special meeting of the board of the southeastern pennsylvania
TRANSCRIPT
Southeastern Pennsylvania Transportation Authority July 14, 2016
NOTICE is hereby given that a Special Meeting of the Board of the Southeastern
Pennsylvania Transportation Authority will be held on Thursday, July 21, 2016, at 3:00 P.M. at
1234 Market Street, Mezzanine Level, Philadelphia, Pennsylvania to consider the following
Resolutions:
I. Authorization to Execute a Consultant Amendment
1. To Cap Tech Ventures, Inc., for Amendment No. 1, which provides for an increase in funding for development and programming services for the Mobile Application Platform for the General Information Technology Consultant Contract, at an increase in cost not to exceed $800,000, for an amended contract amount not to exceed $2,300,000.
II. Authorization to Award a Contract for a Procurement
1. To Daniel J. Keating Company, for general construction services, for a total contract amount not to exceed $17,006,300; to Dolan Mechanical, Inc., for mechanical construction services, for a total contract amount not to exceed $985,000; and to The Farfield Company, for electrical construction services, for a total contract amount not to exceed $3,288,000, for the furnishing and installation of five new elevators, structural and platform renovations for the 15th Street Renovation Project.
Pasquale T. Deon, Sr. Chairman
R E S 0 L U T I 0 N
re
7/21/16 (SPECIAL)
AUTHORIZATION TO EXECUTE A CONSULTANT AMENDMENT
WHEREAS, additional work is required to complete the
project identified below; and
WHEREAS, staff reviewed the additional work and the
General Manager recommended that the Board authorize SEPTA to
enter into the amendment for the additional work.
NOW, THEREFORE, BE IT RESOLVED, that the Board hereby
authorizes SEPTA to award and the General Manager or his
designee to execute the consultant amendment identified below in
form approved by the Off ice of General Counsel, subject to the
concurrence of the funding agencies, if required, and to any
applicable Disadvantaged Business Enterprise requirements:
1. To CapTech Ventures, Inc., for Amendment No. 1,
which provides for an increase in funding for development and
programming services for the Mobile Application Platform for the
General Information Technology Consultant Contract, at an
Page 1 of 2
increase in cost not to exceed $800,000, for an amended contract
amount not to exceed $2,300,000.
S/Corp/Resolutions/07-2016- SPECIAL-CapTech Ventures Inr·-
Page 2 of 2
STAFF SUMMARY SHEET
By Routing To Date For DATE: July 14. 2016 Pagel of 2
FROM: Departments: Prepared by: Telephone Nos.: Contract Administration & Heather Casullo 580-7421
I GM 7/15 I Approval Information Technology Bill Zebrowski 580-7781
I Signature SUBJECT: Approval and Execution of Contract Amendment No. I
2 BD 7/21 2 Vote General Information Technology Consultant (GITC) 14A Contract
CapTcch Ventures. Inc.
Concurrence REFERENCES: Purchase Order No.: S862782 CapTech Ventures
Info.
(Other)
Implications: [ ] Expense Budget [XI Capital Budget [ I Capital Program [X] Operations
[ ] Professional Services I I Other
I. PURPOSE: To obtain the Board's approval and subsequent execution by the General Manager of Contract Amendment No. I with CapTech Ventures, Inc. (CapTech) for General Information Technology Consultant Services.
II. BACKGROUNDillISCUSSION: On February 26, 2015, the SEPTA Board authorized the award ofa3-yearcontractto Cap Tech Ventures for a total amount not to exceed $1,500,000 for General Information Technology Consultant Services.
The Application Development Services contract currently with Cap Tech Ventures has provided application development and professional services for enterprise database administration and security for the Authority. The projects included the development of a replacement enterprise document management system, redundancy and resiliency services for the Authority's website septa.org, Microsoft SQL Server Enterprise Database Management, Security, and Support, and the new user interface design of the SEPT A Mobile Application on the Apple iPhone and Android smartphone platforms to support the real-time transportation project currently underway.
Contract Amendment No. 1 is currently presented to increase the total price ceiling from $1,500,000 to $2,300,000, an increase of$800,000 or 53.3% of the original contract amount. The monies for the funding increase will be provided for in Fiscal Year 2016/2017 Capital and Operating accounts of the requesting department, as needed.
Contract Amendment No. 1 consist of the following principal element:
A. A1rnlication Develo~ment and Programming Services for the SEPT A: $800,000 Captech has provided a number of critical application development and support projects to SEPT A since the beginning of the contract. The purpose of this amendment and increase in funding will allow the development and programming services to continue.
COORDINATION: ENCLOSURE(S):
Audit & Investigative Services -~ Operations - ~J-Procurement & SCM - . ate! 1 1 DBE Program Office -Jffl ell
Eng., Maint. & Const./Real Est.
:~1f Pub. & Government Affairs -
~ffltlniffi DGM/Treasurer Pub. & Operational Safety -
1 frlfft Finance & Planning -T~ \~;;\\ ~ Office of General Counsel -N 1'~ M(q User: W. Zebrowski\-./} "H Andy Abdktlah - Director. Contract Administration
Sta.If Summary Sheet General Information Teclrnology Consultallt (G/TC 14A) Services Contracts P.O. No. 862782 14-118-HACCapTec/1 Veuture.5, lite. Contract Amendment No. I Page2of2
Application development and programming services for initiatives such as mobile application development, web application programming services, and enterprise database management. Support for upcoming development services such as the transition to Accident/Incident reporting on mobile tablet devices are required by SEPT A. SEPT A continues to have a requirement to provide enhanced technology services to our internal and external customers. This amendment will provide the ability to move forward with critical development and programming projects and support for the duration of the contract.
As of June 2016, approximately $1,255,000 (Invoiced and tasks-obligated) have been charged against the original contract value of $1,500,000 leaving a balance of approx. $245,000. An increase of $800,000 to the existing G EC 14A contract with CapTech is recommended in order to meet SEPT A's requirements with this consultant.
With this amendment, the Authority will maintain the capability to continue to advance additional technical service initiatives.
Hourly rates pricing submitted under the original contract will be in effect for the additional services under this amendment and all terms and conditions of the original contract will remain unchanged.
Staff is currently developing the Scope of Work and documents for a new Request for Proposal for a new award.
Disadvantaged Business Enterprises (DBE) goal of 17% is applicable to this amendment.
Ill. ALTERNATIVES:
A. Do not amend the existing Cap Tech Ventures, Inc., contract and forego the benefit of obtaining additional technology capability and flexibility for task order assignments.
B. Request the Board's approval of Contract Amendment No. I.
IV. RECOMMENDATION: Staff recommends approval of Contract Amendment No. 1 with Cap Tech Ventures, Inc. which provides for an increase of $800,000 for an amended contract price not-to-exceed $2,300,000.
It is further recommended that following the Board's approval, the General Manager should execute all counterparts of Contract Amendment No. I and have the Secretary attest to his signature.
R E S 0 L U T I 0 N
re
7/21/16 (Special)
AUTHORIZATION TO AWARD A CONTRACT FOR A PROCUREMENT
WHEREAS, SEPTA advertised and invited bids for the supplies
identified below; and
WHEREAS, the firm listed below was the lowest responsive
and responsible bidder to the invitation for bids; and
WHEREAS, staff requested that the General Manager recommend
that the Board authorize SEPTA to award the contract identified
below; and
WHEREAS, the General Manager made the recommendation to the
Board.
NOW, THEREFORE, BE IT RESOLVED, that the Board hereby
authorizes SEPTA to award and for the General Manager or his
designee to execute the contract identified below in form
approved by the Office of General Counsel, subject to and
contingent upon the concurrence of the funding agencies, if
required, and contingent upon and subject to the vendor
satisfactorily meeting all requirements of the bid terms and
Page 1 of 2
specifications, including full compliance with any applicable
Disadvantaged Business Enterprise requirements:
1. To Daniel J. Keating Company, for general construction
services, for a total contract amount not to exceed $17,006,300;
to Dolan Mechanical, Inc., for mechanical construction services,
for a total contract amount not to exceed $985,000; and to The
Farf ield Company, for electrical construction services, for a
total contract amount not to exceed $3,288,000, for the
furnishing and installation of five new elevators, structural
and platform renovations for the 15th Street Renovation Project,
with services to be performed over a period of 730 calendar days
after issuance of Notice-to-Proceed, as described in the staff
summary on this subject, Sealed Bid No. 16-00092-AKLM 15th
Street Renovation Project.
S/Corp/Resolutions/07-2016-SP~CJAJ,-lSth Street Renovation Proj0ct-DJ Keating-Dolan Mechanical Inc-farfield
Page 2 of 2
STAFF SUMMARY
Routing To By
For DATE: July 14. 2016 Page I o/3 Date Prepared By: Tel.:
I GM 7114 I Approval FROM: Procurement & Supply Kevin L. Marshall 215-580-7610
I Signature Chain Management
2 BD 7121 2 Vote SllB,JECT: Request for Authority to Award and Execute a Contract in Excess of
$1,000,000 Concurrence
Sealed Bid No. 16-00092-AKLM, ts•• Street Renovation Project GC- DJ Keating, Narberth, PA
REFERENCE: MC- Dolan Mechanical, Inc. -Sicklerville, N.J EC- Farfield, Lititz, PA
D Expense Budget 181 Capital Budget 181 Capital Program DOperations IMPLICATIONS:
D Railroad Operations D Other:
PURPOSE: To obtain authorization from the SEPTA Board, to award and execute three contracts for the General, Mechanical and Electrical Construction work of 15th Street Renovation Project. This project is funded by Act 89.
DISCUSSION: The Engineering Maintenance and Construction (EM&C) Division requires the furnishing and installation of 5 new elevators with associated structural and platform work of the 15th Street City Hall complex. This work includes site preparation, and construction including foundations, steel, concrete, fire protection, fire alarm, plumbing, HV AC work, architectural features and finishes.
Invitation to bids were advertised in the newspaper and listed on the internet. Sealed Bid No. 16-00092-AKLM, 15TH Street, City Hall Renovation Project, opened on Friday, July 1, 2016 at 11:00 AM.
Three bids were received for the General Construction portion and are summarized as follows:
No. Vendor Total Amount Bid.
1 Daniel J. Keating Company $17,006,300.00
2 A.P. Construction, Inc. $18,581,660.00
3 Neshaminy Constructors, Inc. $20,423 ,900 .00
COORDINATION ENCLOSllRE(S): Exhibit A - DBE Participation Audit. Safety & Inv. Services - J.-- Business Services - Schedule
DGM - Treasurer - R.~field Human Resources -
Operations -~
Pub. & Government Affairs - SIGNA TllRE: 1 /1c.f f '" Eng. Maint. & Const./Real Est. ~ ~ L"1 a ~i \V Legal & Claims
~ ~s1L~ ~,~~ Finance & Planning DBE Program Office -- N. Pet~~Jtsr. Office of General Counsel User - Neil P. Patel. AGM. Business Services
S/J /Vo. 16-00092-AKLM. 15111 Street. City Hall Renovation Project Staf/S11111111ary
DISCUSSION (continued):
Four Bids \Vere received for the Mechanical Construction portion and are summarized as follows:
MECHANICAL CONSTRUCTION
No. Vendor Total Amount Bid.
1 Dolan Mechanical, Inc. $985,000.00
2 Devine Brothers, Inc. $1,033,000.00
3 Santa Paul Corp, TIA Lima Company $1,060,000.00
4 John J Bee, Inc. $1, 131,000.00
Four Bids were received for the Electrical Construction portion and are summarized as follows:
ELECTRICAL CONSTRUCTION
No. Vendor Total Amount Bid.
1 The Farfield Company $3,288,000.00
2 E. J. Electric, Inc. $4,073,000.00
3 Carr & Dufi~ Inc. $5,364, 760.00
4 Eagle I Electric, Inc. $5, 741,676.00
Page 21~f'3
The Disadvantaged Business Enterprise (DBE) goal for this project was set at twelve percent (12%) for General Construction, ten percent ( l 0%) for Electrical Construction and seven percent (7%) for Mechanical Construction. DJ Keating, Dolan Mechanical and the Farfield Company have all satisfactorily responded to the DBE goal and submitted adequate justif!cation to support their intent to meet these goals (See Exhibit A).
IMPACT ON FUNDING: This expenditure will be made with Capital Funds and is part of "Rebuilding SEPT A for the Future Program'' and will be charged to Account Nos:
General Construction -4000-140400-41301-0000-00065-9103 Electrical Construction -4000-140400-41301-0000-00065-9101 Mechanical Construction -4000-140400-41301-0000-00065-9105
-------------------------------------·--·~--~~··
S/3 No. 16-00092-AKLM, 15'11 Street, City Hall Renovation Pn1iect Sta//Sum111w:i·
IMPACT ON FUNDING (continued):
Page 3 olJ
For the General Construction work, DJ Keating. submitted bid for a total amount not to exceed $17,006,300.00, which is approximately 7.58% greater than SEPT A's reconciled estimate of $15,808,000.00. A technical review bid meeting was held between SEPTA and DJ Keating and they exhibited a complete understanding of the project. DJ Keating have performed satisfactory work on similar projects previously for SEPT A, most recently the 69111 Street West Terminal Project and is currently working on the SEPT A Concourse Vertical ·1· . p . 8111 d 15111 s s . ransportat10n ro1ect at an treet tat10ns.
For the Mechanical Construction work, Dolan Mechanical, Inc. submitted bid for a total amount not to exceed $985.000.00 which is approximately 2.93% greater than SEPT A's reconciled estimate of $957,000.00. A technical bid review meeting was held between SEPT A and Dolan Mechanical Inc. and they have exhibited a complete understanding of the project. Dolan Mechanical, Inc. have performed satisfactory work on similar projects previously for SEPT A, most recently the City Hall Station Renovation Project - Dilwmih Park Phase and is currently working on the Wyoming-Berridge Roof Replacement Project.
For the Electrical Construction work, the Farfield Company, submitted bid for total amount not to exceed $3,288,000.00 is approximately 2.43% greater than SEPTA's estimate of $3,210,000.00. A technical bid review meeting was held between SEPT A and The Farfield Company and they have exhibited a complete understanding of the project. The Farfield Company have performed satisfactory work on similar projects previously for SEPTA, most recently as the electrical subcontractor for the New Payment Technology Project.
Based on the above, Staff has determined the General, Mechanical and Electrical Contractor's bid prices to be fair and reasonable.
The period of performance is seven hundred, thirty (730) calendar days after the Notice-to-Proceed.
RECOMMENDATION AND CONCLUSION:
Staff recommends award of a contract to DJ Keating. for the General Construction for a total amount not to exceed $17,006,300; to Dolan Mechanical, Inc. for the Mechanical Construction for a total amount not to exceed $985,000 and for the Electrical Construction to Farfield Company for a total amount not to exceed $3,288,000.
DJ Keating; Dolan Mechanical, Farfield Company have all executed their contracts.
It is further recommended that following Board approval the General Manager execute and date the agreement and have the Secretary attest to his signature.
RECOMMEND AP PROV AL: ___ -C..--ff--j'41---,~L-.,.!;"___,,~:...___,...-1----. Knueppel
1 Manager
Date:
S:\PSCM\Sl;\FF Sl IMMARIES\2016\BOARD\7. JULY 2016\SS - 16-00092-AKLM l 5Tf-l RENOVATION PROJECT.DOCX
~.,. SEALED BID
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION SCHEDULE
As specified in the DBE Participation Section included in the Bidding Documents, the Bidder shall furnish to SEPTA's satisfaction the details of disadvantaged business enterprise participation. NOTE: Firms must be Pennsylvania Unified Certification Program (PA UCP)-certified prior to being listed on a DBE Participation Schedule. PROJECT NAME: 15th Street Renovations Project SEALED BID NO.: 16-00092-AKLM
TABLE I. ALL WORK/SERVICES TO BE PERFORMED BY THE DBE FIRM
1 NAME OF DBE FIRM
CONTACT PERSON, {Jl:JSINJi:SS ADDRESS, TELEPHONE NUMBER
Firm Name: Contact: Address: Tele. No.: (Type or Print all information)
2 DESCRIPTION OF WORK
TO BE PERFORMED1
3 TOTAL DBE
AGREED PRICE TO BE CREDITED TODBEGOAL2
\6Jt000 ..
TABLE II. MATERIAUSUPPLIES TO BE PURCHASED FROM "REGULAR DEALERS"
Firm Name: Contact:
3 TOTAL DBE
, ~ ),'.}' ' ,~ _:,,:;' c'' '
AGREED PRICE TO ·.il:E oonfiEi> T6DBEGoAi..2 1
To~f Prlt'e'x .' Total Price:
X.6 Address: Amount 1--~~~+-~~~~~~~~~~~~~-1-~~~~~~~~~~~
Tele. Credited No.: to DBE '----~~~..__~~~~~~~~~~~~~--'--~~~~~~~~~~~
(Type or Print all information) Goal:
Name of Bidder:
Contact:
Signature:
Tele. No.: Email: Title:
( &> •o) lilts>'-l t.!sso ~V.t..\\'1@.,l )kk +.~._, ~ c.on [.f.O (9~c.ec
(type or print)
~\~ Date: '5"\\ ' "2.-0\\o ~ I
•!• A FULLY COMPLETED DBE PARTICIPATION SCHEDULE, FOR EACH DBE FIRM DESIGNATED TO PARTICIPATE, IS REQUIRED TO BE SUBMITTED.
State Construction Contract (Rebuilding w/OCIP) 109
0216
1.
~,,. SEALED BID
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION SCHEDULE
As specified in the DBE Participation Section included in the Bidding Documents, the Bidder shall furnish to SEPT A's satisfaction the details of disadvantaged business enterprise participation. NOTE: Firms must be Pennsylvania Unified Certification Program (PA UCP)-certified prior to being listed on a DBE Participation Schedule. PROJECT NAME: 15th Street Renovations Project SEALED BID NO.: 16-00092-AKLM
TABLE I. ALL WORK/SERVICES TO BE PERFORMED BY THE DBE FIRM
1 NAME OF DBE FIRM
CONTACT fERSON, BUSINESS ADDRESS, TELEPHONE NUMBER
Firm Name: Contact: Address: Tele. No.: (Type or Print all information)
2 DESCRIPTION OF WORK
TO BE f>ERFORMED1
3 TOTAL DBE
AGREED PRICE TO BE CREDITED TODBEGOAL2
fu00,000
TABLE II. MATERIAUSUPPLIES TO BE PURCHASED FROM "REGULAR DEALERS"
. ·· .. 1
.· NAME i>fn:Bt FIRM coriTAcr PtR:soN,icis:IN;Ess ADD:REss, . .. ' TELEPHfiNE NuMJJER
'," 'f,t ,, ,, 0 ", ,,-," ,' '
Firm Name: Contact:
3 . TOTAL DBE
AGREED PRICE TO BE CREDITED l'on:BEboAi} ·Total Pi-ice' x • ·
Total Price:
X.6 Address: Amount 1-----+-----~----------+-----------~
Tele. Credited No.: to DBE
.___ ___ ...__~---~---~--------'-----------~ (Type or Print all information) Goal:
Name of Bidder:
Contact:
Signature:
Tele. No.: ·:-:J)cA."4\~e..\ J. \<oGL-+,;d ~.
(!}'.pe or print) Email:
_~____.. 11l_,_-1.. ~-°"-'-"'-""-\ (_a.._l_l j+------------ Title: r\ie..u'1 ~°'-1ke..... +i.;.*3. 4/t\
l:f.O <9~~~
(type or print) \ 6.bW \ ~ Date: ':S v \ '4 ' '2.-G \ \o <S I I,
•!• A FULLY COMPLETED DBE PARTICIPATION SCHEDULE, FOR EACH DBE FIRM DESIGNATED TO PARTICIPATE, IS REQUIRED TO BE SUBMITTED.
State Construction Contract (Rebuilding w/OCIP) 109
0216
s
~.,. SEALED BID
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION SCHEDULE
As specified in the DBE Participation Section included in the Bidding Documents, the Bidder shall furnish to SEPTA's satisfaction the details of disadvantaged business enterprise participation. NOTE: Firms must be Pennsylvania Unified Certification Program (PA UCP)-certified prior to being listed on a DBE Participation Schedule. PROJECT NAME: 15th Street Renovations Project SEALED BID NO.: 16-00092-AKLM
TABLE I. ALL WORK/SERVICES TO BE PERFORMED BY THE DBE FffiM
1 NAME OF DB.E FmM
CONTACT }lERSON, ~USINESS ADDRESS, TELEPHONE NUMBER
Firm Name: v.s. Contact: Address: Tele. 'J.,? 't'I. 1 -;.. '500
No.: (Type or Print all information)
2 DESCRIPTION OF WORK
TO BE PERFORMED1
3 TOTAL DBE
AGREED PRICE TO BE CREDITED TODBEGOAL2
\.\-00, 000 • .
TABLE II. MATERIAL/SUPPLIES TO BE PURCHASED FROM "REGULAR DEALERS"
Firm Name: Contact:
z DESCRIPTION OF MATEiliLTO BE
~ SuPPLmn1
Total Price:
Address: Amount 1--~~~+--~~~~~~~~~~~~~-+-~~~~~~~~~----1
Tele. Credited No.: to DBE ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
(Type or Print all information) Goal:
Name of Bidder:
Tele. No.:
X.6
Email: Contact: Title:
y=\le,\\'1@ol 1ke..t.. +.~"J # ?ot\
lf'..O C9~~'-c'
(type or print) \ ~\~ Date: -:Sv\l t "2.-o\\o
~ I
Signature:
•!• A FULLY COMPLETED DBE PARTICIPATION SCHEDULE, FOR EACH DBE FmM DESIGNATED TO PARTICIPATE, IS REQUIRED TO BE SUBMITTED.
State Construction Contract (Rebuilding w/OCIP) 109
0216
~.,. SEALED BID
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION SCHEDULE
As specified in the DBE Participation Section included in the Bidding Documents, the Bidder shall furnish to SEPT A's satisfaction the details of disadvantaged business enterprise participation. NOTE: Firms must be Pennsylvania Unified Certification Program (PA UCP)-certified prior to being listed on a DBE Participation Schedule. PROJECT NAME: 15th Street Renovations Project SEALED BID NO.: 16-00092-AKLM
TABLE I. ALL WORK/SERVICES TO BE PERFORMED BY THE DBE FIRM
1 2 3 NAME OF DB~ FIRM DESCRIPTION OF WORK TOTAL DBE
CONTACT PERSON, BUSINESS ADDRESS, TO BE PERFORMED1 AGREED PRICE TO TELEPHONE NUMBER BE CREDITED
TODBEGOAL2
Firm Name: ~r<"a.!o Co ... "'+~v"+.i"' ~M(l"-°""1 \ "'" c.. ...... c.C'e.~ \, '~s,o:o·· Contact: \...ui.) l<:Sl<\o..~ o ' I ...--.., ' .\
y
Address: '$~~' ~~°'""r'i.1:>V\ <ft. Qh-1\o.. (,(A 10,13..J ~ . \ . .., Tele. ~ ...j l j
P'4er '!:n rte ·1 ').,I"') 1.\ii lo\.o OD
No.: (Type or Print all information) TABLE II. MATERIAUSUPPLIES TO BE PURCHASED FROM "REGULAR DEALERS"
. '' 1 .•.. .. . . . NAME OF DBE FIRM
CONrACJ r~~Q~, 1nf~~~$ADDp.ESS, TEl..:fkEl:IQNE ~ER
Firm Name: Contact:
':- ~~~~"' ' '
3 TOTAL DBE
AGREED PRICE TO BE CREDITED ro i>)JE G§Ai}
otal Price x . Total Price:
X.6 Address: Amount 1--~~~..--~~~~~~~~~~~~~--~~~~~~~~~----<
Tele. Credited No.: to DBE ~~~~~~~~~~~~~~~~~~~~~~~~~~~~----!
(Type or Print all infonnation) Goal:
Name of Bidder:
Contact:
Signature:
Tele. No.: Email: Title:
( (o IO) Coto<! '-ISSO
r\l(!..\\'1 eoA.1l<k +.~~.eat\ l f. 0 <9 ~,e.c-
(type or print)
~\~ Date: -:)"\'l t t.,Q\\o ~ I
•!• A FULLY COMPLETED DBE PARTICIPATION SCHEDULE, FOR EACH DBE FIRM DESIGNATED TO PARTICIPATE, IS REQUIRED TO BE SUBMITTED.
State Construction Contract (Rebuilding w/OCIP) 109
0216
SEALED BID
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION SCHEDULE
As specified in the DBE Participation Section included in the Bidding Documents, the Bidder shall furnish to SEPTA's satisfaction the details of disadvantaged business enterprise participation.
NOTE: Firms must be Pennsylvania Unified Certification Program (PA UCP)-certified prior to being listed on a DBE Participation Schedule.
PROJECT NAME: 15th Street Renovations Project
SEALED BID NO.: 16-00092-AKLM
Firm Name:
Contact:
Address:
Tele. No.: (Type or Print all information)
Labe Sales Inc. Contact: L da Labe Address: 8362-K State Road, Philadel hia, PA 19 36 Tele. No.: 215-332-7100
{Type or Print all information)
Name of Bidder: DOLAN MECHANICAL. INC. (type or print)
Contact: JAMES T. DOLAN
Signature: (ty:~
X.6 Amount
10 Credited to 1 fl ~ {t;,
DBE Goal: /
Tele. No.: ( 856 )629-9331 Email: [email protected] Title: President
Date: 7/1/16
•!• F. LLY COMPLETED DBE PARTICIPATION SCHEDULE, FOR EACH DBE FIRM DESIGNATED TO PARTICIPATE. IS REQUIRED BE SUBMITTED.
•!• FAILURE OF THE BIDDER TO SUBMIT FULLY COMPLETED DBE PARTICIPATION SCHEDULE(S) TO SEPTA'S SATISFACTION MAY RESULT IN THE REJECTION OF THE BID.
•!• BIDDER MUST SIGN AND DATE ABOVE.
•:• BIDDER WILL BE REQUIRED TO PROVIDE A COMMITMENT/CONFIRMATION DOCUMENT FOR EACH DESIGNATED DBE FIRM UPON REQUEST FROM SEPTA.
Bidders are hereby notified that the information contained herein will be verified with the designated DBE firm. Additionally, if and when the award of a contract is made, the DBE firm listed herein will be simultaneously notified of the award. SEPTA reserves the right to waive informalities herein in its sole reasonable discretion.
See Section D. "Determination of Percentage of DBE Participation" for discussion of types of participation and credit given toward achieving the DBE Goal.
2 This may be expressed in dollars or as a percentage of the Bidder's total maximum price to SEPTA.
State Construction Contract (Rebuilding) 72 0516
SEALED BID
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION SCHEDULE
As specified in the DBE Participation Section included in the Bidding Documents, the Bidder shall furnish to SEPT A's satisfaction the details of disadvantaged business enterprise participation.
NOTE: Firms must be Pennsylvania Unified Certification Program (PA UCP)-certified prior to being listed on a DBE Participation Schedule.
PROJECT NAME: 15th Street Renovations Project
SEALED BID NO.: 16-00092-AKLM
Firm Name:
Contact:
Address:
Tele. No.: (Type or Print all information)
Contact:
Address:
Tele. No.: (Type or Print all information)
Name of Bidder: DOLAN MECHANICAL. INC. (type or print)
Contact: TAMES I DOLAN (ty~e or print)
Signature: .,..;: '2:,2..., ____ _
Amount Credited to
DBE Goal:
Tele. No.: (856 )629-9331 Email: dmi@dolanmechanical com Title: President
Date: 7/1/16
•:• LY COMPLETED DBE PARTICIPATION SCHEDULE, FOR EACH DBE FIRM DESIGNATED TO PARTICIPATE, IS REQUIRED l BE SUBMITTED.
•:• FAILURE OF THE BIDDER TO SUBMIT FULLY COMPLETED DBE PARTICIPATION SCHEDULE(S) TO SEPTA'S SATISFACTION MAY RESULT IN THE REJECTION OF THE BID.
•!• BIDDER MUST SIGN AND DATE ABOVE.
•!• BIDDER WILL BE REQUIRED TO PROVIDE A COMMITMENT/CONFIRMATION DOCUMENT FOR EACH DESIGNATED DBE FIRM UPON REQUEST FROM SEPTA.
Bidders are hereby notified that the information contained herein will be verified with the designated DBE firm. Additionally, if and when the award of a contract is made, the DBE firm listed herein will be simultaneously notified of the award. SEPTA reserves the right to waive informalities herein in its sole reasonable discretion. 1 See Section D. "Determination of Percentage of DBE Participation" for discussion of types of participation and credit given toward achieving the DBE
Goal. 2 This may be expressed in dollars or as a percentage of the Bidder's total maximum price to SEPTA.
State Construction Contract (Rebuilding) 72 0516
~. SEALED BID
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION SCHEDULE
As specified in the DBE Participation Section included in the Bidding Documents, the Bidder shall furnish to SEPTA's satisfaction the details of disadvantaged business enterprise participation.
NOTE: Firms must be Pennsylvania Unified Certification Program (PA UCP)-certified prior to being listed on a DBE
Participation Schedule.
PROJECT NAME: 15th Street Renovations Project
SEALED BID NO.: 16-00092-AKLM
Firm Name: Brass Roots Insulation Contact: Barbara Ro ers Address: 2124 Auburn Ave, Atco, N 08004 Tele. No.: 856-491-0224
(Type or Print all information)
Firm Name:
Contact:
Address:
Tele. No.: (Type or Print all information)
Name of Bidder: DOLAN MECHANICAL. INC. (type or print)
Contact: JAMES I DOLAN (type or print)
Signature:
Total Price:
Amount Credited to
DBE Goal:
Tele. No.: (856 )629-9331
X.6
Email: dmi@dolanmechanical com Title: President
Date: 7/1/16
•!• LLY COMPLETED DBE PARTICIPATION SCHEDULE, FOR EACH DBE FIRM DESIGNATED TO PARTICIPATE, IS REQUIRED 0 BE SUBMITIED.
•!• FAILURE OF THE BIDDER TO SUBMIT FULLY COMPLETED DBE PARTICIPATION SCHEDULE(S) TO SEPTA'S SATISFACTION MAY RESULT IN THE REJECTION OF THE BID.
•:• BIDDER MUST SIGN AND DATE ABOVE.
•:• BIDDER WILL BE REQUIRED TO PROVIDE A COMMITMENT/CONFIRMATION DOCUMENT FOR EACH DESIGNATED DBE FIRM UPON REQUEST FROM SEPTA.
Bidders are hereby notified that the information contained herein will be verified with the designated DBE firm. Additionally, if and when the award of a contract is made, the DBE firm listed herein will be simultaneously notified of the award. SEPTA reserves the right to waive informalities herein in its sole reasonable discretion. 1 See Section D. "Determination of Percentage of DBE Participation" for discussion of types of participation and credit given toward achieving the DBE
Goal. 2 This may be expressed in dollars or as a percentage of the Bidder's total maximum price to SEPTA.
State Construction Contract (Rebuilding) 72 0516
Address:
Firm Name:
Contact:
Address:
Tele. No.:
Name of Bidder:
Contact:
Signature:
(Type or Print all information)
The Farfield Cowpagy (type or print)
Edward J. Krzanowsky
Total Price:
Amount Credited to
DBE Goal:
Tele. No.:.( 717 l 626-4781
X.6
EmaH: [email protected] Title: Vice President
Date: 7 /1/16
•!• FAILURE OF THE BIDDER TO SUBMIT' LLY COMPLETED DBE PARTICIPATION SCHEDULE{S) TO SEPTA'S SATISFACTION MAY RESULT IN THE REJECTION OF THE BID.
•!• BIDDER MUST SIGN AND DATE ABOVE.
•!• BIDDER WILL BE REQUIRED TO PROVIDE A COMMITMENT/CONFIRMATION DOCUMENT FOR EACH DESIGNATED DBE FIRM UPON REQUEST FROM SEPTA.
Bidders are hereby notified thatthe information contained herein will be verified with the designated DBE firm. Additionally, if and when the award of a contract is made, the DBE firm listed herein will be simultaneously notified of the award. SEPTA reserves the right to waive informalities herein in its sole reasonable discretion. 1 See Section 0. "Determination of Percentage of DBE Participation" for discussion of types of participation and credit given toward achieving the DBE
Goal. 2 This may be expressed in dollars or as a percentage of the Bidder's total maximum price to SEPTA.
State Construction Contract (Rebuilding) 72 0516