ADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB

Size: px
Start display at page:

Download "ADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB"

Transcription

1 ADDENDUM NO. ONE Notice is hereby given that on June 22, 2017 at 11:00 AM (Prevailing time), sealed proposals will be opened and read in public by the Purchasing Agent in the Mercer County McDade Administration Building, 640 South Broad Street, Room 321, Trenton, New Jersey for: REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB Clarifications, amendments, additions, deletions, revisions and modifications are part of the Contract and change the original documents only in the manner and to the extent stated. Respondents shall complete the Acknowledgement of Receipt of Addendum No. One and shall include the Acknowledgement with their response. Specifications and instructions may be obtained by contacting the Department of Purchasing at or on the Mercer County Website at: Respondents are required to comply with the requirements of N.J.S.A.10:5-31 et seq. and N.J.A.C. 17:27. County of Mercer Purchasing Department AB

2 COUNTY OF MERCER ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ADDENDUM NO. ONE The undersigned Respondent hereby acknowledges receipt Addendum No. One: Date: Signed: Title: Printed Name: Date: Company:

3 Q1: On the base bid proposal page (page no ), Item No. 17 Fuel Price Adjustment and Item No. 18 Asphalt Price Adjustment there is no price provided. Typically this is an allowance item where the bidding agency provides an amount. A1: Correct. The values for item 17 and 18 are $15,000 and $25,000 respectively. A new bid form will be provided via Addendum No. 1. Q2: On page 21-5 regarding schedule and completion requirements, substantial project completion is 120 calendar days. Is this for the base bid only? What is the completion period for the alternate work if awarded? A2: 120 calendar days is for the base bid plus alternate, it assumes the alternate will be awarded. If the base bid only moves forward, the contract time will be 90 calendar days. Subject to funding availability, the airport desires to award the full base bid plus alternate. If that amount exceeds the funding allocation, then the base bid only will be evaluated for award. Q3: There appears to be a conflict regarding the amount of liquidated damages. Page 21-5 shows $2, per calendar day and page paragraph shows $5, per day. Which amount is correct?? A3: $2, Q4: The documents below are missing from the bid specification for Taxiway G & D: Buy American Certification Certification of Non-Segregated Facilities Debarment and Suspension Certification Statement of Previous Contracts Subject to EEO Clause Contractor s Storm Water Pollution Prevention Plan Certification Safety Certification A4: The requirements for these elements are laid out in Section of Section 200, the Special Provisions to the FAA s General Provisions. These can be found starting on page AB of the specifications. Not all of these items require a specific submittal; refer to the specific section which may indicate by submitting a bid/proposal under this solicitation, the bidder certifies in regard to that section.

4 In addition to the questions posed, please note the following changes to the project bid documents: 1. All references to Taxiway D1 in the project plans and specs should be replaced with D. There is no Taxiway D1 at TTN. References to the D1 baseline in the civil plans/profile distinguish the alignment for layout and clarity purposes only. 2. Specification Section 200 of FAA General Provisions, replace section Buy American Preference with the following: BUY AMERICAN PREFERENCE The contractor agrees to comply with 49 USC 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart ; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance.

5 Certificate of Buy American Compliance for Manufactured Products As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark () or the letter X. Bidder or offeror hereby certifies that it will comply with 49 USC by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified.

6 Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the item. The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart ; products of unknown origin must be considered as non-domestic products in their entirety). b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non-domestic component and subcomponent cost as compared to total item component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. Date Signature Company Name Title

7 4. Specification Section P-209, Crushed Aggregate Base Course, Section , Gradation Requirements. Add the following paragraph after paragraph 1, before the table showing Requirements for Gradation of Aggregate Base: The material finer than 0.02 mm shall be limited to a maximum of 3% and the maximum allowable material passing the No. 200 sieve shall be reduced from 0-8% to 0-5%. Testing per ASTM D422 will be required for the percentage passing the 0.02 mm particle size once per lot. 3. Specification Section P-401, Hot Mix Asphalt Pavements, Section Replace Table 3. Aggregate HMA Pavements with the following table: 3. Table 3. Aggregate - HMA Pavements Percentage by Weight Passing Sieves Sieve Size Gradation 1 (PG 64-22) Below Top 4 Gradation 2 (PG 76-22) Top 4 or Less 1 inch (25 mm) /4 inch (19 mm) /2 inch (12 mm) /8 inch (9 mm) No. 4 (4.75 mm) No. 8 (2.36 mm) No. 16 (1.18 mm) No. 30 (0.600 mm) No. 50 (0.300 mm) No. 100 (0.150 mm) No. 200 (0.075 mm) Asphalt percent: Stone or gravel Slag Specification Section P-620, Runway and Taxiway Marking, Section , add the following to the list and number of colors: Red Specification Section P-620, Runway and Taxiway Marking, Section Reflective Media, add the following to the list of colors: Red Not Used

8 6. Specification Section P-101, Surface Preparation, Section a. In the fourth sentence, after the words geologist pick, add: and confirmed by hammer sounding. Section , in the first paragraph, fourth sentence, remove: the desired finish and insert a diamond grid finish. Section , in the third paragraph, first sentence, add to the end: at contractor s expense Section b, second sentence, remove: wet down the milled pavement and insert after sweep and vacuum. Delete to remove any remaining aggregate or fines from the end of that sentence. 7. Specification Section P-152, Excavation, Subgrade and Embankment, Section 3.3, second paragraph, after all unsuitable material from the borrow site, add: at the Contractor s expense Section , fifth paragraph, second sentence, add inches after to a depth of 9. Section , seventh paragraph, delete the Engineer shall perform all density tests. Section , first sentence, after All hauling add or rehandling of material 8. Specification Section P-660, NJDOT Fuel Price Adjustments, Section 1.1, add: Fuel price adjustments shall be made based on comparison with documented prices used at the time of bid. 9. Specification Section L-128, Electrical Demolition and Removals, section 3.2, first sentence, after size and quantity of cabling add: per each, or within same standard trench excavation regardless of size or quantity. Section , after third sentence add:

9 Removal of direct buried cable or cable within same standard trench excavation regardless of size or quantity is incidental to this bid item with no separate payment. 10. Project Plans: Add the following new sheet provided via Addendum No. 1: CG503 Erosion and Sediment Control Details Replace the following sheets with the sheets provided via Addendum Number 1: G1001 CG111 CG112 CG121 CG122 Cover Sheet Grading and Drainage Plan D1 Grading and Drainage Plan D2 Grading and Drainage Plan G1 Grading and Drainage Plan G2 CU210 Drainage Profiles CG301 Taxiway D Cross Sections 1 CG306 Taxiway D1 Cross Sections 6 CG311 Taxiway F Cross Sections 1 CG312 Taxiway F Cross Sections Bid Form: Please use the attached revised bid form.

10 Item No. FAA Spec. No. Trenton-Mercer Airport AB Taxiway G Rehabilitation and Taxiway D Reconstruction Proposal BASE BID Description Qty. Unit Unit Price Total 1 P-101 Cold Milling of Pavements 7,708 SY 2 P Unclassified Excavation 24,500 CY 3 P Bituminous Pavement Removal - Type 1 22,393 SY 4 P Bituminous Pavement Removal - Type 2 9,905 SY 5 P Erosion and Sediment Control 1 LS 6 P Silt Fence 3,400 LF 7 P Storm Drain Inlet Protection 20 EA 8 P Stabilized Construction Entrance 1 EA 9 P Erosion Control Blanket 18,893 SY 10 P-209 Crushed Aggregate Base Course 9" 1,263 CY 11 P Bituminous Surface Course 2,505 TON 12 P Bituminous Base Course 1,848 TON 13 P-603 Bituminous Tack Coat 400 GAL 14 P Runway and Taxiway Marking - Temporary 750 SF 15 P Runway and Taxiway Marking - Permanent 4,460 SF 16 P Runway and Taxiway Marking - Removal 730 SF 17 P Fuel Price Adjustment (NON AIP) 1 LS $ 15, $ 15, P Asphalt Price Adjustment (NON AIP) 1 LS $ 25, $ 25, D Pipe for Storm Drains and Culverts - 12" 601 LF 20 D Pipe for Storm Drains and Culverts - 15" 482 LF 21 D Pipe for Storm Drains and Culverts - 18" 1,166 LF 22 D Pipe for Storm Drains and Culverts - 24" 391 LF 23 D Manholes 1 EA 24 D Catch Basins 1 EA 25 T-901 Seeding 18,893 SY 26 T Topsoiling 1,969 CY 27 T905-2 Topsoiling (Imported) 655 CY 28 T-908 Mulching 18,893 SY 29 L /C NO. 8 AWG 5KV,L-824C Cable in Conduit 11,145 LF 30 L /C NO. 8 AWG 5KV,L-824C Cable in Conduit 3,644 LF 31 L /C NO. 6 AWG 5KV,L-824C Cable in Conduit 850 LF 32 L /C NO. 6 AWG, Stranded Green Insulated Copper Safety Equipment Ground Conductor in Conduit 17,204 LF 33 L /C NO. 6 AWG, Solid Bare Counterpoise Wire Above Conduit including Grounds 14,053 LF 34 L Electrical Conduit, 2" PVC Sched 40, Direct Buried Conduit in Non-Paved Areas 10,725 LF 35 L Electrical Duct Bank, 1-2" PVC Sched 40 Conduit, Concrete Encased 500 LF 36 L Electrical Duct Bank, 2-2" PVC Sched 40 Conduits, Concrete Encased 1,550 LF 37 L Connection to Existing Lighting Fixutre, Existing Junction Structure, and Existing Conduits/Duct Banks, Any Type 12 EA 38 L Junction Box Plaza 18 EA 39 L Semi-Flush Runway Edge Light with L-868B Class 1A Light Base in AC Pavement 1 EA 40 L Elevated Taxiway Edge Light with L-867B Class 1A Light Base with Concrete Maintenance Pad in Turf 134 EA 41 L Elevated Taxiway Edge Light with L-868B Class 1A Light Base in AC Pavement 10 EA 42 L L-867B Class 1A Light Base with Concrete Maintenance Pad in Turf 7 EA 43 L L-868B Class 1A Light Base in AC Pavement 14 EA

11 Item No. FAA Spec. No. Trenton-Mercer Airport AB Taxiway G Rehabilitation and Taxiway D Reconstruction Proposal BASE BID Description Qty. Unit Unit Price Total 44 L L-858Y (L) Taxiway Guidance Sign on Foundation with Transformer and Accessories 13 EA 45 L Relocated Distance Remaining Sign on New Foundation 1 EA 46 L Removal of Cable from Conduit 11,294 LF 47 L Removal of Elevated Taxiway Edge Light Fixture and Base 90 EA 48 L Removal of Elevated Runway Edge Light Fixture and Light Base 1 EA 49 L Removal of Sign 14 EA 50 L Removal of Junction Box 11 EA 51 L Removal of Conduit / Duct Bank, Any Size 3,195 LF 52 L Temporary Electrical Work 1 LS 53 X-100 Mobilization 1 LS 54 X-107 Maintenance and Protection of Airfield Traffic 1 LS TOTAL CONSTRUCTION COST $ 40, GRAND TOTAL IN THE WRITTEN WORD BID ALTERNATE A Item No. FAA Spec. No. Description Qty. Unit Unit Price Total A1 A2 A3 A4 A5 A6 A7 A8 A9 A10 A11 A12 A13 A14 A15 A16 A17 A18 A19 A19 P-101 Cold Milling of Pavements 709 SY P Non-Hazardous Soils / Material Off-Site Spoiling (Minimum $20/CY) 2,411 CY P Non-Hazardous Petroleum Contaminated Soils Off-Site Spoiling (Minimum $30/CY) 500 CY P Hazardous Soil / Material Off-Site Spoiling (Minimum $265/CY) 25 CY P Silt Fence 1,800 LF P Stabilized Construction Entrance 1 EA P Erosion Control Blanket 20,884 SY P-209 Crushed Aggregate Base Course 9" 5,819 CY P Bituminous Surface Course 3,356 TON P Bituminous Base Course 7,636 TON P-603 Bituminous Tack Coat 1,200 GAL P Runway and Taxiway Marking - Permanent 12,438 SF P Runway and Taxiway Marking - Removal 662 SF D-705 Pipe Underdrains 2,000 LF D Catch Basins 11 EA D-752 Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures 1 EA T-901 Seeding 41,767 SY T Topsoiling 5,914 CY T Topsoiling (Imported) 887 CY T-908 Mulching 41,767 SY TOTAL CONSTRUCTION COST - BID ALTERNATE A (MAX 50% OF BASE BID ) GRAND TOTAL IN THE WRITTEN WORD

TABULATION OF BIDS DODGE CITY REGIONAL AIRPORT DODGE CITY, KANSAS RECONSTRUCT RUNWAY 14-32: SUMMARY PROJECT NO.: AIP

TABULATION OF BIDS DODGE CITY REGIONAL AIRPORT DODGE CITY, KANSAS RECONSTRUCT RUNWAY 14-32: SUMMARY PROJECT NO.: AIP RECONSTRUCT RUNWAY 14-32: SUMMARY., BID SUMMARY TOTAL COST TOTAL COST TOTAL COST TOTAL COST TOTAL COST Schedule 1 Cost of Construction $4,717,480.00 $5,106,762.00 $5,697,026.50 $4,430,910.42 $4,640,166.10

More information

URS CORPORATION NY Contract No. C REPUBLIC AIRPORT RUNWAY 1-19 RUNWAY SAFETY AREA (RSA) IMPROVEMENTS ADDENDUM NO. 4 TO:

URS CORPORATION NY Contract No. C REPUBLIC AIRPORT RUNWAY 1-19 RUNWAY SAFETY AREA (RSA) IMPROVEMENTS ADDENDUM NO. 4 TO: URS CORPORATION NY Contract No. C015548 ADDENDUM NO. 4 TO: DATE: May 12, 2016 CONTRACT NO. C015548-S13-FRGRSA COUNTY: SUFFOLK IN THE LETTING OF May 16, 2016 NOTICE TO PROSPECTIVE BIDDERS The following

More information

BID Addenda No. Date Issued Addenda No. Date Issued

BID Addenda No. Date Issued Addenda No. Date Issued BID - 004113 BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract

More information

Company Page 1 of 13

Company Page 1 of 13 ITEM NO. REVISION WBS (ITEM) DESCRIPTION UNIT QUANTITY (WRITTEN) MC-001-5.1 Mobilization/Demobilization and Construction Layout Surveying LS 1 MC-003-6.1 Temporary Construction Items LS 1 MC-003-6.2 Taxiway

More information

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet. BID FORM TxDOT CSJ 1812CONRO Project Description: TW Extension, Lighting and Signage Improvements Base Bid: The project consists of the extension of existing 50 TW approximately 2,640 feet. The proposed

More information

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form.

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form. ADDENDUM #2 JUNE 30, 2017 APRON REHABILITATION PHASE 3 HENRY E. ROHLSEN AIRPORT ST. CROIX, U.S. VIRGIN ISLANDS FAA AIP No.: 3-78-0002-037-2017 This addendum modifies or interprets the proposal documents

More information

TABULATION OF BIDS DENVER INTERNATIONAL AIRPORT. Denver, Colorado CONTRACT NO. CE CONCOURSE C EAST APRON EXPANSION BID SUMMARY

TABULATION OF BIDS DENVER INTERNATIONAL AIRPORT. Denver, Colorado CONTRACT NO. CE CONCOURSE C EAST APRON EXPANSION BID SUMMARY Contract No. CE 80017 Bid Date: 1/29/2008 TABULATION OF BIDS Denver, Colorado BID SUMMARY Bid Bond DBE Goals Addendum One Schedule I Schedule II Total Bid 34,030,330.50 4,560,072.50 38,590,403.00 Page

More information

BASE BID Description Written & Numeric Price

BASE BID Description Written & Numeric Price PROPOSAL Proposal TxDOT CSJ No. Project : Airfield drainage improvements to alleviate storm water conveyance issues at in Liberty, TX. The improvements include: re-grading of existing concrete lined infields,

More information

BID TABULATION ( BIDS OPENED MONDAY, APRIL 24, 1:00 P.M. ) CONSTRUCT PARALLEL TAXIWAY - PHASE 3 HABERSHAM COUNTY AIRPORT, CORNELIA, GEORGIA

BID TABULATION ( BIDS OPENED MONDAY, APRIL 24, 1:00 P.M. ) CONSTRUCT PARALLEL TAXIWAY - PHASE 3 HABERSHAM COUNTY AIRPORT, CORNELIA, GEORGIA BASE BID 1 01000 MOBILIZATION 1.00 L. SUM $799,945.96 $799,945.96 $1,150,000.00 $1,150,000.00 2 01510 FIELD ENGINEER'S OFFICE 1.00 L. SUM $40,000.00 $40,000.00 $5,000.00 $5,000.00 3 ALL-1 4 ALL-2 5 MISC-1

More information

The minutes to the Prebid Meeting held on June 13, 2018 are attached.

The minutes to the Prebid Meeting held on June 13, 2018 are attached. ADDENDUM NUMBER ONE TO BIDDING AND CONTRACT DOCUMENTS FOR RUNWAY 5R-23L REHABILITATION PROECT - CONSTRUCTION PHASE 3 PIEDMONT TRIAD INTERNATIONAL AIRPORT GREENSBORO, NORTH CAROLINA TO: All Prospective

More information

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY: ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum

More information

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:]

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:] SECTION 14 - REMOVALS 14-1 GENERAL This item shall consist of removing, [salvaging], [abandoning,] [stockpiling] and/or disposing of existing [pavements,] [asphalt-treated bases (ATB),] [cement-treated

More information

A D D E N D U M N O. 4

A D D E N D U M N O. 4 A D D E N D U M N O. 4 TO: PROJECT: All Prospective Bidders (T78) Drainage Improvements TxDOT CSJ No. Klotz Project No. 0500.041.002 ISSUE DATE: January 30, 2017 The following information is provided to

More information

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 3690 NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Commissioners Kitsap County 614 Division Street Port

More information

ITEM DESCRIPTION EST. QUANT. UNIT UNIT PRICE P

ITEM DESCRIPTION EST. QUANT. UNIT UNIT PRICE P BID FORM (continued) DAYTON INTERNATIONAL AIRPORT TERMINAL APRON RECONSTRUCTION PHASE 2 21% DBE PARTICIPATION) FEDERAL CONSTRUCTION FUNDS) ITEM DESCRIPTION EST. QUANT. UNIT UNIT PRICE P-101-5.1.1 FULL

More information

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address:  Address: BID FORM TxDOT CSJ No. 1507JNCTN Project Description: T-Hangar Development Project Bid by: Name of Bidder Address: Telephone: FAX: Email Address: To the Texas Department of Transportation hereinafter called

More information

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged. 1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax 6 March 2018 Arizona California Colorado Kansas Louisiana Missouri Nebraska New Mexico Texas Utah ADDENDUM NO. 2 RE: City of Kingman,

More information

MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : PROJECTS STP-1277(700)S

MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : PROJECTS STP-1277(700)S MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : 012777.00 PROJECTS ------------------------------ STP-1277(700)S COUNTY : ANDROSCOGGIN CONTRACT ID : 012777.00 MAINE

More information

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) Bid Form TxDOT CSJ No. 17HGRCKPT Project: Aransas County Airport - 2017 Hangar Project Project Description: Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1A

More information

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009

More information

Snow Removal Equipment Storage Building

Snow Removal Equipment Storage Building June 6, 2011 ADDENDUM 2 (Rev.1) For Snow Removal Equipment Storage Building URS Project No. 25338534 Prepared For 2933 Airport Blvd. Abilene, TX 79602 Prepared By URS Corporion 1950, North Stemmons Freeway

More information

SUBJECT: ADDENDUM #1 IFB # Taxiway A Rehabilitation - Bid Package 1 at Myrtle Beach International Airport (MYR) NOTICE of REVISIONS:

SUBJECT: ADDENDUM #1 IFB # Taxiway A Rehabilitation - Bid Package 1 at Myrtle Beach International Airport (MYR) NOTICE of REVISIONS: Office of Procurement Conway, SC 29526 3230 Hwy 319 E Conway, SC 29526 843.915.5380 (Ph) 843.365.9861 (Fx) TO: FROM: ALL INTERESTED PARTIES Kimberly Massie, CPPB, Director of Procurement DATE: May 31,

More information

Taxiways P and P7 Drainage Improvements Re-bid CONTRACT NO ADDENDUM NUMBER ONE

Taxiways P and P7 Drainage Improvements Re-bid CONTRACT NO ADDENDUM NUMBER ONE Department of Aviation Airport Office Building 8500 Peňa Boulevard Denver, Colorado (303) 342-2200 www.flydenver.com March 3, 2015 Taxiways P and P7 Drainage Improvements Re-bid ADDENDUM NUMBER ONE This

More information

STEUBEN COUNTY DEPARTMENT OF PUBLIC WORKS. 3 East Pulteney Square Bath, New York 14810

STEUBEN COUNTY DEPARTMENT OF PUBLIC WORKS. 3 East Pulteney Square Bath, New York 14810 STEUBEN COUNTY DEPARTMENT OF PUBLIC WORKS 3 East Pulteney Square Bath, New York 14810 County Route 22 over Canisteo River Bridge Replacement Project BIN 3333290 D035511 PIN 6755.06 ADDENDUM #1 October

More information

RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE 2 BRIDGE STRUCTURE EXTENSIONS. Manassas Regional Airport ADDENDUM NO. 2

RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE 2 BRIDGE STRUCTURE EXTENSIONS. Manassas Regional Airport ADDENDUM NO. 2 RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE 2 BRIDGE STRUCTURE EXTENSIONS Manassas Regional Airport ADDENDUM NO. 2 April 19, 2013 This Addendum is hereby made a part of the Contract Documents and Specifications

More information

BID FORM (LUMP SUM CONTRACT)

BID FORM (LUMP SUM CONTRACT) BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an

More information

DOCUMENT ADDENDA AND MODIFICATIONS

DOCUMENT ADDENDA AND MODIFICATIONS DOCUMENT ADDENDA AND MODIFICATIONS PART 1 1.1 PROCEDURE GENERAL A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. Modified June 20, 2017 Addenda and Modifications

More information

A D D E N D U M N O. 1

A D D E N D U M N O. 1 A D D E N D U M N O. 1 TO: PROJECT: All Prospective Bidders (LVJ) Signage, Gate and Pavement Marking Improvements TxDOT CSJ No. Project No. 007250 (0500.051.000) ISSUE DATE: October 25, 2017 The following

More information

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project

More information

ADDENDUM #1. The following sheets have been revised and are being reissued as part of this addendum:

ADDENDUM #1. The following sheets have been revised and are being reissued as part of this addendum: ADDENDUM #1 AIRFIELD IMPROVEMENTS EXTEND, MARK, AND LIGHT RUNWAY 6-24 AND TAXIWAY ALPHA REHABILITATE RUNWAY 6-24 at the LAKE WALES MUNICIPAL AIRPORT FAA AIP NO: TBD FDOT FM NO: TBD BID NO: 16-412 5/11/16

More information

CITY OF TACOMA Department of Public Utilities Tacoma Power

CITY OF TACOMA Department of Public Utilities Tacoma Power CITY OF TACOMA Department of Public Utilities Tacoma Power ADDENDUM NO. 1 DATE: August 4, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0130F TPU Eductor Waste Decant Facility NOTICE TO ALL

More information

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016 ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP #2017-01 NOTICE TO PROSPECTIVE BIDDERS June 7, 2016 Prospective bidders are hereby informed of the following corrections, additions, deletions, and/or modifications

More information

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed

More information

November 29, CITY OF PLANT CITY Purchasing Division (813)

November 29, CITY OF PLANT CITY Purchasing Division (813) November 29, 2018 CITY OF PLANT CITY Purchasing Division (813) 659-4270 IFB 18-014UM-LG 12-inch Water Transmission Main-Franklin St., Hancock St. and Terrace Drive West ADDENDUM No. 3 *Bidders are required

More information

ADDENDUM NUMBER FOUR

ADDENDUM NUMBER FOUR Department of Aviation Airport Office Building 8500 Peňa Boulevard Denver, Colorado (303) 342-2200 www.flydenver.com March 28, 2017 2017 Annual Airfield Pavement Rehabilitation CONTRACT NO. 201733182 ADDENDUM

More information

URS CORPORATION NY Contract No. C REPUBLIC AIRPORT RUNWAY 1-19 RUNWAY SAFETY AREA (RSA) IMPROVEMENTS ADDENDUM NO. 3 TO:

URS CORPORATION NY Contract No. C REPUBLIC AIRPORT RUNWAY 1-19 RUNWAY SAFETY AREA (RSA) IMPROVEMENTS ADDENDUM NO. 3 TO: URS CORPORATION NY Contract No. C015548 ADDENDUM NO. 3 TO: DATE: May 4, 2016 CONTRACT NO. C015548-S13-FRGRSA COUNTY: SUFFOLK IN THE LETTING OF May 16, 2016 NOTICE TO PROSPECTIVE BIDDERS The following Addendum

More information

Addendum No. 1 Issue Date: March 29, 2016

Addendum No. 1 Issue Date: March 29, 2016 Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South

More information

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project. TO: ALL HOLDERS OF CONTRACT DOCUMENTS FOR: City of Carlsbad, New Mexico Sanitary Sewer Interceptor 118 Upgrades Phase I Wade M. Chacon P.E. HDR Project Manager/Engineer Bid # 2016-32 ADDENDUM NUMBER ONE

More information

ANSWERS TO QUESTIONS RECEIVED THROUGH 1:00 PM ON MAY 24, 2018:

ANSWERS TO QUESTIONS RECEIVED THROUGH 1:00 PM ON MAY 24, 2018: ADDENDUM NO. 3 PROJECT NO. 43805 (PART A & B) PAGE 2 ANSWERS TO QUESTIONS RECEIVED THROUGH :00 PM ON MAY 24, 208: Q#32 Addendum # answered Question #7 indicating that an average depth of 3 feet for the

More information

NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH November 29, 2018 NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH To Holders of Bid Proposals: Please make the following clarifications, additions,

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

Bid Form. To the Texas Department of Transportation hereinafter called the Agent. Bid Form TxDOT CSJ No. 1809HILLS Project: 2017 Airport Improvements Project Description: Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal

More information

2018 Roadway Erosion Control CONTRACT NO ADDENDUM NUMBER TWO

2018 Roadway Erosion Control CONTRACT NO ADDENDUM NUMBER TWO July 27, 2018 2018 Roadway Erosion Control ADDENDUM NUMBER TWO This Addendum Number Two supersedes and/or supplements all portions of the Contract Documents with which it conflicts. Bidders must acknowledge

More information

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project 00900 ADDENDUM #1 Issued to: All Document Holders of Record Date: February 16, 2016 Project: Bayfield Waterline Replacement Project This Addendum forms a part of the Contract described above. The original

More information

ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO CONTRACT DOCUMENTS

ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO CONTRACT DOCUMENTS General Description: Date Prepared: November 1, 2017 (253) 604-6600 KHouse@Parametrix.com Bid Number: J2017-30 ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2017.02 Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 The following changes are made to the Proposal, Specifications and Plans: SPECIFICATIONS:

More information

YES, we received Addendum No. 1

YES, we received Addendum No. 1 TRANSMITTAL SHEET Date sent: Friday, April 6, 2018 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering Number of pages including this page: 36 CONFIRMATION

More information

ADDENDUM NO. 1. CITY OF FORT MORGAN CONSTRUCT RUNWAY BID AIP Project No March 7, 2014

ADDENDUM NO. 1. CITY OF FORT MORGAN CONSTRUCT RUNWAY BID AIP Project No March 7, 2014 ADDENDUM NO. 1 CONSTRUCT RUNWAY 14-32 BID AIP Project No. 3-08-0024-11 March 7, 2014 To all prospective bidders: This Addendum is hereby made a part of the Contract Documents and Specifications of the

More information

NOTICE TO OFFERORS ADDENDUM NO. 2 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

NOTICE TO OFFERORS ADDENDUM NO. 2 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH September 20, 2018 NOTICE TO OFFERORS ADDENDUM NO. 2 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH To Holders of Bid Proposals: Please make the following clarifications, additions,

More information

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified? ADDENDUM NO. 1 July 26, 2017 223837 RE: FROM: TO: CITY OF BARRE HMGP STORM DRAIN IMPROVEMENT PROJECTS DuBOIS & KING, INC. P.O. Box 339 Randolph, Vermont 05060 (802) 728-3376 Prospective Bidders This Addendum

More information

COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1

COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1 UPPER SKAGIT INDIAN TRIBE COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO. 1 (7 pages total) Issue Date: May 11, 2016 General: Recitations of each and every section of the bid documents impacted

More information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA ****************************************************************************************************

More information

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6 SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO. 18-4501 SOLICITATION NO. CO-00198 ADDENDUM 6 (September 10, 2018) To Respondent of Record: This addendum, applicable to work referenced

More information

E. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17

E. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17 S&L Gravel, Section B: Proposal Page 10701.0 - TRAFFIC CONTROL - LUMP SUM 1.00 $6,425.00 $6,425.00 $6,425.00 $10,000.00 10720.0 - TRAFFIC CONTROL SIGN - PORTABLE ARROW BOARD - DAYS 25.00 $25.00 $625.00

More information

Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014

Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014 Sunnyside Valley Irrigation District Addendum No. 1 Enclosed Lateral Improvements Projects 2010-2011 Issued: 8/30/2010 Contract 10-003: Regions 011, 013 & 014 Page 1 of 7 Sunnyside Valley Irrigation District

More information

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: April 22, 2009 To: Prospective Bidders/Plan Holders From: Abraham Campos, PE on behalf of City of El

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION CITY OF ALBANY Public Works Department ADDENDUM # ST-6-02 CROCKER LANE RECONSTRUCTION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and shall

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

ADDENDUM NO. 1 NOVEMBER 8, 2016

ADDENDUM NO. 1 NOVEMBER 8, 2016 SAN ANTONIO WATER SYSTEM C_13 BROADWAY CORRIDOR PROJECT SEWER REHABILIATION PACKAGE 2.C AND 4.C SAWS JOB NO. 15-45111 (2.C) & 15-4514 (4.C) SOLICITATION NO. CO-00097 ADDENDUM NO. 1 NOVEMBER 8, 2016 TO

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Northeast End Around Taxiway Package I East Air Freight Taxiway and Utilities

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Northeast End Around Taxiway Package I East Air Freight Taxiway and Utilities DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2 Northeast End Around Taxiway Package I East Air Freight Taxiway and Utilities CONTRACT NO. 9500623 February 23, 2018 The Request for Bids for the

More information

Forsyth County Procurement

Forsyth County Procurement August 1, 2017 Forsyth County Procurement Donna Kukarola, CPPO, CPPB, Procurement Director ADDENDUM #2 Bid 17-72-3340 For: Providing all materials, equipment and labor for the Jot em Down Road Water Tank

More information

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB #4320 2014 RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents

More information

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS TO: All Plan Holders and Prospective Bidders TITLE: Hills of Cedar Creek East Phase 2 PROJECT NO: LOCATION: OWNER: EGA181011 Council Bluffs, IA. City

More information

Job Order Sewer Repair Services

Job Order Sewer Repair Services Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified

More information

CARGO HARDSTAND IMPROVEMENTS. at Seattle-Tacoma International Airport BID PACKAGE. Addendum No. 3

CARGO HARDSTAND IMPROVEMENTS. at Seattle-Tacoma International Airport BID PACKAGE. Addendum No. 3 CARGO HARDSTAND IMPROVEMENTS at Seattle-Tacoma International Airport BID PACKAGE Addendum No. 3 MC-0317700 Primary Work Project #: 104648 Cargo 2 Hardstand Expansion (103801) Cargo 5 Hardstand Construction

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of a Partnership consisting of an Individual doing business as. TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction

More information

IFB # R Blythe Creek Grinder Pump Eliminations

IFB # R Blythe Creek Grinder Pump Eliminations IFB # 2019-015R Blythe Creek Grinder Pump Eliminations ADDENDUM No. 1 ISSUE DATE: October 10, 2018 *******************************************************************************************************************

More information

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds

More information

CITY OF TACOMA Department of Neighborhood and Community Services

CITY OF TACOMA Department of Neighborhood and Community Services CITY OF TACOMA Department of Neighborhood and Community Services ADDENDUM NO. 3 DATE: January 31, 2017 REVISIONS TO: Request for Bids Specification No. NC16-0353F On-Call Building Demolition NOTICE TO

More information

2. Insert Pre-Bid Meeting Minutes, and Sign-in Sheet before Technical Specifications.

2. Insert Pre-Bid Meeting Minutes, and Sign-in Sheet before Technical Specifications. June 7, 207 Addendum No. To Plans, Contract Documents and Specifications CNW TSTC Waco Airport Airfield Improvements - Stage III TxDOT CSJ No. 609TSTCW This addendum shall be a part of the Plans, Contract

More information

Bruce Powers, Park Analyst / Project Manager Parks & Recreation Department

Bruce Powers, Park Analyst / Project Manager Parks & Recreation Department 6.1 TO: FROM: SUBJECT: Kent Studebaker, Mayor Members of the City Council Bruce Powers, Park Analyst / Project Manager Parks & Recreation Department East Waluga Sports Fields Replacement Project DATE:

More information

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number: ADDENDUM # 01 Date: 5/4/2018 Reference: IFB Number: 118-22-5-11 The following questions were submitted for clarification and/or to request additional information. All questions that were submitted are

More information

2013 ANNUAL AIRFIELD PAVEMENT REHABILITATION CONTRACT NO ADDENDUM NUMBER TWO. Scope of this Addendum

2013 ANNUAL AIRFIELD PAVEMENT REHABILITATION CONTRACT NO ADDENDUM NUMBER TWO. Scope of this Addendum D E N V E R I N T E R N A T I O N A L A I R P O R T CONTRACT NO. 201208796 ADDENDUM NUMBER TWO Scope of this Addendum Addendum Number Two includes modifications to the following Contract Documents issued

More information

ADDENDUM NO. 1 APRIL 24, 2017

ADDENDUM NO. 1 APRIL 24, 2017 DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS

More information

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1 Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION CITY OF ALBANY Public Works Department ADDENDUM #1 ST-13-04-2014, MAIN STREET REHABILITATION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and

More information

Maine Turnpike Authority

Maine Turnpike Authority PAVEMENT REHABILITATION & CLEAR ZONE IMPROVEMENTS MM 80.7 TO MM 88.6 202.121 Removing Existing Concrete (6CY) 1.00 LS 202.127 Removing of Existing Bituminous Pavement (470 SY) 1.00 LS 202.202 Removing

More information

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc. www.mwaeng.com Mainelli Wagner & Associates, Inc. 6920 Van Dorn Street, Suite A, Lincoln, NE 68506 Phone: (402) 421-1717 Fax: (402) 421-6061 December 28, 2018 The Platte County Board of Supervisors will

More information

PAY QUANTITY NOTES INCLUDES CU. YDS. FOR DRIVEWAYS, RETURNS, DIKES, AND MISCELLANEOUS EARTHWORK WHERE NO QUANTITY IS SHOWN ON P & P SHEETS.

PAY QUANTITY NOTES INCLUDES CU. YDS. FOR DRIVEWAYS, RETURNS, DIKES, AND MISCELLANEOUS EARTHWORK WHERE NO QUANTITY IS SHOWN ON P & P SHEETS. PAY QUANTITY NOTES (F-1) (F-2) (F-3) (F-4) (F-5) (F-6) (F-7) (F-8) (F-9) (F-10) (F-11) (F-12) (F-13) (F-14) (F-15) (F-16) (F-17) (F-18) (F-19) INCLUDES CU. YDS. FOR DRIVEWAYS, RETURNS, DIKES, AND MISCELLANEOUS

More information

CHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) TEMI DRIVE CONSTRUCTION

CHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) TEMI DRIVE CONSTRUCTION CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 October 7, 2014 ITB NO. 15-10 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES)

More information

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002)

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002) BID TABULATION SUMMARY JOB 940094 PAGE 1 STATE PROJECT NO. 162-080-04 BIDS RECEIVED UNTIL 11:00 A.M. ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002) BETWEEN 2ND STREET NORTH AND 15 STREET NORTH IN ST.

More information

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction and Invitations to Bidders, the undersigned

More information

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater

More information

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number)

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number) EXHIBIT A CONTRACTOR'S COMPENSATION SCHEDULE FOR ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / 50103-000-4150 (Budget Account Number) ITEM NO. P-S-F DESCRIPTION QTY

More information

ADDENDUM #1 ISSUE DATE: WEDNESDAY, MARCH 16, 2016 BID DATE: TUESDAY, MARCH 22, 2016 AT 12:00 PM (NOON)

ADDENDUM #1 ISSUE DATE: WEDNESDAY, MARCH 16, 2016 BID DATE: TUESDAY, MARCH 22, 2016 AT 12:00 PM (NOON) PROJECT #: 150081 CLIENT: PROJECT TITLE: CITY OF WILMINGTON, OH AIRBORNE CONNECTOR ROAD, PHASE 1 ISSUE DATE: WEDNESDAY, MARCH 16, 2016 BID DATE: TUESDAY, MARCH 22, 2016 AT 12:00 PM (NOON) THIS IS TO CERTIFY

More information

PIERCE COUNTY INVITATION TO BID NUMBER 1958 DRAINAGE MATERIALS & MISCELLANEOUS ITEMS

PIERCE COUNTY INVITATION TO BID NUMBER 1958 DRAINAGE MATERIALS & MISCELLANEOUS ITEMS To furnish Pierce County Road Maintenance with various types of polyethylene and concrete pipe and other miscellaneous items as needed. Quantities shown are estimated yearly requirements, and will be ordered

More information

DECEMBER 5, 2017 AT 2:00 P.M. (EASTERN TIME) (Estimated Cost: $5,000,000) Bids

DECEMBER 5, 2017 AT 2:00 P.M. (EASTERN TIME) (Estimated Cost: $5,000,000) Bids General Info Number: PROJECT NO. 43-17-04 : BRIDGE DECK REPAIR AND BRIDGE REMOVAL OHIO TURNPIKE OVER QUARRY ROAD, M.P. 138.0 OHIO TURNPIKE OVER INACTIVE RAILROAD, M.P. 138.2 LORAIN COUNTY, OHIO Deadline:

More information

BID FORM - LUMP SUM BID

BID FORM - LUMP SUM BID BID FORM - LUMP SUM BID PROJECT: Livingston Northside Park and Soccer Fields Phase 1 Construction LOCATION: Livingston, Montana Ladies & Gentlemen: Pursuant to and in compliance with the Advertisement

More information

Replace BID SCHEDULE with attached revised BID SCHEDULE.

Replace BID SCHEDULE with attached revised BID SCHEDULE. CONTRACT ADDENDUM Project: 9 st Ave SE & 4 th Street SE Sidewalk Improvements Project No: 00 Addendum No: Date: 0 September 0 Addendum: Replace BID SCHEDULE with attached revised BID SCHEDULE. Section

More information

YES, we received Addendum No. 1

YES, we received Addendum No. 1 TRANSMITTAL SHEET Date sent: Friday, May 03, 2013 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering Number of pages including this page: 26 CONFIRMATION

More information

All Prospective Bidders. Date: Wednesday, November 29, 2017

All Prospective Bidders. Date: Wednesday, November 29, 2017 ADDENDUM NUMBER TWO TO BIDDING AND CONTRACT DOCUMENTS FOR RUNWAY 5R-23L REHABILITATION PROJECT - CONSTRUCTION PHASE 1 PIEDMONT TRIAD INTERNATIONAL AIRPORT GREENSBORO, NORTH CAROLINA TO: All Prospective

More information

Table of Contents for Guide Specifications

Table of Contents for Guide Specifications Table of Contents for Guide Specifications 01270A Measurement and Payment 01355A Environmental Protection 01356A Storm Water Pollution Prevention Measures 01421 Basic Storm Water Pollution Prevention Plan

More information

For Addendum No. 6 Revised Bid Form Page 1 of 7. Revised Bid Form

For Addendum No. 6 Revised Bid Form Page 1 of 7. Revised Bid Form For Addendum No. 6 Revised Bid Form Page 1 of 7 Revised Bid Form Deliver bid to: CITY OF FREDERICK PURCHASING DEPARTMENT 111 AIRPORT DRIVE EAST FREDERICK MARYLAND 21701 CITY OF FREDERICK WWTP ENR UPGRADE

More information

extrudesection 00301 BID FORM PROJECT IDENTIFICATION: CONSTRUCTION OF PROPOSED DRAINAGE IMPROVEMENTS THIS BID IS SUBMITTED TO: THE CITY OF FREDERICKSBURG, TEXAS, herein after referred to as OWNER. 1. Enter

More information

CITY OF TACOMA Department of Public Utilities - Water Division

CITY OF TACOMA Department of Public Utilities - Water Division CITY OF TACOMA Department of Public Utilities - Water Division ADDENDUM NO. 1 DATE: October 12, 2015 REVISIONS TO: Request for Bids Specification No. WD15-0133F Water Main Replacement Project No. MRP 2014-27,

More information

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1 CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT- ENGINEERING DIVISION ADDENDUM DATE: 10/12/15 PROJECT: BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: 41506 BID DATE: 10/27/15 ADDENDUM

More information

2019 Annual Airfield Pavement Rehabilitation CONTRACT NO ADDENDUM NUMBER ONE

2019 Annual Airfield Pavement Rehabilitation CONTRACT NO ADDENDUM NUMBER ONE February 13, 2019 2019 Annual Airfield Pavement Rehabilitation CONTRACT NO. 201947110 ADDENDUM NUMBER ONE This Addendum Number One supersedes and/or supplements all portions of the Contract Documents with

More information

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 The original Contract Documents entitled BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT are amended

More information

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum Page 1 of 6 DESIGN STANDARDS FOR: MEASUREMENT AND PAYMENT Where bids are utilities for construction, repair or alteration for Public Work park projects, the following bid item descriptions and units of

More information