DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Airline and Directory Sign Maintenance 2012 Contract No.:

Size: px
Start display at page:

Download "DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Airline and Directory Sign Maintenance 2012 Contract No.:"

Transcription

1 DENVER INTERNATIONAL AIRPORT BID FORMS CONTRACT NAME: Contract No.: Bid Letter BIDDER Manager of Aviation City and County of Denver Business Management Services (Procurement) Office Airport Office Building, Room 8810 Denver International Airport 8500 Peña Boulevard Denver, Colorado This letter is in response to the Notice of Invitation for Bids first published on May 1, 2012, for Contract No , Denver International Airport, Airline and Directory Sign Maintenance This contract is for: Provide standard tenant directional and informational signage for the traveling public. Directional and informational signs are located on the roadway (Pena Blvd.), Terminal Curbside (Levels 4, 5, & 6 east and west), inside the Terminal building and at Concourse Gate locations. Directories are located in the Terminal, Train Stations, Train Cars and in Concourse Gate areas. Update all tenant signage & directories as needed. The contractor must have a minimum of 12 months experience with similar size work which meets this project scope, schedule and commercial materials/fabrication. The work involves overnight Peña Boulevard traffic control with overhead sign message changes. The undersigned Bidder declares that it has carefully examined the location of the proposed work and has carefully read and examined all of the Contract Documents which include, but are not limited to, the Contract Drawings, Technical Specifications, Construction Contract General Conditions, Special Conditions, Instruction to Bidders, and EEO provisions, and hereby proposes to furnish all labor, materials, equipment, tools, transportation and services, and to discharge all duties and obligations necessary and required to perform and complete the Work as required in the Contract Documents which are provided herewith and by this reference made a part hereof for the prices shown in the bid forms and totaled below: Total Contract Bid Amount: Dollars and Cents ($ ). The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents: Addenda Nos.: B-1

2 The undersigned agrees that this bid is a firm offer to the City to perform and complete the Contract described above which cannot be withdrawn for one hundred twenty (120) calendar days after the bids are opened or until after a contract for the work described in these bid documents is fully executed by the City, whichever date is earlier. The undersigned Bidder hereby agrees to appear at Denver International Airport, Business Management Services Office, Room 8810, Airport Office Building, at any time within five (5) working days from the date of a written notice from the Manager to do so, mailed and/or faxed to the business address of Bidder and at that time the Bidder shall: (1) deliver an executed Contract which conforms with this bid; (2) furnish the required performance and payment bonds in the sum of the Total Contract Bid Amount shown above, executed by a surety company acceptable to the Manager; and (3) furnish the required insurance documents. Enclosed herewith is a bid guarantee, as defined in the Instructions to Bidders, in the amount of which bid guarantee the undersigned Bidder agrees is to be paid to and become the property of the City as liquidated damages should the bid be considered to be the best by the City and the undersigned Bidder notified that it is the apparent low bidder and it fails to enter into contract in the form prescribed and to furnish the required performance and payment bonds and evidences of insurance within five (5) working days as stipulated above. Attached and incorporated herein as the proposed Schedule of Prices and Quantities and Bid Data Forms. All of the forms must be completed. Bidder acknowledges that the City may incorporate, at its option, any or all of the data submitted by the Bidder into a contract arising out of this Bid. The undersigned Bidder acknowledges the right of the City to waive informalities in the bids, to reject any or all bids submitted, and to re-advertise for bids. The undersigned certifies that it has examined and is fully familiar with all of the provisions of the Contract Documents and is satisfied that they are accurate; that it has carefully checked all words and figures and all statements made in these Bid forms; and that it has satisfied itself with respect to the actual site conditions and the nature and location of the Work, the general and local conditions which may be encountered in the performance of the Work, and other matters which in any way affect the Work or the cost thereof. [CERTIFICATION AND SIGNATURE ON FOLLOWING PAGES] B-2

3 This bid is submitted upon the declaration that neither, I (we), nor, to the best of my (our) knowledge, none of the members of my (our) firm or company have either directly or indirectly entered into any agreement, participated in any collusion or otherwise taken any action in restraint of free competitive bidding in connection with this bid. Dated this day of,. BUSINESS ADDRESS OF BIDDER: City, State, Zip Code: Telephone Number of Bidder: Fax Number of Bidder: ( ) ( ) Social Security or Employer Id. No. of Bidder: SIGNATURE OF BIDDER: If a Corporation: Attest: (Corporate Seal) Secretary If a Limited Liability Company: PRINT NAME OF CORPORATION: a Corporation By: President PRINT NAME OF LIMITED LIABILITY COMPANY: Organized in the State of By: Manager [signature blocks for partnerships, limited partnerships and joint ventures are on following pages] B-3

4 If a Partnership: PRINT NAME OF PARTNERSHIP: By: General Partner If an Individual:, doing business as Signature: (Signature blocks for joint ventures are on the next page) B-4

5 If a Joint Venture, signature of all Joint Venture partners is required: PRINT NAME OF JOINT VENTURE: Joint Venture Partner -- Name of Firm: Corporation ( ) or Partnership ( ) Joint Venture Partner -- Name of Firm: Corporation ( ) or Partnership ( ) By: Signature Title: Required for a corporation: ATTEST: (Corporate Seal) Secretary Joint Venture Partner Name of Firm: Corporation ( ) or Partnership ( ) By: Signature Title: Required for a corporation: ATTEST: (Corporate Seal) Secretary Joint Venture Partner Name of Firm: Corporation ( ) or Partnership ( ) By: Signature Title: Required for a corporation: ATTEST: (Corporate Seal) Secretary By: Signature Title: Required for a corporation: ATTEST: (Corporate Seal) Secretary B-5

6 SCHEDULE OF PRICES AND QUANTITIES B-6

7 Denver International Airport Airline & Directory Sign Maintenance 2012 Contract No.: May 1, 2012 Unit Price Table of Contents Part I - Directories a. Terminal Facility Map b. Concourse Facility Map c. Train Facility Map (126 Quantity) d. Train Facility Map (142 Quantity) e. Train Station Airline Listing Overlays f. Concourse Tenant Listing g. Terminal Tenant Listing h. Terminal Location Map i. Concourse Location Map j. Train Station Facility Map Base Art Part II - Terminal a. Terminal-Level 5, Overheads (Rental Car) b. Terminal-Level 5, Large Single Sided Pylon Signs c. Terminal-Level 6, Overhead (Airline List) Signs - East d. Terminal-Level 6, Overhead (Airline List) Signs - West e. Terminal-Level 6, Bridge Pylons f. Terminal-Level 5 - Small Four-Sided (Airline Baggage Claim List) Pylon Signs - East g. Terminal-Level 5 - Small Four-Sided (Airline Baggage Claim List) Pylon Signs - West h. Curbside Level 4 - relocate existing fiberglass sign faces i. Curbside Level 4 - relocate existing Lexan sign faces j. Curbside Level 4 - relocate sign to new location and add power k. Curbside Level 4 - fabricate and install 2 Lexan sign faces l. Curbside Level 4 - remove existing fiberglass sign faces, repaint m. Curbside Level 5 - relocate existing fiberglass sign faces n. Curbside Level 5 - relocate Lexan sign faces o. Curbside Level 5 - relocate sign to new location and add power p. Curbside Level 5 - fabricate and install Lexan sign faces q. Curbside Level 5 - remove 2 fiberglass sign faces per change, repaint r. Curbside Level 6 - relocate 4 existing fiberglass sign faces s. Curbside Level 6 - relocate 4 existing Lexan sign faces t. Curbside Level 6 - relocate existing sign and add power u. Curbside Level 6 - fabricate and install Lexan sign faces v. Curbside Level 6 - remove existing fiberglass sign faces, repaint and reinstall temporary bag and message Unit Price Bid Sheet - Page 1 of 11

8 Denver International Airport Airline & Directory Sign Maintenance 2012 Contract No.: May 1, 2012 Unit Price Table of Contents (continued) Part II - Terminal (continued) w. Curbside Level 4, 5 or 6 - remove existing Curbside sign and terminate power x. Curbside Level 4, 5 or 6, - Temporary Curbside Message (bag) y. Curbside Level 4, 5 or 6 - Connect electrical to curbside sign z. Curbside Level 4, 5 or 6 - fabricate and install new Lexan curbside sign aa. Ground Transportation Level 5, Island 4, Crosswalk Sign - fabricate and install Lexan sign faces bb. Terminal level 6 Baggage Claim Sign location #31 - revise message cc. Terminal East Level 5 Baggage Service Office Sign dd. Curbside Level 4, 5 or 6 - fabricate and install two blank Lexan sign faces Part III - Roadway a. IB-01 Overhead Roadway Sign b. IB-02 Overhead Roadway Sign c. IB-03 Overhead Roadway Sign d. IB-04 Overhead Roadway Sign e. IB-05 Overhead Roadway Sign f. #103 Post Mounted Roadside Sign g. #104 Post Mounted Roadside Sign h. #105 Post Mounted Roadside Sign i. #106 Post Mounted Roadside Sign (End of Unit Price Table of Contents) Unit Price Bid Sheet - Page 2 of 11

9 Denver International Airport Airline & Directory Sign Maintenance 2012 Contract No.: May 1, 2012 Part I - Directories Unit Est. Type of Change Unit Price Qty Total a. Terminal Facility Map (with Airline Listing) LumaTrans or equivalent (8 1/2" x 49 3/4"), 16 signs per change for the Unit Price of Change 7 b. Concourse Facility Map (with Airline Listing) LumaTrans or equivalent (10" x 36"), 16 signs per change for the Unit Price of Change 7 c. Train Facility Map (with Airline Listing) LumaTrans or equivalent 34 1/2" x 11 3/4" or equivalent, 126 maps per change for the Unit Price per map of EA. 882 d. Train Facility Map (with Airline Listing) LumaTrans or equivalent 34 1/2" x 11 3/4" or equivalent, 142 maps per change for the Unit Price per map of EA. 882 e. Train Station Airline Listing Overlays inkjet or equivalent on coated matte heavyweight paper (34" x 10 1/4") - 16 signs per change for the Unit Price of f. Concourse Tenant Listing, LumaTrans or equivalent laminated to plex (8 1/2" x 49 3/4"), 16 signs per change for the Unit Price of Change 7 Change 7 g. Terminal Tenant Listing, LumaTrans or equivalent laminated to plex (10" x 36"), 16 signs per change for the Unit Price of Change 7 Unit Price Bid Sheet - Page 3 of 11

10 Denver International Airport Airline & Directory Sign Maintenance 2012 Contract No.: May 1, 2012 Unit Est. Type of Change Unit Price Qty Total Part I - Directories (continued) h. Terminal Location Map, LumaTrans or equivalent laminated to plex (27 1/2 " x 49 3/4"), 16 signs per change for the Unit Price of i. Concourse Location Map, LumaTrans or equivalent laminated to plex (27 1/2 " x 49 3/4"), 16 signs per change for the Unit Price of Change 7 Change 7 j. Train Station Facility Map Base Art inkjet or equivalent on coated matte heavyweight paper (34" x 32") laminated to rigid base material, 16 per change for the Unit Price of Change 1 Subtotal Part I - Directories Unit Price Bid Sheet - Page 4 of 11

11 Denver International Airport Airline & Directory Sign Maintenance 2012 Contract No.: May 1, 2012 Part II - Terminal Unit Est. Type of Change Unit Price Qty Total a. Terminal-Level 5, Overhead (Rental Car List) signs - fabricate and install maximum 8 sign faces (21.75" tall x 10'-0" wide to 21.75" tall x 15' - 4 1/2" wide x thick Lexan) per change at the Unit Price per sign face of EA. 56 b. Terminal-Level 5, Large Single Sided Pylon signs (number 19, 20, 21 & 22) - one sign at the Unit Price of Change 7 c. Terminal-Level 6, Overhead (Airline List) signs - East Side Change maximum 20 sign faces per revision at the Unit Price per sign face of EA. 91 d. Terminal-Level 6, Overhead (Airline List) signs - West Side Change approx. 13 signs per revision at the Unit Price per sign face of EA. 91 e. Terminal-Level 6, Bridge Pylons 2 signs per change at the Unit Price per change of Change 7 f. Terminal-Level 5, Small Four-Sided (Airline Baggage Claim List) Pylon signs and - East side change maximum 11 sign faces per change at the Unit Price per sign face of EA. 77 g. Terminal-Level 5, Small Four-Sided (Airline Baggage Claim List) Pylon signs - West side change maximum 11 sign faces per change at the Unit Price per sign face of EA. 77 Unit Price Bid Sheet - Page 5 of 11

12 Denver International Airport Airline & Directory Sign Maintenance 2012 Contract No.: May 1, 2012 Part II - Terminal (continued) Unit Est. Type of Change Unit Price Qty Total h. Curbside Level 4 - relocate 4 existing fiberglass sign faces per change to new location over vehicle traffic lane at the Unit Price per change of Change 7 i. Curbside Level 4 - relocate 4 existing Lexan sign faces to new location (mod 3 east only) over vehicle traffic lane at the Unit Price of EA. 7 j. Curbside Level 4 - relocate one sign to new location, add power. Remove and replace Aluminum Tent Baffle ceiling section at the Unit Price per sign of EA. 7 k. Curbside Level 4 - fabricate and install 2 Lexan sign faces and messages (mod 3 east only) at the Unit Price per change of l. Curbside Level 4 - remove 2 existing fiberglass sign faces, repaint with new message and reinstall at the Unit Price per change of m. Curbside Level 5 - relocate 4 existing fiberglass sign faces per change to new location over pedestrian sidewalk at the Unit Price per change of Change 7 Change 7 Change 7 n. Curbside Level 5 - relocate 4 existing Lexan sign faces to new location (mod 3 east only) over pedestrian sidewalk at the Unit Price of EA. 7 Unit Price Bid Sheet - Page 6 of 11

13 Denver International Airport Airline & Directory Sign Maintenance 2012 Contract No.: May 1, 2012 Part II - Terminal (continued) Unit Est. Type of Change Unit Price Qty Total o. Curbside Level 5 - relocate one sign to new location, add power. Remove and replace 2'-0" x 4'-0" lay-in metal grid ceiling as needed at the Unit Price per sign of EA. 7 p. Curbside Level 5 - fabricate and install 2 Lexan sign faces (mod 3 east only) at the Unit Price per change of q. Curbside Level 5 - remove 2 existing fiberglass sign faces per change, repaint with new message and reinstall at the Unit Price per change of r. Curbside Level 6 - relocate 4 existing fiberglass sign faces per change to new location over pedestrian walk at the Unit Price per change of Change 7 Change 7 Change 7 s. Curbside Level 6 - relocate 4 existing Lexan sign faces to new location (mod 3 east only) over pedestrian walk at the Unit Price of EA. 7 t. Curbside Level 6 - relocate one existing sign to new location and add power at the Unit Price per sign of EA. 7 u. Curbside Level 6 - fabricate and install 2 Lexan sign faces (mod 3 east only) at the Unit Price per change of Change 7 Unit Price Bid Sheet - Page 7 of 11

14 Denver International Airport Airline & Directory Sign Maintenance 2012 Contract No.: May 1, 2012 Unit Est. Type of Change Unit Price Qty Total Part II - Terminal (continued) v. Curbside Level 6 - remove 2 existing fiberglass sign faces, repaint with new message and reinstall at the Unit Price per change of Change 7 w. Curbside Level 4, 5 or 6 - remove one existing Curbside sign, terminate electrical, close openings, deliver sign to Airport Maintenance Stock room at the Unit Price per sign of EA. 3 x. Curbside Level 4, 5 or 6 - cover one existing double sided Curbside sign with temporary curbside message (bag) at the Unit Price per sign of EA. 7 y. Curbside Level 4, 5 or 6 - connect electrical to curbside sign at the Unit Price per sign of EA. 7 z. Curbside Level 4, 5 or 6 - fabricate and install new curbside sign with Lexan faces (including electrical connection) at the Unit Price per sign of EA. 6 aa. Ground Transportation Level 5, Island 4, Crosswalk Sign, each double sided sign face has 2 panels - fabricate and install 2 Lexan sign panels and messages at the Unit Price per change of Change 8 bb. Terminal level 6 Bagage Claim Sign location #31 - (Sign #31-East or sign #31-West) revise 1 singlesided sign at the Unit Price per change of EA. 7 Unit Price Bid Sheet - Page 8 of 11

15 Denver International Airport Airline & Directory Sign Maintenance 2012 Contract No.: May 1, 2012 Part II - Terminal (continued) cc. Unit Est. Type of Change Unit Price Qty Total Terminal East level 5 Bagage Service Office Sign - revise messages on 2 to 5 signs at the Unit Price per sign face of EA. 28 dd. Curbside Level 4, 5 or 6 - fabricate and install two new blank Lexan sign faces (Mod 3 only), painted DIA Grey, at the Unit Price per change of Change 7 Sub-total Part II - Terminal Unit Price Bid Sheet - Page 9 of 11

16 Denver International Airport Airline & Directory Sign Maintenance 2012 Contract No.: May 1, 2012 Part III - Roadway Unit Est. Type of Change Unit Price Qty Total a. IB-01 Overhead Roadway sign airline listing update at the Unit Price of EA. 7 b. IB-02 Overhead Roadway sign airline listing update at the Unit Price of EA. 7 c. IB-03 Overhead Roadway sign airline listing update at the Unit Price of EA. 7 d. IB-04 Overhead Roadway sign airline listing update at the Unit Price of EA. 7 e. IB-05 Overhead Roadway sign airline listing update at the Unit Price of EA. 7 f. Sign #103 Post Mounted Roadway sign airline listing update at the Unit Price of EA. 7 g. Sign #104 Post Mounted Roadway sign airline listing update at the Unit Price of EA. 7 h. Sign #105 Post Mounted Roadway sign airline listing update at the Unit Price of EA. 7 Unit Price Bid Sheet - Page 10 of 11

17 Denver International Airport Airline & Directory Sign Maintenance 2012 Contract No.: May 1, 2012 Unit Est. Type of Change Unit Price Qty Total i. Sign #106 Post Mounted Roadway sign airline listing update at the Unit Price of EA. 7 Sub-total Part III - Roadway Part I sub-total Directories Part II sub-total Terminal Signs Part III sub-total Roadway Signs Add Allowance for Building/Electrical Permit(s) $5, Total Contract Price $ Part I, II & III and Allowance (End of Unit Price Bid Sheet) Unit Price Bid Sheet - Page 11 of 11

18 DENVER INTERNATIONAL AIRPORT Contract No Bid Data Forms Bidder shall submit its Bid Data in accordance with the format shown on each of the following Bid Data Forms. Bidder shall prepare and use as many sheets as are necessary to provide the information required. Bidder shall ensure that each page of its Bid Data is completed and properly identified with the Bid Data form name, Bidder's name, and page number. B-7

19 Page 1 of 2 DENVER INTERNATIONAL AIRPORT Contract No Bid Data Forms INFORMATION ABOUT CONTRACTOR 1. Name of Bidder/Contractor: 2. Type of business entity: NOTE: If bidder is a partnership or joint venture, give full names of all partners or joint venturers. Bid must be signed by all joint venturers. If bidder is a limited liability company, bid must be signed by authorized manager (may be signed by membermanager if LLC is organized to allow management by members). 3. Prequalified by City and County of Denver as Construction Contractor : Categories: Monetary Limit: 4. Address of Contractor: Telephone: Fax: 5. Established where and when: 6. Contractor s Banks: 7. Principal Officers of Contractor (managers and members if LLC): Name: Title: Name: Title: Name: Title: Name: Title: B-8

20 8. Bidder s/contractor s City and County of Denver Contractor License if it has obtained one: License No.: Class: A contractor license is required prior to start of construction but not prior to bid submittal. 9. Bidder s/contractor s state of incorporation (state of organization if an LLC or partnership): 10. Bidder s Surety: 11. Surety s State of Incorporation: 12. Address of Contractor in other areas (if different from No. 4): 13. Name and address of person to receive payments: 14. If the Bidder/Contractor is a joint venture, it shall attach a certified copy of the joint venture agreement. The joint venture agreement will not be included as a Contract Document. 15. The Bidder/Contractor shall identify all applicable labor agreements (if any) to be used in the performance of the Work: B-9

21 Bidder DENVER INTERNATIONAL AIRPORT Contract No Bid Data Forms LIST OF PROPOSED SUBCONTRACTORS Bidder shall list below the name, business address, work assignment and dollar value of each subcontractor which will perform work or labor or provide services to the Bidder relating to this contract in an amount greater than one and one-half percent of the Bidder's total bid. Only one subcontractor for each portion of the work shall be listed. Any proposed subcontractors to be utilized by the Bidder that are certified as a Minority/Women Business Enterprise shall also be listed on the List of Proposed Subcontractors attached to these Bid Forms. If the bidder does not identify a subcontractor to perform portions of the work which could be subcontracted on this form, the Bidder, if it is awarded the contract, agrees not to subcontract such portions that exceed one and one half percent of the total bid amount until the Contractor has advised the Deputy Manager of Aviation - Planning and Development( Deputy Manager ) in writing of the reasons why the subcontractor was not listed in the bid and complied with the requirements of General Condition 502. If the bidder is awarded the contract and does not enter into a subcontract with a subcontractor listed below, the Contractor agrees not to subcontract any of the work assignment identified for that subcontractor until the Contractor has advised the Deputy Manager in writing of the reasons why a different subcontractor is being used and has obtained approval of the Deputy Manager of the substitution. This requirement does not affect the applicability of General Condition 502. Subcontractor NAME: ADDRESS: PHONE: Work Assignment Subcontract Dollar Value B-10

22 Subcontractor NAME: ADDRESS: PHONE: NAME: ADDRESS: PHONE: NAME: ADDRESS: PHONE: NAME: ADDRESS: PHONE: NAME: ADDRESS: PHONE: NAME: ADDRESS: PHONE: NAME: ADDRESS: PHONE: NAME: ADDRESS: PHONE: Work Assignment Subcontract Dollar Value (This page can be duplicated if additional sheets are required.) B-11

23 Bidder DENVER INTERNATIONAL AIRPORT Contract No Bid Data Forms EQUAL OPPORTUNITY REPORT STATEMENT Bidder shall complete and sign the Equal Opportunity Report Statement. A Bid may be considered unresponsive and may be rejected, in the Owner's sole discretion, if the Bidder fails to provide the fully executed Statement or fails to furnish required data. The Bidder shall also, prior to award, furnish such other pertinent information regarding its own employment policies and practices as well as those of its proposed subcontractors as the FAA, the Owner, or the Executive Vice Chairman of the President's Committee may require. The Bidder shall furnish similar Statements executed by each of its first-tier and second-tier subcontractors and shall obtain similar compliance by such subcontractors, before awarding subcontracts. No subcontract shall be awarded to any non-complying subcontractor. Equal Opportunity Report Statement as Required in 41 CFR (b) The Bidder shall complete the following statements by checking the appropriate blanks. Failure to complete these blanks may be grounds for rejection of bid: 1. The Bidder has has not developed and has on file at each establishment affirmative action programs pursuant to 41 CFR and 41 CFR The Bidder has has not participated in any previous contract or subcontract subject to the equal opportunity clause prescribed by Executive Order 11246, as amended. 3. The Bidder has has not filed with the Joint Reporting Committee the annual compliance report on Standard Form 100 (EEO-1 Report). 4. The Bidder does does not employ fifty or more employees. Dated: (Name of Bidder) By: Title: B-12

24 Bidder DENVER INTERNATIONAL AIRPORT Contract No Bid Data Forms CERTIFICATION OF NON-SEGREGATED FACILITIES (Must be completed and submitted with the Bid) The Bidder certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Bidder certifies further that it will not maintain or provide for its employees segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location under its control, where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or any other reason. The Bidder agrees that (except where it has obtained identical certification from proposed subcontractors for specific time period) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that it will retain such certification in its files. DATED: (Name of Bidder) By: Title: B-13

25 Bidder DENVER INTERNATIONAL AIRPORT Contract No Bid Bond KNOW ALL MEN BY THESE PRESENTS THAT, as Principal, and, a corporation organized and existing under and by virtue of the laws of the State of, and authorized to do business within the State of Colorado as Surety, are held and firmly bound unto the City and County of Denver, Colorado, as Obligee, in the full and just sum of Dollars and Cents ($ ) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the said Principal is herewith submitting its Bid, dated on, for the construction of Contract No , Airline and Directory Sign Maintenance 2012, Denver International Airport, as set forth in detail in the contract documents for the City and County of Denver, Colorado, and said Obligee has required as a condition for receiving said Bid that the Principal deposit specified bid security in the amount of not less than five percent (5%) of the amount of said Bid, as it relates to work to be performed for the City, conditioned that in event of failure of the Principal to execute the Contract for such construction and furnish required Performance and Payment Bond if the Contract is offered him, that said sum be paid immediately to the Obligee as liquidated damages, and not as a Penalty, for the Principal's failure to perform. The condition of this obligation is such that if the aforesaid Principal shall, within the period specified therefor, on the prescribed form presented to him for signature, enter into a written Contract with the Obligee in accordance with his bid as accepted, and give Performance and Payment Bond with good and sufficient surety or sureties, upon the form prescribed by the Obligee, for the faithful performance and the proper fulfillment of said Contract, or in the event of withdrawal of said bid within the time specified, or upon the payment to the Obligee of the sum determined upon herein, as liquidated damages and not as a Penalty, in the event the Principal fails to enter into said Contract and give such Performance and Payment Bond within the time specified, then this Obligation shall be null and void, otherwise to remain in full force and effect. [END OF PAGE] B-14

26 Signed, sealed and delivered this day of,. Attest: Secretary [SEAL if bidder a corporation] By: President PRINCIPAL SURETY By: Attorney-in-Fact (ATTACH POWER OF ATTORNEY) Power of Attorney shall be certified as to the date of bid. B-15

27 LIST OF PROPOSED MINORITY/WOMEN BUSINESS ENTERPRISE BIDDERS, SUBCONTRACTORS, SUPPLIERS (MANUFACTURERS) OR BROKERS CITY OF DENVER DEPARTMENT OF AVIATION CONTRACT NO The undersigned Bidder proposes to utilize the following Minority/Women Business Enterprises (MBE/WBEs) for the project. All listed firms are CURRENTLY certified by the City and County of Denver. Only the level of MBE/WBE participation listed at the bid opening will count toward satisfaction of the project goal. Only bonafide commissions may be counted for Brokers. MBE/WBE prime bidders must detail their bid information below. Please copy and attach this page to list additional MBE/WBEs for this project. The undersigned bidder hereby certifies that the subcontractors and suppliers listed below have full knowledge that their names have been offered as subcontractors and suppliers for the work, and the bidder further certifies that the dollar amount of work to be performed by the MBE/WBE/DBEs was furnished to the bidder prior to the bid opening. The undersigned bidder agrees that after the bid opening, it shall submit to the City executed and completed MBE/WBE/DBE letters of Intent within three working days for an MBE/WBE project, or within five working days for a DBE project, for each of its MBE, WBE and DBE subcontractors. The Letter of Intent form is contained in the Contract Documents. CHECK BOX IF APPLICABLE: MBE/WBE Prime Bidder Business Name: Address: Type of Service: Contact Person: Dollar Amount: $ Percent of Project: % CHECK ONE BOX: Subcontractor or Supplier Or Manufacturer or Broker Business Name: Address: Type of Service: Contact Person: Dollar Amount: $ Percent of Project: % CHECK ONE BOX: Subcontractor or Supplier or Manufacturer or Broker Business Name: Address: Type of Service: B-16

28 Contact Person: Dollar Amount: $ Percent of Project: % CHECK ONE BOX: Subcontractor or Supplier or Manufacturer or Broker Business Name: Address: Type of Service: Contact Person: Dollar Amount: $ Percent of Project: % CHECK ONE BOX: Subcontractor or Supplier or Manufacturer or Broker Business Name: Address: Type of Service: Contact Person: Dollar Amount: $ Percent of Project: % CHECK ONE BOX: Subcontractor or Supplier or Manufacturer or Broker Business Name: Address: Type of Service: Contact Person: Dollar Amount: $ Percent of Project: % CHECK ONE BOX: Subcontractor or Supplier or Manufacturer or Broker Business Name: Address: Type of Service: Contact Person: Dollar Amount: $ Percent of Project: % This bid is submitted upon the declaration that neither, I (we), nor, to the best of my (our) knowledge, none of the members of my (our) firm or company have either directly or indirectly entered into any agreement, participated in any collusion or otherwise taken any action in restraint of free competitive bidding in connection with this bid. Business Address of Bidder: City, State, Zip Code: B-17

29 Telephone Number of Bidder: Fax No. Social Security or Federal Employer ID Number of Bidder: Name and location of the last work of this kind herein contemplated upon which the Bidder was engaged: For information relative thereto, please refer to: Name: Title: Address: Dated this day of, Signature of Bidder: If an Individual: doing business as If a Partnership: by:, General Partner. If a Corporation: a by:, Corporation,, its President. Attest: Secretary (Corporate Seal) B-18

30 If a Joint Venture, signature of all Joint Venture participants. Firm: Corporation ( ), Partnership ( ) or ( ) Limited Liability Company By: Title: (If a Corporation) Attest: Secretary (Corporate Seal) Firm: Corporation ( ), Partnership ( ) or ( ) Limited Liability Company By: Title: (If a Corporation) Attest: Secretary (Corporate Seal) Firm: Corporation ( ), Partnership ( ) or ( ) Limited Liability Company By: Title: (If a Corporation) Attest: Secretary (Corporate Seal) B-19

31 CITY AND COUNTY OF DENVER DEPARTMENT OF AVIATION COMMITMENT TO MINORITY/WOMEN BUSINESS ENTERPRISE PARTICIPATION CONTRACT NO The undersigned has satisfied the MBE and WBE participant requirements in the following manner: (please check the appropriate space) The Bidder is committed to a minimum of % MBE and WBE utilization on the Project, and will submit Letters of Intent for each MBE and WBE listed in the Bid Forms within three (3) working days after the bid opening. The Bidder is unable to meet the project goal of 3% MBE and WBE participation and is committed to a minimum of % MBE and WBE utilization on this project. The Bidder understands that it must submit a detailed statement of its good faith efforts, which occurred prior to the bid opening, to meet the project goal, and must submit Letters of Intent for each MBE/WBE listed in the Bid Forms within three (3) working days after the bid opening. Bidder: By: Name of Firm Signature Title Address: Street City / State / Zip Code Telephone: Phone Fax Bid Documents Contract Number: Bid Forms Date: B-20

32 Office of Economic Development Division of Small Business Opportunity Compliance Unit DIA Pena Blvd, AOB, Suite 7810 LETTER OF INTENT (LOI) Denver, CO All lines must be completed or marked N/A for Not Applicable Phone: Submit the attached completed checklist with this letter. Fax: Project No.: Project Name: A. The Following Section Is To Be Completed by the Bidder/Consultant This Letter of Intent Must be Signed by the Bidder/Consultant and M/WBE, SBE or DBE Name of Bidder/Consultant: Phone: Contact Person: Fax: Address: City: State: Zip: B. The Following Section is To Be Completed by the M/WBE, SBE or DBE, at any Tier This Letter of Intent Must be Signed by the M/WBE, SBE or DBE and Bidder/Consultant Name of Certified Firm: Phone: Contact Person: Fax: Address: City: State: Zip: Please check the designation which applies to the certified firm. MBE/WBE ( ) SBE ( ) DBE ( ) Indirect Utilization: If this M/WBE, SBE or DBE is not a direct first tier subcontractor/subconsultant, supplier or broker to the Bidder/ Consultant, please indicate the name of the subcontractor/subconsultant, supplier or broker which is utilizing the participation of this firm: A Copy of the M/WBE, SBE or DBE Letter of Certification must be Attached Identify the scope of the work to be performed or supply item that will be provided by the M/WBE/SBE/DBE. On unit price bids only, identify which bid line items the M/WBE/SBE/DBEs scope of work or supply corresponds to. Subcontractor/Subconsultant ( ) Supplier ( ) Broker ( ) Bidder intends to utilize the aforementioned M/WBE, SBE or DBE for the Work/Supply described above. The cost of the work and percentage of the total subcontractor M/WBE, SBE or DBE bid amount is: $ % Consultant intends to utilize the aforementioned M/WBE, SBE or DBE for the Work/Supply described above. The percentage of the work of the total subconsultant M/WBE, SBE or DBE will perform is: % If the fee amount of the work to be performed is requested, the fee amount, is: $ Bidder/Consultant s Signature: Title: M/WBE, SBE or DBE Firm s Signature: Title: If the above named Bidder/Consultant is not determined to be the successful Bidder/Consultant, this Letter of Intent shall be null and void. COMP-FRM-012 Revised 8/2/2011 Date: Date:

33 Letter of Intent (LOI) Checklist All lines must be completed or marked N/A for Not Applicable Submit the attached completed checklist with this letter. Completed Project Number & Project Name Section A: Name of Bidder/Consultant, Contact Person, Address, City, State, Zip, Phone, Section B: Name of Certified Firm, Contact Person, Address, City, State, Zip, Phone, Designation checked for MBE/WBE, SBE or DBE Indirect Utilization: Name of subcontractor/subconsultant, supplier or broker is indicated if using the participation of a 2 nd tier subcontractor/subconsultant, supplier or broker. Scope of work performed or item supplied by M/WBE, SBE or DBE Line items performed, if line-item bid. Copy of M/WBE, SBE or DBE Letter of Certification Attached Designation checked for Subcontractor/Subconsultant, Supplier or Broker If project is a hard bid Bidder has indicated dollar amount for value of work going to Subcontractor/ Subconsultant, Supplier or Broker Bidder has indicated percentage for value of work going to Subcontractor/ Subconsultant, Supplier or Broker If project is an RFP/RFQ Consultant has indicated percentage for value of work going to Subcontractor/ Subconsultant, Supplier or Broker Name & contact name for MWBE. Fee amount if fee amount of work to be performed is requested. Bidder/Consultant s Signature, Title & Date M/WBE, SBE or DBE Firm s Signature, Title and Date The complete and accurate information that is required for the Letter of Intent is based on the following sections of the Ordinance: Section and Section Failure to complete this information on the Letter of Intent (LOI) may automatically deem a bid or proposal nonresponsive. COMP-FRM-012 Revised 8/2/2011

34 Division of Small Business Opportunity JOINT VENTURE AFFIDAVIT "The Undersigned swear that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venturer in the undertaking. Further, the Undersigned covenant and agree to provide the City current, complete, and accurate information regarding actual joint venture work and the payment thereof and any proposed changes in any of the joint venture arrangements and to permit the audit and examination of the books, records, and files of the joint venture, by authorized representatives of the City or Federal funding agency, if applicable. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm Signature Name Date Title (Name) appeared to me personally known, who, being first duly sworn, did execute the foregoing affidavit, and subscribe and swear to such affidavit before me, and did state that he or she was properly authorized by (Name of Firm) to execute the affidavit and did so as his or her free act and deed. Date: Notary Public State of Commission Expires County of (Seal) On this day of before me B-23

35 Name of Firm Signature Name Date Title (Name) appeared to me personally known, who, being duly sworn, did execute the foregoing affidavit, and did state that he or she was properly authorized by (Name of Firm) to execute the affidavit and did so at his or her free act and deed. Date: Notary Public State of Commission Expires County of (Seal) On this day of before me Rev 8/2000 B-24

36 DIVISION OF SMALL BUSINESS OPPORTUNITY JOINT VENTURE ELIGIBILITY FORM Joint Venture means an association of two (2) or more business enterprises to constitute a single business enterprise to perform a City construction or professional design and construction services contract for which purpose they combine their property, capital, efforts, skills and knowledge, and in which endeavor each joint venturer is responsible for a distinct, clearly defined portion of the work of the contract, performs a commercially useful function, and whose share in the capital contribution, control, management responsibilities, risks and profits of the joint venture are equal to its ownership interest. Joint ventures must have an agreement in writing specifying the terms and conditions of the relationships between the joint venturers and their relationship and responsibility to the contract. D.R.M.C (29). 1. Name of Joint Venture 2. Address of Joint Venture: Address City State Zip Code 3. Telephone number of joint venture:( ) 4. Identify the firms which comprise the joint venture A. Name: Address: B. Name:` Address: C. Name: Address: 1) Describe the role of the MBE/WBE in the Joint Venture: (Attach additional information if necessary) 2) Briefly describe the experience and business qualifications of each non-mbe/wbe Joint Venturer. (Attach additional information if necessary) B-25

37 5. Name of the Joint Venture's Business: 6. Provide a copy of the signed Joint Venture Agreement 7. What is the claimed percentage of MBE/WBE ownership? % 8. Ownership of Joint Venture: (This need not be filled in if described in the joint venture agreement provided in question 6.) (a) Profit and loss sharing: (b) Capital contributions, including equipment: Other applicable ownership interests: Duration of the joint venture: From: To: 9. Control of and participation in this contract. Identify which firm and those individuals (and their titles) who are responsible for the day-to-day management and policy decision making, including but not limited to those with prime responsibility for: (a) Financial Decisions: Firm: Name: Title: (b) Management Decisions: (1) Estimating Firm: Name: Title: Firm: Name: (2) Marketing and Sales B-26

38 Title: (3) Hiring and firing of management personnel Firm: Name: Title: (4) Purchasing of major items or supplies Firm: Name: Title: Note: (1) An MBE/WBE performs a commercially useful function when it is responsible for execution of a distinct element of the work of the contract and carrying out its responsibilities by actually performing, managing, and supervising the work involved. To determine whether an MBE/WBE is performing a commercially useful function, the amount of work subcontracted, industry practices, and other relevant factors shall be evaluated. (2) An MBE/WBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of MBE/WBE participation or the MBE/WBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involved. (3) A joint venture which includes one (1) or more MBE/WBEs is subject to the review and approval by the Director of DSBO and the participation will count toward satisfaction of the MBE/WBE goal upon confirmation of the utilization in the joint venture of joint management and full integration of work forces by the joint venture partners. If there are any significant changes in this submittal, the joint venture members must immediately notify the Division of Small Business Opportunity. B-27

39 BIDDER/CONTRACTOR/VENDOR/PROPOSER DISCLOSURE Bidding Entity's/ Proposer's Name Address ( ) Date this form was completed Telephone Number City, State, Zip Code Signature of Officer/Owner Section 20-69, D.R.M.C. requires the disclosure of the name of each officer, director, shareholder who owns or controls 5% or more of the business entity, principal, and owner of each bidding or proposing entity, AND either (1) disclosure of the names of the spouses of those individuals and the names of their children under the age of eighteen (18), or (2) a statement in lieu of the disclosure of the names of such spouses and children as set forth below in the Certified Statement in Lieu of Disclosure. The names of officers, directors, 5% shareholders, principals and owners must be disclosed in either event. Required disclosures also include the names of any subcontractor/supplier receiving more than $100, of work and the names of any unions with which the bidder/proposer has a collective bargaining agreement. This page may be photocopied if additional space is required. The individuals listed below are disclosed as having the noted relationship with the business entity/proposer listed above. Show appropriate letter in the box to the left. Use center box for relationship to another line number: A=Officer, B=Director, C=Principal, D=Owner, E=Controller of 5% or more of the stock, F=Spouse, G=Child under age 18, H=Subcontractor, I=Supplier, J=Union. Identify with an asterisk (*) all listed persons who have made a contribution or contribution in-kind, as defined by Section 15-32, D.R.M.C., within the last five years THIS IS PAGE 1 OF 2 PAGES B-28

40 BIDDER/CONTRACTOR/VENDOR/PROPOSER CERTIFIED STATEMENT IN LIEU OF DISCLOSURE OF NAMES OF SPOUSES AND CHILDREN I hereby certify that, except as identified by an asterisk above, no officer, director, shareholder who owns or controls 5% or more of the business entity, principal, or owner or his or her spouse or child under eighteen years of age has made a contribution, as defined at Section D.R.M.C., or a contribution in-kind, as defined at Section D.R.M.C., to a candidate, as defined at Section D.R.M.C., during the last five years. Signature of Officer/Owner of Bidding/Proposing Entity B-29

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER DENVER INTERNATIONAL AIRPORT BID FORMS CONTRACT NAME: Contract No.: 201206054 BID LETTER BIDDER Manager of Aviation City and County of Denver Business Management Services (Procurement) Office Airport Office

More information

PROJECT MANUAL BID FORMS. Taxiways P and P7 Drainage Improvements CONTRACT NO Issued for Bid August 25, 2014

PROJECT MANUAL BID FORMS. Taxiways P and P7 Drainage Improvements CONTRACT NO Issued for Bid August 25, 2014 PROJECT MANUAL Taxiways P and P7 Drainage Improvements CONTRACT NO. 201416594 BID FORMS Issued for Bid August 25, 2014 CITY & COUNTY OF DENVER DEPARTMENT OF AVIATION DENVER INTERNATIONAL AIRPORT BID FORMS

More information

PROJECT MANUAL BID FORMS. Runway 17L-35R Complex Pavement and Lighting Rehabilitation CONTRACT NO Issued for Bid October 28, 2014

PROJECT MANUAL BID FORMS. Runway 17L-35R Complex Pavement and Lighting Rehabilitation CONTRACT NO Issued for Bid October 28, 2014 PROJECT MANUAL Runway 17L-35R Complex Pavement and Lighting Rehabilitation CONTRACT NO. 201417577 BID FORMS Issued for Bid October 28, 2014 CITY & COUNTY OF DENVER DEPARTMENT OF AVIATION DENVER INTERNATIONAL

More information

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005. CITY OF VANCOUVER REQUEST FOR QUOTATION QUOTATION NO. 5 OPENING 3:00 P.M. FEBRUARY 3, 2005 PLEASE QUOTE ON THE FOLLOWING: The following project will be accomplished as a SMALL WORKS PROJECT and will be

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

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

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO. 3-49-0024-048-2018 MAIL TO: Ogden City Corporation Purchasing Department 549 Washington Boulevard, Suite 510 Ogden, Utah

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES I. PURPOSE AND INTENT The City of Easton (hereinafter City ) is currently seeking proposals from qualified Third-Party Agencies (hereinafter

More information

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029 SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the

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

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET:

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET: MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO 45459 PHONE: 937-428-8887 / FAX: 937-438-8569 / INTERNET: www.mvcc.net STANDARD CONDITIONS FOR COMPETITIVE BIDDING 1. All

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

More information

LOUISIANA UNIFORM PUBLIC WORK BID FORM

LOUISIANA UNIFORM PUBLIC WORK BID FORM LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: Jefferson Parish Sheriff s Office 1233 Westbank Expressway, Room 411 Harvey, LA 70058 (Owner to provide name and address of owner) BID FOR: (Owner to provide

More information

Office Janitorial Services at One Administration Building

Office Janitorial Services at One Administration Building REQUEST FOR QUOTES - SERVICES CONTRACT Office Janitorial Services at One Administration Building Contract Number: 18-S-0024 NO PRE-BID MEETING FOR THIS REQUEST Contract Administrator: RON HANIUK PH: 541-682-2583

More information

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT CPL 14064.08 BID FORM SECTION 00 300-1 BID FORM BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) PROJECT DESCRIPTION: The project consists of the construction of a sidewalk and associated grading,

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

OAK HILL ELEMENTARY SCHOOL HVAC RENOVATION PROJECT HIGH POINT, NC March 21, Addendum #2

OAK HILL ELEMENTARY SCHOOL HVAC RENOVATION PROJECT HIGH POINT, NC March 21, Addendum #2 OAK HILL ELEMENTARY SCHOOL HVAC RENOVATION PROJECT HIGH POINT, NC March 21, 2016 Addendum #2 1. Clarifications to Automatic Temperature Controls: A. 230900-6 4.4 The operator interface PC is not required

More information

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT Project Manual BOSTON CONVENTION AND EXHIBITION CENTER Boston, Massachusetts OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT April 20, 2016 Pre-Bid Conference: 11 A.M., April 27, 2016 truane@massconvention.com

More information

Pavlick, Kenneth - DEN Date: :26:57-07'00'

Pavlick, Kenneth - DEN Date: :26:57-07'00' November 21, 2018 PIKES PEAK PARKING RESTORATION CONTRACT NO. 201845783 ADDENDUM NUMBER ONE This Addendum Number One supersedes and/or supplements all portions of the Contract Documents with which it conflicts.

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

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building Contract Documents And Specifications For Engler Park Dressing Room Building City of Farmington 110 West Columbia Farmington, Missouri 63640 CITY OF FARMINGTON Department of Parks & Recreation 407 Boyce

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

FF&E / OS&E DIA Westin Procurement Services

FF&E / OS&E DIA Westin Procurement Services REQUEST FOR PROPOSAL NO. 201206198 FF&E / OS&E DIA Westin Procurement Services August 15, 2012 DEPARTMENT OF AVIATION City & County of Denver Kim Day, Manager D E N V E R I N T E R N A T I O N A L A I

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

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

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 NOTICE TO GENERAL CONTRACTORS IFB: MDI-SAB-16-B-0004 PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the Building 18 Site Repairs and Interior Renovation,

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

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 NOTICE TO GENERAL CONTRACTORS IFB: MDI-SAB-14-B-0003 PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the CONSTRUCTION OF Building 7 Renovations, 2002

More information

THE FOLLOWING FORMS MUST BE COMPLETED BY ALL SUBCONTRACTOR(S)

THE FOLLOWING FORMS MUST BE COMPLETED BY ALL SUBCONTRACTOR(S) THE FOLLOWING FORMS MUST BE COMPLETED BY ALL SUBCONTRACTOR(S) Subcontractor Equal Opportunity Certification Form Project Name Prime Contractor Project Number GENERAL In accordance with Executive Order

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

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

PROPOSAL PACKAGE INFORMATION SHEET

PROPOSAL PACKAGE INFORMATION SHEET PROPOSAL PACKAGE INFORMATION SHEET SPECIFICATION NO. 1328W LAS PALMAS WATER PIPELINE INSTALL PROJECT NOTICE TO BIDDERS: The attached Proposal Package, when completed by you and returned to this District,

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the Contract Documents (see sample Agreement) have the meanings assigned to them therein. The

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

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

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

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

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

More information

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways Description: The Litchfield Airport Authority is accepting

More information

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT

More information

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) MBE Planned Utilization (Form 375-040-24) Performance Bond (Form 375-040-27) Bid Opportunity List (From 375-040-62) 1 DRUG-FREE

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

UNIT DESCRIPTION ETUDE STUDENT CLARINET MODDEL ECL STANDARD 33 ETUDE EAS-100 STUDENT ALTO SAXOPHONE LACQUER 5

UNIT DESCRIPTION ETUDE STUDENT CLARINET MODDEL ECL STANDARD 33 ETUDE EAS-100 STUDENT ALTO SAXOPHONE LACQUER 5 GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Avenue Greenwich, Connecticut 06830 (203) 625-7411 Fax (203) 625-7677 EUGENE H. WATTS Senior Buyer August 6, 2013 Dear Sir/Madam: You are invited

More information

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS PROPOSAL, AGREEMENT SPECIAL PROVISIONS PARKING LOT IMPROVEMENTS AT THE KINGS COUNTY GOVERNMENT CENTER County Project No.82420032

More information

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT The OWNER will require supporting evidence regarding Bidder s Qualifications and competency. The Bidder will be required to furnish all of the applicable

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

CONTRACTOR REGISTRATION REQUIREMENTS

CONTRACTOR REGISTRATION REQUIREMENTS CONTRACTOR REGISTRATION REQUIREMENTS Any person, firm or corporation doing business as a contractor in the County of Rock Island shall register annually with the Zoning & Building Department. For registration

More information

NORFOLK AIRPORT AUTHORITY NORFOLK, VIRGINIA MARCH 31, 2017

NORFOLK AIRPORT AUTHORITY NORFOLK, VIRGINIA MARCH 31, 2017 NORFOLK AIRPORT AUTHORITY NORFOLK, VIRGINIA MARCH 31, 2017 PROJECT: Airfield Pavement Rehabilitation and Repairs Phase II Norfolk International Airport Norfolk, Virginia ADDENDUM No.2 to Bid Documents

More information

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR LIBRARY INTERIOR IMPROVEMENT PROJECT DISTRICT PROJECT NO. PLD-2018-003 All Questions Regarding This Project Are

More information

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 PUBLIC WORKS DEPARTMENT BID FORMS FOR LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

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

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

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 UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES APPENDICES 53 Appendix 1-1 Agreement Form This Agreement made the...day of...20...between...of...hereinafter called the Employer and...of...hereinafter called the Contractor of the other part. Whereas

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI PROPOSALS DUE: 1:00 P.M., FRIDAY, MAY 18, 2018 The City of Creve Coeur seeks proposals for the fabrication and delivery

More information

SLC-3-90 INSTRUCTIONS TO BIDDERS

SLC-3-90 INSTRUCTIONS TO BIDDERS BID DOCUMENTS SLC-3-90 INSTRUCTIONS TO BIDDERS The following list of standard contractual documents and instructions must be read and such documents executed by the bidder prior to submission of his bid.

More information

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION Page 1 OF 6 ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION DEPARTMENT OF TRANSPORTATION POLICY It is the policy of the Department of Transportation that socially and economically disadvantaged

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the 2013 purchase of waterborne traffic marking paint For the City of Galesburg, IL

More information

Boulder Creek Fire Protection District. Request For Proposal. Voluntary Seismic and ADA Station Upgrades. July 14, 2015

Boulder Creek Fire Protection District. Request For Proposal. Voluntary Seismic and ADA Station Upgrades. July 14, 2015 Boulder Creek Fire Protection District Request For Proposal s July 14, 2015 TABLE OF CONTENTS A. Notice to Contractors...3 B. Bid Documents 1. Proposal to the Boulder Creek Fire Protection District...6

More information

ADDENDUM NO. 1. August 28, 2017 M Pine Camp Roof Replacement. September 14, 2017 at 2:30 p.m. EST September 15, 2017 at 2:30 p.m.

ADDENDUM NO. 1. August 28, 2017 M Pine Camp Roof Replacement. September 14, 2017 at 2:30 p.m. EST September 15, 2017 at 2:30 p.m. ADDENDUM NO. 1 DATE: Invitation for Bid: DATED: RECEIPT DATE: OPENING DATE: August 28, 2017 M180003487 Pine Camp Roof Replacement August 28, 2017 September 14, 2017 at 2:30 p.m. EST September 15, 2017

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

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services...

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services... TABLE OF CONTENTS 2016 Edition PROJECT NAME: SCC - Cherokee Campus - 2017 Sidewalk Improvements PROJECT NUMBER: H59-D891-01-A SECTION NUMBER OF PAGES Table of Contents... 1 SE-310, Invitation for Construction

More information

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C CONTRACT DOCUMENTS FOR PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C16501412 (Bidding Requirements, General Provisions, Special Provisions and City of Petaluma Details - Standards) CITY

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

More information

PROPOSAL PACKAGE INFORMATION SHEET *Please Remove This Page Prior to Submitting Your Bid*

PROPOSAL PACKAGE INFORMATION SHEET *Please Remove This Page Prior to Submitting Your Bid* PROPOSAL PACKAGE INFORMATION SHEET *Please Remove This Page Prior to Submitting Your Bid* SPECIFICATION NO. 1200P SAN JACINTO RESERVOIR RECYCLED WATER POND PUMP STATION NOTICE TO BIDDERS: The attached

More information

CONTRACT DOCUMENTS. City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project

CONTRACT DOCUMENTS. City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project CONTRACT DOCUMENTS for the City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project prepared by Pro Terra, Engineering & Surveying El Centro, CA City of El Centro Replacement

More information

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM PUBLIC WORKS DEPARTMENT BID FORMS FOR POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM-19-019 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID

More information

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 00 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 01 01 Project Page 00 01 15 List of Drawing Sheets 00 10 00 Solicitation/Advertisements and Invitations 00 11 16 Invitation to Bid 00 20 00 INSTRUCTIONS

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide CENTRAL COAST WATER AUTHORITY Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide March 2018 1 CONTRACT DOCUMENTS TABLE OF CONTENTS BIDDING REQUIREMENTS, CONTRACT

More information

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606) NOTICE TO CONTRACTORS Sealed bids, addressed to Ballwin Public Works, 14811 Manchester Road, Ballwin, Missouri 63011 for the proposed work will be received by the City of Ballwin until 10:00 AM (prevailing

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

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 REQUESTS FOR PROPOSALS NOTICE OF SOLICITATION FOR PROFESSIONAL SERVICES FOR THE 2018-2019 SCHOOL YEAR Notice

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

SPECIFICATIONS & BID DOCUMENTS

SPECIFICATIONS & BID DOCUMENTS INVITATION TO BID C R S SPECIFICATIONS & BID DOCUMENTS PROJECT: Slana Maintenance Station Shop Roof Replacement PROJECT NO. 2514N008 STATE OF ALASKA Department of Transportation And Public Facilities Northern

More information

STARTUPCO LLC MEMBERSHIP INTEREST SUBSCRIPTION AGREEMENT

STARTUPCO LLC MEMBERSHIP INTEREST SUBSCRIPTION AGREEMENT STARTUPCO LLC MEMBERSHIP INTEREST SUBSCRIPTION AGREEMENT This MEMBERSHIP INTEREST SUBSCRIPTION AGREEMENT (the "Agreement") is entered into by and between STARTUPCO LLC, a limited liability company (the

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

BAYONNE BOARD OF EDUCATION. Insurance Brokerage Services: Property and Casualty and Workmen s Compensation

BAYONNE BOARD OF EDUCATION. Insurance Brokerage Services: Property and Casualty and Workmen s Compensation BAYONNE BOARD OF EDUCATION REQUEST FOR PROPOSAL FOR: Insurance Brokerage Services: Property and Casualty and Workmen s Compensation RFP No. 2018-12-4-Y Tuesday, December 4, 2018 1:00 p.m. Tom Fogu Acting

More information

Mecklenburg County Minority, Women, and Small Business Enterprise Provisions

Mecklenburg County Minority, Women, and Small Business Enterprise Provisions Mecklenburg County Minority, Women, and Small Business Enterprise Provisions Revised January 1, 2014 M/W/SBE TABLE OF CONTENTS CONTENTS PAGE NUMBER Policy Statement...1 Introduction...2 M/W/SBE Table of

More information

REQUEST FOR SEALED PROPOSALS

REQUEST FOR SEALED PROPOSALS REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS CITY REDEVELOPMENT ATTORNEY 2015 CITY OF WOODBURY 33 DELAWARE STREET WOODBURY GLOUCESTER COUNTY NEW JERSEY, 08096 Proposal

More information

INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No /049

INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No /049 Project Name: 2018 Airfield Improvements INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No. 3-53-0051-048/049 Bid Date: Tuesday, April 10, 2018, at 3:00pm Local Time

More information

INVITATION TO BID. Anchorage Pioneer Home South Building Interior Paint ANC 15-27C

INVITATION TO BID. Anchorage Pioneer Home South Building Interior Paint ANC 15-27C INVITATION TO BID Anchorage Pioneer Home South Building Interior Paint ANC 15-27C Bidders are invited to submit sealed bids, in single copy, to: Contractor to provide all labor, supervision, materials

More information

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services.

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services. December 12, 2018 To Whom It May Concern: Enclosed please find our Request for Professional Services. This service is to begin February 4, 2019 and continue through reorganization 2020. The Pine Hill Borough

More information

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL

More information

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018.

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018. INVITATION TO BID The Crested Butte Fire Protection District (hereinafter referred to as the Owner) will receive bids at the office of the Owner s office located at 306 Maroon Avenue, Crested Butte, Colorado

More information

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 PUBLIC WORKS DEPARTMENT BID FORMS FOR FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

Contract Documents. and. Specifications. for. Engler Park Tennis Court Construction

Contract Documents. and. Specifications. for. Engler Park Tennis Court Construction Contract Documents and Specifications for Engler Park Tennis Court Construction City of Farmington 110 West Columbia Farmington, Missouri 63640 CITY OF FARMINGTON Department of Parks 407 Boyce Farmington,

More information

NEW AIR TRAFFIC CONTROL TOWER

NEW AIR TRAFFIC CONTROL TOWER DIVISION I NEW AIR TRAFFIC CONTROL TOWER CONSTRUCTION MANAGER AT RISK (CMAR) CONSTRUCTION SERVICES CONTRACT PROJECT NO. 927 TABLE OF CONTENTS ARTICLE PAGE ARTICLE 1 PARTICIPANTS AND PROJECT... 2 ARTICLE

More information

Insurance Requirements for Contractors

Insurance Requirements for Contractors Insurance Requirements for Contractors I. CONTRACTOR S LIABILITY AND WORKERS COMPENSATION INSURANCE Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries

More information

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

More information

Snow Removal Services

Snow Removal Services Request for Proposals Snow Removal Services Date Issued: September 21, 2016 Due: October 5, 2016 @ 4:00pm Background Information The Greater Syracuse Land Bank s mission is to acquire and stabilize vacant

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information