Airfield Lighting – LED Design At The DeKalb Peachtree (PDK) Airport

expired opportunity(Expired)
From: DeKalb(County)
24-101630-ITB

Basic Details

started - 06 Mar, 2024 (1 month ago)

Start Date

06 Mar, 2024 (1 month ago)
due - 21 Mar, 2024 (1 month ago)

Due Date

21 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
24-101630-ITB

Identifier

24-101630-ITB
DeKalb County

Customer / Agency

DeKalb County
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.

TABLE OF CONTENTS Title Page Number 3 4 6 15 23 36 37 38 39 40 44 46 48 49 50 Acknowledgment of Bidder Advertisement for Bids Instructions to Bidders Bidder’s Price Schedule Form First Source Jobs Ordinance Information Certificate of Corporate Bidder Certificate of Authority – Joint Venture Bidder Bidder’s Affidavit of Compliance with O.C.G.A. §13-10-91 Contractor Reference and Release Form Subcontractor Reference and Release Form Bid Bond Form Required Documents Checklist Contractor Affidavit and Oath of Successful Bidder Attachment 1 Sample Contract for Construction Attachment 2 Technical Specifications & Division 5 - Additional Required Documents Attachment 3 Drawings 51 Page 2 of 51 ACKNOWLEDGEMENT OF BIDDER I ___________________________ have had the opportunity to review and have reviewed this Bid Document Package dated ________, 20___ in its entirety and I agree that it is accurate and complete. I_______________________ am duly and properly in office and I am fully authorized
and empowered to execute this Acknowledgement for and on behalf of the Contractor. By: ______________________(SEAL) Signature Name (Typed or Printed) Title Name of Business Federal Tax I.D. Number ATTEST: ______________________________ Signature Name (Typed or Printed) Title Page 3 of 51 ADVERTISEMENT FOR BIDS DEKALB COUNTY, GEORGIA INVITATION NUMBER 24-101630 Sealed Bids will be received by DeKalb County, Georgia, in the Department of Purchasing and Contracting, The Maloof Center, 2nd Floor, 1300 Commerce Drive, Decatur, Georgia 30030, until 3:00 p.m. on the 15th day of March, 2024, at which time and place they will be publicly opened and read aloud, for furnishing all labor, materials, equipment, and all things necessary pursuant to Drawings, Specifications, conditions, etc., for Airfield Lighting – Led Design At The DeKalb Peachtree (PDK) Airport (“the Project”). Bidder’s Price Schedule Form shall be opened and read aloud at an estimated 3 to 5 business days after Bid Opening. Bids will be considered only from experienced and well-equipped contractors. SUBMIT ONE ORIGINAL BID PACKAGE (INCLUSIVE OF THE ENTIRE INVITATION TO BID DOCUMENT AND REQUIRED DOCUMENTS WITH THE EXCEPTION OF THE BID PRICE FORM) STAMPED “ORIGINAL” AND ONE (1) FLASH DRIVE CONTAINING TWO (2) IDENTICAL COPIES OF THE BID PACKAGE TO THE ADDRESS LISTED ABOVE. Contract Documents, Drawings, and Specifications for this Work are on file and may be obtained from: SAMPLE CONTRACT FOR CONSTRUCTION: https://eFTP.mbakerintl.com/link/ESkNxOROZxUuaeDSsOX1Cu TECHNICAL SPECIFICATIONS & DIVISION 5 - ADDITIONAL REQUIRED DOCUMENTS: https://eFTP.mbakerintl.com/link/a2MxuI768Hc2jgVThSX5Za DRAWINGS: https://eFTP.mbakerintl.com/link/zVxO1Dh7gM4yqosLfxzp1a ** BIDDER IS REQUIRED TO COMPLETE AND RETURN ALL REQUIRED DOCUMENTS, INCLUDING ADDITIONAL REQUIRED FORMS LOCATED AT THE END OF THE TECHNICAL SPECIFICATIONS. ** Page 4 of 51 http://www.files.com/ https://eFTP.mbakerintl.com/link/a2MxuI768Hc2jgVThSX5Za https://eFTP.mbakerintl.com/link/zVxO1Dh7gM4yqosLfxzp1a https://eFTP.mbakerintl.com/link/ESkNxOROZxUuaeDSsOX1Cu jhooper Stamp NON-MANDATORY PRE-BID CONFERENCE A Non-mandatory pre-bid conference and virtual site visit will be held at 11:00 a.m. est on Thursday, the 22nd day of February, 2024, via Zoom video conference: https://dekalbcountga.zoom.us/. Although it is non- mandatory, Bidders are encouraged to attend and participate. Only the bidder or its authorized representative or employee shall represent the bidder at the non-mandatory pre-bid meeting. For individual firms planning to bid as a yet to be formed joint venture, a representative from each firm is encouraged to attend. For information regarding the mandatory pre-bid conference, please contact Jovan Hooper, Senior Procurement Agent at jhooper@dekalbcountyga.gov. QUESTIONS All questions concerning the Project and requests for interpretation of the solicitation may be asked and answered at the pre-bid conference; however, oral answers are not authoritative. Questions must be submitted to the Department of Purchasing and Contracting in writing via email to jhooper@dekalbcountyga.gov. Questions and requests for information, clarification concerning the specifications in this ITB or exceptions to the sample Contract for Construction must be submitted to the above listed contact person via email no later than the date and time listed in the bid timetable. Questions and requests for interpretation received after the above stated time or sent to anyone other than the listed contact person will not receive a response or be the subject of addenda. No Bid may be revoked or withdrawn until sixty (60) days after the time set for opening the Bids. THE COUNTY RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS, TO WAIVE INFORMALITIES IN BIDDING, AND TO READVERTISE. This 5th day of February 2024. DEKALB COUNTY, GEORGIA By: __________________________________ Jovan Hooper, CPP Senior Procurement Agent Department of Purchasing and Contracting Page 5 of 51 Revised 02/19/2021 P&C INSTRUCTIONS TO BIDDERS GENERAL Sealed Bids will be received by DeKalb County, Georgia, in the Department of Purchasing and Contracting, The Maloof Center, 2nd Floor, 1300 Commerce Drive, Decatur, Georgia 30030, until 3:00 p.m. on Friday the 15th day of March, 2024, for ITB No. 24-101630 according to the Drawings and Specifications entitled Airfield Lighting – LED Design At The Dekalb Peachtree (PDK) Airport at the Department of Purchasing and Contracting, The Maloof Center, 2nd Floor, 1300 Commerce Drive, Decatur, Georgia 30030. Bidder’s Price Schedule Forms shall be opened and read aloud at an estimated 3 to 5 business days after Bid Opening Date. Sealed Bids shall be submitted on the form furnished by the County and shall be submitted in triplicate, designated as original or copy. SUBMIT ONE ORIGINAL BID PACKAGE (INCLUSIVE OF THE ENTIRE INVITATION TO BID DOCUMENT AND REQUIRED DOCUMENTS WITH THE EXCEPTION OF THE BIDDER’S PRICE SCHEDULE FORM) STAMPED “ORIGINAL” AND ONE (1) FLASH DRIVE CONTAINING TWO (2) IDENTICAL COPIES OF THE BID PACKAGE TO THE ADDRESS LISTED ABOVE. Prior to beginning construction, the successful Bidder will file with the County a Performance Bond and a Payment Bond, each equal to 100% of the Contract Price, with the terms and surety to be approved by the County; and furnish satisfactory proof of carriage of the insurance required. SUBMITTING BIDS Bids are to be submitted on the proper unaltered forms, and shall be addressed to the DeKalb County Department of Purchasing and Contracting, The Maloof Center, 2nd Floor, 1300 Commerce Drive, Decatur, Georgia 30030, sealed, dated and enclosed in an envelope or package appropriately marked on the outside with the name of the Bidder, the date and hour of opening, and the Invitation to Bid Number and Project Name. FAILURE TO SUBMIT THE BIDDER’S PRICE SCHEDULE FORM IN A SEPARATE SEALED ENEVELOPE SHALL DEEM THE BID NON-RESPONSIVE. INCLUDING THE PRICE SCHEDULE IN ANY AREA OUTSIDE OF ITS SEPARATE, SEALED ENVELOPE WILL RESULT IN BIDDER’S BID BEING DEEMED NON-RESPONSIVE. Page 6 of 51 Revised 02/19/2021 P&C It is the responsibility of each Bidder to ensure that its submission is received by 3:00 p.m. on the bid due date. The time/date stamp clock located in the Department of Purchasing & Contracting shall serve as the official authority to determine lateness of any bid. The bid opening time shall be strictly observed. Be aware that visitors to our offices will go through a security screening process upon entering the building. Bidders should plan enough time to ensure that they will be able to deliver their submission prior to our deadline. Late submissions, for whatever reason, will not be evaluated. Bidders should plan their deliveries accordingly. Electronic bids will not be accepted. PRICE SCHEDULE OPENING Price Schedule openings to be conducted by the Department of Purchasing and Contracting at an estimated three (3) to five (5) days after the bid opening. Only the Price Schedules of responsive bidders shall be opened. The County reserves the right to decide which bid(s) will be deemed responsive and said determination shall be made in accordance with the requirements stated in this solicitation. BUSINESS LICENSE Bidders shall submit a copy of its current, valid business license with its Bid or upon award. If the Bidder is a Georgia corporation, Bidder shall submit a valid county or city business license. If Bidder is a joint venture, Bidder shall submit valid business licenses for each member of the joint venture. If the Bidder is not a Georgia corporation, Bidder shall submit a Certificate of Authority to transact business in the state of Georgia and a copy of its current, valid business license issued by its home jurisdiction. If Bidder holds a professional license, then Bidder shall submit a copy of the valid professional license. Failure to provide the business license, Certificate of Authority, or professional license required by this section, may result in the proposed Bid being deemed non-responsive. UTILITY SYSTEMS CONTRACTOR’S LICENSE As required by O.C.G.A. § 43-14-8, et seq., a Bidder responding to this Invitation to Bid must provide a copy of its or its subcontractor’s Georgia Utility Systems Contractor’s License, Utility Manager’s Certificate, and Utility Foreman’s Certificate with its Bid. All licenses and certificates must be issued in the name of the person or entity that will perform the utility work. If a subcontractor’s Georgia Utility Systems Contractor’s License is submitted with the Bid, the subcontractor must be listed as such on appropriate Bidder’s Lump Sum Price Form Bidder’s Unit Price Form. All licenses and certificates must be current, valid, and issued in compliance with applicable law. Failure to provide this license and necessary certificates in this format will result in the proposed Bid being deemed non-responsive. Page 7 of 51 Revised 02/19/2021 P&C GENERAL CONTRACTOR’S LICENSE NUMBER As required by O.C.G.A. § 43-41-6, et seq., a Bidder responding to this Invitation to Bid must provide a copy of its Georgia General Contractor’s License with its Bid. The Georgia General Contractor’s License must be issued in the name of the Bidder or in the name of its qualifying agent. If a proposed Bidder is relying upon a qualifying agent’s Georgia General Contractor’s License, then the name of the proposed Bidder must be set forth on the license as an affiliated business organization/dependent licensee. All licenses must be current, valid, and issued in compliance with applicable law. Failure to provide this license with the Bid will result in the proposed Bid being deemed non-responsive. QUESTIONS, ADDENDA AND INTERPRETATION All questions concerning the Project and requests for interpretation of the solicitation may be asked and answered at the pre-bid conference or virtual site visit; however, oral answers are not authoritative. Questions must be submitted to the Department of Purchasing and Contracting in writing via email to jhooper@dekalbcountyga.gov. Questions and requests for information or clarification concerning the specifications in this ITB must be submitted to the above listed contact person via email no later than the date and time listed in the bid timetable. Questions and requests for interpretation received after the above stated time or sent to anyone other than the listed contact person will not receive a response or be the subject of addenda. For questions and requests for interpretation after the pre-bid conference, each response shall be given in written addendum, separately numbered and dated, and published on the County website in sufficient time for interested parties to review. No responses to requests, answers to specification questions, or additional information shall be supplied after “5:00 p.m. est, Thursday February 29, 2024.” ACKNOWLEDGMENT OF ADDENDA Addenda may be issued in response to changes in the Invitation to Bid. Addenda must be acknowledged by signing and returning the Addendum Acknowledgement with the Bid. Acknowledgments must be received by the County before the Bid opening time and date. Failure to properly acknowledge any addendum may result in the proposed Bid being deemed non-responsive. Bidder may send an email to jhooper@dekalbcountyga.gov to verify the number of addenda prior to submission. All addenda issued for this Project may be found on DeKalb County’s website, www.dekalbcountyga.gov/formalbids. Page 8 of 51 http://www.dekalbcountyga.gov/formalbids Revised 02/19/2021 P&C AUTHORITY TO SIGN If a Bid is submitted by an individual, his/her name and mailing address must be shown. If submitted by a corporation, partnership, or joint venture, the name and physical mailing address of each member of the corporation, partnership, or joint venture must be shown. If submitted by a corporation, the Certificate of Corporate Bidder in the form attached to the Bid Document Package must be executed and submitted with the Bid. If submitted by a joint venture, the Certificate of Authority – Joint Venture in the form attached to the Bid Document Package must be executed and submitted with the Bid. A post office box is not acceptable as a physical mailing address. The legal and proper name of the proprietorship, corporation, or partnership submitting the Bid shall be printed or typed in the space provided on the Certificate of Corporate Bidder. BID GUARANTEE TO ACCOMPANY BID Each Bid must be accompanied by a Bid Guarantee in an amount of not less than ten percent (10%) of the amount of the Bid. The Bid Guarantee may be in the form of an official bank check payable to DeKalb County, or a Bid Bond in the form provided in the Bid Document Package. The Bid Bond shall be issued by a surety company licensed to write bonds in the State of Georgia, listed in the most current U.S. Treasury Circular No. 570, and have a current A.M. Best rating of "A" (Excellent) with a Financial Size Category of XII or better. VALID INSURANCE, BONDS, LICENSES, PERMITS, AND CERTIFICATES Bidder shall ensure that any bond, bid bond, payment bond, performance bond, insurance, license, permit or certificate submitted in response to this Invitation to Bid or as part of the Contract for this Project shall be current and valid when submitted, and shall remain valid, current and maintained in good standing for the Contract Term. RIGHTS RESERVED The County reserves the right to reject any or all Bids, to waive informalities, and to re-advertise. The County reserves the right to decide which Bid will be deemed lowest, responsive and responsible. For consideration as a responsible Bidder, the proposed Bidder shall, among other qualifications, demonstrate in its Bid that it has been the general contractor engaged in construction and successful completion of facilities of similar character and magnitude for at least Five (5) years, and shall demonstrate the financial ability to perform the required Work. Bidder may be required to submit evidence setting forth qualifications which entitle him to consideration as a responsible Bidder. A list of Page 9 of 51 Revised 02/19/2021 P&C work of similar character successfully completed within the last five (5) years may be required as set forth in the Invitation to Bid giving the location and size of each project. Bidder shall complete the Reference and Release Form attached to the Bidder Document Package. In addition, the Bidder shall submit upon request by the County, a list of equipment available for use on this Work with its Bid. Any additions, conditions, limitations, or provisions attached to the Bid shall render it informal, and will be cause for rejection as non-responsive. No Bid may be revoked or withdrawn until sixty (60) days after the time set for opening the Bids. AWARD OF CONTRACT The Contract, if awarded, will be awarded to that responsible Bidder whose responsive Bid will be most advantageous to the County, price and other factors considered. The County is entitled to make the determination in its sole discretion. The Contract between the County and the Contractor shall be executed in the form attached to the Bid Document Package, Attachment 1: Sample Contract for Construction and shall form a binding contract between the contracting parties. A Performance Bond and a Payment Bond, each equal to 100% of the Contract Price, must be provided by the successful Bidder, issued in proper form by a surety company licensed to write bonds in the State of Georgia, listed in the most current U.S. Treasury Circular No. 570, and which has a current A.M. Best rating of "A" (Excellent) with a Financial Size Category of XII or better. Bonds given shall meet the requirements of the law of the State of Georgia including, but not limited to, O.C.G.A. §13-10-1 and §36-91-21 et seq. FAILURE TO EXECUTE CONTRACT The County shall have sixty (60) days after the time set for openings of Bids to notify a Bidder of the County’s acceptance of the Bid and its intent to award the Contract to such Bidder. If the County so notifies a Bidder and the Bidder fails to enter into the Contract in the form attached to the Bid Document Package, Attachment 1: Sample Contract for Construction within ten (10) days of receiving such notice, or fails within that time to provide the required Payment and Performance Bonds and proof of required insurance, the amount of the Bid Bond or other Bid Guarantee shall be paid over to the County as liquidated damages. The acceptance of the payment of the Bid Bond shall not operate to bar any claim the County might otherwise have against the Bidder, and the County shall be authorized to pursue any claim against the Bidder for failure to consummate the Contract as may be authorized by law. Page 10 of 51 Revised 02/19/2021 P&C TIME AND LIQUIDATED DAMAGES The Contract Time begins within ten (10) days from the date the Contractor acknowledges receipt of the Notice to Proceed, by signing and inserting the acknowledgement date on the Notice to Proceed. Contractor shall fully complete the Work within Ninety (90) Calendar Days. For failure to complete the Work within this period, the Contractor shall pay the County liquidated damages in the amount of One Thousand Dollars and Zero Cents ($1,000.00) for each day in excess of the Contract Time unless an extension of the Contract Time has been obtained by Change Order, as defined in the Contract, prior to the expiration of the Contract Term as defined in the Contract. LOCATIONS AND SITE The site of the proposed Work is at the stated location(s) within DeKalb County, Georgia. By submitting a Bid, the Bidder accepts the site in its present condition and agrees, if awarded the Contract, to carry out all Work in accordance with the requirements of the Contract, the Specifications and as shown on the Drawings. The Bidder shall, before submitting a Bid, attend the non-mandatory virtual site visit of the site and acquaint itself with the actual conditions and the location of any or all obstructions that may exist on the site. The documents comprising the Contract contain the provisions required for the completion of the Work to be performed pursuant to this Contract. Information obtained from an officer, agent, or employee of the County, or any other person shall not affect the risks or obligations assumed by the Contractor or relieve it from fulfilling any of the conditions of the Contract. Each Bidder, prior to submitting his Bid, is responsible for reading and being thoroughly familiar with all of the documents comprising the Contract, Bid Document Package, the Specifications and as shown on the Drawings. The failure or omission of any Bidder to so familiarize itself shall in no way relieve any Bidder from any obligation in respect to his Bid. The Contractor shall inspect all easements and rights-of-way to insure that the County has obtained all land and rights-of-way necessary for completion of the Work to be performed pursuant to the Contract. The Contractor shall comply with all stipulations contained in easements acquired by the County. If applicable to the Work, all easements and rights-of-way documents are available for inspection in the office of the Airport Director, DeKalb Peachtree Airport, 2000 Airport Road, 212 Administration Building, Atlanta, Georgia 30341. The Contractor shall not be entitled to damages and agrees not to make any claim against the County, its officials or employees for the failure to obtain necessary interests in land for this Project. The Contractor shall accurately locate above-ground and below-ground utilities and structures which may be affected by the Work using whatever means may be appropriate. Page 11 of 51 Revised 02/19/2021 P&C DEKALB FIRST ORDINANCE It is the objective of the Chief Executive Officer and Board of Commissioners of DeKalb County to provide maximum practicable opportunity for all businesses to participate in the performance of government contracts. The current DeKalb County List of Certified Vendors may be found on the County website at: http://www.dekalbcountyga.gov/purchasing/pdf/supplierList.pdf DBE Requirements will supersede the DeKalb First LSBE requirements for this project; therefore, LSBE Ordinance is not applicable. DBE REQUIREMENTS DBE Requirements will supersede the DeKalb First LSBE requirements for this project. The DBE goal for this project is 10.45%. Bidder is required to complete and return all required documents, including "Attachment 2 – Additional Required Forms (Division 5)" located at the end of the Technical Specifications. FEDERAL WORK AUTHORIZATION PROGRAM PARTICIPATION All qualifying Contractors and Subcontractors performing work with DeKalb County, Georgia must register and participate in the federal work authorization program to verify the work eligibility information of new employees. In order for a Bid to be considered, it is mandatory that the Bidder’s Affidavit of Compliance with O.C.G.A. §13-10-91 included as page 35 be completed and submitted with the Bid. GEORGIA OPEN RECORDS ACT Without regard to any designation made by the person or entity making a submission, DeKalb County considers all information submitted in response to this invitation or request to be a public record that will be disclosed upon request pursuant to the Georgia Open Records Act, O.C.G.A. §50-18-70 et seq., without consulting or contacting the person or entity making the submission, unless a court order is presented with the submission. You may wish to consult an attorney or obtain legal advice prior to making a submission. FIRST SOURCE JOBS ORDINANCE The DeKalb County First Source Jobs Ordinance requires contractors or beneficiaries entering into any type of agreement with the County, including purchase orders, regardless of what they may be called, for the procurement or disposal of supplies, services, construction projects, professional or consultant Page 12 of 51 Revised 02/19/2021 P&C services, which is funded in whole or part with County funds or County administered funds in which the contractor is to receive $50,000 or more in County expenditures or committed expenditures and recipient of urban redevelopment action grants or community development block funds administered in the amount of $50,000 or more make a good faith effort to hire DeKalb County residents for at least 50% of jobs using the First Source Registry (candidate database). The work to be performed under this contract is subject to the provisions of the DeKalb County First Source Jobs Ordinance. Please complete the First Source Jobs Ordinance Acknowledgement and New Employee Tracking Form included in the First Source Jobs Ordinance and submit with the responder’s proposal. For more information on the First Source Jobs Ordinance requirement, please contact WorkSource DeKalb at www.worksourcedekalb.org or 404-687-3400. ETHICS RULES Bidders are subject to the Ethics provision within the DeKalb County Purchasing Policy; the Organizational Act, Section 22A, the Code of DeKalb County; and the rules of Executive Order 2014-4. Any violations will be addressed, pursuant to these policies and rules. To the extent that the Organizational Act, Section 22A, the Code of DeKalb County, and the rules of Executive Order 2014-4 allow a gift, meal, travel expense, ticket, or anything else of value to be purchased for a CEO employee by a contractor doing business with the County, the contractor must provide written disclosure, quarterly, of the exact nature and value of the purchase to the Chief Integrity Officer, if created, or the Finance Director or his/her designee. Every contractor conducting business with the County will receive a copy of these ethical rules at the time of execution of the contract. RIGHTS RESERVED - AWARDS The intent of this bid is to make an all-award; however, the County reserves the right to make one (1) award, or multiple awards. The County may accept any item or group of items on any bid, whichever is in the best interest of DeKalb County. Page 13 of 51 http://www.dekalbworkforce.org/ Revised 02/19/2021 P&C STANDARD COUNTY CONTRACT Attachment 1: Sample Contract for Construction, is the County’s standard contract document, which specifically outlines the contractual responsibilities. All bidders should thoroughly review the document prior to submitting a bid. Any proposed revisions to the terms or language of this document must be submitted in writing during the Questions and Answers period, or with the bidder’s bid. Since proposed revisions may result in a bid being rejected if the revisions are unacceptable to the County, bidders should review any proposed revisions with an officer of the firm having authority to execute the contract. No alterations can be made to the contract after award by the Board of Commissioners. Page 14 of 51 Revised 02/19/2021 P&C BIDDER’S PRICE SCHEDULE ***PRICE SCHEDULE MUST BE SUBMITTED IN A SEPARATE SEALED ENVELOPE OR BIDDER WILL BE DEEMED NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD, INCLUDING THE PRICE SCHEDULE IN ANY AREA OUTSIDE OF THE SEPARATE SEALED ENVELOPE WILL RESULT IN THE BID BEING DEEMED NON- RESPONSIVE *** TO: The Governing Authority of DeKalb County, Georgia The undersigned, as Bidder, declares that he has carefully examined ITB No. 24-101630, (Airfield Lighting – LED Design at the DeKalb Peachtree (PDK) Airport), an annexed proposed form of Contract, the Specifications therein contained, and the Drawings therein referred to, and that he proposes and agrees that if his Bid is accepted, to provide the necessary machinery, tools, apparatus, and other means of construction, and will furnish all materials and labor specified in the Contract, or called for by the Drawings, or necessary to complete the Work in the manner therein specified within the time specified, as therein set forth for the unit prices on the form following this page. If the Bidder’s Unit Price exceeds one page in length it should be completed in an excel format, typewritten, printed out and attached hereto. Handwritten Unit Prices exceeding one page in length may not be accepted and may result in the proposed Bid being deemed non-responsive. Page 15 of 51

1300 Commerce Drive Decatur, GA 30030Location

Address: 1300 Commerce Drive Decatur, GA 30030

Country : United StatesState : Georgia

You may also like

B44-135_College Park Airport-Airfield Lighting Improvements

Due: 07 May, 2024 (in 2 days)Agency: Maryland-National Capital Park

Airport Maintenance Facility - Design-Build

Due: 17 Jul, 2024 (in 2 months)Agency: Sanford Airport Authority

Please Sign In to see more like these.

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