o, · 2015-06-04 · contraa wtc 324.3s9.ml form of bid wtc streets. utilities. & related...

38
I.K DaNBTRUGTIDN, JN'C. J.Hi.l'- i\i .•. l-K-' '\ ! ikaw(S)aol.com January 9,2012 Mis, Kalliy Bincoletio Freedom of Infonnalion Adrninisiraior Poll AiilhorityolNY & N.I 233 Park Ave. Soutli. 4'" Floor New York, NY 10003 Re: Reciiiesi for Bidding Documenls for Conlracl WTC 324.359.M 1 We liereby request ihe availabilily and access 10 ihe following informalion as described wiihin The Freedom of Informalion Aci, ail in reference to the above suited Project wliich was publicly bided on June 2, 2011: Bid dociniients siibmiiied by Secure USA Inc. for the above reference project. Bid abstriicl (i.e., bid results including any alternates). Bid notices (including any amendnienls, requests for information and responses) List of attendees for any meetings conducted in direct relationship to the bidding process. Meeting minutes docnmenling any discussions regarding this project and the bidding process. Verification of "good failh efforts" and OLiti'each for ihc solicitation of minority and/or women owtied business participation (either on a prime ov subconlracl level of participation to submit bids accordingly), .•\pproved Minority Participation Plan Please include verification of these efforts from both the Construction Manager and apparent low bidder (if applicable). Vecv irnlv yours. o, Ian Krtrwaroo President. IK Construction cc: Files I of

Upload: others

Post on 03-Jun-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

I K D a N B T R U G T I D N J N C

J H i l - ii bull l-K-

ikaw(S)aolcom

January 92012

Mis Kalliy Bincoletio Freedom of Infonnalion Adrninisiraior Poll A i i l ho r i t yo lNY amp NI 233 Park Ave Soutli 4 Floor New York NY 10003

Re Reciiiesi for Bidding Documenls for Conlracl WTC 324359M 1

We liereby request ihe availabilily and access 10 ihe following informalion as described wiihin The Freedom of Informalion Aci ail in reference to the above suited Project wliich was publicly bided on June 2 2011

Bid dociniients siibmiiied by Secure USA Inc for the above reference project Bid abstriicl (ie bid results including any alternates) Bid notices (including any amendnienls requests for information and responses) List of attendees for any meetings conducted in direct relationship to the bidding process Meeting minutes docnmenling any discussions regarding this project and the bidding process Verification of good failh efforts and OLitieach for ihc solicitation of minority andor women owtied business participation (either on a prime ov subconlracl level of participation to submit bids accordingly) bullpproved Minority Participation Plan Please include verification of these efforts from both the Construction Manager and apparent low bidder ( i f applicable)

Vecv irnlv yours o

Ian Krtrwaroo President IK Construction

cc Files

I of

^-

m

Defduc Si)iudani Vou C in Trust

Junes 2011

Tishman Construction on behalf of Port Authority of New YorkNew Jersey 115 Broadway 14 PL New York New York 10006

RE Pre-Purchase Bollard Covers Bid for Contract WTC-324359M1

To Whom It May Concern

Please find following this letter the required bid documentation for the Pre-Purchase Bollard Covers including the following

bull Completed Form of Bid pages 33-49 per Addendum 1 clarification o Includes Bid Bond o Required signatures and declarations

bull List of officers of the corporation known as SecureUSA Inc bull Hanover Insurance declaration of SecureUSAs ability to meet bond obligations bull Copy of Letter of Certification from Empire State Development Corporation

indicating SecureUSA as aNYS Woman-Owned Business Enterprise

SecureUSA is a 15-plus year-old business specializing in perimeter defense solutions including the original design manufacture installation and maintenance of bollard covers Many SecureUSA bollard covers adorn New York City landscapes including City Hall 26 Federal Plaza Columbus Circle Bank of America Tower and Peter Minuit Plaza at the South Ferry Terminal next to Battery Park

SecureUSAs products are also approved for use by the Department of Homeland Security protecting contractors and owners from litigation by limiting law suits to SecureUSA which has protections under the Safety Act of 2002

SecureUSA has a service force based in Jersey City NJ serving the Greater New York City area and beyond Backed up by a complete engineering and manufacturing department at our Cumming GA headquarters SecureUSA is able to offer timely and technically competent support to Tishman and PANYNJ throughout the WTC project timeline

Sincerely Yours

Harford FiekWH Director Business Development

ww-vSectjreUSAnet 18832224559 F ^ ^ Helpir)g To Create A Safer Future XBENC J250 ltelh Jndg i c Cjr-ming GJ 3C041 i - l t i l l - - ^ mdash -^ - - 7705397939 5 i-foaisclireJMlet

DHS SArcTY Act Oecignarion CoiUrJCtraquoG5-C7F-6C97P

GSA

^

COMTRAa WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUaURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder 0gt 0 ^ lt - ^ lt ^ V - S r y S ^ gt

Contract WTC-324359M1 Bid Due Date June 2 20110 230PM Local Time

TO Tishman Construction Corporation of New York

The undersigned^

BIDDERS NAME

TYPE OF ENTITY (see Note 3 below)

(hereinafter called Vendor) hereby offers to perform all the obligations and to assume all the duties and liabilities of the Construction Manager provided for in the annexed Contract on the terms and conditions contained therein in all Riders referenced therein and all terms and conditions contained in these Instructions to Bidder Sections 1 through 19 at the price set forth In the attached Form of Bid

This offer shall be irrevocable for one hundred eighty (180) days after the date on which the Construction Manager opens this Bid

To induce the acceptance of this Bid the undersigned hereby makes each and every certification statement assurance representation and warranty made by the Construction Manager in said Contract Moreover as a condition to receipt and consideration by the Construction Manager of the Bid whether or not it is accepted the undersigned agrees that all information of any nature whatsoever regardless of the form of the communication received from the undersigned (including its officers agents or employees)

bythe Lonstruction Manager and the Port Authority of New York and New Jersey its Directors officers agents or employees and notwithstanding any statement therein to the contrary has not been given in confidence and may be used or disclosed by or on behalf of the Construction Manager or The Port Authority of New York and New Jersey without liability of any kind except as may arise under letters patent of the undersigned if any

Unless expressly stated otherwise the Instructions for Bidders and Form of Bid all papers required by it and submitted In connection herewith at any time said Form of Contract and alt papers made part of the Contract by the terms of the Form of Contract are made part of this Bid

3 Insert Bidders name at the top of the page After thes name insert one of the following phrases

If a corporation give state of incorporation using the phrase a corporation organized underthe laws of the State of

If a partnership give full names of partners using afso the phrase co-partners doing business under the firm name of

If an indMdual using a trade name give individual name using also the phrase an indifldual doing business under the trade name of

If a Joint venture give the information required above for each participant in the joint venture

33

CONTRAa WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE H - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidden Zgt t - C M ^ ^ e l i ^ i r J ^ bull

Contract WTC-324359M1 Bid Due Date June 2 2QllfS) 230PM Local Time

raquo

34

CONTBAa WTC 324359M1 Form of Sid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE raquo - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder S B C t a ^ - i M ^ ^ r ^ ^ ^ ^ ^

Contract WTC-3243S9Ma Bid Due Date June 2 20110 230PM Local Time In accordance with the Contract Documents listed below and pursuant to the Instructions for Bidders dated MMMPDYYYY we submit our Bid herewith

Form of Contract dated June 2011 Rider A - Scope of Work dated June 22011 Rider B - List of Contract Drawings and Specifications dated May 122011 Rider C -Not Used Rider D - Insurance Riders dated April 292011 Rider E-Not Used Rider F - Non-Disclosure and Confidentiality Agreement (Information Security Handbook) dated

Feb 92009 (Incl Exhibits A B and C) Rider G-Not Used Rider H-Not Used Rider 1 - Sales amp Use Tax Requirements dated Oct 08 2008 Rider J - Intentionally Deleted Rider K - Project Corruption Prevention Program dated Jan 302009 Rider L - Payment Procedures dated Feb 172010 Rider M - WTC Safety Health and Environmental Program dated may 032010 Rider N - PANYNJ - WTC Site Rules Rider 0 - Available Documents Rider P - New York City Transit Safety Program dated Sep 23 2009 Rider Q - Intentionally Deleted Ridef^R^^mdashGQnstruction-Managers-eiuality-Program-Reqairements7ciated-Febl77-2Q10~~^ Rider S^-WTCSiteSecurity Requirements datedJan 312011 Rider T-Milestone Dates and Liquidated Damages Jan 312011 Rider U - Additional Provisions dated Jan 012011 Includes the Following Documents

bull Procedure For the Approval of Cranes amp Derricks dated Mar 08^ 2010 bull WMBE Notice and Forms dated Dec 17 2008 bull PANYNJ Subcontractor Approval request Forms 2327b03-092327c03-O9 bull PANYNJ Cutting and Welding Permit 213303-06 bull Prevailing Wage Rates dated Jan 01 2011

Rider V - Path Tunnel E amp World Trade Center Discharge Letter of Approval-File Case C-3192 Sep 232010

Rider W - Analysis of Bid dated June 22011

gt

35

^

CONTRAa WTC 3243S9Ml Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES ^

Trade Pre-Purchase Bollard Covers Name of Bidder ^ t ^C^LuLS^ ^^ jT j ^ O

Contract WTC-324359M1 Bid Due Date June 2 20110 230PM local Time A Lump Sum Bid

Bidder agrees to perform the following Pre-Purchase Bollard Covers work in strict accordance with the Contract Documents for the amount written below The amount must be given both in figures and in writing In case of discrepancy the writing shall control

Total Lump Sum in Figures $ P - j f 3 ^ j 555gt 0 0

Total Lump Sum in Wordslt^^Zg ^gtlt^gt^^^^raquo-igt OTI A ^ ^ Z ^ ^ L ^ ^ - ^ ^ ^ ^ ^ ^ ^

^ A ^ i ^ 0 y ^ ^ ^ J ^ ^ A ^ ^ i y ^ y ^ ^ ^ A ^ J ^ - ^ A A ^ ^ ^ ^ ^ y ^ ^ ^S^y^ HO Ag

This amount shall also be filled In by the Bidder In Clause 21 of the Contract entitled General Agreement and such amount shall be defined as the Lump Sum for purposes of this Contract

This Lump Sum Bldshall include all work required for the performance of the contract for Pre-Purchase ( Bollard Covers In accordance with the Contract Documents

B Proposed Value Engineering

Bidder shall fully describe suggested changes to expedite Project andor reduce costs (Reduction in cost shall be indicated and not included in Base Bid) (Attach additional sheets as required)

Please include any voluntary alternates on a separate sheet with this Bid

C Schedule

1 Time required from contract award to start of Fabrication ^ wks

2 T]me required from start of Fabrication to delivery to first scheduled area ^ ^ 1 0 wks

3 Time required to deliver to balance of scheduled areas (attach separate schedule in weeks)

D Lump Sum Bid Breakout Pricing

36

^

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp REUTED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder S B gt ^ J t 6 ^ i ^ ^ ^

Bid Due Date ^une 2 2011fSgt 230PM Contract WTC-324359M1 Local Time

These quantities and vaiues are required by the CM and Port Authority and are for analysis purposes only Bidders are responsible to include quantities they deem appropriate Actual quantities required under this Contract may vary The CM and Port Authority will not be responsible in the event actual quantities differ from the amounts provided below

BC-01 BC-02 BCgt03 BC-04 BCgt04 BC-05

BC-06

BC-07 BC-08 BC-09

BC-10

BC-11

BC-12

BC-13 BC-14

BC-15

BC-16 BC-17

BC-18

BC-19

BC-20

BC-21

BC-22

BC-23

BC-24

L ^ M-A

1L3 A ^

^

J S J L Z-l-l AQ=

ILO

yd3 3 i^lrplusmn

K ^ ^ ^ bull ^ ^

^M i ^ 0 ^ gt 0 ^

^

z^amp^f^

dMXzplusmnmdash M^^MJJL

bull7 J [ J^^^^^o

M l 2^-^57 go

^

AmJLA - U ^ 4 ( ^

-2X1 J L V

^

il A ^

^

IL JJLL

AL_ OL

11 2a

Z^MJJL M iLDZ^ M0V22-

^ V03 i) fl V ff^^-JA

PL

y^yr^ A^tjroQ ^QIZOO

y^^oro^ ^9o^6^ )lt30 O

MI^^lEL

Z-2^C0 0 ^

i z lds - oo ^ ^ M M Q -

irso^p^ ^ligt frzCo g

7 ^ 5 ^ 0 0

12 i^Ty^lQQO ^ j ^T- T i 0

^

577soQ ^ l J i n lt amp 9 ^73-^lt3

-^f^c^g 6 ^^-r ^0 1^^9000

- 7 --2-0-90 0

27 i^aoa

37

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp REUTED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder ^ J S ^ ^ ^ - ^ O l i ^ i ^ ^ ) ^ A ^ ^

Contract WTC-324359M1 Local Time

BC-25

BC-26

Generic BoHard-Extra Materials Spec 05705C paragraph 17

^

Bid Due Date June 2 2011fggt 230PM

3y

X^

3^ i L

J^iZl2= z J ^ i -

2dS^dn ^ 7 ^l QOb

^ y-

xs^^-

Note that Bids will be evaluated based on Lump Sum provided In section A above

38

^

ISP

gt

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder SS^-^^^~^ ^ C ^ j ^ ^ ^

Contract WTC-324359M1 Bid Due Date June 2 2011fSgt 23QPM Local Time

SIGNATURE AND CERTIFICATE OF AUTHORITY^

Dated J l - ^ ^ ^ 2010

(Print legal name of entity submitting Bid) ^M^tD^t^LS^-^^^cS ^ Z ^ C - ^

(Signature of authorized agent partner or corporate officer)

(Print name of authorized agent partner or corporate officer)

(Acknowledgment of signature to be taken on proper form on following page(s))

CERTIFICATE OF AUTHORirV IF BIDDER IS A CORPORATION

I the undersigned as Secretary of the corporation submitting the foregoing Bid hereby certify that under and pursuant to the by-laws and resolutions of said corporation each officer who has signed said Bid on behalf of the corpof_ationJsJully_arL4comampleti5lVLauthodred_soJo^do mdash

(Corporate Seal) V J O J lt M ( ^

If bidder is a joint venture insert signatures as appropriate for one participant of the joint venture on this page and attach and complete an additional signature sheet in the same fonn as appears on this page for each other participant as required

If Bid is signed by an ofEccr or agent give title

JTOTE The foregoing signature shall be deemed to have been provided with full knowledge that the foregoing Bid the accompanying Contract booklet as well as any certification statement assurance representation warranty schedule or other document submitted by the bidder with the Bid will become a part of the records of the Audiority and that the Authority will rely in awarding the Contract on the truth and accuracy of such Bid and each such certification statement assurance representation warranty and schedule made therein by the Construction Nfanager Knowingly submitting a false statement in connection with any of die foregoing may be the basis for prosecution for offering a false insmnnent for filing (see egNY Penal Law Section 17530 et seq)

39

3

CONTRACT WTC 324359M1 Form of Bid

WTC Sn-REETS UTIUTIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Boiiard Covers Name of Bidder S S - d i Z S M ^ ^ ^ u j i ^

Contract WTC-324359M1 Bid Due Date June 2 2011(5) 230PM Local Time

ACKNOWLEDGMENT^

ACKNOWLEDGMENT OF BIDDER IF A CORPORATION

State of ^ f r ^ ^

SS

County of ^ V C - ^ ^ - ^ ^

0 t h i s ^ ^ ^ d a v of ^^-v^-ag 20Defore me personally came and appeared )-^K^u^-^^C^i i^-v^L- ^ to me known who being by m^ duly sworn did deoose and say that he resides at _ _= that he is t h e ^ j ^ t y j r of g^ i^r^ y ^ ^ j e ^ ^ T - ^ - - ^^e corporal In and which executed the foregoing instrument that he knows the seal of said corporation the seals affixed to said instrument is such seal that it was so afftxed by order of the d irecti corporation and that he signed his name thereto by like order V^^^ r C

(Notary Seal)

(Notary Signature)

ACKNOWLEDGMENT OF BIDDER IF A PARTNERSHIP

-State-o^

County of

SS

On this day of ^ 20 before me personally came and appeared to me known and known to me to be one of the members of

the firm of ^ described in and who executed the foregoing instrument and he acknowledged to me that he executed the same as and for the act and deed of said firm

(Notary Seal)

(Notary Signature)

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Acknowledgment sheet in the same form as appears on this page for each other participant as required Also attach joint venture agreement

40

jvazquez
Typewritten Text
Ex1

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder

Bid Due Date June 2 20110 230PM Contract WTC-324359M1 Local Time

ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL

State of _ _ _ _

County of

On this day of

SS

J 20 before me personally came and appeared to me known and known to me to be the person described in

and who executed the foregoing instrument and he acknowledged to me that he executed the same

(Notary Seal)

(Notary Signature)

STATEMENT ACCOMPANYING BID^

Names and Residences of Officers If Bidder is a Corporation

Name Title Residence

C^U6 ^ C l ^ i ^ J^^QL pgtvf^Aj n C J ^ A J ^

7^r)my B 2-j^t^^ 02jL^^ 2 j y o

u P ^ ^ bull j ^ t m ^ ^ j ^ 6u^ r -^ I

Names and Residences of Partners If Bidder is a Partnership

Name General or Limited Partner Residence^

Bidders Residence If an Individua

^

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Statement Accompanying Bid sheet in the same form as appears on this page for each other participant as required

Give Street and Number of Residence Do not give business address

Give Street and Number of Residence Do not give business address

41

jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text

Bid Bond No THISUSAH

CONTfUCT WTC-324359M1

BID BOND

KNOW ALL MEN BYTHESH PRESENTS that we the undersigned SecureUSA Inc 4250 Keith Bridge Road 160 Cumming (JA 30041 - a corporation organized under the laws of the State of Georgia a3principaJ(s)and Tlie Hanover Insurance Company Northpark Town Center 4001000 Abernatliy Road Suite 175 Atlanta GA 30328

as surety are hereby held and firmly bound unto The Port Authority of New York and New Jersey (herelncalled the Authority) in the penal sura of Five Perccntof Bid doUara ($ 5 of bid) for the payment ofwhich well and truly to be made we hereby jointly and severally bind ourselves our heirs executors admmisrtrators successors and assigns Signed this 9th day of June ^20 i

The condition of the above obligation is such that whereas the above named priiicipal(s) has submitted to the Authority s ccrtam Proposal bound herewith and hereby made a part hereof to peiform the obligations of the Contractor under a contract m writing known as WTC-^24359Ml Pre-Purcbasc Bollard Covers now therefore

A If said Proposal shall not be accepted or

B If said Proposal shall be accepted and the Authority does not require the princlpal(s) to fiimish a Performance and Payment Bond or

C If said Proposal shall be accepted and the Authority requires the prijicipal(s) to flimish a Performance and Payment Bond and either the principal(s) fiMishea a Performance and Payment Bond aafiafactoiy to the Authority in accordance with the requirements of said Proposal or the Authority does not terminate the Contract as provided therein on account of the fiillure to furnish such a bond

Then tKroBUgaf ion ghdrbc void otlicrwisgthc sattic shaIlTcmahrtirfiin-forcB-and-effcc(-it being expressly understood and agreed that the liabUity of the surety for any and all claims hereunder shall m no event exceed the penal amount of this obligation aa herein stated The surety for value received hereby stipulates and agrcti that the ohligaticns of said surety and its boud shall be in no way impahed or affected by any extensions of the times vdtbln which the Authority may receive or accept such Proposal or within wliich the principal(s) may fbmish a Performance and Payment Bond or by any waiver by the Authority of any of the requirements of said Proposal and said surety docs hereby waive notice of any such extensions or waivers

CONTRACT VrrC324359Ml

Insert bidders name If a cotporallon give the slMe of incotporation using the phrase a corporation organized under ihc laws of the Jf a partncTahip give fiiJt names of partners using also the phrase co-parbiers doing business under the firm name of If an Individual using a trade oome give individual name using also the phrasQ an individual doing business under the trade name of If a joint venture give the Information required above for each paiticipact in the Joint veaiure Insert name of surety

42

CONTRAa WTC-324359M1

IN WITNES S WHEREOF the principal(3) and surety have hereunto set theu- hands and seals and such of them as are corporations have caused theh corporate seals to be hereto affixed and these presents to he signed by their proper ofScers the day and year first set forth above

SECUREUSA INC

(Seal)

(Seal)

B _ _ rney-i

If bidder is ajoint venture insert signature and infonnation required as appropriate for one participant flf the joint venture on this page and attach and complete an additional aheet in the same form as appears oa this page for each other participant as required If bond is signed by an oIBcer or agent give title if signed by a corporation affix coiporate seal If bond k signed by an officer or agent give title if signed by a corporation apoundGx corporate seal

A3

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA

POWERS OF A TTORNEY CERTIFIED COPY

KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY both being corporations organized and existing under the laws of the Slate of New Hampshire and CITIZENS INSURANCE COMPANY OF AMERICA a corporation organized and existing under the laws of the State of Michigan do hereby constitute and appoint

Dianne L Hrehor Robert G Hrehor Robert M Hrehor Kathy S Smith andor Rena C Moss

of Liburn GA and each is a true and lawful Attorney(s)-(n-fact to sign execute seal acknowledge and deliver for and on its behalf and as its act and deed any place within the United States or if the following line be filled in only within the area therein designated

any and all bonds recognizances undertakings contracts of indemnity or other writings obligatory in the nature thereof as follows Any such obligations in the United States not to exceed Fifty IVIillion and No100 ($50000000) in any single instance

and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect

bullRESOLVED That Itie President or any Vice President in conjunclion wrtli any Assistanr Vice President be and ttiey are hereby authorized and empowered to appoint Altorneys-in-fact of the Company in its name and as its acts lo execute and acknowledge for and on Its behalf as Surety any and all bonds recognisances conlracls of indemnity waivers of citation and all other writings obligatory tn the nature Itiereof with power lo attach thereto the seal of the Company Any sucti writings so executed by sucti Attorneys-in-fact shall bcopy as binding upon the Company as if they had been duly executed and acknowledgetJ by the regularly elected officers of the Company in their own proper persons (Adopted Oclober 7 1981 - The Hanover Insurance Company Adopted April 14 1982-Massachusetts Bay Insurance Company Adopted Seplember 2001 - Citizens InsuranceCompany of America)

IN WITNESS WHEREOF THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals duly attested by a Vice President and an Assistant Vice President this 6th day of January 2010

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CmZENS-UllSUHANCE COMPANY OF AMERICA

Mary Jeanne Ai^a^yicoVTcBPreiidept

Hobort K Ccnnnn AaciElanrvica Proddont

THE COiySMOt WEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss

On this 6th day of January 2010 before me came the above namea vice President and Assistant vice President of The Hanover insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America to me personally known to be the individuals and officers described herein and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America respectively and that the said corporate seals and their aignaturea as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporatrona

Woay Puhio

My commission expires on November 3 2011

I the undersigned Assistant Vice President of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America hereby certify that the above and foregoing is a full true and correct copy of the Original Power of Attorney issued by said Companies and do hereby further certify that the said Powers of Attorney are still in force and effect

This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America

RESOLVED That any and all Powers of Attorney and Certified Copies of such Powers of Altomey and cenificalion in respect Ihefoto granted and executed by the President or any Vice President in conjunction with any Assistant Vice PresidenI of Ihe Company shall be binding on the Company to the same exlent as if all signatures therein were manually affixed even though one or more of any such signatures thereon may be facsimile (Adopted October 7 1981 - The Hanover Insurance Company Adoplad April 14 1982 Massachusetts Bay Insurance Company Adopted September 7 2001 -Citizens insurance Company of America)

GIVEN under my hand and the seals of said Companies at Worcester Massachusetts this 9 t t i day of J u n e 20 11

THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COtPATJY CITt^WS INSUeW^NCE COMPANY OF WjtERlCA

CONTRACT WTC-324359M1

^

44

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 2: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

^-

m

Defduc Si)iudani Vou C in Trust

Junes 2011

Tishman Construction on behalf of Port Authority of New YorkNew Jersey 115 Broadway 14 PL New York New York 10006

RE Pre-Purchase Bollard Covers Bid for Contract WTC-324359M1

To Whom It May Concern

Please find following this letter the required bid documentation for the Pre-Purchase Bollard Covers including the following

bull Completed Form of Bid pages 33-49 per Addendum 1 clarification o Includes Bid Bond o Required signatures and declarations

bull List of officers of the corporation known as SecureUSA Inc bull Hanover Insurance declaration of SecureUSAs ability to meet bond obligations bull Copy of Letter of Certification from Empire State Development Corporation

indicating SecureUSA as aNYS Woman-Owned Business Enterprise

SecureUSA is a 15-plus year-old business specializing in perimeter defense solutions including the original design manufacture installation and maintenance of bollard covers Many SecureUSA bollard covers adorn New York City landscapes including City Hall 26 Federal Plaza Columbus Circle Bank of America Tower and Peter Minuit Plaza at the South Ferry Terminal next to Battery Park

SecureUSAs products are also approved for use by the Department of Homeland Security protecting contractors and owners from litigation by limiting law suits to SecureUSA which has protections under the Safety Act of 2002

SecureUSA has a service force based in Jersey City NJ serving the Greater New York City area and beyond Backed up by a complete engineering and manufacturing department at our Cumming GA headquarters SecureUSA is able to offer timely and technically competent support to Tishman and PANYNJ throughout the WTC project timeline

Sincerely Yours

Harford FiekWH Director Business Development

ww-vSectjreUSAnet 18832224559 F ^ ^ Helpir)g To Create A Safer Future XBENC J250 ltelh Jndg i c Cjr-ming GJ 3C041 i - l t i l l - - ^ mdash -^ - - 7705397939 5 i-foaisclireJMlet

DHS SArcTY Act Oecignarion CoiUrJCtraquoG5-C7F-6C97P

GSA

^

COMTRAa WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUaURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder 0gt 0 ^ lt - ^ lt ^ V - S r y S ^ gt

Contract WTC-324359M1 Bid Due Date June 2 20110 230PM Local Time

TO Tishman Construction Corporation of New York

The undersigned^

BIDDERS NAME

TYPE OF ENTITY (see Note 3 below)

(hereinafter called Vendor) hereby offers to perform all the obligations and to assume all the duties and liabilities of the Construction Manager provided for in the annexed Contract on the terms and conditions contained therein in all Riders referenced therein and all terms and conditions contained in these Instructions to Bidder Sections 1 through 19 at the price set forth In the attached Form of Bid

This offer shall be irrevocable for one hundred eighty (180) days after the date on which the Construction Manager opens this Bid

To induce the acceptance of this Bid the undersigned hereby makes each and every certification statement assurance representation and warranty made by the Construction Manager in said Contract Moreover as a condition to receipt and consideration by the Construction Manager of the Bid whether or not it is accepted the undersigned agrees that all information of any nature whatsoever regardless of the form of the communication received from the undersigned (including its officers agents or employees)

bythe Lonstruction Manager and the Port Authority of New York and New Jersey its Directors officers agents or employees and notwithstanding any statement therein to the contrary has not been given in confidence and may be used or disclosed by or on behalf of the Construction Manager or The Port Authority of New York and New Jersey without liability of any kind except as may arise under letters patent of the undersigned if any

Unless expressly stated otherwise the Instructions for Bidders and Form of Bid all papers required by it and submitted In connection herewith at any time said Form of Contract and alt papers made part of the Contract by the terms of the Form of Contract are made part of this Bid

3 Insert Bidders name at the top of the page After thes name insert one of the following phrases

If a corporation give state of incorporation using the phrase a corporation organized underthe laws of the State of

If a partnership give full names of partners using afso the phrase co-partners doing business under the firm name of

If an indMdual using a trade name give individual name using also the phrase an indifldual doing business under the trade name of

If a Joint venture give the information required above for each participant in the joint venture

33

CONTRAa WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE H - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidden Zgt t - C M ^ ^ e l i ^ i r J ^ bull

Contract WTC-324359M1 Bid Due Date June 2 2QllfS) 230PM Local Time

raquo

34

CONTBAa WTC 324359M1 Form of Sid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE raquo - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder S B C t a ^ - i M ^ ^ r ^ ^ ^ ^ ^

Contract WTC-3243S9Ma Bid Due Date June 2 20110 230PM Local Time In accordance with the Contract Documents listed below and pursuant to the Instructions for Bidders dated MMMPDYYYY we submit our Bid herewith

Form of Contract dated June 2011 Rider A - Scope of Work dated June 22011 Rider B - List of Contract Drawings and Specifications dated May 122011 Rider C -Not Used Rider D - Insurance Riders dated April 292011 Rider E-Not Used Rider F - Non-Disclosure and Confidentiality Agreement (Information Security Handbook) dated

Feb 92009 (Incl Exhibits A B and C) Rider G-Not Used Rider H-Not Used Rider 1 - Sales amp Use Tax Requirements dated Oct 08 2008 Rider J - Intentionally Deleted Rider K - Project Corruption Prevention Program dated Jan 302009 Rider L - Payment Procedures dated Feb 172010 Rider M - WTC Safety Health and Environmental Program dated may 032010 Rider N - PANYNJ - WTC Site Rules Rider 0 - Available Documents Rider P - New York City Transit Safety Program dated Sep 23 2009 Rider Q - Intentionally Deleted Ridef^R^^mdashGQnstruction-Managers-eiuality-Program-Reqairements7ciated-Febl77-2Q10~~^ Rider S^-WTCSiteSecurity Requirements datedJan 312011 Rider T-Milestone Dates and Liquidated Damages Jan 312011 Rider U - Additional Provisions dated Jan 012011 Includes the Following Documents

bull Procedure For the Approval of Cranes amp Derricks dated Mar 08^ 2010 bull WMBE Notice and Forms dated Dec 17 2008 bull PANYNJ Subcontractor Approval request Forms 2327b03-092327c03-O9 bull PANYNJ Cutting and Welding Permit 213303-06 bull Prevailing Wage Rates dated Jan 01 2011

Rider V - Path Tunnel E amp World Trade Center Discharge Letter of Approval-File Case C-3192 Sep 232010

Rider W - Analysis of Bid dated June 22011

gt

35

^

CONTRAa WTC 3243S9Ml Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES ^

Trade Pre-Purchase Bollard Covers Name of Bidder ^ t ^C^LuLS^ ^^ jT j ^ O

Contract WTC-324359M1 Bid Due Date June 2 20110 230PM local Time A Lump Sum Bid

Bidder agrees to perform the following Pre-Purchase Bollard Covers work in strict accordance with the Contract Documents for the amount written below The amount must be given both in figures and in writing In case of discrepancy the writing shall control

Total Lump Sum in Figures $ P - j f 3 ^ j 555gt 0 0

Total Lump Sum in Wordslt^^Zg ^gtlt^gt^^^^raquo-igt OTI A ^ ^ Z ^ ^ L ^ ^ - ^ ^ ^ ^ ^ ^ ^

^ A ^ i ^ 0 y ^ ^ ^ J ^ ^ A ^ ^ i y ^ y ^ ^ ^ A ^ J ^ - ^ A A ^ ^ ^ ^ ^ y ^ ^ ^S^y^ HO Ag

This amount shall also be filled In by the Bidder In Clause 21 of the Contract entitled General Agreement and such amount shall be defined as the Lump Sum for purposes of this Contract

This Lump Sum Bldshall include all work required for the performance of the contract for Pre-Purchase ( Bollard Covers In accordance with the Contract Documents

B Proposed Value Engineering

Bidder shall fully describe suggested changes to expedite Project andor reduce costs (Reduction in cost shall be indicated and not included in Base Bid) (Attach additional sheets as required)

Please include any voluntary alternates on a separate sheet with this Bid

C Schedule

1 Time required from contract award to start of Fabrication ^ wks

2 T]me required from start of Fabrication to delivery to first scheduled area ^ ^ 1 0 wks

3 Time required to deliver to balance of scheduled areas (attach separate schedule in weeks)

D Lump Sum Bid Breakout Pricing

36

^

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp REUTED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder S B gt ^ J t 6 ^ i ^ ^ ^

Bid Due Date ^une 2 2011fSgt 230PM Contract WTC-324359M1 Local Time

These quantities and vaiues are required by the CM and Port Authority and are for analysis purposes only Bidders are responsible to include quantities they deem appropriate Actual quantities required under this Contract may vary The CM and Port Authority will not be responsible in the event actual quantities differ from the amounts provided below

BC-01 BC-02 BCgt03 BC-04 BCgt04 BC-05

BC-06

BC-07 BC-08 BC-09

BC-10

BC-11

BC-12

BC-13 BC-14

BC-15

BC-16 BC-17

BC-18

BC-19

BC-20

BC-21

BC-22

BC-23

BC-24

L ^ M-A

1L3 A ^

^

J S J L Z-l-l AQ=

ILO

yd3 3 i^lrplusmn

K ^ ^ ^ bull ^ ^

^M i ^ 0 ^ gt 0 ^

^

z^amp^f^

dMXzplusmnmdash M^^MJJL

bull7 J [ J^^^^^o

M l 2^-^57 go

^

AmJLA - U ^ 4 ( ^

-2X1 J L V

^

il A ^

^

IL JJLL

AL_ OL

11 2a

Z^MJJL M iLDZ^ M0V22-

^ V03 i) fl V ff^^-JA

PL

y^yr^ A^tjroQ ^QIZOO

y^^oro^ ^9o^6^ )lt30 O

MI^^lEL

Z-2^C0 0 ^

i z lds - oo ^ ^ M M Q -

irso^p^ ^ligt frzCo g

7 ^ 5 ^ 0 0

12 i^Ty^lQQO ^ j ^T- T i 0

^

577soQ ^ l J i n lt amp 9 ^73-^lt3

-^f^c^g 6 ^^-r ^0 1^^9000

- 7 --2-0-90 0

27 i^aoa

37

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp REUTED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder ^ J S ^ ^ ^ - ^ O l i ^ i ^ ^ ) ^ A ^ ^

Contract WTC-324359M1 Local Time

BC-25

BC-26

Generic BoHard-Extra Materials Spec 05705C paragraph 17

^

Bid Due Date June 2 2011fggt 230PM

3y

X^

3^ i L

J^iZl2= z J ^ i -

2dS^dn ^ 7 ^l QOb

^ y-

xs^^-

Note that Bids will be evaluated based on Lump Sum provided In section A above

38

^

ISP

gt

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder SS^-^^^~^ ^ C ^ j ^ ^ ^

Contract WTC-324359M1 Bid Due Date June 2 2011fSgt 23QPM Local Time

SIGNATURE AND CERTIFICATE OF AUTHORITY^

Dated J l - ^ ^ ^ 2010

(Print legal name of entity submitting Bid) ^M^tD^t^LS^-^^^cS ^ Z ^ C - ^

(Signature of authorized agent partner or corporate officer)

(Print name of authorized agent partner or corporate officer)

(Acknowledgment of signature to be taken on proper form on following page(s))

CERTIFICATE OF AUTHORirV IF BIDDER IS A CORPORATION

I the undersigned as Secretary of the corporation submitting the foregoing Bid hereby certify that under and pursuant to the by-laws and resolutions of said corporation each officer who has signed said Bid on behalf of the corpof_ationJsJully_arL4comampleti5lVLauthodred_soJo^do mdash

(Corporate Seal) V J O J lt M ( ^

If bidder is a joint venture insert signatures as appropriate for one participant of the joint venture on this page and attach and complete an additional signature sheet in the same fonn as appears on this page for each other participant as required

If Bid is signed by an ofEccr or agent give title

JTOTE The foregoing signature shall be deemed to have been provided with full knowledge that the foregoing Bid the accompanying Contract booklet as well as any certification statement assurance representation warranty schedule or other document submitted by the bidder with the Bid will become a part of the records of the Audiority and that the Authority will rely in awarding the Contract on the truth and accuracy of such Bid and each such certification statement assurance representation warranty and schedule made therein by the Construction Nfanager Knowingly submitting a false statement in connection with any of die foregoing may be the basis for prosecution for offering a false insmnnent for filing (see egNY Penal Law Section 17530 et seq)

39

3

CONTRACT WTC 324359M1 Form of Bid

WTC Sn-REETS UTIUTIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Boiiard Covers Name of Bidder S S - d i Z S M ^ ^ ^ u j i ^

Contract WTC-324359M1 Bid Due Date June 2 2011(5) 230PM Local Time

ACKNOWLEDGMENT^

ACKNOWLEDGMENT OF BIDDER IF A CORPORATION

State of ^ f r ^ ^

SS

County of ^ V C - ^ ^ - ^ ^

0 t h i s ^ ^ ^ d a v of ^^-v^-ag 20Defore me personally came and appeared )-^K^u^-^^C^i i^-v^L- ^ to me known who being by m^ duly sworn did deoose and say that he resides at _ _= that he is t h e ^ j ^ t y j r of g^ i^r^ y ^ ^ j e ^ ^ T - ^ - - ^^e corporal In and which executed the foregoing instrument that he knows the seal of said corporation the seals affixed to said instrument is such seal that it was so afftxed by order of the d irecti corporation and that he signed his name thereto by like order V^^^ r C

(Notary Seal)

(Notary Signature)

ACKNOWLEDGMENT OF BIDDER IF A PARTNERSHIP

-State-o^

County of

SS

On this day of ^ 20 before me personally came and appeared to me known and known to me to be one of the members of

the firm of ^ described in and who executed the foregoing instrument and he acknowledged to me that he executed the same as and for the act and deed of said firm

(Notary Seal)

(Notary Signature)

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Acknowledgment sheet in the same form as appears on this page for each other participant as required Also attach joint venture agreement

40

jvazquez
Typewritten Text
Ex1

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder

Bid Due Date June 2 20110 230PM Contract WTC-324359M1 Local Time

ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL

State of _ _ _ _

County of

On this day of

SS

J 20 before me personally came and appeared to me known and known to me to be the person described in

and who executed the foregoing instrument and he acknowledged to me that he executed the same

(Notary Seal)

(Notary Signature)

STATEMENT ACCOMPANYING BID^

Names and Residences of Officers If Bidder is a Corporation

Name Title Residence

C^U6 ^ C l ^ i ^ J^^QL pgtvf^Aj n C J ^ A J ^

7^r)my B 2-j^t^^ 02jL^^ 2 j y o

u P ^ ^ bull j ^ t m ^ ^ j ^ 6u^ r -^ I

Names and Residences of Partners If Bidder is a Partnership

Name General or Limited Partner Residence^

Bidders Residence If an Individua

^

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Statement Accompanying Bid sheet in the same form as appears on this page for each other participant as required

Give Street and Number of Residence Do not give business address

Give Street and Number of Residence Do not give business address

41

jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text

Bid Bond No THISUSAH

CONTfUCT WTC-324359M1

BID BOND

KNOW ALL MEN BYTHESH PRESENTS that we the undersigned SecureUSA Inc 4250 Keith Bridge Road 160 Cumming (JA 30041 - a corporation organized under the laws of the State of Georgia a3principaJ(s)and Tlie Hanover Insurance Company Northpark Town Center 4001000 Abernatliy Road Suite 175 Atlanta GA 30328

as surety are hereby held and firmly bound unto The Port Authority of New York and New Jersey (herelncalled the Authority) in the penal sura of Five Perccntof Bid doUara ($ 5 of bid) for the payment ofwhich well and truly to be made we hereby jointly and severally bind ourselves our heirs executors admmisrtrators successors and assigns Signed this 9th day of June ^20 i

The condition of the above obligation is such that whereas the above named priiicipal(s) has submitted to the Authority s ccrtam Proposal bound herewith and hereby made a part hereof to peiform the obligations of the Contractor under a contract m writing known as WTC-^24359Ml Pre-Purcbasc Bollard Covers now therefore

A If said Proposal shall not be accepted or

B If said Proposal shall be accepted and the Authority does not require the princlpal(s) to fiimish a Performance and Payment Bond or

C If said Proposal shall be accepted and the Authority requires the prijicipal(s) to flimish a Performance and Payment Bond and either the principal(s) fiMishea a Performance and Payment Bond aafiafactoiy to the Authority in accordance with the requirements of said Proposal or the Authority does not terminate the Contract as provided therein on account of the fiillure to furnish such a bond

Then tKroBUgaf ion ghdrbc void otlicrwisgthc sattic shaIlTcmahrtirfiin-forcB-and-effcc(-it being expressly understood and agreed that the liabUity of the surety for any and all claims hereunder shall m no event exceed the penal amount of this obligation aa herein stated The surety for value received hereby stipulates and agrcti that the ohligaticns of said surety and its boud shall be in no way impahed or affected by any extensions of the times vdtbln which the Authority may receive or accept such Proposal or within wliich the principal(s) may fbmish a Performance and Payment Bond or by any waiver by the Authority of any of the requirements of said Proposal and said surety docs hereby waive notice of any such extensions or waivers

CONTRACT VrrC324359Ml

Insert bidders name If a cotporallon give the slMe of incotporation using the phrase a corporation organized under ihc laws of the Jf a partncTahip give fiiJt names of partners using also the phrase co-parbiers doing business under the firm name of If an Individual using a trade oome give individual name using also the phrasQ an individual doing business under the trade name of If a joint venture give the Information required above for each paiticipact in the Joint veaiure Insert name of surety

42

CONTRAa WTC-324359M1

IN WITNES S WHEREOF the principal(3) and surety have hereunto set theu- hands and seals and such of them as are corporations have caused theh corporate seals to be hereto affixed and these presents to he signed by their proper ofScers the day and year first set forth above

SECUREUSA INC

(Seal)

(Seal)

B _ _ rney-i

If bidder is ajoint venture insert signature and infonnation required as appropriate for one participant flf the joint venture on this page and attach and complete an additional aheet in the same form as appears oa this page for each other participant as required If bond is signed by an oIBcer or agent give title if signed by a corporation affix coiporate seal If bond k signed by an officer or agent give title if signed by a corporation apoundGx corporate seal

A3

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA

POWERS OF A TTORNEY CERTIFIED COPY

KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY both being corporations organized and existing under the laws of the Slate of New Hampshire and CITIZENS INSURANCE COMPANY OF AMERICA a corporation organized and existing under the laws of the State of Michigan do hereby constitute and appoint

Dianne L Hrehor Robert G Hrehor Robert M Hrehor Kathy S Smith andor Rena C Moss

of Liburn GA and each is a true and lawful Attorney(s)-(n-fact to sign execute seal acknowledge and deliver for and on its behalf and as its act and deed any place within the United States or if the following line be filled in only within the area therein designated

any and all bonds recognizances undertakings contracts of indemnity or other writings obligatory in the nature thereof as follows Any such obligations in the United States not to exceed Fifty IVIillion and No100 ($50000000) in any single instance

and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect

bullRESOLVED That Itie President or any Vice President in conjunclion wrtli any Assistanr Vice President be and ttiey are hereby authorized and empowered to appoint Altorneys-in-fact of the Company in its name and as its acts lo execute and acknowledge for and on Its behalf as Surety any and all bonds recognisances conlracls of indemnity waivers of citation and all other writings obligatory tn the nature Itiereof with power lo attach thereto the seal of the Company Any sucti writings so executed by sucti Attorneys-in-fact shall bcopy as binding upon the Company as if they had been duly executed and acknowledgetJ by the regularly elected officers of the Company in their own proper persons (Adopted Oclober 7 1981 - The Hanover Insurance Company Adopted April 14 1982-Massachusetts Bay Insurance Company Adopted Seplember 2001 - Citizens InsuranceCompany of America)

IN WITNESS WHEREOF THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals duly attested by a Vice President and an Assistant Vice President this 6th day of January 2010

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CmZENS-UllSUHANCE COMPANY OF AMERICA

Mary Jeanne Ai^a^yicoVTcBPreiidept

Hobort K Ccnnnn AaciElanrvica Proddont

THE COiySMOt WEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss

On this 6th day of January 2010 before me came the above namea vice President and Assistant vice President of The Hanover insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America to me personally known to be the individuals and officers described herein and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America respectively and that the said corporate seals and their aignaturea as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporatrona

Woay Puhio

My commission expires on November 3 2011

I the undersigned Assistant Vice President of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America hereby certify that the above and foregoing is a full true and correct copy of the Original Power of Attorney issued by said Companies and do hereby further certify that the said Powers of Attorney are still in force and effect

This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America

RESOLVED That any and all Powers of Attorney and Certified Copies of such Powers of Altomey and cenificalion in respect Ihefoto granted and executed by the President or any Vice President in conjunction with any Assistant Vice PresidenI of Ihe Company shall be binding on the Company to the same exlent as if all signatures therein were manually affixed even though one or more of any such signatures thereon may be facsimile (Adopted October 7 1981 - The Hanover Insurance Company Adoplad April 14 1982 Massachusetts Bay Insurance Company Adopted September 7 2001 -Citizens insurance Company of America)

GIVEN under my hand and the seals of said Companies at Worcester Massachusetts this 9 t t i day of J u n e 20 11

THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COtPATJY CITt^WS INSUeW^NCE COMPANY OF WjtERlCA

CONTRACT WTC-324359M1

^

44

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 3: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

^

COMTRAa WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUaURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder 0gt 0 ^ lt - ^ lt ^ V - S r y S ^ gt

Contract WTC-324359M1 Bid Due Date June 2 20110 230PM Local Time

TO Tishman Construction Corporation of New York

The undersigned^

BIDDERS NAME

TYPE OF ENTITY (see Note 3 below)

(hereinafter called Vendor) hereby offers to perform all the obligations and to assume all the duties and liabilities of the Construction Manager provided for in the annexed Contract on the terms and conditions contained therein in all Riders referenced therein and all terms and conditions contained in these Instructions to Bidder Sections 1 through 19 at the price set forth In the attached Form of Bid

This offer shall be irrevocable for one hundred eighty (180) days after the date on which the Construction Manager opens this Bid

To induce the acceptance of this Bid the undersigned hereby makes each and every certification statement assurance representation and warranty made by the Construction Manager in said Contract Moreover as a condition to receipt and consideration by the Construction Manager of the Bid whether or not it is accepted the undersigned agrees that all information of any nature whatsoever regardless of the form of the communication received from the undersigned (including its officers agents or employees)

bythe Lonstruction Manager and the Port Authority of New York and New Jersey its Directors officers agents or employees and notwithstanding any statement therein to the contrary has not been given in confidence and may be used or disclosed by or on behalf of the Construction Manager or The Port Authority of New York and New Jersey without liability of any kind except as may arise under letters patent of the undersigned if any

Unless expressly stated otherwise the Instructions for Bidders and Form of Bid all papers required by it and submitted In connection herewith at any time said Form of Contract and alt papers made part of the Contract by the terms of the Form of Contract are made part of this Bid

3 Insert Bidders name at the top of the page After thes name insert one of the following phrases

If a corporation give state of incorporation using the phrase a corporation organized underthe laws of the State of

If a partnership give full names of partners using afso the phrase co-partners doing business under the firm name of

If an indMdual using a trade name give individual name using also the phrase an indifldual doing business under the trade name of

If a Joint venture give the information required above for each participant in the joint venture

33

CONTRAa WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE H - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidden Zgt t - C M ^ ^ e l i ^ i r J ^ bull

Contract WTC-324359M1 Bid Due Date June 2 2QllfS) 230PM Local Time

raquo

34

CONTBAa WTC 324359M1 Form of Sid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE raquo - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder S B C t a ^ - i M ^ ^ r ^ ^ ^ ^ ^

Contract WTC-3243S9Ma Bid Due Date June 2 20110 230PM Local Time In accordance with the Contract Documents listed below and pursuant to the Instructions for Bidders dated MMMPDYYYY we submit our Bid herewith

Form of Contract dated June 2011 Rider A - Scope of Work dated June 22011 Rider B - List of Contract Drawings and Specifications dated May 122011 Rider C -Not Used Rider D - Insurance Riders dated April 292011 Rider E-Not Used Rider F - Non-Disclosure and Confidentiality Agreement (Information Security Handbook) dated

Feb 92009 (Incl Exhibits A B and C) Rider G-Not Used Rider H-Not Used Rider 1 - Sales amp Use Tax Requirements dated Oct 08 2008 Rider J - Intentionally Deleted Rider K - Project Corruption Prevention Program dated Jan 302009 Rider L - Payment Procedures dated Feb 172010 Rider M - WTC Safety Health and Environmental Program dated may 032010 Rider N - PANYNJ - WTC Site Rules Rider 0 - Available Documents Rider P - New York City Transit Safety Program dated Sep 23 2009 Rider Q - Intentionally Deleted Ridef^R^^mdashGQnstruction-Managers-eiuality-Program-Reqairements7ciated-Febl77-2Q10~~^ Rider S^-WTCSiteSecurity Requirements datedJan 312011 Rider T-Milestone Dates and Liquidated Damages Jan 312011 Rider U - Additional Provisions dated Jan 012011 Includes the Following Documents

bull Procedure For the Approval of Cranes amp Derricks dated Mar 08^ 2010 bull WMBE Notice and Forms dated Dec 17 2008 bull PANYNJ Subcontractor Approval request Forms 2327b03-092327c03-O9 bull PANYNJ Cutting and Welding Permit 213303-06 bull Prevailing Wage Rates dated Jan 01 2011

Rider V - Path Tunnel E amp World Trade Center Discharge Letter of Approval-File Case C-3192 Sep 232010

Rider W - Analysis of Bid dated June 22011

gt

35

^

CONTRAa WTC 3243S9Ml Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES ^

Trade Pre-Purchase Bollard Covers Name of Bidder ^ t ^C^LuLS^ ^^ jT j ^ O

Contract WTC-324359M1 Bid Due Date June 2 20110 230PM local Time A Lump Sum Bid

Bidder agrees to perform the following Pre-Purchase Bollard Covers work in strict accordance with the Contract Documents for the amount written below The amount must be given both in figures and in writing In case of discrepancy the writing shall control

Total Lump Sum in Figures $ P - j f 3 ^ j 555gt 0 0

Total Lump Sum in Wordslt^^Zg ^gtlt^gt^^^^raquo-igt OTI A ^ ^ Z ^ ^ L ^ ^ - ^ ^ ^ ^ ^ ^ ^

^ A ^ i ^ 0 y ^ ^ ^ J ^ ^ A ^ ^ i y ^ y ^ ^ ^ A ^ J ^ - ^ A A ^ ^ ^ ^ ^ y ^ ^ ^S^y^ HO Ag

This amount shall also be filled In by the Bidder In Clause 21 of the Contract entitled General Agreement and such amount shall be defined as the Lump Sum for purposes of this Contract

This Lump Sum Bldshall include all work required for the performance of the contract for Pre-Purchase ( Bollard Covers In accordance with the Contract Documents

B Proposed Value Engineering

Bidder shall fully describe suggested changes to expedite Project andor reduce costs (Reduction in cost shall be indicated and not included in Base Bid) (Attach additional sheets as required)

Please include any voluntary alternates on a separate sheet with this Bid

C Schedule

1 Time required from contract award to start of Fabrication ^ wks

2 T]me required from start of Fabrication to delivery to first scheduled area ^ ^ 1 0 wks

3 Time required to deliver to balance of scheduled areas (attach separate schedule in weeks)

D Lump Sum Bid Breakout Pricing

36

^

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp REUTED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder S B gt ^ J t 6 ^ i ^ ^ ^

Bid Due Date ^une 2 2011fSgt 230PM Contract WTC-324359M1 Local Time

These quantities and vaiues are required by the CM and Port Authority and are for analysis purposes only Bidders are responsible to include quantities they deem appropriate Actual quantities required under this Contract may vary The CM and Port Authority will not be responsible in the event actual quantities differ from the amounts provided below

BC-01 BC-02 BCgt03 BC-04 BCgt04 BC-05

BC-06

BC-07 BC-08 BC-09

BC-10

BC-11

BC-12

BC-13 BC-14

BC-15

BC-16 BC-17

BC-18

BC-19

BC-20

BC-21

BC-22

BC-23

BC-24

L ^ M-A

1L3 A ^

^

J S J L Z-l-l AQ=

ILO

yd3 3 i^lrplusmn

K ^ ^ ^ bull ^ ^

^M i ^ 0 ^ gt 0 ^

^

z^amp^f^

dMXzplusmnmdash M^^MJJL

bull7 J [ J^^^^^o

M l 2^-^57 go

^

AmJLA - U ^ 4 ( ^

-2X1 J L V

^

il A ^

^

IL JJLL

AL_ OL

11 2a

Z^MJJL M iLDZ^ M0V22-

^ V03 i) fl V ff^^-JA

PL

y^yr^ A^tjroQ ^QIZOO

y^^oro^ ^9o^6^ )lt30 O

MI^^lEL

Z-2^C0 0 ^

i z lds - oo ^ ^ M M Q -

irso^p^ ^ligt frzCo g

7 ^ 5 ^ 0 0

12 i^Ty^lQQO ^ j ^T- T i 0

^

577soQ ^ l J i n lt amp 9 ^73-^lt3

-^f^c^g 6 ^^-r ^0 1^^9000

- 7 --2-0-90 0

27 i^aoa

37

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp REUTED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder ^ J S ^ ^ ^ - ^ O l i ^ i ^ ^ ) ^ A ^ ^

Contract WTC-324359M1 Local Time

BC-25

BC-26

Generic BoHard-Extra Materials Spec 05705C paragraph 17

^

Bid Due Date June 2 2011fggt 230PM

3y

X^

3^ i L

J^iZl2= z J ^ i -

2dS^dn ^ 7 ^l QOb

^ y-

xs^^-

Note that Bids will be evaluated based on Lump Sum provided In section A above

38

^

ISP

gt

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder SS^-^^^~^ ^ C ^ j ^ ^ ^

Contract WTC-324359M1 Bid Due Date June 2 2011fSgt 23QPM Local Time

SIGNATURE AND CERTIFICATE OF AUTHORITY^

Dated J l - ^ ^ ^ 2010

(Print legal name of entity submitting Bid) ^M^tD^t^LS^-^^^cS ^ Z ^ C - ^

(Signature of authorized agent partner or corporate officer)

(Print name of authorized agent partner or corporate officer)

(Acknowledgment of signature to be taken on proper form on following page(s))

CERTIFICATE OF AUTHORirV IF BIDDER IS A CORPORATION

I the undersigned as Secretary of the corporation submitting the foregoing Bid hereby certify that under and pursuant to the by-laws and resolutions of said corporation each officer who has signed said Bid on behalf of the corpof_ationJsJully_arL4comampleti5lVLauthodred_soJo^do mdash

(Corporate Seal) V J O J lt M ( ^

If bidder is a joint venture insert signatures as appropriate for one participant of the joint venture on this page and attach and complete an additional signature sheet in the same fonn as appears on this page for each other participant as required

If Bid is signed by an ofEccr or agent give title

JTOTE The foregoing signature shall be deemed to have been provided with full knowledge that the foregoing Bid the accompanying Contract booklet as well as any certification statement assurance representation warranty schedule or other document submitted by the bidder with the Bid will become a part of the records of the Audiority and that the Authority will rely in awarding the Contract on the truth and accuracy of such Bid and each such certification statement assurance representation warranty and schedule made therein by the Construction Nfanager Knowingly submitting a false statement in connection with any of die foregoing may be the basis for prosecution for offering a false insmnnent for filing (see egNY Penal Law Section 17530 et seq)

39

3

CONTRACT WTC 324359M1 Form of Bid

WTC Sn-REETS UTIUTIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Boiiard Covers Name of Bidder S S - d i Z S M ^ ^ ^ u j i ^

Contract WTC-324359M1 Bid Due Date June 2 2011(5) 230PM Local Time

ACKNOWLEDGMENT^

ACKNOWLEDGMENT OF BIDDER IF A CORPORATION

State of ^ f r ^ ^

SS

County of ^ V C - ^ ^ - ^ ^

0 t h i s ^ ^ ^ d a v of ^^-v^-ag 20Defore me personally came and appeared )-^K^u^-^^C^i i^-v^L- ^ to me known who being by m^ duly sworn did deoose and say that he resides at _ _= that he is t h e ^ j ^ t y j r of g^ i^r^ y ^ ^ j e ^ ^ T - ^ - - ^^e corporal In and which executed the foregoing instrument that he knows the seal of said corporation the seals affixed to said instrument is such seal that it was so afftxed by order of the d irecti corporation and that he signed his name thereto by like order V^^^ r C

(Notary Seal)

(Notary Signature)

ACKNOWLEDGMENT OF BIDDER IF A PARTNERSHIP

-State-o^

County of

SS

On this day of ^ 20 before me personally came and appeared to me known and known to me to be one of the members of

the firm of ^ described in and who executed the foregoing instrument and he acknowledged to me that he executed the same as and for the act and deed of said firm

(Notary Seal)

(Notary Signature)

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Acknowledgment sheet in the same form as appears on this page for each other participant as required Also attach joint venture agreement

40

jvazquez
Typewritten Text
Ex1

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder

Bid Due Date June 2 20110 230PM Contract WTC-324359M1 Local Time

ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL

State of _ _ _ _

County of

On this day of

SS

J 20 before me personally came and appeared to me known and known to me to be the person described in

and who executed the foregoing instrument and he acknowledged to me that he executed the same

(Notary Seal)

(Notary Signature)

STATEMENT ACCOMPANYING BID^

Names and Residences of Officers If Bidder is a Corporation

Name Title Residence

C^U6 ^ C l ^ i ^ J^^QL pgtvf^Aj n C J ^ A J ^

7^r)my B 2-j^t^^ 02jL^^ 2 j y o

u P ^ ^ bull j ^ t m ^ ^ j ^ 6u^ r -^ I

Names and Residences of Partners If Bidder is a Partnership

Name General or Limited Partner Residence^

Bidders Residence If an Individua

^

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Statement Accompanying Bid sheet in the same form as appears on this page for each other participant as required

Give Street and Number of Residence Do not give business address

Give Street and Number of Residence Do not give business address

41

jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text

Bid Bond No THISUSAH

CONTfUCT WTC-324359M1

BID BOND

KNOW ALL MEN BYTHESH PRESENTS that we the undersigned SecureUSA Inc 4250 Keith Bridge Road 160 Cumming (JA 30041 - a corporation organized under the laws of the State of Georgia a3principaJ(s)and Tlie Hanover Insurance Company Northpark Town Center 4001000 Abernatliy Road Suite 175 Atlanta GA 30328

as surety are hereby held and firmly bound unto The Port Authority of New York and New Jersey (herelncalled the Authority) in the penal sura of Five Perccntof Bid doUara ($ 5 of bid) for the payment ofwhich well and truly to be made we hereby jointly and severally bind ourselves our heirs executors admmisrtrators successors and assigns Signed this 9th day of June ^20 i

The condition of the above obligation is such that whereas the above named priiicipal(s) has submitted to the Authority s ccrtam Proposal bound herewith and hereby made a part hereof to peiform the obligations of the Contractor under a contract m writing known as WTC-^24359Ml Pre-Purcbasc Bollard Covers now therefore

A If said Proposal shall not be accepted or

B If said Proposal shall be accepted and the Authority does not require the princlpal(s) to fiimish a Performance and Payment Bond or

C If said Proposal shall be accepted and the Authority requires the prijicipal(s) to flimish a Performance and Payment Bond and either the principal(s) fiMishea a Performance and Payment Bond aafiafactoiy to the Authority in accordance with the requirements of said Proposal or the Authority does not terminate the Contract as provided therein on account of the fiillure to furnish such a bond

Then tKroBUgaf ion ghdrbc void otlicrwisgthc sattic shaIlTcmahrtirfiin-forcB-and-effcc(-it being expressly understood and agreed that the liabUity of the surety for any and all claims hereunder shall m no event exceed the penal amount of this obligation aa herein stated The surety for value received hereby stipulates and agrcti that the ohligaticns of said surety and its boud shall be in no way impahed or affected by any extensions of the times vdtbln which the Authority may receive or accept such Proposal or within wliich the principal(s) may fbmish a Performance and Payment Bond or by any waiver by the Authority of any of the requirements of said Proposal and said surety docs hereby waive notice of any such extensions or waivers

CONTRACT VrrC324359Ml

Insert bidders name If a cotporallon give the slMe of incotporation using the phrase a corporation organized under ihc laws of the Jf a partncTahip give fiiJt names of partners using also the phrase co-parbiers doing business under the firm name of If an Individual using a trade oome give individual name using also the phrasQ an individual doing business under the trade name of If a joint venture give the Information required above for each paiticipact in the Joint veaiure Insert name of surety

42

CONTRAa WTC-324359M1

IN WITNES S WHEREOF the principal(3) and surety have hereunto set theu- hands and seals and such of them as are corporations have caused theh corporate seals to be hereto affixed and these presents to he signed by their proper ofScers the day and year first set forth above

SECUREUSA INC

(Seal)

(Seal)

B _ _ rney-i

If bidder is ajoint venture insert signature and infonnation required as appropriate for one participant flf the joint venture on this page and attach and complete an additional aheet in the same form as appears oa this page for each other participant as required If bond is signed by an oIBcer or agent give title if signed by a corporation affix coiporate seal If bond k signed by an officer or agent give title if signed by a corporation apoundGx corporate seal

A3

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA

POWERS OF A TTORNEY CERTIFIED COPY

KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY both being corporations organized and existing under the laws of the Slate of New Hampshire and CITIZENS INSURANCE COMPANY OF AMERICA a corporation organized and existing under the laws of the State of Michigan do hereby constitute and appoint

Dianne L Hrehor Robert G Hrehor Robert M Hrehor Kathy S Smith andor Rena C Moss

of Liburn GA and each is a true and lawful Attorney(s)-(n-fact to sign execute seal acknowledge and deliver for and on its behalf and as its act and deed any place within the United States or if the following line be filled in only within the area therein designated

any and all bonds recognizances undertakings contracts of indemnity or other writings obligatory in the nature thereof as follows Any such obligations in the United States not to exceed Fifty IVIillion and No100 ($50000000) in any single instance

and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect

bullRESOLVED That Itie President or any Vice President in conjunclion wrtli any Assistanr Vice President be and ttiey are hereby authorized and empowered to appoint Altorneys-in-fact of the Company in its name and as its acts lo execute and acknowledge for and on Its behalf as Surety any and all bonds recognisances conlracls of indemnity waivers of citation and all other writings obligatory tn the nature Itiereof with power lo attach thereto the seal of the Company Any sucti writings so executed by sucti Attorneys-in-fact shall bcopy as binding upon the Company as if they had been duly executed and acknowledgetJ by the regularly elected officers of the Company in their own proper persons (Adopted Oclober 7 1981 - The Hanover Insurance Company Adopted April 14 1982-Massachusetts Bay Insurance Company Adopted Seplember 2001 - Citizens InsuranceCompany of America)

IN WITNESS WHEREOF THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals duly attested by a Vice President and an Assistant Vice President this 6th day of January 2010

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CmZENS-UllSUHANCE COMPANY OF AMERICA

Mary Jeanne Ai^a^yicoVTcBPreiidept

Hobort K Ccnnnn AaciElanrvica Proddont

THE COiySMOt WEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss

On this 6th day of January 2010 before me came the above namea vice President and Assistant vice President of The Hanover insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America to me personally known to be the individuals and officers described herein and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America respectively and that the said corporate seals and their aignaturea as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporatrona

Woay Puhio

My commission expires on November 3 2011

I the undersigned Assistant Vice President of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America hereby certify that the above and foregoing is a full true and correct copy of the Original Power of Attorney issued by said Companies and do hereby further certify that the said Powers of Attorney are still in force and effect

This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America

RESOLVED That any and all Powers of Attorney and Certified Copies of such Powers of Altomey and cenificalion in respect Ihefoto granted and executed by the President or any Vice President in conjunction with any Assistant Vice PresidenI of Ihe Company shall be binding on the Company to the same exlent as if all signatures therein were manually affixed even though one or more of any such signatures thereon may be facsimile (Adopted October 7 1981 - The Hanover Insurance Company Adoplad April 14 1982 Massachusetts Bay Insurance Company Adopted September 7 2001 -Citizens insurance Company of America)

GIVEN under my hand and the seals of said Companies at Worcester Massachusetts this 9 t t i day of J u n e 20 11

THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COtPATJY CITt^WS INSUeW^NCE COMPANY OF WjtERlCA

CONTRACT WTC-324359M1

^

44

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 4: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

CONTRAa WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE H - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidden Zgt t - C M ^ ^ e l i ^ i r J ^ bull

Contract WTC-324359M1 Bid Due Date June 2 2QllfS) 230PM Local Time

raquo

34

CONTBAa WTC 324359M1 Form of Sid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE raquo - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder S B C t a ^ - i M ^ ^ r ^ ^ ^ ^ ^

Contract WTC-3243S9Ma Bid Due Date June 2 20110 230PM Local Time In accordance with the Contract Documents listed below and pursuant to the Instructions for Bidders dated MMMPDYYYY we submit our Bid herewith

Form of Contract dated June 2011 Rider A - Scope of Work dated June 22011 Rider B - List of Contract Drawings and Specifications dated May 122011 Rider C -Not Used Rider D - Insurance Riders dated April 292011 Rider E-Not Used Rider F - Non-Disclosure and Confidentiality Agreement (Information Security Handbook) dated

Feb 92009 (Incl Exhibits A B and C) Rider G-Not Used Rider H-Not Used Rider 1 - Sales amp Use Tax Requirements dated Oct 08 2008 Rider J - Intentionally Deleted Rider K - Project Corruption Prevention Program dated Jan 302009 Rider L - Payment Procedures dated Feb 172010 Rider M - WTC Safety Health and Environmental Program dated may 032010 Rider N - PANYNJ - WTC Site Rules Rider 0 - Available Documents Rider P - New York City Transit Safety Program dated Sep 23 2009 Rider Q - Intentionally Deleted Ridef^R^^mdashGQnstruction-Managers-eiuality-Program-Reqairements7ciated-Febl77-2Q10~~^ Rider S^-WTCSiteSecurity Requirements datedJan 312011 Rider T-Milestone Dates and Liquidated Damages Jan 312011 Rider U - Additional Provisions dated Jan 012011 Includes the Following Documents

bull Procedure For the Approval of Cranes amp Derricks dated Mar 08^ 2010 bull WMBE Notice and Forms dated Dec 17 2008 bull PANYNJ Subcontractor Approval request Forms 2327b03-092327c03-O9 bull PANYNJ Cutting and Welding Permit 213303-06 bull Prevailing Wage Rates dated Jan 01 2011

Rider V - Path Tunnel E amp World Trade Center Discharge Letter of Approval-File Case C-3192 Sep 232010

Rider W - Analysis of Bid dated June 22011

gt

35

^

CONTRAa WTC 3243S9Ml Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES ^

Trade Pre-Purchase Bollard Covers Name of Bidder ^ t ^C^LuLS^ ^^ jT j ^ O

Contract WTC-324359M1 Bid Due Date June 2 20110 230PM local Time A Lump Sum Bid

Bidder agrees to perform the following Pre-Purchase Bollard Covers work in strict accordance with the Contract Documents for the amount written below The amount must be given both in figures and in writing In case of discrepancy the writing shall control

Total Lump Sum in Figures $ P - j f 3 ^ j 555gt 0 0

Total Lump Sum in Wordslt^^Zg ^gtlt^gt^^^^raquo-igt OTI A ^ ^ Z ^ ^ L ^ ^ - ^ ^ ^ ^ ^ ^ ^

^ A ^ i ^ 0 y ^ ^ ^ J ^ ^ A ^ ^ i y ^ y ^ ^ ^ A ^ J ^ - ^ A A ^ ^ ^ ^ ^ y ^ ^ ^S^y^ HO Ag

This amount shall also be filled In by the Bidder In Clause 21 of the Contract entitled General Agreement and such amount shall be defined as the Lump Sum for purposes of this Contract

This Lump Sum Bldshall include all work required for the performance of the contract for Pre-Purchase ( Bollard Covers In accordance with the Contract Documents

B Proposed Value Engineering

Bidder shall fully describe suggested changes to expedite Project andor reduce costs (Reduction in cost shall be indicated and not included in Base Bid) (Attach additional sheets as required)

Please include any voluntary alternates on a separate sheet with this Bid

C Schedule

1 Time required from contract award to start of Fabrication ^ wks

2 T]me required from start of Fabrication to delivery to first scheduled area ^ ^ 1 0 wks

3 Time required to deliver to balance of scheduled areas (attach separate schedule in weeks)

D Lump Sum Bid Breakout Pricing

36

^

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp REUTED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder S B gt ^ J t 6 ^ i ^ ^ ^

Bid Due Date ^une 2 2011fSgt 230PM Contract WTC-324359M1 Local Time

These quantities and vaiues are required by the CM and Port Authority and are for analysis purposes only Bidders are responsible to include quantities they deem appropriate Actual quantities required under this Contract may vary The CM and Port Authority will not be responsible in the event actual quantities differ from the amounts provided below

BC-01 BC-02 BCgt03 BC-04 BCgt04 BC-05

BC-06

BC-07 BC-08 BC-09

BC-10

BC-11

BC-12

BC-13 BC-14

BC-15

BC-16 BC-17

BC-18

BC-19

BC-20

BC-21

BC-22

BC-23

BC-24

L ^ M-A

1L3 A ^

^

J S J L Z-l-l AQ=

ILO

yd3 3 i^lrplusmn

K ^ ^ ^ bull ^ ^

^M i ^ 0 ^ gt 0 ^

^

z^amp^f^

dMXzplusmnmdash M^^MJJL

bull7 J [ J^^^^^o

M l 2^-^57 go

^

AmJLA - U ^ 4 ( ^

-2X1 J L V

^

il A ^

^

IL JJLL

AL_ OL

11 2a

Z^MJJL M iLDZ^ M0V22-

^ V03 i) fl V ff^^-JA

PL

y^yr^ A^tjroQ ^QIZOO

y^^oro^ ^9o^6^ )lt30 O

MI^^lEL

Z-2^C0 0 ^

i z lds - oo ^ ^ M M Q -

irso^p^ ^ligt frzCo g

7 ^ 5 ^ 0 0

12 i^Ty^lQQO ^ j ^T- T i 0

^

577soQ ^ l J i n lt amp 9 ^73-^lt3

-^f^c^g 6 ^^-r ^0 1^^9000

- 7 --2-0-90 0

27 i^aoa

37

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp REUTED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder ^ J S ^ ^ ^ - ^ O l i ^ i ^ ^ ) ^ A ^ ^

Contract WTC-324359M1 Local Time

BC-25

BC-26

Generic BoHard-Extra Materials Spec 05705C paragraph 17

^

Bid Due Date June 2 2011fggt 230PM

3y

X^

3^ i L

J^iZl2= z J ^ i -

2dS^dn ^ 7 ^l QOb

^ y-

xs^^-

Note that Bids will be evaluated based on Lump Sum provided In section A above

38

^

ISP

gt

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder SS^-^^^~^ ^ C ^ j ^ ^ ^

Contract WTC-324359M1 Bid Due Date June 2 2011fSgt 23QPM Local Time

SIGNATURE AND CERTIFICATE OF AUTHORITY^

Dated J l - ^ ^ ^ 2010

(Print legal name of entity submitting Bid) ^M^tD^t^LS^-^^^cS ^ Z ^ C - ^

(Signature of authorized agent partner or corporate officer)

(Print name of authorized agent partner or corporate officer)

(Acknowledgment of signature to be taken on proper form on following page(s))

CERTIFICATE OF AUTHORirV IF BIDDER IS A CORPORATION

I the undersigned as Secretary of the corporation submitting the foregoing Bid hereby certify that under and pursuant to the by-laws and resolutions of said corporation each officer who has signed said Bid on behalf of the corpof_ationJsJully_arL4comampleti5lVLauthodred_soJo^do mdash

(Corporate Seal) V J O J lt M ( ^

If bidder is a joint venture insert signatures as appropriate for one participant of the joint venture on this page and attach and complete an additional signature sheet in the same fonn as appears on this page for each other participant as required

If Bid is signed by an ofEccr or agent give title

JTOTE The foregoing signature shall be deemed to have been provided with full knowledge that the foregoing Bid the accompanying Contract booklet as well as any certification statement assurance representation warranty schedule or other document submitted by the bidder with the Bid will become a part of the records of the Audiority and that the Authority will rely in awarding the Contract on the truth and accuracy of such Bid and each such certification statement assurance representation warranty and schedule made therein by the Construction Nfanager Knowingly submitting a false statement in connection with any of die foregoing may be the basis for prosecution for offering a false insmnnent for filing (see egNY Penal Law Section 17530 et seq)

39

3

CONTRACT WTC 324359M1 Form of Bid

WTC Sn-REETS UTIUTIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Boiiard Covers Name of Bidder S S - d i Z S M ^ ^ ^ u j i ^

Contract WTC-324359M1 Bid Due Date June 2 2011(5) 230PM Local Time

ACKNOWLEDGMENT^

ACKNOWLEDGMENT OF BIDDER IF A CORPORATION

State of ^ f r ^ ^

SS

County of ^ V C - ^ ^ - ^ ^

0 t h i s ^ ^ ^ d a v of ^^-v^-ag 20Defore me personally came and appeared )-^K^u^-^^C^i i^-v^L- ^ to me known who being by m^ duly sworn did deoose and say that he resides at _ _= that he is t h e ^ j ^ t y j r of g^ i^r^ y ^ ^ j e ^ ^ T - ^ - - ^^e corporal In and which executed the foregoing instrument that he knows the seal of said corporation the seals affixed to said instrument is such seal that it was so afftxed by order of the d irecti corporation and that he signed his name thereto by like order V^^^ r C

(Notary Seal)

(Notary Signature)

ACKNOWLEDGMENT OF BIDDER IF A PARTNERSHIP

-State-o^

County of

SS

On this day of ^ 20 before me personally came and appeared to me known and known to me to be one of the members of

the firm of ^ described in and who executed the foregoing instrument and he acknowledged to me that he executed the same as and for the act and deed of said firm

(Notary Seal)

(Notary Signature)

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Acknowledgment sheet in the same form as appears on this page for each other participant as required Also attach joint venture agreement

40

jvazquez
Typewritten Text
Ex1

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder

Bid Due Date June 2 20110 230PM Contract WTC-324359M1 Local Time

ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL

State of _ _ _ _

County of

On this day of

SS

J 20 before me personally came and appeared to me known and known to me to be the person described in

and who executed the foregoing instrument and he acknowledged to me that he executed the same

(Notary Seal)

(Notary Signature)

STATEMENT ACCOMPANYING BID^

Names and Residences of Officers If Bidder is a Corporation

Name Title Residence

C^U6 ^ C l ^ i ^ J^^QL pgtvf^Aj n C J ^ A J ^

7^r)my B 2-j^t^^ 02jL^^ 2 j y o

u P ^ ^ bull j ^ t m ^ ^ j ^ 6u^ r -^ I

Names and Residences of Partners If Bidder is a Partnership

Name General or Limited Partner Residence^

Bidders Residence If an Individua

^

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Statement Accompanying Bid sheet in the same form as appears on this page for each other participant as required

Give Street and Number of Residence Do not give business address

Give Street and Number of Residence Do not give business address

41

jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text

Bid Bond No THISUSAH

CONTfUCT WTC-324359M1

BID BOND

KNOW ALL MEN BYTHESH PRESENTS that we the undersigned SecureUSA Inc 4250 Keith Bridge Road 160 Cumming (JA 30041 - a corporation organized under the laws of the State of Georgia a3principaJ(s)and Tlie Hanover Insurance Company Northpark Town Center 4001000 Abernatliy Road Suite 175 Atlanta GA 30328

as surety are hereby held and firmly bound unto The Port Authority of New York and New Jersey (herelncalled the Authority) in the penal sura of Five Perccntof Bid doUara ($ 5 of bid) for the payment ofwhich well and truly to be made we hereby jointly and severally bind ourselves our heirs executors admmisrtrators successors and assigns Signed this 9th day of June ^20 i

The condition of the above obligation is such that whereas the above named priiicipal(s) has submitted to the Authority s ccrtam Proposal bound herewith and hereby made a part hereof to peiform the obligations of the Contractor under a contract m writing known as WTC-^24359Ml Pre-Purcbasc Bollard Covers now therefore

A If said Proposal shall not be accepted or

B If said Proposal shall be accepted and the Authority does not require the princlpal(s) to fiimish a Performance and Payment Bond or

C If said Proposal shall be accepted and the Authority requires the prijicipal(s) to flimish a Performance and Payment Bond and either the principal(s) fiMishea a Performance and Payment Bond aafiafactoiy to the Authority in accordance with the requirements of said Proposal or the Authority does not terminate the Contract as provided therein on account of the fiillure to furnish such a bond

Then tKroBUgaf ion ghdrbc void otlicrwisgthc sattic shaIlTcmahrtirfiin-forcB-and-effcc(-it being expressly understood and agreed that the liabUity of the surety for any and all claims hereunder shall m no event exceed the penal amount of this obligation aa herein stated The surety for value received hereby stipulates and agrcti that the ohligaticns of said surety and its boud shall be in no way impahed or affected by any extensions of the times vdtbln which the Authority may receive or accept such Proposal or within wliich the principal(s) may fbmish a Performance and Payment Bond or by any waiver by the Authority of any of the requirements of said Proposal and said surety docs hereby waive notice of any such extensions or waivers

CONTRACT VrrC324359Ml

Insert bidders name If a cotporallon give the slMe of incotporation using the phrase a corporation organized under ihc laws of the Jf a partncTahip give fiiJt names of partners using also the phrase co-parbiers doing business under the firm name of If an Individual using a trade oome give individual name using also the phrasQ an individual doing business under the trade name of If a joint venture give the Information required above for each paiticipact in the Joint veaiure Insert name of surety

42

CONTRAa WTC-324359M1

IN WITNES S WHEREOF the principal(3) and surety have hereunto set theu- hands and seals and such of them as are corporations have caused theh corporate seals to be hereto affixed and these presents to he signed by their proper ofScers the day and year first set forth above

SECUREUSA INC

(Seal)

(Seal)

B _ _ rney-i

If bidder is ajoint venture insert signature and infonnation required as appropriate for one participant flf the joint venture on this page and attach and complete an additional aheet in the same form as appears oa this page for each other participant as required If bond is signed by an oIBcer or agent give title if signed by a corporation affix coiporate seal If bond k signed by an officer or agent give title if signed by a corporation apoundGx corporate seal

A3

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA

POWERS OF A TTORNEY CERTIFIED COPY

KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY both being corporations organized and existing under the laws of the Slate of New Hampshire and CITIZENS INSURANCE COMPANY OF AMERICA a corporation organized and existing under the laws of the State of Michigan do hereby constitute and appoint

Dianne L Hrehor Robert G Hrehor Robert M Hrehor Kathy S Smith andor Rena C Moss

of Liburn GA and each is a true and lawful Attorney(s)-(n-fact to sign execute seal acknowledge and deliver for and on its behalf and as its act and deed any place within the United States or if the following line be filled in only within the area therein designated

any and all bonds recognizances undertakings contracts of indemnity or other writings obligatory in the nature thereof as follows Any such obligations in the United States not to exceed Fifty IVIillion and No100 ($50000000) in any single instance

and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect

bullRESOLVED That Itie President or any Vice President in conjunclion wrtli any Assistanr Vice President be and ttiey are hereby authorized and empowered to appoint Altorneys-in-fact of the Company in its name and as its acts lo execute and acknowledge for and on Its behalf as Surety any and all bonds recognisances conlracls of indemnity waivers of citation and all other writings obligatory tn the nature Itiereof with power lo attach thereto the seal of the Company Any sucti writings so executed by sucti Attorneys-in-fact shall bcopy as binding upon the Company as if they had been duly executed and acknowledgetJ by the regularly elected officers of the Company in their own proper persons (Adopted Oclober 7 1981 - The Hanover Insurance Company Adopted April 14 1982-Massachusetts Bay Insurance Company Adopted Seplember 2001 - Citizens InsuranceCompany of America)

IN WITNESS WHEREOF THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals duly attested by a Vice President and an Assistant Vice President this 6th day of January 2010

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CmZENS-UllSUHANCE COMPANY OF AMERICA

Mary Jeanne Ai^a^yicoVTcBPreiidept

Hobort K Ccnnnn AaciElanrvica Proddont

THE COiySMOt WEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss

On this 6th day of January 2010 before me came the above namea vice President and Assistant vice President of The Hanover insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America to me personally known to be the individuals and officers described herein and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America respectively and that the said corporate seals and their aignaturea as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporatrona

Woay Puhio

My commission expires on November 3 2011

I the undersigned Assistant Vice President of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America hereby certify that the above and foregoing is a full true and correct copy of the Original Power of Attorney issued by said Companies and do hereby further certify that the said Powers of Attorney are still in force and effect

This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America

RESOLVED That any and all Powers of Attorney and Certified Copies of such Powers of Altomey and cenificalion in respect Ihefoto granted and executed by the President or any Vice President in conjunction with any Assistant Vice PresidenI of Ihe Company shall be binding on the Company to the same exlent as if all signatures therein were manually affixed even though one or more of any such signatures thereon may be facsimile (Adopted October 7 1981 - The Hanover Insurance Company Adoplad April 14 1982 Massachusetts Bay Insurance Company Adopted September 7 2001 -Citizens insurance Company of America)

GIVEN under my hand and the seals of said Companies at Worcester Massachusetts this 9 t t i day of J u n e 20 11

THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COtPATJY CITt^WS INSUeW^NCE COMPANY OF WjtERlCA

CONTRACT WTC-324359M1

^

44

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 5: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

CONTBAa WTC 324359M1 Form of Sid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE raquo - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder S B C t a ^ - i M ^ ^ r ^ ^ ^ ^ ^

Contract WTC-3243S9Ma Bid Due Date June 2 20110 230PM Local Time In accordance with the Contract Documents listed below and pursuant to the Instructions for Bidders dated MMMPDYYYY we submit our Bid herewith

Form of Contract dated June 2011 Rider A - Scope of Work dated June 22011 Rider B - List of Contract Drawings and Specifications dated May 122011 Rider C -Not Used Rider D - Insurance Riders dated April 292011 Rider E-Not Used Rider F - Non-Disclosure and Confidentiality Agreement (Information Security Handbook) dated

Feb 92009 (Incl Exhibits A B and C) Rider G-Not Used Rider H-Not Used Rider 1 - Sales amp Use Tax Requirements dated Oct 08 2008 Rider J - Intentionally Deleted Rider K - Project Corruption Prevention Program dated Jan 302009 Rider L - Payment Procedures dated Feb 172010 Rider M - WTC Safety Health and Environmental Program dated may 032010 Rider N - PANYNJ - WTC Site Rules Rider 0 - Available Documents Rider P - New York City Transit Safety Program dated Sep 23 2009 Rider Q - Intentionally Deleted Ridef^R^^mdashGQnstruction-Managers-eiuality-Program-Reqairements7ciated-Febl77-2Q10~~^ Rider S^-WTCSiteSecurity Requirements datedJan 312011 Rider T-Milestone Dates and Liquidated Damages Jan 312011 Rider U - Additional Provisions dated Jan 012011 Includes the Following Documents

bull Procedure For the Approval of Cranes amp Derricks dated Mar 08^ 2010 bull WMBE Notice and Forms dated Dec 17 2008 bull PANYNJ Subcontractor Approval request Forms 2327b03-092327c03-O9 bull PANYNJ Cutting and Welding Permit 213303-06 bull Prevailing Wage Rates dated Jan 01 2011

Rider V - Path Tunnel E amp World Trade Center Discharge Letter of Approval-File Case C-3192 Sep 232010

Rider W - Analysis of Bid dated June 22011

gt

35

^

CONTRAa WTC 3243S9Ml Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES ^

Trade Pre-Purchase Bollard Covers Name of Bidder ^ t ^C^LuLS^ ^^ jT j ^ O

Contract WTC-324359M1 Bid Due Date June 2 20110 230PM local Time A Lump Sum Bid

Bidder agrees to perform the following Pre-Purchase Bollard Covers work in strict accordance with the Contract Documents for the amount written below The amount must be given both in figures and in writing In case of discrepancy the writing shall control

Total Lump Sum in Figures $ P - j f 3 ^ j 555gt 0 0

Total Lump Sum in Wordslt^^Zg ^gtlt^gt^^^^raquo-igt OTI A ^ ^ Z ^ ^ L ^ ^ - ^ ^ ^ ^ ^ ^ ^

^ A ^ i ^ 0 y ^ ^ ^ J ^ ^ A ^ ^ i y ^ y ^ ^ ^ A ^ J ^ - ^ A A ^ ^ ^ ^ ^ y ^ ^ ^S^y^ HO Ag

This amount shall also be filled In by the Bidder In Clause 21 of the Contract entitled General Agreement and such amount shall be defined as the Lump Sum for purposes of this Contract

This Lump Sum Bldshall include all work required for the performance of the contract for Pre-Purchase ( Bollard Covers In accordance with the Contract Documents

B Proposed Value Engineering

Bidder shall fully describe suggested changes to expedite Project andor reduce costs (Reduction in cost shall be indicated and not included in Base Bid) (Attach additional sheets as required)

Please include any voluntary alternates on a separate sheet with this Bid

C Schedule

1 Time required from contract award to start of Fabrication ^ wks

2 T]me required from start of Fabrication to delivery to first scheduled area ^ ^ 1 0 wks

3 Time required to deliver to balance of scheduled areas (attach separate schedule in weeks)

D Lump Sum Bid Breakout Pricing

36

^

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp REUTED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder S B gt ^ J t 6 ^ i ^ ^ ^

Bid Due Date ^une 2 2011fSgt 230PM Contract WTC-324359M1 Local Time

These quantities and vaiues are required by the CM and Port Authority and are for analysis purposes only Bidders are responsible to include quantities they deem appropriate Actual quantities required under this Contract may vary The CM and Port Authority will not be responsible in the event actual quantities differ from the amounts provided below

BC-01 BC-02 BCgt03 BC-04 BCgt04 BC-05

BC-06

BC-07 BC-08 BC-09

BC-10

BC-11

BC-12

BC-13 BC-14

BC-15

BC-16 BC-17

BC-18

BC-19

BC-20

BC-21

BC-22

BC-23

BC-24

L ^ M-A

1L3 A ^

^

J S J L Z-l-l AQ=

ILO

yd3 3 i^lrplusmn

K ^ ^ ^ bull ^ ^

^M i ^ 0 ^ gt 0 ^

^

z^amp^f^

dMXzplusmnmdash M^^MJJL

bull7 J [ J^^^^^o

M l 2^-^57 go

^

AmJLA - U ^ 4 ( ^

-2X1 J L V

^

il A ^

^

IL JJLL

AL_ OL

11 2a

Z^MJJL M iLDZ^ M0V22-

^ V03 i) fl V ff^^-JA

PL

y^yr^ A^tjroQ ^QIZOO

y^^oro^ ^9o^6^ )lt30 O

MI^^lEL

Z-2^C0 0 ^

i z lds - oo ^ ^ M M Q -

irso^p^ ^ligt frzCo g

7 ^ 5 ^ 0 0

12 i^Ty^lQQO ^ j ^T- T i 0

^

577soQ ^ l J i n lt amp 9 ^73-^lt3

-^f^c^g 6 ^^-r ^0 1^^9000

- 7 --2-0-90 0

27 i^aoa

37

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp REUTED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder ^ J S ^ ^ ^ - ^ O l i ^ i ^ ^ ) ^ A ^ ^

Contract WTC-324359M1 Local Time

BC-25

BC-26

Generic BoHard-Extra Materials Spec 05705C paragraph 17

^

Bid Due Date June 2 2011fggt 230PM

3y

X^

3^ i L

J^iZl2= z J ^ i -

2dS^dn ^ 7 ^l QOb

^ y-

xs^^-

Note that Bids will be evaluated based on Lump Sum provided In section A above

38

^

ISP

gt

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder SS^-^^^~^ ^ C ^ j ^ ^ ^

Contract WTC-324359M1 Bid Due Date June 2 2011fSgt 23QPM Local Time

SIGNATURE AND CERTIFICATE OF AUTHORITY^

Dated J l - ^ ^ ^ 2010

(Print legal name of entity submitting Bid) ^M^tD^t^LS^-^^^cS ^ Z ^ C - ^

(Signature of authorized agent partner or corporate officer)

(Print name of authorized agent partner or corporate officer)

(Acknowledgment of signature to be taken on proper form on following page(s))

CERTIFICATE OF AUTHORirV IF BIDDER IS A CORPORATION

I the undersigned as Secretary of the corporation submitting the foregoing Bid hereby certify that under and pursuant to the by-laws and resolutions of said corporation each officer who has signed said Bid on behalf of the corpof_ationJsJully_arL4comampleti5lVLauthodred_soJo^do mdash

(Corporate Seal) V J O J lt M ( ^

If bidder is a joint venture insert signatures as appropriate for one participant of the joint venture on this page and attach and complete an additional signature sheet in the same fonn as appears on this page for each other participant as required

If Bid is signed by an ofEccr or agent give title

JTOTE The foregoing signature shall be deemed to have been provided with full knowledge that the foregoing Bid the accompanying Contract booklet as well as any certification statement assurance representation warranty schedule or other document submitted by the bidder with the Bid will become a part of the records of the Audiority and that the Authority will rely in awarding the Contract on the truth and accuracy of such Bid and each such certification statement assurance representation warranty and schedule made therein by the Construction Nfanager Knowingly submitting a false statement in connection with any of die foregoing may be the basis for prosecution for offering a false insmnnent for filing (see egNY Penal Law Section 17530 et seq)

39

3

CONTRACT WTC 324359M1 Form of Bid

WTC Sn-REETS UTIUTIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Boiiard Covers Name of Bidder S S - d i Z S M ^ ^ ^ u j i ^

Contract WTC-324359M1 Bid Due Date June 2 2011(5) 230PM Local Time

ACKNOWLEDGMENT^

ACKNOWLEDGMENT OF BIDDER IF A CORPORATION

State of ^ f r ^ ^

SS

County of ^ V C - ^ ^ - ^ ^

0 t h i s ^ ^ ^ d a v of ^^-v^-ag 20Defore me personally came and appeared )-^K^u^-^^C^i i^-v^L- ^ to me known who being by m^ duly sworn did deoose and say that he resides at _ _= that he is t h e ^ j ^ t y j r of g^ i^r^ y ^ ^ j e ^ ^ T - ^ - - ^^e corporal In and which executed the foregoing instrument that he knows the seal of said corporation the seals affixed to said instrument is such seal that it was so afftxed by order of the d irecti corporation and that he signed his name thereto by like order V^^^ r C

(Notary Seal)

(Notary Signature)

ACKNOWLEDGMENT OF BIDDER IF A PARTNERSHIP

-State-o^

County of

SS

On this day of ^ 20 before me personally came and appeared to me known and known to me to be one of the members of

the firm of ^ described in and who executed the foregoing instrument and he acknowledged to me that he executed the same as and for the act and deed of said firm

(Notary Seal)

(Notary Signature)

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Acknowledgment sheet in the same form as appears on this page for each other participant as required Also attach joint venture agreement

40

jvazquez
Typewritten Text
Ex1

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder

Bid Due Date June 2 20110 230PM Contract WTC-324359M1 Local Time

ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL

State of _ _ _ _

County of

On this day of

SS

J 20 before me personally came and appeared to me known and known to me to be the person described in

and who executed the foregoing instrument and he acknowledged to me that he executed the same

(Notary Seal)

(Notary Signature)

STATEMENT ACCOMPANYING BID^

Names and Residences of Officers If Bidder is a Corporation

Name Title Residence

C^U6 ^ C l ^ i ^ J^^QL pgtvf^Aj n C J ^ A J ^

7^r)my B 2-j^t^^ 02jL^^ 2 j y o

u P ^ ^ bull j ^ t m ^ ^ j ^ 6u^ r -^ I

Names and Residences of Partners If Bidder is a Partnership

Name General or Limited Partner Residence^

Bidders Residence If an Individua

^

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Statement Accompanying Bid sheet in the same form as appears on this page for each other participant as required

Give Street and Number of Residence Do not give business address

Give Street and Number of Residence Do not give business address

41

jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text

Bid Bond No THISUSAH

CONTfUCT WTC-324359M1

BID BOND

KNOW ALL MEN BYTHESH PRESENTS that we the undersigned SecureUSA Inc 4250 Keith Bridge Road 160 Cumming (JA 30041 - a corporation organized under the laws of the State of Georgia a3principaJ(s)and Tlie Hanover Insurance Company Northpark Town Center 4001000 Abernatliy Road Suite 175 Atlanta GA 30328

as surety are hereby held and firmly bound unto The Port Authority of New York and New Jersey (herelncalled the Authority) in the penal sura of Five Perccntof Bid doUara ($ 5 of bid) for the payment ofwhich well and truly to be made we hereby jointly and severally bind ourselves our heirs executors admmisrtrators successors and assigns Signed this 9th day of June ^20 i

The condition of the above obligation is such that whereas the above named priiicipal(s) has submitted to the Authority s ccrtam Proposal bound herewith and hereby made a part hereof to peiform the obligations of the Contractor under a contract m writing known as WTC-^24359Ml Pre-Purcbasc Bollard Covers now therefore

A If said Proposal shall not be accepted or

B If said Proposal shall be accepted and the Authority does not require the princlpal(s) to fiimish a Performance and Payment Bond or

C If said Proposal shall be accepted and the Authority requires the prijicipal(s) to flimish a Performance and Payment Bond and either the principal(s) fiMishea a Performance and Payment Bond aafiafactoiy to the Authority in accordance with the requirements of said Proposal or the Authority does not terminate the Contract as provided therein on account of the fiillure to furnish such a bond

Then tKroBUgaf ion ghdrbc void otlicrwisgthc sattic shaIlTcmahrtirfiin-forcB-and-effcc(-it being expressly understood and agreed that the liabUity of the surety for any and all claims hereunder shall m no event exceed the penal amount of this obligation aa herein stated The surety for value received hereby stipulates and agrcti that the ohligaticns of said surety and its boud shall be in no way impahed or affected by any extensions of the times vdtbln which the Authority may receive or accept such Proposal or within wliich the principal(s) may fbmish a Performance and Payment Bond or by any waiver by the Authority of any of the requirements of said Proposal and said surety docs hereby waive notice of any such extensions or waivers

CONTRACT VrrC324359Ml

Insert bidders name If a cotporallon give the slMe of incotporation using the phrase a corporation organized under ihc laws of the Jf a partncTahip give fiiJt names of partners using also the phrase co-parbiers doing business under the firm name of If an Individual using a trade oome give individual name using also the phrasQ an individual doing business under the trade name of If a joint venture give the Information required above for each paiticipact in the Joint veaiure Insert name of surety

42

CONTRAa WTC-324359M1

IN WITNES S WHEREOF the principal(3) and surety have hereunto set theu- hands and seals and such of them as are corporations have caused theh corporate seals to be hereto affixed and these presents to he signed by their proper ofScers the day and year first set forth above

SECUREUSA INC

(Seal)

(Seal)

B _ _ rney-i

If bidder is ajoint venture insert signature and infonnation required as appropriate for one participant flf the joint venture on this page and attach and complete an additional aheet in the same form as appears oa this page for each other participant as required If bond is signed by an oIBcer or agent give title if signed by a corporation affix coiporate seal If bond k signed by an officer or agent give title if signed by a corporation apoundGx corporate seal

A3

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA

POWERS OF A TTORNEY CERTIFIED COPY

KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY both being corporations organized and existing under the laws of the Slate of New Hampshire and CITIZENS INSURANCE COMPANY OF AMERICA a corporation organized and existing under the laws of the State of Michigan do hereby constitute and appoint

Dianne L Hrehor Robert G Hrehor Robert M Hrehor Kathy S Smith andor Rena C Moss

of Liburn GA and each is a true and lawful Attorney(s)-(n-fact to sign execute seal acknowledge and deliver for and on its behalf and as its act and deed any place within the United States or if the following line be filled in only within the area therein designated

any and all bonds recognizances undertakings contracts of indemnity or other writings obligatory in the nature thereof as follows Any such obligations in the United States not to exceed Fifty IVIillion and No100 ($50000000) in any single instance

and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect

bullRESOLVED That Itie President or any Vice President in conjunclion wrtli any Assistanr Vice President be and ttiey are hereby authorized and empowered to appoint Altorneys-in-fact of the Company in its name and as its acts lo execute and acknowledge for and on Its behalf as Surety any and all bonds recognisances conlracls of indemnity waivers of citation and all other writings obligatory tn the nature Itiereof with power lo attach thereto the seal of the Company Any sucti writings so executed by sucti Attorneys-in-fact shall bcopy as binding upon the Company as if they had been duly executed and acknowledgetJ by the regularly elected officers of the Company in their own proper persons (Adopted Oclober 7 1981 - The Hanover Insurance Company Adopted April 14 1982-Massachusetts Bay Insurance Company Adopted Seplember 2001 - Citizens InsuranceCompany of America)

IN WITNESS WHEREOF THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals duly attested by a Vice President and an Assistant Vice President this 6th day of January 2010

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CmZENS-UllSUHANCE COMPANY OF AMERICA

Mary Jeanne Ai^a^yicoVTcBPreiidept

Hobort K Ccnnnn AaciElanrvica Proddont

THE COiySMOt WEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss

On this 6th day of January 2010 before me came the above namea vice President and Assistant vice President of The Hanover insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America to me personally known to be the individuals and officers described herein and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America respectively and that the said corporate seals and their aignaturea as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporatrona

Woay Puhio

My commission expires on November 3 2011

I the undersigned Assistant Vice President of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America hereby certify that the above and foregoing is a full true and correct copy of the Original Power of Attorney issued by said Companies and do hereby further certify that the said Powers of Attorney are still in force and effect

This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America

RESOLVED That any and all Powers of Attorney and Certified Copies of such Powers of Altomey and cenificalion in respect Ihefoto granted and executed by the President or any Vice President in conjunction with any Assistant Vice PresidenI of Ihe Company shall be binding on the Company to the same exlent as if all signatures therein were manually affixed even though one or more of any such signatures thereon may be facsimile (Adopted October 7 1981 - The Hanover Insurance Company Adoplad April 14 1982 Massachusetts Bay Insurance Company Adopted September 7 2001 -Citizens insurance Company of America)

GIVEN under my hand and the seals of said Companies at Worcester Massachusetts this 9 t t i day of J u n e 20 11

THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COtPATJY CITt^WS INSUeW^NCE COMPANY OF WjtERlCA

CONTRACT WTC-324359M1

^

44

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 6: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

^

CONTRAa WTC 3243S9Ml Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES ^

Trade Pre-Purchase Bollard Covers Name of Bidder ^ t ^C^LuLS^ ^^ jT j ^ O

Contract WTC-324359M1 Bid Due Date June 2 20110 230PM local Time A Lump Sum Bid

Bidder agrees to perform the following Pre-Purchase Bollard Covers work in strict accordance with the Contract Documents for the amount written below The amount must be given both in figures and in writing In case of discrepancy the writing shall control

Total Lump Sum in Figures $ P - j f 3 ^ j 555gt 0 0

Total Lump Sum in Wordslt^^Zg ^gtlt^gt^^^^raquo-igt OTI A ^ ^ Z ^ ^ L ^ ^ - ^ ^ ^ ^ ^ ^ ^

^ A ^ i ^ 0 y ^ ^ ^ J ^ ^ A ^ ^ i y ^ y ^ ^ ^ A ^ J ^ - ^ A A ^ ^ ^ ^ ^ y ^ ^ ^S^y^ HO Ag

This amount shall also be filled In by the Bidder In Clause 21 of the Contract entitled General Agreement and such amount shall be defined as the Lump Sum for purposes of this Contract

This Lump Sum Bldshall include all work required for the performance of the contract for Pre-Purchase ( Bollard Covers In accordance with the Contract Documents

B Proposed Value Engineering

Bidder shall fully describe suggested changes to expedite Project andor reduce costs (Reduction in cost shall be indicated and not included in Base Bid) (Attach additional sheets as required)

Please include any voluntary alternates on a separate sheet with this Bid

C Schedule

1 Time required from contract award to start of Fabrication ^ wks

2 T]me required from start of Fabrication to delivery to first scheduled area ^ ^ 1 0 wks

3 Time required to deliver to balance of scheduled areas (attach separate schedule in weeks)

D Lump Sum Bid Breakout Pricing

36

^

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp REUTED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder S B gt ^ J t 6 ^ i ^ ^ ^

Bid Due Date ^une 2 2011fSgt 230PM Contract WTC-324359M1 Local Time

These quantities and vaiues are required by the CM and Port Authority and are for analysis purposes only Bidders are responsible to include quantities they deem appropriate Actual quantities required under this Contract may vary The CM and Port Authority will not be responsible in the event actual quantities differ from the amounts provided below

BC-01 BC-02 BCgt03 BC-04 BCgt04 BC-05

BC-06

BC-07 BC-08 BC-09

BC-10

BC-11

BC-12

BC-13 BC-14

BC-15

BC-16 BC-17

BC-18

BC-19

BC-20

BC-21

BC-22

BC-23

BC-24

L ^ M-A

1L3 A ^

^

J S J L Z-l-l AQ=

ILO

yd3 3 i^lrplusmn

K ^ ^ ^ bull ^ ^

^M i ^ 0 ^ gt 0 ^

^

z^amp^f^

dMXzplusmnmdash M^^MJJL

bull7 J [ J^^^^^o

M l 2^-^57 go

^

AmJLA - U ^ 4 ( ^

-2X1 J L V

^

il A ^

^

IL JJLL

AL_ OL

11 2a

Z^MJJL M iLDZ^ M0V22-

^ V03 i) fl V ff^^-JA

PL

y^yr^ A^tjroQ ^QIZOO

y^^oro^ ^9o^6^ )lt30 O

MI^^lEL

Z-2^C0 0 ^

i z lds - oo ^ ^ M M Q -

irso^p^ ^ligt frzCo g

7 ^ 5 ^ 0 0

12 i^Ty^lQQO ^ j ^T- T i 0

^

577soQ ^ l J i n lt amp 9 ^73-^lt3

-^f^c^g 6 ^^-r ^0 1^^9000

- 7 --2-0-90 0

27 i^aoa

37

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp REUTED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder ^ J S ^ ^ ^ - ^ O l i ^ i ^ ^ ) ^ A ^ ^

Contract WTC-324359M1 Local Time

BC-25

BC-26

Generic BoHard-Extra Materials Spec 05705C paragraph 17

^

Bid Due Date June 2 2011fggt 230PM

3y

X^

3^ i L

J^iZl2= z J ^ i -

2dS^dn ^ 7 ^l QOb

^ y-

xs^^-

Note that Bids will be evaluated based on Lump Sum provided In section A above

38

^

ISP

gt

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder SS^-^^^~^ ^ C ^ j ^ ^ ^

Contract WTC-324359M1 Bid Due Date June 2 2011fSgt 23QPM Local Time

SIGNATURE AND CERTIFICATE OF AUTHORITY^

Dated J l - ^ ^ ^ 2010

(Print legal name of entity submitting Bid) ^M^tD^t^LS^-^^^cS ^ Z ^ C - ^

(Signature of authorized agent partner or corporate officer)

(Print name of authorized agent partner or corporate officer)

(Acknowledgment of signature to be taken on proper form on following page(s))

CERTIFICATE OF AUTHORirV IF BIDDER IS A CORPORATION

I the undersigned as Secretary of the corporation submitting the foregoing Bid hereby certify that under and pursuant to the by-laws and resolutions of said corporation each officer who has signed said Bid on behalf of the corpof_ationJsJully_arL4comampleti5lVLauthodred_soJo^do mdash

(Corporate Seal) V J O J lt M ( ^

If bidder is a joint venture insert signatures as appropriate for one participant of the joint venture on this page and attach and complete an additional signature sheet in the same fonn as appears on this page for each other participant as required

If Bid is signed by an ofEccr or agent give title

JTOTE The foregoing signature shall be deemed to have been provided with full knowledge that the foregoing Bid the accompanying Contract booklet as well as any certification statement assurance representation warranty schedule or other document submitted by the bidder with the Bid will become a part of the records of the Audiority and that the Authority will rely in awarding the Contract on the truth and accuracy of such Bid and each such certification statement assurance representation warranty and schedule made therein by the Construction Nfanager Knowingly submitting a false statement in connection with any of die foregoing may be the basis for prosecution for offering a false insmnnent for filing (see egNY Penal Law Section 17530 et seq)

39

3

CONTRACT WTC 324359M1 Form of Bid

WTC Sn-REETS UTIUTIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Boiiard Covers Name of Bidder S S - d i Z S M ^ ^ ^ u j i ^

Contract WTC-324359M1 Bid Due Date June 2 2011(5) 230PM Local Time

ACKNOWLEDGMENT^

ACKNOWLEDGMENT OF BIDDER IF A CORPORATION

State of ^ f r ^ ^

SS

County of ^ V C - ^ ^ - ^ ^

0 t h i s ^ ^ ^ d a v of ^^-v^-ag 20Defore me personally came and appeared )-^K^u^-^^C^i i^-v^L- ^ to me known who being by m^ duly sworn did deoose and say that he resides at _ _= that he is t h e ^ j ^ t y j r of g^ i^r^ y ^ ^ j e ^ ^ T - ^ - - ^^e corporal In and which executed the foregoing instrument that he knows the seal of said corporation the seals affixed to said instrument is such seal that it was so afftxed by order of the d irecti corporation and that he signed his name thereto by like order V^^^ r C

(Notary Seal)

(Notary Signature)

ACKNOWLEDGMENT OF BIDDER IF A PARTNERSHIP

-State-o^

County of

SS

On this day of ^ 20 before me personally came and appeared to me known and known to me to be one of the members of

the firm of ^ described in and who executed the foregoing instrument and he acknowledged to me that he executed the same as and for the act and deed of said firm

(Notary Seal)

(Notary Signature)

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Acknowledgment sheet in the same form as appears on this page for each other participant as required Also attach joint venture agreement

40

jvazquez
Typewritten Text
Ex1

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder

Bid Due Date June 2 20110 230PM Contract WTC-324359M1 Local Time

ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL

State of _ _ _ _

County of

On this day of

SS

J 20 before me personally came and appeared to me known and known to me to be the person described in

and who executed the foregoing instrument and he acknowledged to me that he executed the same

(Notary Seal)

(Notary Signature)

STATEMENT ACCOMPANYING BID^

Names and Residences of Officers If Bidder is a Corporation

Name Title Residence

C^U6 ^ C l ^ i ^ J^^QL pgtvf^Aj n C J ^ A J ^

7^r)my B 2-j^t^^ 02jL^^ 2 j y o

u P ^ ^ bull j ^ t m ^ ^ j ^ 6u^ r -^ I

Names and Residences of Partners If Bidder is a Partnership

Name General or Limited Partner Residence^

Bidders Residence If an Individua

^

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Statement Accompanying Bid sheet in the same form as appears on this page for each other participant as required

Give Street and Number of Residence Do not give business address

Give Street and Number of Residence Do not give business address

41

jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text

Bid Bond No THISUSAH

CONTfUCT WTC-324359M1

BID BOND

KNOW ALL MEN BYTHESH PRESENTS that we the undersigned SecureUSA Inc 4250 Keith Bridge Road 160 Cumming (JA 30041 - a corporation organized under the laws of the State of Georgia a3principaJ(s)and Tlie Hanover Insurance Company Northpark Town Center 4001000 Abernatliy Road Suite 175 Atlanta GA 30328

as surety are hereby held and firmly bound unto The Port Authority of New York and New Jersey (herelncalled the Authority) in the penal sura of Five Perccntof Bid doUara ($ 5 of bid) for the payment ofwhich well and truly to be made we hereby jointly and severally bind ourselves our heirs executors admmisrtrators successors and assigns Signed this 9th day of June ^20 i

The condition of the above obligation is such that whereas the above named priiicipal(s) has submitted to the Authority s ccrtam Proposal bound herewith and hereby made a part hereof to peiform the obligations of the Contractor under a contract m writing known as WTC-^24359Ml Pre-Purcbasc Bollard Covers now therefore

A If said Proposal shall not be accepted or

B If said Proposal shall be accepted and the Authority does not require the princlpal(s) to fiimish a Performance and Payment Bond or

C If said Proposal shall be accepted and the Authority requires the prijicipal(s) to flimish a Performance and Payment Bond and either the principal(s) fiMishea a Performance and Payment Bond aafiafactoiy to the Authority in accordance with the requirements of said Proposal or the Authority does not terminate the Contract as provided therein on account of the fiillure to furnish such a bond

Then tKroBUgaf ion ghdrbc void otlicrwisgthc sattic shaIlTcmahrtirfiin-forcB-and-effcc(-it being expressly understood and agreed that the liabUity of the surety for any and all claims hereunder shall m no event exceed the penal amount of this obligation aa herein stated The surety for value received hereby stipulates and agrcti that the ohligaticns of said surety and its boud shall be in no way impahed or affected by any extensions of the times vdtbln which the Authority may receive or accept such Proposal or within wliich the principal(s) may fbmish a Performance and Payment Bond or by any waiver by the Authority of any of the requirements of said Proposal and said surety docs hereby waive notice of any such extensions or waivers

CONTRACT VrrC324359Ml

Insert bidders name If a cotporallon give the slMe of incotporation using the phrase a corporation organized under ihc laws of the Jf a partncTahip give fiiJt names of partners using also the phrase co-parbiers doing business under the firm name of If an Individual using a trade oome give individual name using also the phrasQ an individual doing business under the trade name of If a joint venture give the Information required above for each paiticipact in the Joint veaiure Insert name of surety

42

CONTRAa WTC-324359M1

IN WITNES S WHEREOF the principal(3) and surety have hereunto set theu- hands and seals and such of them as are corporations have caused theh corporate seals to be hereto affixed and these presents to he signed by their proper ofScers the day and year first set forth above

SECUREUSA INC

(Seal)

(Seal)

B _ _ rney-i

If bidder is ajoint venture insert signature and infonnation required as appropriate for one participant flf the joint venture on this page and attach and complete an additional aheet in the same form as appears oa this page for each other participant as required If bond is signed by an oIBcer or agent give title if signed by a corporation affix coiporate seal If bond k signed by an officer or agent give title if signed by a corporation apoundGx corporate seal

A3

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA

POWERS OF A TTORNEY CERTIFIED COPY

KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY both being corporations organized and existing under the laws of the Slate of New Hampshire and CITIZENS INSURANCE COMPANY OF AMERICA a corporation organized and existing under the laws of the State of Michigan do hereby constitute and appoint

Dianne L Hrehor Robert G Hrehor Robert M Hrehor Kathy S Smith andor Rena C Moss

of Liburn GA and each is a true and lawful Attorney(s)-(n-fact to sign execute seal acknowledge and deliver for and on its behalf and as its act and deed any place within the United States or if the following line be filled in only within the area therein designated

any and all bonds recognizances undertakings contracts of indemnity or other writings obligatory in the nature thereof as follows Any such obligations in the United States not to exceed Fifty IVIillion and No100 ($50000000) in any single instance

and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect

bullRESOLVED That Itie President or any Vice President in conjunclion wrtli any Assistanr Vice President be and ttiey are hereby authorized and empowered to appoint Altorneys-in-fact of the Company in its name and as its acts lo execute and acknowledge for and on Its behalf as Surety any and all bonds recognisances conlracls of indemnity waivers of citation and all other writings obligatory tn the nature Itiereof with power lo attach thereto the seal of the Company Any sucti writings so executed by sucti Attorneys-in-fact shall bcopy as binding upon the Company as if they had been duly executed and acknowledgetJ by the regularly elected officers of the Company in their own proper persons (Adopted Oclober 7 1981 - The Hanover Insurance Company Adopted April 14 1982-Massachusetts Bay Insurance Company Adopted Seplember 2001 - Citizens InsuranceCompany of America)

IN WITNESS WHEREOF THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals duly attested by a Vice President and an Assistant Vice President this 6th day of January 2010

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CmZENS-UllSUHANCE COMPANY OF AMERICA

Mary Jeanne Ai^a^yicoVTcBPreiidept

Hobort K Ccnnnn AaciElanrvica Proddont

THE COiySMOt WEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss

On this 6th day of January 2010 before me came the above namea vice President and Assistant vice President of The Hanover insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America to me personally known to be the individuals and officers described herein and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America respectively and that the said corporate seals and their aignaturea as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporatrona

Woay Puhio

My commission expires on November 3 2011

I the undersigned Assistant Vice President of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America hereby certify that the above and foregoing is a full true and correct copy of the Original Power of Attorney issued by said Companies and do hereby further certify that the said Powers of Attorney are still in force and effect

This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America

RESOLVED That any and all Powers of Attorney and Certified Copies of such Powers of Altomey and cenificalion in respect Ihefoto granted and executed by the President or any Vice President in conjunction with any Assistant Vice PresidenI of Ihe Company shall be binding on the Company to the same exlent as if all signatures therein were manually affixed even though one or more of any such signatures thereon may be facsimile (Adopted October 7 1981 - The Hanover Insurance Company Adoplad April 14 1982 Massachusetts Bay Insurance Company Adopted September 7 2001 -Citizens insurance Company of America)

GIVEN under my hand and the seals of said Companies at Worcester Massachusetts this 9 t t i day of J u n e 20 11

THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COtPATJY CITt^WS INSUeW^NCE COMPANY OF WjtERlCA

CONTRACT WTC-324359M1

^

44

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 7: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

^

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp REUTED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder S B gt ^ J t 6 ^ i ^ ^ ^

Bid Due Date ^une 2 2011fSgt 230PM Contract WTC-324359M1 Local Time

These quantities and vaiues are required by the CM and Port Authority and are for analysis purposes only Bidders are responsible to include quantities they deem appropriate Actual quantities required under this Contract may vary The CM and Port Authority will not be responsible in the event actual quantities differ from the amounts provided below

BC-01 BC-02 BCgt03 BC-04 BCgt04 BC-05

BC-06

BC-07 BC-08 BC-09

BC-10

BC-11

BC-12

BC-13 BC-14

BC-15

BC-16 BC-17

BC-18

BC-19

BC-20

BC-21

BC-22

BC-23

BC-24

L ^ M-A

1L3 A ^

^

J S J L Z-l-l AQ=

ILO

yd3 3 i^lrplusmn

K ^ ^ ^ bull ^ ^

^M i ^ 0 ^ gt 0 ^

^

z^amp^f^

dMXzplusmnmdash M^^MJJL

bull7 J [ J^^^^^o

M l 2^-^57 go

^

AmJLA - U ^ 4 ( ^

-2X1 J L V

^

il A ^

^

IL JJLL

AL_ OL

11 2a

Z^MJJL M iLDZ^ M0V22-

^ V03 i) fl V ff^^-JA

PL

y^yr^ A^tjroQ ^QIZOO

y^^oro^ ^9o^6^ )lt30 O

MI^^lEL

Z-2^C0 0 ^

i z lds - oo ^ ^ M M Q -

irso^p^ ^ligt frzCo g

7 ^ 5 ^ 0 0

12 i^Ty^lQQO ^ j ^T- T i 0

^

577soQ ^ l J i n lt amp 9 ^73-^lt3

-^f^c^g 6 ^^-r ^0 1^^9000

- 7 --2-0-90 0

27 i^aoa

37

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp REUTED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder ^ J S ^ ^ ^ - ^ O l i ^ i ^ ^ ) ^ A ^ ^

Contract WTC-324359M1 Local Time

BC-25

BC-26

Generic BoHard-Extra Materials Spec 05705C paragraph 17

^

Bid Due Date June 2 2011fggt 230PM

3y

X^

3^ i L

J^iZl2= z J ^ i -

2dS^dn ^ 7 ^l QOb

^ y-

xs^^-

Note that Bids will be evaluated based on Lump Sum provided In section A above

38

^

ISP

gt

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder SS^-^^^~^ ^ C ^ j ^ ^ ^

Contract WTC-324359M1 Bid Due Date June 2 2011fSgt 23QPM Local Time

SIGNATURE AND CERTIFICATE OF AUTHORITY^

Dated J l - ^ ^ ^ 2010

(Print legal name of entity submitting Bid) ^M^tD^t^LS^-^^^cS ^ Z ^ C - ^

(Signature of authorized agent partner or corporate officer)

(Print name of authorized agent partner or corporate officer)

(Acknowledgment of signature to be taken on proper form on following page(s))

CERTIFICATE OF AUTHORirV IF BIDDER IS A CORPORATION

I the undersigned as Secretary of the corporation submitting the foregoing Bid hereby certify that under and pursuant to the by-laws and resolutions of said corporation each officer who has signed said Bid on behalf of the corpof_ationJsJully_arL4comampleti5lVLauthodred_soJo^do mdash

(Corporate Seal) V J O J lt M ( ^

If bidder is a joint venture insert signatures as appropriate for one participant of the joint venture on this page and attach and complete an additional signature sheet in the same fonn as appears on this page for each other participant as required

If Bid is signed by an ofEccr or agent give title

JTOTE The foregoing signature shall be deemed to have been provided with full knowledge that the foregoing Bid the accompanying Contract booklet as well as any certification statement assurance representation warranty schedule or other document submitted by the bidder with the Bid will become a part of the records of the Audiority and that the Authority will rely in awarding the Contract on the truth and accuracy of such Bid and each such certification statement assurance representation warranty and schedule made therein by the Construction Nfanager Knowingly submitting a false statement in connection with any of die foregoing may be the basis for prosecution for offering a false insmnnent for filing (see egNY Penal Law Section 17530 et seq)

39

3

CONTRACT WTC 324359M1 Form of Bid

WTC Sn-REETS UTIUTIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Boiiard Covers Name of Bidder S S - d i Z S M ^ ^ ^ u j i ^

Contract WTC-324359M1 Bid Due Date June 2 2011(5) 230PM Local Time

ACKNOWLEDGMENT^

ACKNOWLEDGMENT OF BIDDER IF A CORPORATION

State of ^ f r ^ ^

SS

County of ^ V C - ^ ^ - ^ ^

0 t h i s ^ ^ ^ d a v of ^^-v^-ag 20Defore me personally came and appeared )-^K^u^-^^C^i i^-v^L- ^ to me known who being by m^ duly sworn did deoose and say that he resides at _ _= that he is t h e ^ j ^ t y j r of g^ i^r^ y ^ ^ j e ^ ^ T - ^ - - ^^e corporal In and which executed the foregoing instrument that he knows the seal of said corporation the seals affixed to said instrument is such seal that it was so afftxed by order of the d irecti corporation and that he signed his name thereto by like order V^^^ r C

(Notary Seal)

(Notary Signature)

ACKNOWLEDGMENT OF BIDDER IF A PARTNERSHIP

-State-o^

County of

SS

On this day of ^ 20 before me personally came and appeared to me known and known to me to be one of the members of

the firm of ^ described in and who executed the foregoing instrument and he acknowledged to me that he executed the same as and for the act and deed of said firm

(Notary Seal)

(Notary Signature)

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Acknowledgment sheet in the same form as appears on this page for each other participant as required Also attach joint venture agreement

40

jvazquez
Typewritten Text
Ex1

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder

Bid Due Date June 2 20110 230PM Contract WTC-324359M1 Local Time

ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL

State of _ _ _ _

County of

On this day of

SS

J 20 before me personally came and appeared to me known and known to me to be the person described in

and who executed the foregoing instrument and he acknowledged to me that he executed the same

(Notary Seal)

(Notary Signature)

STATEMENT ACCOMPANYING BID^

Names and Residences of Officers If Bidder is a Corporation

Name Title Residence

C^U6 ^ C l ^ i ^ J^^QL pgtvf^Aj n C J ^ A J ^

7^r)my B 2-j^t^^ 02jL^^ 2 j y o

u P ^ ^ bull j ^ t m ^ ^ j ^ 6u^ r -^ I

Names and Residences of Partners If Bidder is a Partnership

Name General or Limited Partner Residence^

Bidders Residence If an Individua

^

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Statement Accompanying Bid sheet in the same form as appears on this page for each other participant as required

Give Street and Number of Residence Do not give business address

Give Street and Number of Residence Do not give business address

41

jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text

Bid Bond No THISUSAH

CONTfUCT WTC-324359M1

BID BOND

KNOW ALL MEN BYTHESH PRESENTS that we the undersigned SecureUSA Inc 4250 Keith Bridge Road 160 Cumming (JA 30041 - a corporation organized under the laws of the State of Georgia a3principaJ(s)and Tlie Hanover Insurance Company Northpark Town Center 4001000 Abernatliy Road Suite 175 Atlanta GA 30328

as surety are hereby held and firmly bound unto The Port Authority of New York and New Jersey (herelncalled the Authority) in the penal sura of Five Perccntof Bid doUara ($ 5 of bid) for the payment ofwhich well and truly to be made we hereby jointly and severally bind ourselves our heirs executors admmisrtrators successors and assigns Signed this 9th day of June ^20 i

The condition of the above obligation is such that whereas the above named priiicipal(s) has submitted to the Authority s ccrtam Proposal bound herewith and hereby made a part hereof to peiform the obligations of the Contractor under a contract m writing known as WTC-^24359Ml Pre-Purcbasc Bollard Covers now therefore

A If said Proposal shall not be accepted or

B If said Proposal shall be accepted and the Authority does not require the princlpal(s) to fiimish a Performance and Payment Bond or

C If said Proposal shall be accepted and the Authority requires the prijicipal(s) to flimish a Performance and Payment Bond and either the principal(s) fiMishea a Performance and Payment Bond aafiafactoiy to the Authority in accordance with the requirements of said Proposal or the Authority does not terminate the Contract as provided therein on account of the fiillure to furnish such a bond

Then tKroBUgaf ion ghdrbc void otlicrwisgthc sattic shaIlTcmahrtirfiin-forcB-and-effcc(-it being expressly understood and agreed that the liabUity of the surety for any and all claims hereunder shall m no event exceed the penal amount of this obligation aa herein stated The surety for value received hereby stipulates and agrcti that the ohligaticns of said surety and its boud shall be in no way impahed or affected by any extensions of the times vdtbln which the Authority may receive or accept such Proposal or within wliich the principal(s) may fbmish a Performance and Payment Bond or by any waiver by the Authority of any of the requirements of said Proposal and said surety docs hereby waive notice of any such extensions or waivers

CONTRACT VrrC324359Ml

Insert bidders name If a cotporallon give the slMe of incotporation using the phrase a corporation organized under ihc laws of the Jf a partncTahip give fiiJt names of partners using also the phrase co-parbiers doing business under the firm name of If an Individual using a trade oome give individual name using also the phrasQ an individual doing business under the trade name of If a joint venture give the Information required above for each paiticipact in the Joint veaiure Insert name of surety

42

CONTRAa WTC-324359M1

IN WITNES S WHEREOF the principal(3) and surety have hereunto set theu- hands and seals and such of them as are corporations have caused theh corporate seals to be hereto affixed and these presents to he signed by their proper ofScers the day and year first set forth above

SECUREUSA INC

(Seal)

(Seal)

B _ _ rney-i

If bidder is ajoint venture insert signature and infonnation required as appropriate for one participant flf the joint venture on this page and attach and complete an additional aheet in the same form as appears oa this page for each other participant as required If bond is signed by an oIBcer or agent give title if signed by a corporation affix coiporate seal If bond k signed by an officer or agent give title if signed by a corporation apoundGx corporate seal

A3

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA

POWERS OF A TTORNEY CERTIFIED COPY

KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY both being corporations organized and existing under the laws of the Slate of New Hampshire and CITIZENS INSURANCE COMPANY OF AMERICA a corporation organized and existing under the laws of the State of Michigan do hereby constitute and appoint

Dianne L Hrehor Robert G Hrehor Robert M Hrehor Kathy S Smith andor Rena C Moss

of Liburn GA and each is a true and lawful Attorney(s)-(n-fact to sign execute seal acknowledge and deliver for and on its behalf and as its act and deed any place within the United States or if the following line be filled in only within the area therein designated

any and all bonds recognizances undertakings contracts of indemnity or other writings obligatory in the nature thereof as follows Any such obligations in the United States not to exceed Fifty IVIillion and No100 ($50000000) in any single instance

and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect

bullRESOLVED That Itie President or any Vice President in conjunclion wrtli any Assistanr Vice President be and ttiey are hereby authorized and empowered to appoint Altorneys-in-fact of the Company in its name and as its acts lo execute and acknowledge for and on Its behalf as Surety any and all bonds recognisances conlracls of indemnity waivers of citation and all other writings obligatory tn the nature Itiereof with power lo attach thereto the seal of the Company Any sucti writings so executed by sucti Attorneys-in-fact shall bcopy as binding upon the Company as if they had been duly executed and acknowledgetJ by the regularly elected officers of the Company in their own proper persons (Adopted Oclober 7 1981 - The Hanover Insurance Company Adopted April 14 1982-Massachusetts Bay Insurance Company Adopted Seplember 2001 - Citizens InsuranceCompany of America)

IN WITNESS WHEREOF THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals duly attested by a Vice President and an Assistant Vice President this 6th day of January 2010

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CmZENS-UllSUHANCE COMPANY OF AMERICA

Mary Jeanne Ai^a^yicoVTcBPreiidept

Hobort K Ccnnnn AaciElanrvica Proddont

THE COiySMOt WEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss

On this 6th day of January 2010 before me came the above namea vice President and Assistant vice President of The Hanover insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America to me personally known to be the individuals and officers described herein and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America respectively and that the said corporate seals and their aignaturea as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporatrona

Woay Puhio

My commission expires on November 3 2011

I the undersigned Assistant Vice President of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America hereby certify that the above and foregoing is a full true and correct copy of the Original Power of Attorney issued by said Companies and do hereby further certify that the said Powers of Attorney are still in force and effect

This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America

RESOLVED That any and all Powers of Attorney and Certified Copies of such Powers of Altomey and cenificalion in respect Ihefoto granted and executed by the President or any Vice President in conjunction with any Assistant Vice PresidenI of Ihe Company shall be binding on the Company to the same exlent as if all signatures therein were manually affixed even though one or more of any such signatures thereon may be facsimile (Adopted October 7 1981 - The Hanover Insurance Company Adoplad April 14 1982 Massachusetts Bay Insurance Company Adopted September 7 2001 -Citizens insurance Company of America)

GIVEN under my hand and the seals of said Companies at Worcester Massachusetts this 9 t t i day of J u n e 20 11

THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COtPATJY CITt^WS INSUeW^NCE COMPANY OF WjtERlCA

CONTRACT WTC-324359M1

^

44

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 8: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp REUTED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder ^ J S ^ ^ ^ - ^ O l i ^ i ^ ^ ) ^ A ^ ^

Contract WTC-324359M1 Local Time

BC-25

BC-26

Generic BoHard-Extra Materials Spec 05705C paragraph 17

^

Bid Due Date June 2 2011fggt 230PM

3y

X^

3^ i L

J^iZl2= z J ^ i -

2dS^dn ^ 7 ^l QOb

^ y-

xs^^-

Note that Bids will be evaluated based on Lump Sum provided In section A above

38

^

ISP

gt

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder SS^-^^^~^ ^ C ^ j ^ ^ ^

Contract WTC-324359M1 Bid Due Date June 2 2011fSgt 23QPM Local Time

SIGNATURE AND CERTIFICATE OF AUTHORITY^

Dated J l - ^ ^ ^ 2010

(Print legal name of entity submitting Bid) ^M^tD^t^LS^-^^^cS ^ Z ^ C - ^

(Signature of authorized agent partner or corporate officer)

(Print name of authorized agent partner or corporate officer)

(Acknowledgment of signature to be taken on proper form on following page(s))

CERTIFICATE OF AUTHORirV IF BIDDER IS A CORPORATION

I the undersigned as Secretary of the corporation submitting the foregoing Bid hereby certify that under and pursuant to the by-laws and resolutions of said corporation each officer who has signed said Bid on behalf of the corpof_ationJsJully_arL4comampleti5lVLauthodred_soJo^do mdash

(Corporate Seal) V J O J lt M ( ^

If bidder is a joint venture insert signatures as appropriate for one participant of the joint venture on this page and attach and complete an additional signature sheet in the same fonn as appears on this page for each other participant as required

If Bid is signed by an ofEccr or agent give title

JTOTE The foregoing signature shall be deemed to have been provided with full knowledge that the foregoing Bid the accompanying Contract booklet as well as any certification statement assurance representation warranty schedule or other document submitted by the bidder with the Bid will become a part of the records of the Audiority and that the Authority will rely in awarding the Contract on the truth and accuracy of such Bid and each such certification statement assurance representation warranty and schedule made therein by the Construction Nfanager Knowingly submitting a false statement in connection with any of die foregoing may be the basis for prosecution for offering a false insmnnent for filing (see egNY Penal Law Section 17530 et seq)

39

3

CONTRACT WTC 324359M1 Form of Bid

WTC Sn-REETS UTIUTIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Boiiard Covers Name of Bidder S S - d i Z S M ^ ^ ^ u j i ^

Contract WTC-324359M1 Bid Due Date June 2 2011(5) 230PM Local Time

ACKNOWLEDGMENT^

ACKNOWLEDGMENT OF BIDDER IF A CORPORATION

State of ^ f r ^ ^

SS

County of ^ V C - ^ ^ - ^ ^

0 t h i s ^ ^ ^ d a v of ^^-v^-ag 20Defore me personally came and appeared )-^K^u^-^^C^i i^-v^L- ^ to me known who being by m^ duly sworn did deoose and say that he resides at _ _= that he is t h e ^ j ^ t y j r of g^ i^r^ y ^ ^ j e ^ ^ T - ^ - - ^^e corporal In and which executed the foregoing instrument that he knows the seal of said corporation the seals affixed to said instrument is such seal that it was so afftxed by order of the d irecti corporation and that he signed his name thereto by like order V^^^ r C

(Notary Seal)

(Notary Signature)

ACKNOWLEDGMENT OF BIDDER IF A PARTNERSHIP

-State-o^

County of

SS

On this day of ^ 20 before me personally came and appeared to me known and known to me to be one of the members of

the firm of ^ described in and who executed the foregoing instrument and he acknowledged to me that he executed the same as and for the act and deed of said firm

(Notary Seal)

(Notary Signature)

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Acknowledgment sheet in the same form as appears on this page for each other participant as required Also attach joint venture agreement

40

jvazquez
Typewritten Text
Ex1

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder

Bid Due Date June 2 20110 230PM Contract WTC-324359M1 Local Time

ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL

State of _ _ _ _

County of

On this day of

SS

J 20 before me personally came and appeared to me known and known to me to be the person described in

and who executed the foregoing instrument and he acknowledged to me that he executed the same

(Notary Seal)

(Notary Signature)

STATEMENT ACCOMPANYING BID^

Names and Residences of Officers If Bidder is a Corporation

Name Title Residence

C^U6 ^ C l ^ i ^ J^^QL pgtvf^Aj n C J ^ A J ^

7^r)my B 2-j^t^^ 02jL^^ 2 j y o

u P ^ ^ bull j ^ t m ^ ^ j ^ 6u^ r -^ I

Names and Residences of Partners If Bidder is a Partnership

Name General or Limited Partner Residence^

Bidders Residence If an Individua

^

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Statement Accompanying Bid sheet in the same form as appears on this page for each other participant as required

Give Street and Number of Residence Do not give business address

Give Street and Number of Residence Do not give business address

41

jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text

Bid Bond No THISUSAH

CONTfUCT WTC-324359M1

BID BOND

KNOW ALL MEN BYTHESH PRESENTS that we the undersigned SecureUSA Inc 4250 Keith Bridge Road 160 Cumming (JA 30041 - a corporation organized under the laws of the State of Georgia a3principaJ(s)and Tlie Hanover Insurance Company Northpark Town Center 4001000 Abernatliy Road Suite 175 Atlanta GA 30328

as surety are hereby held and firmly bound unto The Port Authority of New York and New Jersey (herelncalled the Authority) in the penal sura of Five Perccntof Bid doUara ($ 5 of bid) for the payment ofwhich well and truly to be made we hereby jointly and severally bind ourselves our heirs executors admmisrtrators successors and assigns Signed this 9th day of June ^20 i

The condition of the above obligation is such that whereas the above named priiicipal(s) has submitted to the Authority s ccrtam Proposal bound herewith and hereby made a part hereof to peiform the obligations of the Contractor under a contract m writing known as WTC-^24359Ml Pre-Purcbasc Bollard Covers now therefore

A If said Proposal shall not be accepted or

B If said Proposal shall be accepted and the Authority does not require the princlpal(s) to fiimish a Performance and Payment Bond or

C If said Proposal shall be accepted and the Authority requires the prijicipal(s) to flimish a Performance and Payment Bond and either the principal(s) fiMishea a Performance and Payment Bond aafiafactoiy to the Authority in accordance with the requirements of said Proposal or the Authority does not terminate the Contract as provided therein on account of the fiillure to furnish such a bond

Then tKroBUgaf ion ghdrbc void otlicrwisgthc sattic shaIlTcmahrtirfiin-forcB-and-effcc(-it being expressly understood and agreed that the liabUity of the surety for any and all claims hereunder shall m no event exceed the penal amount of this obligation aa herein stated The surety for value received hereby stipulates and agrcti that the ohligaticns of said surety and its boud shall be in no way impahed or affected by any extensions of the times vdtbln which the Authority may receive or accept such Proposal or within wliich the principal(s) may fbmish a Performance and Payment Bond or by any waiver by the Authority of any of the requirements of said Proposal and said surety docs hereby waive notice of any such extensions or waivers

CONTRACT VrrC324359Ml

Insert bidders name If a cotporallon give the slMe of incotporation using the phrase a corporation organized under ihc laws of the Jf a partncTahip give fiiJt names of partners using also the phrase co-parbiers doing business under the firm name of If an Individual using a trade oome give individual name using also the phrasQ an individual doing business under the trade name of If a joint venture give the Information required above for each paiticipact in the Joint veaiure Insert name of surety

42

CONTRAa WTC-324359M1

IN WITNES S WHEREOF the principal(3) and surety have hereunto set theu- hands and seals and such of them as are corporations have caused theh corporate seals to be hereto affixed and these presents to he signed by their proper ofScers the day and year first set forth above

SECUREUSA INC

(Seal)

(Seal)

B _ _ rney-i

If bidder is ajoint venture insert signature and infonnation required as appropriate for one participant flf the joint venture on this page and attach and complete an additional aheet in the same form as appears oa this page for each other participant as required If bond is signed by an oIBcer or agent give title if signed by a corporation affix coiporate seal If bond k signed by an officer or agent give title if signed by a corporation apoundGx corporate seal

A3

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA

POWERS OF A TTORNEY CERTIFIED COPY

KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY both being corporations organized and existing under the laws of the Slate of New Hampshire and CITIZENS INSURANCE COMPANY OF AMERICA a corporation organized and existing under the laws of the State of Michigan do hereby constitute and appoint

Dianne L Hrehor Robert G Hrehor Robert M Hrehor Kathy S Smith andor Rena C Moss

of Liburn GA and each is a true and lawful Attorney(s)-(n-fact to sign execute seal acknowledge and deliver for and on its behalf and as its act and deed any place within the United States or if the following line be filled in only within the area therein designated

any and all bonds recognizances undertakings contracts of indemnity or other writings obligatory in the nature thereof as follows Any such obligations in the United States not to exceed Fifty IVIillion and No100 ($50000000) in any single instance

and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect

bullRESOLVED That Itie President or any Vice President in conjunclion wrtli any Assistanr Vice President be and ttiey are hereby authorized and empowered to appoint Altorneys-in-fact of the Company in its name and as its acts lo execute and acknowledge for and on Its behalf as Surety any and all bonds recognisances conlracls of indemnity waivers of citation and all other writings obligatory tn the nature Itiereof with power lo attach thereto the seal of the Company Any sucti writings so executed by sucti Attorneys-in-fact shall bcopy as binding upon the Company as if they had been duly executed and acknowledgetJ by the regularly elected officers of the Company in their own proper persons (Adopted Oclober 7 1981 - The Hanover Insurance Company Adopted April 14 1982-Massachusetts Bay Insurance Company Adopted Seplember 2001 - Citizens InsuranceCompany of America)

IN WITNESS WHEREOF THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals duly attested by a Vice President and an Assistant Vice President this 6th day of January 2010

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CmZENS-UllSUHANCE COMPANY OF AMERICA

Mary Jeanne Ai^a^yicoVTcBPreiidept

Hobort K Ccnnnn AaciElanrvica Proddont

THE COiySMOt WEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss

On this 6th day of January 2010 before me came the above namea vice President and Assistant vice President of The Hanover insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America to me personally known to be the individuals and officers described herein and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America respectively and that the said corporate seals and their aignaturea as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporatrona

Woay Puhio

My commission expires on November 3 2011

I the undersigned Assistant Vice President of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America hereby certify that the above and foregoing is a full true and correct copy of the Original Power of Attorney issued by said Companies and do hereby further certify that the said Powers of Attorney are still in force and effect

This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America

RESOLVED That any and all Powers of Attorney and Certified Copies of such Powers of Altomey and cenificalion in respect Ihefoto granted and executed by the President or any Vice President in conjunction with any Assistant Vice PresidenI of Ihe Company shall be binding on the Company to the same exlent as if all signatures therein were manually affixed even though one or more of any such signatures thereon may be facsimile (Adopted October 7 1981 - The Hanover Insurance Company Adoplad April 14 1982 Massachusetts Bay Insurance Company Adopted September 7 2001 -Citizens insurance Company of America)

GIVEN under my hand and the seals of said Companies at Worcester Massachusetts this 9 t t i day of J u n e 20 11

THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COtPATJY CITt^WS INSUeW^NCE COMPANY OF WjtERlCA

CONTRACT WTC-324359M1

^

44

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 9: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

^

ISP

gt

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder SS^-^^^~^ ^ C ^ j ^ ^ ^

Contract WTC-324359M1 Bid Due Date June 2 2011fSgt 23QPM Local Time

SIGNATURE AND CERTIFICATE OF AUTHORITY^

Dated J l - ^ ^ ^ 2010

(Print legal name of entity submitting Bid) ^M^tD^t^LS^-^^^cS ^ Z ^ C - ^

(Signature of authorized agent partner or corporate officer)

(Print name of authorized agent partner or corporate officer)

(Acknowledgment of signature to be taken on proper form on following page(s))

CERTIFICATE OF AUTHORirV IF BIDDER IS A CORPORATION

I the undersigned as Secretary of the corporation submitting the foregoing Bid hereby certify that under and pursuant to the by-laws and resolutions of said corporation each officer who has signed said Bid on behalf of the corpof_ationJsJully_arL4comampleti5lVLauthodred_soJo^do mdash

(Corporate Seal) V J O J lt M ( ^

If bidder is a joint venture insert signatures as appropriate for one participant of the joint venture on this page and attach and complete an additional signature sheet in the same fonn as appears on this page for each other participant as required

If Bid is signed by an ofEccr or agent give title

JTOTE The foregoing signature shall be deemed to have been provided with full knowledge that the foregoing Bid the accompanying Contract booklet as well as any certification statement assurance representation warranty schedule or other document submitted by the bidder with the Bid will become a part of the records of the Audiority and that the Authority will rely in awarding the Contract on the truth and accuracy of such Bid and each such certification statement assurance representation warranty and schedule made therein by the Construction Nfanager Knowingly submitting a false statement in connection with any of die foregoing may be the basis for prosecution for offering a false insmnnent for filing (see egNY Penal Law Section 17530 et seq)

39

3

CONTRACT WTC 324359M1 Form of Bid

WTC Sn-REETS UTIUTIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Boiiard Covers Name of Bidder S S - d i Z S M ^ ^ ^ u j i ^

Contract WTC-324359M1 Bid Due Date June 2 2011(5) 230PM Local Time

ACKNOWLEDGMENT^

ACKNOWLEDGMENT OF BIDDER IF A CORPORATION

State of ^ f r ^ ^

SS

County of ^ V C - ^ ^ - ^ ^

0 t h i s ^ ^ ^ d a v of ^^-v^-ag 20Defore me personally came and appeared )-^K^u^-^^C^i i^-v^L- ^ to me known who being by m^ duly sworn did deoose and say that he resides at _ _= that he is t h e ^ j ^ t y j r of g^ i^r^ y ^ ^ j e ^ ^ T - ^ - - ^^e corporal In and which executed the foregoing instrument that he knows the seal of said corporation the seals affixed to said instrument is such seal that it was so afftxed by order of the d irecti corporation and that he signed his name thereto by like order V^^^ r C

(Notary Seal)

(Notary Signature)

ACKNOWLEDGMENT OF BIDDER IF A PARTNERSHIP

-State-o^

County of

SS

On this day of ^ 20 before me personally came and appeared to me known and known to me to be one of the members of

the firm of ^ described in and who executed the foregoing instrument and he acknowledged to me that he executed the same as and for the act and deed of said firm

(Notary Seal)

(Notary Signature)

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Acknowledgment sheet in the same form as appears on this page for each other participant as required Also attach joint venture agreement

40

jvazquez
Typewritten Text
Ex1

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder

Bid Due Date June 2 20110 230PM Contract WTC-324359M1 Local Time

ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL

State of _ _ _ _

County of

On this day of

SS

J 20 before me personally came and appeared to me known and known to me to be the person described in

and who executed the foregoing instrument and he acknowledged to me that he executed the same

(Notary Seal)

(Notary Signature)

STATEMENT ACCOMPANYING BID^

Names and Residences of Officers If Bidder is a Corporation

Name Title Residence

C^U6 ^ C l ^ i ^ J^^QL pgtvf^Aj n C J ^ A J ^

7^r)my B 2-j^t^^ 02jL^^ 2 j y o

u P ^ ^ bull j ^ t m ^ ^ j ^ 6u^ r -^ I

Names and Residences of Partners If Bidder is a Partnership

Name General or Limited Partner Residence^

Bidders Residence If an Individua

^

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Statement Accompanying Bid sheet in the same form as appears on this page for each other participant as required

Give Street and Number of Residence Do not give business address

Give Street and Number of Residence Do not give business address

41

jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text

Bid Bond No THISUSAH

CONTfUCT WTC-324359M1

BID BOND

KNOW ALL MEN BYTHESH PRESENTS that we the undersigned SecureUSA Inc 4250 Keith Bridge Road 160 Cumming (JA 30041 - a corporation organized under the laws of the State of Georgia a3principaJ(s)and Tlie Hanover Insurance Company Northpark Town Center 4001000 Abernatliy Road Suite 175 Atlanta GA 30328

as surety are hereby held and firmly bound unto The Port Authority of New York and New Jersey (herelncalled the Authority) in the penal sura of Five Perccntof Bid doUara ($ 5 of bid) for the payment ofwhich well and truly to be made we hereby jointly and severally bind ourselves our heirs executors admmisrtrators successors and assigns Signed this 9th day of June ^20 i

The condition of the above obligation is such that whereas the above named priiicipal(s) has submitted to the Authority s ccrtam Proposal bound herewith and hereby made a part hereof to peiform the obligations of the Contractor under a contract m writing known as WTC-^24359Ml Pre-Purcbasc Bollard Covers now therefore

A If said Proposal shall not be accepted or

B If said Proposal shall be accepted and the Authority does not require the princlpal(s) to fiimish a Performance and Payment Bond or

C If said Proposal shall be accepted and the Authority requires the prijicipal(s) to flimish a Performance and Payment Bond and either the principal(s) fiMishea a Performance and Payment Bond aafiafactoiy to the Authority in accordance with the requirements of said Proposal or the Authority does not terminate the Contract as provided therein on account of the fiillure to furnish such a bond

Then tKroBUgaf ion ghdrbc void otlicrwisgthc sattic shaIlTcmahrtirfiin-forcB-and-effcc(-it being expressly understood and agreed that the liabUity of the surety for any and all claims hereunder shall m no event exceed the penal amount of this obligation aa herein stated The surety for value received hereby stipulates and agrcti that the ohligaticns of said surety and its boud shall be in no way impahed or affected by any extensions of the times vdtbln which the Authority may receive or accept such Proposal or within wliich the principal(s) may fbmish a Performance and Payment Bond or by any waiver by the Authority of any of the requirements of said Proposal and said surety docs hereby waive notice of any such extensions or waivers

CONTRACT VrrC324359Ml

Insert bidders name If a cotporallon give the slMe of incotporation using the phrase a corporation organized under ihc laws of the Jf a partncTahip give fiiJt names of partners using also the phrase co-parbiers doing business under the firm name of If an Individual using a trade oome give individual name using also the phrasQ an individual doing business under the trade name of If a joint venture give the Information required above for each paiticipact in the Joint veaiure Insert name of surety

42

CONTRAa WTC-324359M1

IN WITNES S WHEREOF the principal(3) and surety have hereunto set theu- hands and seals and such of them as are corporations have caused theh corporate seals to be hereto affixed and these presents to he signed by their proper ofScers the day and year first set forth above

SECUREUSA INC

(Seal)

(Seal)

B _ _ rney-i

If bidder is ajoint venture insert signature and infonnation required as appropriate for one participant flf the joint venture on this page and attach and complete an additional aheet in the same form as appears oa this page for each other participant as required If bond is signed by an oIBcer or agent give title if signed by a corporation affix coiporate seal If bond k signed by an officer or agent give title if signed by a corporation apoundGx corporate seal

A3

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA

POWERS OF A TTORNEY CERTIFIED COPY

KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY both being corporations organized and existing under the laws of the Slate of New Hampshire and CITIZENS INSURANCE COMPANY OF AMERICA a corporation organized and existing under the laws of the State of Michigan do hereby constitute and appoint

Dianne L Hrehor Robert G Hrehor Robert M Hrehor Kathy S Smith andor Rena C Moss

of Liburn GA and each is a true and lawful Attorney(s)-(n-fact to sign execute seal acknowledge and deliver for and on its behalf and as its act and deed any place within the United States or if the following line be filled in only within the area therein designated

any and all bonds recognizances undertakings contracts of indemnity or other writings obligatory in the nature thereof as follows Any such obligations in the United States not to exceed Fifty IVIillion and No100 ($50000000) in any single instance

and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect

bullRESOLVED That Itie President or any Vice President in conjunclion wrtli any Assistanr Vice President be and ttiey are hereby authorized and empowered to appoint Altorneys-in-fact of the Company in its name and as its acts lo execute and acknowledge for and on Its behalf as Surety any and all bonds recognisances conlracls of indemnity waivers of citation and all other writings obligatory tn the nature Itiereof with power lo attach thereto the seal of the Company Any sucti writings so executed by sucti Attorneys-in-fact shall bcopy as binding upon the Company as if they had been duly executed and acknowledgetJ by the regularly elected officers of the Company in their own proper persons (Adopted Oclober 7 1981 - The Hanover Insurance Company Adopted April 14 1982-Massachusetts Bay Insurance Company Adopted Seplember 2001 - Citizens InsuranceCompany of America)

IN WITNESS WHEREOF THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals duly attested by a Vice President and an Assistant Vice President this 6th day of January 2010

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CmZENS-UllSUHANCE COMPANY OF AMERICA

Mary Jeanne Ai^a^yicoVTcBPreiidept

Hobort K Ccnnnn AaciElanrvica Proddont

THE COiySMOt WEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss

On this 6th day of January 2010 before me came the above namea vice President and Assistant vice President of The Hanover insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America to me personally known to be the individuals and officers described herein and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America respectively and that the said corporate seals and their aignaturea as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporatrona

Woay Puhio

My commission expires on November 3 2011

I the undersigned Assistant Vice President of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America hereby certify that the above and foregoing is a full true and correct copy of the Original Power of Attorney issued by said Companies and do hereby further certify that the said Powers of Attorney are still in force and effect

This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America

RESOLVED That any and all Powers of Attorney and Certified Copies of such Powers of Altomey and cenificalion in respect Ihefoto granted and executed by the President or any Vice President in conjunction with any Assistant Vice PresidenI of Ihe Company shall be binding on the Company to the same exlent as if all signatures therein were manually affixed even though one or more of any such signatures thereon may be facsimile (Adopted October 7 1981 - The Hanover Insurance Company Adoplad April 14 1982 Massachusetts Bay Insurance Company Adopted September 7 2001 -Citizens insurance Company of America)

GIVEN under my hand and the seals of said Companies at Worcester Massachusetts this 9 t t i day of J u n e 20 11

THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COtPATJY CITt^WS INSUeW^NCE COMPANY OF WjtERlCA

CONTRACT WTC-324359M1

^

44

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 10: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

3

CONTRACT WTC 324359M1 Form of Bid

WTC Sn-REETS UTIUTIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Boiiard Covers Name of Bidder S S - d i Z S M ^ ^ ^ u j i ^

Contract WTC-324359M1 Bid Due Date June 2 2011(5) 230PM Local Time

ACKNOWLEDGMENT^

ACKNOWLEDGMENT OF BIDDER IF A CORPORATION

State of ^ f r ^ ^

SS

County of ^ V C - ^ ^ - ^ ^

0 t h i s ^ ^ ^ d a v of ^^-v^-ag 20Defore me personally came and appeared )-^K^u^-^^C^i i^-v^L- ^ to me known who being by m^ duly sworn did deoose and say that he resides at _ _= that he is t h e ^ j ^ t y j r of g^ i^r^ y ^ ^ j e ^ ^ T - ^ - - ^^e corporal In and which executed the foregoing instrument that he knows the seal of said corporation the seals affixed to said instrument is such seal that it was so afftxed by order of the d irecti corporation and that he signed his name thereto by like order V^^^ r C

(Notary Seal)

(Notary Signature)

ACKNOWLEDGMENT OF BIDDER IF A PARTNERSHIP

-State-o^

County of

SS

On this day of ^ 20 before me personally came and appeared to me known and known to me to be one of the members of

the firm of ^ described in and who executed the foregoing instrument and he acknowledged to me that he executed the same as and for the act and deed of said firm

(Notary Seal)

(Notary Signature)

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Acknowledgment sheet in the same form as appears on this page for each other participant as required Also attach joint venture agreement

40

jvazquez
Typewritten Text
Ex1

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder

Bid Due Date June 2 20110 230PM Contract WTC-324359M1 Local Time

ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL

State of _ _ _ _

County of

On this day of

SS

J 20 before me personally came and appeared to me known and known to me to be the person described in

and who executed the foregoing instrument and he acknowledged to me that he executed the same

(Notary Seal)

(Notary Signature)

STATEMENT ACCOMPANYING BID^

Names and Residences of Officers If Bidder is a Corporation

Name Title Residence

C^U6 ^ C l ^ i ^ J^^QL pgtvf^Aj n C J ^ A J ^

7^r)my B 2-j^t^^ 02jL^^ 2 j y o

u P ^ ^ bull j ^ t m ^ ^ j ^ 6u^ r -^ I

Names and Residences of Partners If Bidder is a Partnership

Name General or Limited Partner Residence^

Bidders Residence If an Individua

^

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Statement Accompanying Bid sheet in the same form as appears on this page for each other participant as required

Give Street and Number of Residence Do not give business address

Give Street and Number of Residence Do not give business address

41

jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text

Bid Bond No THISUSAH

CONTfUCT WTC-324359M1

BID BOND

KNOW ALL MEN BYTHESH PRESENTS that we the undersigned SecureUSA Inc 4250 Keith Bridge Road 160 Cumming (JA 30041 - a corporation organized under the laws of the State of Georgia a3principaJ(s)and Tlie Hanover Insurance Company Northpark Town Center 4001000 Abernatliy Road Suite 175 Atlanta GA 30328

as surety are hereby held and firmly bound unto The Port Authority of New York and New Jersey (herelncalled the Authority) in the penal sura of Five Perccntof Bid doUara ($ 5 of bid) for the payment ofwhich well and truly to be made we hereby jointly and severally bind ourselves our heirs executors admmisrtrators successors and assigns Signed this 9th day of June ^20 i

The condition of the above obligation is such that whereas the above named priiicipal(s) has submitted to the Authority s ccrtam Proposal bound herewith and hereby made a part hereof to peiform the obligations of the Contractor under a contract m writing known as WTC-^24359Ml Pre-Purcbasc Bollard Covers now therefore

A If said Proposal shall not be accepted or

B If said Proposal shall be accepted and the Authority does not require the princlpal(s) to fiimish a Performance and Payment Bond or

C If said Proposal shall be accepted and the Authority requires the prijicipal(s) to flimish a Performance and Payment Bond and either the principal(s) fiMishea a Performance and Payment Bond aafiafactoiy to the Authority in accordance with the requirements of said Proposal or the Authority does not terminate the Contract as provided therein on account of the fiillure to furnish such a bond

Then tKroBUgaf ion ghdrbc void otlicrwisgthc sattic shaIlTcmahrtirfiin-forcB-and-effcc(-it being expressly understood and agreed that the liabUity of the surety for any and all claims hereunder shall m no event exceed the penal amount of this obligation aa herein stated The surety for value received hereby stipulates and agrcti that the ohligaticns of said surety and its boud shall be in no way impahed or affected by any extensions of the times vdtbln which the Authority may receive or accept such Proposal or within wliich the principal(s) may fbmish a Performance and Payment Bond or by any waiver by the Authority of any of the requirements of said Proposal and said surety docs hereby waive notice of any such extensions or waivers

CONTRACT VrrC324359Ml

Insert bidders name If a cotporallon give the slMe of incotporation using the phrase a corporation organized under ihc laws of the Jf a partncTahip give fiiJt names of partners using also the phrase co-parbiers doing business under the firm name of If an Individual using a trade oome give individual name using also the phrasQ an individual doing business under the trade name of If a joint venture give the Information required above for each paiticipact in the Joint veaiure Insert name of surety

42

CONTRAa WTC-324359M1

IN WITNES S WHEREOF the principal(3) and surety have hereunto set theu- hands and seals and such of them as are corporations have caused theh corporate seals to be hereto affixed and these presents to he signed by their proper ofScers the day and year first set forth above

SECUREUSA INC

(Seal)

(Seal)

B _ _ rney-i

If bidder is ajoint venture insert signature and infonnation required as appropriate for one participant flf the joint venture on this page and attach and complete an additional aheet in the same form as appears oa this page for each other participant as required If bond is signed by an oIBcer or agent give title if signed by a corporation affix coiporate seal If bond k signed by an officer or agent give title if signed by a corporation apoundGx corporate seal

A3

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA

POWERS OF A TTORNEY CERTIFIED COPY

KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY both being corporations organized and existing under the laws of the Slate of New Hampshire and CITIZENS INSURANCE COMPANY OF AMERICA a corporation organized and existing under the laws of the State of Michigan do hereby constitute and appoint

Dianne L Hrehor Robert G Hrehor Robert M Hrehor Kathy S Smith andor Rena C Moss

of Liburn GA and each is a true and lawful Attorney(s)-(n-fact to sign execute seal acknowledge and deliver for and on its behalf and as its act and deed any place within the United States or if the following line be filled in only within the area therein designated

any and all bonds recognizances undertakings contracts of indemnity or other writings obligatory in the nature thereof as follows Any such obligations in the United States not to exceed Fifty IVIillion and No100 ($50000000) in any single instance

and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect

bullRESOLVED That Itie President or any Vice President in conjunclion wrtli any Assistanr Vice President be and ttiey are hereby authorized and empowered to appoint Altorneys-in-fact of the Company in its name and as its acts lo execute and acknowledge for and on Its behalf as Surety any and all bonds recognisances conlracls of indemnity waivers of citation and all other writings obligatory tn the nature Itiereof with power lo attach thereto the seal of the Company Any sucti writings so executed by sucti Attorneys-in-fact shall bcopy as binding upon the Company as if they had been duly executed and acknowledgetJ by the regularly elected officers of the Company in their own proper persons (Adopted Oclober 7 1981 - The Hanover Insurance Company Adopted April 14 1982-Massachusetts Bay Insurance Company Adopted Seplember 2001 - Citizens InsuranceCompany of America)

IN WITNESS WHEREOF THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals duly attested by a Vice President and an Assistant Vice President this 6th day of January 2010

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CmZENS-UllSUHANCE COMPANY OF AMERICA

Mary Jeanne Ai^a^yicoVTcBPreiidept

Hobort K Ccnnnn AaciElanrvica Proddont

THE COiySMOt WEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss

On this 6th day of January 2010 before me came the above namea vice President and Assistant vice President of The Hanover insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America to me personally known to be the individuals and officers described herein and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America respectively and that the said corporate seals and their aignaturea as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporatrona

Woay Puhio

My commission expires on November 3 2011

I the undersigned Assistant Vice President of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America hereby certify that the above and foregoing is a full true and correct copy of the Original Power of Attorney issued by said Companies and do hereby further certify that the said Powers of Attorney are still in force and effect

This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America

RESOLVED That any and all Powers of Attorney and Certified Copies of such Powers of Altomey and cenificalion in respect Ihefoto granted and executed by the President or any Vice President in conjunction with any Assistant Vice PresidenI of Ihe Company shall be binding on the Company to the same exlent as if all signatures therein were manually affixed even though one or more of any such signatures thereon may be facsimile (Adopted October 7 1981 - The Hanover Insurance Company Adoplad April 14 1982 Massachusetts Bay Insurance Company Adopted September 7 2001 -Citizens insurance Company of America)

GIVEN under my hand and the seals of said Companies at Worcester Massachusetts this 9 t t i day of J u n e 20 11

THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COtPATJY CITt^WS INSUeW^NCE COMPANY OF WjtERlCA

CONTRACT WTC-324359M1

^

44

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 11: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

CONTRACT WTC 324359M1 Form of Bid

WTC STREETS UTILITIES amp RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES

Trade Pre-Purchase Bollard Covers Name of Bidder

Bid Due Date June 2 20110 230PM Contract WTC-324359M1 Local Time

ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL

State of _ _ _ _

County of

On this day of

SS

J 20 before me personally came and appeared to me known and known to me to be the person described in

and who executed the foregoing instrument and he acknowledged to me that he executed the same

(Notary Seal)

(Notary Signature)

STATEMENT ACCOMPANYING BID^

Names and Residences of Officers If Bidder is a Corporation

Name Title Residence

C^U6 ^ C l ^ i ^ J^^QL pgtvf^Aj n C J ^ A J ^

7^r)my B 2-j^t^^ 02jL^^ 2 j y o

u P ^ ^ bull j ^ t m ^ ^ j ^ 6u^ r -^ I

Names and Residences of Partners If Bidder is a Partnership

Name General or Limited Partner Residence^

Bidders Residence If an Individua

^

If bidder is a joint venture insert signature as appropriate for one participant of the joint venture on this page and attach and complete an additional Statement Accompanying Bid sheet in the same form as appears on this page for each other participant as required

Give Street and Number of Residence Do not give business address

Give Street and Number of Residence Do not give business address

41

jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text
jvazquez
Typewritten Text

Bid Bond No THISUSAH

CONTfUCT WTC-324359M1

BID BOND

KNOW ALL MEN BYTHESH PRESENTS that we the undersigned SecureUSA Inc 4250 Keith Bridge Road 160 Cumming (JA 30041 - a corporation organized under the laws of the State of Georgia a3principaJ(s)and Tlie Hanover Insurance Company Northpark Town Center 4001000 Abernatliy Road Suite 175 Atlanta GA 30328

as surety are hereby held and firmly bound unto The Port Authority of New York and New Jersey (herelncalled the Authority) in the penal sura of Five Perccntof Bid doUara ($ 5 of bid) for the payment ofwhich well and truly to be made we hereby jointly and severally bind ourselves our heirs executors admmisrtrators successors and assigns Signed this 9th day of June ^20 i

The condition of the above obligation is such that whereas the above named priiicipal(s) has submitted to the Authority s ccrtam Proposal bound herewith and hereby made a part hereof to peiform the obligations of the Contractor under a contract m writing known as WTC-^24359Ml Pre-Purcbasc Bollard Covers now therefore

A If said Proposal shall not be accepted or

B If said Proposal shall be accepted and the Authority does not require the princlpal(s) to fiimish a Performance and Payment Bond or

C If said Proposal shall be accepted and the Authority requires the prijicipal(s) to flimish a Performance and Payment Bond and either the principal(s) fiMishea a Performance and Payment Bond aafiafactoiy to the Authority in accordance with the requirements of said Proposal or the Authority does not terminate the Contract as provided therein on account of the fiillure to furnish such a bond

Then tKroBUgaf ion ghdrbc void otlicrwisgthc sattic shaIlTcmahrtirfiin-forcB-and-effcc(-it being expressly understood and agreed that the liabUity of the surety for any and all claims hereunder shall m no event exceed the penal amount of this obligation aa herein stated The surety for value received hereby stipulates and agrcti that the ohligaticns of said surety and its boud shall be in no way impahed or affected by any extensions of the times vdtbln which the Authority may receive or accept such Proposal or within wliich the principal(s) may fbmish a Performance and Payment Bond or by any waiver by the Authority of any of the requirements of said Proposal and said surety docs hereby waive notice of any such extensions or waivers

CONTRACT VrrC324359Ml

Insert bidders name If a cotporallon give the slMe of incotporation using the phrase a corporation organized under ihc laws of the Jf a partncTahip give fiiJt names of partners using also the phrase co-parbiers doing business under the firm name of If an Individual using a trade oome give individual name using also the phrasQ an individual doing business under the trade name of If a joint venture give the Information required above for each paiticipact in the Joint veaiure Insert name of surety

42

CONTRAa WTC-324359M1

IN WITNES S WHEREOF the principal(3) and surety have hereunto set theu- hands and seals and such of them as are corporations have caused theh corporate seals to be hereto affixed and these presents to he signed by their proper ofScers the day and year first set forth above

SECUREUSA INC

(Seal)

(Seal)

B _ _ rney-i

If bidder is ajoint venture insert signature and infonnation required as appropriate for one participant flf the joint venture on this page and attach and complete an additional aheet in the same form as appears oa this page for each other participant as required If bond is signed by an oIBcer or agent give title if signed by a corporation affix coiporate seal If bond k signed by an officer or agent give title if signed by a corporation apoundGx corporate seal

A3

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA

POWERS OF A TTORNEY CERTIFIED COPY

KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY both being corporations organized and existing under the laws of the Slate of New Hampshire and CITIZENS INSURANCE COMPANY OF AMERICA a corporation organized and existing under the laws of the State of Michigan do hereby constitute and appoint

Dianne L Hrehor Robert G Hrehor Robert M Hrehor Kathy S Smith andor Rena C Moss

of Liburn GA and each is a true and lawful Attorney(s)-(n-fact to sign execute seal acknowledge and deliver for and on its behalf and as its act and deed any place within the United States or if the following line be filled in only within the area therein designated

any and all bonds recognizances undertakings contracts of indemnity or other writings obligatory in the nature thereof as follows Any such obligations in the United States not to exceed Fifty IVIillion and No100 ($50000000) in any single instance

and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect

bullRESOLVED That Itie President or any Vice President in conjunclion wrtli any Assistanr Vice President be and ttiey are hereby authorized and empowered to appoint Altorneys-in-fact of the Company in its name and as its acts lo execute and acknowledge for and on Its behalf as Surety any and all bonds recognisances conlracls of indemnity waivers of citation and all other writings obligatory tn the nature Itiereof with power lo attach thereto the seal of the Company Any sucti writings so executed by sucti Attorneys-in-fact shall bcopy as binding upon the Company as if they had been duly executed and acknowledgetJ by the regularly elected officers of the Company in their own proper persons (Adopted Oclober 7 1981 - The Hanover Insurance Company Adopted April 14 1982-Massachusetts Bay Insurance Company Adopted Seplember 2001 - Citizens InsuranceCompany of America)

IN WITNESS WHEREOF THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals duly attested by a Vice President and an Assistant Vice President this 6th day of January 2010

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CmZENS-UllSUHANCE COMPANY OF AMERICA

Mary Jeanne Ai^a^yicoVTcBPreiidept

Hobort K Ccnnnn AaciElanrvica Proddont

THE COiySMOt WEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss

On this 6th day of January 2010 before me came the above namea vice President and Assistant vice President of The Hanover insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America to me personally known to be the individuals and officers described herein and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America respectively and that the said corporate seals and their aignaturea as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporatrona

Woay Puhio

My commission expires on November 3 2011

I the undersigned Assistant Vice President of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America hereby certify that the above and foregoing is a full true and correct copy of the Original Power of Attorney issued by said Companies and do hereby further certify that the said Powers of Attorney are still in force and effect

This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America

RESOLVED That any and all Powers of Attorney and Certified Copies of such Powers of Altomey and cenificalion in respect Ihefoto granted and executed by the President or any Vice President in conjunction with any Assistant Vice PresidenI of Ihe Company shall be binding on the Company to the same exlent as if all signatures therein were manually affixed even though one or more of any such signatures thereon may be facsimile (Adopted October 7 1981 - The Hanover Insurance Company Adoplad April 14 1982 Massachusetts Bay Insurance Company Adopted September 7 2001 -Citizens insurance Company of America)

GIVEN under my hand and the seals of said Companies at Worcester Massachusetts this 9 t t i day of J u n e 20 11

THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COtPATJY CITt^WS INSUeW^NCE COMPANY OF WjtERlCA

CONTRACT WTC-324359M1

^

44

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 12: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

Bid Bond No THISUSAH

CONTfUCT WTC-324359M1

BID BOND

KNOW ALL MEN BYTHESH PRESENTS that we the undersigned SecureUSA Inc 4250 Keith Bridge Road 160 Cumming (JA 30041 - a corporation organized under the laws of the State of Georgia a3principaJ(s)and Tlie Hanover Insurance Company Northpark Town Center 4001000 Abernatliy Road Suite 175 Atlanta GA 30328

as surety are hereby held and firmly bound unto The Port Authority of New York and New Jersey (herelncalled the Authority) in the penal sura of Five Perccntof Bid doUara ($ 5 of bid) for the payment ofwhich well and truly to be made we hereby jointly and severally bind ourselves our heirs executors admmisrtrators successors and assigns Signed this 9th day of June ^20 i

The condition of the above obligation is such that whereas the above named priiicipal(s) has submitted to the Authority s ccrtam Proposal bound herewith and hereby made a part hereof to peiform the obligations of the Contractor under a contract m writing known as WTC-^24359Ml Pre-Purcbasc Bollard Covers now therefore

A If said Proposal shall not be accepted or

B If said Proposal shall be accepted and the Authority does not require the princlpal(s) to fiimish a Performance and Payment Bond or

C If said Proposal shall be accepted and the Authority requires the prijicipal(s) to flimish a Performance and Payment Bond and either the principal(s) fiMishea a Performance and Payment Bond aafiafactoiy to the Authority in accordance with the requirements of said Proposal or the Authority does not terminate the Contract as provided therein on account of the fiillure to furnish such a bond

Then tKroBUgaf ion ghdrbc void otlicrwisgthc sattic shaIlTcmahrtirfiin-forcB-and-effcc(-it being expressly understood and agreed that the liabUity of the surety for any and all claims hereunder shall m no event exceed the penal amount of this obligation aa herein stated The surety for value received hereby stipulates and agrcti that the ohligaticns of said surety and its boud shall be in no way impahed or affected by any extensions of the times vdtbln which the Authority may receive or accept such Proposal or within wliich the principal(s) may fbmish a Performance and Payment Bond or by any waiver by the Authority of any of the requirements of said Proposal and said surety docs hereby waive notice of any such extensions or waivers

CONTRACT VrrC324359Ml

Insert bidders name If a cotporallon give the slMe of incotporation using the phrase a corporation organized under ihc laws of the Jf a partncTahip give fiiJt names of partners using also the phrase co-parbiers doing business under the firm name of If an Individual using a trade oome give individual name using also the phrasQ an individual doing business under the trade name of If a joint venture give the Information required above for each paiticipact in the Joint veaiure Insert name of surety

42

CONTRAa WTC-324359M1

IN WITNES S WHEREOF the principal(3) and surety have hereunto set theu- hands and seals and such of them as are corporations have caused theh corporate seals to be hereto affixed and these presents to he signed by their proper ofScers the day and year first set forth above

SECUREUSA INC

(Seal)

(Seal)

B _ _ rney-i

If bidder is ajoint venture insert signature and infonnation required as appropriate for one participant flf the joint venture on this page and attach and complete an additional aheet in the same form as appears oa this page for each other participant as required If bond is signed by an oIBcer or agent give title if signed by a corporation affix coiporate seal If bond k signed by an officer or agent give title if signed by a corporation apoundGx corporate seal

A3

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA

POWERS OF A TTORNEY CERTIFIED COPY

KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY both being corporations organized and existing under the laws of the Slate of New Hampshire and CITIZENS INSURANCE COMPANY OF AMERICA a corporation organized and existing under the laws of the State of Michigan do hereby constitute and appoint

Dianne L Hrehor Robert G Hrehor Robert M Hrehor Kathy S Smith andor Rena C Moss

of Liburn GA and each is a true and lawful Attorney(s)-(n-fact to sign execute seal acknowledge and deliver for and on its behalf and as its act and deed any place within the United States or if the following line be filled in only within the area therein designated

any and all bonds recognizances undertakings contracts of indemnity or other writings obligatory in the nature thereof as follows Any such obligations in the United States not to exceed Fifty IVIillion and No100 ($50000000) in any single instance

and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect

bullRESOLVED That Itie President or any Vice President in conjunclion wrtli any Assistanr Vice President be and ttiey are hereby authorized and empowered to appoint Altorneys-in-fact of the Company in its name and as its acts lo execute and acknowledge for and on Its behalf as Surety any and all bonds recognisances conlracls of indemnity waivers of citation and all other writings obligatory tn the nature Itiereof with power lo attach thereto the seal of the Company Any sucti writings so executed by sucti Attorneys-in-fact shall bcopy as binding upon the Company as if they had been duly executed and acknowledgetJ by the regularly elected officers of the Company in their own proper persons (Adopted Oclober 7 1981 - The Hanover Insurance Company Adopted April 14 1982-Massachusetts Bay Insurance Company Adopted Seplember 2001 - Citizens InsuranceCompany of America)

IN WITNESS WHEREOF THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals duly attested by a Vice President and an Assistant Vice President this 6th day of January 2010

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CmZENS-UllSUHANCE COMPANY OF AMERICA

Mary Jeanne Ai^a^yicoVTcBPreiidept

Hobort K Ccnnnn AaciElanrvica Proddont

THE COiySMOt WEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss

On this 6th day of January 2010 before me came the above namea vice President and Assistant vice President of The Hanover insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America to me personally known to be the individuals and officers described herein and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America respectively and that the said corporate seals and their aignaturea as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporatrona

Woay Puhio

My commission expires on November 3 2011

I the undersigned Assistant Vice President of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America hereby certify that the above and foregoing is a full true and correct copy of the Original Power of Attorney issued by said Companies and do hereby further certify that the said Powers of Attorney are still in force and effect

This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America

RESOLVED That any and all Powers of Attorney and Certified Copies of such Powers of Altomey and cenificalion in respect Ihefoto granted and executed by the President or any Vice President in conjunction with any Assistant Vice PresidenI of Ihe Company shall be binding on the Company to the same exlent as if all signatures therein were manually affixed even though one or more of any such signatures thereon may be facsimile (Adopted October 7 1981 - The Hanover Insurance Company Adoplad April 14 1982 Massachusetts Bay Insurance Company Adopted September 7 2001 -Citizens insurance Company of America)

GIVEN under my hand and the seals of said Companies at Worcester Massachusetts this 9 t t i day of J u n e 20 11

THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COtPATJY CITt^WS INSUeW^NCE COMPANY OF WjtERlCA

CONTRACT WTC-324359M1

^

44

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 13: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

CONTRAa WTC-324359M1

IN WITNES S WHEREOF the principal(3) and surety have hereunto set theu- hands and seals and such of them as are corporations have caused theh corporate seals to be hereto affixed and these presents to he signed by their proper ofScers the day and year first set forth above

SECUREUSA INC

(Seal)

(Seal)

B _ _ rney-i

If bidder is ajoint venture insert signature and infonnation required as appropriate for one participant flf the joint venture on this page and attach and complete an additional aheet in the same form as appears oa this page for each other participant as required If bond is signed by an oIBcer or agent give title if signed by a corporation affix coiporate seal If bond k signed by an officer or agent give title if signed by a corporation apoundGx corporate seal

A3

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA

POWERS OF A TTORNEY CERTIFIED COPY

KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY both being corporations organized and existing under the laws of the Slate of New Hampshire and CITIZENS INSURANCE COMPANY OF AMERICA a corporation organized and existing under the laws of the State of Michigan do hereby constitute and appoint

Dianne L Hrehor Robert G Hrehor Robert M Hrehor Kathy S Smith andor Rena C Moss

of Liburn GA and each is a true and lawful Attorney(s)-(n-fact to sign execute seal acknowledge and deliver for and on its behalf and as its act and deed any place within the United States or if the following line be filled in only within the area therein designated

any and all bonds recognizances undertakings contracts of indemnity or other writings obligatory in the nature thereof as follows Any such obligations in the United States not to exceed Fifty IVIillion and No100 ($50000000) in any single instance

and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect

bullRESOLVED That Itie President or any Vice President in conjunclion wrtli any Assistanr Vice President be and ttiey are hereby authorized and empowered to appoint Altorneys-in-fact of the Company in its name and as its acts lo execute and acknowledge for and on Its behalf as Surety any and all bonds recognisances conlracls of indemnity waivers of citation and all other writings obligatory tn the nature Itiereof with power lo attach thereto the seal of the Company Any sucti writings so executed by sucti Attorneys-in-fact shall bcopy as binding upon the Company as if they had been duly executed and acknowledgetJ by the regularly elected officers of the Company in their own proper persons (Adopted Oclober 7 1981 - The Hanover Insurance Company Adopted April 14 1982-Massachusetts Bay Insurance Company Adopted Seplember 2001 - Citizens InsuranceCompany of America)

IN WITNESS WHEREOF THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals duly attested by a Vice President and an Assistant Vice President this 6th day of January 2010

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CmZENS-UllSUHANCE COMPANY OF AMERICA

Mary Jeanne Ai^a^yicoVTcBPreiidept

Hobort K Ccnnnn AaciElanrvica Proddont

THE COiySMOt WEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss

On this 6th day of January 2010 before me came the above namea vice President and Assistant vice President of The Hanover insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America to me personally known to be the individuals and officers described herein and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America respectively and that the said corporate seals and their aignaturea as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporatrona

Woay Puhio

My commission expires on November 3 2011

I the undersigned Assistant Vice President of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America hereby certify that the above and foregoing is a full true and correct copy of the Original Power of Attorney issued by said Companies and do hereby further certify that the said Powers of Attorney are still in force and effect

This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America

RESOLVED That any and all Powers of Attorney and Certified Copies of such Powers of Altomey and cenificalion in respect Ihefoto granted and executed by the President or any Vice President in conjunction with any Assistant Vice PresidenI of Ihe Company shall be binding on the Company to the same exlent as if all signatures therein were manually affixed even though one or more of any such signatures thereon may be facsimile (Adopted October 7 1981 - The Hanover Insurance Company Adoplad April 14 1982 Massachusetts Bay Insurance Company Adopted September 7 2001 -Citizens insurance Company of America)

GIVEN under my hand and the seals of said Companies at Worcester Massachusetts this 9 t t i day of J u n e 20 11

THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COtPATJY CITt^WS INSUeW^NCE COMPANY OF WjtERlCA

CONTRACT WTC-324359M1

^

44

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 14: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA

POWERS OF A TTORNEY CERTIFIED COPY

KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY both being corporations organized and existing under the laws of the Slate of New Hampshire and CITIZENS INSURANCE COMPANY OF AMERICA a corporation organized and existing under the laws of the State of Michigan do hereby constitute and appoint

Dianne L Hrehor Robert G Hrehor Robert M Hrehor Kathy S Smith andor Rena C Moss

of Liburn GA and each is a true and lawful Attorney(s)-(n-fact to sign execute seal acknowledge and deliver for and on its behalf and as its act and deed any place within the United States or if the following line be filled in only within the area therein designated

any and all bonds recognizances undertakings contracts of indemnity or other writings obligatory in the nature thereof as follows Any such obligations in the United States not to exceed Fifty IVIillion and No100 ($50000000) in any single instance

and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect

bullRESOLVED That Itie President or any Vice President in conjunclion wrtli any Assistanr Vice President be and ttiey are hereby authorized and empowered to appoint Altorneys-in-fact of the Company in its name and as its acts lo execute and acknowledge for and on Its behalf as Surety any and all bonds recognisances conlracls of indemnity waivers of citation and all other writings obligatory tn the nature Itiereof with power lo attach thereto the seal of the Company Any sucti writings so executed by sucti Attorneys-in-fact shall bcopy as binding upon the Company as if they had been duly executed and acknowledgetJ by the regularly elected officers of the Company in their own proper persons (Adopted Oclober 7 1981 - The Hanover Insurance Company Adopted April 14 1982-Massachusetts Bay Insurance Company Adopted Seplember 2001 - Citizens InsuranceCompany of America)

IN WITNESS WHEREOF THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals duly attested by a Vice President and an Assistant Vice President this 6th day of January 2010

THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CmZENS-UllSUHANCE COMPANY OF AMERICA

Mary Jeanne Ai^a^yicoVTcBPreiidept

Hobort K Ccnnnn AaciElanrvica Proddont

THE COiySMOt WEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss

On this 6th day of January 2010 before me came the above namea vice President and Assistant vice President of The Hanover insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America to me personally known to be the individuals and officers described herein and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America respectively and that the said corporate seals and their aignaturea as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporatrona

Woay Puhio

My commission expires on November 3 2011

I the undersigned Assistant Vice President of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America hereby certify that the above and foregoing is a full true and correct copy of the Original Power of Attorney issued by said Companies and do hereby further certify that the said Powers of Attorney are still in force and effect

This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America

RESOLVED That any and all Powers of Attorney and Certified Copies of such Powers of Altomey and cenificalion in respect Ihefoto granted and executed by the President or any Vice President in conjunction with any Assistant Vice PresidenI of Ihe Company shall be binding on the Company to the same exlent as if all signatures therein were manually affixed even though one or more of any such signatures thereon may be facsimile (Adopted October 7 1981 - The Hanover Insurance Company Adoplad April 14 1982 Massachusetts Bay Insurance Company Adopted September 7 2001 -Citizens insurance Company of America)

GIVEN under my hand and the seals of said Companies at Worcester Massachusetts this 9 t t i day of J u n e 20 11

THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COtPATJY CITt^WS INSUeW^NCE COMPANY OF WjtERlCA

CONTRACT WTC-324359M1

^

44

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 15: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

CONTRACT WTC-324359M1

^

44

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 16: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

4

gt

CONTRACT WTC-324359M 1

STANDARD FORM LLL - DISCLOSURE OF LOBBYING CERTIRCATlON REGAJRDING LOBBYING PURSUANT TO 31 USC 1352

The imdersigaed

(name of authorized officer) certifies to the best of my knowledge and belief that

bull No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress an officer or employee of Congress or an enq)Ioyee of a Member of Congress in connection with the awarding of any Federal contract the making of any Federal grant the making of any Federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any Federal contract grant loan or cooperative agreement

bull If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an enq)loyee of a Member of Congress in connection with this Federal contract grant loan or cooperative agreement the undersigned shall complete and submit Standard Form LLL Disclosure of Lobbying Activities in accordance with its instructions

bull The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts subgrants and contracts under grants loans and cooperative agreements) and that all subrecipiehts shall certify and disclose accordingly

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making

- OF- entcring-into-this-tFansaction-imposed-byr3-l7-tJSr Grsect--h352-(as-amcndcd-bythc-tobbying Disclosure Act of 1995) Any person who fails to file the required certification shall be subject to a civil penalty of not less th^ $ 10000 and not more than $ 100000 for each such feilure

Note Pursuant to 31 USC sect 1352(c)(I)-(2)(A) any person who makes a prohibited eJ^cnditurc or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $ 10000 and not more than $100000 for each such expenditure or failure

The Construction Manager certifies or afBrms the truthfiilness and accuracy of each statement of its certification and disclosure if any In addition the Construction Manager understands and agrees that the provisions of 31 USC sect3801 et seq apply to this certification and disclosure if any

Executedijus day ^ of bull mdash ^ 2011

Signature of Authorized Official

Official Name and Title of Authorized Official

45

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 17: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

CONTRACT WTC-324359M1

STANDARD FORM LLL - DISCLOSURE OF LOBBTNG ACTTVmES

Complete this form to disclose lobbying activities pursuant to 31 USC 1352

1 Type of Federal Action X a contract

b grant c cooperative agreement d loan e loan guarantee f loan insurance

2 Status of Federal Action X a bidofferapplication

b initial award c post award

4 Name and Address of Reporting Entity

CMjn^ACj^f- 3 0 o y

Prime

Tier CoQgression^ District ifoiown

Subawardee if Known

6 Federal DepartmentAgency

3 Report Type X a initial filing

b material change

For material change only Year quarter Date of last report

5 If Reporting Entity in No 4 is Subawardee Enter Name and Address of Prime

Congressional District fhQym

8 Federal Action Number if known

7 Federal Program NameDescription

CFDA Number if applicable

9 Award Amount if known

^

y-

10 a Name and Address of Lobbying Registrant (if individual last name first name MI)

11 Inrormation requested through this form is authorized by titte 31 U^C lecttoQ 1352 This disclosure of tohbytag activities is a material represeQtatioa of fact upon which reliaace was placed by the tier above when this transaction was made or entered Into This disclosure is reqalred pursuant to 31 USC 13SZ This iaformatloa will be reported to the Congress semi-annually and will be available for public Inspection Any person who falls to file the required disclosure sbaU be subject to a civil penalty of not less than SiO000 and not more than SlOOOOO for each such failure

b Individuals Performing Services (including address if different Jrom No 10a)

(last name first name MI)

A O A ^

^ Sianature

^ ^ f e

Pr in t Name^ ^ ^ ^ ^ ^ ^ (^C^^hA ^

r ^

Title

Telephone No Date

46

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 18: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

CONTRACT WTC-324359M1

gt

Authorized for Local Reproduction Standard Form - LLL (Rev 7-97)

INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity whether subawardee or prime Federal recipient at the initiation or receipt of a covered Federal action or a material change to a previaua filing pursuant to title 31 USC Section 1352 The filing ofa form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency a Member of Congress an officer or employee of Congress or an en^loyee of a Member of Congress in connection with a covered Federal action Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional informatioa

1 Identify the type of covered Federal action for which lobbying activity is andor has been secured to influence the outcome of a covered Federal action

2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a foUowup report caused by a material

change to the infonnation previously reported enter the year and quarter in which the change occurred Enter the date of the last previously submitted report by this reporting entity for this covered Federal action

4 Enter the full name address city State and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee eg the first subawardee of the prime is the 1st tier Subawards include but are not limited to subcontracts subgrants and contract awards under grants

5 If the organization filing tiie report in item 4 checlcs Subawardee then enter the full name address city State and zip code of the prime Federal recipient Include Congressional District if known

6 Eater the name of the federal agency making the award or loan commitment Include at least one organizational level below agency name if known For example Department of Transportation United States Coast Guard

~T tnter the FcHci l program name or description for the covered Federal action (item 1) If known enter the fill Catalog of Federal Domestic Assistance (CFDA) number for grants cooperative elements loans and loan commitments

8 Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (eg Request for Bid (RFP) number Invitations for Bid (IFB) number grant announcement munber the contract grant or loan award number the pUcatioa^id control number assigned by the Federal agency) Inchidedprefixes eg RFP-DE-90-00I

9 For a covered Federal action where there has been an award or loan commitment by the Federal agency enter the Federal amount of the awardloan commitmeiU for the prime entity identified in item 4 or 5

10 (a) Enter the full name address city State and zip code of die lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 W influence the covered Fcdoral actioa (b) Enter the full names of the individual(s) performing services and include fiUl address if different from 10(a) Enter Last Name First Name and Middle Initial (MI)

11 The certifying official shall sign and date the form print hisher name tide and telephone number

47

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 19: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

corrrRAa vnc-324359Mi

According to the Paperwork Reduction Act as amended no persons are required to respond to a collection of infomiation unless it displays a valid 0MB control Number The valid OMB control number for this information collection is OMB No 0348-004ltS Public reporting bunfcn for this collection of information is estimated to average 10 minutes per response including time far reviewing instructions searching existing data sources gathering and maintaining die data needed and completing and reviewing flic collection of information Send comments regarding the burden estimate or any other aspect of diis collection of infomiation including suggestions for reducing diis burden to the Office of Management and Budget P^terwork Reduction Project (0348-0046) Washington DC 20503

f 48

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 20: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

4

i

CONTRACT AnC-324359Ml

CERTIFICATION REGARDING DEB^VRMENT SUSPENSION EVELIGIBILrrY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

1 The prospective lower tier participant

J S ^ h J ^ ^ ^ y C ^ ^ ^ ^ ^ certifies by submission of this bid or Bid that neither it nor its principals are presently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency

2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this Bid

3 The prospective lower tier participant shall provide immediate written notice to the Authority (and the Coiistruction Manager if applicable) if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances

Executed this day _of

BY N A T U R E OF AtJTfiORIZED OFFICIAL

NAME AND TTTLE OF AUTHORIZED OFFICLO

49

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 21: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

Insurance Group Our cgtoiicy is pencrmanc^-

02012011

RE SecureUSA Inc

To Whom Ft May Concern

At the request of SecureUSA Inc we would like to offer the following

SecureUSA Inc is a valued client of ours Our office has been providing Bid Performance and Payment Bonds for SecureUSA since 2003 The Hanover Insurance Company carries an AM Best Rating of A and is listed on the Department of Treasurys Federal Register

Tf Contractor is the successful proposer and is required to provide performance andor payment bond(s) we would consider executing the required bonds on their behalf The current bonding capacity for SecureUSA Inc is $10000000 single and $20000000 aggregate Our consideration would be based on the satisfactory completion of our normal imderwriting requirements which include^ but are not limited to our satisfactory review and approval of the contract terms and conditions our contractors financial condition at that time his overall work program verification of project financing and other pertinent underwriting criteria Please be advised that the execution of any bond or bonds is a matter between the contractor and us We assume no liability to you or any third party in providing this letter

We have found the principals of SecureUSA Inc to be of the highest caliber and their work to be of the highest quality We feel confident you will find their qualifications will excel in every aspect

The terms of this letter will expire 90 days from the above date

Sincerely

THE HANOVER INSURANCE COMPANY

Attorney-in-fact

b 1 j 2 ^ ^ lt i l t ^ A ^ ^ - ^

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 22: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

E m p i r e l S f ^ D e v e l o p m e n t

November 24 2010

FiIelD524S5

Ms Tammy E Herslebs President SECUREUSA Inc

4250 Keith Bridge Road Suite 160 Cumming GA 30041

Dear Ms Herslebs

On behalf of New York State Department of Economic Development Division of Minority and Womens Business Development (DMWBD) has completed its review of your application for State Certification as a Minority-Owned Business Enterprise and has determined that your firm meets eligibility requirements for certification pursuant to Executive law Article 15-A

We are pleased to inform you that the firm of SECUREUSA fnc has been granted status as a WomanrOwned Business Enterprise Your business will be listed in the States Directory of Certified Businesses with the following fist of principal products or services

261S-Vehfcle Barriers and Bollards 936-Concrete Barriers (Temporary)

Certification status Is not intended to imply that the State of New York guarantees your companys capability to perform on state contracts nor does it imply that your company is guaranteed any State business

_^e_adyised_tbatyouncertification expires Syearsfromthe^date of thisletter or unfess you are contacted by this office for verification or recertificatron

Please remember that any changes in your company that affect ownership managerial andor operational control must be reported to this office within thirty (30) days of such changes including changes to company name business address telephone numbers principal productsservices and bonding capacity At such time as it is necessary for your company to be recertified you will be notified by this office

If your certification is questioned by any public or private entity please direct the inquiry to this office for clarification

Thank you for your cooperation On behalf of the State of New York I wish you luck in your bg4^ness endeavors particularly those involving State agencies

son ertification Analyst

6 3 3 T h i r d A v e n u e M e w Y o r k N e w Y o r k 1 0 0 1 7

w w w e m p i r e s t o f e n y u s

Te l 2 1 2 8 0 3 3 1 0 0

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 23: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

PUBLIC NOTICE April 25 2011

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE M1 - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 2 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 24: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

PUBLIC NOTICE April 25 2011 May 16 2011 (Revised)

TISHMAN

INVITATION FOR BID WTC-SURI-PHASE II

FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PRE-PURCHASE OF BOLLARD COVERS

PACKAGE Ml - CONTRACT WTC-324359M1

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase 11) Scope of work requirements Includes furnishing custom stainless steel metal bollard covers Prior to receiving the solicitation documents prospective bidders are required to submit a Pre-Bid Screening Package The bid due date is June 9 2011 Visit the WTC Site Procurement link at wwvtishmanconstructioncom for details

MWBE PARTICIPATION GOALS 12MBEamp5WBE

Bid Documents Release date May 19 2011

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 25: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

bull ^

o

w

O

1 3 0)

I 5

I

ltJ)

bulla

^ m

o

8

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 26: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

(5

UJ Q o 9 CO

Z lt

2

f o

oi O

OJ

c 3

m 4 rs m

- bull f-gt

lt z 8

= li

CC LLi

d 3

u ^ mdash LU

T u

UJ cc

y

to

gt o u cc

3 J

o CO UJ lt X u

a I)

LU OS

lt z

cc o

r

(gt UJ U lt (I

UJ CL

o o3

Q CO

CL

UJ a a CD

BID

S R

EC

EIV

ED

01

E

n a

o o

in coshyrn

u

ra 5

s c o CL E re

6

lt sect

O

o o d o

rn

d k o u

bull o C

agt c o t n (9

lt o

d

O (N

o o oi N

S

u

c

sect

a

s bullo c

2 5 lt 00

O I N

o o m in in

rn

u

31

a 00

p (N

rH

O

lO

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 27: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

lt5-

vS

c

a

^ 5

O

o

cs

en

o

(mdash

I

cmohr
Text Box
jvazquez
Typewritten Text
jvazquez
Typewritten Text
Ex1

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 28: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

INVITATION FOR BID

FINAL STREETS amp SIDEWALK SURFACES STRUrSCAPE ELEMEtTTS

ft OPEN SPACESPACKAGE 1

(THE MEMORIAL) C0MTRACTWTC^raquo35901

Tisiran Corstruclon Corp of NY is (oibling bids on MhaD c1 tne Port Aulhoily tor Ihe Wodd Trade Center bull Steets Utlilics and Related Inraslruclum (Phase II) Sccpe of worii teqLirc-inems include furnishing and installing fna] slreats amp sidewalk sjrlaccs amp slrefllscape elenwns to include granilo paving granite curb siocwalks streets bollard Icjndatlons street ligntng (ire riycranls drainage and misceltaneojs site wcrh Prior to receiving l ie solcilaiion docjments prospdOive bidders are rehired to compleli bull Pre-Bid Screening Prociu The tid dui date isUlarch172D11 Val the W C Site Prccjremeil link at wviriKlis|imwtpnPtgtciCcomlQf details

Jot iS0e07 PAUTM namuk 1 col 1 B311 nac 14 1T211 p g l

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 29: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

Manage Solicitation Submissions Page 1 of 2

NYSCR NEW YORK STATE CONTRACT REPORTER LOGOUT

YOUR OFFICIAL SOURCE FOR NEW YORK STATE CONTRACTING OPPORTUNITIESmdash( bull

User mcrumppanynjgov

Print Ihis page for your records

Your RfTcord Has Been Saved

Ad Number 1608546 Date EnteredUpdated 1122011 30630 PM

Click Here to return to the main Submiss ions screen

This solicitation is scheduled to appear in the 1132011 issue of the NYSCR and will be be available for editing until 1159pm the night prior to publication

Category Conslruction Services

Cont ract Number WTC-324359

Cont ract T i t le INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MElvlORlAL)

In accordance with Subdivision 5 of Section 2879 of Ihe Public Authorities Law the agency named below shall prepare a publicly available roporl no less Irequontly than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in Ihe NVS Contract Reporter

Descr ip t ion Tishman Construction Corp of NY is soliciting bids on behall of the Port Authority for the World Trade Center - Streels Ulilities and Relalod Infrastructure (Phase II Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp straetscape elamenls to include granite paving granile curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required lo complete a Pre-Bid Screening Process The bid due date is Inarch 17 2011 Visit the WTC Site ProcurBmenl link al wwwtishmanconsIructioncom for details

Minor i ty Sub-Contract ing Goal

Women Owned Sub-Contract ing Goal

Due Date NA

Contract Te rm See Document

Loca t ion See Documents

Contact 1 BidRFP Cuslodian

Purchasing Services Division

Port Authority of New York and New Jersey

1 Madison Avenue

New York NY 10010

phone 212-435-3905

13X212-435-3959

A G B Y U N K S

Manage Solicilalion SyOfniampsions Manage Accounts ManaflELLocatipas M3Qaae Announcements Manage Naws anJ Events Post Agency Reports [QtrlySem i_-Anriual) Post Bid Results NYS_Fin9n5e Law Reports Schedule FAQ URloadRFP Documents Agency Home Procurement Informalion

SITE LINKS

Current Solicilalions PpenSoliqtalion5 Archived Solicitations Bid Results Ssarcti M40afleMy Account Agency Report UstinflS Home

PUBUC UNKS

Subscribe^toEiAlects

Ne_vy_Rj3islralion CoiiiacLUs Mows and Events Announcements Co ntract_Categprj ea

Erecuieinenj Resources puplication Schedule Ne ws_LelteLSign up AflencyABpiication FAQ Hoine LOflinHelp As^ncy Reporls BlaquojkmarJlt ThJs^Sile

httpwwwnyscrorgAgenciesAddHdilSubmissionaspx 1122011

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 30: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

Manage Solicitation Submissions P^SC 2 of 2

a5Klorl)iql5--RanyriiaQ^

Submit To BIdRFP Custodian

Purchasing Services Division

Pon Authority of New York and New Jersey

1 Madison Avenue

New York NV 10010

phone 212-435-3905

tax 212-435-3959

AlJOul NYSCR ConlacLUs NVAovosSmallBusiness NYipves^iz DfflngBusiness WithNY Poli(iesampOi3Cloimof5 Home

copy [implre State Dsvelopment I Sita Developmen LampPjltsdia

hup7w wwnyscrorgAgcnciciiAddEciitSubmissioniispx 1122011

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 31: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

Advertisement

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE

ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streets Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date Is March 17 2011 Visit the V^TC Site Procurement link at wwwtishmanconstructioncom for details

PLEASE PUBLISH IN THE FOLLOWING STAR LEDGER BERGEN RECORD

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 32: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

PUBLIC NOTICE January 11 2010

I TISHMAN

INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp

OPEN SPACES - PACKAGE 1 (THE MEMORIAL) CONTRACT WTC-32435901

Tishman Construction Corp of NY is soliciting bids on behalf of the Port Authority for the World Trade Center - Streels Utilities and Related Infrastructure (Phase II) Scope of work requirements include furnishing and installing final streets amp sidewalk surfaces amp streetscape elements to include granite paving granite curb sidewalks streets bollard foundations street lighting fire hydrants drainage and miscellaneous site work Prior to receiving the solicitation documents prospective bidders are required to complete a Pre-Bid Screening Process The bid due date is March 17 2011 Visit the WTC Site Procurement link at wwwtishmanconstructioncom for details

J

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 33: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

Manage Business Opportunities Page 1 of 1

I Pon ALJ^^^- i i i i I btiiiifl I CQiMslus I loaoul

r k t J ^ STATF OK N K JKraquoSET

I reg BUSINESS OPPORTUNITIES

K e y w o r d o p p o r t u n i t y |WTC-324359

Category All Categories

|ftibmitT|

Current Bidding Opportunities Search Results (1)

1 WTC-324359 Closing Date March 16 2011 Closing Time 0500 PM fiUpSittoi il |iigtrtlaquotitjj|

Description INVITATION FOR BID FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES - PACKAGE 1 (THE MEMORIAL)

Opportunity Type RFQ Small Business Set Aside N

Commodity Codes

bull 22-912-00 CONSTRUCTION SERVICES GENERAL (INCL MAINTENANCE AND REPAIR SERVICES)

Provider Name Port Authority ot NYampNJ

Posted On January 12 2011

More I n f o r m a t i o n nHpwwwti5hmanpngtrvjlttipn-c)rn

httpswww6statenjusOEG_BUISOPPproviderbosearchdo 1122011

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 34: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

ITISHMAN June 3 2011

To AH Bidders

Re CONTRACT NO WTC-324359M1 WORLD TRADE CENTER WTC STREETS UTILITIES AND RELATED INFRASTRUCTURE PHASE II - FINAL STREETS amp SIDEWALK SURFACES STREETSCAPE ELEMENTS amp OPEN SPACES PRE-PURCHASE BOLURD COVERS

BID ADDENDUM NO 1

The following changes are hereby made in the Contract Documents for the subject Contract

This communication should be physically annexed to back cover of the book and initialed by

each bidder before submitting his bid

In case any bidder fails to conform to these instructions his Proposal will nevertheless be

construed as though this communication had been so physically annexed and initialed

CHANGES TO THE CONTRACT BOOKLET

Rider B Specification Section 05705C paragraph 22 B 1 c Delete this paragraph and add new paragraph as follows c Castings ASTM A743 Type 316 Grade CF8M 18 thickness for exterior use

Rider B Specification Section 05705C-24 A2 a 1) d) I Delete this paragraph and add new paragraph as follows I Bead blast ftS bead) and electropolish to match approved sample

Rider B Specification Section 05705C-22 F Delete this paragraph

Very truly yours TISHMAN CONSTRUCTION CORPORATION On Behalf of The Port Authority of New York amp New Jersey

^ Douglas Troast Project Executive

cc PANYNJ Document Control amp TCC Correspondence

Tishman Construction Corporation of New York 115 Broadway 14th Floor NY NY 10006

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 35: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

TISHMAN Tishman Construction Corporation of New York

115 Broadway U Floor New York NY 10006

Date June 03 2011

INFORMATION TO BIDDERS No 1

To prospective bidders on Contract WTC 324359MI for World Trade Center Streets Utilities and Related Infrastructure Phase II - Final Streets amp Sidewalk Surfaces Streetscape Elements amp Open Spaces - Pre-Purchase Bollard Covers

I BIDDER QUESTIONS amp ANSWERS

The following questions and answers are provided for informational purposes only If interpretation or additional information is required it will be communicated by written addendum issued by the Authority and which shall become part of the Contract Documents Bidders should not rely on any representations statements or clarifications not made in a formal addendum

See attached list of bidders questions and Authoritys answers

TISHMAN CONSTRUCTION CORPORATION OF NEW YORK On Behalf of The Port Authority of New York amp New Jersey

^ O U G TROAST PROJECT EXECUTIVE

QUESTIONS CONCERNING THIS fNFORMATION TO BIDDERS MAY BE ADDRESSED TO MR ERIC SCOTTO VIA EMAIL AT ESCOTTOFERREIRACONSTRUCTIONCOM

Tishman Construction Corporation of Ne M York

Page 1 of I

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 36: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

World Trade Center WTC-324359M1

WTC STREET UTILITIES AND RELATED INFRASTRUCTURE PHASE II - Pre-Purchase Bollard Covers

Bidder RFI Response Verification and Log Last Revision

632011129 PM By ES

a z Question Response to Bidders

Can you please confirm that only Bid Form pages 33-49 are required to be renimed as the bid package and that the entire book need not be returned as the bid

Submit Bid Form pages 33-49

Neither in the specifications or the drawings are any notes on the T3I6 stainless steel material thickness of the inner and cuter bollard covers or the welded in Sis support ribs Please advise

Refer to Addendum No 1

We would like to request a set of the structural drawings to identify the quantities of the two types of structural bollards If these cannot be provided please provide a formal breakdown of the quantities

Refer to LS 1801-LS 1811

We would like to request to make an appointment to see a material sample of the two types of structure bollards as soon as possible to identify the 18 clearance for the ribs fitment and possible interferences with welds tool marks finishes etc

Not Available

We would like to request to moke an appointment to see the finish sample as noted in Division 5 Section 0S705C Part 2 Products 24 Shop Finishing i Bead Blast (S8 bead) and electropolish to match Engineer of Constructions sample ^ ^

Refer to Speciflcadon Section 05705C - Appendix A C Samples Also refer (o Addendum No 1

We would like to request if shop febricated or brake bent material for die inner and outer bollards would be considered in lieu of castings

No

In Specifications Section 05705C Part 2 Products 22 Materials F 1 Bimminous Paint is mited Nowhere on the drawings js any paint called out for Please advise

Refer to Addendum No 1

On Drawings LS620I and LS6202 Section F-F D2 Connecdon Detail and D4 Assembly Diagram of the inner bollard cover does not clarify if the base ring will also fit with a 18 gap as the si^port ribs do around the structural bollard component Please advise

Refer to Section D-D on LS 6201 amp LS 6202

In Specifications Division 5 Section 05705C Part 1 General 110 Extra materials notes fiimish extra bollard units On Drawing LS6206 there is a note referring to the inner bollard covers but not verifying if inner units need to be provided for attic stock If they do need to be provided please provide a formal breakdown bei^ there are 3 inner cover base types per stnictural bollard type

Refer to Rider A (2 Paragraph) for description of attic stock UDit(s)

Though we do not sec any notations pertaining to we would like to fonnally inquire if there are any Buy American requirements for this project

10 No Buy American requirements

Page I of 1

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro

Page 37: o, · 2015-06-04 · CONTRAa WTC 324.3S9.Ml Form of Bid WTC STREETS. UTILITIES. & RELATED INFRASTRUCTURE - PHASE II - FINAL STREETS & SIDEWALK SURFACES. STREETSCAPE ELEMENTS. & OPEN

w o zr a E ltD O

r3sect

D

a

0 3 a

h

c

euro