DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

Size: px
Start display at page:

Download "DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR"

Transcription

1 DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR TAXIWAY Y BRIDGE REINFORCEMENT FOR GROUP VI AIRCRAFT CONTRACT NO November 30, 2017 The Request for Bids for the above is hereby revised as follows: Technical Specification Revisions 1. N/A 1. N/A Plan Sheet Revisions Schedule Revisions 1. Revised Deadline for Questions from November 17, :00pm to December 13, :00pm. 2. Revised issue Addenda Deadline from November 27, 2017 to December 22, Revised Bid Opening Date from December 4, :30am to January 8, 2018, 1:00pm. 4. Revised Airport Board Action from January 2018 to February Revises Estimated Notice to Proceed from January 2018 to February RFB Revisions 1. Appendix 1 Bid Detail is replaced with the attached and revised as detailed below: a. Paragraph 5) is changed to correct the Prevailing Wage Rates from TX to TX b. Paragraph 14) is revised to include acknowledgement of this Addendum No Appendix 8 Solicitation Schedule has been replaced with the attached and revised as detailed in this Addendum No.2 Schedule Revisions. Contract No Page 1 of 7 Addendum No.2 11/30/17

2 Solicitation Questions (Q) and Answers (A) 1. (Clarification) Additional questions where received and are in review to be incorporated into Addendum No (Q) With reference to Sheet SS110 the table of quantities shows 44,700 lbs of structural steel. Where is the bid item for this structural steel quantity? (A) The amount of Structural Steel (44,700) is the combined weight of the Stiffeners and the Shear Studs. The actual amount is broken-out in Bid Items 25 & (Q) Does the approach slab quantity include the inlet quantities? 4. (Q) Will the reinforcing steel for the Bridge Deck and Curb be Epoxy coated? 5. (Q) How will the airport handle the request for a lane closure that might conflict with a lane closure of an adjacent project? Will there be a priority of which project will be given precedence among the various ongoing projects in the area? (A) Coordination between adjacent projects will be required as identified in specification section (Q) - Reference bid item 5 - Permanent Pavement marking 18,000 SF - please provide information on how the pay quantity was determined. Our calculations do not coincide with the pay item amount. (A) - Quantities include limits shown on Sheet G 105 and detailed on Sheet G (Q) - Specification Section " Part 3.03 A. 1.a discusses compensation for outside rentals. The section only allows for additional rental time, but if the work is suspended and the contractor loses that shift of production, will the Airport compensate the contractor for additional costs such as mobilizations and any consumables that are a direct result of such cancellation of the work assuming that the contractor can prove such costs? (A) Payment for materials is defined in Technical Specification Section Standby Time Allowance, 2.1 Payment for Impact to Materials. Additional Compensation for crew time is defined within each subsection of 3.03 Additional Compensation. 8. (Q) - Reference Specification Concrete Slurry Waste - Please provide the approved method of disposing of concrete slurry waste in either liquid form or hardened form. (A) Contractor shall dispose of slurry waste in accordance with specification , Construction Waste Management and Disposal. 9. (Q) - Numerous locations (specifically on plan sheet G103) reference "Contractor", "PM", and "CM". Would you please identify who each of these references are. (A) See Specification , Contacts. 10. (Q) - Plan sheet G103 General Note #8 references "The West Cargo Gate Access Code 136 Matrix Curriculum". Please provide this curriculum and all other requirements for using gate 148/149. (A) Go to and click West Cargo Driver Certification. Contract No Page 2 of 7 Addendum No.2 11/30/17

3 11. (Q) - Reference the welding and installation of girder stiffeners. Is testing of the welds for the girder stiffeners required? If yes, please provide test method and indicate if contractor is to pay for these tests. (A) Welding test requirements are indicated in TxDOT Specification (Q) - Will construction equipment be allowed to travel across the bridges prior to demolition of the bridge decks? Will construction equipment be allowed to travel across the bridges after the new concrete has been placed and achieved the design strength? (A) Yes to both questions. 13. (Q) - Does the debris shield need to remain in place until the new concrete deck has been placed? See Sheet SS 105, Note (Q) - Can you get from abutment to abutment inside the steel tub girders? Is there access through the 54 transverse girder web, located at each bent? (A) Refer to the existing bridge plans uploaded via Addendum #1. However, the Contractor must verify the access in the field. 15. (Q) - In calculating compensation for Standby Labor, is the contractor to use the rates as documented on the certified payrolls? 16. (Q) - Please reference details "Curb Section" and Section AA of Sheet SS109, Section B of Sheet SS115 (specifically for the Approach Slab curb Section), and Sections AA and BB of Sheet ES301. Each sheet shows a different type of construction joint for the curb section. Understanding that Section B of Sheet SS115 is for the approach slabs, can we use this same construction joint sequence for the entire bridge section? If not, please confirm which detail should be used for the bridge section of curb and light sections. (A) The Curb Sections shown on sheet SS 109 match those shown on ES 301. On sheet SS 109, Section A-A is taken at a light support; the Curb Section is typical elsewhere. 17. (Q) - Please reference specification section A1 concerning coordination with DART. This sections specifically states that the contractor should allow 90 days for coordination with DART for submittal and approval of work plans and protection of DART facilities for "High Risk Activities". The project milestones only allow for 60 days of upfront time to coordinate with DART for approval of debris shields, "Right of Entry" document execution, etc., and no work on the project may be started that falls within the 45LF work zone on each side of the DART Tracks (90' total which is the 40 ROW plus 25lf each side). Does DFW Airport intend to start tracking time on the contract before DART approves the debris shield design and work plans if the coordination with DART effort goes beyond the 60 day allowable window as specified in the contract? 18. (Q) - Will all subcontractors be required to have the AOA level of insurance outlined in section 3.0 D of the Special provisions shown on page SP-20. (A) - Yes, in accordance with the agreement, the prime contractor accepts the responsibility of insuring all of their subcontractors and subcontractors thereof are in compliance with the insurance terms of the agreement. Contract No Page 3 of 7 Addendum No.2 11/30/17

4 19. (Q) - Where will the work of removing and reinstalling the blast shield be paid for? (A) The work related to the first blast shield panel labeled as transition panel on sheet SS 105 will be paid for under bid item SP-TX-496-DFW (Q) - Where should the work for fabricating and Installing the angle-bent plate combination shown on detail A (shaded red in the illustration) be paid for? (A) This is included in the Structural Steel weight shown on SS (Q) - The 20% DBE goal for this project appears unrealistic considering the scope of the project. This is especially true since 20% of the project volume is tied up in allowances. Would DFW consider lowering the goal to 10% which will still be difficult to achieve. (A) Under Part 26, BDDD establishes a contract-specific goal for each Contract. The specific goal for this Contract is stated in the Advertisement and Invitation to Bid. In order to comply with the proposal requirements of Part 26, a Contractor must either meet the DBE contract-specific goal or demonstrate that the Contractor has made sufficient good faith efforts to meet the specific goal. If the Contractor will not meet the DBE goal, it shall nevertheless be eligible for award of the Contract if it can demonstrate to BDDD that it has made good faith efforts to meet the DBE goal. This good faith effort documentation must be submitted with the Contractor's bid or proposal. 22. (Q) - What are the requirements for fire watch in order to obtain a permit from the DFW Department of Public Safety for hot work activities (cutting, welding, grinding, or open flame operations) as noted in specification Summary of Work? (A) Go to and click Contractors Hot Work Permit. Contract No Page 4 of 7 Addendum No.2 11/30/17

5 23. (Q) - Technical Spec P-620 Runway and Taxiway Marking requires the new concrete bridge deck to cure for 8 to 12 weeks before installing permanent markings. Is it acceptable to install temporary markings in order to open the Taxiway in the required 210 calendar days and install the permanent markings before Final Contract Completion? However all temporary markings will be considered incidental to P (Q) - Appendix A in the Technical Specs, item #12 requires Contractor to pay DART for actual costs DART incurs related to or arising out of the work. Please specify the costs that DART will incur relating to the work. (A) Costs required for this work will be included in bid item (Q) - Plan sheet SS 106 does not show dimensions of the top flanges, lengths of the new angle, and does not provide a scale. In order to accurately account for the amount of surface prep and welding on the project will the Airport provide shop drawings of the existing tub girders to the bidders? (A) See existing bridge plans uploaded via Addendum #1 for information pertaining to the existing bridge. 26. (Q) - Plan sheet SS 106 shows end treatments to the existing plates and stiffeners on the exterior girders that do not receive new stiffener extensions. Is this work required or is it an error? (A) The required limits of work are shown correctly on the plans. 27. (Q) - If we are working can crane booms be in the air at night as long as they are properly lighted. (A) No. Refer to plan sheet G 106 notes 8 and (Q) - Will The analysis of the DBE s availability that DFW referenced in the prebid be available. (A) BDDD and the Texas Department of Transportation (TxDOT) maintain a current listing of certified DBEs. Bidders and proposers must utilize these Directories to assist them in locating DBEs for the work required on the Contract. The DBE Directories are located at: (Q) - Are the 1000 per hour taxiway and the 17,000 per day substantial completion additive to make $41,000 per day total for missing substantial completion. (A) Liquidated Damages are defined in the Special Provisions 1.0 Liquidated Damages Construction under items A, C, and D. Each is separate and independent from each other. 30. (Q) - Reference Bid Item 41 - Debris Shield & DART Allowance: Specification TX-496-DFW describes the requirement for the debris shield over the DART Light Rail lines to be approved by DART, do the remainder of the debris shields need to be approved by DART? (A) No. 31. (Q) - Will DBE certification status be determined as of the bid date or the contract execution date? (A) - The Contractor must submit a properly completed DBE certificate or letter, with all required attachments, for all DBEs proposed to be utilized as subcontractors or suppliers to meet the Contract goal at the time of bid/proposal submission. A firm must be certified as a DBE by the TUCP at the Contract No Page 5 of 7 Addendum No.2 11/30/17

6 time of bid or proposal submission to be counted towards meeting the goal for purposes of determining Contract award. 32. (Q) - Will selected DBEs be required to maintain DBE certification through completion of their work on the project to receive credit for DBE participation? (A) - The Contractor shall not count the dollar value of work performed under a Contract with a firm after it has ceased to be DBE certified, except where the DBE is no longer certified because it has exceeded the size standard, pursuant to 49 C.F.R (j)(3) or applicable regulation 33. (Q) - Please see Sheet SS 107, detail called out as Weld Repair. Please provide elevations of both sides of the tub girder web - to - transverse girder connection so that we may determine if there are any stiffeners, bolts or other interferences to accomplish this work as well as take off the possible length of cracked weld. (A) See existing bridge plans uploaded via Addendum #1 for information pertaining to the existing bridge. 34. (Q) - Please see Sht. 105 Debris Shield Schematic. Please provide original shop drawings and/or erection drawings of the steel tubs so that we may calculate the sf of debris shield. It is important that we determine the cant of the girder webs and avoid interference with internal stiffeners. (A) See existing bridge plans uploaded via Addendum #1 for information pertaining to the existing bridge. 35. (Q) - Please see Sht. SS 106, Sections A-A and BB. Please provide shop drawings of typical tub girders to determine the length of the new reinforcing angle 2-1/2 x 2-1/2 x 1/2. (A) See existing bridge plans uploaded via Addendum #1 for information pertaining to the existing bridge. 36. (Q) - Can you provide a plan view of the two bridges showing locations of access holes to the inside of the tubs so that we may drill holes from the inside of the tubs for the shielding for safety reasons? (A) See existing bridge plans uploaded via Addendum #1 for information pertaining to the existing bridge. 37. (Q) - Does the debris shield need to remain in place until the new concrete deck has been placed? 38. (Q) - At the prebid meeting, it was mentioned that DFW will require certain contractor personnel (escorts?) to have radio communications. Please advise us what radio system is required, who is required to have radio communications, radio purchase and or lease cost, what training is required to operate the radios and any associated costs. (A) Radio communication is only required for aircraft movement area access for use by CMAEs and flaggers. See specification for additional requirements. 39. (Q) - Does the independent estimate of $10,217,275 referenced in the Instructions to Bidders include the $2,125,000 for the allowances as shown on the bid form? Contract No Page 6 of 7 Addendum No.2 11/30/17

7 40. (Q) Please confirm that DFW Airport is only accepting DBE Firms that are certified with NCTRCA and TXDOT for the above captioned project, correct? We are looking at other DBE firms but are certified with the City of Houston. Just want to make sure we get this right? (A) A DBE must be certified as a DBE by an approved entity of the Texas Unified Certification Program at the time of bid or proposal submission to be counted towards meeting the contractspecific goal. Other certifications are not acceptable. Contract No Page 7 of 7 Addendum No.2 11/30/17

8 Appendix 1 Bid Detail Contract No Taxiway Y Bridge Reinforcement for Group VI Aircraft 1) This is a solicitation for bids on the construction of the project detailed in the contract documents of Appendix 5 The Agreement. The Contractor shall be responsible for reviewing all existing conditions associated with the work prior to commencement of work activities. 2) The Board reserves the right to reject any bid for any reason, including if, on the face of the bid received, it is clear that acceptance of the bid would not comply with any applicable bidding laws, rules, or regulations. 3) The undersigned Contractor, declares that the only person or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion with any other person, firm, or corporation; that he has carefully examined the Bid Requirements, all incorporated references and Appendices, and the conditions and classes of materials of the Work; and will provide all the necessary supervision, labor, machinery, tools, supplies, equipment, transportation and other facilities, apparatus, and other means of construction and will do all the Work and furnish all the materials called for by such, in the manner prescribed therein and according to the requirements therein set forth, and to perform all other obligations imposed by the Contract Documents for the prices named in the Bid Schedule hereinafter appearing. 4) It is understood and agreed that if awarded the Contract, the Work will commence within ten (10) calendar days after the date of the Notice to Proceed and that the total Work will be completed in accordance with the Schedule of Construction set forth herein. 5) It is further understood that the Prevailing Wage Rates TX revised 01/06/2017, issued by the Department of Labor as established by law are to govern the Work. The Contractor certifies that he has examined the wage rate determination and that prices bid are based on compliance with said determination. 6) Accompanying this Bid is the required Bid Guaranty consisting of Bid Bond or Cashiers' Check in the amount of five percent (5%) of the total Bid, or in the case of bid alternates, five percent (5%) of the highest total Bid. The certified check accompanying a Bid shall be returned to the Contractor upon execution of the Contract. 7) In the event of the award of a Contract, the undersigned will deposit with the Board a Contract Performance Bond and a Payment Bond as required by the Contract Documents, guarantying faithful performance of the Contract, and any payment of all labor, materials and other sundry items, in accordance with the Contract Documents, and will deliver certificates of insurance evidencing insurance required by the Contract Documents. 8) The Work proposed to be done shall be fully completed and finished to the entire satisfaction of the Board. 9) The undersigned certifies that the price contained in this Bid has been carefully reviewed and is submitted as correct and final. 10) In conformity with the Special Provisions, the amount of liquidated damages for this Contract shall be as shown in Article 1.0, of the Special Provisions. 11) Ancillary/Integral Professional Services Contractor certifies that in selecting an architect, engineer or land surveyor, etc., to provide professional services, if any, that are required by the specifications, Contractor shall not do so on the basis of competitive bids but shall make such selection on the basis Contract No Page 9 of 25 Rev 03/02/17 Request for Bid

9 of demonstrated competence and qualifications to perform the services in the manner provided by Section of the Texas Government Code. 12) Certification of compliance with the provisions of Section of the Texas Government Code: 13) Certificate Regarding Debarment And Suspension By submitting a bid/proposal under this solicitation, the Contractor or offeror certifies that at the time the Contractor or offeror submits its bid/proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. 14) Receipt is hereby acknowledged of the following Addenda to the Contract Documents: Addendum No. 1 Date Received 11/06/17 Addendum No. 2 Date Received 11/30/17 Addendum No. 3 Date Received Addendum No. 4 Date Received Addendum No. 5 Date Received Ack. By Ack. By Ack. By Ack. By Ack. By 15) Summary of Bid a. Base Bid Contractor agrees to construct Contract No , Taxiway Y Bridge Reinforcement for Group VI Aircraft, in accordance with the contract terms, plans and specifications and to complete the work within Two Hundred Seventy (270) consecutive calendar days for substantial completion (which includes Sixty (60) consecutive calendar days for mobilization), with an additional Sixty (60) consecutive calendar days for final completion, from the date set forth in the Notice to Proceed in accordance with the Bid Schedule and Unit Prices attached hereto, for the following amount: BASE BID PRICE: Separate Cost Breakdown (for Tax Exemption Information) Materials to be Incorporated... $ All Other Costs... $ Total Base Bid... $ DOLLARS and /100 ($. 16) The contract, if awarded, shall be to the lowest responsive, responsible Contractor whose bid, conforming with all materials terms and conditions of the invitation for bids, is the lowest in price. 17) When alternates are used, the Board reserves the right to Contract for any combination of Base and or Alternates stated, or none of the above. Contractor must bid on the base and all alternates. Bids addressing only the base or alternate items will be considered non-responsive. 18) The Contractor shall complete the following statement by checking the appropriate space. a. The Contractor has has not participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order b. The Contractor has has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. Contract No Page 10 of 25 Rev 03/02/17 Request for Bid

10 c. If the Contractor has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Contractor shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1" prior to the award of contract. d. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee,1800 G Street, Washington, DC e. ( ) The below listed firm is a Disadvantaged Business Enterprise (DBE / M/WBE). NAME OF CONTRACTOR/CORPORATION: CONTRACTOR'S ADDRESS: CITY, STATE, ZIP: PHONE NO.: PRINTED NAME & TITLE OF PERSON SIGNING BID FEDERAL I.D. NUMBER SIGNATURE: (Seal, if bid by a Corporation) Contract No Page 11 of 25 Rev 03/02/17 Request for Bid

11 Appendix 8 Solicitation Schedule Advertisements Bid Documents, Plans and Specifications available on website Pre-Bid Conference DCC Rm 112 Site Visit after Conference Taxiway Y Bridge Reinforcement for Group VI Aircraft CONTRACT NO September 29, 2017 August 1, 8, 15, 2017 September 29, 2017 October 10, 2017, 3:00pm Deadline for Questions November 17December 13, 2017, 5:00pm Issue Addenda (if applicable) November 27December 22, 2017 Bid Opening DCC Rm 112 December 4, 2017, 10:30am January 8, 2018, 1:00pm Airport Board Action January February 2018 Estimated Notice to Proceed January February 2018 Estimated Contract Duration 330 Calendar Days Bid Packages in response to this RFB must be received by Board s Program Solicitation Manager, Travis Sanderfer, at the following address: Design, Code and Construction Department, 3003 South Service Road, DFW Airport, Texas 75261, no later than listed due date and time above. Any Bid Package received after this time will not be considered and will be rejected and returned. Solicitation Questions All s must be addressed to DFWAirportSolicitations@DFWAirport.com and include in the Subject Line Questions Regarding Agreement No Taxiway Y Bridge Reinforcement for Group VI Aircraft. Questions received after the designated submittal date will not be considered. Contract No Page 25 of 25 Rev 03/02/17 Request for Bid

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 01. Terminal D Expansion Joints Rehabilitation CONTRACT NO

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 01. Terminal D Expansion Joints Rehabilitation CONTRACT NO DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 01 Terminal D Expansion Joints Rehabilitation CONTRACT NO. 9500663 February 15, 2019 The Request for Bids for the above is hereby revised as follows:

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

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 February 07, 2017 ITB NO. 17-17 MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

Aircraft Auto Docking Contract No /16/07 ADDENDUM No. 2 Page 1 of 11

Aircraft Auto Docking Contract No /16/07 ADDENDUM No. 2 Page 1 of 11 Monday, October 15, 2007 Dallas-Fort Worth International Airport Board ADDENDUM NO. 2 To the Request for Proposals Contract No. 9500311 Aircraft Auto Docking THE REQUEST FOR PROPOSALS (RFP) FOR THE ABOVE

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

Steve A. Kent Purchasing Agent (870)

Steve A. Kent Purchasing Agent (870) City of Jonesboro Invitation to Bid - Not an Order P.O. Box 1845 300 South Church St. Rm 421 (72401) Purchasing Office Jonesboro, Arkansas 72403 Bid No. 2017:08_ Date February 11, 2017 Sealed bids, subject

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019 DENNIS M. LARIOS, P.E. CHRISTOPHER J. ZELL, L.L.S. Lic. No. 58747 Lic. No. 49629 BRINNIER and LARIOS, P.C. PROFESSIONAL ENGINEERS & LAND SURVEYORS 67 MAIDEN LANE DESIGN KINGSTON, NEW YORK 12401 SUBDIVISIONS

More information

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement. MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included

More information

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4 RE: ITB: PORTLAND COMMUNITY COLLEGE 12000 SW 49 th Avenue Portland, Oregon 97219 Sylvania Campus Bookstore Remodel Dated: February 22, 2017 April 11, 2017 ADDENDUM NO. 4 This addendum, together with the

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

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

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. FOUR Date: 07.17.17 Project: REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA A4.1 GENERAL

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

SECTION BID FORM. Garfield Street Drainage Improvements

SECTION BID FORM. Garfield Street Drainage Improvements SECTION 00410 BID FORM Garfield Street Drainage Improvements ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: City of Lindsborg, Kansas City Clerk s Office 101 S. Main Street Lindsborg, KS 67456

More information

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER CONTRACTOR

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

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax ADDENDUM 707 Minnesota Ave., Suite 506 Kansas City, Kansas 66101 Tel. 913.287.1900 Fax. 816.300.4102 www.wskfarch.com A r c h i t e c t u r e I n t e r i o r D e s i g n I l l u s t r a t I o n P l a n

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

A new Proposal Form is being issued with this Addendum, the following is an explanation of the changes, disregard originally issued form.

A new Proposal Form is being issued with this Addendum, the following is an explanation of the changes, disregard originally issued form. Courtyards Phase ADDENDUM NO. 1 May 2, 2016 PROJECT: Courtyards at the Oaks Phase 2 Paving & Incidental Drainage Improvements BID DATE: Tuesday, May 3, 2016, at 2:00 PM City Hall, City of Derby 611 Mulberry

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

ADDENDUM NO. 1. City of Fort Worth

ADDENDUM NO. 1. City of Fort Worth 00 0 - ADDENDA Page of 8 9 0 8 9 0 8 9 0 8 9 0 ADDENDUM NO. PROJECT: Federal Aid Project Number: CM 00 (80) CSJ: 090 8 CITY PROJECT NUMBER: 00 OWNER: City of Fort Worth CONSULTING ENGINEERS: Freese and

More information

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018 Sud Associates, P.A. Consulting Engineers Flat Iron Building, Suite 706, 20 Battery Park Avenue, Asheville, NC 28801 (828) 255-4691 Fax: (828) 255-4949 Ish Sud, Ph.D., P.E., President Fellow ASHRAE, LEED

More information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

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

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SOLICITATION NO.: B-10-031-MF SAWS JOB NO. 07-6500 DESCRIPTION: DOS RIOS WATER RECYCLING

More information

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 3 of 26 Addendum #1, RFB 16-217-05-17, May 13, 2016 be furnished to all bidders as an amendment to the solicitation, if such information

More information

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School.

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School. ADDENDUM #1 Date: 7/24/2013 Project: Window-Door Replacement/Repair Kiser Middle School 716 Benjamin Parkway, Greensboro, NC Number of Pages: The following corrections, changes, additions, deletions, revisions,

More information

ADDENDUM No. 2. ITB No GEDDES DAM GATE RECOATING AND REPAIRS. Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time)

ADDENDUM No. 2. ITB No GEDDES DAM GATE RECOATING AND REPAIRS. Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time) ADDENDUM No. 2 ITB No. 4564 GEDDES DAM GATE RECOATING AND REPAIRS Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be made to the

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE ADDENDUM NO. B TO THE BID DOCUMENTS, dated 1/5/16 FOR THE CVUSD M&O/WAREHOUSE/PRINTING SERVICES TENANT IMPROVEMENT 667 Building & 750 Building #DO-15C1024 & #DO-15C1026 CONEJO VALLEY UNIFIED SCHOOL DISTRICT

More information

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas REQUEST FOR QUOTES (RFQ) for Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas Description Personnel Services for Subsidized Employment for Workforce Customers Arbor E & T,

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West 525 South Lawrence Street Montgomery, Alabama 36104 Attic Insulation at Gibbs Village East & West IFB Number 2019-03 TYPE OF PROJECT: Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East

More information

The Bid Date has changed to 03/16/2010 at 2:30 PM.

The Bid Date has changed to 03/16/2010 at 2:30 PM. , Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)

More information

Project Location: 2220 E. League City Parkway, League City, Texas 77573

Project Location: 2220 E. League City Parkway, League City, Texas 77573 DOCUMENT 00020 - INVITATION TO BIDDERS TO FROM ALL INVITED BIDDERS Houston Methodist Medical Office Buildings 6550 Fannin Street, Suite SM201 Houston, Texas 77030 The bidders list for this Project has

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

Newport News Public Schools

Newport News Public Schools PURCHASING DEPARTMENT Newport News Public Schools 757-591-4525/ FAX 757-591-4634 12465 WARWICK BOULEVARD NEWPORT NEWS, VIRGINIA 23606-3041 Addendum #2 TO: RE: ALL BIDDERS IFB #012-0-2016LC Carver ES HVAC

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF

More information

BIDDERS HANDOUT Please provide to all bidders who inquire about the City of Granite Shoals Quarry Parks Projects

BIDDERS HANDOUT Please provide to all bidders who inquire about the City of Granite Shoals Quarry Parks Projects IN IN ORDER ORDER TO TO SUBMIT SUBMIT COMPLETE COMPLETE BID, BID, FULL FULL BID BID PACKAGE PACKAGE MUST MUST BE BE REQUESTED REQUESTED FROM FROM CITY CITY HALL HALL BIDDERS HANDOUT Please provide to all

More information

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center. ADDENDUM #2 Design/Build Contractor RFP Bid #0606-14 for the Joint-Use 21 st Century Post-Century Education Center SJECCD California July 7, 2014 SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San

More information

REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities. Advertisement for Bids

REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities. Advertisement for Bids REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities Advertisement for Bids Bell County Water Control & Improvement District No. 1 (District) is soliciting Request for Bids for asphalt paving and

More information

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS April 2, 2011 INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS This project is partially funded with federal-aid highway funds, and is subject to the requirements for participation of Disadvantaged

More information

Minority/Women Business Enterprise (M/WBE) Compliance Guidelines and Forms

Minority/Women Business Enterprise (M/WBE) Compliance Guidelines and Forms Minority/Women Business Enterprise (M/WBE) Compliance Guidelines and Forms To be completed and signed by the Prime Vendor/Contractor Bid/RFP : Title: Company Name: Company Address: City: State: Zip: Contact

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

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY (Company Name) Port Commissioners Port of Corpus Christi Authority P. O. Box 1541 Corpus Christi,

More information

THE CITY OF MT. PLEASANT, MICHIGAN

THE CITY OF MT. PLEASANT, MICHIGAN THE CITY OF MT. PLEASANT, MICHIGAN CITY HALL 320 W. Broadway 48858-2312 (989) 779-5300 (989) 773-4691 fax PUBLIC SAFETY 804 E. High 48858-3595 (989) 779-5100 (989) 773-4020 fax PUBLIC WORKS 1303 N. Franklin

More information

Terminal A Flyover & TRIP Bridge Retro Contract Number

Terminal A Flyover & TRIP Bridge Retro Contract Number Terminal A Flyover & TRIP Bridge Retro Contract Number 9500632 10.03.18 1 Agenda Pre-Bid Conference Presentation Solicitation Logistics, RFB review, BDDD 02:00-02:30 Project Details 02:30-03:00 Break 03:00-03:15

More information

Questions and Answers Project RFQ Bond Program Management Services

Questions and Answers Project RFQ Bond Program Management Services Purchasing Department 4343 IH-30 Mesquite, Texas 75150 March 4, 2019 ADDENDUM NO. 1 RFQ No. 12536 Bond Program Management Services District Service Center 4343 IH-30, West Building Mesquite, TX 75150 Deadline/Due

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

ENGINEERING BUILDING ROOF REPLACEMENT

ENGINEERING BUILDING ROOF REPLACEMENT ENGINEERING BUILDING ROOF REPLACEMENT SOLICITATION NO. 2017-06 March 13, 2017 St. Clair County, Illinois, through the Public Building Commission (herein after referred to as OWNER ), hereby gives notice

More information

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131 CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS City of Des Peres 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer January 2011 1 CONSTRUCTION DOCUMENTS I. Bid Announcement

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

ADVERTISEMENT TO BID PARTIAL

ADVERTISEMENT TO BID PARTIAL ADVERTISEMENT TO BID The City of Elkton will receive separate, sealed Bids for their East Main Street Lift Station Generator Pad Addition Project until 10:30 a.m. local time, Tuesday, January 8, 2019 at

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Presidio Trolley Coach Facility - Presidio Bus Lifts

More information

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

Mustang Substation Bank I Replacement Project MAJ 15-SP5054 CALIFORNIA POLYTECHNIC STATE UNIVERSITY FACILITIES PLANNING & CAPITAL PROJECTS San Luis Obispo, CA 93407-0690 p 805/756-2581 f 805.756.7566 http://www.afd.calpoly.edu/facilities/ Mustang Substation Bank

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

PAWLEYS ISLAND TOWN HALL

PAWLEYS ISLAND TOWN HALL DOCUMENT 001116 - INVITATION TO RE-BID 1.1 PROJECT INFORMATION A. Notice to Bidders: Prequalified bidders are invited to submit bids for Project as described in this Document according to the Instructions

More information

Haywood County Auxiliary Services and Haywood County Auxiliary Services: Building Shell Renovation Waynesville, North Carolina

Haywood County Auxiliary Services and Haywood County Auxiliary Services: Building Shell Renovation Waynesville, North Carolina January 11, 2013 Addendum #4 Haywood County Auxiliary Services and Haywood County Auxiliary Services: Building Shell Renovation Waynesville, North Carolina The following changes, revisions, additions,

More information

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 July 18, 2017 ITB NO. 18-02 WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS ADDENDUM

More information

DOCUMENT BID FORM. Village of Middle Point

DOCUMENT BID FORM. Village of Middle Point DOCUMENT 00300 BID FORM PROJECT IDENTIFICATION: Water Treatment Plant Replacement Village of Middle Point THIS BID IS SUBMITTED TO: Village of Middle Point 103 N. Adams Street Middle Point, OH 45863-0191

More information

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form. 1330 Lady St., Suite 500 (29201) P.O. Box 5695 Columbia, SC 29250 803 799 0247 p 803 771-6844 f Addendum No. 1 Project: Coastal Carolina University - University Place Dining Hall Project No.: C-805-15

More information

New York City Transit (NYCT) DATE: July 19, 2018 CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING: SSE #: 0000226381

More information

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

Bowman Outside Plant Splicing Project

Bowman Outside Plant Splicing Project Title and Summary Request for Best Value Bid ( RFB ): RFBVB Title: RFB Publication: RFB Composition: RFB Amendments: Contracting Entity: No. FY13 0116 Bowman Outside Plant Splicing Project As follows:

More information

INVITATION FOR BID (IFB):

INVITATION FOR BID (IFB): DATE: May 8, 2018 ADDENDUM NO. 1 INVITATION FOR BID (IFB): B180022132 RPD Furnish & Install Ballistic Glass Lobby Counters IFB #B180022132 WAS ISSUED: Wednesday April 25, 2018 RECEIPT DATE: May 23, 2018

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS 1. INVITATION ADVERTISEMENT FOR BIDS Sealed proposals for the following work will be received by the University of Kentucky, Capital Construction Procurement Section, Room #322 Peterson Service Building,

More information

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS Page 1 of 9 WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS I. DESCRIPTION The requirements set forth

More information

Generator for Maintenance/Police Complex

Generator for Maintenance/Police Complex NOTICE TO ALL BIDDERS ADDENDUM NO. 1 TO TUCSON AIRPORT AUTHORITY 11/29/2018 In accordance with the Project Specifications and Contract Documents, and as noted in the Instructions to Bidders, Bidders on

More information

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT Effective September 6, 2018, Addendum No. 3 (THREE), {Pages 1-7 and the applicable attachment(s)}, is associated

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

INVITATION FOR BIDS CCK ADDENDUM # 2 10/12/2018

INVITATION FOR BIDS CCK ADDENDUM # 2 10/12/2018 INVITATION FOR BIDS CCK-2365-19 ADDENDUM # 2 10/12/2018 ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. IMPORTANT: BID AND ADDENDUM MUST BE RECEIVED BY 10-18-2018

More information

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II El Paso, Texas EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL for the BUILDING CONCRETE GLASS AND GLAZING FIRE SPRINKLER MECHANICAL

More information

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

More information

John Barton Architect, LLC

John Barton Architect, LLC John Barton Architect, LLC Bid Addendum # One Via email, please confirm receipt Re: RIO RANCHO HIGH SCHOOL WINDOWS AND EXTERIOR IMPROVEMENTS PROJECT #: 083006-15- 001 ITB #: 2016-001- FAC RIO RANCHO PUBLIC

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: OWNER: Shell and Core Improvements-1235 Mission Scope 1: Stairs DATE: December 29, 2017 1235 Mission Street San Francisco, California SFUSD Project

More information