT PS&E PACKAGE TO DISTRICT DISTRICT REVIEW OF PS&E PACKAGE (LPA Coordinator with assistance of other district personnel, as appropriate) DISTRICT SUBMISSION OF PS&E TO OFFICE OF LOCAL PROJECTS PRE-BID MEETING (Optional, anytime after PS&E and before award) IF FEDERAL FUNDS, OBTAIN FEDERAL AUTHORIZATION Package processed by ODOT s Office of Local Projects Authorization obtained from FHWA and communicated to LPA Coordinator Neither advertising for bids nor work can begin until Federal authorization is received by the LPA from ODOT (Continued on next page) Page 1 of 16

2 PRIMARY TASK (continued) ODOT LPA LPA ADVERTISES & LETS PROJECT Advertises for 21 days with ads in three different weeks Opens and analyzes bids and awards to lowest and best bidder; who is also prequalified by ODOT Formally awards project, and submits bid tab and award information to ODOT REVIEW AND SUBMISSION OF AWARD INFORMATION (LPA Coordinator reviews information, checks contractor prequalification status and submits to Office of Local Projects) ENCUMBER FUNDS (Office of Local Projects) FINALIZE CONSTRUCTION CONTRACT Page 2 of 16

3 ADVERTISING, SALE & AWARD INTRODUCTION This chapter describes the process for the preparation of the bid package, and advertising, selling, and awarding the project. If Federal funds are involved in the project, this is an extremely critical step in the process. To obtain Federal authorization means to obtain permission from the Federal Highway Administration (FHWA) to begin the advertising process. 1 Should advertising or work commence prior to Federal authorization, the Federal project funds will be lost. Under no uncertain terms should an LPA advertise for bids until they receive notice from the ODOT District LPA Coordinator that Federal authorization has been obtained. DEVELOPMENT OF BID PROPOSAL The LPA s Project Engineer is responsible for preparing the bid package which contains the plans, addenda, special provisions, supplemental specifications, 4A notes and the bid proposal. When using Federal funds LPAs must comply with 23 CFR Section 635 which describes Federal regulations governing construction contracts. Following this chapter is Form FHWA-1273, Required Contract Provisions, which is a set of contract provisions and proposal notices that are required by regulations promulgated by the FHWA and other Federal agencies. These provisions apply to all Federal-aid construction projects and must be made a part of, and physically incorporated into, all contracts, as well as, appropriate subcontracts and purchase orders. Form FHWA-1273 is also referenced in the LPA Local-let Agreement. It is ODOT s responsibility to monitor and enforce Federal regulations on all Local-let projects. The following describes the requirements: Language should be added to each bid proposal for Federal-aid projects to cover any conflict between local contract language and Federal rules. If the LPA s own contract specifications include conditions such as residency requirements, geographical restrictions, etc., which tend to restrict competition, such conditions cannot be part of the solicitation for bids or the bid proposal package nor appear in any advertisement for bids (23CFR (b)). Federal-aid projects have mandated Disadvantaged Business Enterprise (DBE) requirements. DBE language is required in all Federal-aid contracts, and DBE goals may be required in any project that has an estimated cost of over $500,000. The goal will be determined based on the DBEs in the area CFR (a) Page 3 of 16

4 The bid proposal package must have the following items: Instruction to bidders (including prequalification requirement) General contract conditions Work specifications Proposal forms Agreement forms Federal and State requirements - Projects funded with State funds must comply with the Ohio Revised Code. Required Contract Provisions Federal-aid Construction Contracts (FHWA-1273) Federal wage rates and provisions relating to prevailing wages/convict labor, etc. (Wage rates are optional at this time but must be in final document to contractor) - Most Federal-aid contracts require that prevailing Davis-Bacon wage rates be incorporated into the bid proposal. Nondiscrimination - All Federal-aid contracts must include language regarding Disadvantaged Business Enterprise (DBE) participation goals, on-the-job training and equal employment opportunity (EEO). Specific EEO contract language is provided for in FHWA DBE requirements are mandated by Federal statue and rules. DBE goals are required in all projects that have an estimated project cost of $500,000 and over. The LPA should supply an Engineer s Estimate to the LPA Coordinator as soon as possible so that ODOT may determine if there should be a DBE goal and the amount of that goal. The LPA is responsible for including the goal on the cover of the bid proposal so that it is easily identifiable, and for the insertion of the following language: Disadvantaged Business (DBE) Requirement. DBE participation goals (subcontracts, materials, supplies) have been set on this project for those certified as DBEs in accordance with 49 CFR, Part 26, and qualified to bid with ODOT under Chapter 5525 of the Ohio Revised Code. 4A note - This note details all utilities that are located within the construction limits, the disposition of these facilities, the time frame when the work will be completed and any other necessary information. Page 4 of 16

5 Drug Free Workplace Program language - Each contractor and subcontractor must be enrolled in and in good standing in the Drug-Free Workplace Program or a similar program approved by the Bureau of Workers Compensation. Non-Collusive Bidding Certification - Non-Collusive Bidding and Other Certifications are required all for Federal-aid contracts. Under 23 CFR 112(f), bidders must certify that the bid submitted was arrived at without resorting to any collusive bidding practices. Collusion is defined as any activity that artificially affects prices when bidding on a Federal-aid contract or activity which restricts competition among bidders or potential bidders by exchanging or sharing information with firms presumed to be competing for the same contract. Additionally, Federal law requires bidders to certify they are eligible to compete for contracts under Federal regulations and are not under sanction of any Federal agency nor are any sanctions pending against the firm or an owner of the firm. Title 49, U.S. Code, Part 29, requires the bidder to certify that he or she has not been subject to legal action regarding fraud or misconduct. The laws encourage any person with knowledge of collusive bidding or other misconduct to report possible violations to the appropriate authorities. Federal Requirements Regarding Lobbying Activities - Federal regulations (23CFR (g)) require that any contractor or firm intending to do business with the Federal government, or wishing to participate in any contract funded with Federal-aid, disclose to the Federal government all lobbying activities which that contractor or firm may have undertaken. Specifically, in addition to disclosing lobbying efforts of any kind, any prospective contractor or firm who expects to perform work funded with Federal-aid must certify that no lobbying activity has been financed with Federal funds of any kind. U.S. Department of Transportation Hotline Information - The Office of Inspector General maintains a Hotline to facilitate the reporting of allegations of fraud, waste, abuse, or mismanagement in U.S. DOT programs or operations. Any one may report such allegations by contacting the Hotline by phone ( ), by fax ( ), or by ( Buy America - Current Federal regulation (23 CFR ) requires all bidders for Federal or Federal-aid contracts to submit bids based upon using only domestic steel and iron products, and makes the submission of bids incorporating foreign steel and iron products an option that the bidder may exercise following specified procedures. Addenda - Addenda are necessary when there is an error or omission in the bidding documents or when a clarification is needed. The addenda provides the contractor with the correct estimated quantity or clarified proposal note. Failure to attach an addenda may be cause for rejection of the bid. It is very important for the contractor and the district to be aware of the addenda issued on a project because the addenda may cause a substantial change to the contract. Federal regulations, 23 CFR (c), require prior approval of Page 5 of 16

6 addendums that contain major changes. Therefore, the LPA shall submit to ODOT any addendum to be issued during the advertisement period. ODOT must approve such addendum for project eligibility. The addendum then must be distributed to all potential bidders prior to opening bids and awarding of the contract. This procedure maintains the integrity of the competitive bidding process. Alternative Contract Types The usage of a particular type or method depends on the work, timing and location of the project. 1. Incentive/Disincentive Incentive/Disincentive clauses are used to encourage early or on time completion of work where there are significant inconveniences to the traveling public. The LPA establishes a completion date for the project. If the contractor completes the project prior to the completion date, the contractor receives an incentive for an early finish. The incentive is predetermined based on a dollar amount per day. If the contractor finishes after the completion date, it is assessed damages (a disincentive) for a late finish. Again, this method is best used when there is a major impact or lost access to a facility. 2. A + B Bidding A + B bidding is used for projects where time of completion is a significant concern. In these type of contracts, the contractor is bidding both the cost of the work and the time in which it can complete the project subject to limitations on the overall time included in the contract. A + B bidding means to bid the cost of the job plus the contract time. Using this method, each bid submitted consists of two parts. The A component is the traditional bid for the contract items and is the dollar amount for all work to be performed under the contract. The B component is a bid for the total number of calendar days required to complete the project. The lowest bid is determined by the formula A + (B x road user cost/day). When time is a major concern for the project, this method may be best to use. 3. Design Build Design Build contracts require the contractor to perform both the project design and construction work. Specifications are expressed in a performance format. The design/build method gives the contractor maximum flexibility for innovation in the selection of design, materials, and construction methods. The LPA specifies the end result and establishes the minimum design criteria. An extensive liability insurance clause is used to ensure the finished product. The potential time savings which results because construction can begin before all design details are completed is the biggest benefit to the LPA. 4. Lane Rental Lane Rental clauses require the contractor to pay for or rent the use of lanes during construction. This method is used to encourage contractors to decrease or minimize the effects on road users during construction. This is done by assessing a rental fee amount based on the estimated cost of delay or inconvenience to the road users during the rental period. Neither the contractor nor the LPA gives an indication of the anticipated amount of time for which the assessment will apply. This encourages contractors to schedule Page 6 of 16

7 their work so that traffic impacts are kept to a minimum. 5. Warranty Contracts Warranty contracts are used for projects where the contractor not only performs the work, but also warrants that it will maintain a standard of performance for a specified period of time such as five years. Using Alternate Bids The use of Alternate Bids is accepted under two circumstances, both of which must be coordinated and approved by the ODOT district. One is referred to as additive alternate bidding to take advantage of a project s available funding, and the second is for proprietary items. Because Federal-aid on projects is capped at a maximum cost, an LPA may choose additive alternate bidding to maximize the benefits of the funding available for a project. This should only be done in consultation with and by the approval of the Program Manager. In general, the concept allows for contractors to bid first on the elements of the basic project scope, and submit additive alternate bids on work outside of the basic project scope: the additive alternate bid items. These alternates can be add ons or deletions from the basic project scope, or both. If the LPA receives bids on the basic scope which are less than the Engineer s estimate, bids on the alternate items are considered according to a predetermined order of priority, so long as the total bid price remains under the total project budget. Bids on the basic scope and the alternate items are submitted at the same time and opened at the same time. This process is illustrated as follows: A basic project scope may consist of two blocks of resurfacing with curbs and gutters. If additional funds are available, the LPA wants to add another block of resurfacing, and various enhancements. The bid proposal is prepared for the basic resurfacing project. The additional additive items are listed in priority order. Once the bids are received, the low bid for the basic resurfacing project is first identified. If the basic bid is below estimate, leaving a fund balance, additive items are added in listed order of priority from that same bid to the point that funds are available. Items must remain in the predetermined list of priority; items can not be selected out of order. Once the fund maximum is reached, the same procedure is followed for all other bids. The lowest over all bid is the winning bid. Alternates can also be used for proprietary items. The bid consists of a second (alternate) bid item for each general (generic) bid item affected by the LPA s special requirements. The generic bid item reflects the customary item that is sufficient to meet the needs of the project and is eligible for Federal reimbursement. The alternate bid item describes a similar item that will satisfy the same needs of the project but also contains the LPA s requirements. If the alternate item is bid at a higher price than the generic item, the LPA can accept the alternate item with the Page 7 of 16

8 understanding that they will pay the entire cost differential between the alternate and the generic item. Any use of sole source or proprietary bid items must be approved by the ODOT district, and brought to the attention of the LPA Coordinator as soon as possible so as not to cause delays. Sole source or proprietary bid items for traffic signal and highway lighting projects must be in conformance with ODOT s Traffic Engineering Manual. PS&E PACKAGE The Plans, Specifications & Estimate package (PS&E) is necessary for obtaining Federal authorization to advertise for bids. The LPA is responsible for assembling and submitting the package which is to contain at least the following material. (Please check with the specific LPA Coordinator to find out how many copies of the following items are required.) 1. At least four copies of the complete set of plans that are signed and sealed by a licensed engineer or architect. The title sheet must include the county-route-section, Federal Project Number and PID number. If the licensed engineer or architect is a different person than the LPA authority, the LPA authority shall sign the title sheet of the plans. Plans may be generated in the LPA s format. (This item not included in a Design-Build project.) 2. The Bid Proposal Book (a minimum of three copies) 3. A copy of the engineer s estimate, signed and sealed by the Design Engineer 4. The LPA agreement between ODOT and the LPA, if not previously submitted 5. Environmental consultation form 6. Right of Way Certification Letter 7. Proposal Notes 8. 4A note and Exhibit B, if necessary (Exhibit B details the status of utility submissions and relocation work) 9. Web bid submission form (Upon authorization and for a period of one month, ODOT s Office of Local Projects will post an LPA s project information on their website at A copy of this form is located at the end of the chapter.) The ODOT district will review the package to make sure all items are included, and attach a cover IOC for transmittal purposes (at end of chapter). The package is sent to ODOT s Office of Page 8 of 16

9 Local Projects for processing. Once the PS&E package has been received in Central Office, Federal authorization will be issued in approximately nine (9) days. This period covers processing by ODOT s offices of Local Projects and Federal Accounting, and by FHWA. Upon receipt of authorization, provided to the LPA through the LPA Coordinator, the LPA can advertise the project. PRE-BID MEETING This optional meeting is held by the LPA anytime after the submission of the PS&E package and preferably before advertising to address prospective contractors concerns and questions. It is recommended for more complex projects, and is considered a good industry practice. The meeting s purpose is to encourage face to face discussion regarding plan intent and any areas of concern prior to bid opening. This meeting will often result in plan addendum that could have resulted in change orders and/or claims after the project is bid, making this effort valuable to both contractors and the LPA. The FHWA does not prohibit the use of pre-bid meetings; however, if attendance at a pre-bid meeting is made a condition of bid responsiveness, the project advertisement and all bidding documents must reflect this requirement. The contracting community must be given adequate notice to comply. AUTHORIZATION TO ADVERTISE - FEDERAL-AID PROJECTS After submittal of the PS&E package, the LPA can only advertise the project for construction after receiving authority to advertise from the ODOT District LPA Coordinator. Advertising prior to receiving authority from the District will result in a loss of Federal funds. A copy of the Federal Authorization will be sent to the LPA. This is referred to as Authorization to Advertise. ADVERTISEMENT Once the LPA receives the Authorization to advertise, the LPA may begin advertising activities. Federal-aid projects are required to be advertised for three (3) consecutive weeks. The period between the first legal advertising date and the bid opening date must be at least twenty-one (21) days. It is suggested that if the project is a Design/Build, the advertisement period be six (6) weeks. The State may require documentation of advertisement for bids (i.e., a tare sheet from the newspaper). The ODOT Office of Local Projects website lists the projects for which Federal authorization has been recently received. The website directs interested bidders to contact the LPA directly. Advertisements should also be in accordance with local bidding requirements. Whenever local advertisement requirements differ from Federal advertisement requirements, Page 9 of 16

10 the Federal requirements will prevail. If there are any concerns or questions about the Federal requirements versus the Local requirements, please contact the LPA Coordinator. Advertisement for Bids per ORC Section 153, ORC for Municipal Corporations and for Counties The notice provided in section of the Revised Code shall be published once each week for three consecutive weeks (21 days) in a newspaper of general circulation in the county where the activity for which bids are submitted. Copies of the plans, details, bills of material, estimates of cost, and specifications shall be open to public inspection at all business hours between the day of the first publication and the day for opening the bids, at the office of the department where the bids are received, and such other place as may be designated in such notice. Contents of the Notice per ORC and ORC The following items should be included in the notices published in a newspaper: A general description of the purchase or proposed work; Time and place where the plans, specifications or list of supplies, estimated quantities, and estimated cost on public improvement projects can be obtained; Time and place where bids will be opened; Time and place for filing bids; Terms of the proposed purchase, if applicable; Conditions under which bids will be received; and If the bid is over $10,000.00, the advertisement must specify the bid bond or bid guaranty requirements. The notice should also state that the contractor be ODOT pre-qualified. Only prequalified contractors will be eligible to submit bids for construction projects. Prequalification status must be in force at the time of bidding, the time of sale, the time of award, and through the life of the construction contract. For work types that ODOT does not prequalify, the LPA must still select a qualified contractor. Subcontractors are not subject to the prequalification requirement. The prime contractor must perform no less than 35 percent of the total original contract price. Modifications to Plans and Specifications per ORC The LPA shall submit to ODOT any addendum to be issued during the advertisement period. Under no circumstances should the addendum process be used to circumvent the rules. ODOT shall approve such addendum for project eligibility prior to awarding of the contract. The LPA shall furnish any modification of the plans, specifications, or cost estimates to persons who have obtained plans and specifications for the project. Any modification or addendum to bid specifications made within 72 hours from the scheduled time and date for the bid opening requires that the bid opening date be automatically extended one week. The 72-hour limit does Page 10 of 16

11 not include Saturdays, Sundays, and legal holidays. In such cases, no re-advertising of bids is required. CONTRACTOR RESPONSIBILITIES In order to submit a bid that adequately reflects the conditions of the contract, the contractor must research all aspects of the contract such as visiting the project site, understanding the plan notes, and reviewing all plan requirements. The contractor must be aware of all Federal, State and Local laws that apply. Many of the legal requirements of the contract are addressed in the proposal but the contractor must also be aware of other regulations such as safety. The LPA shall require the contractor to protect and indemnify the LPA from all claims and liability resulting from negligence or willful violations of the contractor. The selected contractor must provide a performance and payment bond in an amount at least equal to 100 percent of its contract price as security for the faithful performance of its contract. In addition, the LPA must require each of its selected contractors and each subcontractor maintain during the life of its contract and subcontract, Workers Compensation Insurance, Public Liability with minimum coverage amounts of $1,000,000 per occurrence, Property Damage with minimum coverage amounts of $1,000,000 per occurrence, and Vehicle Liability insurance. The contractor must also be enrolled and in good standing in the Drug-Free Workplace Program (DFWP) or a similar program approved by the Bureau of Workers Compensation, and require the same of any of its subcontractors. Should the project have a DBE goal placed on it, the contractor must work with DBE firms certified by ODOT to perform the portion of the work required to meet the goal. A list of certified DBE firms is available on the Office of Contracts web page at The contractor must identify how they will meet the DBE goal and supply that information to the LPA. If the contractor is unable to meet all or part of the goal, the ODOT waiver process must be followed. A request for waiver must be sent to ODOT s Office of Contracts, with a copy to the LPA, indicating that a good faith effort was made to meet the goal. Thorough documentation must be included showing attempts by phone and or written communication and the result of those efforts. ODOT will review the submitted documentation and decide the issue within ten (10) business days. The LPA will be notified as to the decision. The LPA may not execute the contract until the DBE goal has been satisfied. BID OPENING The bid opening is a public forum for the announcement of all bids, and is that point in time where the bids are opened and read aloud either item-by-item, or by the total amount. Typically, this takes places the last possible moment that bids can be accepted. Once the bid opening date is Page 11 of 16

12 established, the LPA informs the LPA Coordinator of the date and time. The bid opening should identify the responsible bidder submitting the lowest, responsive bid. A responsive bid meets all the requirements of the advertisement and proposal. 1 A responsible bidder is one who is physically organized and equipped with the financial wherewithal to undertake and complete the contract. If a bid is unresponsive (bid irregularities), it does not have to be read. However, the bidder and the reason must be announced. Some reasons for not reading a bid due to irregularities include: failure to sign the bid, or signature is not by authorized personnel; failure to furnish or sign the required bid bond; failure to include unit prices, extensions and/or lump sums; failure to submit a non-collusion affidavit; failure to commit to the DBE contract goals or demonstrate good faith effort to do so; failure of the contractor to be prequalified for that type of work; and bid exceeds the Engineer s Estimate. BID ANALYSIS AND CONTRACT AWARD Bid Analysis Process Title 23 CFR (a) requires Federal-aid contracts to be awarded only on the basis of the lowest responsive bid submitted by a bidder meeting the criteria for responsibility. This requirement applies to all Federal-aid highway construction projects. FHWA has stressed that estimates should be accurate and credible, based on realistic current data, and while not required, it is recommended that they are kept confidential. Further, there should be written procedures for justifying the award of a contract, or rejection of the bids, when the low bid appears excessive or rejection is being considered for other reasons. The LPA should analyze the bids for responsiveness and errors. There must be no preferential treatment accorded any bidder based on the geographic location of its business offices. The analysis should result in a contract award to the lowest responsive bid by an ODOT Prequalified bidder. Should this bid be over the engineer s estimate, the LPA should determine if the amount is appropriate and consult its local legal council. If the LPA determines that it will not award to the lowest, responsive bidder, it must contact ODOT immediately and provide written justification for the decision. ODOT and FHWA must concur in the LPA s rejection of bids. Bid analysis is the basis for justifying contract award or rejection of the bids. A proper bid analysis helps to ensure that funds are being used in the most effective manner. The ODOT review of the bids should parallel the LPA review. Together, both agencies should be assured Chapter III A. Page 12 of 16 1 FHWA s Contract Administration Core Curriculum Participant s Manual and Reference Guide 2001,

13 that good competition and lowest possible price were received. The ODOT concurrence in award is a step in the obligation and expenditure of Federal funds. The bid analysis process, pursuant to 23 CFR (c), is an examination of the unit bid prices for reasonable conformance with the engineer s estimated prices. Beyond the comparison of prices, other factors that a bid analysis may consider include: number of bids, distribution or range of the bids, identify and geographic location of the bidders, urgency of the project, unbalancing of bids (see below), current market conditions and workloads, comparison of bid prices with similar projects in the letting, justification for significant bid price differences, potential for savings if the project is re-advertised, and other factors as warranted. Not all of these factors need to be considered for bids that indicate reasonable prices or show good competition. However, when the low bid differs from the engineer s estimate by an unreasonable amount, a thorough analysis of all bids should be undertaken to justify award of the contract. In making that justification, the following questions should be considered: Was competition good? Is the timing of the project award critical? Would deferral be contrary to the public interest? Would re-advertisement result in higher or lower bids? Was there an error in the engineer s estimate? The issue of how to assess whether competition for a specific project was good is addressed in FHWA s Guidelines on Preparing Engineer s Estimate, Bid Reviews an Evaluation which also notes that some projects may be so essential that deferral, even for 60 days, would not be in the public s best interest. Examples of such projects might include: safety projects to correct an extremely hazardous condition which endangers the traveling public, emergency repairs or replacement of damaged facilities, projects to close substantial gaps in otherwise completed facilities, or projects that are critical to staged or phased construction such that delaying this element will adversely impact the completion of the whole project. Unbalanced Bids As defined in 23 CFR , the two types of unbalanced bids are: Page 13 of 16

14 1. A mathematically unbalanced bid is a bid that contains lump sum or unit bid prices that do not reasonably reflect the actual costs (plus reasonable profit, overhead costs, and other indirect costs) to construct the item; 2. A materially unbalanced bid is a bid that generates reasonable doubt that award to that bidder would result in the lowest ultimate cost to the Government. To detect mathematical unbalancing, the unit bid items should be evaluated for reasonable conformance with the engineer s estimate and compared with the other bids received. There are no definitive parameters (e.g. an amount or percent of variance from the engineer s estimate) that constitute an unbalanced bid. The degree of unbalancing of a bid may depend on the reason for the unbalancing. Mathematically unbalanced bids, although not desirable, may be acceptable. The final decision on if a bid is materially unbalanced must be based on engineering judgment. Among the items to review are: the amount bid for the mobilization item does not mask unbalancing, and token bids (i.e., bids with large variations from the engineer s estimate) should be considered as mathematically unbalanced bids and further evaluation and other appropriate steps should be taken to protect the government s interest. There may be situations where the quantity of an item could vary due to inaccuracies in the original quantity or cost estimating, errors in the plans, changes in site conditions or design, etc. In these situations, the bids should be further evaluated to determine if the low bidder would ultimately yield the lowest cost. If unbalancing creates reasonable doubt that award would result in the lowest ultimate cost, the bid is materially unbalanced and should be rejected or other steps should be taken to protect the government s interest. Award The LPA should award the project construction contract in accordance with laws and policies governing the LPA. The LPA s legal council should be contacted for any legal concerns with the bids or the award. Once the lowest, responsive bidder is determined, the LPA is to prepare a bid tabulation (bid tab) to include a summary of all bidders and bid amounts. Award should be accomplished by resolution or by ordinance. The LPA shall provide notification to the LPA Coordinator of the project award within thirty (30) days, to include a copy of the bid tab of the selected contractor, and a copy of the resolution from the Commission. If a DBE goal is on the project, the LPA must also include documentation from the contractor that all DBE commitments will be met. Funds will not be encumbered without this information. Page 14 of 16

15 The LPA may elect to have ODOT pay the Federal portion of project construction invoices directly to the contractor in lieu of funds being forwarded through the local government agency. In order to utilize the direct pay option, the contractor needs to have electronic funds transfer set up with the State of Ohio and a current W-9 on file with ODOT. Attachment Two of the LPA agreement must be completed and submitted with the bid tab. The LPA Coordinator shall review the documentation and forward it to the Office of Local Projects. Setting Up an Encumbrance The LPA Coordinator will forward submitted documents to the Office of Local Projects so that encumbrances can be established. The encumbrances are needed in order for ODOT to pay any invoices. Once the funds are encumbered, there can be no changes to the payment options. Finalize Construction Contract Once the project has been awarded, the LPA may sign and enter into a contract with the awarded contractor. However, bills can not be paid until the award information is submitted so that the project may be encumbered as shown above. The contract should include items specified in the bid proposal, including all Federal and State requirements, as well as account for the following: Description of the work based on the plans, proposal, specifications, supplemental specifications and special provisions; Affidavit of taxes; Bond information; Insurance; and DBE. Page 15 of 16

16 REFERENCES 23 Code of Federal Regulations 49 Code of Federal Regulations Form FHWA-1273, Required Contract Provisions Title VI of the 1964 Civil Rights Act ODOT Contract Administration Manual ODOT Policy (P) FHWA Guidelines on Preparing Engineer s Estimate, Bid Reviews and Evaluation, January 20, 2004 APPENDI Web Bid Submission Form Required Contract Provisions for Federal-Aid Construction Contracts (FHWA-1273) Page 16 of 16

Ocoee, FL July 01, 2016 Advertisement No. 1

Ocoee, FL July 01, 2016 Advertisement No. 1 BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software

More information

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874 ADVERTISEMENT FOR LETTERS OF INTEREST FOR A DESIGN BUILD PROJECT (PROCUREMENT METHOD SHORTLISTING OF PROPOSERS WITH TECHNICAL AND PRICE EVALUATION BY ADJUSTED SCORE) PROCUREMENT NUMBER: E2N44 Financial

More information

Ocoee, FL May 13, 2016 Advertisement No. 1

Ocoee, FL May 13, 2016 Advertisement No. 1 BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL May 13, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software

More information

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following

More information

Borough of Jamesburg

Borough of Jamesburg Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough

More information

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS 7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically

More information

OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments.

OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments. OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS SPECIFIC AUTHORITY Sections 240.209(3)(p), 1001.74, 1013.46, F. S. OBJECTIVE To establish procedures for administration of construction manager

More information

Handbook No. 7460.8 REV 2 CHAPTER 6. SEALED BIDS

Handbook No. 7460.8 REV 2 CHAPTER 6. SEALED BIDS CHAPTER 6. SEALED BIDS Handbook No. 7460.8 REV 2 6.1 General For all PHA contracting requirements above the small purchase threshold, competitive procurements are conducted by inviting sealed bids or by

More information

CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS

CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS 48-01.2-01. Definitions. In this chapter, unless the context otherwise requires: 1. "Agency construction management" means a public improvement delivery

More information

Work Breakdown Structure Element Dictionary Construction

Work Breakdown Structure Element Dictionary Construction Initiation CON 5.1 Initiation encompasses deliverables associated with the development, implementation and control of the project s schedule, budget and scope, including the solicitation for a contractor

More information

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 The Division of Central Services has developed this

More information

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information. TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) This Addendum is attached to and modifies the Standard Form of Agreement between the Town and Architect,

More information

Contract Administration

Contract Administration Chapter 5 Contract Administration Section 3 Change Orders 5-301 General 5-302 Change Order Policy 5-303 Purpose of Change Orders 5-304 Initiation of Change Orders 5-305 Preliminary Considerations 5-306

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

LOUISIANA DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT

LOUISIANA DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT LOUISIANA DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT CONTRACT COMPLIANCE PROGRAM MANUAL DECEMBER 2013 EQUAL EMPLOYMENT OPPORTUNITY PROGRAM CONTRACT COMPLIANCE PROGRAM LOUISIANA DEPARTMENT OF TRANSPORTATION

More information

NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law

NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law Page 1 NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law *** This file includes all Regulations adopted and published through the *** *** New Jersey Register,

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

Consultant Administration Services Procedure Manual

Consultant Administration Services Procedure Manual Consultant Administration Services Procedure Manual July 15, 2015 Prepared by NORTH DAKOTA DEPARTMENT OF TRANSPORTATION Bismarck, North Dakota www.dot.nd.gov DIRECTOR Grant Levi, P.E. OFFICE OF PROJECT

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects Pursuant to Revised Statute of Missouri Section 8.250(3), Ozarks Technical

More information

Atrium Skylight Repair Carleton Lodge

Atrium Skylight Repair Carleton Lodge Requirement Period of Contract The successful bidder shall complete the work no later than 27 November 2015. Closing Date Quotations must be submitted no later than close of business day (11:59 pm) on

More information

PN 126-4/15/05 - REVISIONS TO THE C&MS FOR DESIGN BUILD PROJECTS

PN 126-4/15/05 - REVISIONS TO THE C&MS FOR DESIGN BUILD PROJECTS PN 126-4/15/05 - REVISIONS TO THE C&MS FOR DESIGN BUILD PROJECTS 101.01 On page 7, Add the following: NOTE: The fact that the bid items for this Design-Build project are general rather than specific shall

More information

Getting Connected with the Colorado Department of Transportation (CDOT)

Getting Connected with the Colorado Department of Transportation (CDOT) Getting Connected with the Colorado Department of Transportation (CDOT) INTRODUCTION Who is CDOT? CDOT is responsible for 9,146 miles of highway including 3,447 bridges State government agency with funding

More information

Project Management Procedures

Project Management Procedures 1201 Main Street, Suite 1600 Columbia, South Carolina 29201 Project Management Procedures Start Up The grant becomes effective upon return of one copy of the grant award executed by the Chief Executive

More information

FACILITIES, NEBRASKA STATE COLLEGE SYSTEM. POLICY: 8064 Capital Construction and Information Technology (IT); Bids Page 1 of 6 BOARD POLICY

FACILITIES, NEBRASKA STATE COLLEGE SYSTEM. POLICY: 8064 Capital Construction and Information Technology (IT); Bids Page 1 of 6 BOARD POLICY Technology (IT); Bids Page 1 of 6 BOARD POLICY Applicability Board Policy 7010 applies to bidding and purchases of general items, supplies and ordinary services. Board Policy 7016 applies to contracts

More information

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals Date: March 18, 2015 To: All Vendors Interested in RFP # 9600-61 From: Kristen Aldrich, Deputy Purchasing Agent, NMC Contracts Division Subject: Addendum

More information

Town of Maiden. Request for Proposals For Sign Replacement Project

Town of Maiden. Request for Proposals For Sign Replacement Project Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina

More information

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Michigan Department Of Transportation 5100B (05/13) CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2 REQUISITION NUMBER DUE DATE TIME DUE MDOT PROJECT MANAGER JOB

More information

INDEPENDENT CONTRACTORS AGREEMENT

INDEPENDENT CONTRACTORS AGREEMENT INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT. and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to.

INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT. and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to. Parties You, your, and yours refer to INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to. Services Provided We

More information

New Jersey Administrative Code. Encumbrance Accounting and Certifications of Availability of Funds

New Jersey Administrative Code. Encumbrance Accounting and Certifications of Availability of Funds New Jersey Administrative Code N.J.A.C. 5:30-5.1 to 5.5. 5:30-5.1 5:30-5.2 5:30-5.3 5:30-5.4 5:30-5.5 Encumbrance Accounting and Certifications of Availability of Funds General authority Encumbrance systems

More information

RELOCATION ASSISTANCE SERVICES SPECIFICATIONS (LUMP SUM)

RELOCATION ASSISTANCE SERVICES SPECIFICATIONS (LUMP SUM) RELOCATION ASSISTANCE SERVICES SPECIFICATIONS (LUMP SUM) A. PROJECT DESCRIPTION The Local Public Agency (LPA) will receive proposals for Relocation Assistance Services for: Project: CN: Location: The work

More information

Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA. Bid Package. Contracting Officer: Joshua Longmore, District Manager 570-674-7991

Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA. Bid Package. Contracting Officer: Joshua Longmore, District Manager 570-674-7991 Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA Bid Package Contracting Officer: Joshua Longmore, District Manager 570-674-7991 1. PROPOSALS INSTRUCTIONS TO BIDDERS A. The Drawings

More information

Tax Credit Assistance Program Notice of Funding Availability

Tax Credit Assistance Program Notice of Funding Availability Tax Credit Assistance Program Notice of Funding Availability Approved by the MFA Board of Directors June 17, 2009 Background and Purpose The American Recovery and Reinvestment Act (ARRA) of 2009 provided

More information

How To Do Business With Omaha Public Schools

How To Do Business With Omaha Public Schools O PS How To Do Business With Omaha Public Schools SCHOOL Business Services Department Purchasing Division 3215 Cuming Street Omaha, Nebraska 68131-2024 Phone (402) 557-2214 Introduction This pamphlet

More information

PROCUREMENT POLICY CHAPTER 142.010

PROCUREMENT POLICY CHAPTER 142.010 PROCUREMENT POLICY CHAPTER 142.010 Approved by Board of Aldermen Resolution 15-659 Revised March 25, 2015 CHAPTER 142: PROCUREMENT POLICY ARTICLE 1. GENERAL PROVISIONS SECTION 142.010 PROCUREMENT POLICY

More information

How To Get A Job Done

How To Get A Job Done CUMBERLAND COUNTY COMMUNITY DEVELOPMENT (CCCD) HOUSING REHABILITATION PROGRAM PO DRAWER 1829 707 EXECUTIVE PLACE FAYETTEVILLE, NC 28302-1829 CONTRACTOR QUALIFICATIONS: REHABILITATION CONTRACTOR'S HANDBOOK

More information

How To Get Construction Procurement Services

How To Get Construction Procurement Services Construction Procurement William C. Charvat, AIA, CSI Excerpt from The Architect s Handbook of Professional Practice, 13th edition 2000 The procurement of construction services brings together the team

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Bids will be received at the office of the Niles City School District, 100 West Avenue, Niles, Ohio, 44446 until 12:00 PM on Friday, March 22, 2013 and will be opened and read immediately

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and between: The

More information

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2 TABLE OF CONTENTS Title Page Purchasing and Contracts Division... 1 Purchasing Policies and Procedures... 1 The Competitive Process... 2 Vendor Participation... 2 Vendor Database... 2 Web Site Information...

More information

Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive

Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive Jacobs Contract performance Tracking spreadsheet = Excellent 2 = Meets performance standards 1 = Improvement needed 0= Unsatisfactory Report for the time period: Annual report 210 Total average score 2.86

More information

Construction Management/ General Contractor Alternative Contracting Process

Construction Management/ General Contractor Alternative Contracting Process Clean Water State Revolving Fund Loan Program Construction Management/ General Contractor Alternative July 2011 Last Updated: 08/03/2011 By: Larry McAllister DEQ 11-WQ-027 Prepared by: Clean Water State

More information

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions Flexible Circuits Inc. Purchase Order Standard Terms and Conditions 1. Acceptance- This writing, together with any attachments incorporated herein, constitutes the final, complete, and exclusive contract

More information

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,

More information

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME This GOODS AND SERVICES AGREEMENT ("Agreement") is entered into and effective [DATE], by and

More information

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave. Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott

More information

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

Prequalification Document for Procurement of Works

Prequalification Document for Procurement of Works STANDARD PROCUREMENT DOCUMENT Prequalification Document for Procurement of Works Caribbean Development Bank September 2007 ii Foreword This Standard Procurement Document Prequalification Document for Procurement

More information

Building 5315. DEADLINE for PROPOSALS and PROPOSAL HOLDERS LIST

Building 5315. DEADLINE for PROPOSALS and PROPOSAL HOLDERS LIST BID SOLICITATION NOTICE - Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Orlando, Florida July 19, 2013 Advertisement No. 1 Bids for construction projects listed in

More information

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE Request for Proposal Proposal For: Mailing Services Proposal Number: 09-16-15 Proposal Release Date: August 5, 2015 Proposal Due Date: August 21,

More information

Program guidance that details the eligibility, criteria and application process. Ferry Boat Program. Ohio Department of Transportation

Program guidance that details the eligibility, criteria and application process. Ferry Boat Program. Ohio Department of Transportation Program guidance that details the eligibility, criteria and application process. Ferry Boat Program Ohio Department of Transportation TABLE OF CONTENTS Program Overview Program Administration.........2

More information

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL

More information

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS THIS QUESTIONNAIRE MUST BE PRINTED ON BLUE PAPER OAKLAND UNIFIED SCHOOL DISTRICT

More information

TABLE OF CONTENTS. Prefacej... 1

TABLE OF CONTENTS. Prefacej... 1 TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

Purchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes

Purchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes Introduction A Guide for Contractors and Suppliers The Purchasing Office should be your first point of contact with the County. Our role is to bring together users and suppliers to ensure that the County

More information

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 PURPOSE: The purpose for this specification is to establish a 36 month service contract for maintenance and

More information

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water

More information

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the

More information

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015 Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS October 19, 2015 The Morgan Hill Unified School District ( District ) has determined that contractors on future

More information

BROOKFIELD GLOBAL INTEGRATED SOLUTIONS STANDARD PURCHASE ORDER TERMS FOR SUPPLIES

BROOKFIELD GLOBAL INTEGRATED SOLUTIONS STANDARD PURCHASE ORDER TERMS FOR SUPPLIES BROOKFIELD GLOBAL INTEGRATED SOLUTIONS STANDARD PURCHASE ORDER TERMS FOR SUPPLIES Entire Agreement: These standard terms and any Purchase Order will together comprise the complete contract between Brookfield

More information

ORDINANCE NO.------- THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS:

ORDINANCE NO.------- THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS: ORDINANCE NO.------- An ordinance authorizing the award of one design-build contract for the decommissioning, disablement, demolition and removal of Scattergood Generating Station Unit 3 pursuant to a

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 16FB101644C PROJECT TITLE: Electronic Signature Pads DEPARTMENT: Finance DUE DATE: March

More information

STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES

STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES Document No 501 Second Edition, 2010 Design-Build Institute of America Washington, D.C. TABLE OF CONTENTS Article Name Page Article 1 Consultant

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Date: May 18, 2015 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 TO: RE: Prospective Quoters Request for Quotation (RFQ) Electricity The Greater Dayton Regional Transit Authority

More information

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009 DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB

More information

Exhibit 1 to Part 3 Project-Specific Terms

Exhibit 1 to Part 3 Project-Specific Terms Exhibit 1 to Part 3 Project-Specific Terms (Date of Standard Exhibit 1 to Part 3: July 2013) This Exhibit 1 to Part 3 (2013 Lump Sum Design-Build Agreement Between Department and Design-Builder) contains

More information

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044 Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Howard Rattner Commissioner Mark Zulli Risk/Purchasing Manager City of New Rochelle New York REQUEST

More information

Project Management On-line Guide

Project Management On-line Guide Project Management On-line Guide Project Life Cycle Processes Flowchart Department Policy Memorandum Project Management Policy To support the Project Management Initiative, respond to Policy Agreement

More information

Ohio Department of Transportation

Ohio Department of Transportation Ohio Department of Transportation 1980 West Broad Street, Columbus, Ohio 43223 Office of Contracts February 1, 2008 1525 DITMORE STROLL NEWARK, OH 43055 Re: Project Number 080088 Dear Contractor: This

More information

Policy Number: 3-803 Policy Name: Bidding and Source Selection Procedures

Policy Number: 3-803 Policy Name: Bidding and Source Selection Procedures Page 1 3-803 Bidding and Source Selection Procedures A. Definitions In ABOR Policies 3-803 (Bidding and Source Selection Procedures) and 3-804 (Professional Services and Construction Services Procurement):

More information

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015 I. BACKGROUND AND OVERVIEW PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS May 21, 2015 The Culver City Unified School District ( District ), is prequalifying contractors to perform construction

More information

Pricing of Construction Contract Change Order Documentation

Pricing of Construction Contract Change Order Documentation The contract language contained in this Exhibit will supplement and take precedence over all other change order pricing contract provisions in the Contract Documents provided by the Owner, Design-Builder

More information

CALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE PROGRAM IMPLEMENTATION AGREEMENT FOR LOCAL AGENCIES

CALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE PROGRAM IMPLEMENTATION AGREEMENT FOR LOCAL AGENCIES -. ~ ADDENDUM NO. 4 TO THE CITY OF FRESNO DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM FOR FEDERAL PROJECTS REGARDING FEDERAL TRANSPORTATION PROJECTS FUNDED BY FHWA THROUGH CALTRANS (CONFORMING WITH

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

More information

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting

More information

Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property

Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property 73-101. Public lettings; how conducted. Whenever the State of Nebraska, or any department or any agency thereof,

More information

LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST

LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST The following checklist has been developed to ensure that all required aspects of a project approved for Federal funding have been addressed and a responsible

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

AGREEMENT FOR PROFESSIONAL DESIGN SERVICES

AGREEMENT FOR PROFESSIONAL DESIGN SERVICES AGREEMENT FOR PROFESSIONAL DESIGN SERVICES This Professional Design Services (this "Agreement"), made as of 20 by and between the University of Cincinnati (the "University") by the Division of Administration

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5]) PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM Sec. (Statutory authority: Executive Law, 200, 369-i[5]) 252.1 Definitions. 252.2 State agency responsibilities: purpose, scope and applicability.

More information

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m. DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB

More information

CONTRACTOR COMPLIANCE

CONTRACTOR COMPLIANCE CONTRACTOR COMPLIANCE The Arkansas State Highway and Transportation Department is committed to equal employment opportunity. This commitment includes working cooperatively with highway construction contractors

More information

CHAPTER 7 PUBLIC WORKS LAW

CHAPTER 7 PUBLIC WORKS LAW 7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed

More information

12-15-08 DRAFT 2009FL-0004/018

12-15-08 DRAFT 2009FL-0004/018 1 HEALTH REFORM - HEALTH INSURANCE 2 COVERAGE IN STATE CONTRACTS 3 2009 GENERAL SESSION 4 STATE OF UTAH 5 6 LONG TITLE 7 General Description: 8 This bill requires certain state entities to require a contractor

More information

Schedule 11. The Transfer of Undertakings (Protection of Employment) Regulations 2006

Schedule 11. The Transfer of Undertakings (Protection of Employment) Regulations 2006 Schedule 11 The Transfer of Undertakings (Protection of Employment) Regulations 2006 1 Definitions 1.1 In this Schedule 11 the following definitions apply: Contractor Personnel means any employee, worker,

More information

St. Andrews Public Service District

St. Andrews Public Service District St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.

More information

CHAPTER 15 EQUAL EMPLOYMENT OPPORTUNITY, ON-THE-JOB TRAINING AND PREVAILING WAGES

CHAPTER 15 EQUAL EMPLOYMENT OPPORTUNITY, ON-THE-JOB TRAINING AND PREVAILING WAGES CHAPTER 15 EQUAL EMPLOYMENT OPPORTUNITY, ON-THE-JOB TRAINING AND PREVAILING WAGES 15.1 OVERVIEW To effectively assure Equal Employment Opportunity (EEO), the Federal Highway Administration (FHWA) requires

More information