SCHEDULE OF CONTRACT PARTICIPATION AND SL/DBE COMMITMENT PRIME(S) & SUB-CONTRACTOR/CONSULTANT/VENDOR(S) INSTRUCTIONS

Similar documents
THIS PLAN MUST BE SIGNED AND SUBMITTED WITH YOUR BID

MBE ATTACHMENT -1B WAIVER GUIDANCE

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS

ADDENDUM TO BID DOCUMENTS SCCD RFP: # Vacaville Classroom Building (Annex) Renovation. Date: 11/15/2017

PROPOSAL EVALUATION WORKSHEET (INDIVIDUAL) EVALUATION FACTOR: DISADVANTAGED BUSINESS ENTERPRISE PLAN AND PROGRAM (RATED) Selection Committee

PROPOSAL EVALUATION WORKSHEET (INDIVIDUAL) EVALUATION FACTOR: DISADVANTAGED BUSINESS ENTERPRISE PLAN AND PROGRAM (RATED)

PROPOSAL EVALUATION WORKSHEET (INDIVIDUAL) EVALUATION FACTOR: DISADVANTAGED BUSINESS ENTERPRISE PLAN AND PROGRAM (RATED)

EXHIBIT D SPECIAL CONDITIONS REGARDING THE UTILIZATION OF MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

PRIME/GENERAL CONTRACTOR S NAME: PROJECT TITLE: CONTACT NAME/TITLE: ADDRESS: CONTRACT AMOUNT:

PROPOSAL EVALUATION WORKSHEET (CONSENSUS) EVALUATION FACTOR: DISADVANTAGED BUSINESS ENTERPRISE PLAN AND PROGRAM (RATED)

SRC CONSENSUS EVALUATION

Proposal Form A. 3. Attach photographs of the interior and exterior of any existing hotels or similar facilities.

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

BID Addenda No. Date Issued Addenda No. Date Issued

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

Operational Procedure: Section TABLE OF CONTENTS

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

Renewable Energy Power Purchasing

Port of Seattle Commission. Policy Directive on Diversity in Contracting. As Adopted January 9, 2018

DISADVANTAGED BUSINESS ENTERPRISES (DBE) AIRPORT CONCESSIONS DISADVANTAGED BUSINESS ENTERPRISES (ACDBE)

ADDENDUM NO. 1. City of Fort Worth

Board of Education of the City of Chicago

AIRPORT CONCESSIONS DISADVANTAGED BUSINESS ENTERPRISE (ACDBE) PROGRAM

Achieving DBE Contractor Goals and More

DOCUMENT BID PROPOSAL

REQUIRED CONTRACT PROVISION SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY CONTRACTUAL REQUIREMENT

Board of Education of the City of Chicago

Pre-Bid Meeting Central Utility Plant ( CUP )

CQ-2012 Instructions

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

Exhibit F-4: Airport Concessions Disadvantage Business Enterprise (ACDBE) Concessionaire Information

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES

FINANCIAL OPERATION Regulation 3165

REQUEST FOR LETTERS OF INTEREST TO PERFORM PROFESSIONAL ARCHITECTURAL/ENGINEERING SERVICES

Procurement Policies and Procedures

SECTION BID FORM

HARRISBURG SCHOOL DISTRICT

Massachusetts Department of Transportation Highway Division

REQUEST FOR PROPOSALS NO PUBLIC RELATIONS, BRANDING, COMMUNICATIONS CONSULTANTS

Request for Proposal For: 2018 American Bar Association Temporary Services

REQUEST FOR LETTERS OF INTEREST IN PROFESSIONAL ENGINEERING SERVICES PROJECT NO /05. Ref: General Engineering Services

PROPOSAL AND BID FORM (Submit in triplicate)

Quick Guide Contract Compliance Requirements

DIVISION OF OPPORTUNITY, DIVERSITY, AND INCLUSION OFFICE OF SMALL AND DISADVANTAGED BUSINESS ENTERPRISES Commercially Useful Function (CUF) Procedures

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

Resolution No Resolution No. 3737, Diversity in Contracting Policy Directive Page 1 of 8

Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief

ATTACHMENT 4 OVERALL GOAL CALCULATION FOR CAR RENTALS FY

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

AMENDMENT #1 TO RFP AVAILABILITY & DISPARITY STUDY RFP #NCT MANDATORY PRE-PROPOSAL CONFERENCE 8/22/07

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on December 3, 2018.

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

UNC Charlotte Residence Hall Phase XVI Early Site Utilities Package SCO ID: B JPA Project #: 18NCC016

Procurement Procedures

TOWN OF OCEAN VIEW 201 CENTRAL AVENUE OCEAN VIEW, DE 19970

Appendix B - Minimum Qualification Form #96295 SaaS Training and Onboarding Tool GENERAL

Cleveland County CONTRACT PROPOSAL

ADVERTISEMENT FOR BIDDERS

FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):

SCHEDULE A. Affidavit of Bidder/Proposer MBE / WBE Goal Implementation Plan

MONTLIEU ELEMENTARY SCHOOL 1105 Montlieu Avenue HIGH POINT, NORTH CAROLINA 27262

Mentor-Protégé Program

City of Saco Bid Solicitation Windy Point Pump Station Building Expansion

Terminal D South Expansion - Construction Manager-At-Risk (CMAR)

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

If you need any assistance or help regarding Section 3, feel free to contact us. We look forward to assisting you with Section 3 implementation.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

REQUEST FOR QUALIFICATIONS

SH 288 Toll Lanes Project. A JOINT VENTURE DRAGADOS USA Shikun & Binui America Pulice Construction, Inc.

Description Number Procurement Standards Sect (b)

City of Eagle Point 2017 Paving Instruction to Bidders

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

Professional Services for Signage Design and Planning Contract Number

Contracted Food Service Procurement. Process/Approval and Renewal

The Bid Date has changed to 03/16/2010 at 2:30 PM.

FEDERAL TRANSIT ADMINISTRATION DBE METHODOLOGY AND GOAL. Developed by the

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY

REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL/ENGINEERING/CONSULTING SERVICES For The University of Colorado at Boulder

Gadsden City Schools

New Markets Tax Credit (NMTC) Outreach Plan Emerging Business and Workforce Development Programs

YOUR LETTERHEAD EQUAL EMPLOYMENT OPPORTUNITY (EEO) POLICY STATEMENT

The Greater Toronto Electrical Contractors Association endorses the following CCDC/CCA Documents

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Procurement Requirements under the Uniform Administrative Guidance

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

Certifications. Certification decisions address the nature of a firm's ownership and structure.

GREENVILLE UTILITIES COMMISSION

1 & 2. Tenant Development Guidelines. City & County of Denver Denver International Airport REVISIONS Volumes 1 and 2

Central Union High School District Nutrition Services Department. Procurement Procedures

Section 3 Business Preference Submittal Form RFP No Attachment D

REQUEST FOR PROPOSAL (RFP)

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Construction & Engineering 1845 East Russell Road Suite 300 Las Vegas, NV 89119

Building E 2017 RTU Replacement

Transcription:

INSTRUCTIONS Fill out fields NOAB Project Title, NOAB Project No., Project Type and Project SL/DBE Goal. Complete a table row for each firm that will participate in the contract, including the prime. Additional pages are provided should the number of firms exceed the number of rows provided on Page. Column A. Indicate the firm s role: Prime, Sub-Tier 2 (first-level sub), Sub-Tier 3 (sub of a sub), Regular Dealer/Supplier, or Broker/Agent. Please note that only 60 of the value of Regular Dealer/Supplier commissions and fees can be counted toward SL/DBE participation Column B. Provide the name and address of the firm. Column C. Provide the principal contact person and phone number of the firm. Column D. Describe the work, goods, and/or services to be provided by the firm. Column E. Indicate the dollar amount of work assigned to the firm. On the row Total Value of, enter the Total Bid Amount which equals the sum of the Base Bid and any Alternatives. Column F. Indicate the value of work assigned to the firm as a percent of the total bid amount. This percent should equal the amount indicated in Column E divided by the total bid amount. On the row Total Value of, enter the total percent value of work should equal 00 to account for all work being performed on the contract. Column G. Indicate whether firm is a DBE, ACDBE,, with priority relevant to the type of goal. DBE-certified means federally certified by a member of the Louisiana Unified Certification Program (www.laucp.org) - an ACDBE designation recognizes the firm as an Airport Concessionaire. SLDBE-certified means locally certified with the State & Local Disadvantaged Enterprise Program through the New Orleans Aviation Board, City of New Orleans, Sewerage & Water Board, or Jazz Casino Company, LLC d/b/a Harrah s New Orleans Jazz Casino. On the row Total Value of, enter the total SL/DBE participation counted towards SL/DBE goal as a percentage of Total Bid Amount. If any part of the contract is federally funded, (AC)DBE goal and requirements take precedence. Firms must be (AC)DBE- or SLDBE-certified at the time of bid submission in order to count their participation towards that specific goal. Firm(s) that are providing Regular Dealer/Supplier work or purchases can only have 60 of their value counted toward SL/DBE goal. Good Faith Efforts to Secure SL/(AC)DBE If required, please attach documents to establish that Good Faith Efforts were undertaken to secure SL/(AC)DBE participation respective with CFR 49 Part 26, Appendix A, Part IV, quoted below: IV. The following is a list of types of actions which you should consider as part of the bidder's good faith efforts to obtain DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. A. Soliciting through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising and/or written notices) the interest of all certified DBEs who have the capability to perform the work of the contract. The bidder must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation. The bidder must determine with certainty if the DBEs are interested by taking appropriate steps to follow up initial solicitations. B. Selecting portions of the work to be performed by DBEs in order to increase the likelihood that the DBE goals will be achieved. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation, even when the prime contractor might otherwise prefer to perform these work items with its own forces. C. Providing interested DBEs with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation. D. () Negotiating in good faith with interested DBEs. It is the bidder's responsibility to make a portion of the work available to DBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of DBEs that were considered; a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform the work. (2) A bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm's price and capabilities as well as contract goals into consideration. However, the fact that there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a bidder's failure to meet the contract DBE goal, as long as such costs are reasonable. Also, the ability or desire of a prime contractor to perform the work of a contract with its own organization does not relieve the bidder of the responsibility to make good faith efforts. Prime contractors are not, however, required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. E. Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The contractor's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the contractor's efforts to meet the project goal. F. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or contractor. G. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. H. Effectively using the services of available minority/women community organizations; minority/women contractors' groups; local, state, and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBEs. Revision 200929. Previous versions obsolete.

NOAB Project Title: NOAB Project No.: Project Type (Specify DBE or SLDBE.): Project SL/DBE Goal: VALUE OF VALUE TOTAL VALUE OF PARTICIPATION FROM CONTINUATION PAGES: * SL/DBE Regular Dealer/Supplier work/purchases is counted at 60 participation toward goal. Enter Total Bid Amount Total Must Equal 00 TOTAL VALUE OF PARTICIPATION: If is less than the goal, refer to the Good Faith Efforts section of the Instructions and attach necessary documentation. If contract is (partially) federally funded, DBE goal and requirements take precedence. Firms must be DBE- or SLDBE-certified to count participation towards that goal. The undersigned Prime firm will enter into a formal written agreement with the Subcontractors / Consultants / Vendors identified herein for work and/or goods and services as shown in this schedule, conditioned upon the execution of a contract with the NOAB. The undersigned agrees to be contractually bound to maintain the level of SL/DBE participation set forth above. Failure to comply with this agreement constitutes breach of contract. Signature Title SWORN AND SUBSCRIBED, before me, this day of, NOTARY PUBLIC (Seal) My commission expires Revision 200929. Previous versions obsolete.

VALUE OF VALUE * SL/DBE Regular Dealer/Supplier work/purchases is counted at 60 participation toward goal. Total Value of TOTAL VALUE OF PARTICIPATION FOR CONTINUATION PAGE : Revision 200929. Previous versions obsolete.

VALUE OF VALUE * SL/DBE Regular Dealer/Supplier work/purchases is counted at 60 participation toward goal. Total Value of TOTAL VALUE OF PARTICIPATION FOR CONTINUATION PAGE 2: Revision 200929. Previous versions obsolete.

VALUE OF VALUE * SL/DBE Regular Dealer/Supplier work/purchases is counted at 60 participation toward goal. Total Value of TOTAL VALUE OF PARTICIPATION FOR CONTINUATION PAGE 3: Revision 200929. Previous versions obsolete.

VALUE OF VALUE * SL/DBE Regular Dealer/Supplier work/purchases is counted at 60 participation toward goal. Total Value of TOTAL VALUE OF PARTICIPATION FOR CONTINUATION PAGE 4: Revision 200929. Previous versions obsolete.