Invitation to Bid - Annual Tapping Sleeve

expired opportunity(Expired)
From: Birmingham Water Work(City)
24-12-02

Basic Details

started - 04 Apr, 2024 (27 days ago)

Start Date

04 Apr, 2024 (27 days ago)
due - 19 Apr, 2024 (12 days ago)

Due Date

19 Apr, 2024 (12 days ago)
Bid Notification

Type

Bid Notification
24-12-02

Identifier

24-12-02
Birmingham Water Work

Customer / Agency

Birmingham Water Work
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

April 12, 2024 Bid: 24-12-02 Subject: Invitation to Bid Prospective Bidders: Sealed bid for Annual Tapping Sleeves will be received in the Purchasing Department of the Birmingham Water Works Board, located at 3600 First Avenue North, Birmingham, Alabama 35222, until 10:00 a.m. Friday, April 19, 2024, at which time and place they will be publicly opened and read. To be considered responsive, all potential suppliers must source an executed copy of the applicable Receipt of Bid Package from the BWW Purchasing Department before the proposal’s due date. “Specifications and Conditions” and “Bid Forms” are attached, and all bids shall be F.O.B. destination, freight prepaid, and at no charge. One copy of the bid form should be returned, and the bidder should retain a copy. The Board reserves the right to reject any bids submitted, waive any informalities and technicalities. The Board reserves the right to select one or more suppliers for an award by way of awarding all items to one or more
supplier, individual line items to one or more suppliers, or subcategories of products/services to one or more suppliers when to do so, is in the best interests of the Board. The Board reserves the right to award the bid on an individual or total cost of bid basis. The Board reserves the right to cancel this bid within thirty (30) days with written notice. The Board reserves sole the right to award contracts to the lowest responsive and responsible supplier(s) as described in the solicitation documentation. The initial term of the contract shall be for a period of one (1) year from the date of award, and prices shall remain effective for that period. The Board reserves the sole right to extend any of the applicable contracts for additional one (1) year period, upon mutual consent of both parties, up to two (2) additional years, as allowable per state of Alabama Law. The Board reserves the right to cancel the contract due to non-satisfactory performance or if the awarded supplier is found to violate the terms and conditions or does not correct any violations of specifications within two days after giving notice. The Board reserves the right to RE-BID. The Board reserves the right to enter into a month-to-month contract once the contract has ended, at the current prices, until the next bid has been awarded with the mutual consent of both parties. All bid packages must be hand-delivered to the BWW Purchasing Department, which is located at 3600 First Avenue North, Birmingham, Alabama 35222. The bid packages must be directed to the attention of the Purchasing Supervisor, and marked in the lower left-hand corner of the envelope as follows: “Bids for “Annual Tapping Sleeves due on Friday, April 19, 2024, @ 10:00 a.m. at which time and place they will be publicly opened and read. Cordially, Jonathan Jett Purchasing Superintendent Date: April 12, 2024 SPECIFICATIONS AND CONDITIONS TAPPING SLEEVES The intent of this bid is to provide tapping sleeves required by the Birmingham Water Works Board in quantities listed on the attached "Bid Form." Any reference in these specifications to "Water Board" shall mean The Water Works Board of the City of Birmingham. Any reference in these specifications to "Engineer" shall mean the Chief Engineer or his designated alternate for the Water Works Board of the City of Birmingham. The entire process of manufacture of items to be furnished under these specifications shall always be open to the inspection of the Chief Engineer or his designated alternate. All defects shall be corrected to his satisfaction, or the material will be rejected. Approval at time of delivery inspection shall not prevent rejection if defects are subsequently discovered. The manufacturer shall furnish a notarized certification to the Water Board that all items were manufactured in full compliance with these specifications. A complete brochure including installation instructions and detailed drawings of proposed tapping sleeves shall be submitted with the bidder's quotation. All items furnished under this contract shall be manufactured or assembled by the manufacturer and shall carry his name or trademark permanently cast on the material. Tapping sleeves shall be split type with a flange side outlet or branch connection. The side outlet flange shall be drilled and faced for template Class 125 rating. The side outlet shall have a machined recess to match the machined projection on standard tapping valves to assure correct alignment. The metal to be used in the manufacture of the tapping sleeves is to be ductile iron in, accordance with AWWA C110-72 or latest revision. Tapping sleeves are to be coated with a bituminous coating that will meet AWWA Specifications. All mechanical joint accessories shall be ductile iron and in accordance with ASA Specifications A2 l .11 and shall be assembled on sleeve prior to shipment. All tapping sleeves shall be of the mechanical joint type. The mechanical joint ends ·shall be sealed by neoprene gaskets, compressed tightly around mains by means of a second flange or gland bolted to the end flanges of the sleeve. Gasket and its seat inside the flange of the sleeve shall be tapered or wedge shaped. The gasket shall be totally confined to prevent cold-flow when gland is tightened. Tapping sleeves 4" and 12" shall be suitable for use on pipe with Specifications of AWWA as follows: C102-53 C106-53 C108-53 Old Standard Old Standard Classes 50, 100, 150, 200, and 250 Classes 50, 100, 150, 200, and 250 Classes 50, 100, 150, 200, and 250 Class "A" Class "B" in 8", 1O" and 12" sizes Tapping sleeves 4" through 12" shall have a working pressure of 250 P.S.I. The longitudinal or side gaskets shall be of neoprene and shall be confined in a cored groove. Tapping sleeves 14" through 48" shall also be mechanical joint type and shall be suitable for use on AWWA Specification pipe in Classes "AB" or "CD". Tapping sleeves 14" through 48" shall have a working pressure of 200 P.S.I. Longitudinal gaskets for all mechanical joint type sleeves shall be of neoprene and shall be confined in groove. Set screws or other similar services that are used to spread longitudinal gaskets are not acceptable. Prices quoted must be F.O.B. destination, which is our Distribution Center, located at 3505 Messer Airport Hwy., Birmingham, Alabama 35222, delivered through entrance at 3500 2nd Ave. North, Birmingham, AL 35222. As unloading at destination will be performed with an overhead crane, it is necessary that ALL SHIPMENTS BE MADE IN AN "OPEN TOP" TRUCK OR FLAT BED TRAILER. Any bidder proposing to furnish any product not listed as acceptable in this bid must first obtain written approval of our Chief Engineer or his authorized representative prior to submission of this bid. Tapping sleeves acceptable under these specifications are as follows: MANUFACTURER 1. American Flow Control 2. Mueller IDENTIFICATION Sizes 4" - 16" Series 2800 Sizes 16" - 36" Series 1004 Sizes 4" - 24" H-615 Product numbers listed above are supplied to the Birmingham Water Works by the individual manufacturer. If there is any discrepancy between the product number and the Design Criteria/Details of Construction in this specification, the bidder is to notify the Birmingham Water Works Board for clarification before a bid is submitted. In addition, if any discrepancy within the specification itself is found, the bidder i s to notify the Birmingham Water Works for clarification before a bid is submitted. **If bidding a product manufactured by another firm, you must submit a letter from the manufacturer of that product giving your company as agent authority to bid that product. Letter may be a blanket letter from manufacturer renewable at the beginning of the calendar year giving your company authorization to bid on and sell the products that you are quoting. This letter may cover as many items as are represented by your company. In case of default by the vendor, the Board may procure the articles or services from other sources and may deduct from any monies due, or that may thereafter become due to the vendor, the difference between the price named in the contract or purchase order and the actual cost thereof to the Board. Prices paid by the Board shall be considered the prevailing market price at the time such purchase is made. AMERICAN IRON & STEEL (AIS): All iron and steel products in this specification must comply with American Iron and Steel (AIS) requirements. The requirements were established in the 2014 Consolidated Appropriations Act (CAA) under Section 436 (Public Law 113-76) which was made permanent in 2014 by the Water Resources Reform and Development Act amending the Clean Water Act under Section 608 for all Clean Water State Revolving Fund (CWSRF) loan recipients. The Water Infrastructure Finance and Innovation Act of2014 (WIFIA Program) administered by the U.S. Environmental Protection Agency (EPA) mirrors the Clean Water and Drinking Water State Revolving Fund programs (refer to Statute 33 U.S.C. §3914) as it relates to AIS requirements. MANUFACTURER AIS CERTIFICATION LETTER: Products made primarily of iron or steel (greater that 50% iron or steel, measured by material cost only) must be produced in the United States. Product manufacturer must certify products and/or materials provided by manufacturer are in full compliance with the American Iron and Steel (AIS) requirement as mandated in the Environmental Protection Agency's State Revolving Fund Programs. The Water Works Board of the City of Birmingham (Water Board) shall request and obtain AIS Certification Letters from iron and steel manufacturer supplying products and/or materials to the Water Board to be incorporated into projects. April 12, 2024 Jonathan Jett, Purchasing Superintendent The Water Works Board of the City of Birmingham 3600 First Avenue North Birmingham, Alabama 35222 BID FORM BID 24-12-02 Submitted below is our firm bid for items and/or services, which are in accordance with your "Invitation to Bid" and "Specifications and Conditions" for the Annual requirements of Annual Tapping Sleeves due Friday, April 19, 2024 @ 10:00 a.m. The undersigned has read and understands said “Invitation to Bid” and “Specifications” and expressly agree to be bound by the terms there of Estimated DIV/PC/ITEM Quantity Description Manufacturer Unit Price Total Price 201758 I ea. 201759 I ea. 4 x 4 Mechanical Joint x Flange Tapping Sleeve "AIS Certification Required" 6 x 4 Mechanical Joint x Flange Tapping Sleeve "AIS Certification Required" $ $ $ $ 8 x 4 Mechanical Joint x Flange Tapping Sleeve "AIS Certification Required" $ $ IO x 4 Mechanical Joint x Flange Tapping Sleeve $ $ 12x 4 Mechanical Joint x Flange Tapping Sleeve "AIS Certification Required" $ $ 16 x 4 Mechanical Joint x Flange Tapping Sleeve 20 x 4 Mechanical Joint x Flange Tapping Sleeve $ $ $ $ 201771 50 ea. 6 x 6 Mechanical Joint x Flange Tapping Sleeve "AIS Certification Required" 8 x 6 Mechanical Joint x Flange Tapping Sleeve "AIS Certification Required" IO x 6 Mechanical Joint x Flange Tapping $ $ $ $ 201773 I ea. 201774 6 ea. Sleeve 12 x 6 Mechanical Joint x Flange Tapping Sleeve "AIS Certification Required" 16 x 6 Mechanical Joint x Flange Tapping $ $ $ $ 201776 I ea. Sleeve $ $ 201777 I ea. 20 x 6 Mechanical Joint x Flange Tapping Sleeve $ $ 24 x 6 Mechanical Joint x Flange Tapping 201778 I ea. Sleeve $ $ 201760 10 ea. 201762 I ea. 201763 I ea. 201765 I ea. 201766 I ea. 201769 30 ea. 8 x 8 Mechanical Joint x Flange Tapping $ $ Sleeve "AIS Certification Required" 12 x 8 Mechanical Joint x Flange Tapping $ $ Sleeve "AIS Certification Required" 16 x 8 Mechanical Joint x Flange Tapping $ $ Sleeve 20 x 8 Mechanical Joint x Flange Tapping $ $ Sleeve 12 x 12 Mechanical Joint x Flange Tapping $ $ Sleeve 20 x 16 Mechanical Joint x Flange Tapping $ $ Sleeve 20 x 20 Mechanical Joint x Flange Tapping $ $ Sleeve GRAND TOTAL $ Are you bidding on an approved item per bid specifications? Yes ( ) No ( ) If No, please provide the manufacturer of the product. _ NOTE: Payment discount terms will not be considered in the award of this bid. Net 30 terms only will apply. Also, note that these are ESTIMATED QUANTITIES FOR AN ANNUAL BID. Note: Bid must be submitted in a sealed Envelope, directed to the attention of the Purchasing Manager, and marked in the Lower left-hand comer as follows: "Bid on Annual Tapping Sleeves due ,@ 10:00 a.m." BY (Signature) NAME (Type or Print) TITLE------------ DATE________ _ COMPANY ADDRESS CITY STATE ZIP TELEPHONE _ EMAIL------------- BEST SHIPPING SCHEDULE April 19, 2024 201781 40 ea. 201784 8 ea. 201786 2ea. 201787 I ea. 201796 I ea. 201804 I ea. 201806 I ea. BID If you are not bidding on this service/commodity, please complete and return this form to Birmingham Water Works, Attn: Purchasing Manager, 3600 First Avenue North, Birmingham, Alabama 35222. All Statement of No-Bid forms must be received prior to the bid opening. Failure to respond may result in the deletion of the vendor’s name from the Vendor/Contractor’s list for the Birmingham Water Works Board. Company Name: Address: Telephone: Date: We, the undersigned, have declined to respond to your Bid No. for because of the following reasons. (Service/Commodity) Specifications too “tight,” i.e., geared toward one supplier or manufacturer only. (Explain below) Need more time to respond to the Bid. We do not offer this product/service. Specifications are unclear. (Explain below) Unable to meet bond requirements. Other (specify below) REMARKS: BY: Signed: (Print or Type) 9. DescriptionNendor: GOODS AND SERVICES/PUBLIC WORKS VENDOR CHECKLIST (If all forms are not returned with bid, your bid will be non-compliant) Bid Date: HUB FORMS and DOCUMENTATION CHECKLIST Yes or No HUB Form 6- Direct Manufacturer/Suoolier Certification (Goods & Service Bids onlv) 1. HUB Form 1 - HUB Program Acknowledgement D Yes □ No 2. 5. HUB Form 2 - HUB Compliance Form HUB Form 3 - Bid Solicitation Notice (BC/A) - (Only for Public Works Bids) HUB Form 4 - Sub-Company Participation Form (Part 1 & 2)- Only for Sub-Contractors HUB Form 5 - Sub-Company Performance Form (Part 1 & 2)- Only for Sub-Contractors D Yes D Yes D Yes D Yes □ No □ No □ No □ No 6. HUB Form 6 - Sub-Company Utilization Form (Part 1 & 2) - Public Works Bids only) 7. HUB Form 7 - Hub Compliance Form - (Only for Public Works Bids) D Yes D Yes □ No □ No 8. HUB Form 8 - Prime Company Monthly Report - (Only for Public Works Bids) D Yes □ No HUB Form 9 - Prime Close-out Report - (Only for Public Works Bids) D Yes □ No 10. EEO Report D Yes □ No 11. Supplier Diversity Program Questionnaire D Yes □ No 12. Certification of Non-Discrimination D Yes □ No 13. Debarment Form D Yes □ No INSERT FOR BIDS OR RFP's REGARDING SECTION 9 OR IMMIGRATION ACT Ala. Code §31-13-9 (1975) provides that as a condition for the award of any contract, grant or incentive by the Water Works Board of the City of Birmingham, a business entity or employer that employs one or more employees within the State of Alabama, shall not knowingly employ, hire for employment, on continue to employ an unauthorized alien. You should provide documentation establishing that the business entity or employer is enrolled in the E-Verify program. If you are not enrolled, the website is e-verify program. Click on the home page. Once on the home page, click on Enroll in E-verify, it will take you through the necessary steps to enroll. Print documents and submit as requested. VENDOR INFORMATION INQUIRY □MBE □DBE □WBE □NA PLEASE INCLUDE COPY OF CERTIFICATE FROM CERTIFYING AGENCY Federal ID#:. _ Name of Company: _ Mailing Address: _ City: State: Zip: Business#: Cell#: _ _ Contact Person: Email:_ Type of Business (Contractor, Supplier, Manufacturer, etc.) _ _ D escription of Products and/or Services: _ COMMENTS: If you are a General or Sub Contractor, please provide your Contractor License Number: General Contractor License#: Sub-Contractor License#: The Birmingham Water Works Board 36001st Avenue North, Birmingham, AL 35222 Phone: {205} 244-4300 • Website: www.bwwb.org http://www.bwwb.org/ Supplier Diversity/Community Involvement Program Questionnaire Supplier Diversity Program (SDP) promote supplier diversity in public contracting in a manner that develops, strengthens and increases business opportunities for Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), Women Business Enterprise (WBE), and Veteran Business Enterprise (VBE). Please fill-out the following infonnation on your company's SDP. Bidder Name: Bid/Proposal No.: Address: Office No. Project Name: Contact Person: Cell No. Email: l. Does your company have a Supplier Diversity Program: o Yes o No If yes, please provide your website or any information pertaining to your SOP. Additional Information: _ _ _ 2. Community involvement is the power to bring positive, measurable change to both the communities in which you operate and to your business. Please provide any involvement with the community that your company participates in: Ex: charities, scholarships, etc. (United Way, Salvation Army, Children's Hosp., H20 Foundation, etc.) 3. Please provide a list of Minority vendors your company receives services or products from. Identify if the vendor is a MBE, WBE or DBE. Example: Jones Janitorial Services - MBE; Summer Office Supplies - WBE /a:a' \..,,U_:1_../ : : •I�1. MARK APPROPRIATE BLOCK 2. COMPANY NAME, CITY, STATE: 3. BWWB PROJECT/WORK LOCATION (CITY, COUNTY AND STATE) D PRIME COMPANY D SUB COMPANY T,f;W,.,, TOTAL BLACK OR AMERICAN TOTAL RACIAUETHNIC AFRICAN HISPANIC OR INDIAN OR JOB CATEGORIES EMPLOYED MINORITY AMERICAN LATINO ALASKA NATIVE NATIVE HAWAIIAN OR OTHER PACIFIC ASIAN ISLANDER TWO OR MORE RACES ON THE JOB WHITE APPRENTICES TRAINEES EXECUTIVE/SENIOR LEVEL OFFICIALS ANO MANAGERS FIRST/MID LEVEL OFFICALS AND MANAGERS PROFESSIONALS TECHICIANS SALE WORKERS SKILL ANO CRAFT WORKERS EQUIPMENT OPERATORS TRUCK DRIVERS ADMINISTRATIVE SUPPORT SERVICE WORKERS LABORERS· SEMI SKILLED M F M F M F M F M F M F M F M F M F M F M F LABORERS· UNSKILLED TOTAL D 0 0 0 0 0 0 0 0 .l· 0 0 0 0 0 0 0 0 0 0 0 0 0 APPRENTICES OTJ TRAINEES 4. PREPARED BY: (S;gnalurc and Ti/lo of Conlrnctor Roprosonlalivo) 5. DATE 6. REVIEWED BY: 7. DATE (Signaluro and Ti/lo ofBWMIB Roprosonlalivc) CERTIFICATION REGARDING DEBARMENT ( Name of Bid ) The below signed Bidder hereby certifies that it, its officers, directors, owners, stockholders and its principals: (i) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from doing business with any Federal department or agency; (ii) Have not within a three year period preceding this bid been: debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from doing business with any Federal department or agency; or convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; and (iii) Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (ii) above. Executed on this the day of __:, 20 . BIDDER: By: Its: STATE OF COUNTY) BEFORE ME, a Notary Public in and for said County, in said State, hereby certifies that whose name as of a corporation, is signed to the foregoing instrument, and who is known to me, acknowledged that on this day, that being informed of the contents of said instrument, as such officer and with full authority, executed the same voluntarily for and as the act of said corporation. Given under my hand, this day of 20 . Notary Public My commission ends: 00201-1 NON-DISCRIMINATION POLICY The Bi1mingham Water Works Board (BWWB) values the diversity of the people with whom we work and the contributions they make. Accordingly, the BWWB is committed to providing an inclusive and welcoming environment for all members of our staff, clients, volunteers, independent contractors, and vendors. The BWWB is an equal opportunity employer and all decisions regarding recruiting, hiring, promotion, assignment, training, termination, selection of volunteers and vendors, and other tem1s and conditions of employment will be made without consideration of age, sex, race, color, religion, gender, gender identity or expression, national origin, sexual orientation, disability, marital status, veteran status, pregnancy status, political opinion, work-related injury, or any other factor, characteristic or trait protected by applicable national, state or local laws. Members of our community are encouraged to raise concerns or make complaints regarding discrimination or harassment under this policy without the fear of retaliation. It is a violation of BWWB policy to retaliate against an individual for raising a good-faith concern regarding workplace discrimination or harassment; filing a complaint for discrimination or harassment; or, for cooperating in an investigation of alleged discrimination or harassment. Any person found to be in violation of this policy is subject to disciplinary action. Discrimination, harassment, disrespectful or inappropriate behavior, unfair treatment or retaliation of any kind will not be tolerated. This policy applies not only to BWWB employees but also to the volunteers, independent contractors, and business partners with whom we work. BWWB employees, volunteers, independent contractors and other constituents, whenever and wherever those individuals are conducting BWWB business or pa1iicipating in BWWB events or activities, shall maintain an environment free of discrimination, harassment, and retaliation. Any employee who has a question or concern regarding any type of discrimination or harassment is encouraged to bring it to the attention of his/her manager or the Human Resources Depa1tment. BWWB CERTIFICATION OF NON-DISCRIMINATION Vendor agrees and waii-ants that contractor does not discriminate or penuit discrimination against any employee or applicant for employment on the grounds of race, color, religion, gender, sexual orientation, gender identity or national origin. Authorized signature: For: Company Name (printed) By:------------------- Signature of Authorized Representative/Title Date: (Please return this form with your bid form submittal) Audit Clause BWWB and its authorized representatives shall have the right to audit, to examine, and to make copies of or extracts from all of Contractor's records (in whatever form they may be kept, whether written, electronic, or other) relating to or pertaining to HUB participation under this Contract kept by or under the control of Contractor, including, but not limited to those kept by the Contractor, its employees, agents, assigns, successors, and it subcontractors. Such records shall include, but not be limited to, accounting records, written policies and procedures; subcontract files; all paid vouchers including those for out-of- pocket expenses; other reimbursement supported by invoices, ledgers, cancelled checks, deposit slips, bank statements, journals, original estimates, estimating work sheets, contract amendments and change order files, back charge logs and supporting documentation, insurance documents, payroll documents, timesheets, memoranda and correspondence (written and electronic). Contractor shall, at all times during the term of this Contract and for a period of seven years after the completion of this Contract, maintain such records, together with such supporting or underlying documents and materials. Contractor shall at any time requested by BWWB, whether during or after completion of this Contract, make such records available for inspection and audit (including copies and extracts of records as required) by BWWB. Contractor shall ensure BWWB has these rights with Contractor's employees, agents, assigns, successors, and subcontractors, and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between Contractor and any subcontractors to the extent that those subcontracts or agreements relate to fulfillment of the HUB participation under this Contract. INSURANCE Competitive Bids Contractors shall not commence any work until all the insurance as provided herein is obtained nor until the Board has approved such insurance. Certificates issued by the Contractor’s Insurance Company must be filed with the Board before any work is commenced as evidence of the insurance as provided herein. Such certificates must contain a clause stating that the Insurance Company will notify the Board ten days prior to any change, cancellation or renewal of the Contractor’s insurance. Workmen’s Compensation Insurance: The Contractor shall carry Workmen’s Compensation Insurance during the life of the Contract to insure statutory liability to their employees. Comprehensive General Liability and Property Damage: The Contractor shall carry Comprehensive General Liability and Property Damage Insurance during the life of the contract covering all of the Contractor’s own operations. Comprehensive Automobile Liability and Property Damage: The Contractor shall carry Comprehensive Automobile Liability and Property Damage Insurance during the life of the contract covering (a) Contractor’s own automobile equipment and (b) hired and non-owned vehicles. The Birmingham Water Works Board Directors/ Officers Tereshia Q. Huffman Chairwoman/President William "Butch" Burbage, Jr., CPA Vice-Chairman Ronald D. Mims Second Vice Chairman Raymond "Larry" Ward Secretary-Treasurer Carl Dalton Nesmith, Esq. Assistant Secretary-Treasurer Tom E. Henderson Director Lucien B.Blankenship, Esq. Director George Munchus, PH.D. Diredor Mashonda S. Taylor Director Michael Johnson, MBA, CPA General Manager Assistant General Managers Iris Fisher, CPA Finance & Administration Derrick M. Murphy, MEng Engineering & Maintenance Operations & Technical Services RE: Request for Company Product and Service Information To Whom It May Concern: This codependence is to request information on your company's profile, specific products, and services you are interested in providing to the Birmingham Water Works Board. We are honored to have the opportunity to work with you and learn more about your company's mission. The Birmingham Water Works Board mission states ·'The BWWB is committed to providing the highest quality of water to meet the needs and expectations of our customers and stakeholders. Our services enhance the economic, social and environmental well-being of the communities we serve." The Board is very interested in discovering how your products or services can help meet its mission. Please provide details about your company's products, services, and supplier diversity program, as well as any additional documents to further explain your offerings. Per the goals of our mission to strive to be a concerned corporate citizen, please provide information on how your company has been engaged in the community, as well as the Birmingham Water Works service area. You can learn more about the Birmingham Water Works Board at www.bwwb.org. Please submit the referenced request to Jonathan Jett, via email at jonathan.jett@bwwb.om. Please contact me if I can answer any questions. I look forward to hearing from you soon. Sincerely, Derrick M. Murphy, MEng Assistant General Manager Engineering and Maintenance Division CC: Jonathan Jett - Purchasing Superintendant mailto:jonathan.jett@bwwb.om. �� ���������� �� � ����������������������������������������������� !��! ���� ��"#$%&�'()%�($%�*+$",)*-�+"�)$-./.&-�(0/..1.$-��23456�7895:�;=>?@A>?�@=B�>CD�;=>?@A>?�?DE?DFD=>@>GHDIFJ�FGK=DB�LDMGOP�Q=BD?�ED=@M>P�CD�DSDAQ>G=�CGF�TK?DDUD=>�>C@>�=�E@?>�CD�OQ=BF�E@GB�LP�>CD�V@>D?�V?WF�X@?B�EQ?FQ@=>�>�>CGF�TK?DDUD=>�=?�@=P�E@?>�CD�FD?HGADFY�E?F�?�@=P�G>DU�?�>CG=K�F?�@AZQG?DB�NG>C�F@GB�OQ=BF�FC@MM�LD�E@GB�>?�QFDB�G=�@=P�N@P�NC@>F?�>CD�ED?F=@M�LD=DOG>�?�DUEM�D=>G>P�NC@>F?�O@UGMP�UDULD?�CDUY�G=AMQBG=K�ODBD?@MY�F>@>DY�AP�@=B�UQ=GAGE@M�@=B�@=P�@KD=AP�?�FQLFGBG@?P�[�@=B�OQ?>CD?�AD?>GOP�>C@>�=DG>CD?�>CD�;=>?@A>?�=?�@=P�F�=D?FY�FY�?DE?DFD=>@>GHDFY�DUEM?�E@?>GDF�G=�G=>D?DF>�C@F�G=�@=P�N@P�A=FEG?DBY�A==GHDBY�NG>C�@=P=D�?�NG>C�@=P�UDULD?�CD�K?�DUEMCD�KCD�V@>D?�V?WF�X@?B�?�@=P�CD?�EQLMGA�?�EQLMGA�DUEMF�FDAQ?D�?�@G=�>CGF�TK?DDUD=>�@=B�OQ?>CD?�AD?>GOP�>C@>Y�DSADE>�@F�DSE?DFFGHDMP�FD>��G=�>CD�FA?W�?�FD?HGADF�CGF�TK?DDUD=>Y�=�E??�AUD=>�Q?D�NC@>FCG=K�F?�ADB�>�@=P�FQAC�K?�DUEM?��?�A=FGBD?@>G=�O?�>CGF�A=>?@A>\��T=P�HGG=�CD�>D?UF�@=B�FACGF�A=>?@A>�FC@MM�A=F>G>Q>D�@�L?D@AC�@=B�BDO@QM>�CGF�TK?DDUD=>Y�NCGAC�FC@MM�LD�A@QFD�O?�>D?UG=@>G=\�]E=�FQAC�>D?UG=@>G=�CGF�TK?DDUD=>�BQD�>�L?D@ACY�;=>?@A>?�FC@MM�GUUDBG@>DMP�?DOQ=B�>�>CD�V@>D?�V?WF�X@?B�@MM�@UF�E@GB�LP�>CD�V@>D?�V?WF�X@?B�EQ?FQ@=>�>�>CGF�TK?DDUD=>\� �_̂42̀ 9̂a�_2�94abcb6a:�dCD�;=>?@A>?�BDAM@?DF�>C@>Y�@F�CD�B@>D�CD�TK?DDUD=>Y�efghifj�hif�klhfj�kmjno�pmljqr�emj�les�mt�hif�klhfj�kmjno�pmljquo�fvwxmsffo�mj�les�qgjfyhmj�=?�@=P�CD?�K�MP�?�G=BG?DA>MP�G=>D?DF>DB�G=�>CGF�TK?DDUD=>�?�@=P�@K?DDUD=>�NG>C�>CD�;=>?@A>?�O?�NCGAC�AG=�NGMM�LD�F�BQ?G=K�>CD�ED?GGUD�>CGF�TK?DDUD=>�GF�LDG=K�ED?O?UDB\�T=BY�OQ?>CD?U?DY�>CD�;=>?@A>?�EMDBKDF�>C@>�zCD{CD{G>�NGMM�=GOP�>CD�|D=D?@M�}@=@KD?�G=�N?G>G=K�FC�A�CGF{G>F�W=C@>�@=P�FQAC�CD?�BG?DA>MP�?�G=BG?DA>MP�G=>D?DF>DB�G=�>CD�TK?DDUD=>�?�@=P�@K?DDUD=>�NG>C�>CD�;=>?@A>?�O?�NCGAC�AG=�NGMM�LD�F�BQ?G=K�>CD�@O?DF@GB�ED?GG=Y�>CD�;=>?@A>?�BDAM@?DFY�>C@>�@F�CD�B@>D�CGF�TK?DDUD=>Y�=DG>CD?�zCD{CD{G>�=?�@=P�F�?�DUEM?�B=@>DB�?�E?�KGHD�?�B=@>DY�DG>CD?�BG?DA>MP�?�G=BG?DA>MPY�>�@=P�?�DUEMCD�V@>D?�V?WF�X@?BY�?�>�@=P=D�DMFD�O?�>CD�V@>D?�V?WF�pmljquo�LD=DOG>Y�@=P�FQU�=DP�?�CD?�>CG=K�?�@GB�?�@FFGF>@=AD�G=�@G=G=K�>CGF�TK?DDUD=>�NG>C�>CD�V@>D?�V?WF�X@?B�Q=BD?�NCGAC�AG=�NGMM�LD�F�BQ?G=K�>CD�ED?GGUD�>CGF�TK?DDUD=>�GF�LDG=K�ED?O?UDB\�T=B�OQ?>CD?U?DY�>C@>�=DG>CD?�>CD�;=>?@A>?�=?�@=P�F�?�DUEM?�B=@>D�?�E?�KGHD�?�B=@>DY�BG?DA>MP�?�G=BG?DA>MPY�>�@=P�?�DUEMCD�V@>D?�V?WF�X@?BY�?�>�@=P=D�DMFD�O?�hif�klhfj�kmjno�pmljquor�klhfj�kmjno�pmljquo�mttgyglxr�mj�klhfj�kmjno�pmljquo�fvwxmsffuo�LD=DOG>Y�@=P�FQU�=DP�?�CD?�>CG=K�?�@GB�@=AD�G=�@G=G=K�@=P�@UD=BUD=>�>�>CGF�TK?DDUD=>�?�@=P�CD?�@K?DDUD=>�NG>C�>CD�;=>?@A>?�O?�NCGAC� THE WATER WORKS BOARD OF THE CITY OF BIRMINGHAM HISTORICALLY UNDERUTILIZED BUSINESS PROGRAM General Mission Statement The Water Works Board of the City of Birmingham ('"BWWB") has adopted a voluntary Historically Underutilized Business ('"HUB") Program designed to encourage the participation of HUB firms in construction projects and goods and senrices. To that end, the BW\\'B will not exclude any firm from participation in, deny any person benefits of, or otherwise discriminate in connection nith the award and performance of B'W\\'B construction contracts and goods and senices bids based on racial, gender, social, or economic status. It is the intent of the BWWB to foster competition among contractors, suppliers and vendors that ,vill result in bette1· quality and more economical services for the BWWB. Under this program, the BWWB has established a goal of 30% participation of HUB firms for services required for BWWB construction projects and goods and senices. The BWWB's stated goal will not be the determining factor in construction and goods and senrices contract awards; rather bidders must demonstrate compliance with the Good Faith Efforts, more particularly outlined below, tmYard meeting said goal. Failure on the part of a bidder to fully submit the information required herein may be considered by the BWWB in evaluating whether the bidder is responsive to bid requirements. NOTE: If Bidder is a direct manufacturer/direct supplier of the goods or services sought in this Bid and has no opportunities for HUB participation, Bidder should fill out the Direct Manufacturer/Supplier Certification Form 6. Program Goals • To ensure nondisc1imination in the award and administration of BWWB construction contracts and goods and se1vices. • To help to remove barriers to the pa1ticipation of HUB finns in receiving BWWB construction contracts and bids for goods and services. • To create a level playing field on which HUB fi1111s can compete fairly for BWWB construction contracts and bids for goods and se1vices. Definitions I. Historically Underutilized Business (HUB): A business fom1cd for the purpose of making a profit and is at least 51 % owned, operated and/or controlled by one or more American citizens or permanent resident aliens who are: Minority Business Enterprise (MBE); Women's Business Enterprise (WBE); Disadvantaged Business Enterprise (DBE) and Disable Veteran Business Enterprise (DVBE); (herein sometimes collectively refen-ed to as HUB). 2. Minority Business Enterprise (MBE): A business that is formed for the purpose of making a profit and is at least 51 % owned, operated and/or controlled by a person who is a member of the following groups: African/Black Americans; Hispanic Americans; Asian Pacific Americans; Subcontinent Asian Americans; Native Americans or American Women. 00451-l HUB Program 3. Disadvantaged Business Enterprise (DBE): A business that is fom1ed for the purpose of making a profit and is at least 51 % owned, operated and/or controlled by one or more socially and/or economically disadvantaged individuals. A socially disadvantaged individual is one who has been a subject of racial, ethnic or gender bias because of their membership in a group. An economically disadvantaged individual is one whose ability to compete in the free enterprise system is impaired due to diminished opportunities to obtain capital and credit. 4. Women's Business Enterprise (WBE): A business enterprise fanned for the purpose of making a profit and is at least 51 % owned, operated and/or control led by Ame1ican citizens or permanent resident aliens who are women. 5. Binningham Construction Industry Authority (BCIA): The BCIA (Website www.bciaI .om:) is a voluntary program developed to maximize HUB pa11icipation in the construction industry of the Bim1ingham area. Owners of construction projects in both the public and private sector participate in the BCIA 's efforts to increase the participation of HUB in their construction projects. HUB finns are ce1tified as MBE, DBE or WBE by the BClA and receive business counseling and technical assistance provided by the BCIA staff. Resources for Identifving HUB Participants Each bidder/p1ime contractor must contact BCIA for assistance in identifying HUB paiticipants. In addition to the BCIA, the following arc resources for identifying HUB participants. Each bidder/prime contractor must show proof that where appropriate, these other resources were contacted for assistance in identifying Hub patticipants. The other resources are: I . Alabama State Black Chamber of Commerce; Jeny Mitchell, Email: wehelp(@.alblackcc.org; Website: admin@naaachambcr.org; Phone: (256) 551-0673 2. Alabama Department of Economic and Community Affairs, Office of Minority Business Enterprise, Mr. Scott Stewa1t, Manager; Phone (334) 353-3966; FAX (334) 353-4311 Email; Scott.stewart@adeca.alabama.gov 3. Birmingham Airport Authority; Phone (205) 595-0533; FAX (205) 599-0538 Website: info@tlybinningham.com 4. Alabama Department of Transportation Disadvantaged Business Enterprises; John Huffman Phone: (334) 242-6251; FAX (334) 242-6256; Email: huffmanjo@dot.state.al.us Website: www.dot.state.al.us 5. Department of Innovation & Economic Opportunity; Coreata Houser, Deputy Director Phone (205) 254-2799; FAX (205) 254-774 l; Email: coreata.houser@bim1inghamal.gov 6. Alabama Depa11ment of Transportation; Phone (334) 244-6261 Website: www.dot.statc.al.us 7. Governor's Office of Minority and Women's Business Enterprises Phone 1-800-44 7-4 I 91 and (334) 242-2220; FAX (334) 242-4203 8. U.S. Department of Commerce Minority Business Development Agency Phone: (404) 730-3300; FAX (404) 730-3313; Website; www.mbda.eov 9. U.S. Small Business Administration, Alabama District Office Phone: (205) 290-710 I; FAX (205) 290-7404; Email: Carol.house@sba.gov Website: www.sba.gov/offices/district/al/binnin!!ham 00451-2 HUB Program 10. U.S. Department of Transportation Office of Small and Disadvantaged Business Utilization Phone: (202) 366-7228; FAX (202) 366-7228 11. National Association of Minority Contractors; Website: www.namc-atl.org 12. BCIA (Birmingham Construction Industry Authority) Contact: Kimberly Baylor Bivins, kbaylorbivins@bcia l .org; or Ashley Ori. aorl@bcia l .org 13. Minority Supplier Development Council Southern Regions; Contact Mark Samuels; Phone (504) 293-0404; FAX (504) 293-0401; Email: msamuel@srmsdc.org 14. Birmingham Business Resource Center; Website: www.mybbrc.biz; Contact: Brandon Pettagrue, brandon@bbrc.biz or Bob Dickerson, bdickcrson@bbrc.biz, 205-250-6380 ext. 6610 Affirmative Steps for Good Faith Solicitation All bidders must submit to BWWB in their sealed bids evidence of the following Affirmative Steps taken to utilize HUB's. These Affirmative Steps are required methods to ensure that HUB's have the opportunity to compete for contracts with BWWB. It is up to BWWB to make a fair and reasonable judgement whether a bidder/prime company made adequate good faith effo1ts. The BWWB will consider the quality, quantity, and intensity of the different kinds of effons that the bidder/prime company made. The effons employed by the bidder/prime company should be those that one could reasonably expect a bidder/prime company to take if the bidder/prime company were actively and aggressively trying to obtain HUB pa1ticipation sufficient to meet the HUB Program goals. Below is a list of types of steps that BWWB will consider as pa1t of the bidder's/prime company's good faith efforts to obtain HUB paiticipation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases: 1. Ensure HUB's arc made aware of contracting oppo1iunitics to the fullest extent practicable through outreach and recruitment activities. Soliciting through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising, written notices and notifying BCJA, or other available sources) the interest of all certified HUB's who have 1hc capability to pcrfonn the work of the contract. The bidder/prime company mus! solicit this interest within sufficient time to allow the HUB's to respond to the solicitation. The bidder/prime companv must detcnnine with cc1tainty if the HUB's arc interested bv taking appropriate steps to follow up initial solicitations. 2. Make info1mation on fo11hcoming opponunitics available to HUB's and arrange time frames for the submission and finalization of contracts and established dclive1y schedules, where the requirements pennit, in a way that encourages and facilitates participation by HUB businesses in the competitive process. This includes, at a minimum. seeking and receiving solicitations for contract bids or proposals 2 calendar days before sealed bids arc due to BWWB. 3. Once the contract has been awarded, the prime company should continue to use its best efforts to further increase HUB patticipation toward reaching the BWWB stated goal. 4. Consider in the bidding process when competing for large contracts the possibility of dividing total requirements whenever economically feasible into smaller tasks or quantities to pem1it maximum pa11icipa1ion by HUB's in the competitive process. 00451-3 HUB Program 5. Encourage contracting with a consonium of HUB's when a contract is too large for one such fin11 to handle individually. 6. Negotiate in good faith with interested HUB sub-companies. Evidence of such good faith negotiations should include the names, addresses, and telephone numbers of HUB sub-companies that were considered; a description of the information provided regarding the request for proposal, request for qualifications, plans and speci ti cations for the work selected for contracting; and evidence as to why additional agreements could not be reached for HUB sub-companies to perfom1 the work. 7. Use the resources of the BCIA and the other resources identified above. 8. Provide documented proof of steps taken to comply with items I through 7 above. Bidders/Prime companies must submit or provide the following HUB Forms as outlined below: I) Acknowledgement of HUB Program (HUB Form 1). All bidders are to read, sign and include in their sealed bid the Acknowledgement of HUB Program, indicating that they fully understand and will voluntarily participate in and follow the guidelines and instructions included in the BWWB HUB Program. 2) HUB Compliance Form (HUB Form 2). This fonn must be completed and included with all sealed bids for goods and services/public works with the BWWB. 3) HUB BIDSOLICITATIONNOTICE(HUBFOR.M3). All bidders shall complete this form and submit to the BWWB and the BCIA no later than seven (7) days after the scheduled date of the pre-bid conference. This fonn may be submitted in person at the pre-bid conference. Prospective bidders are to submit with their bid documents a copv of their HUB Form 3 with acknowledeement of receipt box completed by BCIA. (This form is used for Public Works bids only) 4) HUB Sub-company Participation Form (HUB Form 4- (Part l &2). This fonn gives a HUB sub-company the opportunity to describe the work the HUB sub-company received from the bidder/prime company, how much the HUB sub-company was paid, and any other concerns the HUB sub-company might have. Bidder/prime company shall provide copies of HUB Form 4 to all HUB sub-companies. 5) HUB Sub-companv Performance Form (HUB Form 5)- (Part 1&2). This form captures an intended HUB sub-company's description of work to be perfom1ed for the bidder and the price of the work proposed to be perfo1111ed by the HUB sub-company. This fonn is to be provided by the bidder to each HUB sub-company and submitted alone with the HUB Compliance Fo1111 included in the bid documents. 6) HUB Direct Manufacturer/Supplier Certification (HUB Form 6). This form captures the direct manufacturers or suppliers of goods and services sought in the bid and have no distributors, wholesalers, retailers or other intennediaries, and thus do not have any opportunities for HUB participation in this Bid. efhis form is used for Goods and Services bids only) 00451-4 HUB Program 7) HUB Sub-companv Utilization Form (HUB Form 6- (Part 1 &2). This form captures the bidder's/p1ime company's intended use of an identified HUB sub-company and the estimated dollar amount of the work. This fo1111 is to be completed by the bidder/prime company and submitted with the HUB Compliance Form included in the bid documents. (This form is used for Public Works bids only) 8) Changes to Approved HUB Compliance Form (HUB Fm·m 7). If any changes, substitutions, or additions are proposed to the sub-company identified in the bid or any other time during the vvork, the bidder/prime companv must submit this information to BWWB for prior written approval. No changes to the sub-company can occur without the BWWB's prior written consent. (_This form is used for Public Works bids only) 9) Monthlv Report Form (HUB Form 8). With each monthly pay request submitted to BWWB, the prime company is required to submit updated monthly HUB Form 8 reports which identify HUB firms' participation. Monthly pay requests will not be processed without the updated list of HUB firms. (This form is used for Public Works bids only) I 0) Project Close-out Report (HUB Form 9). Upon completion of the contract and prior to final payment or release of rctainage, the prime company is required to submit a HUB Form 9 Project Close­ Out Report that includes a final listing of all HUB participants on the project. The Project Close-Out Report, with documented HUB participation, is a prerequisite to process the final pay request. (This form is used for Public Works bids only) Sub-companies must be certified as HUBs in order to be counted toward the bidder·s/prime company's HUB accomplishments. The documentation of the good faith solicitation effo1ts must be detailed in order to allow for satisfactory review. Such documentation might include fax confimrntion sheets, copies of solicitation letters/emails, printouts of the online solicitations, printouts of online search results, affidavits of publication in newspapers, etc. The bidder/prime company is strongly encouraged to follow up on each written, fax, or email solicitation with at least one logged phone call. The bidder/prime company must employ the affinnative steps set out above to subcontract with HUB, even if the bidder/prime company has met its goal of HUB paiticipation. If a HUB sub-company fails to complete work under the subcontract for any reason, the prime company must notify BWWB in writing prior to any termination and must employ the good faith efforts described above if using a replacement sub-company. Any proposed changes from an approved HUB sub-company must be repo1ted to BWWB on the Changes to Approved HUB Compliance Fann (HUB Form 7) prior to initiation of the action. 00451-5 HUB Program ������� ��� ��� ����� � ��������� �������������������������� !�"#$!%�"&%'(�)&#%*�&+�$ !�,-$.�&+�)-%/-01 #/�23)"")45� #(�-0-$-#$!*�#�6%&1%#/�$&�!07&8%#1!�$ !�6#%$-7-6#$-&0�&+�9:)�7&/6#0-!(�2#(�$ #$�$!%/�-(�*!+-0!*�-0�$ !�9:)�;%&1%#/5�&0�)"")(�=&&*(�#0*�(!%>-7!(?;8@A-7�B&%'(�@-*(C�� -(�(-10!*�($#$!/!0$�(!%>!(�#(�#0�#7'0&BA!*1!/!0$�@.�$ !�80*!%(-10!*�@-**!%?;%-/!�7&/6#0.�$ #$�-$�+8AA.�80*!%($#0*(�#0*�B-AA�>&A80$#%-A.�6#%$-7-6#$!�-0�#0*�+&AA&B�$ !�18-*!A-0!(�#0*�-0($%87$-&0(�-07A8*!*�-0�$ !�)"")�9:)�;%&1%#/C�D8@/-$$!*�@.E�FFFFFFFFFFFFFFFFFFFFFFFFFFFF�,&/6#0.E�FFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFF�D-10!*�@.E�FFFFFFFFFFFFFFFFFFFFFFFFFFFFFF� ������� ��� ��� ����� � ������������������������ ����������� �� !"�#$�$%��& �� '#(��'#$%�$%��� ����������������)�*+, -./0�12�344�5166.0078�398�:95166.0078�/:;51903501�;=�0387>�.954:8.9?�516@39=�9367>�3887//>�0747@A197�9:6;7�5190350�@719>�81443�361:90�12�/:;5190350>�398�BCD�/030:/E�F98.5307�.9�G.0.9?�.2�91�/14.5.030.19/�G77�6387�;753:/7�0A7�51903501�.90798/�01�:/7�194=�.0/�1G9�2157/�01�35516@4./A�0A7�G1112�12�BCD�570.2.530.19�21�735A�/:;51903501�4./078�3/�3�BCDE*K, L15:679030.19�12�/14.5.030.19�72210�21�@1/@750.M7�BCD�2.6/>�/:5A�3/�23N�5192.630.19�/A770/>�51@.7/�12�/14.5.030.19�47007�@.901:0�12�0A7�194.97�/14.5.030.19/>�@.901:0/�12�194.97�/735A�7/:40/>�322.83M.0/�12�@:;4.530.19�.9�97G/@3@7�705E�PA7�@.67�51903501�./�/019?4=�7951:3?78�01�21441G�:@�735A�G.0079>�23N>�1�763.4�/14.5.030.19�G.0A�30�473/0�197�41??78�@A197�5344E�*Q, R:/0.2.530.19�21�910�/74750.9?�3�570.2.78�BCD�/:;51903501�0A30�/:;6.0078�3�41G�;.8�2139=�/:;5190350�373E*S, BCD�T16�S�U�BCD�V:;51903501�J72163957�T16E*W, BCD�T16�W�U�BCD�V:;51903501�C0.4.X30.19�T16E �������� ��� ��� ����� � ��������� ���������������������������������� �������������������������� ���������� ����������� �������������� �����!������������"���� ������ ����������������������������������������������� ������ ���������������#���$%�&'()�&*�&�&*%�'+( ���&' +�,-.�'&&%/� +��+/�0'&*�&*',�( ���',�&�-%��+/��$$-��&%��+/�&*�&�&*',�('���*�,��%&��+/�0'11�$ +&'+-%�& ��%%&�&*%�$ +/'&' +,� (�&*',�$ +&��$&��%���/'+��� �, 1'$'&�&' +��+/�-&'1'2�&' + ���(-�&*%��$%�&'()�$�'&%�'��-,%/�'+�,%1%$&'+��,-.�$ �3�+'%,��+/�,-331'%�,�0%�%��331'%/�%4-�11)�& ��11�3 &%+&'�1�3��&'$'3�+&,��+/�&*�&�� ��-.�$ �3�+)����&'$'3�&' +�� ���5� �� ����6��+/�� ��-.�$ �3�+)��%�( ���+$%�� ���5� �� ����6�0%�%�/',&�'.-&%/�& ��11�� �$ +&��$& �, �789:;�=>??:@AB@>C:�DECF8GH�I>JG89K@:L�G9:?�G8C:�8G?�9>9M:L�N������������������#�OPG:@�QEG98Q9;�RRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRR�OPG:@�FSEG:�GKCT:@A:C8>M;�RRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRR�=>??:@AF@>C:�QECF8GH;�RRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRR�=>??:@AF@>C:�QECF8GH�QEG98Q9;�RRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRR�=>??:@AF@>C:�FSEG:�GKCT:@A:C8>M;�RRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRR�=>??:@AF@>C:�QECF8GH�T>?�8CEKG9;�URRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRR�B@EFEI:?�VW=�XKTYQECF8GH�F8@9>Q>F89>EG�8CEKG9;��URRRRRRRRRRRRRR�B:@Q:G98J:;�RRRR�Z�[E8M;�\]Z� HUB FORM 6 (GOODS AND SERVICES) DIRECT MANUFACTURER/SUPPLIER CERTIFICATION I/we hereby certify that we are direct manufacturers or suppliers of the goods or services sought in this Bid and have no distributors, wholesalers, retailers or other intermediaries, and thus do not have any opportunities for HUB participation in this Bid. Bidder Name Bid/Contract Name Bid/Proposal No. Point of Contact Address Telephone No. Email Address Please use the space below to explain the details about your business and why there are no HUB opportunities for your bid: Bidder Signature Print Name Title Date

Birmingham, AL 35283Location

Address: Birmingham, AL 35283

Country : United StatesState : Alabama

You may also like

Invitation for Bid No. UA 24B0061EP Towing Service

Due: 09 May, 2024 (in 8 days)Agency: University of Alaska

Invitation for Bid #: 54-DM-12125347

Due: 10 May, 2024 (in 8 days)Agency: DEPARTMENT OF TRANSPORTATION

Invitation to Bid

Due: 14 May, 2024 (in 12 days)Agency: Cook County