NADBank News Vol. XIII, Edition 17, June 11, 2009

Similar documents
NADBank News Vol. IX, Edition 12, March 25, 2005

NADBank News Vol. V, Edition 4 March 7, In this edition:

NOTICE OF REQUEST FOR PROPOSALS

Trust Fund Grant Agreement

PREQUALIFICATION DOCUMENT

FEDERAL REPUBLIC OF NIGERIA

NCC Infrastructure Holdings Limited

Financing Agreement CONFORMED COPY CREDIT NUMBER 4247-BO. (Urban Infrastructure Project) between REPUBLIC OF BOLIVIA. and

FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ)

RESOLUTION NUMBER 2877

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

AWARD OF CONSTRUCTION CONTRACT CONTRACTOR: REYES CONSTRUCTION, INC. BERTH 100 WHARF SOUTH EXTENSION AND BACKLANDDEVELOPMENT SPECIFICATION NO.

REQUEST FOR PROPOSAL: RFP No Asphalt Repair Services

PREQUALIFICATION DOCUMENT

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

Trust Fund Grant Agreement

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

The Section 3 Clause. HACSJ Section 3 Form and Explanation (Rev 2013,03.01) Page 1 of 7

SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT

FORTUNE SACCO REQUEST FOR PROPOSAL FOR PROVISION OF AUDIT SERVICES FOR THE FINANCIAL YEAR CLOSING DATE: MONDAY 20 th, MARCH 2017, TIME: 11:30AM

PROJECT CERTIFICATION CRITERIA AND PROCESS. BOARD DOCUMENT BD April 9, 2012

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS )

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

(RE-ADVERTISEMENT SUBMISSION EXTENSION) PROCUREMENT, INSTALLATION AND COMMISSIONING OF 4X4.687MVA AND 1X635KVA DUAL ENGINE GENERATORS

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

REQUEST FOR PROPOSALS NO TYPES 1 AND 3 CHARTER APPLICATIONS REVIEW

CITY OF GOLDEN, COLORADO Parks and Recreation Department

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Establishment of Computer Labs in Government Girl s Institutions of Islamabad Capital Territory Phase 2

Tentative Schedule. Friday, December 5, 2003 Departure Mexico City 09:00 a.m. - 10:30 a.m. Arrival - Congressional Delegations

TF ID (PEACH Grant for Sub-National Public Financial Management Capacity Building Project)

World Bank Iraq Trust Fund Grant Agreement

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

REQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013

PROCUREMENT PLAN. Date of First Procurement Plan: 17 May 2012 Date of this Procurement Plan: 21 September 2012

TOWN OF TAOS, NM REQUEST FOR PROPOSALS FOR LOBBYIST CONSULTANT SERVICES. CONTROL NO. : RFP No. SB07-PO1516

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

NIGERIAN NATIONAL PETROLEUM CORPORATION NNPC Towers, Herbert Macaulay Way, Central Business District, P.M.B. 190, Garki, Abuja Nigeria.

DOCUMMTS. GEF Grant No. TF (Sustainable Production Systems and Biodiversity Project) Additional Instructions: Disbursement Letter.

CITY OF HAWAIIAN GARDENS COMMUNITY DEVELOPMENT DEPARTMENT

Londonderry Finance Department

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

REQUEST FOR QUALIFICATIONS. Design Professional Services

REQUEST FOR PROPOSALS

STANDARD REQUEST FOR QUOTATIONS (SRQ) (CONSULTANCY AND DESIGN)

August 22, H. E. Nguyn Vdn Binh OfFIOAL Governor AXv% wf?ii State Bank of Vietnam 49, Ly Thai To Street Hanoi, Vietnam

Global Environment Facility Grant Agreement

Request for Proposals and Specifications for a Community Solar Project

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

PEOPLES UNIVERSITY OF MEDICAL & HEALTH SCIENCES FOR WOMEN NAWABSHAH AT DISTT: SHAHEED BENAZIRABAD

Housing Rehabilitation Program Administration

STANDARD TERMS AND CONDITIONS ON NORWAY GRANTS FROM INNOVATION NORWAY

Date SUBJECT: REQUEST FOR PROPOSAL FOR DEVELOPMENT OF THE WILMINGTON OIL FIELD. Dear Vendor:

Manatee County Sheriff s Office INVITATION TO BID ITB MUSTANG

REDEVELOPMENT AUTHORITY OF ALLEGHENY COUNTY GAMING ECONOMIC DEVELOPMENT FUND PROGRAM GUIDELINES 2017

Le-Nor-Co Purchasing Cooperative. Joint Purchase Agreement. February 2017

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

Bank of Uganda REPUBLIC OF UGANDA ADDENDUM TO THE BIDDING DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A DISK TO

Technical Assistance Program (TAP) Aggregate Report:

REQUEST FOR PROPOSALS

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

Application for Provisional Registration as a Joint Venture Consultant

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

URBAN DEVELOPMENT CORPORATION INFORMATION MEMORANDUM GREEN GROTTO CAVES VIDEO AND PHOTOGRAPHY

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REGISTRATION FOR SUPPLY OF MATERIALS, TOOLS, EQUIPMENTS AND TEACHING MATERIALS FOR POLYTECHNICS

REQUEST FOR QUALIFICATIONS & PROPOSALS FOR AIR SERVICE DEVELOPMENT CONSULTING SERVICES FOR THE

CAR I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL

Request for Quotation (RFQ) Solicitation Overview

NIGERIAN NATIONAL PETROLEUM CORPORATION

CITY OF LONG BEACH Department of Development Services

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

ITEM RATE TENDER TENDER No. 14 / / ELDB

REQUEST FOR PROPOSAL Architectural Services

REQUEST FOR PROPOSALS (RFP) For Electrical Engineering Design Services City Hall Switchgear Replacement October 28, 2016

FORM A-2 FINANCIAL PROPOSAL SUBMITTAL LETTER

COUNTY OF ALBANY MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE CERTIFICATION APPLICATION

COALINGA REDEVELOPMENT AGENCY PARKING LOT IMPROVEMENT PROGRAM GUIDELINES INTRODUCTION

Instruction. Return completed reimbursement application to:

Kenya Seed Company limited

PROCUREMENT PLAN. Procurement of Goods and Works

Request for Expression of Interest

Minimum System Requirements.. p. 5 Account. p. 5

LA MERCED DEL PUEBLO DE CHILILI (CHILILI LAND GRANT)

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

GUIDELINES FOR BUSINESS IMPROVEMENT GRANT PROGRAM BY THE COLUMBUS COMMUNITY & INDUSTRIAL DEVELOPMENT CORPORATION

aepteinbel jq,201a2 Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

Request for Proposal PROFESSIONAL AUDIT SERVICES

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY COUNTY TREASURY P.O. BOX MAKUENI

Transcription:

NADBank News Vol. XIII, Edition 17, June 11, 2009 In this edition: NORTH AMERICAN DEVELOPMENT BANK CITY OF NUEVO LAREDO SECRETARÍA DE OBRAS PÚBLICAS, DESARROLLO URBANO, MEDIO AMBIENTE Y SERVICIOS MUNICIPALES PROGRAMA PAVIMENTO Y SOCIEDAD ORGANIZADA (PASO) INTERNATIONAL COMPETITIVE BID NOTICE 2009-PASO-05 The City of Nuevo Laredo, Tamaulipas, through its department of public works and urban development, Secretaría de Obras Públicas, Desarrollo Urbano, Medio Ambiente y Servicios Municipales (Executing Agency), intends to use the proceeds of a loan from the North American Development Bank (NADB) to finance the paving works included under its paving program, Programa Pavimento y Sociedad Organizada (PASO), and hereby invites individuals and entities to participate in the execution of the following works in this city (Fifth Phase), which are listed below: Bid: P-09-PASO-82 Description & Location: Hidraulic Concrete Paving of the streets: Diego de Fernandez (btwn) Juan Palafox and Gasoducto Pemex, Pedro de Garibay (btwn) Jose Sarmiento and Diego de Fernandez, Medellin (btwn) Juan Palafox and Gasoducto Pemex, Subdivision Virreyes Site Visit: June 18, 2009 at 10:00 a.m. Pre-Bid Meeting: June 18, 2009 at 11:00 a.m. Bid Submission & Opening: June 24, 2009 at 10:00 a.m. Bid: P-09-PASO-83 Description & Location: Hidraulic Concrete Paving of the street: Luis de Velasco (btwn) Pedro de Garibay and Gasoducto Pemex, Subdivision Virreyes Site Visit: June 18, 2009 at 11:00 a.m. Pre-Bid Meeting: June 18, 2009 at 12:00 p.m. Bid Submission & Opening: June 24, 2009 at 11:00 a.m. Bid: P-09-PASO-84 Description & Location: Hidraulic Concrete Paving of the street: Los Mayas (btwn) Lazaro Cardenas and Eva Samano, Subdivision Tamaulipas Site Visit: June 18, 2009 at 12:00 p.m. Pre-Bid Meeting: June 18, 2009 at 1:00 p.m. Bid Submission & Opening: June 24, 2009 at 12:00 p.m. Bid: P-09-PASO-85 Description & Location: Hidraulic Concrete Paving of the streets: Los Incas (btwn) Felipe Angeles and Eva Samano, Subdivision Alazanas Site Visit: June 18, 2009 at 1:00 p.m. Pre-Bid Meeting: June 18, 2009 at 2:00 p.m. Bid Submission & Opening: June 24, 2009 at 1:00 p.m.

Minimum Net Worth: $1,000,000 pesos Bid: P-09-PASO-86 Description & Location: Hidraulic Concrete Paving of the street: Diagonal Los Incas (btwn) El Bayito and Felipe Angeles, Fracc. San Andres Site Visit: June 18, 2009 at 2:00 p.m. Pre-Bid Meeting: June 18, 2009 at 3:00 p.m. Bid Submission & Opening: June 24, 2009 at 2:00 p.m. Minimum Net Worth: $800,000 pesos Bid: P-09-PASO-87 Description & Location: Hidraulic Concrete Paving of the street: Expropiacion Petrolera (btwn) Puerto Mexico and Los Incas, Subdivision Emiliano Zapata Site Visit: June 18, 2009 at 3:00 p.m. Pre-Bid Meeting: June 18, 2009 at 4:00 p.m. Bid Submission & Opening: June 25, 2009 at 11:00 a.m. Bid: P-09-PASO-88 Description & Location: Hidraulic Concrete Paving of the street: Lazaro Cardenas (btwn) Geologos and Los Incas, Fracc. Los Garza Site Visit: June 18, 2009 at 4:00 p.m. Pre-Bid Meeting: June 18, 2009 at 5:00 p.m. Bid Submission & Opening: June 25, 2009 at 12:00 p.m. Bid: P-09-PASO-89 Description & Location: Hidraulic Concrete Paving of the street: Marcial Cavazos (btwn) Geologos and Los Incas, Fracc. Los Garza Site Visit: June 19, 2009 at 10:00 a.m. Pre-Bid Meeting: June 19, 2009 at 11:00 a.m. Bid Submission & Opening: June 25, 2009 at 1:00 p.m. Bid: P-09-PASO-90 Description & Location: Hidraulic Concrete Paving of the street: Huicholes (btwn) Marcial Cavazos and Diagonal Incas, Carlos Ozuna (btwn) Incas and Tarahumaras, Fracc. Los Garza Site Visit: June 19, 2009 at 11:00 a.m. Pre-Bid Meeting: June 19, 2009 at 12:00 p.m. Bid Submission & Opening: June 25, 2009 at 2:00 p.m. Minimum Net Worth: $450,000 pesos Bid: P-09-PASO-91 Description & Location: Hidraulic Concrete Paving of the street: April 2 nd Habana and Quito, Subdivision Buenavista Site Visit: June 19, 2009 at 12:00 p.m. (btwn)

Pre-Bid Meeting: June 19, 2009 at 1:00 p.m. Bid Submission & Opening: June 26, 2009 at 10:00 a.m. Minimum Net Worth: $200,000 pesos Bid: P-09-PASO-92 Description & Location: Hidraulic Conrete p Paving of the street: Rio Verde (btwn) Carr. Al Aeropuerto and Revolucion, Subdivision La Sandia Site Visit: June 19, 2009 at 1:00 p.m. Pre-Bid Meeting: June 19, 2009 at 2:00 p.m. Bid Submission & Opening: June 26, 2009 at 11:00 a.m. Minimum Net Worth: $1,000,000 pesos Bid: P-09-PASO-93 Description & Location: Hidraulic Concrete Paving of the street: Rio Verde (btwn) Carr. Al Aeropuerto and Rio Loira, Subdivision Voluntad and Trabajo III Site Visit: June 19, 2009 at 2:00 p.m. Pre-Bid Meeting: June 19, 2009 at 3:00 p.m. Bid Submission & Opening: June 26, 2009 at 12:00 p.m. Minimum Net Worth: $750,000 pesos Bid: P-09-PASO-94 Description & Location: Hidraulic Concrete Paving of the streets: Rio Misissipi (btwn) Los Mays and Limite Sur, Rio Nueces (btwn) Los Mayas and Limite Sur, Rio Misuri (btwn) Los Mayas and Limite Sur, Subdivision Othon Chavez Site Visit: June 19, 2009 at 3:00 p.m. Pre-Bid Meeting: June 19, 2009 at 4:00 p.m. Bid Submission & Opening: June 26, 2009 at 1:00 p.m. Bid: P-09-PASO-95 Description & Location: Hidraulic Concrete Paving of the street: Prop. Privada (btwn) Carr. A Piedras Negras and Rio Loira, Subdivision Voluntad and Trabajo IV Site Visit: June 19, 2009 at 4:00 p.m. Pre-Bid Meeting: June 19, 2009 at 5:00 p.m. Bid Submission & Opening: June 26, 2009 at 2:00 p.m. Minimum Net Worth: $1,000,000 pesos Bid: P-09-PASO-96 Description & Location: Hidraulic Conrete Paving of the street: Articulo 10 (btwn) Articulo 133 and Articulo 123, Subdivision Constitucional Site Visit: June 22, 2009 at 10:00 a.m. Pre-Bid Meeting: June 22, 2009 at 11:00 a.m. Bid Submission & Opening: June 29, 2009 at 10:00 a.m.

Bid: P-09-PASO-97 Description & Location: Hidraulic Concrete Paving of the street: Priv. 28-A (btwn) Jesus Gonzalez Bastien and Carlos Rojas, Priv. Lic. Carlos E. Cantu Rosas (btwn) Carr. Anahuac and Blvd. Lic Carlos E. Cantu Rosas, Subdivision Nueva Era Site Visit: June 22, 2009 at 11:00 a.m. Pre-Bid Meeting: June 22, 2009 at 12:00 p.m. Bid Submission & Opening: June 29, 2009 at 11:00 a.m. Minimum Net Worth: $200,000 pesos Bid: P-09-PASO-98 Description & Location: Hidraulic Concrete Paving of the street: Priv. 29-A (btwn) Jesus Gonzalez Bastien and Carlos Rojas, Subdivision Nueva Era Site Visit: June 22, 2009 at 12:00 p.m. Pre-Bid Meeting: June 22, 2009 at 1:00 p.m. Bid Submission & Opening: June 29, 2009 at 12:00 p.m. Minimum Net Worth: $300,000 pesos Bid: P-09-PASO-99 Description & Location: Asphalt Paving of the street: Laguna Madre o S. Guardiola (btwn) Emiliano Zapata and Potreros, Subdivision Ampliacion Concordia Site Visit: June 22, 2009 at 1:00 p.m. Pre-Bid Meeting: June 22, 2009 at 2:00 p.m. Bid Submission & Opening: June 29, 2009 at 1:00 p.m. Minimum Net Worth: $150,000 pesos Bid: P-09-PASO-100 Description & Location: Asphalt Paving of the street: Melon (btwn) Encuentro and Limite Oriente, Subdivision Granjas Treviño Site Visit: June 22, 2009 at 2:00 p.m. Pre-Bid Meeting: June 22, 2009 at 3:00 p.m. Bid Submission & Opening: June 30, 2009 at 10:00 a.m. Bid: P-09-PASO-101 Description & Location: Asphalt Paving of the street: Impar (btwn) Encuentro and Limite Oriente, Subdivision Granjas Treviño Site Visit: June 22, 2009 at 3:00 p.m. Pre-Bid Meeting: June 22, 2009 at 4:00 p.m. Bid Submission & Opening: June 30, 2009 at 11:00 a.m. Bid: P-09-PASO-102 Description & Location: Hidraulic Concrete Paving of the street: Rollo (btwn) Carr. Nacional and Encuentro, Subdivision Granjas Treviño Site Visit: June 22, 2009 at 4:00 p.m. Pre-Bid Meeting: June 22, 2009 at 5:00 p.m.

Bid Submission & Opening: June 30, 2009 at 12:00 p.m. Minimum Net Worth: $200,000 pesos Approximate Date of Construction Start-up: July 17, 2009 Award Date: To be announced on the date of bid opening. Language: All documentation, bids and work shall be presented in Spanish only. All of the proceedings will take place in the meeting room of the Executing Agency located at: Calle Arteaga No.3900-Altos, Col. Centro, C.P. 88000, Nuevo Laredo, Tamaulipas. Tel. [52] (867) 712-3020, attn. Ing. Mario Alberto Salinas Falcón, Secretary of Public Works, Urban Development, Environment and Municipal Services of Nuevo Laredo, Tamaulipas. Bid documents may only be purchased at the offices of the Executing Agency and payment must be made in cash or by certified check issued by a Mexican bank payable to: Secretaría de Tesorería y Finanzas de Nuevo Laredo, Tamaulipas. Interested companies and joint ventures are hereby invited to participate in this bidding process. Bidding for contracts financed by NADB will be carried out in accordance with its procurement policies and procedures and is open to firms from any country. Once the contract is awarded, the legal relationship between the Executing Agency and the Contractor, as well as the interpretation and resolution of any conflicts unrelated to the bidding process, will be subject to the provisions set forth in the Law of Public Works and Related Services of the State of Tamaulipas. Bids will be submitted in Mexican pesos. Interested companies may participate in as many as bids as they wish, but may only be awarded a maximum of two contracts and they must have sufficient solvency and equipment for each one. In the event that a bidder wins two or more bids, the contracts will be awarded in the order listed in the bid notice, subject to net worth. Interested companies must meet the general requirements outlined below, which will be reviewed by the Executing Agency. If necessary, bidders agree to provide the necessary facilities to substantiate compliance with the bid notice requirements. Bid documents will be sold to all companies that submit an application (Point 1 below). However, the general requirements that must be met in the bid are as follows: 1.- A written request indicating the company s wish to participate in the bidding process, addressed to the Executing Agency and signed by the company s legal representative. 2.- Notarized power-of-attorney for the company s legal representative. 3.- Document indicating the address for hearing and receiving every type of notice and document related to the procurement proceedings and, if applicable, the respective contract. This address will serve for the delivery of notices, including those given in person and those which may arise for any legal purposes, unless another address is specified. 4.- A copy of the company s current Articles of Incorporation and latest amendments, if any, recorded in the Public Registry of Property and Commerce, or their equivalent for foreign bidders. 5.- The required minimum net worth not committed to other current contracts must be substantiated using adjusted financial statements audited by an independent accounting firm authorized by the Mexican Ministry of Finance and Public Credit (SHCP). The bidder must present the auditor s letter to that effect issued on the auditor s stationary, along with auditor s professional license; or their equivalent for foreign bidders. The documentation must allow

confirmation of basic financial ratio comparisons (net working capital, liquidity, acid test, leveraging ratio and profitability) for fiscal year 2007. 6.- Document by which the company states that its representative has all the powers and authority necessary to act on its behalf. The document should contain the following information or their equivalents for foreign bidders: a. For the company: Federal taxpayer registration number, company name, description of the corporate purpose; shareholders list, number and date of the public documents containing the company s articles of incorporation and, if applicable, its amendments and revisions, along with the name, number and district of the notary public that registered them, as well as the registration information in the Public Registry of Commerce, and b. For the representative: Name of the attorney-in-fact; number and date of the legal instruments conferring the powers and authority to sign the bid, along with the name, number and district of the notary public that registered them. c. Current, official ID of the legal representative who is granting the power of attorney and the one who is receiving it. 7.- Written statement that company personnel have the capacity to work in Spanish. 8.- Detailed documentation that demonstrates the technical capacity of the company, understood to be the execution of works similar to those described in this notice, carried out within the past five years and substantiated by the following information: * Legal documentation verifying technical capacity through individual contracts satisfactorily completed on time and on budget within the last five years for similar works equal to or greater in size and value than those advertised here, along with copies of the completion certificates, cover pages and contracts, as well as a brief description of the activities performed and the contact name, position and telephone number of at least three of those jobs that have been satisfactorily completed, as references, which will be verified. * List of the equipment owned or rented by the bidder, available and sufficient for each contract, for construction of this type of works, substantiated by invoices or notarized documents to that effect and/or the letter agreements for the respective leases. * List of current contracts with both public and private entities, indicating the value of the contract and a breakdown of the amounts pending payment. 9.- Brief description of the company, its organization and services, as well as an organizational chart of key staff sufficient for each bid. 10.- Curriculum vitae (CV) of key personnel available to work on the project, signed by the individual and the legal representative of the company, as well as the professional license of the person responsible for the execution of the works. Consideration will only be given to the CVs of those persons that have direct experience in asphalt and concrete paving works similar to those advertised in each case and who have the ability to work in Spanish. 11.- NADB s non-bribery letter. 12.- Bid security worth five per cent (5%) of the total bid amount presented in the form of a check for-deposit-only, payable to: Secretaría de la Tesorería y Finanzas del Municipio de Nuevo Laredo, Tamaulipas. 13.- Companies in joint ventures must present the original joint venture contract duly signed by their legal representatives, along with a description of the responsibilities and commitments of each party, as well as indicate the lead company and the legal representative of the joint venture. For the purposes of contract award, the joint venture contract shall have to be notarized. Compliance with the foregoing requirements must be met by at least one of the companies in the joint venture, with the exception of point 5, which may be substantiated for the joint venture as a whole. Interested companies may obtain additional information at the offices of the Executing Agency, Monday through Friday, from 9.00 a.m. to 2.00 p.m. (local time). Bid documents must be legible, duly filled out and delivered in a sealed envelope marked with the number and name of the bid in which the company wishes

to participate. An electronic copy of the bid must be included on a CD for information management purposes; the printed version will be deemed the original. The bids will be opened in the meeting room of the Executing Agency on the date and at the time indicated, in the presence of public servants and officials and those bidder representatives who wish to attend. An advance payment of 30% of the total value of the contract will be provided as follows: 20% for the supply of materials and the remaining 10% for work start-up. None of the conditions contained in the bid documents or in the proposals submitted by the bidders is negotiable. Any term or condition proposed by the bidder that differs in any way with the conditions imposed or required in the bid notice, will be cause to reject the bid. The general criteria for contract award will be: Based on a comparative analysis of the eligible bids, a report will be prepared which will serve as the basis for the decision by which, if applicable, the contract will be awarded to the bidder whose bid substantially meets all the required conditions in the bid documents and who has demonstrated sufficient experience and technical capacity, and has presented the lowest evaluated bid based on remunerative unit prices, which will be compared with the base estimate prepared by the Executing Agency. The Executing Agency reserves the right to accept or reject any bid, as well as to cancel the bid process and reject all bids, at any time prior to contract award, without incurring any liability whatsoever with any affected bidder(s), nor any obligation to inform the affected bidder(s) of the reason for such actions. Information about this bid notice is available at the website: www.nuevolaredo.gob.mx Nuevo Laredo, Tamaulipas, a June 11, 2009 S i n c e r e l y Nuevo Laredo, City with Value Ing. Ramón Garza Barrios Mayor ******************************* 2009 Copyright by the North American Development Bank Text of previous editions of NADB News may be viewed at http://www.nadb.org. For queries concerning the North American Development Bank, send a message by email to mail@nadb.org, and for queries about NADBank News call Juan Antonio Flores, Tel. (210) 231-8000.