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

Size: px
Start display at page:

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

Transcription

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

2 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 October 23, 2014, for Contract No , Denver International Airport, Runway 17L-35R Complex Pavement and Lighting Rehabilitation. This contract is for: Rehabilitate the pavement in the Runway 17L-35R Complex, by removing and replacing concrete slabs in the Runway and Taxiways P, P6, P7, and ED. Replace lighting fixtures, bases and conduit that have been removed with the pavement. 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.: 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agrees that this bid is a firm offer to the City to perform and complete the Contract described above which cannot be withdrawn for one hundred twenty (120) calendar 34

3 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, ed, 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 are 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] 35

4 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: ( ) ( ) Address: Social Security or Employer Id. No. of Bidder: SIGNATURE OF BIDDER: If a Corporation: Attest: (Corporate Seal) Secretary PRINT NAME OF CORPORATION: a Corporation By: President If a Limited Liability Company: 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] 36

5 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) 37

6 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 38

7 SCHEDULE OF PRICES AND QUANTITIES The Schedule of Prices and Quantities which apply to this contract are contained in the pages immediately following this page. These pages are not included in the page numbering of this contract document. 39

8 DENVER INTERNATIONAL AIRPORT RUNWAY 17L-35R COMPLEX PAVEMENT AND LIGHTING REHABILITATION CONTRACT NO Part 1 - Schedule of Prices and Quantities SCHEDULE I: RUNWAY 17L-35R PAVEMENT REHABILITATION (INCLUDING CONNECTOR TAXIWAYS UP TO HOLD LINES) (FEDERAL) Item No. Description and Price Quantity Unit Unit Price Extension a Mobilization at the lump sum of ($ ) per lump sum. 1 LS a Maintain Lighted X's at the lump sum of ($ ) per lump sum. 1 LS a Haul Route Monitor at the unit price of ($ ) per hour. 6,500 HR b Gate Guard at the unit price of ($ ) per hour. 2,800 HR c Gate Guard Shack (Temporary) at the lump sum of ($ ) per lump sum. 1 LS d Traffic Control at the lump sum of ($ ) per lump sum. 1 LS P-150a Remove Concrete Pavement - 17" Reinforced at the unit price of ($ ) per square yard. 2,523 SY P-150b P-150c P-150d Remove Concrete Pavement - 17" Non-Reinforced at the unit price of ($ ) per square yard. Remove Bituminous Shoulder Pavement Full Depth at the unit price of ($ ) per square yard. Remove Bituminous Shoulder Pavement 3-Inch Depth By Cold Milling at the unit price of ($ ) per square yard. 94,618 SY 2,547 SY 746 SY

9 SCHEDULE I: RUNWAY 17L-35R PAVEMENT REHABILITATION (INCLUDING CONNECTOR TAXIWAYS UP TO HOLD LINES) (FEDERAL) Item No. Description and Price Quantity Unit Unit Price Extension P-150e Demolish L-868 Base Can at the unit price of ($ ) per each. 529 EA P-150f Demolish Base Can In Shoulder, Remove Light Fixture at the unit price of ($ ) per each. 10 EA P-150g P-161a Remove Concrete Curing Compound at the unit price of ($ ) per square foot. Bondbreaker Fabric at the unit price of ($ ) per square yard. 87,480 SF 97,141 SY P-161b P-161c Geotextile Fabric at the unit price of ($ ) per square yard. Stress-Absorbing Fabric at the unit price of ($ ) per square yard. 2,547 SY 746 SY P-401a Bituminous Surface Course (3-Inch) at the unit price of ($ ) per ton. 556 TON P-401b Bituminous Base Course (7-Inch) at the unit price of ($ ) per ton. 1,003 TON P-403a Asphalt Treated Permeable Base (5-7 Inches) at the unit price of ($ ) per square yard. 2,547 SY P-501a P-501b Portland Cement Concrete Pavement - 17" Non-Reinforced - High Production at the unit price of ($ ) per square yard. Portland Cement Concrete Pavement - 17" Non-Reinforced - Low Production at the unit price of ($ ) per square yard. 82,104 SY 12,514 SY

10 SCHEDULE I: RUNWAY 17L-35R PAVEMENT REHABILITATION (INCLUDING CONNECTOR TAXIWAYS UP TO HOLD LINES) (FEDERAL) Item No. Description and Price Quantity Unit Unit Price Extension P-501c Portland Cement Concrete Pavement - 17" Reinforced at the unit price of ($ ) per square yard. 2,523 SY P-501d Concrete Grooving at the unit price of ($ ) per square yard. 90,320 SY P-501e Concrete Block Out at the unit price of ($ ) per each. 1 EA P-610a Cement Treated Base Repair at the unit price of ($ ) per square yard. 2,920 SY L-125r Remove and Reinstall Light Fixture, Install Temporary Plywood Cover at the unit price of ($ ) per each. 238 EA L-125s Procure and Install New 22" Deep L-868B Light Base (Complete) at the unit price of ($ ) per each. 492 EA L-125t Procure and Install New 26" Deep L-868B Light Base (Complete) at the unit price of ($ ) per each. 37 EA L-125u Procure and Install New L-867B Base Can In Shoulder Pavement, Reinstall Light Fixture (Complete) at the unit price of ($ ) per each. 10 EA

11 DENVER INTERNATIONAL AIRPORT RUNWAY 17L-35R COMPLEX PAVEMENT AND LIGHTING REHABILITATION CONTRACT NO Part 1 - Schedule of Prices and Quantities SCHEDULE II: TAXIWAY "ED" PAVEMENT REHABILITATION (FEDERAL) Item No. Description and Price Quantity Unit Unit Price Extension a Mobilization at the lump sum of ($ ) per lump sum. 1 LS P-150a Remove Concrete Pavement - 17" Reinforced at the unit price of ($ ) per square yard. 2,638 SY P-150b P-150c P-150e Remove Concrete Pavement - 17" Non-Reinforced at the unit price of ($ ) per square yard. Remove Bituminous Shoulder Pavement Full Depth at the unit price of ($ ) per square yard. Demolish L-868 Base Can at the unit price of ($ ) per each. 39,960 SY 4,910 SY 146 EA P-150f Demolish Base Can In Shoulder, Remove Light Fixture at the unit price of ($ ) per each. 2 EA P-150g P-161a P-161b Remove Concrete Curing Compound at the unit price of ($ ) per square foot. Bondbreaker Fabric at the unit price of ($ ) per square yard. Geotextile Fabric at the unit price of ($ ) per square yard. 28,350 SF 42,598 SY 4,910 SY P-401a Bituminous Surface Course (3-Inch) at the unit price of ($ ) per ton. 829 TON

12 SCHEDULE II: TAXIWAY "ED" PAVEMENT REHABILITATION (FEDERAL) Item No. Description and Price Quantity Unit Unit Price Extension P-401b Bituminous Base Course (7-Inch) at the unit price of ($ ) per ton. 1,933 TON P-403a P-501a P-501c Asphalt Treated Permeable Base (5-7 Inches) at the unit price of ($ ) per square yard. Portland Cement Concrete Pavement - 17" Non-Reinforced - High Production at the unit price of ($ ) per square yard. Portland Cement Concrete Pavement - 17" Reinforced at the unit price of ($ ) per square yard. 4,910 SY 39,960 SY 2,638 SY P-501d P-610a Concrete Grooving at the unit price of ($ ) per square yard. Cement Treated Base Repair at the unit price of ($ ) per square yard. 4,500 SY 1,280 SY L-125r Remove and Reinstall Light Fixture, Install Temporary Plywood Cover at the unit price of ($ ) per each. 1 EA L-125s Procure and Install New 22" Deep L-868B Light Base (Complete) at the unit price of ($ ) per each. 123 EA L-125t Procure and Install New 26" Deep L-868B Light Base (Complete) at the unit price of ($ ) per each. 23 EA L-125u Procure and Install New L-867B Base Can In Shoulder Pavement, Reinstall Light Fixture (Complete) at the unit price of ($ ) per each. 2 EA

13 DENVER INTERNATIONAL AIRPORT RUNWAY 17L-35R COMPLEX PAVEMENT AND LIGHTING REHABILITATION CONTRACT NO Part 1 - Schedule of Prices and Quantities SCHEDULE III: TAXIWAYS "P, P6, P7" PAVEMENT REHABILITATION (FEDERAL) Item No. Description and Price Quantity Unit Unit Price Extension a Mobilization at the lump sum of ($ ) per lump sum. 1 LS P-150a Remove Concrete Pavement - 17" Reinforced at the unit price of ($ ) per square yard. 623 SY P-150b P-150c P-150d Remove Concrete Pavement - 17" Non-Reinforced at the unit price of ($ ) per square yard. Remove Bituminous Shoulder Pavement Full Depth at the unit price of ($ ) per square yard. Remove Bituminous Shoulder Pavement 3-Inch Depth By Cold Milling at the unit price of ($ ) per square yard. 4,374 SY 50 SY 73 SY P-150e Demolish L-868 Base Can at the unit price of ($ ) per each. 39 EA P-150g P-161a Remove Concrete Curing Compound at the unit price of ($ ) per square foot. Bondbreaker Fabric at the unit price of ($ ) per square yard. 3,690 SF 4,997 SY P-161b P-161c Geotextile Fabric at the unit price of ($ ) per square yard. Stress-Absorbing Fabric at the unit price of ($ ) per square yard. 50 SY 73 SY

14 SCHEDULE III: TAXIWAYS "P, P6, P7" PAVEMENT REHABILITATION (FEDERAL) Item No. Description and Price Quantity Unit Unit Price Extension P-401a Bituminous Surface Course (3-Inch) at the unit price of ($ ) per ton. 21 TON P-401b Bituminous Base Course (7-Inch) at the unit price of ($ ) per ton. 20 TON P-403a P-501b Asphalt Treated Permeable Base (5-7 Inches) at the unit price of ($ ) per square yard. Portland Cement Concrete Pavement - 17" Non-Reinforced - Low Production at the unit price of ($ ) per square yard. 50 SY 4,374 SY P-501c Portland Cement Concrete Pavement - 17" Reinforced at the unit price of ($ ) per square yard. 623 SY P-610a Cement Treated Base Repair at the unit price of ($ ) per square yard. 150 SY L-125r Remove and Reinstall Light Fixture, Install Temporary Plywood Cover at the unit price of ($ ) per each. 40 EA L-125s Procure and Install New 22" Deep L-868B Light Base (Complete) at the unit price of ($ ) per each. 36 EA L-125t Procure and Install New 26" Deep L-868B Light Base (Complete) at the unit price of ($ ) per each. 3 EA

15 DENVER INTERNATIONAL AIRPORT RUNWAY 17L-35R COMPLEX PAVEMENT AND LIGHTING REHABILITATION CONTRACT NO Part 1 - Schedule of Prices and Quantities SCHEDULE IV: TAXIWAYS "P, P2, P3, P4, P9" PAVEMENT REHABILITATION (FEDERAL) Item No. Description and Price Quantity Unit Unit Price Extension a Mobilization at the lump sum of ($ ) per lump sum. 1 LS P-150a Remove Concrete Pavement - 17" Reinforced at the unit price of ($ ) per square yard. 1,025 SY P-150b P-150c Remove Concrete Pavement - 17" Non-Reinforced at the unit price of ($ ) per square yard. Remove Bituminous Shoulder Pavement Full Depth at the unit price of ($ ) per square yard. 5,475 SY 186 SY P-150d Remove Bituminous Shoulder Pavement 3-Inch Depth By Cold Milling at the unit price of ($ ) per square yard. 261 SY P-150e Demolish L-868 Base Can at the unit price of ($ ) per each. 43 EA P-150g P-161a P-161b Remove Concrete Curing Compound at the unit price of ($ ) per square foot. Bondbreaker Fabric at the unit price of ($ ) per square yard. Geotextile Fabric at the unit price of ($ ) per square yard. 2,340 SF 6,500 SY 186 SY P-161c Stress-Absorbing Fabric at the unit price of ($ ) per square yard. 261 SY

16 SCHEDULE IV: TAXIWAYS "P, P2, P3, P4, P9" PAVEMENT REHABILITATION (FEDERAL) Item No. Description and Price Quantity Unit Unit Price Extension P-401a Bituminous Surface Course (3-Inch) at the unit price of ($ ) per ton. 76 TON P-401b Bituminous Base Course (7-Inch) at the unit price of ($ ) per ton. 73 TON P-403a P-501b Asphalt Treated Permeable Base (5-7 Inches) at the unit price of ($ ) per square yard. Portland Cement Concrete Pavement - 17" Non-Reinforced - Low Production at the unit price of ($ ) per square yard. 186 SY 5,475 SY P-501c Portland Cement Concrete Pavement - 17" Reinforced at the unit price of ($ ) per square yard. 1,025 SY P-610a Cement Treated Base Repair at the unit price of ($ ) per square yard. 200 SY L-125r L-125s Remove and Reinstall Light Fixture, Install Temporary Plywood Cover at the unit price of ($ ) per each. Procure and Install New 22" Deep L-868B Light Base (Complete) at the unit price of ($ ) per each. 49 EA 25 EA L-125t Procure and Install New 26" Deep L-868B Light Base (Complete) at the unit price of ($ ) per each. 18 EA

17 DENVER INTERNATIONAL AIRPORT RUNWAY 17L-35R COMPLEX PAVEMENT AND LIGHTING REHABILITATION CONTRACT NO SCHEDULE V: SPALL REPAIR AND ACCESS ROADS (NON-FEDERAL) Part 1 - Schedule of Prices and Quantities Item No. Description and Price Quantity Unit Unit Price Extension a Mobilization at the lump sum of ($ ) per lump sum. 1 LS P-152a Subgrade Preparation at the unit price of ($ ) per square yard. 290 SY P-401c Bituminous Access Road (4-Inch) at the unit price of ($ ) per ton. 60 TON P-501f Spall Repair at the unit price of ($ ) per square foot. 7,180 SF

18 DENVER INTERNATIONAL AIRPORT RUNWAY 17L-35R COMPLEX PAVEMENT AND LIGHTING REHABILITATION CONTRACT NO Part 2 - Schedule of Prices and Quantities Item No. Description and Price Quantity Unit Unit Price Extension SCHEDULE A: REPLACE RUNWAY 17L-35R LIGHTING, REPLACE PARALLEL TAXIWAY "P" AND CONNECTOR TAXIWAY CENTERLINE LIGHTING (FEDERAL) 01505a Mobilization at the lump sum of 1 LS ($ ) per lump sum a Cover Elevated Edge Lights at the unit price of 8 EA ($ ) per each b Cover Panel on Guidance Sign at the unit price of 4 EA ($ ) per each c Install Tie Back at the unit price of 2 EA ($ ) per each. L-108a Install Cable, 1/C #8, 7 Strand, 5000V, L-824, Type C at the unit price of 106,000 LF ($ ) per linear foot. L-110a Install Conduit 1-Way, 2-Inch PVC (CLSM) at the unit price of 70 LF ($ ) per linear foot. L-110b Install Conduit 1-Way, 2-Inch PVC (CE) at the unit price of 120 LF ($ ) per linear foot. L-125a Procure L-850A(L) Runway Centerline Light at the unit price of 239 EA ($ ) per each. L-125b Procure L-850B(L) Runway Touchdown Zone Light at the unit price of 180 EA ($ ) per each. L-125c Procure L-850C Runway Edge Light at the unit price of 5 EA ($ ) per each. L-125d Remove and Install L-850A(L) Runway Centerline Light at the unit price of 239 EA ($ ) per each. L-125e Remove and Install L-850B(L) Runway Touchdown Zone Light at the unit price of 180 EA ($ ) per each.

19 L-125f Remove and Install L-850C Runway Edge Light at the unit price of 5 EA ($ ) per each. L-125g Remove and Reinstall L-852C Unidirectional Taxiway Centerline Light at the unit price of 5 EA ($ ) per each. L-125h Remove and Reinstall L-852C Bidirectional Taxiway Centerline Light at the unit price of 137 EA ($ ) per each. L-125i Remove and Reinstall L-852D Unidirectional Taxiway Centerline Light at the unit price of 181 EA ($ ) per each. L-125j Remove and Reinstall L-852D Bidirectional Taxiway Centerline Light at the unit price of 71 EA ($ ) per each. L-125k Remove and Reinstall L-852GS 2-Circuit Runway Stop Bar/Guard Light at the unit price of 21 EA ($ ) per each. L-125l Remove and Reinstall L-862 Runway Edge Light at the unit price of 2 EA ($ ) per each. L-125m Remove and Reinstall L-861T Taxiway Edge Light at the unit price of 2 EA ($ ) per each. L-125n Remove and Reinstall Coverplate at the unit price of 86 EA ($ ) per each. L-125o Procure and Install L-868, Size A, Base Can at the unit price of 15 EA ($ ) per each. L-125p Install Fixture ID Marker at the unit price of 925 EA ($ ) per each. L-125q Drill Out Existing Bolt and Rethread Existing Bolt Hole at the unit price of 117 EA ($ ) per each. L-127a Remove and Install Internally Lighted L-806(L) Supplemental Wind Cone and Foundation at the unit price of 2 EA ($ ) per each. L-131a Remove and Install Pavement Sensor at the unit price of 5 EA ($ ) per each.

20 L-140a Photometric Testing for Runway 17L-35R Complex Light Fixtures at the lump sum of 1 LS ($ ) per lump sum Ca Remove and Reinstall Brite III Remote Unit, Dual Channel at the unit price of 21 EA ($ ) per each. SCHEDULE B: REPLACE HOMERUN CABLE (FEDERAL) L-108a Install Cable, 1/C #8, 7 Strand, 5000V, L-824, Type C at the unit price of 345,000 LF ($ ) per linear foot. L-108b Install Cable, 1/C #8 Green Insulated Ground at the unit price of 21,000 LF ($ ) per linear foot. SCHEDULE C: PROCURE AND INSTALL ACTIVE PAVEMENT SENSOR EQUIPMENT AND INFRASTRUCTURE (NON-FEDERAL) 01505a Mobilization at the lump sum of 1 LS ($ ) per lump sum. L-127b Remove and Install L-806(L) ARFF #3 Wind Cone and Foundation at the lump sum of 1 LS ($ ) per lump sum. L-132a Install Active Pavement Sensor System at the lump sum of 1 LS ($ ) per lump sum.

21 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. 40

22 Page 1 of 3 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: Address: 5. Established where and when: 6. Contractor s Banks: 7. Principal Officers of Contractor (managers and members if LLC): 41

23 Name: Title: Name: Title: Name: Title: Name: Title: 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. 42

24 15. The Bidder/Contractor shall identify all applicable labor agreements (if any) to be used in the performance of the Work: 43

25 Bidder DENVER INTERNATIONAL AIRPORT Contract No Bid Data Forms LIST OF PROPOSED SUBCONTRACTORS WHICH ARE NOT DBE SUBCONTRACTORS Bidder shall list below the name, business address, work assignment and dollar value of each subcontractor that is not a DBE 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 Small 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 or the List of Proposed DBE Subcontractors, 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 - Maintenance and Airport Infrastructure Management ( 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 or on the List of Proposed DBE Subcontractors, 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 502. Subcontractor NAME: ADDRESS: PHONE: Work Assignment Subcontract Dollar Value 44

26 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.) 45

27 CITY AND COUNTY OF DENVER DEPARTMENT OF AVIATION List of Proposed Disadvantaged Business Enterprise Bidders, Subcontractors, Suppliers (Manufacturers) or Brokers The undersigned bidder proposes to utilize the following Disadvantaged Business Enterprise (DBE) for the project. All listed firms are CURRENTLY certified by the City and County of Denver. Only bona fide commissions may be counted for Brokers. Please copy and attach this page to list additional DBE firms for this project. Check Box If Applicable: Subcontractor or Supplier (Manufacturer) or Broker Business Name: Address: Type of Service: Contact Person: Dollar Amount: $ Percent of Project % Check One Box: Subcontractor or Supplier (Manufacturer) or Broker Business Name: Address: Type of Service: Contact Person: Dollar Amount: $ Percent of Project % Check One Box: Subcontractor or Supplier (Manufacturer) or Broker Business Name Address Type of Service 46

28 Contact Person Dollar Amount $ Percent of Project % The undersigned Bidder hereby certifies that the aforementioned subcontractors, suppliers, manufacturers and brokers have full knowledge that their names have been offered as subcontractors, suppliers, manufacturers and brokers for the work, and the Bidder further certifies that the dollar amount of work to be performed by the aforementioned DBEs was furnished to the Bidder prior to the bid opening. The undersigned Bidder agrees that within five (5) working days after the bid opening, it shall submit to the City a "DBE Letter of Intent" which as been completed and executed by each of its DBE subcontractors, suppliers, and brokers on the form contained in the Contract Documents. The undersigned Bidder acknowledges the right of the City to reject any or all bids submitted to waive informalities in bids and to re-advertise this project for bids. The undersigned certifies that it has carefully checked all words and figures and all statements made in these Bid Forms. This bid is submitted upon the declaration that neither, I (we), nor, to the best of (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: Telephone Number of Bidder: Social Security or Employer Id. No. of Bidder: Name and location relative thereto, please refer to Name: Title: Address: 47

29 The undersigned acknowledges receipt, understanding, and full consideration of the following addenda to the Contract Documents: Addenda Numbers Date SIGNATURE DATE 48

30 COMMITMENT TO DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION Contract No BID DATA FORMS THE UNDERSIGNED HAS SATISFIED THE REQUIREMENTS OF INSTRUCTIONS TO BIDDERS, IB-23 IN THE FOLLOWING MANNER (Please check appropriate space): The Bidder is committed to a minimum of % DBE utilization for this contract. The Bidder understands that it must submit Letters of Intent for each DBE listed in the Bid Forms within five working days after bid opening. The Bidder is unable to meet the contract goal of 22% DBE but is committed to meet at a minimum % DBE participation on this contract. The Bidder understands that it must submit a detailed statement and documentation of good faith efforts it made prior to bid opening in its attempts made to meet the DBE contract goals and a Letter of Intent for each DBE listed in the Bid Forms within five working days after bid opening. Bidder: (Name of Firm) By: (Signature) (Title) Address: 49

31 Office of Economic Development Division of Small Business Opportunity Compliance Unit DIA Peña Blvd., AOB, Suite 7810 Denver, CO Phone: (303) / Fax: (303) LETTER OF INTENT (LOI) All lines must be completed or marked N/A for Not Applicable. Submit the attached completed checklist with this letter. 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 MBE/WBE ( ) SBE ( ) DBE ( ) the certified firm. 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 3/10/2010 $ Date: Date: 50

32 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 2nd 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 non-responsive. 51

33 INCLUSIVENESS IN CITY SOLICITATIONS Using the attached form, entitled "Diversity and Inclusiveness in City Solicitations Information Request Form", please state whether you have a diversity and inclusiveness program for employment and retention, procurement and supply chain activities, or customer service and provide the additional information requested on the form. The information provided on the Diversity and Inclusiveness in City Solicitations Information Request Form will provide an opportunity for City contractors/consultants to describe their own diversity and inclusiveness practices. Contractors/consultants are not expected to conduct intrusive examinations of its employees, managers, or business partners in order to describe diversity and inclusiveness measures. Rather, the City simply seeks a description of the contractor/consultant's current practices, if any. Diversity and Inclusiveness information provided by City contractors/consultants in response to City solicitations for services or goods will be collated, analyzed, and made available in reports consistent with City Executive Order No However, no personally identifiable information provided by or obtained from contractors/consultants will be in such reports. The Diversity And Inclusiveness In City Solicitations Form pages immediately following this page are not included in the page numbering of this contract document. 52

34 Office of Economic Development Office of the Director 201 W. Colfax Ave. Dept. 208 Denver, CO p: f: Diversity and Inclusiveness* in City Solicitations Information Request Form Type in your response, print out, sign and date; or print out and complete manually. Please print legibly. Denver Executive Order No. 101 establishes strategies between the City and private industry to use diversity and inclusiveness promote economic development in the City and County of Denver and to encourage more businesses to compete for City contracts and procurements. The Executive Order requires, among other things, the collection of certain information regarding the practices of the City s contractors and consultants toward diversity and inclusiveness and encourages/requires City agencies to include diversity and inclusiveness policies in selection criteria where legally permitted in solicitations for City services or goods. Answer each item below. Missing or incomplete responses will be recorded as no or none. A proposal or response to a solicitation by a contractor/consultant that does not include this completed form shall be deemed non-responsive and rejected. Project Name: BID / RFP No.: Name of Contractor/Consultant Address: Business Phone No.: Business Facsimile No.: OED Executive Order No. 101 Diversity and Inclusiveness in City Solicitations Information Request Form Rev. 12/16/

35 1. Do you have a diversity and inclusiveness program? Yes No If yes, does it address: Employment and retention? Yes No Procurement and supply chain activities? Yes No Customer service? Yes No 1a. If yes, provide a detailed narrative of your company s diversity and inclusiveness principles and programs. (This may include, for example, (i) diversity and inclusiveness employee training programs, equal opportunity policies, and the budget amount spent on an annual basis for workplace diversity; or (ii) diversity and inclusiveness training and information to improve customer service.) 1b. If yes, please attach a copy of any written materials on your diversity and inclusiveness program. Attached Not attached 1c. If yes, how does your company regularly communicate its diversity and inclusiveness policies to employees? Employee Training Pamplets Public EEO postings Other Not Applicable 1d. If you responded that you do not have a diversity and inclusiveness program, describe any plans your company may have to adopt such a program

36 2. How often do you provide training in diversity and inclusiveness principles? Monthly Annually Quarterly Not Applicable Other 2a. What percentage of the total number of employees generally participate? 0 25% 50 75% 26 50% % Not Applicable 3. State how you achieve diversity and inclusiveness in supply and procurement activities. (This may include, for example, narratives of training programs, equal opportunity policies, diversity or inclusiveness partnership programs, mentoring and outreach programs, and the amount and description of budget spent on an annual basis for procurement and supplier diversity and inclusiveness.) 4. Do you have a diversity and inclusiveness committee? Yes No 4a. If so, how often does it meet? Monthly Annually No Committee Quarterly Other 4b. If you responded that you do not have a diversity and inclusiveness committee, describe any plans your company may have to establish such a committee

37 5. Do you have a budget for diversity and inclusiveness efforts? Yes No 6. Does your company integrate diversity and inclusion competencies into executive/manager performance evaluation plans? Yes No I attest that the information represented herein is true, correct and complete, to the best of my knowledge. Signature of Person Completing Form Date Printed Name of Person Completing Form NOTE: Attach additional sheets or documentation as necessary for a complete response. * Diversity and inclusiveness program means a program that invites values, perspectives and contributions of people from diverse backgrounds, and integrates diversity into its hiring and retention policies, training opportunities, and business development methods to provide an equal opportunity for each person to participate, contribute, and succeed within the organization s workplace. Diversity encompasses a wide variety of human differences, including differences such as race, age, gender, gender identity, sexual orientation, ethnicity, physical disabilities, appearance, historically underutilized and disadvantaged persons, as well as social identities such as religion, marital status, socio-economic status, lifestyle, education, parental status, geographic background, language ability, and veteran status

38 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 Contract No First Published: August 25, 2014 Taxiways P and P7 Drainage Improvements 52

39 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 Contract No First Published: August 25, 2014 Taxiways P and P7 Drainage Improvements 53

40 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 Venture. Contract No First Published: August 25, 2014 Taxiways P and P7 Drainage Improvements 54

41 (Attach additional information if necessary) 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: Contract No First Published: August 25, 2014 Taxiways P and P7 Drainage Improvements 55

42 Name: Title: Firm: Name: (2) Marketing and Sales 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 Contract No First Published: August 25, 2014 Taxiways P and P7 Drainage Improvements 56

43 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. Contract No First Published: August 25, 2014 Taxiways P and P7 Drainage Improvements 57

44 201 W. Colfax Denver, Colorado Phone: Fax: Division of Small Business Opportunity MICHAEL HANCOCK Mayor Denver International Airport Airport Office Building Suite Pena Boulevard Denver, Colorado Phone: Fax: BIDDER S INFORMATION FORM* The City & County of Denver (CCD) has established a Disadvantaged Business Enterprise (DBE) Program in accordance with regulations of the U.S. Department of Transportation (DOT) 49 CFR Part (b) (c) requires that CCD create and maintain a bidders list consisting of information about all DBE and non-dbe firms that bid or quote on DOT-assisted contracts. This includes firms bidding on prime contracts and bidding or quoting subcontracts on DOT-assisted contracts. DSBO will safeguard from disclosure to third parties information regarded as confidential business information, consistent with Federal, State, and local law. Contractors/Consultants must complete this form and request each subcontractor/supplier/subconsultant bidding to the Prime to complete the form and return to the Prime. The Prime must submit all completed forms to DSBO with their bid/proposal. * Bidders Information Form requirement applies to all prime contractors, prime consultants, subcontractors, suppliers, sub-consultants that bid/quote on a DOT-assisted contract. Bidding as a: Contractor or Sub Contractor/Supplier/Sub-consultant Type of Work/Service: Name of Firm/Company: Address of Firm/Company: Street: City: State: Zip: Telephone: Fax: Are you certified by any governmental agency as a Disadvantaged Business Enterprise? YES NO If yes, by whom: Age of Firm/Company: Years Annual Gross Receipts of Firm/Company: $ 53

45 Date Submitted: Signature of Designated Representative of Firm/Company: 54

46 Bidder DENVER INTERNATIONAL AIRPORT Contract No Bid Data Forms EQUAL OPPORTUNITY REPORT STATEMENT Each 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: 55

47 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: 56

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

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

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

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Airline and Directory Sign Maintenance 2012 Contract No.: DENVER INTERNATIONAL AIRPORT BID FORMS CONTRACT NAME: Contract No.: 201204671 Bid Letter BIDDER Manager of Aviation City and County of Denver Business Management Services (Procurement) Office Airport Office

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

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

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

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

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

City of Newnan, Georgia

City of Newnan, Georgia City of Newnan, Georgia Invitation to Bid Mill & Resurfacing of Various Streets- 2017 Issue Date: May 25, 2017 Issued By: Inquiries: Proposals Due: Bid Opening: City of Newnan Public Works Department 25

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

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

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

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

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

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. Addendum #1 409 22nd Ave So PO Box 298 Brookings, SD 57006 Toll Free 1-855-323-6342 www.bannerassociates.com Project: Viborg Utility Improvements - 2017 Bid Date: 11:00 A.M., Local Time, March 15, 2017

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

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

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

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL Date Issued: November 14, 2016 Return Date & Time: Return To: December 6, 2016, 11:00 AM Keith Kazmark, RMC/CMC/MMC

More information

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000. NOTICE TO BIDDERS FOR PAVE AIRPORT SERVICE ROAD TERMINAL APRON TO SOUTH CARGO APRON AT DES MOINES INTERNATIONAL AIRPORT Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each

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

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org Addendum 1 Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR 97478-6302 541-736-4544 willamalane.org DATE: March 29, 2018 PROJECT: Kelly Field Turf Replacement OWNER: Willamalane

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

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

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

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

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

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

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

PORT OF EVERETT SECTION Insert Project Name in CAPS

PORT OF EVERETT SECTION Insert Project Name in CAPS BIDDER S NAME THIS BID SUBMITTED TO: Port of Everett 2911 Bond Street, Suite 202 Everett, WA 98201 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a

More information

BID PRICE FORM. (Date) CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412

BID PRICE FORM. (Date) CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412 BID PRICE FORM (Date) TO: RE: CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412 INVITATION FOR BID BOARDWALK AND GATEHOUSE REPLACEMENT BEACHWALKER COUNTY

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

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

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

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

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

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

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

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

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

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals

More information

BID FORM. PROJECT: 2017 Water line replacement

BID FORM. PROJECT: 2017 Water line replacement Project Town of Georgetown P.O. Box 426 Georgetown, CO 80444 BID FORM PROJECT: 2017 Water line replacement THE UNDERSIGNED BIDDER, having familiarized himself with the Work required by the Contract Documents,

More information

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT BOROUGH of PINE HILL SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 5, 2017 10:00 A.M. ADDRESS ALL PROPOSALS TO: BUSINESS ADMINISTRATOR

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

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS JANUARY 23, 2019 11:00 A.M. ADDRESS ALL PROPOSALS TO: TOWNSHIP ADMINISTRATOR

More information

ADDENDUM NO. ONE (1)

ADDENDUM NO. ONE (1) The Wilson Group: 9198-000 Terminal Renovation & Expansion Talbert, Bright & Ellington: 3309-1701 May 14, 2018 Date: May 14, 2018 ADDENDUM NO. ONE (1) RE: From: To: The Wilson Group PO Box 5510 Charlotte,

More information

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

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

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

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

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

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019 Bidders Name: Address: City and State: Phone: Fax: E-Mail: TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ 08085 SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR

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

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

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

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

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

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

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

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

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

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

INVITATION PLEASE REFER TO BID NO TO BID

INVITATION PLEASE REFER TO BID NO TO BID INVITATION PLEASE REFER TO BID NO. 2018-013 TO BID BID DATE: 01/25/18 TO: VENDOR NAME: ADDRESS: QUOTE NOT LATER THAN: 02/28/2018 BY 4:00 PM (EST) FROM: PURCHASING DEPARTMENT COUNTY OF BERRIEN, MICHIGAN

More information

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor

More information

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11 69889/AV/lm TO: Recipients of C-TRAN ITB #2015-04 Fourth Plain BRT Maintenance Facility Expansion DATE: June 25, 2015 SUBJECT: Addendum #11 C-TRAN has revised the following sections of the Invitation to

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the 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

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following: Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and

More information

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

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

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

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

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County, Specifications and Bid Forms for Riprap at Bridge Berm Structure #68-134-120 44138 303 rd Street, Yankton South Dakota, Yankton County, 57078 For Yankton County Highway Department 3302 W City Limits Road

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

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

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

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

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

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

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 Page 1 of 16 ITB-PW-U-15-02 Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 ISSUE DATE: January 7, 2015 DUE DATE: January 15, 2015 at 2:00 p.m. SUBJECT: Miscellaneous Changes INTENT: This

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional engineering firms

More information

San Francisco Community College District

San Francisco Community College District San Francisco Community College District SMALL LOCAL BUSINESS ENTERPRISE (SLBE) PROGRAM FOR CONSTRUCTION-RELATED PROFESSIONAL SERVICES CONTRACTING RULES, REGULATIONS, REQUIREMENTS, AND FORMS 1.01 GENERAL

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor

More information

CALTRANS DBE/ UDBE REQUIREMENTS

CALTRANS DBE/ UDBE REQUIREMENTS Napa County Transportation & Planning Agency 625 Burnell St. Napa, CA 94553 Phone (707) 259-8631 Fax (707) 259-8638 nctpa.net vinetransit.com CALTRANS DBE/ UDBE REQUIREMENTS NCTPA has established a Disadvantage

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

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in

More information

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned

More information

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

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

*Reverse Auction: Wednesday, June 7, 2018

*Reverse Auction: Wednesday, June 7, 2018 Lauderdale County Board of Supervisors 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 Main 601-482-9744 Fax Bidders Information Packet TERM BIDS FOR PERIOD JULY 1, 2018 THROUGH

More information

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

Project Manual. For. Peachtree City LMIG Paving Projects for 2017 Project Manual For Peachtree City LMIG Paving Projects for 2017 SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

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

SPECIAL CONDITIONS REGARDING MINORITY BUSINESS ENTERPRISE COMMITMENT AND WOMEN BUSINESS ENTERPRISE COMMITMENT FOR MBE/WBE PROFESSIONAL SERVICES

SPECIAL CONDITIONS REGARDING MINORITY BUSINESS ENTERPRISE COMMITMENT AND WOMEN BUSINESS ENTERPRISE COMMITMENT FOR MBE/WBE PROFESSIONAL SERVICES 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 SPECIAL CONDITIONS FORPROFESSIONAL

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

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

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES Submission Date: June 9, 2015 By: Adrian Pollio School Business Administrator/ Board Secretary Page 1 of 19 Lincoln Park

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