DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Miscellaneous Roadway & Parking Lot Improvements 2012 Contract No.

Similar documents
INSTRUCTION PAGE. Definitions

INSTRUCTION PAGE. 3. All SBE firms included on SBE utilization plan must complete a Schedule C.

ADDENDUM NO. 4. Modification to Part I, Section 2.0, Item J of the Project Book

COMMONWEALTH OF KENTUCKY TRANSPORTATION CABINET DIVISION OF RIGHT OF WAY AND UTILITIES INVITATION FOR PROPOSAL/BID

Town of Caroline. Town Hall Exterior Painting Project

BID NOTICE LAWN MAINTENANCE 2019/2020 SEASON. Bids may be hand-delivered or mailed to the Administration Office at the above address.

CITY OF MCKINNEY ENGINEERING DEPARTMENT ENGINEERING DEVELOPMENT FINAL ACCEPTANCE CHECKLIST

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

MASSACHUSETTS CONVENTION CENTER AUTHORITY OWNER S PROJECT MANAGER SERVICES ADDENDUM NO. 1

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME

COUNTY OF EL DORADO, CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

Project Manual. For. September 26, 2017

Fred Maxon Gail VanLinder Mary Watson Purchasing Director Purchasing Clerk Purchasing Clerk

Unit 53 Arden S.R. 80 & Onsite Earthwork, Roadway, Drainage & Utility Improvement Project for Northern Palm Beach County Improvement District

IMPORTANT INFORMATION REGARDING 2017 CONTRACTOR REGISTRATION

REQUEST FOR PROPOSALS

EAST BATON ROUGE REDEVELOPMENT AUTHORITY ADMINISTRATIVE POLICY PROCUREMENT CONTRACTING AND DBE POLICY FOR FEDERALLY FUNDED PROJECTS.

Mountain View Middle School (RRPS Project # ) 4101 Montreal Loop NE, Rio Rancho, NM 87144

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM

REQUEST FOR PROPOSAL Paving of Parking Lots within the County Complex April 11, 2017

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.

Abatement and Management Office Demolition at Parks Place IFB Number

FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (C ) DRAFT

RFP BIDDING INSTRUCTIONS

INSTRUCTIONS FOR FINANCIAL ASSURANCES

SURPLUS PROPERTY BID PACKAGE

Invitation For Bid IFB 2895

Ingham County Land Bank Fast Track Authority RESIDENTIAL REAL ESTATE PROFESSIONALS

ARKANSAS APPRAISAL MANAGEMENT COMPANY APPLICATION FOR REGISTRATION

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

BIDDING INSTRUCTIONS FOR SALE

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR REAL ESTATE BROKER SERVICES TO SELL CITY PROPERTY RFP#

NOTICE THIS ADDENDUM CONTAINS ADDENDUMS III AND IV. April29, 2015 PURCHASING DEPARTMENT' THE CITY OF MOBILE, ALABAMA

MINERAL COUNTY SHERIFF S OFFICE

FEASIBILITY REPORT FOR PROPOSED ROAD IMPROVEMENT PROJECT OF OLD VIKING BOULEVARD NOWTHEN, MINNESOTA DECEMBER 6, Prepared by:

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES NOTICE TO BIDDERS

PROCUREMENT CODE. Part A Project Delivery and Selection Methods

This FIFTH AMENDMENT TO LEASE OF AIRPORT PREMISES is entered into this

VILLAGE OF SOUTH LEBANON, OHIO RESOLUTION NO

INVITATION TO BID & CONTRACT

RP The written proposal documents supersede any verbal or written prior communications between the parties.

ADDENDUM #2. September 14, 2018

A contract will be awarded as provided by law at a public meeting.

BID PROPOSAL FOR THE CONSTRUCTION OF CHARTER TOWNSHIP OF SHELBY SANITARY SEWER SAD 34-S-2015 MACOMB COUNTY, MICHIGAN

INVITATION TO BID. Sale of Motor Graders Curry County Road Department Clovis, New Mexico. Invitation to Bid No. 2014/15-04

Note: The Local Public Agency should print the first page of this assurance on their respective letterhead

CERTIFICATE OF APPROVAL OF COUNTY COMMISSION

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

BID DOCUMENTS FOR DEMOLITION OF STRUCTURE AND DETACHED SHED AT 111 SOUTH LANSING STREET

220 S.E. Green Street Lee s Summit, MO RFP # RE TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE

ADDENDUM # 1 Emergency Services Contract Peachtree City Water and Sewerage Authority

LEAGUE OF HUMAN DIGNITY CITY OF LINCOLN BARRIER REMOVAL GRANT PROGRAM AGREEMENT FOR RENOVATION OF REAL ESTATE

New 2017 Fairway Deep Tine Aerifier

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

DELVA TOOL AND MACHINE TERMS AND CONDITIONS OF PURCHASE

ENGINEERING SERVICES DEPARTMENT PROCEDURAL GUIDE FOR THE PREPARATION OF ASSURANCES OF COMPLETION AND MAINTENANCE OF IMPROVEMENTS

INVITATION TO BID CITY OF WINSTON-SALEM

The United States Department of Transportation (USDOT) Standard Title VI/Non-Discrimination Assurances. DOT Order No A

7) Contact information of the responsible design professional.

HUNTINGDON SPECIAL SCHOOL DISTRICT PROCUREMENT PLAN CHILD NUTRITION PROGRAM

Request for Proposals Equipment and Supplies Parks Grass Seed

OSWEGO COUNTY PURCHASING DEPARTMENT

BID PROPOSAL FORMS FOR THE SALE OF REAL PROPERTY LOCATED IN THE CITY OF CORONA IN THE COUNTY OF RIVERSIDE

PRE-BID MEETING MINUTES/ADDENDUM #1 S. LAKEVIEW DRIVE DRAINAGE IMPROVEMENT PROJECT BID NUMBER PW

BOARD OF TRUSTEES JEFFERSON TOWNSHIP, MONTGOMERY COUNTY, OHIO RESOLUTION NO 16-38

This Fifth Amendment to Lease of Airport Premises is entered into this day of

The County of Goochland Department of Public Utilities UTILITY PLANS AND CONSTRUCTION PROCESS GUIDELINES

SUBDIVISION APPLICATION INSTRUCTIONS

Broken Arrow Public Schools Independent School District NO S Main Street Broken Arrow, OK Phone (918)

PRIVATE PROVIDER PROGRAM General Information Rev

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SMALL PAVING AND CONCRETE JOBS NIGP Code: 90966, 91347

INVITATION FOR SALE BY SEALED BID. SB No MAP 429A-18A APPROXIMATELY ACRES

COUNTY OF SULLIVAN INDUSTRIAL DEVELOPMENT AGENCY 548 Broadway Monticello, New York APPLICATION FOR FINANCIAL ASSISTANCE

CITY OF ADA, PURCHASING 512 North Stockton Street Ada, Oklahoma / x256 Fax 580/ BID NOTICE.

Appendix A - REQUIRED PLAT CERTIFICATES... A-1

This certification comes after periodic inspections of the work site, while work was being done and a final inspection of the completed work on.

Woodhaven Drive Relocation Bedford County, Virginia H&P Project Number: September 9, 2013 ADDENDUM #1

Genesee County Land Bank Authority

New Rochelle Industrial Development Agency

Purchasing Division Finance Department 44 E. Downer Place Aurora, Illinois (630) FAX (630)

Redevelopment Authority of Allegheny County

INVITATION TO BID. SURPLUS RAIL COAL CARS Quantity: Up to 260 Available * Rotary Aluminum Gondolas * Manufactured in 2009

REQUEST TO SUBMIT OFFERS FOR THE LEASING OF SCHOOL BOARD PREMISES 30+/- ACRES- WEST AREA VACANT AGRICULTURAL PARCEL

BUILDING CODE SERVICES PERMIT SUBMITTAL REQUIREMENTS (2017 Florida Building Code in Effect)

APPROVAL REQUIRED... A5 APPLICATION FOR APPROVAL OF PRELIMINARY PLAN... A6 APPLICATION FOR APPROVAL OF DEFINITIVE PLAN... A7

CITY OF BOISE. Finance and Administration and Public Works Departments

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH CASH ESCROW

HOLDING TANK AGREEMENT

THE TOWN OF VAIL EMPLOYEE HOUSING GUIDELINES

ALLIED INTERNATIONAL SUPPORT, INC. TERMS AND CONDITIONS OF PURCHASE ORDER

TOWN OF WAREHAM TAX TITLE AUCTION 13 TYLER AVENUE (PARCEL: ) TERMS AND CONDITIONS OF SALE. 1. Agreement to Purchase; Purchase Price: I/We of

HARDYSTON TOWNSHIP MUNICIPAL UTILITIES AUTHORITY

CHAPTER 2 RELATED DOCUMENTS AND FORMS

This announcement does not contain the following contract documents. Offeror (Company) Address City State Zip Code

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (ON CALL)

Transcription:

DENVER INTERNATIONAL AIRPORT BID FORMS CONTRACT NAME: Contract No.: 201103986 Table of Contents Page Bid Letter B-1 to B-5 Schedule of Prices and Quantities B-6 Bid Data Forms B-7 Information About Contractor B-8 to B-9 List of Proposed Subcontractors B-10 to B-11 Equal Opportunity Report Statement B-12 Certificate of Non-Segregated Facilities B-13 Bid Bond B-14 to B-15 List of Proposed Minority/Women Business Enterprise Bidders, B-16 to B-19 Subcontractors, Suppliers (Manufacturers) or Brokers Commitment to Minority/Women Business Enterprise Participation B-20 MBE/WBE Letter of Intent B-21 to B-22 Joint Venture Affidavit B-23 to B-24 Joint Venture Eligibility Form B-25 to B-27 Bidder/Contractor/Vendor/Proposer Disclosure B-28 Bidder/Contractor/Vendor/Proposer Certified Statement B-29 In Lieu of Disclosure of Names of Spouses and Children B-i

DENVER INTERNATIONAL AIRPORT BID FORMS CONTRACT NAME: Contract No.: 201103986 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 80249 This letter is in response to the Notice of Invitation for Bids first published on February 9, 2012, for Contract No. 201103986, Denver International Airport, Miscellaneous Roadway & Parking Lot Improvements 2012. This contract is for: This project is for the construction, maintenance and improvements of roadways and parking lots at DIA. The work includes joint sealing, spall repairs, roadway and parking lot maintenance repairs, improvements along Pena Boulevard and other DIA service roads. 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

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

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

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

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

SCHEDULE OF PRICES AND QUANTITIES B-6

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT SCHEDULE A 202-00203 Removal of Curb and Gutter ($ ) 50 LF $ 202-00210 Removal of Concrete Pavement ($ ) 5,000 SY $ 202-00220 Removal of Asphalt Mat ($ ) 250 SY $ 202-00250 Removal of Pavement Marking ($ ) 50 SF $ 202-01130 Removal of Guardrail (Type 3 & Wyoming Box Beam) ($ ) 200 LF $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.1

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT 203-00010 Unclassified Excavation CIP ($ ) 2,500 CY $ 203-01597 Potholing ($ ) 25 HR $ 206-00065 Flowfill ($ ) 25 CY $ 207-00405 Topsoil (Import) ($ ) 4,000 CY $ 208-00002 Erosion Log (12 inch) ($ ) 250 LF $ 208-00011 Erosion Bales (Weed Free) ($ ) 25 EA $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.2

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT 208-00034 Gravel Bag (Rock Sock) ($ ) 50 LF $ 208-00070 Stabilized Construction Entrance ($ ) 3 EA $ 210-01130 Reset Guardrail (Type 3 & Wyoming Box Beam) ($ ) 200 LF $ 210-04010 Adjust Manhole ($ ) 3 EA $ 210-04015 Modify Manhole ($ ) 2 EA $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.3

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT 212-00006 Seeding (Native/DIA) ($ ) 16 ACRE $ 213-00004 Mulching (Weed Free Straw) ($ ) 16 ACRE $ 213-00061 Mulch Tackifier ($ ) 8,000 LB $ 216-00041 Soil Retention Blanket (Straw/Coconut) ($ ) 500 SY $ 304-06007 Aggregate Base Course (Class 6) ($ ) 2,500 CY $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.4

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT 403-00720 Hot Bituminous Pavement (Patching) (Asphalt) ($ ) 100 TON $ 403-34841 Hot Mix Asphalt (Grading SX) (100) (PG64-22) ($ ) 1,250 TON $ 408-01000 Hot Poured Joint and Crack Sealant ($ ) 5 TON $ 412-14000 Saw, Clean, Seal Concrete Joint Seal (Including Traffic Control) ($ ) 50,000 LF $ 412-05000 Partial Depth Repair of Concrete Pavement ($ ) 500 SF $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.5

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT 412-01075 Concrete Pavement (10 ¾ ) ($ ) 6,500 SY $ 412-15000 Routing and Sealing Concrete Pavement Cracks ($ ) 1,500 LF $ 420-00132 Geotextile (Separator) (Class 1) ($ ) 1,500 SY $ 420-00520 Geogrid Pavement Reinforcement ($ ) 250 SY $ 506-00209 Riprap (9 inch) ($ ) 500 CY $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.6

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT 506-00212 Riprap (12 inch) ($ ) 100 CY $ 601-03000 Concrete Class D ($ ) 100 CY $ 601-04000 Concrete Class E (6 hour) ($ ) 125 CY $ 606-20014 Tensioned Cable Barrier (TL-4) ($ ) 4,000 LF $ 606-21010 End Anchorage (Tensioned Cabled Barrier) ($ ) 2 EA $ 609-21021 Curb and Gutter, Type 2 (Section II-M) ($ ) 7,500 LF $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.7

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT 615-00050 Embankment Protector Type 5 ($ ) 5 EA $ 626-00000 Mobilization ($ ) 1 LS $ 627-00001 Pavement Marking Paint ($ ) 10 GAL $ 627-00005 Epoxy Pavement Marking Paint ($ ) 25 GAL $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.8

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT Traffic Control Estimated Quantity 630-0000 Flagging 1000/hrs $ 630-0000 Flagger (Night) 1000/hrs $ 630-00007 Traffic Control Inspection 120/day $ 630-00012 Traffic Control Management 200/day $ 630-00012 Traffic Control Management (Night) 40/day $ 630-80338 Barricade (Type 3 M-D)(Temporary) 3/ea $ 630-80341 Construction Traffic Sign (Panel Size A) 40/ea $ 630-80342 Construction Traffic Sign (Panel Size B) 40/ea $ 630-80355 Portable Message Sign 2/ea $ 630-80358 Sequencing Arrow Pane (C type) 2/ea $ 630-80360 Drums Channelizing Device 50/ea $ 630-80363 Drum Channelizing Device (w/light)(flashing) 25/ea $ 630-80370 Concrete Barrier (Temporary) 120/lf $ 630-80380 Traffic Cone 300/ea $ 630-85041 Mobile Attenuator w/driver 22/day $ Total for Traffic Control $ SUB TOTAL SCHEDULE A $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.9

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT SCHEDULE B 202-00203 Removal of Curb and Gutter ($ ) 50 LF $ 202-00210 Removal of Concrete Pavement ($ ) 5,000 SY $ 202-00220 Removal of Asphalt Mat ($ ) 250 SY $ 202-00250 Removal of Pavement Marking ($ ) 50 SF $ 202-01130 Removal of Guardrail (Type 3 & Wyoming Box Beam) ($ ) 200 LF $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.10

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT 203-00010 Unclassified Excavation CIP ($ ) 2,500 CY $ 203-01597 Potholing ($ ) 25 HR $ 206-00065 Flowfill ($ ) 25 CY $ 207-00405 Topsoil (Import) ($ ) 1,000 CY $ 208-00002 Erosion Log (12 inch) ($ ) 250 LF $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.11

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT 208-00011 Erosion Bales (Weed Free) ($ ) 25 EA $ 208-00034 Gravel Bag (Rock Sock) ($ ) 50 LF $ 208-00070 Stabilized Construction Entrance ($ ) 3 EA $ 210-01130 Reset Guardrail (Type 3 & Wyoming Box Beam) ($ ) 200 LF $ 210-04010 Adjust Manhole ($ ) 3 EA $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.12

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT 210-04015 Modify Manhole ($ ) 2 EA $ 212-00006 Seeding (Native/DIA) ($ ) 4 ACRE $ 213-00004 Mulching (Weed Free Straw) ($ ) 4 ACRE $ 213-00061 Mulch Tackifier ($ ) 2,000 LB $ 216-00041 Soil Retention Blanket (Straw/Coconut) ($ ) 500 SY $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.13

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT 304-06007 Aggregate Base Course (Class 6) ($ ) 500 CY $ 403-00720 Hot Bituminous Pavement (Patching) (Asphalt) ($ ) 100 TON $ 403-34841 Hot Mix Asphalt (Grading SX) (100) (PG64-22) ($ ) 250 TON $ 408-01000 Hot Poured Joint and Crack Sealant ($ ) 5 TON $ 412-14000 Saw, Clean, Seal Concrete Joint Seal (Including Traffic Control) ($ ) 50,000 LF $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.14

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT 412-05000 Partial Depth Repair of Concrete Pavement ($ ) 500 SF $ 412-01075 Concrete Pavement (10 ¾ ) ($ ) 3,500 SY $ 412-15000 Routing and Sealing Concrete Pavement Cracks ($ ) 1,500 LF $ 420-00132 Geotextile (Separator) (Class 1) ($ ) 1,500 SY $ 420-00520 Geogrid Pavement Reinforcement ($ ) 250 SY $ 506-00209 Riprap (9 inch) ($ ) 500 CY $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.15

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT 506-00212 Riprap (12 inch) ($ ) 100 CY $ 601-03000 Concrete Class D ($ ) 100 CY $ 601-04000 Concrete Class E (6 Hour) ($ ) 125 CY $ 606-20014 Tensioned Cable Barrier (TL-4) ($ ) 4,000 LF $ 606-21010 End Anchorage (Tensioned Cabled Barrier) ($ ) 2 EA $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.16

Denver International Airport Miscellaneous Road Rehabilitation Schedule of Prices and Quantities ITEM DESCRIPTION ESTIMATED NUMBER AND PRICE QUANTITY UNIT AMOUNT 609-21021 Curb and Gutter, Type 2 (Section II-M) ($ ) 2,500 LF $ 615-00050 Embankment Protector Type 5 ($ ) 5 EA $ 627-00001 Pavement Marking Paint ($ ) 10 GAL $ 627-00005 Epoxy Pavement Marking Paint ($ ) 25 GAL $ SUB TOTAL SCHEDULE B $ TOTAL FOR CONTRACT $ Bid Documents Bid Form: Bid Data Forms Contract No. 201103986 February 2012 B-6.17

DENVER INTERNATIONAL AIRPORT Contract No. 201103986 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

Page 1 of 2 DENVER INTERNATIONAL AIRPORT Contract No. 201103986 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

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

Bidder DENVER INTERNATIONAL AIRPORT Contract No. 201103986 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

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

Bidder DENVER INTERNATIONAL AIRPORT Contract No. 201103986 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 60-1.7(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 60-1.40 and 41 CFR 60-2. 2. 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

Bidder DENVER INTERNATIONAL AIRPORT Contract No. 201103986 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

Bidder DENVER INTERNATIONAL AIRPORT Contract No. 201103986 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. 201103986, Miscellaneous Roadway & Parking Lot Improvements 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

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

LIST OF PROPOSED MINORITY/WOMEN BUSINESS ENTERPRISE BIDDERS, SUBCONTRACTORS, SUPPLIERS (MANUFACTURERS) OR BROKERS CITY OF DENVER DEPARTMENT OF AVIATION CONTRACT NO. 201103986 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: B-16

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: % 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

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, 2002. 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

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

CITY AND COUNTY OF DENVER DEPARTMENT OF AVIATION COMMITMENT TO MINORITY/WOMEN BUSINESS ENTERPRISE PARTICIPATION CONTRACT NO. 201103986 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 14% 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: 201103986 Bid Forms Date: B-20

Office of Economic Development Division of Small Business Opportunity Compliance Unit DIA EMAIL: small.business@flydenver.com 8500 Pena Blvd, AOB, Suite 7810 LETTER OF INTENT (LOI) Denver, CO 80249 All lines must be completed or marked N/A for Not Applicable Phone: 303-342-2189 Submit the attached completed checklist with this letter. Fax: 303-342-2190 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: Email: 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: Email: 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:

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, Email Section B: Name of Certified Firm, Contact Person, Address, City, State, Zip, Phone, Email 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 28-63 and Section 28-68. 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

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

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

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.28-54 (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

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

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

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 $100,000.00 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. 1. 9. 2. 10. 3. 11. 4. 12. 5. 13. 6. 14. 7. 15. 8. 16. THIS IS PAGE 1 OF 2 PAGES B-28

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 15-32 D.R.M.C., or a contribution in-kind, as defined at Section 15-32 D.R.M.C., to a candidate, as defined at Section 15-32 D.R.M.C., during the last five years. Signature of Officer/Owner of Bidding/Proposing Entity B-29