Addendum One Dated 10/29/2013

Size: px
Start display at page:

Download "Addendum One Dated 10/29/2013"

Transcription

1 DFW Airport Consolidated Headquarters Structural Concrete, Roofing, ACM and Garage Structure Addendum One Dated 10/29/2013 The documents are changed as follows; 1. Turner Omega Howard (TOH) revised the Bid Date. Bids are now due Wednesday, November 06 th 2013 at 2pm. Bids must be delivered in a sealed envelope to the ADE building at DFW Airport, Fax and are not acceptable. Bids are to be addressed as below, Vincent Gallagher Turner Omega Howard Bid Enclosed Project Number SA-02 Structural Concrete, Roofing, ACM and Garage Structure BID SCOPE NUMBER(S) Your Company Name DO NOT OPEN 2. The Bid Form Document is revised and attached. 3. Bidders are advised to go to Bid Opportunities to review the documents. 4. The MBE Goals are Revised to; 1. Structural Concrete 10% 2. Roofing 0% 3. ACM Panels 0% 4. Parking Garage Structure 25% 5. The Deadline for Questions is Thursday, October 31 st 2013 at Noon via to vgallagher@tohjv.com 6. The Sign-In Sheets for the October 29 th, 2013 Non Mandatory Pre Bid meeting are attached. 7. The PowerPoint presentation files from the October 29 th, 2013 Non Mandatory Pre Bid meeting are attached. 8. The MBE Responsive Bid Checklist which was distributed at the October 29 th, 2013 Non Mandatory Pre Bid meeting is attached and incorporated into the Bid Form.

2 REQUEST FOR BIDS CONTRACT NUMBER SA 02 DFW AIRPORT CONSOLIDATED HEADQUARTERS Issued 10/30/2013 Prepared For Prepared By 2001 North Lamar Suite 100 Dallas, Texas Telephone: (214) Fax: (214)

3 BID CHECKLIST ALL OF THESE FORMS SHOULD BE INCLUDED WITH YOUR SUBMITTAL IN THIS ORDER Section 1. Bid Form *** 2. MBE ATTACHMENTS to Bid: Commitment to Minority Business Enterprise (MBE) Participation Schedule of Subcontractors (Preliminary) *** Current Certificate of MBE Subcontractor(s) *** Good Faith Effort (*** if Applicable) *** Items notated above shall be received with the bid for the bid to be deemed responsive. BID SCHEDULE Plans Available 10/22/2013 Non Mandatory Pre-bid Meeting 10/29/ am Deadline for Questions 10/31/2013 Noon CST Bids Due 11/06/ pm 2

4 Submitting a Responsive BID SUBMITTAL OF PROPOSALS 1. Provide All information requested in the Solicitation 2. Preliminary Schedule of subcontractors (PSS) Form: Complete the PSS form in its entirety which includes any proposed subcontractors, if any, to be used by listing the correct company name, certification status, description of material or service being provided or performed, and the dollar amount and percentage of work to be contracted (Ensure all calculations are correct and the document is signed) 3. If claiming MBE participation and credit, a current (un-expired) MBE certification from an approved certification agency must be submitted with bid. The following are the approved certification agencies: North Central Texas Regional Certification Agency (NCTRCA) D/FW Minority Supplier Diversity Council (DFWMSDC) 4. Proposal submittal must be SEALED and clearly marked with the Firms Name, Solicitation Number, Proposal, Bid Package and addressed to the attention of Turner Omega Howard. Fax bids are NOT acceptable. 5. Ensure proposal is signed by all interested parties in the solicitation 6. Late Bids/Proposals. Please note the time, date and delivery location (or mailing address if submitted by U.S. Postal Service). Late bids or proposals will not be accepted 7. If claiming MBE participation and credit, an MBE firm MUST have a physical office in one of the 12 counties making up DFW s Relevant Market Area. Collin, Dallas, Delta, Denton, Ellis, Hunt, Johnson, Kaufman, Parker, Rockwall, Tarrant, Wise 3

5 SA 02 DFW CONSOLIDATED HEADQUARTERS BID FORM To: Turner Omega Howard Date: Airport Development and Engineering Building 3003 South Service Road DFW Airport, TX Attn: Vincent Gallagher Submitted By: Company Name: Contact Person: Telephone No.: Note: If a firm is proposing on more than one scope of work, then a separate copy of page 2 is required for each package. Please include the credit for multiple Scopes as a Voluntary Alternate. The undersigned, in compliance with the Request For competitive Bids (RFB) for construction of the above referenced project, having carefully examined all of the drawings, specifications, related documents and site of the proposed work, and being familiar with all of the conditions surrounding the work, including the proposed construction schedule and the availability of specified materials, labor and equipment necessary to construct the Work, hereby proposes to furnish all labor, materials, taxes, insurance, equipment, tools, machinery, transportation and supervision required to perform all work, provide all services and to construct all work in accordance with the RFB Documents for the amount stated below. This proposal is to cover all expenses incurred in performing the work required for this RFB Scope under the RFB Documents and includes all warranty costs, required insurances, overhead and profit. Bid Scope No.:, Designation: (Bidders shall refer to Bid Scope No. specified in Section 3 of the Instructions to Bidders, Additional Provisions) If bidding multiple scopes, please list additional below and include a separate Page 2 for each Scope. Bid Scope No.:, Designation: Bid Scope No.:, Designation: Bid Scope No.:, Designation: Bid Scope No.:, Designation: 4

6 The undersigned proposes to perform the work for the indicated sums: BASE BID 1. INSURANCES (GENERAL LIABILITY, AUTOMOTIVE & WORKMEN S COMPENSATION FOR OFFSITE LABOR ONLY) EXCLUDING ONSITE INSURANCES PROVIDED BY ROCIP $ Included 2. INCORPORATED MATERIALS $ 3. LABOR, EQUIPMENT, RENTALS, CONSUMABLE MATERIALS ETC. $ 4. TAXES ON CONSUMABLE MATERIALS, (INCORPORATED MATERIALS ARE EXEMPT) $ GRAND TOTAL BASE BID $ COST TO PROVIDE A PAYMENT AND PERFORMANCE BOND FOR BASE BID (Not included in Base Bid) $ Alternates: Alternate Prices include all labor, material, equipment, engineering, overhead, profit, taxes, insurance s and all else necessary to complete the work. Alternate Prices are firm for the life of the Project. Award of any Alternate will be at the sole discretion of Turner Omega Howard. Alternate No. Add/Deduct $ Alternate No. Add/Deduct $ Alternate No. Add/Deduct $ Alternate No. Add/Deduct $ 5

7 Addenda: Acknowledge receipt of the following Addenda to the drawings and specifications and all of the provisions and requirements of said Addenda have been taken into consideration in preparation of this Proposal. Addendum No. Dated Addendum No. Dated Addendum No. Dated Subcontractor must acknowledge the following item: Agree to sign TURNER OMEGA HOWARD Subcontract Form without modification Initial Workman s Compensation Insurance Experience Modification Rates 2011 Insurance Company 2012 Insurance Company 2013 Insurance Company 6

8 References for projects of similar construction type and size: 1. Project Name Description Volume Architect Owner / GC $ 2. Project Name Description Volume Architect Owner / GC $ 3. Project Name Description Volume Architect Owner / GC $ 7

9 MBE Participation: In submitting this proposal, the undersigned agrees to meet or exceed the MBE goal for this package as described in the Instructions to Bidders. Bids received with percentages below the package goals will be considered responsive if a complete and acceptable Good Faith Effort documentation is included with the Bid. Bidder agrees to actively consider the placement of subcontracts for material and services with minority businesses. By submission of this bid, bidder acknowledges to have given careful attention to all such sources to assure that they are utilized to their fullest capabilities when a demonstrated ability to perform has been established. During the course of this project, payments to minority businesses shall be reported on a monthly basis to Turner Omega Howard and may be submitted to DFW Airport BDDD by completion and submission of an MBE Report with each invoice on the DFW Airport BDDD forms. Bidder agrees that Turner Omega Howard and the Owner have the right to reject any and all bids and to waive any formality: Bidder agrees that it has reviewed all of the Proposal Documents to its own complete satisfaction, including all exhibits, and has made note herein of any specific qualifications or exceptions it has to any of this documentation. Failure to note any specific qualifications or exceptions to the Proposal Documents will be deemed as acceptance of them as written. General qualifications such as basing a Proposal on reaching mutually acceptable contract terms are not acceptable. By signing below, the Bidder acknowledges and agrees to sign the TURNER OMEGA HOWARD Subcontract Form included in the Proposal Documents without modification. Submitted By: Company Name (typed): Signed by (typed): Signature: Title (typed): Legal Address (typed): Cell Number (typed): Telephone No. (typed): Fax No. (typed): (typed): Date (type): Sealed if a Corporation 8

10 ATTACH MBE DOCUMENT TO BID HERE: Commitment to Minority Business Enterprise (MBE) Participation Form One Page Only 9

11 ATTACH MBE DOCUMENT TO BID HERE: Schedule of Subcontractors (Preliminary) *** *** This document is required in order for the bid to be considered responsive. Note that DFW Contract only counts MBE participation. Certificates are only valid if the certificate holder is an ethnic minority. One or Multiple Pages 10

12 ATTACH MBE DOCUMENT TO BID HERE: Current MBE Certificate(s) *** *** This document is required in order for the bid to be considered responsive. This is required of each MBE subcontractor listed on the Schedule of Subcontractors One or Multiple Pages 11

13 ATTACH MBE DOCUMENT TO BID HERE: D/S/M/WBE Good Faith Effort Plan (and supporting documentation) *** THIS IS NOT REQUIRED IF BID MEETS MBE GOAL Multiple Pages (*** if Applicable) 12

14 Commitment to Minority Business Enterprise (MBE) Participation Form (This form is required as part of the bid/proposal submission.) The MBE goal for Solicitation/Contract # is %. NOTE: BDDD will only credit MBE participation by a firm that is certified by an approved certification entity at the time of bid/proposal submission. The undersigned Contractor has satisfied the requirements of the bid/proposal specifications in the following manner (Please check ( ) the appropriate space): The Contractor is committed to a minimum of % MBE utilization on this contract. The Contractor is unable to meet the MBE goal of % and is committed to a minimum of % MBE utilization on this contract and submits documentation demonstrating good faith efforts. The Contractor is unable to meet the MBE goal of % and submits documentation demonstrating good faith efforts. Name of Prime Contractor: Signature Title Printed Name Date MBE Page 1 of 9

15 SCHEDULE OF SUBCONTRACTORS 1 (PRELIMINARY) Prime Bidder/Contractor: DBE SBE MBE WBE NON-D/S/M/WBE Contract Name: Contract/Solicitation Number: As part of the procedures for the submission of a completed bid/proposal, all bidders/proposers are required to identify ALL participating subcontractors applicable to the above project and include this form as part of the bid. Check all Certification Status categories that apply to each subcontractor; however, only the shaded category shall be credited towards the established diversity goal. The submission of this information is considered an issue of responsiveness, and the Airport Board will not award a contract to any Contractor who has not supplied this documentation. Use additional sheets if necessary. Name of Subcontractor(s) Certification Status 2 (check the applicable) DBE SBE MBE WBE NON Description of Material or Service Being Provided or Performed Dollar Amount ($) and Percentage (%) of Work Dollar Amount & Percentage of Work to be completed by Non-MBE Subcontractors Dollar Amount & Percentage of Work to be completed by MBE Subcontractors Dollar Amount & Percentage of Work to be self-performed by the Prime Total Dollar Amount & Percentage of Work (The Total Amount shall equal the amount proposed on summary of bid/proposal page). NOTE: Certification certificate or letter MUST be attached to this form or bid/proposal will be deemed non-responsive. PRIME CONTRACTOR S CERTIFICATION The above information is true and complete to the best of my knowledge and belief. I further understand and agree that if awarded the contract, this certification shall be attached thereto and become a part thereof. Failure to provide accurate and complete information or exercise positive, good faith efforts (as defined by the Board s D/S/M/WBE Program) in support of the Board s disadvantaged/small/minority/woman-owned business intent and objective may result in being considered non-responsive to the Board s requirements. Furthermore, it is understood and agreed that, if awarded a contract by the Airport Board, the Contractor will not make additions, deletions or substitutions to this certified list of D/S/M/WBE subcontractors without the consent of the Board s Vice President of Business Diversity & Development Department (BDDD) or designee through the submittal of the D/S/M/WBE Form 102, Request for Approval of Change to Final Schedule of Subcontractors if this is determined to be the final schedule. The BDDD reserves the right to ensure compliance with the Board s D/S/M/WBE programs as deemed necessary including but not limited to audits of submitted D/S/M/WBE information applicable to the Contractor/subcontractors participating on the contract. Name and Title of Authorized Representative (Please print or type) Signature: Date: 1 Any named person, firm, partnership, corporation, association or joint venture as herein provided identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing, under contract to a prime Contractor on an Airport contract at any tier. 2 In order to credit the participation of disadvantaged/small/minority and woman-owned businesses, firms must be certified as D/S/M/WBEs by a certification agency approved by the Airport Board as defined in the D/S/M/WBE Policies and Administrative Procedures. Form 90_Updated 10/1/2012 MBE Page 2 of 9

16 SCHEDULE OF SUBCONTRACTORS 1 (FINAL) Prime Bidder/Contractor: DBE SBE MBE WBE NON-D/S/M/WBE Contract Name: Contract/Solicitation Number: As part of the procedures for the submission of a completed bid/proposal, all bidders/proposers are required to identify ALL participating subcontractors applicable to the above project and include this form as part of the bid. Check all Certification Status categories that apply to each subcontractor; however, only the shaded category shall be credited towards the established diversity goal. The submission of this information is considered an issue of responsiveness, and the Airport Board will not award a contract to any Contractor who has not supplied this documentation. Use additional sheets if necessary. Name of Subcontractor(s) Certification Status 2 (check the applicable) DBE SBE MBE WBE NON Description of Material or Service Being Provided or Performed Dollar Amount ($) and Percentage (%) of Work Dollar Amount & Percentage of Work to be completed by Non-MBE Subcontractors Dollar Amount & Percentage of Work to be completed by MBE Subcontractors Dollar Amount & Percentage of Work to be self-performed by the Prime Total Dollar Amount & Percentage of Work (The Total Amount shall equal the amount proposed on summary of bid/proposal page). NOTE: Certification certificate or letter MUST be attached to this form or bid/proposal will be deemed non-responsive. PRIME CONTRACTOR S CERTIFICATION The above information is true and complete to the best of my knowledge and belief. I further understand and agree that if awarded the contract, this certification shall be attached thereto and become a part thereof. Failure to provide accurate and complete information or exercise positive, good faith efforts (as defined by the Board s D/S/M/WBE Program) in support of the Board s disadvantaged/small/minority/woman-owned business intent and objective may result in being considered non-responsive to the Board s requirements. Furthermore, it is understood and agreed that, if awarded a contract by the Airport Board, the Contractor will not make additions, deletions or substitutions to this certified list of D/S/M/WBE subcontractors without the consent of the Board s Vice President of Business Diversity & Development Department (BDDD) or designee through the submittal of the D/S/M/WBE Form 102, Request for Approval of Change to Final Schedule of Subcontractors if this is determined to be the final schedule. The BDDD reserves the right to ensure compliance with the Board s D/S/M/WBE programs as deemed necessary including but not limited to audits of submitted D/S/M/WBE information applicable to the Contractor/subcontractors participating on the contract. Name and Title of Authorized Representative (Please print or type) Signature: Date: 1 Any named person, firm, partnership, corporation, association or joint venture as herein provided identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing, under contract to a prime Contractor on an Airport contract at any tier. 2 In order to credit the participation of disadvantaged/small/minority and woman-owned businesses, firms must be certified as D/S/M/WBEs by a certification agency approved by the Airport Board as defined in the D/S/M/WBE Policies and Administrative Procedures. Form 90_Updated 10/1/2012 MBE Page 3 of 9

17 INTENT TO PERFORM CONTRACT AS A D/S/M/WBE SUBCONTRACTOR 1 The Airport requires that disadvantaged, small, minority and woman-owned businesses be certified as D/S/M/WBEs by BDDD or an approved certification agency as defined in the DBE, SBE, and M/WBE Policy and Administrative Procedures. 1. Contract / Solicitation Number: 2. Name of Prime Contractor: 3. Address, City, State and Zip: 4. Address: 5. The Prime Contractor designates the following person as their high-level official designated to administer and coordinate the efforts to carry out the D/S/M/WBE policy on behalf of the Prime Contractor: (Name and Title -Please Print) (Phone) The undersigned subcontractor is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify "supply" or "install" or both): 1. Scope of Work: 2. Price: $ 3. D/S/M/WBE Certification # 4. 2 nd Tier Subcontracting: % of the proposed subcontract described above will be sublet and/or awarded to Non-D/S/M/WBE contractor(s). (Name of D/S/MWBE Subcontracting Firm) (Address, City, State and Zip) (Telephone) / / (Signature of Owner, President or Authorized Agent) (Printed name) (Date) DECLARATION OF PRIME CONTRACTOR I HEREBY DECLARE AND AFFIRM that as a duly authorized representative of the Prime Contractor stated above, I have personally reviewed the material and facts set forth in this form. To the best of my knowledge, information and belief, the facts and representations contained in this form are true and the owner or authorized agent of the D/S/M/WBE firm stated above signed this form in the place indicated, and no material facts have been omitted. The undersigned affirms that the Prime Contractor has no ownership or financial interest in the D/S/M/WBE subcontracting firm stated above. Except as authorized by the Vice President of Business Diversity & Development Department or his designee, the undersigned shall enter into a formal agreement with the listed D/S/M/WBE firm for work as indicated by this form within ten (10) business days after receipt of the contract executed by the Airport. The undersigned will, if requested, provide said Vice President or his designee a copy of that agreement within five (5) business days of the written request. Pursuant to State Law, any person [entity] who makes a false or fraudulent statement in connection with the participation of a D/S/M/WBE in any locally funded project or otherwise violates applicable program requirements may be referred for prosecution. (Name of Owner, President or Authorized Agent and Title) (Signature) / / (Date) 1 Any named person, firm, partnership, corporation, association or joint venture as herein provided identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing, under contract to a prime contractor on an Airport contract at any tier. MBE Page 4 of 9

18 D/S/M/WBE GOOD FAITH EFFORT PLAN NOTE: Complete form and attach support documentation only if the D/S/M/WBE goal is not achieved. The following factors are taken into account when assessing a good faith effort response. These factors are minimally considered as good faith efforts and demonstrate specific initiatives made in attempting to achieve the contract-specific D/S/M/WBE goal. These factors should not be considered as a template, checklist or some quantitative formula. Proposers are required to meet all factors outlined below and provide support documentation in order for the good faith effort plan to be assessed. CHECKING THE BOXES ONLY AND NOT SUBMITTING PROPER SUPPORT DOCUMENTATION IS NOT EVIDENCE OF A PROPER DEMONSTRATION OF GOOD FAITH EFFORT. SUBMITTAL OF THE CHECKLIST, WITH NO ADDITIONAL DOCUMENTATION, WILL NOT BE CONSIDERED ADEQUATE DEMONSTRATION OF GOOD FAITH EFFORT. Proposers are not limited to these particular areas and may include other efforts deemed appropriate. GOOD FAITH EFFORT QUESTIONS Yes ( ) No If applicable, did you attend the pre-bid/pre-proposal conference? (Include copy of sign-in sheet as an attachment) Did you obtain a current list of D/S/M/WBE firms? (Include list(s) as an attachment and source of information) Was direct contact made with the BDDD office? If yes, identify date/person contacted and assistance sought. Did you advertise in general circulation, trade association, and/or D/S/M/WBE focus media concerning subcontracting and supplier opportunities? (Include copy(ies) of advertisement or detail the name of the publication(s), advertisement date and describe the solicitation) Were D/S/M/WBE firms contacted or solicited for subcontracting and supplier opportunities? (Attach listing of solicited D/S/M/WBE firms with whom contact was made. Identify name of company, contact person, date, phone number and briefly describe nature of solicitation) Did you provide written notice to prospective D/S/M/WBE firms and follow up via telephone? (Attach copes of s and supporting documentation.) Did you solicit D/S/M/WBE firms at least seven (7) calendar days prior to bid opening? Discuss efforts made to define additional elements of the work proposed to be performed by D/S/M/WBEs in order to increase the likelihood of achieving the D/S/M/WBE goal. Were copies of bid/proposal documents furnished to D/S/M/WBEs? (Provide documentation and dates documents were provided) List, as an Attachment, all D/S/M/WBE negotiations and/or bids received but rejected. Identify company name, contact person, telephone number, date, trade area and the reason for rejecting the proposal or bid. Identify efforts made to assist interested D/S/M/WBEs in obtaining bonding, insurance, or line of credit. (Detail any assistance that was provided or if they were referred, to whom) Identify efforts made to assist interested D/S/M/WBEs in obtaining necessary equipment, supplies, materials or related assistance or services. GFE Page 1 of 2

19 Identify all D/S/M/WBE support agencies/associations contacted for D/S/M/WBE assistance or solicitation (minority chambers of commerce, purchasing councils, contractor associations, etc.) (Please attach copies of solicitation letters of assistance and/or describe, as an attachment to this section, the contact efforts made) Discuss any other effort(s) aimed at involving D/S/M/WBEs (Include as an Attachment): Identify any specific efforts to divide work, in accordance with normal industry practices, to allow maximum D/S/M/WBE participation. Discuss joint venture initiatives, second- and third-tier D/S/M/WBE subcontracting, etc., if any. List all other good faith efforts employed, please elaborate. AFFIRMATION I HEREBY AFFIRM THAT THE ABOVE INFORMATION IS TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. I FURTHER UNDERSTAND AND AGREE THAT, THIS DOCUMENT SHALL BE ATTACHED THERETO AND BECOME A BINDING PART OF THE CONCESSION CONTRACT. NAME AND TITLE OF AUTHORIZED OFFICIAL: SIGNATURE: DATE: FOR DFW BUSINESS DIVERSITY & DEVELOPMENT DEPARTMENT USE ONLY: Plan Reviewed by: Date: Signature of Diversity Business Specialist: Recommendation: Approval: Denial: GFE Page 2 of 2

20 REQUEST FOR APPROVAL OF CHANGE TO ORIGINAL SCHEDULE OF SUBCONTRACTORS Note: Changes must receive the prior written approval of the Business Diversity & Development Department. Failure to do so may result in sanctions. Contract/Solicitation Number Project Name Contractor Name, requests approval of the following addition(s) and/or deletion(s) on the SCHEDULE OF SUBCONTRACTORS (D/S/M/WBE Form No. 90), as originally submitted as part of the bid on the above named project. CHANGE Check (X) block for each transaction. ADD DELETE COMPANY NAME TRADE D/S/M/WBE STATUS DOLLAR AMOUNT INTENT TO PERFORM JUSTIFICATION Note: the proposed change(s) must be based on good cause. The Contractor must list and explain in detail its good cause for the change. Attach additional sheets as necessary. Good cause is limited to the following circumstances: 1. The listed MBE subcontractor fails or refuses to execute a written contract. 2. The listed MBE subcontractor fails or refuses to meet the Contractor s reasonable, nondiscriminatory bond requirements. 3. The listed MBE subcontractor becomes bankrupt, insolvent or exhibits credit unworthiness. 4. The listed MBE is ineligible to work on Airport projects because of suspension and debarment proceedings pursuant to federal or state law or other applicable laws or regulations. 5. BDDD has determined that the listed MBE subcontractor is not a responsible contractor. 6. The listed MBE subcontractor voluntarily withdraws from the project and provides BDDD written notice of its withdrawal. 7. The listed MBE subcontractor is ineligible to receive to receive credit for the type of work required. 8. The MBE owner dies or becomes disabled with the result that the listed MBE subcontractor is unable to complete its work on the contract. CERTIFICATION OF AFFIDAVIT The above information is true and complete to the best of my knowledge and belief. I further understand and agree that this certification shall become a part of my contract with the Dallas/Fort Worth International Airport Board. Name and Title of Signer: (Please print or type) Signature Date: Routed To: (Check One) Airport Development & Engineering Dept. Procurement & Materials Management Dept. Approved by: Vice President or Designee Business Diversity & Development Dept. Form 102_Updated 10/1/12 MBE Page 7 of 9

21 Note: Tw o (2) original copies of the PPAR must be attached to each invoice submitted for payment. Failure to attach a PPAR may result in a delayed payment process. DISA DVA N TA GED/ SM A LL/ M IN O RITY/ WO M EN BUSIN ESS EN TERPRISE (D/ S/ M / WBE) PRO GRA M Pay Perio d Act ivit y Rep o rt (PPAR) Reporting Period for the Month 20 Invoice Date Prime Contractor/ Consultant Name: Current Contract Value: Address: Contract Number: Project Title: Supplemental Agreement No.: Pay Request Number: List all Subcontractors/Subconsultants Awards and/or Purchases Made on this Project as of this Reporting Period Subcontractor/Subconsultant/Vendor Name D/S/M/ WBE Certified Non- M/WBE Description of Services Committed $ Amount $ Paid Through Reporting Date Monthly Payments (Use additional sheets if necessary) TO TALS Prime Contractor/ Consultant M O N THLY Summary Monthly $ Monthly % A. Prime Participation B.D/S/M/WBE Subs Participation & Percentage Paid C.Non-D/S/M/WBE Subs Participation & Percentage Paid D.Total Paid to Date for this Month Prime Contractor/ Consultant CUMULATIVE Dollar Amount Paid Through Reporting Period Cumulative $ Cumulative % E. Prime Participation F. D/S/M/WBE Subs Participation & Percentage G. Non-D/S/M/WBE Subs Participation & Percentage Paid Through Reporting Period H. Total Paid to Date & Percentage Authorized Signature Title Date Telephone No. Fax N o. MBE Page 8 of 9

22 Note: Tw o (2) original copies of the FINAL PPAR must be attached to the FINAL INVOICE submitted for payment. Failure to attach this document may result in a delayed payment process. DISA DVA N TA GED/ SM A LL/ M IN O RITY/ WO M EN BUSIN ESS EN TERPRISE (D/ S/ M / WBE) PRO GRA FINAL Pay Perio d Act ivit y Rep o r t (PPAR) Reporting Period for the Month 20 Invoice Date Prime Contractor/Consultant Name: Current Contract Value: Address: Contract Number: Project Title: Supplemental Agreement No.: Pay Request Number: List all Subcontractors/Subconsultants Awards and/or Purchases Made on this Project as of this Reporting Period Subcontractor/Subconsultant/Vendor Name D/S/M/ WBE Certified NON Description of Services Committed $ Amount $ Paid Through Reporting Date $ Projected Final Payment (Cumulative Total) (Use additional sheets if necessary) A. Prime Participation (Inclusive of Final Payment) TO TALS Prime Contractor/ Consultant CUMULATIVE TOTALS Dollar Amount Paid To Dat e B. D/S/M/WBE Subs Participation & Percentage (Inclusive of Final Payment) C. Non-D/S/M/WBE Subs Participation & Percentage (Inclusive of Final Payment) Cumulative $ Cumulative % D. Project Contract Total Upon Receipt of Final Payment % Authorized Signature Title Date Telephone No. Fax N o. MBE Page 9 of 9

23

24

25

26

27

28 DFW Airport SA02 Consolidated HQ Shell and Garage Structure Package Bid date: November 4th, 2013 Bid time: 2pm

29 Project Team Gary Ralls Project Executive Jeff Heimer Operations Manager Rick Lee HKS - Architect John Cairasco Safety Manager Nick Barker - Project Manager Walt Comis Superintendent Carol Stephens MBE Program Manager Grant Mendeljian Purchasing Manager Vincent Gallagher Estimator vgallagher@tcco.com

30 DFW Team Jack Zill AVP Project Administration Felix Galan - BDD DMWBE Business Specialist Cathleen Baulish Contract Manager Ruth Dornier Capital Assistance & Bonding Program Stuart Jackson Audit Manager Christa Aleshire Project Manager Amanda Mangano Contract Administrator Patrick Craney ROCIP Program Manager

31 Project Overview The total project is a new 150,000 SF Tilt Wall Concrete Office Building and associated 520 Car, 3 level parking garage. This work is not within the secure area of DFW Airport. Our focus is on the building shell structure and Garage. The plans are not complete. You are bidding on 70% documents, do not expect a change order.

32 MBE Program SA % MBE Goal MBE Classifications : Asian Pacific/Indian American, Black American, Hispanic American, American Indian, Indo Asian American. A certified MBE Prime Contractors self-performance counts towards meeting the 35% MBE goal. (MBE Certificate must be submitted with bid.) Valid MBE certification certificates required with bid submittal: North Central Texas Regional Certification Agency (NCTRCA) D/FW Minority Supplier Diversity Council (DFW MSDC) MBE must have an office in one of DFW Airport s relevant market areas: Dallas Ellis Collin Hunt Delta Johnson Denton Kaufman Parker Rockwall Wise Tarrant Review DFW Airport Business Diversity Department web page

33 MBE Program Assistance Carol Stephens, MBE Program Manager Office: Cell: Provide assistance to MBE firms Provide MBE subcontractors and suppliers list to prime bidders Verify valid MBE certificates Assist with questions on MBE program and forms required for bid submission

34 Project Location

35 Scopes of Work 1. Structural Concrete 2. Roofing 3. ACM Panels 4. Parking Garage Structure

36 ALTERNATES

37 MBE GOALS The MBE Goals are Revised to, 1. Structural Concrete 10% 2. Roofing 0% 3. ACM Panels 0% 4. Parking Garage Structure 25% More MBE is Better!

38 Bid Forms to be Submitted with Proposal Bid Form Minority Business Participation Forms Commitment to MBE Participation Preliminary Schedule of Subcontractors D/S/M/WBE Good Faith Effort Plan (and supporting documentation) Required with bid submission if 35% MBE Goal is not met Not Required if bid meets 35% MBE Goal MBE Certification Certificates Intent to Perform Contract as a D/S/M/WBE Subcontractor

39 Safety John Cairasco TOH Safety Manager Patrick Craney ROCIP Project Manager

40 DFW ROCIP Program The Dallas/Fort Worth International Airport has elected to implement a Rolling Owner Controlled Insurance Program (ROCIP) for Contractors providing direct labor at the Project Site. Participation is mandatory, but not automatic. A contractor must enroll for each contract it gets on the DFW Project Site and cannot start work until their enrollment is complete. This is a Bid Net ROCIP program meaning that contractors will need to exclude all costs for Workers Compensation, General Liability, Contractor s Pollution Liability, Builders Risk and Excess Liability insurance with limits specified in the Contractor Required Coverage section of the ROCIP Manual. Initial bids and subsequent change orders must exclude all costs for insurance coverage provided under the ROCIP. The ROCIP will provide enrolled contractors Workers Compensation, General Liability, Excess Liability, Builder s Risk, and Contractors Pollution Liability. There is a $10,000 deductible that is the enrolled contractor s responsibility on the General Liability Policy and $25,000 deductible on the Builder s Risk and Contractors Pollution Liability policies.

41 DFW ROCIP Program All Contractors are required to have and maintain offsite Workers Compensation, offsite General Liability, Auto Liability, and if required Excess Liability, Professional Liability, Aircraft Liability and Contractor s Pollution Liability for the duration of their contract at DFW. All contractors and subcontractors of every tier working on the DFW TRIP Project and NON- TRIP Projects shall institute and maintain a Modified Duty Program for injured workers. In all cases possible, health care providers/physicians treating injured workers from the DFW TRIP Program or NON-TRIP Projects will be asked to prescribe work restrictions for injured workers consistent with the Modified Duty Program rather than prescribing days away from work, contractors will be required to accommodate those restrictions. Each Contractor is also required to include the ROCIP provisions into all awarded subcontracts and ensure that they enroll each subcontractor that they hire of all tiers. The ROCIP Program Manual has been included in your bid documents if you have any questions please contact the ROCIP Program Manager: Patrick Craney at patrick.craney@willis.com or

42 QUESTIONS? Nick Barker - Project Manager Vincent Gallagher Estimator Duncan McCormick Estimator all questions to: vgallagher@tcco.com DEADLINE FOR QUESTIONS THURSDAY OCTOBER 31st AT Noon?

43 DFW Airport SA02 Consolidated HQ Shell and Garage Structure Package Bid date: November 4th, 2013 Bid time: 2pm

44 Minority Business Enterprise (MBE) Program IN EFFECT Please review all Bids/Proposal Documents CAREFULLY! STOP FAILURE to comply with the new MBE requirements will deem your Bids/Proposals Non-Responsive with no Further Consideration.

45 Submitting a Responsive BID Check List SUBMITTAL OF PROPOSALS 1. Provide All information requested in the Solicitation 2. Preliminary Schedule of subcontractors (PSS) Form: Complete the PSS form in its entirety which includes any proposed subcontractors, if any, to be used by listing the correct company name, certification status, description of material or service being provided or performed, and the dollar amount and percentage of work to be contracted (Ensure all calculations are correct and the document is signed) 3. If claiming MBE participation and credit, a current (un-expired) MBE certification from an approved certification agency must be submitted with bid. The following are the approved certification agencies: North Central Texas Regional Certification Agency (NCTRCA) D/FW Minority Supplier Diversity Council (DFWMSDC) 4. Proposal submittal must be SEALED and clearly marked with the Firms Name, Solicitation Number, Proposal, Bid Package and addressed to the attention of Turner Omega Howard. Fax bids are NOT acceptable. 5. Ensure proposal is signed by all interested parties in the solicitation 6. Late Bids/Proposals. Please note the time, date and delivery location (or mailing address if submitted by U.S. Postal Service). Late bids or proposals will not be accepted 7. If claiming MBE participation and credit, an MBE firm MUST have a physical office in one of the 12 counties making up DFW s Relevant Market Area. Collin, Dallas, Delta, Denton, Ellis, Hunt, Johnson, Kaufman, Parker, Rockwall, Tarrant, Wise

DFW Airport SA01 Southgate Plaza Infrastructure. Bid date: June 4, 2013 Bid time: 11:00 AM

DFW Airport SA01 Southgate Plaza Infrastructure. Bid date: June 4, 2013 Bid time: 11:00 AM DFW Airport SA01 Southgate Plaza Infrastructure Bid date: June 4, 2013 Bid time: 11:00 AM Project Team Gary Ralls Project Executive Jeff Heimer Operations Manager Carlos House - Project Manager Lee Halencak

More information

South Cell Phone Lot Contract Number

South Cell Phone Lot Contract Number South Cell Phone Lot Contract Number 9500656 12.18.18 1 2 Ivonne Gonzalez - Contract Administrator Dwaynetta Russell - Sr. Contract Administrator Travis Sanderfer Program Solicitations Manager Procurement

More information

Procurement and Materials Management Department Pre-Bid Conference Solicitation No Permit and Inspection Management System.

Procurement and Materials Management Department Pre-Bid Conference Solicitation No Permit and Inspection Management System. Procurement and Materials Management Department Pre-Bid Conference Solicitation No. 7006756 Permit and Inspection Management System January 28, 2019 1 Permit and Inspection Management System, Pre-Bid Conference

More information

SMALL BUSINESS ENTERPRISE (SBE) SPECIAL CONTRACT PROVISIONS

SMALL BUSINESS ENTERPRISE (SBE) SPECIAL CONTRACT PROVISIONS SMALL BUSINESS ENTERPRISE (SBE) SPECIAL CONTRACT PROVISIONS Notification is hereby given that an SBE Contract Specific Goal has been established for this Contract. The Contractor/vendor has committed to

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 3. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 3. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34 DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 3 Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34 CONTRACT NO. 9500667 January 7, 2019 The Request for Bids for the above

More information

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR LIFE SAFETY UPGRADE OF FLIGHT SERVICES FACILITY AND EXECUTIVE CONFERENCE ROOM IN TERMINAL A CONTRACT

More information

Lounge Finish- Out at Terminal D Contract Number 9500658 01/15/2019 1 Agenda Pre-Bid Conference Presentation Solicitation Logistics, RFB review, BDDD Project Details Quality Control Plan 1:30-2:00 PM 2:00-215:

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT BID REQUIREMENTS FOR SKYLINK FIRE DETECTION & SUPPRESSION SYSTEMS REPLACEMENT CONTRACT NO. 9500625 REQUEST FOR BID (RFB)

More information

Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION

Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION Metropolitan Washington Airports Authority Procurement and Contracts Dept., MA-29 1 Aviation Circle, Suite 154 Washington, DC 20001-6000 Telephone:

More information

Fair Opportunities Purchasing/Contracting Policy

Fair Opportunities Purchasing/Contracting Policy 04/8/2016 Fair Opportunities Purchasing/Contracting Policy 1.0 PURPOSE The Tarrant Regional Water District (TRWD), which includes TRWD/Dallas Integrated Pipeline Project (IPL) will strive to ensure that

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

Minority Business Enterprise (MBE) and Minority/Women Business Enterprise (M/WBE) Policy and Procedures Business Diversity & Development Department

Minority Business Enterprise (MBE) and Minority/Women Business Enterprise (M/WBE) Policy and Procedures Business Diversity & Development Department Minority Business Enterprise (MBE) and Minority/Women Business Enterprise (M/WBE) Policy and Procedures Business Diversity & Development Department Board Approved 09-06-2012 Art Program The DFW Airport

More information

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES 600 S. Grand Central Parkway, Suite 350 Las Vegas, Nevada 89106-4512 702-676-1500 Fax: 702-676-1518 Tina Quigley, General Manager September 17, 2015 ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO. 15-069 CONSTRUCTION

More information

APPENDIX 5 - The Agreement RFB Documents Page 1 of 105 CONTRACT AGREEMENT

APPENDIX 5 - The Agreement RFB Documents Page 1 of 105 CONTRACT AGREEMENT APPENDIX 5 - The Agreement RFB Documents Page 1 of 105 CONTRACT AGREEMENT THE STATE OF TEXAS ) ) COUNTIES OF DALLAS/TARRANT ) THIS CONTRACT dated the and effective when signed by all parties, is entered

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT BID REQUIREMENTS FOR NEW REFRIGERANT RECOVERY SYSTEM AT CUP AND REMOVAL OF BOILER #4 CONTRACT NO. 9500648 REQUEST FOR BID

More information

NOTICE OF INVITATION FOR BID

NOTICE OF INVITATION FOR BID NOTICE OF INVITATION FOR BID TIGER MISSOURI CORRIDOR - INDEPENDENCE US 24 Highway & Brookside and Truman Rd at N. Osage & E. Winner Rd Bid #12-5005-39T The Kansas City Area Transportation Authority (KCATA)

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT BID REQUIREMENTS FOR SOUTH CELL PHONE LOT CONTRACT NO.

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT BID REQUIREMENTS FOR SOUTH CELL PHONE LOT CONTRACT NO. DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT BID REQUIREMENTS FOR SOUTH CELL PHONE LOT CONTRACT NO. 9500656 REQUEST FOR BID (RFB) December 7, 2018 Contract No. 9500656

More information

ONONDAGA COUNTY WATER AUTHORITY MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE POLICY

ONONDAGA COUNTY WATER AUTHORITY MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE POLICY ONONDAGA COUNTY WATER AUTHORITY MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE POLICY I. Policy It is the policy of the Onondaga County Water Authority (OCWA or Authority) to foster and encourage minority

More information

Fayette County Public Schools. Supplier Diversity Program Contract Forms

Fayette County Public Schools. Supplier Diversity Program Contract Forms Fayette County Public Schools Supplier Diversity Program Contract Forms Marilyn Clark Manager of Economic Development Fayette County Public Schools Department of Economic Development 1126 Russell Cave

More information

STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE MAY 20, 2015

STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE MAY 20, 2015 STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE MAY 20, 2015 The Contractor, subrecipient, or subcontractor shall not discriminate on the basis

More information

PN /21/ DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION PLAN AND GOOD FAITH EFFORTS For LPA PROJECTS- Effective 09/25/2017

PN /21/ DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION PLAN AND GOOD FAITH EFFORTS For LPA PROJECTS- Effective 09/25/2017 PN 013 07/21/2017 - DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION PLAN AND GOOD FAITH EFFORTS For LPA PROJECTS- Effective 09/25/2017 DBE UTILIZATION PLAN All Bidders shall submit a DBE Utilization

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT BID REQUIREMENTS FOR LOUNGE FINISH-OUT AT TERMINAL D CONTRACT NO. 9500658 REQUEST FOR BID (RFB) January 4, 2019 Contract

More information

Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM

Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM Name of Bidder (Offeror): Fed. ID: Address: Telephone: Cell: Email: Fax: Contracting Agency BALTIMORE CITY PUBLIC SCHOOLS Contract (Project) Title Contract

More information

Attachment A Required Submission Documents BIDDER INFORMATION

Attachment A Required Submission Documents BIDDER INFORMATION Company Name: BIDDER INFORMATION Company Address: Authorized By (typed or printed name): Title: Authorized Signature: Date: Telephone Number: Fax Number : Email Address: Company s Web Page: Remit to Name:

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

Smart Restroom Technology. Pre-Proposal Conference April 8, 2019

Smart Restroom Technology. Pre-Proposal Conference April 8, 2019 Smart Restroom Technology Pre-Proposal Conference April 8, 2019 Agenda Scope of Work Program Overview JONATHAN DEJESUS Sr. Customer Programs Manager Business Diversity & Development RICARDO CARDOZA Business

More information

Operational Procedure: Section TABLE OF CONTENTS

Operational Procedure: Section TABLE OF CONTENTS TABLE OF CONTENTS POLICY STATEMENT 3 DEFINITIONS 4 ESTABLISHMENT OF GOALS 5 DESIGNATION OF A PROGRAM DIRECTOR FOR MWBE PROGRAMS 5 PROCEDURES TO ENSURE THAT MWBEs HAVE EQUITABLE OPPORTUNITY TO COMPETE FOR

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

DISADVANTAGED BUSINESS ENTERPRISE

DISADVANTAGED BUSINESS ENTERPRISE DISADVANTAGED BUSINESS ENTERPRISE I. Policy It is the policy of the City of Gardena that Disadvantaged Business Enterprises (DBEs) shall have the maximum opportunity to participate in contracts and subcontracts.

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT BID REQUIREMENTS FOR

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT BID REQUIREMENTS FOR DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT BID REQUIREMENTS FOR TAXIWAY FOXTROT REHABILITATION CONTRACT NO. 9500685 REQUEST FOR BID (RFB) APRIL 24, 2019 Contract No.

More information

BID REQUIREMENTS INVITATION TO BID #C19-14

BID REQUIREMENTS INVITATION TO BID #C19-14 BID REQUIREMENTS INVITATION TO BID #C19-14 The Board of Public Education for the City of Savannah and the County of Chatham, the body corporate responsible for public education in the city of Savannah

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 01 FOR

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 01 FOR DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 01 FOR COMMERCIAL DEVELOPMENT PROGRAM MANAGEMENT/CONSTRUCTION MANAGEMENT SERVICES CONTRACT NO. 8500361 March

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The

More information

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY Invitation No: IB-025-17 Date December 6, 2016 Title: Belknap Academic Classroom Building, Bid Pack III Addendum No. Five (5) Post Bid

More information

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

More information

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY FEE PROPOSAL FORM Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 To the Trustees of

More information

Addendum #4 To Request for Proposal For Elliman Fume Hood Relocation: Project Dated 08/21/2018

Addendum #4 To Request for Proposal For Elliman Fume Hood Relocation: Project Dated 08/21/2018 Division of Finance and Business Operations Procurement & Strategic Sourcing 5700 Cass Avenue, suite 4200 Detroit, Michigan 48202 (313) 577-3734 FAX (313) 577-3747 September 20, 2018 Addendum #4 To Request

More information

SDDOT CONSTRUCTION MANUAL PROJECT MANAGEMENT SECTION CHAPTER 5 DISADVANTAGED BUSINESS ENTERPRISE (DBE) TABLE OF CONTENTS. Regulation and Authority 5-2

SDDOT CONSTRUCTION MANUAL PROJECT MANAGEMENT SECTION CHAPTER 5 DISADVANTAGED BUSINESS ENTERPRISE (DBE) TABLE OF CONTENTS. Regulation and Authority 5-2 TABLE OF CONTENTS ITEM PAGE Regulation and Authority 5-2 Annual DBE Goal 5-2 Assigning DBE Contract Goals 5-2 DOT-289R/N and DOT-289R/C 5-2 Preconstruction Meeting 5-2 Monitoring DBEs on the Project 5-2

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017 REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER 2017-08 February 13, 2017 Request for Qualifications: Project 2017-08 Licensed Professional Architectural Services The EVERETT HOUSING AUTHORITY is soliciting

More information

BID FOR LUMP SUM CONTRACT

BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:

More information

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m. INVITATION TO BID Bid Package Montrose County Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m. Location Montrose County Road and Bridge Office 949 N. 2 nd Street Montrose, CO 81401 1 General

More information

Procurement and Materials Management Department Pre-Proposal Conference Solicitation No ITS Staffing Professional Services.

Procurement and Materials Management Department Pre-Proposal Conference Solicitation No ITS Staffing Professional Services. Procurement and Materials Management Department Pre-Proposal Conference Solicitation No. 8005177 ITS Staffing Professional Services January 23, 2018 1 2 Timothy Schmidt, Sr. Contract Administrator Procurement

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

GENERAL CONTRACT - PROPOSAL FORM (revised )

GENERAL CONTRACT - PROPOSAL FORM (revised ) VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Sealed proposals for lump-sum General Contract will be received at the office of the Procurement & Strategic Sourcing by electronic submission

More information

X General Construction Structural Steel X HVAC

X General Construction Structural Steel X HVAC BID PROPOSAL FORM STOCKTON UNIVERSITY 101 Vera King Farris Drive Purchasing Department Upper N Wing GALLOWAY, NEW JERSEY 08205 This bid proposal shall be returned in a sealed envelope and will be accepted

More information

ATTACHMENT H MBE FORMS A-E MARYLAND JUDICIARY (MJUD) CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT MBE FORM A

ATTACHMENT H MBE FORMS A-E MARYLAND JUDICIARY (MJUD) CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT MBE FORM A ATTACHMENT H MBE FORMS A-E MARYLAND JUDICIARY (MJUD) CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT MBE FORM A THIS AFFIDAVIT MUST BE INCLUDED WITH THE BID/PROPOSAL. IF THE BIDDER/OFFEROR FAILS

More information

VMWARE MAINTENANCE AND SUPPORT SERVICES EVENT NO SPECIFICATIONS AND SPECIAL CONDITIONS

VMWARE MAINTENANCE AND SUPPORT SERVICES EVENT NO SPECIFICATIONS AND SPECIAL CONDITIONS VMWARE MAINTENANCE AND SUPPORT SERVICES EVENT NO. 5701 SPECIFICATIONS AND SPECIAL CONDITIONS 4.0 The purpose of these specifications is to describe requirements for the VMWare maintenance and support services

More information

Mail or Deliver Complete Hard Copy Proposal Package To:

Mail or Deliver Complete Hard Copy Proposal Package To: REQUEST FOR PROPOSAL Solicitation No. 7006656 The Bus Tracker and Passenger Counting System Deadline for Proposal Submittal: June 4, 2018 at 4:00 p.m. (Central Time) Location: Airport Board Contact: DFW

More information

DFW Airport Headquarters Procurement and Materials Management Department 2400 Aviation Drive DFW Airport, TX 75261

DFW Airport Headquarters Procurement and Materials Management Department 2400 Aviation Drive DFW Airport, TX 75261 REQUEST FOR PROPOSAL Solicitation No. 7006668 IT Service Management Tool Deadline for Proposal Submittal: July 9, 2018 at 2:00 PM(Central Time) Location: Airport Board Contact: Kathie Steller DFW Airport

More information

Solicitation No Automated Access Control Maintenance and Service

Solicitation No Automated Access Control Maintenance and Service REQUEST FOR PROPOSAL Solicitation No. 7006621 Automated Access Control Maintenance and Service Deadline for Proposal Submittal: March 28, 2018 at 2:00 p.m.(central Time) Location: DFW Airport Headquarters

More information

Addendum #3 To Request for Proposal For Social Work Roof Replacement: Project Dated May 17, 2018

Addendum #3 To Request for Proposal For Social Work Roof Replacement: Project Dated May 17, 2018 Division of Finance and Business Operations Procurement & Strategic Sourcing 5700 Cass Avenue, suite 4200 Detroit, Michigan 48202 (313) 577-3734 FAX (313) 577-3747 June 8, 2018 Addendum #3 To Request for

More information

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU # VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Please Note Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise in State Funded Construction The purpose of this Special Provision is to carry out the Texas Department of Transportation's policy

More information

MACON-BIBB COUNTY, GEORGIA

MACON-BIBB COUNTY, GEORGIA MACON-BIBB COUNTY, GEORGIA Request for Professional Services (RPS) FOR Consultant to perform Disparity Needs Assessment 14-018-ND MACON-BIBB COUNTY ISSUE DATE: MAY 02, 2014 MBE/WBE/DBE Participation: Minority,

More information

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing

More information

SECTION 1.A BID FOR LUMP SUM CONTRACT

SECTION 1.A BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION. CMD ATTACHMENT 1 Requirements for Construction Contracts

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION. CMD ATTACHMENT 1 Requirements for Construction Contracts CITY & COUNTY OF SAN FRANCISCO Requirements for For Contracts $300,000 & over that are Advertised on or after August 1, 2016 PART I. GENERAL 1.01 SAN FRANCISCO ADMINISTRATIVE CODE CHAPTERS 12B AND 14B

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6104 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY. MWBE Utilization and Workforce Program Construction Projects with Federal Funding

METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY. MWBE Utilization and Workforce Program Construction Projects with Federal Funding METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY MWBE Utilization and Workforce Program Construction Projects with Federal Funding Effective October 1, 2014 PURPOSE The Metropolitan St. Louis Sewer

More information

PRE-BID CONFERENCE INVITATION TO BID (ITB) PROJECT NO.: 460C IAH AIRFIELD PAVEMENT REPAIRS SOLICITATION NO. HWC-IAHPV

PRE-BID CONFERENCE INVITATION TO BID (ITB) PROJECT NO.: 460C IAH AIRFIELD PAVEMENT REPAIRS SOLICITATION NO. HWC-IAHPV PRE-BID CONFERENCE INVITATION TO BID (ITB) PROJECT NO.: 460C IAH AIRFIELD PAVEMENT REPAIRS SOLICITATION NO. HWC-IAHPV-2017-008 Warren Ching Sr. Procurement Specialist Houston Airport System Thursday, December

More information

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a Solicitation No. B-09-071-RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO

More information

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS (RFP) CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP") May 12, 2017 CHARLOTTE PUBLIC SCHOOLS A. Instructions REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES PART

More information

City of Cincinnati SUBCONTRACTING OUTREACH PROGRAM SUMMARY

City of Cincinnati SUBCONTRACTING OUTREACH PROGRAM SUMMARY City of Cincinnati SUBCONTRACTING OUTREACH PROGRAM SUMMARY The City of Cincinnati is committed to maximizing subcontracting opportunities for all qualified and available Small Business Enterprises (SBEs).

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

ADDENDUM NO. 5. Bidders are hereby informed that all bids received on 03/20/2014 have been rejected.

ADDENDUM NO. 5. Bidders are hereby informed that all bids received on 03/20/2014 have been rejected. ADDENDUM NO. 5 TO: PLANS AND SPECIFICATIONS FOR STATE OF MISSOURI Replace Emergency Generators Delmina Woods and Gentry Treatment Centers PROJECT NO. H1401-01 Bid Opening Date is: See Below Bidders are

More information

AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT. Name of Offeror/Proposer:

AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT. Name of Offeror/Proposer: AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT Name of Offeror/Proposer: Address: Contracting Agency/Owner: Contract (Project) Title

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT REQUEST FOR QUALIFICATIONS STATEMENTS FOR ESTIMATING, COST MANAGEMENT AND SCHEDULING SERVICES AGREEMENT NO. 8500359 August

More information

Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150

Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150 Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150 January 28, 2019 ADDENDUM NO. 1 Bid No. 12528 Miscellaneous Mechanical Projects Brookhaven College 3939 Valley

More information

B. B.E.P.D. means an entity certified as a Business enterprise owned or operated by people with disabilities as defined in MCC

B. B.E.P.D. means an entity certified as a Business enterprise owned or operated by people with disabilities as defined in MCC CITY OF CHICAGO Department of Procurement Services Jamie L. Rhee, Chief Procurement Officer 121 North LaSalle Street, Room 403 Chicago, Illinois 60602-1284 Fax: 312-744-3281 TARGET MARKET SPECIAL CONDITIONS

More information

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM LOWER RIO GRANDE VALLEY DEVELOPMENT COUNCIL REQUEST FOR PROPOSAL Vinyl Bus Wrap Production and Installation Services No: 2018-06 VINYL BUS WRAP PRODUCTION AND INSTALLATION SERVICES ON PUBLIC TRANSPORTATION

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

1 Legal Publication of Proposal Mon. Apr. 2, 2018 & Mon. April 9, Last day to submit written questions. 10:00 a.m. Mon.

1 Legal Publication of Proposal Mon. Apr. 2, 2018 & Mon. April 9, Last day to submit written questions. 10:00 a.m. Mon. Request for Proposal (RFP) for ATM Service The Hall County Airport Authority (hereafter known as Authority ), is seeking proposals from experienced and qualified financial institutions eligible and licensed

More information

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No Project Manual For HVAC REPACEMENT Quitman County Schools Project No. 16030 Construction Documents 28 April 2016 One Jackson Place, Suite 250 188 East Capitol Street Jackson, Mississippi 39201 D B PN

More information

BID NO DALLAS COUNTY, TEXAS MAJOR CAPITAL IMPROVEMENT PROGRAM

BID NO DALLAS COUNTY, TEXAS MAJOR CAPITAL IMPROVEMENT PROGRAM BID NO. 2019-054-6818 DALLAS COUNTY, TEXAS MAJOR CAPITAL IMPROVEMENT PROGRAM CONTRACT & PROPOSAL DOCUMENTS FOR MCIP No. 22804 SACHSE ROAD From SH-78 to Miles Road In The City of Sachse, Texas & County

More information

ATTACHMENT D MINORITY BUSINESS ENTERPRISE FORMS

ATTACHMENT D MINORITY BUSINESS ENTERPRISE FORMS ATTACHMENT D MINORITY BUSINESS ENTERPRISE FORMS PURPOSE The Contractor shall structure its procedures for the performance of the work required in this Contract to attempt to achieve the Minority Business

More information

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE. I Application 1. II Minority Business Enterprise Goals 1. III Subcontractor Payment Requirements 2

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE. I Application 1. II Minority Business Enterprise Goals 1. III Subcontractor Payment Requirements 2 TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE I Application 1 II Minority Business Enterprise Goals 1 III Subcontractor Payment Requirements 2 IV Program Compliance Requirements 3 V Checklist for Review

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

The Housing Authority of the City of New Smyrna Beach

The Housing Authority of the City of New Smyrna Beach The Housing Authority of the City of New Smyrna Beach REQUEST FOR PROPOSAL (RFP) for UTILITY ALLOWANCE STUDY Issue Date: March 21, 2014 Proposals Due: April 21, 2014 at 4:00 PM EST ISSUED BY: The Housing

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34 DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2 Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34 CONTRACT NO. 9500667 December 21, 2018 The Request for Bids for the above

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY

EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY THE UNIVERSITY OF TEXAS SYSTEM ADMINISTRATION JANUARY 1, 2016 EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY POLICY ON UTILIZATION HISTORICALLY UNDERUTILIZED

More information

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL RFP No. 720-1707 Retail Real Estate Broker Services Proposal Submittal Deadline: Wednesday, January 11th, 2017 at 2:30 PM CST The University of Texas System Real Estate Office Prepared

More information

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as Job No. 07-7003 Water Transmission Main Rogers Ranch to I.H. 10 Project Solicitation No. B-10-050-DD BID PROPOSAL PROPOSAL OF, a corporation, a partnership consisting of an individual doing business as

More information

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY INVITATION TO BID DUNKIN DONUTS PC# 357658 2529 Fort Campbell Blvd. Hopkinsville, KY PART I - GENERAL INVITATION:. 1. 1. 1. Bid is by invitation of the Owner ONLY. The Contact is as follows: Architect:

More information

BID NO SALE OF USED COUCH BIDS DUE FEBRUARY 27, :00 P.M. BID NO

BID NO SALE OF USED COUCH BIDS DUE FEBRUARY 27, :00 P.M. BID NO JACK BEACHAM, C.P.M., A.P.P. PURCHASING AGENT TARRANT COUNTY PURCHASING DEPARTMENT ROB COX, C.P.M., A.P.P. ASSISTANT PURCHASING AGENT BID NO. 2017-074 SALE OF USED COUCH BIDS DUE FEBRUARY 27, 2017 2:00

More information

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404) City of Forest Park Request for Proposals for the Forest Park Urban Redevelopment Agency (URA) Installation Ft. Gillem Forest Park, Georgia 30297 Mandatory Pre-Proposal Conference September 29, 2015 at

More information

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT NORTH ORANGE COUNTY COMMUNICTION COLLEGE DISTRICT PURCHASING DEPARTMENT 1830 WEST ROMNEYA DR.

More information

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3 CITY & COUNTY OF SAN FRANCISCO Requirements for Contracts For Contracts $300,000 & over that are Advertised on or after August 1, 2016 PART I. GENERAL 1.01 SAN FRANCISCO ADMINISTRATIVE CODE CHAPTERS 12B

More information

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916 Southwest Florida Affordable Housing Choice Foundation, Inc. RFP #: 2010-01 Broadway Apartments Southwest Florida Affordable Housing Choice Foundation, Inc. 4224 Renaissance Preserve Way Fort Myers, FL

More information

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit responses from Energy Service

More information