ENABLING CONSTRUCTION PROJECTS FOR THE SOUTH TERMINAL REDEVELOPMENT PROGRAM CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR (CM/GC) CONTRACT NO.

Similar documents
December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

Denver International Airport Request for Qualifications (RFQ) Gate Holdroom Concession Services Concourse C West Expansion

DENVER INTERNATIONAL AIRPORT REQUEST FOR PROPOSALS FOOD AND BEVERAGE CONCESSION CASUAL DINING BAR STEAK AND SEAFOOD ADDENDUM NO. 1

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. October 2011

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Request for Information For Telecommunication Audit

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

Agency of Record for Marketing and Advertising

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

REQUEST FOR PROPOSAL (RFP) NO

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

Informational Workshop How to do Business with the City of Irvine March 31, 2011

NOTICE OF REQUEST FOR PROPOSALS

SPECIAL ADMINISTRATIVE BOARD OF THE TRANSITIONAL SCHOOL DISTRICT OF THE CITY OF ST. LOUIS RFQ #:

REQUEST FOR PROPOSAL. Certification Form. CONSTRUCTION MANAGEMENT SERVICES RFP Number BS June 24, of 9

CITY OF GOLDEN, COLORADO Parks and Recreation Department

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW

Fort Bend Independent School District. Small Business Enterprise Program Procedures

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS )

City and County of Denver International Airport. Airport Concession Disadvantaged Business Enterprise Program. Table of Contents

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM REVISIONS TO MEASURE Q SMALL, LOCAL, AND DIVERSE BUSINESS PROGRAM PILOT PROGRAM

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

SUBCONSULTANT/SUBCONTRACTOR PROCUREMENT

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

REQUEST FOR PROPOSAL FOR Catering & Event Management Services at Carl M. Levin Public Dock and Terminal

Small Business Enterprise Program Participation Plan

Attachment B: M/WBE Participation Report

Would like the list of RFQ respondents in order to contact for teaming.

Town of Schroon. Labor for Ice Hockey Rink Roof Construction. Michael Marnell, Town Supervisor. Town of Schroon, Essex County New York

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

Exhibit A. Purchasing Department School District of Osceola County, Florida

STATE OF WASHINGTON Request for Quotes and Qualifications

Social Media Management System

The First Microfinance Bank Afghanistan (FMFB-A)

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUEST FOR PROPOSALS Thomas MacLaren State Charter School Classroom Furniture for K-5 School March 2, 2018

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

Plano Independent School District Request for Proposals

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

October 6, The proposal due date and time scheduled for Friday, November 3, at 04:30 P.M. remains unchanged.

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

SCHEDULE D-1 Compliance Plan Regarding MBE/WBE Utilization Affidavit of Prime Contractor

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

CUYAHOGA COUNTY OF OHIO

Request for Qualifications for Selected San Francisco Public Utilities Commission Construction Projects

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

Attention Design Firms

Request for Qualifications Construction Manager

REQUEST FOR QUALIFICATIONS FOR INFORMATION TECHNOLOGY AND SUPPORT SERVICES MASTER SERVICE AGREEMENT(S)

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

FOR PROFESSIONAL DESIGN SERVICES

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE INSTALLATION, REPLACEMENT AND/OR RELOCATION OF STORMWATER CULVERTS, PIPES AND APPURTENANCES

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

Note to all City Departments

REQUEST FOR PROPOSALS

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS for SUSTAINABLE DESIGN REVIEW SERVICES

Londonderry Finance Department

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

REQUEST FOR QUALIFICATIONS. Design Professional Services

Welcome to the City of Chicago. Department of Procurement Services

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

LEGAL NOTICE Request for Proposal for Services

REQUEST FOR PROPOSAL Architectural Services

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

ADDENDUM No. 1 REQUEST FOR PROPOSALS: AGENCY OF RECORD FOR MARKETING & ADVERTISING. DATE: September 3, 2015

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

TOWN OF FALMOUTH REQUEST FOR QUALIFICATIONS FOR ENGINEER CONSULTANT SERVICES. to the. Falmouth Public School Boiler Projects

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

Request for Qualifications No. RFQ Professional Services Consultants. for. High School Professional Development. for. Seattle Public Schools

REQUEST FOR PROPOSALS

Request for Proposals. For RFP # 2011-OOC-KDA-00

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

REQUEST FOR PROPOSALS CHINATOWN TOURISM & MARKETING CAMPAIGN

Transcription:

D ENVER INTERNATIONAL AIRPORT ENABLING CONSTRUCTION PROJECTS FOR THE SOUTH TERMINAL REDEVELOPMENT PROGRAM CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR (CM/GC) CONTRACT NO. CE 06010 ADDENDUM NUMBER ONE Scope of this Addendum Addendum Number One includes modifications to the following RFP Documents issued April 30, 2010. These modifications are deemed necessary by the City and County of Denver. REQUEST FOR PROPOSAL LETTER 1. Page 1 Replace paragraph 1 with: The City and County of Denver (City) is requesting proposals from qualified Construction Manager/General Contractors (CM/GC) capable of constructing improvements to the area south of the Jeppesen Terminal. This includes excavation, shoring, modification of; a large storm sewer and tent tie-down structures, and relocation of utilities and roadways. These improvements are required to prepare the area for future construction of the proposed Hotel with parking, commuter rail (RTD) station, and a 130 foot airport terminal expansion. The project area is confined by the east and west Level 5 garage exit ramps, the existing airport terminal, to the north and terminal road cross-over to the south. It is the intention of the City to enter into an agreement with the selected CM/GC to provide Preconstruction and Construction serices as described in the Contract Documents. The MBE/WBE participation goal for this project is 20% for both phases. MBE/WBE/non-MBE/WBE joint ventures are highly encouraged. The proposal must be prepared and submitted in accordance with the requirements and procedures contained in the Request for Proposal documents. 2. Page 1 Replace Pre-Proposal Conference Section 1 with: Pre-Proposal Conference: A Pre-Proposal Conference will be held at 10:00 AM, LOCAL TIME, WEDNESDAY, MAY 12, 2010 in the triple wide trailer, located within the DIA South Campus at 27301 E. 71st Avenue, Unit #2, Denver, CO 80249. 3. Page 2 Replace paragraph 2 with: Prequalification In accordance with the City s Rules and Regulations Governing Prequalification of Contractors, each proposer must be prequalified in Category 9 Specialty Category Heavy civil at $25M and Special Permission at $50M. Requires experience in excavation, large sewer work, utility relocation, roadway and large foundation structures. Each bidder must have submitted a prequalification application a minimum of ten (10) calendar days prior to the proposal due date. Applications must be returned to the Department of Public Works, Prequalification Section, Dept. 611, 201 West Colfax Avenue, Denver, CO 80202. To view the Rules and Regulation and to obtain a Prequalification application, please visit the website at www.denvergov.org/prequalification, or call 720.913.1752 for prequalification information ONLY.

4. Page 2 Replace paragraph 5 with Article III, Divisions 1 and 3 of Chapter 28 of the D.R.M.C. directs the Director of the Division of Small Business Opportunity to establish a project goal for expenditures on professional design and construction services work contracted by the City and County of Denver. The MBE/WBE participation goal for this project is 20% for both phases. MBE/WBE/non- MBE/WBE joint ventures are highly encouraged. 5. Page 2 Replace paragraph 6 with Project M/WBE Joint Venture goals must be met with certified participants as set forth in Section 28-65, D.R.M.C. or through the demonstration of a sufficient good faith effort under Section 28-67, D.R.M.C. For compliance with good faith effort requirements under Section 28-67 (b) (2) a. the proposer must solicit the interest of 100% of the firms certified as MBEs and WBEs in the scope of work of the Preconstruction Phase of the contract. 6. Anywhere in the document where the hyperlink Nathan.Jones@diadenver.net exists, replace with Nathan.Jones@flydenver.com INSTRUCTIONS TO PROPOSERS, 1. Anywhere in the document where the hyperlink Nathan.Jones@diadenver.net exists, replace with Nathan.Jones@flydenver.com 2. Pre-proposal Conference Clarification: A mandatory Pre-Proposal Conference will be held at 10:00 A.M. Wednesday, May 12, 2010 at the Elrey Jeppesen Terminal Building (Main Terminal), Denver International Airport, 8400 Pena Blvd., Denver, Colorado 80249-6235, Level 6, northwest corner of the inner core and south of the Medical Clinic in the room marked CITY CONFERENCE ROOM. 3. Page 9 Replace Section 1-14, Subsection A Paragraph 2 with: Article III, Divisions 1 and III of Chapter 28 D.R.M.C. provides for the adoption of a Minority Business Enterprise and Women Business Enterprise Goals Program to be administered by Division of Small Business Opportunity (DSBO). The MBE/WBE participation goal is 20% for this for this project. This goal is for the total amount of the combined pre-construction phase and the construction phase services. MBE/WBE/non-MBE/WBE joint ventures are highly encouraged. As such, each proposer must comply with the terms and conditions of these divisions in submitting its proposal and, if awarded the Contract, in performing all work thereunder. A proposer s failure to comply with the requirements and any Rules or Regulations promulgated pursuant thereto, or any additional requirements contained herein shall render its proposal non-responsive and may constitute cause for rejection. 4. Page 9 Replace Section 1-14, Subsection A Paragraph 4 with: In order to comply with the proposal requirements of Article III, Division 1 and 3 of Chapter 28 of the Denver Revised Municipal Code, a proposer shall either meet the specific MBE/WBE joint venture goal for this Project through MBE/WBE/non- MBE/WBE joint venture or through the use of MBE/WBE subcontractors and subconsultants, or if unsuccessful in creating a prospective MBE/WBE joint venture arrangement, propose to achieve the Project MBE/WBE participation goal through the use of subcontractors and subconsultants; or

Demonstrate that the proposer has made sufficient good faith efforts to meet the MBE/WBE participation goal in accordance with good faith provisions listed in D.R.M.C. 28-67. 5. Page 15 Replace Section 1-15, Subsection A, Item 8 with: All joint venture agreements between a non-mbe/wbe firm and an MBE/WBE firm(s) at any tier level must be submitted by the CM/GC to DSBO for review six (6) days prior to submitting Proposal. DSBO will make a determination of the amount of MBE/WBE participation that will count toward the overall contract MBE/WBE goal and provide that amount to the CM/GC. DSBO's Joint Venture Eligibility forms and Affidavit must be completed and submitted as a part of any Joint Venture Agreement. ATTACHMENT 2 PROPOSAL FORMS/PROVISIONS, 1. Replace Attachment 2 Table of Contents with the new page. 2. Replace the form Part 3a Commitment to Minority and Women Business Enterprise Participation Form in its entirety with the new form. 3. Replace the form Part 3b MBE/WBE Letter of Intent in its entirety with the new form 4. Proposal form Part 3c Joint Venture Eligibility Form enclosed. 5. Proposal form Part 3d Joint Venture Affidavit enclosed 6. Replace the form Part 5 - Preconstruction Phase Services Proposal with the new form. The total number of pages (including cover sheet) contained in this Addendum Number One is Twenty-Three (23). Attachments: Request for Proposal Letter Pages 1 & 2 Attachment 1 Instruction to Proposers Page 9 Attachment 1 Instruction to Proposers Page 15 Attachment 2, Table of Contents Attachment 2, Part 3a Page 12 Attachment 2, Part 3b Page 13 Attachment 2, Part 3c Page 14 Attachment 2, Part 3d Page 17 Attachment 2, Part 5 Page 22 * * * * * * * End of Addendum Number One

Page 1 RFP Letter Subject: REQUEST FOR PROPOSAL (RFP) NO. CE 06010 Enabling Construction Projects CM/GC - Denver, Colorado April 30, 2010 To Whom It May Concern: The City and County of Denver (City) is requesting proposals from qualified Construction Manager/General Contractors (CM/GC) capable of constructing improvements to the area south of the Jeppesen Terminal. This includes excavation, shoring, modification of; a large storm sewer and tent tiedown structures, and relocation of utilities and roadways. These improvements are required to prepare the area for future construction of the proposed Hotel with parking, commuter rail (RTD) station, and a 130 foot airport terminal expansion. The project area is confined by the east and west Level 5 garage exit ramps, the existing airport terminal, to the north and terminal road cross-over to the south. It is the intention of the City to enter into an agreement with the selected CM/GC to provide Preconstruction and Construction services as described in the Contract Documents. The MBE/WBE participation goal for this project is 20% for both phases. MBE/WBE/non-MBE/WBE joint ventures are highly encouraged. The proposal must be prepared and submitted in accordance with the requirements and procedures contained in the Request for Proposal documents. This Request for Proposal Letter Instructions to Proposers Proposal Forms (6 parts) Sample Insurance Certificate Sample Agreement (including Exhibit A - Scope of Work) Compliance with these requirements by the Proposer is mandatory and is a condition of responsiveness. Any failure to satisfy these requirements will be a sufficient basis for the City and County of Denver (City) to disqualify the Proposer. The City shall not be liable for any of the Proposer s expenses associated with its preparation of the proposal or the City s consideration of it. The Proposer, if selected, shall not include any such expenses as part of its fee for performing the Scope of Work. Description Provide professional Construction Management and General Contracting (CM/GC) services in accordance with these Request for Proposal documents for the pre-construction and construction phases of the planned construction of the Enabling Construction Projects for the South Terminal Redevelopment Program at Denver International Airport. Proposal Submittal Location and Due Date Proposals shall be prepared in accordance with the Instructions to Proposers attached hereto and be received by Denver International Airport Office not later than 2:00 P.M. (MDT) Wednesday, May 26, 2010. Proposals received after this time will be rejected by the City and returned to the Proposer unopened. Proposals shall be valid for 120 days after the deadline for delivering the proposal. All proposals must be delivered in a sealed container and identified as to content, addressed and delivered to the following location: Nathan Jones, Technical Services (Procurement), Administration Office Building (AOB), Room 8810, Denver International Airport, 8500 Pena Boulevard, Denver, Colorado 80249-6340. Other correspondence regarding this RFP shall also be sent to this address. Pre-Proposal Conference A mandatory Pre-Proposal Conference will be held at 10:00 A.M. Wednesday, May 12, 2010 at the Elrey Jeppesen Terminal Building (Main Terminal), Denver International Airport, 8400 Pena Blvd., Denver, Colorado 80249-6235, Level 6, northwest corner of the inner core and south of the Medical Clinic in the room marked CITY CONFERENCE ROOM. At this conference, City representatives will answer questions regarding this RFP, including any written questions submitted to the City prior to the conference. The City will not answer any telephone inquiries about this RFP. Written questions received ten (10) days prior to the deadline for submission shall be submitted to Nathan Jones via Email: Nathan.Jones@diadenver.net RFP No. CE 06010 Enabling Construction Projects May 5, 2010

Page 2 RFP Letter Questions received after this date and time shall not be addressed. All questions and answers will be posted on the DIA Contract Procurement website following the deadline for submittal of questions. Prequalification In accordance with the City s Rules and Regulations Governing Prequalification of Contractors, each proposer must be prequalified in Category 9 Specialty Category Heavy civil at $25M and Special Permission at $50M. Requires experience in excavation, large sewer work, utility relocation, roadway and large foundation structures.each bidder must have submitted a prequalification application a minimum of ten (10) calendar days prior to the proposal due date. Applications must be returned to the Department of Public Works, Prequalification Section, Dept. 611, 201 West Colfax Avenue, Denver, CO 80202. To view the Rules and Regulation and to obtain a Prequalification application, please visit the website at www.denvergov.org/prequalification, or call 720.913.1752 for prequalification information ONLY. Prohibited Proposer Communications In the interest of a fair and equitable selection process, Proposers and members of their teams are cautioned not to undertake any activities or actions to promote or advertise their Proposal except at City authorized presentations. All proposers are directed not to contact any City Council member or any of the Selection committee or use any other channel to attempt communication in relation to the selection process at any time prior to notification that the selection committee has arrived at a recommendation of the most qualified firm. Until notification is received, all contacts must be directed only to the Technical Services office of the Department of Aviation. Failure to comply with these procedures may result in disqualification of the firm s decision, at the sole discretion of the City. Minority Business Enterprise and Women Business Enterprise Participation (MBE/WBE) Professional design and construction services contracts made and entered into by the City and County of Denver are subject to Article III, Divisions 1 and 3 of Chapter 28 of the Denver Revised Municipal Code, (D.R.M.C.) and all Minority Business Enterprise and Women Business Enterprise Utilization and Equal Employment Opportunity Rules and Regulations adopted by the Director of the Division of Small Business Opportunity (DSBO). Article III, Divisions 1 and 3 of Chapter 28 of the D.R.M.C. directs the Director of the Division of Small Business Opportunity to establish a project goal for expenditures on professional design and construction services work contracted by the City and County of Denver. The MBE/WBE participation goal for this project is 20% for both phases of this project. MBE/WBE/non- MBE/WBE joint ventures are highly encouraged Project M/WBE goals must be met with certified participants as set forth in Section 28-65, D.R.M.C. or through the demonstration of a sufficient good faith effort under Section 28-67, D.R.M.C. For compliance with good faith effort requirements under Section 28-67 (b) (2) a. the proposer must solicit the interest of 100% of the firms certified as MBEs and WBEs in the scope of work of the Preconstruction Phase of the contract. The Director of the Division of Small Business Opportunity (DSBO) urges all participants in City professional design and construction services projects to assist in achieving these goals. DIA PROCUREMENT: www.flydenver.com/contracts RFP No. CE 06010 Enabling Construction Projects May 5, 2010

Page 1 Attachment 1, Instructions to Proposers Attachment 1 Instructions to Proposers Enabling ATTACHMENT Construction Projects 1 Construction Management / General Contractor (CM/GC) INSTRUCTIONS TO Contract Number CE 06010 PROPOSERS APRIL 30, 2010 DEPARTMENT OF AVIATION City & County of Denver Kim Day, Manager CE 06010 Enabling Construction Projects CM/GC May 7, 2010

Page 9 Attachment 1, Instructions to Proposers B. Firms or teams that are submitting a proposal for this project are precluded from using subconsultants that are performing work for the Design team. 1-13 WITHDRAWAL OF PROPOSAL A Proposer may not withdraw its proposal for one hundred twenty (120) consecutive calendar days from date of submission or until after a contract for the work described in these Proposal documents is fully executed by the City, whichever date is earlier. Afterward, the Proposer may withdraw its Proposal by submitting to the City a written request signed by the Proposer s authorized representative. The withdrawal of a proposal does not prejudice the right of the Proposer to submit future proposals. 1-14 MINORITY BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE PARTICIPATION In the RFP stage of this selection process, the proposer is required to list its proposed Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) participation. All requirements listed below will need to be followed by proposers when submitting their proposals. A. MINORITY BUSINESS ENTERPRISE (MBE) AND WOMEN BUSINESS ENTERPRISE (WBE): Professional design and construction services contracts made and entered into by the City and County of Denver are subject to Article III, Divisions 1 and 3 of Chapter 28 of the Denver Revised Municipal Code, (D.R.M.C.) and the Minority Business Enterprise and Women Business Enterprise Program s Rules and Regulations adopted by the Director of the Division of Small Business Opportunity (DSBO) which will be incorporated into any agreement entered into as part of this selection process. Article III, Divisions 1 and III of Chapter 28 D.R.M.C. provides for the adoption of a Minority Business Enterprise and Women Business Enterprise Goals Program to be administered by Division of Small Business Opportunity (DSBO). The MBE/WBE participation goal is 20% for this project. This goal is for the total amount of the combined pre-construction phase and the construction phase services. MBE/WBE/non-MBE/WBE joint ventures are highly encouraged. As such, each proposer must comply with the terms and conditions of these divisions in submitting its proposal and, if awarded the Contract, in performing all work thereunder. A proposer s failure to comply with the requirements and any Rules or Regulations promulgated pursuant thereto, or any additional requirements contained herein shall render its proposal non-responsive and may constitute cause for rejection. Copies of the Minority Business Enterprise and Women Business Enterprise Goals Program Ordinance and its Rules and Regulations are available for the use and review of proposers from the Division of Small Business Opportunity. In order to comply with the proposal requirements of Article III, Division 1 and 3 of Chapter 28 of the Denver Revised Municipal Code, a proposer shall either meet the specific MBE/WBE joint venture goal for this Project through MBE/WBE/non-MBE/WBE joint venture or through the use of MBE/WBE subcontractors and subconsultants, or Demonstrate that the proposer has made sufficient good faith efforts to meet the MBE/WBE participation goal in accordance with good faith provisions listed in D.R.M.C. 28-67. CE 06010 Enabling Construction Projects CM/GC May 7, 2010

Page 15 Attachment 1, Instructions to Proposers 3. The Compliance Plan shall address the methods that will be used for identification of minority and women owned firms that have not yet become certified with the City and the method that will be utilized to notify DSBO staff to fast track the certification process of these firms. 4. Describe how the M/WBEs contracting community and DSBO will be notified of specific bid packages and opportunities to perform work/supply on these bid packages; and any assistance they will receive if getting pre-qualified, if it is a requirement that will be utilized by the CM/GC or any first tiered level subcontractors. 5. Describe how the M/WBE firms will become aware of the large first or second tiered subcontractors so they can provide bids or quotes to those firms and be utilized on the contract. Provide any other delivery or procurement strategies/methods that will be utilized to increase the participation of M/WBEs as subcontractors and suppliers on the contract. 6. Define any obstacles that you believe M/WBE firms will experience and will impede their ability to participate on this contract, primarily due to their size, and how that will be overcome. 7. The CM/GC must identify in its Compliance Plan any self-performed work and provide a description for addressing the M/WBE goal in part through self-performed work opportunities, if such work will constitute a significant portion of the overall project performance. 8. All joint venture agreements between a non-m/wbe firm and an M/WBE firm(s) at any tier level must be submitted by the CM/GC to DSBO for review six (6) days prior to submitting Proposal. DSBO will make a determination of the amount of M/WBE participation that will count toward the overall contract M/WBE goal and provide that amount to the CM/GC. DSBO's Joint Venture Eligibility forms and Affidavit must be completed and submitted as a part of any Joint Venture Agreement. 9. The proposed compliance plan shall set forth a detailed program describing how the proposer will divide up the anticipated work into economically feasible units calculated to enhance participation opportunities. 10. The proposed compliance plan shall set forth a detailed methodology by which the CM/GC shall meet the project goal. 11. The proposed compliance plan may be based upon a phased or packaged buyout of the project construction work and, if that is the case, will describe the process by which the proposer will address the project goal on a phased/ package or cumulative basis. 12. If appropriate, the proposed compliance plan shall address the subcontracting of normally self-performed work to meet the project goal. 13. The proposed compliance plan shall set forth how the proposer will comply with the requirements of DRMC Sections 28-61 through 28-64 as part of the subcontractor buyout of the construction work, including use of commitment forms, letters of intent and joint venture forms to adequately document committed participation attained. CE 06010 Enabling Construction Projects CM/GC May 7, 2010

ATTACHMENT 2 PROPOSAL FORMS CONTRACTOR S PROPOSAL PROPOSAL FORMS Enabling Construction Projects South South Terminal Terminal Redevelopment Redevelopment Program Program Construction Management / General Contractor Construction Management (CM/GC) / General Contractor (CM/GC) Contract Number CE 06010 CONTRACT NO: CE 06010 APRIL 30, 2010 CONTRACTOR April 30, 2010 NAME ADDRESS CONTRACTOR NAME ADDRESS DEPARTMENT OF AVIATION City & County of Denver Kim Day, Manager PLANNING & DEVELOPMENT DIVISION

CITY AND COUNTY OF DENVER DEPARTMENT OF AVIATION DENVER INTERNATIONAL AIRPORT Enabling Construction Projects Contract No. CE 06010 PROPOSAL FORMS USE ONLY THESE FORMS. Do not change the form s format, terms and conditions, language and or content, etc. Violations of this requirement will subject the proposal to possible disqualification without review or further consideration. CE 06010 Enabling Construction Projects CM/GC May 7, 2010

Attachment 2, Proposal Forms Table of Contents CITY AND COUNTY OF DENVER DEPARTMENT OF AVIATION DENVER INTERNATIONAL AIRPORT Enabling Construction Projects Contract No. CE 06010 Proposal Forms Table of Contents ATTACHMENT 2, PROPOSAL FORMS Attachment 2, Part 1 - Proposal Acknowledgment Letter... 2 Attachment 2, Part 2 - Proposal Data Form... 8 Attachment 2, Part 3a - MBE and WBE Commitment to Participation... 12 Attachment 2, Part 3b - MBE and WBE Letter of Intent... 13 Attachment 2, Part 3c Joint Venture Eligibility Form... 14 Attachment 2, Part 3d Joint Venture Affidavit... 17 Attachment 2, Part 4 - Disclosure of Principals Form... 19 Attachment 2, Part 5 - Preconstruction Phase Services Price Proposal... 22 Attachment 2, Part 6 - CM/GC Fee Percentage Form... 25 CE 06010 Enabling Construction Projects CM/GC April 30, 2010

Page 8 Attachment 2, Part 2 ATTACHMENT 2, PART 2 INFORMATION ABOUT CONTRACTOR PROPOSAL DATA FORM (Please use this form) City and County of Denver D E N V E R I N T E R N A T I O N A L A I R P O R T 1. Name of Proposer/Contractor: 2. Type of business entity: NOTE: If Proposer is a partnership or joint venture, give full names of all partners or joint venturers. Proposal must be signed by all joint venturers. If Proposer is a limited liability company, Proposal must be signed by authorized manager (may be signed by member-manager 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: CE 06010 Enabling Construction Projects CM/GC May 5, 2010

Page 11 Attachment 2, Part 3 ATTACHMENT 2 PART 3 COMMITMENT TO MBE OR WBE PARTICIPATION AND MBE OR WBE LETTER OF INTENT FORM CE 06010 Enabling Construction Projects CM/GC May 5, 2010

Page 12 Attachment 2, Part 3 CITY AND COUNTY OF DENVER DEPARTMENT OF AVIATION COMMITMENT TO MINORITY AND WOMEN BUSINESS ENTERPRISE PARTICIPATION Enabling Construction Projects CM/GC CONTRACT NO. CE 06010 The undersigned has satisfied the MBE/WBE participant requirements in the following manner: (please check the appropriate space) The Proposer is committed to an MBE/WBE/non-MBE/WBE joint venture on the Project, and will submit a Letter of Intent for the MBE/WBE Joint Venture partner and all MWBE/WBE subconsultants listed in the Proposal Forms within three (3) working days after the Proposal opening. The Proposer is committed to a minimum of 20% MBE/WBE utilization on the Project, and will submit Letters of Intent for each MBE/WBE listed in the Proposal Forms within three (3) working days after the Proposal opening. The Proposer is unable to meet the project goal of 20% MBE/WBE and is committed to a minimum of % MBE/WBE utilization on this project. The Proposer understands that it must submit a detailed statement of its good faith efforts, which occurred prior to the Proposal opening, to meet the project goal, and must submit Letters of Intent for each MBE/WBE listed in the Proposal Forms within three (3) working days after the Proposal opening. Proposer: Name of Firm By: Signature Title Address: Street City / State / Zip Code Telephone: Phone Fax CE 06010 Enabling Construction Projects CM/GC May 5, 2010

Page 13 Attachment 2, Part 3 Office of Economic Development Division of Small Business Opportunity Compliance Unit Denver International Airport MBE/WBE Denver, CO 80249 Phone: 303-342-2191 LETTER OF INTENT Fax: 303-342-1890 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 and MBE/WBE Name of Bidder: Contact Person: Phone: Fax: Address: City State: Zip: B. The Following Section is To Be Completed by the MBE/WBE, at any Tier This Letter of Intent Must be Signed by the MBE/WBE and Bidder/Consultant Name of Bidder: Contact Person: Phone: Fax: Address: City State: Zip: This company is certified as a Minority Business Enterprise (MBE) ( ) And/or Women Business Enterprise (WBE) ( ) A Copy of the MBE/WBE Letter of Certification must be Attached Identify the scope of the work to be performed or supply item that will be provided by the MBE/WBE. On unit price bids only, identify which bid line items this MBE/WBEs scope of work or supply corresponds to: Subcontractor Supplier Broker Bidder intends to utilize the aforementioned MBE/WBE for the Work/Supply described above. The cost of the work and percentage of the total subcontractor MBE/WBE bid/quote amount is $ = %. If this MBE/WBE is not a direct first tier subcontractor, supplier or broker to the bidder, please indicate the name of the subcontractor or supplier that will be utilizing the participation of this MBE/WBE: Bidder/Consultant Signature: Date: Title: MBE/WBE Firm; Signature: Date: Title: If the above named Bidder is not determined to be the successful bidder, this Letter of Intent shall be null and void. Rev. MBE/WBE Letter of Intent-Bid Document Insert 01/07-dm CE 06010 Enabling Construction Projects CM/GC May 5, 2010

Office of Economic Development Division of Small Business Opportunity Compliance Unit Denver International Airport JOINT VENTURE ELIGIBILITY FORM Denver, CO 80249 Phone: ((303) 342-2180 Fax: ((303) 342-2190 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 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. The Division of Small Business Opportunity (DSBO) requires the following information be provided from participants of a prospective joint venture, to assist DSBO in evaluating the proposed joint venture. This Joint Venture Eligibility form and the Joint Venture Affidavit apply if SBEs, MBEs, WBEs or DBEs participate in this joint venture. Please return this form, the Joint Venture Affidavit and a copy of your Joint Venture Agreement to: Division of Small Business Opportunity, Denver International Airport, Denver, CO. 80249, at least six (6) days prior to bid opening or proposal. If you have questions regarding this process, please contact DSBO at 303-342-2180 Joint Venture Information Name: Contact Person: Address: City: State: Zip: Phone: Joint Venture Participants Name: Contact Person: Address City State: Zip: Phone: % Ownership: Certifying Entity: Type of Work for which Certification was granted: Name: Address Contact Person: City State: Zip: Phone: % Ownership: Certifying Entity: Type of Work for which Certification was granted: General Information SBE/MBE/WBE/DBE Initial Capital Contributions: $ % Future capital contributions (explain requirements) (attach additional sheets if necessary): Type Certification & Date: (S/M/W or DBE) Type Certification & Date: (S/M/W or DBE) Source of Funds for the SBE/MBE/WBE/DBE Capital Contributions: Describe the portion of the work or elements of the business controlled by the SBE/MBE/WBE or DBE (attach additional sheets if necessary): Describe the portion of the work or elements of the business controlled by non-sbe/mbe/wbe or DBE: (attach additional sheets if necessary)

JOINT VENTURE ELIGIBILITY FORM General information Describe the SBE/MBE/WBE or DBE s involvement in the overall management of the joint venture (e.g., participation on a management committee or managing board voting rights, etc.) (attach additional sheets if necessary) Describe the SBE/MBE/WBE or DBE s share in the profits of the joint venture: Describe the SBE/MBE/WBE or DBE s share in the risks of the joint venture: Describe there roles and responsibilities of each joint venture participant with respect to managing the joint venture (use additional sheets if necessary): a. SBE/MBE/WBE or DBE joint venture participant: b. Non- SBE/MBE/WBE or DBE joint venture participant: Describe the roles and responsibilities of each joint venture participant with respect to operation of the joint venture (use additional sheets if necessary): a. SBE/MBE/WBE or DBE joint venture participant: b. Non- SBE/MBE/WBE or DBE joint venture participant: Which firm will be responsible for accounting functions relative to the joint venture s business? Explain what authority each party will have to commit or obligate the other to insurance and bonding companies, financing institutions, suppliers, subcontractors, and/or other parties? Please provide information relating to the approximate number of management, administrative, support and non-management employees that will be required to operate the business and indicate whether they will be employees of the SMWBE, non- SMWBE or joint venture: Management Administrative Non- SBE/MBE/WBE/DBE SBE/MBE/WBE/DBE Joint Venture Support Hourly Employees

JOINT VENTURE ELIGIBILITY FORM General Information Please provide the name of the person who will be responsible for hiring employees for the joint venture. Who will they be employed by? Are any of the proposed joint venture employees currently employees of any of the joint venture partners? If yes, please list the number and positions and indicate which firm currently employs the individual(s), (use additional sheets if necessary) Number of employees Position Employed By Yes ( ) No ( ) Attached a copy of the proposed joint venture agreement, promissory note or loan agreement (if applicable), and any and all written agreements between the joint venture partners. List all other business relationships between the joint venture participants, including other joint venture agreements in which the parties are jointly involved. If there are any significant changes in or pertaining to this submittal, the joint venture members must immediately notify the Division of Small Business Opportunity. COMP-FRM-015

JOINT VENTURE AFFIDAVIT OFFICE OF ECONOMIC DEVELOPMENT DIVISION OF SMALL BUSINESS OPPORTUNITY COMPLIANCE UNIT 201 WEST COLFAX AVENUE, DEPT. 907 DENVER, CO 80202 PHONE: 720.913.1999 FAX 720.913.1803 The Undersigned swears 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 initialing action under Federal or State laws concerning false statements. Name of Firm: Print Name: Signature: Title Date: Notary Public County of State of My Commission Expires: Subscribed and sworn before me this day of, 20 Notary Signature: Notary Seal Address: Name of Firm: Print Name: Signature: Title Date: Notary Public County of State of My Commission Expires: Subscribed and sworn before me this day of, 20 Notary Signature: Notary Seal Address: Name of Firm: Print Name: Title Signature: Date: Notary Public County of State of My Commission Expires: Subscribed and sworn before me this day of, 20 Notary Signature: Notary Seal Address: On-Call Architectural & OC74031 Technical Services RFQ - 15 October 31, 2007

Page 21 Attachment 2, Part 5 ATTACHMENT 2 PART 5 PRECONSTRUCTION PHASE SERVICES PROPOSAL CE 06010 Enabling Construction Projects CM/GC May 5, 2010

Page 22 Attachment 2, Part 5 PRECONSTRUCTION PHASE SERVICES PROPOSAL PROJECT: Enabling Construction Projects CM/GC - South Terminal Redevelopment Contract No.: CE 06010 PROPOSER: Instructions: Proposer shall identify their proposed Key Personnel and resource staff, the estimated hours, the hourly rate and the total cost for all personnel required for completing the Preconstruction Phase Services Work identified in Article II of the sample CM/GC Contract, Exhibit A - Scope of Work and the General Provisions. Add or delete personnel as needed from the list below. The allowable Audited Burden, Fringe and Overhead Cost Rates should then be applied as shown to create the Total Labor and General & Administrative Costs. Additionally, estimate the Direct Non-Salary Expenses and include the sums on the appropriate lines. The Preconstruction Phase Proposal shall be developed in accordance with Instructions to Proposers Section 1-8.B. Once completed, this Pricing Form shall be submitted with the Proposal in a separate, sealed envelope. 1. Direct Salary Cost Title Estimated Hours Direct Wage Rate/Hour Cost Principal-In-Charge $ $ CM/GC Preconstruction Manager $ $ CM/GC Construction Manager $ $ Preconstruction Project Engineer $ $ Preconstruction Scheduler $ $ Preconstruction Estimator $ $ Quality Control Manager $ $ Administrative Assistant $ $ Project Manager $ $ $ $ $ $ $ $ $ $ $ $ $ $ 2. Labor and General & Administrative Costs Audited Burden, Fringe and Overhead Cost Rates % Total Direct Salary Cost $ Total Labor and General & Administrative Costs $ CE 06010 Enabling Construction Projects CM/GC May 5, 2010

Page 23 Attachment 2, Part 5 3. Direct Nonsalary Expenses Living & Traveling Expenses $ Air Travel $ Local Transportation (Allowance) $ Per Diem $ Communication Expenses $ Mobile Communications $ Direct Services & Equipment $ Legal & Accounting $ Office Supplies (Allowance) $ Computer Rentals & Programming $ Computer Software Purchases $ Special Consulting $ Testing & Laboratory Charges $ Printing& binding $ Job Vehicle $ Similar costs not G&A $ Direct Supplies, Materials & Expenses $ Reprographics $ Personnel Recruitment $ Advertising $ Relocation $ Others $ Total Direct Nonsalary Expenses $ 4. Subtotal of Items 1, 2, and 3 Subtotal Item 4 $ 5. Profit as a % of Item 4 (not to exceed 15%) Subtotal Item 5 $ 6. Subcontract Cost (name subconsultants) $ $ $ $ $ $ Subtotal Item 6 $ 7 Total Not-to-Exceed Proposal Total Cost, Items 4, 5, 6 $ CE 06010 Enabling Construction Projects CM/GC May 5, 2010