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

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

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

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

Trust Fund Grant Agreement

World Bank Iraq Trust Fund Grant Agreement

Trust Fund Grant Agreement

NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE INSTALLATION, REPLACEMENT AND/OR RELOCATION OF STORMWATER CULVERTS, PIPES AND APPURTENANCES

PREQUALIFICATION DOCUMENT

REQUEST FOR PROPOSALS

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

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

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

49469-IND: Mumbai Metro Rail Investment Project. 12 June 2018, 15:00 hours Indian Standard Time (IST)

RFP #WS NEWSMI IMPROVEMENTS

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

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

DOCUMENTS GPOBA GRANT NUMBER TF Global Partnership on Output-based Aid. Grant Agreement

SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT

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

REQUEST FOR QUALIFICATIONS. Design Professional Services

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

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

RESOLUTION NUMBER 2877

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Global Partnership on Output-based Aid Grant Agreement

US-Mexico Border Water Infrastructure Program

EDGEWOOD INDEPENDENT SCHOOL DISTRICT

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

URBAN DEVELOPMENT CORPORATION INFORMATION MEMORANDUM GREEN GROTTO CAVES VIDEO AND PHOTOGRAPHY

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SIDEWALK INSTALLATION

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

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

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

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

MICHAEL N. FEUER CITY ATTORNEY REPORT RE:

Introduction: A. Scope of Work:

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

REQUEST FOR PROPOSALS

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

Request for Qualifications for Selected San Francisco Public Utilities Commission Construction Projects

Kenya Seed Company limited

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

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

COALINGA REDEVELOPMENT AGENCY PARKING LOT IMPROVEMENT PROGRAM GUIDELINES INTRODUCTION

INVITATION TO BID. ITB-214/17 Rehabilitation and Reconstruction of Fallujah Bridge Anbar Governorate, Iraq

Netherlands Grant for the Water Resources and Irrigation Reform Implementation Program Grant Number TF

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUEST FOR PROPOSALS

CITY OF GOLDEN, COLORADO Parks and Recreation Department

PROCUREMENT PLAN. Procurement of Goods and Works

Project # LI

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

All proposals must be received by August 30, 2016 at 2:00 PM EST

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

GRANT AGREEMENT (ADB Strategic Climate Fund) (Greater Mekong Subregion Biodiversity Conservation Corridors Project Additional Financing)

FEDERAL REPUBLIC OF NIGERIA

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

UNSOLICITED PROPOSALS

REQUEST FOR PROPOSAL FOR BUILDING LEASE

City of Gainesville State of Georgia

City of La Palma Agenda Item No. 5

Ben Walsh, Mayor CITY OF SYRACUSE MINORITY AND WOMEN BUSINESS ENTERPRISE CERTIFICATION APPLICATION

AGENDA REPORT. Meeting Date: December 21, 2010 Item Number: F 23

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

FOR THE IMPLEMENTATION OF CISCO IDENTITY SERVICE ENGINE (ISE) FOR NNPC

LA MERCED DEL PUEBLO DE CHILILI (CHILILI LAND GRANT)

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

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

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

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

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

NOTICE OF REQUEST FOR PROPOSALS

Automated Airport Parking Project

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

Housing Rehabilitation Program Administration

REQUEST FOR PROPOSALS EMERGENCY GENERATOR INSTALL AT THE NEGAUNEE SERVICE CENTER (NSC)

REQUEST FOR REGISTRATION AS SUPPLIER FOR THE PERIOD STARTING 1 ST JULY 2016 AND ENDING 30 TH JUNE 2018

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

Marlboro County School District

Financing Agreement. (Zanzibar Basic Education Improvement Project) between THE UNITED REPUBLIC OF TANZANIA. and

INVITATION TO SUBMIT EXPRESSION OF INTEREST FOR THE SUPPLY OF GOODS AND PROVISION OF SERVICES

RFP - PW FDR. ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS

PREQUALIFICATION DOCUMENT

Prepared By SUPPLY CHAIN SERVICES * * * RESUME REQUEST, INSTRUCTIONS TO PROPOSERS, PROPOSAL FORMS, CONTRACT FORMS, AND POSITION DESCRIPTION(S)

FY 2017 Shooting Range Development Grants

NURA 1013 Medication Administration I Checklist

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

ALABAMA DEPARTMENT OF ENVIRONMENTAL MANAGEMENT PERMITS AND SERVICES DIVISION STATE REVOLVING FUND PROGRAMS DIVISION

Transcription:

NADBank News Vol. IX, Edition 12, March 25, 2005 In this edition: 1. NORTH AMERICA DEVELOPMENT BANK GOVERNMENT OF TAMAULIPAS JUNTA DE AGUAS Y DRENAJE DE MATAMOROS COMPREHENSIVE WATER AND WASTEWATER PROJECT BID NOTICE 2. NORTH AMERICAN DEVELOPMENT BANK IMPERIAL IRRIGATION DISTRICT (IID) BID #05-15 CONCRETE LININGS - TRIFOLIUM LATERAL 12, ACACIA LATERAL 4, & EUCALYPTUS LATERAL 10 INVITATION FOR BIDS This Invitation for Bids 05-15 follows the General Procurement Notice for this project which was published in the NADBank News on June 9, 2003. ******************************* 1. NORTH AMERICA DEVELOPMENT BANK GOVERNMENT OF TAMAULIPAS JUNTA DE AGUAS Y DRENAJE DE MATAMOROS COMPREHENSIVE WATER AND WASTEWATER PROJECT BID NOTICE This invitation for bids follows the General Procurement Notice for this project, which was published in the Diario Oficial de la Federación, on July 30, 2003. The Matamoros water utility, Junta de Aguas y Drenaje de Matamoros, Tamaulipas (JAD), intends to use part of the proceeds of a grant from the Border Environment Infrastructure Fund (BEIF), established with funding from the U.S. Environmental Protection Agency (EPA) and administered by the North American Development Bank (NADB), through BEIF Contract 43-79/03, to finance the construction of the following works which are included in the Comprehensive Water and Wastewater Project (PIAS) of Matamoros, Tamaulipas. Bid: JAD-NADB-PIAS-001/05. Works: Construction of the storm pressure line and adjustment of feed to Pump Station EB 1 38 Minimum net worth required: $ 6,000,000 pesos Deadline for purchase of bid documents: April 18, 2005 Site visit: April 19, 2005 at 8:30 a.m. Pre-bid meeting: April 19, 2005 at 2:00 p.m. Bid submission and opening: May 9, 2005 at 9:00 a.m. Anticipated start-up date: June 13, 2005 Estimated duration: 180 days. Bid: JAD-NADB-PIAS-002/05. Works: Construction of Pump Station No. 8 Minimum net worth required: $ 7,000,000 pesos Deadline for purchase of bid documents: April 18, 2005 Site visit: April 19, 2005 at 11:00 a.m. Pre-bid meeting: April 19, 2005 at 6:00 p.m. Bid submission and opening: May 9, 2005 at 2:00 p.m. Anticipated start-up date: June 14, 2005

Estimated duration: 264 days. Bid: JAD-NADB-PIAS-003/05. Works: Construction of Pump Station EB - 40 Minimum net worth required: $ 7,500,000 pesos Deadline for purchase of bid documents: April 19, 2005 Site visit: April 19, 2005 at 8:30 a.m. Pre-bid meeting: April 19, 2005 at 2:00 p.m. Bid submission and opening: May 10, 2005 at 9:00 a.m. Anticipated start-up date: June 15, 2005 Estimated duration: 272 days. Bid: JAD-NADB-PIAS-004/05. Works: Construction of the storm pressure line and adjustment of feed to Pump Station EB 40, including adjustments to the Lauro Villar Drain Minimum net worth required: $ 2,500,000 pesos Deadline for purchase of bid documents: April 19, 2005 Site visit: April 20, 2005 at 11:00 a.m. Pre-bid meeting: April 20, 2005 at 6:00 p.m. Bid submission and opening: May 10, 2005 at 2:00 p.m. Anticipated start-up date: June 16, 2005 Estimated duration: 175 days. Bid: JAD-NADB-PIAS-005/05. Works: Construction of the storm pressure lines for Pump Stations No. 13, 19 and 8, including adjustments to the Lagunar Storm Drain System Minimum net worth required: $ 3,500,000 pesos Deadline for purchase of bid documents: April 20, 2005 Site visit: April 21, 2005 at 8:30 a.m. Pre-bid meeting: April 21, 2005 at 2:00 p.m. Bid submission and opening: May 11, 2005 at 9:00 a.m. Anticipated start-up date: June 17, 2005 Estimated duration: 222 days. Bid: JAD-NADB-PIAS-006/05. Works: Construction of Pump Station EB - 19 Minimum net worth required: $ 3,500,000 pesos Deadline for purchase of bid documents: April 20, 2005 Site visit: April 21, 2005 at 11:00 a.m. Pre-bid meeting: April 21, 2005 at 6:00 p.m. Bid submission and opening: May 11, 2005 at 2:00 p.m. Anticipated start-up date: June 20, 2005 Estimated duration: 259 days. Bid: JAD-NADB-PIAS-007/05. Works: Construction of Pump Station EB - 13 Minimum net worth required: $ 5,000,000 pesos Deadline for purchase of bid documents: April 21, 2005 Site visit: April 22, 2005 at 8:30 a.m. Pre-bid meeting: April 22, 2005 at 2:00 p.m. Bid submission and opening: May 12, 2005 at 9:00 a.m. Anticipated start-up date: June 21, 2005

Estimated duration: 256 days. Bid: JAD-NADB-PIAS-0013/05. Works: Construction of the Teotihuacan Branch, from Km. 0+000 to Km. 2+228. Minimum net worth required: $ 3,000,000 pesos Deadline for purchase of bid documents: April 21, 2005 Site visit: April 22, 2005 at 11:00 a.m. Pre-bid meeting: April 22, 2005 at 6:00 p.m. Bid submission and opening: May 22, 2005 at 2:00 p.m. Anticipated start-up date: June 22, 2005 Estimated duration: 128 days. Language: All documents, bids and work will be in Spanish only. All of the proceedings will take place in the meeting rooms at the offices of PIAS in Plant No. 2 located at Av. Virgilio Garza Ruiz S/N Acceso a Fraccionamiento Puerto Rico, H. Matamoros, Tamaulipas C. P. 87344, Tel. 011 [52] (868) 825-4228, with Ing. Rodolfo Cazares Garza, PIAS Project Manager. Bid documents may only be purchased at PIAS offices and payment must be made in cash or by certified check issued by a Mexican bank payable to Junta de Aguas y Drenaje de Matamoros. A company or joint venture may participate in one or more of the bidding competitions, but must have the sum total of the minimum net worth required for each bid. 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 JAD 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 and its regulations, and in the Tamaulipas State Law of Public Works. Bids may be submitted in Mexican pesos or U.S. dollars. This bidding process is not covered by any treaty. Interested companies must meet the general requirements outlined below, which will be reviewed by JAD. If necessary, bidders agree to provide the necessary facilities to substantiate compliance with the bid notice requirements. All documents submitted by foreign bidders must be translated into Spanish and certified by the nearest Mexican consulate. 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 addressed to JAD indicating your wish to participate in this bidding process. 2.- A copy of the company s Articles of Incorporation and latest amendments, if any, recorded in the Public Registry of Property and Commerce, or their equivalent for foreign bidders.

3.- Financial statements and income tax statement for the past fiscal year, or their equivalent for foreign bidders. The statements must be audited by an independent accounting firm with the auditor s opinion presented on the auditor s letterhead, along with his/her respective professional license, or its equivalent for foreign bidders. At least 80% of the net worth must be in capital increases through duly approved and notarized board minutes and retained earnings. 4.- Written statement that company personnel have the capacity to work in Spanish. 5.- Detailed documentation that demonstrates the technical capacity of the company, understood to be the execution of works similar to those described above carried out within the past five years. To substantiate the required experience, bidders must submit the following information: * Legal documents verifying technical capacity through contracts satisfactorily completed on time and on budget in 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 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 this project, and 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, a breakdown of the amounts to be paid out and the minimum net worth requested and committed for each one. 6.- Brief description of the company, its organization and services. 7.- Curriculum vitae (CV) of the personnel available to work on the project, signed by the individual and the legal representative of the company. Consideration will only be given to the CV s of those persons that have direct experience in water infrastructure works similar to those described herein. 8.- Sworn written statement that the bidder does not fall under any of the circumstances set forth under Article 51 of the Law of Public Works and Related Services. 9.- Bid security worth five per cent (5%) of the total bid amount presented in the form of a non-negotiable check issued by bidder and payable to the Junta de Aguas y Drenaje de Matadores, or through a bond policy in favor of JAD executed by an institution authorized to operate in Mexico. 10. - 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 for each company in the joint venture.

Interested firms may obtain additional information at the PIAS offices of JAD, Monday through Friday, from 9.00 a.m. to 3.00 p.m. and from 4.00 p.m. to 5.00 p.m. Bid documents must be duly filled out and delivered separately for each contract, in sealed envelopes marked with the Bid number and name of the works, to the PIAS offices on the date and at the time indicated above for each contract. The envelopes will be opened 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 each contract will be provided. None of the conditions contained in the bidding documents or in the proposals submitted by the bidders are negotiable. Based on a comparative analysis of the eligible bids, JAD will prepare an official report which will serve as the basis for the decision by which, if applicable, the contract will be awarded to the bidder whose bid meets the required conditions, guarantees satisfactory execution of the contract and work, and has presented the lowest evaluated bid under the terms defined in the bidding documents. General Manager Lic. Jesús Juan de la Garza Díaz del Guante Junta de Aguas y Drenaje de Matamoros Matamoros, Tamaulipas, March 24, 2005 ******************************* 2. NORTH AMERICAN DEVELOPMENT BANK IMPERIAL IRRIGATION DISTRICT (IID) BID #05-15 CONCRETE LININGS - TRIFOLIUM LATERAL 12, ACACIA LATERAL 4, & EUCALYPTUS LATERAL 10 INVITATION FOR BIDS This Invitation for Bids 05-15 follows the General Procurement Notice for this project which was published in the NADBank News on June 9, 2003. Imperial Irrigation District (the Purchaser) intends using part of the proceeds of a grant from the North American Development Bank s (the Bank) Water Conservation Investment Fund towards the cost of the Concrete Linings - Trifolium Lateral 12, Acacia Lateral 4, & Eucalyptus Lateral 10. The Purchaser now invites sealed bids from canal lining contractors for furnishing all labor, materials, transportation, and services for the construction and/or installation of one or all of the following: Trifolium Lateral 12 (Start Date: May 23, 2005) Comprises improvements to an overall length 1,629.33 feet of Trifolium Lateral 12. The replacement consists of 1,629.33 feet of concrete lining of 2 bottom 30 depth, including one (1) headwall transition, two (2) check structure transitions, one (1) delivery transition, and one (1) pipe transition.

Acacia Lateral 4 (Start Date: June 6, 2005) Comprises improvements to an overall length 2,790 feet of Acacia Lateral 4. The replacement consists of 2,790 feet of concrete lining of 2 bottom 30 depth, including one (1) headwall transition, three (3) check structure transitions, three (3) delivery transitions, and two (2) pipe transitions. Two (2) additional pipe transitions in delivery head ditches will be needed. Eucalyptus Lateral 10. (Start Date: June 13, 2005) Comprises improvements to an overall length 5,003 feet of Eucalyptus Lateral 10. The replacement consists of 5,010 feet of concrete lining of 2 bottom 38 depth, including one (1) headwall transition, two (2) check structure transitions, two (2) delivery transitions, and four (4) pipe transitions. Bidding for contracts to be financed with the proceeds of a grant from the Bank is open to firms from any country and will be in accordance with the Bank s policies and procedures. Bid documents may be obtained from the office at the address below, requested via fax, or email. If requested, the documents will be promptly dispatched by courier, but no liability can be accepted for loss or late delivery. Bid documents are also available at www.iid.com (Bid/RFQ Opportunities). Bids must be delivered to the office at the address below on or before 11:00 AM (Local Time) Tuesday, April 26, 2005, at which time they will be opened in the presence of those bidders' representatives who choose to attend. Prospective bidders may obtain further information from, and inspect and acquire the bidding documents at, the following office: Imperial Irrigation District / Purchasing 235 E. Barioni Blvd. Imperial, CA 92251 Telephone: 760-339-9253 Fax: 760-339-9470 purchasing@iid.com ******************************* 2004 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.