CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of

Similar documents
Cherokee County Board of Commissioners

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

00400 BID FORMS AND SUPPLEMENTS

I-11 BOULDER CITY BYPASS DESIGN-BUILD PROJECT FINAL REQUEST FOR PROPOSALS NO A INSTRUCTIONS TO PROPOSERS EXHIBIT E PRICE PROPOSAL FORMS

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.

5.; <. (3. ; 5 )$ )!!,5. 2*3 = ( ; ;. ( 5

Electronic Distribution Only Not For Bidding Purposes

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

PUBLIC WORKS DEPARTMENT DELLA STREET SANITARY SEWER REHABILITATION PROJECT NO. M17025

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

STANDARD BID & SPECIFICATIONS PACKAGE

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA

CONTRACT FORM CONTRACT #

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

Part VIII Material and Construction Specifications

CDBG SIDEWALK IMPROVEMENTS Burks Road, North Avenue, Stillwood Cove CITY OF FOREST PARK, GEORGIA

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED)

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

TIME ADDRESS MUNICIPAL CONTACT PHONE NUMBER

Sunnyside Valley Irrigation District

F O R M OF P R O P O S A L

Proposal for Bidding Purposes

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

CITY OF RICHMOND PERFORMANCE BOND

Proposal for Bidding Purposes

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

RULES OF DEPARTMENT OF REVENUE VEHICLE SERVICES DIVISION CHAPTER TITLE BONDS TABLE OF CONTENTS

LAND IMPROVEMENT AGREEMENT

BID FORM FOR CONSTRUCTION CONTRACTS

Tiffany Strine SECRETARY Sealed Proposals will be received on or before 8:30 A.M. on the above Letting Date West Canal Road TIME

FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2

TABLE OF CONTENTS DEFINITION NOTICE INVITING BIDS INSTRUCTIONS TO BIDDERS PROPOSAL BID PROPOSAL Part 1 NON-COLLUSION AFFIDAVIT Part 1 UNIT PRICE LIST

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP:

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510)

Public Notice Advertisement for Bids

NAPA SANITATION DISTRICT

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

McCRACKEN COUNTY BOARD OF EDUCATION

P. Concrete Slurry Backfill Removal

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

FORM A: BID (See B9)

RIGHT-OF-WAY PERMIT SUBMITTAL REQUIREMENTS CHECKLIST

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.

EXHIBIT CONSTRUCTION CONTRACT BOND

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

Proposal for Bidding Purposes

FORM 31 LABOUR AND MATERIAL PAYMENT BOND UNDER SECTION 85.1 OF THE ACT Construction Act

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CONTRACT AND BOND FORMS FOR

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

City of Los Alamitos

12-Inch Water Line Replacement Across Panther Branch SJRA Project No. WDPR N001 SECTION PROPOSAL FORM

ASPHALT PAVING CONTRACT L TENDER FORM. Tender Submitted By: Bid Bond $ or Certified Cheque $

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

BEFORE THE DEPARTMENT OF CORPORATIONS OF THE STATE OF CALIFORNIA EXHIBIT B BOND OF FINANCE LENDER AND/OR BROKER FINANCIAL CODE SECTION 22112

CITY OF RIALTO, CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE:

BOND FOR FAITHFUL PERFORMANCE

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT GILMORE, POLARIS, AND RIDGEWAY WATERLINE REPLACEMENT PROJECT ADDENDUM NO. 1 JANUARY 25, 2017

Alaska Railroad Corporation

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

CITY OF WHITE HOUSE REQUEST FOR SEALED BIDS FOR HESTER DRIVE AND MILLING CONTRACT

Tulsa Community College

Electronic Distribution Only

CAMBRIA/INDIANA SCHOOLS JOINT FUEL PURCHASING CONSORTIUM. c/o PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania 16630

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

FORM A: BID (See B9) 1. Contract Title 2015 WATERMAIN RENEWALS CONTRACT NO.3

SECTION INSTRUCTIONS TO BIDDERS

Proposal must provide warranty for all material and construction. See the specifications on the building.

ALASKA MORTGAGE LICENSEE SURETY BOND

INSTRUCTIONS FOR SCHOOL APPLICATION

Competitive Solicitation Invitation To Negotiate ENGLISH AS A SECOND LANGUAGE (ESL) SERVICES

Rock Island County Raffle License Application Packet

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

BOND FOR FAITHFUL PERFORMANCE

LAKE METROPARKS SPEAR ROAD CONCORD TWP., OHIO THE PRINTING OF LAKE METROPARKS PARKS PLUS! QUARTERLY PUBLICATION BID #

CONSOLIDATED SCHOOL DISTRICT 158 4/7/2014 Specifications for the Student Lockers Bid # A ADDENDUM NUMBER ONE

RECEIVED AT WHICH TIME BIDS

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

INVITATION TO BID. ITB Pavement Marking

Transcription:

CITY OF NORTH LAS VEGAS BID PROPOSAL Bid No.1343 Labor Commission Bid No. PWP-CL-2009-337 Bid of, doing business as:, (hereinafter called Bidder)* a *, organized and existing under the laws of the State of. To: THE CITY OF NORTH LAS VEGAS, NEVADA Gentlemen: The Bidder, in compliance with your invitation to Bid for the having examined the plans and specifications with related documents and the site of the proposed Work, and being familiar with all of the conditions surrounding the construction of the proposed Project including the availability of materials and labor, hereby proposes to furnish all labor, materials, equipment, tools and supplies, and to construct the Project in accordance with the Contract Documents, of which this proposal is a part. Bidder hereby agrees to commence work under this Contract on a date to be specified in the written ANotice to Proceed@ of the City and to fully complete the Project in accordance with the specifications set forth in the Bid Documents. Bidder further agrees to pay as liquidated damages, the sum of $500.00 for each consecutive calendar day thereafter that the Project is not construction complete, including completion of punch list items, final cleanup and demobilization, in accordance with the time limit. Bidder acknowledges receipt of the following addenda specified in Paragraph IB.1.D.: Addendum #: Addendum #: Addendum #: Addendum #: Addendum #: Addendum #: Date Received: Date Received: Date Received: Date Received: Date Received: Date Received: Bidder agrees to perform all the Work described in the specifications and shown on the plans, for the following prices: *Insert the correct word: (corporation, partnership, or individual), as applicable. BP-1

CITY OF NORTH LAS VEGAS BID SCHEDULE BID NUMBER: 1343 BASE BID Item Description Quantity Unit Unit Price Bid Amount 104.01 TRAFFIC CONTROL 1 LS 200.01 MOBILIZATION/DEMOBILIZATION 1 LS 202.01 REMOVE ASPHALT PAVEMENT 4784 SY 202.02 REMOVE SIDEWALK 1120 SY 208.01 CLSM(CONTROLED LOW STENGTH MATERIAL) CLASS II 432 CY 302.01 TYPE II AGGREGATE BASE (NDOT ROW ONLY) 43 TN 402.01 PLANTMIX BITUMINOUS PAVEMENT 750 TN 613.01 CONCRETE SIDEWALK 1120 SY 637.01 DUST CONTROL 1 LS 900.01 24" X 48" TRENCH (STANDARD NPC TRENCH) - PARTIAL ROCK 12895 LF 900.02 24" X 12" ADDITIONAL TRENCH DEPTH 5' TO 8' PARTIAL ROCK 29076 LF 900.03 CONCRETE ENCASEMENT LOW PSI (150-300 PSI) 1518 CY 900.04 SUPPLY & INSTALL. 6" PVC CONDUIT 52934 DUCT/FT 900.05 SUPPLY & INSTALL 6" 90DEGREE-48" RIGID STEEL BEND 46 EA 900.06 SUPPLY & INSTALL 6" 90DEGREE-48" RIGID STEEL BEND 17 EA 900.07 MANHOLE (RS-94) 18 EA 900.08 MANDREL CONDUIT (IN EXISTING) 52934 LF 900.09 INSTALL MULE TAPE IN CONDUIT (IN EXISTING) 52934 LF Total Base Bid $ Total Base Bid Amount (written in words) BP-2

ALTERNATIVE BID 1 Item Description Quantity Unit Unit Price Bid Amount 104.01 TRAFFIC CONTROL 1 LS 200.01 MOBILIZATION/DEMOBILIZATION 1 LS 637.01 DUST CONTROL 1 LS 900.01 24" X 48" TRENCH (STANDARD NPC TRENCH) - PARTIAL ROCK 471 LF 900.02 24" X 12" ADDITIONAL TRENCH DEPTH 5' TO 8' PARTIAL ROCK 1340 LF 900.03 CONCRETE ENCASEMENT LOW PSI (150-300 PSI) 35 CY 900.05 SUPPLY & INSTALL. 6" PVC CONDUIT 471 DUCT/FT 900.06 SUPPLY & INSTALL 6" 90DEGREE-48" RIGID STEEL BEND 2 EA 900.08 MANDREL CONDUIT (IN EXISTING) 471 LF 900.09 INSTALL MULE TAPE IN CONDUIT (IN EXISTING) 471 LF Alternative Bid 1 $ Total Alternative Bid 1 Amount (written in words) BP-3

ALTERNATIVE BID 2 Item Description Quantity Unit Unit Price Bid Amount 104.01 TRAFFIC CONTROL 1 LS 200.01 MOBILIZATION/DEMOBILIZATION 1 LS 637.01 DUST CONTROL 1 LS 900.01 24" X 48" TRENCH (STANDARD NPC TRENCH) - PARTIAL ROCK 1215 LF 900.02 24" X 12" ADDITIONAL TRENCH DEPTH 5' TO 8' PARTIAL ROCK 3700 LF 900.03 CONCRETE ENCASEMENT LOW PSI (150-300 PSI) 152 CY 900.06 SUPPLY & INSTALL. 6" PVC CONDUIT 4305 DUCT/FT 900.07 MANHOLE (RS-94) 1 EA 900.08 MANDREL CONDUIT (IN EXISTING) 4305 LF 900.09 INSTALL MULE TAPE IN CONDUIT (IN EXISTING) 4305 LF Alternative Bid 2 $ Total Alternative Bid 2 Amount (written in words) Note: For the purpose of determining the Successful Bidder, the LOWEST BID is the bid submitted with the lowest Base Bid or lowest Base Bid and lowest combination of additive alternate bids, including Construction Conflicts and adjusted for Nevada s State Bidder s Preference, if applicable. The OWNER reserves the right to award the Contract as complete, or any part thereof, including any or all bid items or additive alternate items. Bidder must bid all items to be responsive and considered for award. BP-4

SUBCONTRACTOR LISTING BID # PROJECT: BIDDER: TYPE OF WORK NAME OF SUBCONTRACTOR, ADDRESS, CITY, STATE, ZIP, CONTACT & TELEPHONE LICENSE CLASSIFICATION, LICENSE # (if available), AND EXPIRATION DATE * If additional space is required, attach additional sheets as necessary. BP-5

MATERIAL SUPPLIER LISTING BID # PROJECT: BIDDER: MATERIAL TO BE PROVIDED NAME OF SUPPLIER, ADDRESS, CITY, STATE, ZIP, CONTACT & TELEPHONE DAYS UNTIL DELIVERY * If additional space is required, attach additional sheets as necessary. BP-6

MATERIAL SUPPLIER LISTING BID # PROJECT: BIDDER: MATERIAL TO BE PROVIDED NAME OF SUPPLIER, ADDRESS, CITY, STATE, ZIP, CONTACT & TELEPHONE DAYS UNTIL DELIVERY * If additional space is required, attach additional sheets as necessary. BP-7

MATERIAL SUPPLIER LISTING BID # PROJECT: BIDDER: MATERIAL TO BE PROVIDED NAME OF SUPPLIER, ADDRESS, CITY, STATE, ZIP, CONTACT & TELEPHONE DAYS UNTIL DELIVERY * If additional space is required, attach additional sheets as necessary. BP-8

The prices reflected on the Bid Schedule include all labor, materials, tools, equipment, overhead, profit, and insurance necessary to cover the finished work for this Project. Signature at the conclusion of this document certifies that the Contractor will be performing not less than 25% of the total contract amount of the project with his own organization in accordance with Section 108.01 of the Uniform Standard Specifications. Upon receipt of the City's written Notice of Award Letter, the Bidder will execute the formal Contract attached within fifteen (15) calendar days and deliver to the City, that Contract Form, Surety Bond or Bonds, and Insurance Forms, as required. IF THE BIDDER DOES NOT PROVIDE THE CONTRACT DOCUMENTS ON OR BEFORE THE 15TH CALENDAR DAY, HE WILL PAY OVER TO THE CITY THE AMOUNT OF TWO HUNDRED DOLLARS ($200) PER CALENDAR DAY AS LIQUIDATED DAMAGES FROM 15TH CALENDAR DAY TO DATE OF SUBMITTAL OF THE DOCUMENTS. (ALL INFORMATION ON THIS SHEET, EXCLUSIVE OF THE SIGNATURE SHALL BE PRINTED OR TYPED). SIGNATURE TITLE LEGAL NAME NAME OF BIDDER ( ) ( ) TELEPHONE NUMBER FAX NUMBER ADDRESS OF FIRM CITY, STATE, ZIP CODE NEVADA STATE CONTRACTOR'S LICENSE NO. (If Available) CLASSIFICATION MONETARY LIMITATION IF ANY TODAY'S DATE: CITY OF NORTH LAS VEGAS - BUSINESS LICENSE NO.: BP-9

(ATTACH CERTIFICATE OF ELIGIBILITY FOR PREFERENCE UNDER NRS 338.147) Bidders submitting a proposal to a public body for a Public Work shall bear the responsibility to ascertain the relevancy of the Apreference for certain contractors@ referenced in NRS Section 338.147. Bidders claiming preference shall submit with their Bid Proposal, the ACertificate of Eligibility@ issued by the State of Nevada Contractor=s Board as proof of Contractor=s compliance with the provisions of NRS Section 338.147. Failure to submit the Certificate of Eligibility with your Bid shall result in a waiver of any Bidder preference. Note: Provisions of NRS 338.147 do not apply to any Contract for a Public Work which is expected to cost less than $250,000. BP-10

CITY OF NORTH LAS VEGAS BID BOND BOND NUMBER DATE EXECUTED IMPORTANT: SURETY COMPANIES EXECUTING BONDS MUST BE LICENSED TO ISSUE SURETY BY THE STATE OF NEVADA INSURANCE DIVISION PURSUANT TO NRS 683A.090 AND ISSUED BY AN APPOINTED AGENT PURSUANT TO NRS 683A.280. NOTE: INDIVIDUAL SURETY BONDS ARE NOT ACCEPTABLE. KNOW ALL MEN BY THESE PRESENT, That we, as CONTRACTOR, AND as SURETY, are held and firmly bound unto the City of North Las Vegas, Nevada, hereinafter referred to as the City or Owner, in the penal sum of five percent (5%) of the total amount of the Bid as the Contractor above named, submitted by said Contractor to said Owner, for the Work described below, for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the CONTRACTOR has submitted the above mentioned Bid to said City, to perform all Work required under Bid No., of the City=s specifications, entitled WRF OFF- SITE POWER. NOW THEREFORE, if said CONTRACTOR is awarded the Contract by said Owner and, within the time and manner required under the heading AInstructions to Bidders@ after the prescribed forms are presented to him for signature, enters into a written contract, in the form of agreement bound herein, in accordance with the Bid, and furnishes the required insurance and bonds to guarantee faithful performance, and payment for labor and materials with said City, then this obligation shall be null and void, otherwise it shall remain in full force and effect. IN THE EVENT suit is brought upon this bond by said Owner and judgment is recovered, said Surety shall pay all costs incurred by said Owner in such suit, including a reasonable attorney=s fee to be fixed by the Court. SIGNED this day of (Resident Agent) (State of Nevada, License Number) (Appointed Agent Name) (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) (Principal Contractor) (Authorized Representative and Title) By: By: (Signature) Surety: (State of Nevada License Number) Address: Telephone: (Appointed Agent Name) By: Address: Telephone: ISSUING COMPANY MUST HOLD CERTIFICATES OF AUTHORITY AS ACCEPTABLE SURETY ON FEDERAL BONDS AND AS ACCEPTABLE REINSURING COMPANY WITH LISTING IN THE DEPARTMENT OF TREASURY, FISCAL SERVICE, (DEPARTMENT CIRCULAR A570", CURRENT REVISIONS). BP-11

CITY OF NORTH LAS VEGAS NON-COLLUSIVE AFFIDAVIT OF PRIME BIDDER STATE OF NEVADA ) COUNTY OF CLARK ) )SS, being first duly sworn, deposes and says that: (1) He is of, the Bidder that has submitted the attached Bid, (2) He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted to or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in any interest, including this affiant. Signature Title Subscribed and sworn to before me this day of Address Notary My commission expires Telephone BP-12

THE AMERICANS WITH DISABILITIES ACT The Americans with Disabilities Act (ADA) was enacted on July 26, 1990 by the United States Congress to protect the disabled from discrimination in employment, public accommodations, transportation and telecommunications. All City of North Las Vegas service contracts to any organization/company which has 15 or more employees, either private or nonprofit, must meet the nondiscrimination provisions of ADA. The following signed statement is required on all contracts and addenda to all contracts now in effect with the City of North Las Vegas: AI, (Typed Name), hereby certify that the below referenced company is in compliance with the nondiscrimination provisions of the Americans with Disabilities Act." Signature Individual, Company or Corporation Title Date (The written assurance of compliance with ADA, as set forth by the contracted Company statement, should be signed by an officer of the Company.) BP-13