Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual.

Size: px
Start display at page:

Download "Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual."

Transcription

1 January 5, 2005 Traffic Signal Installation NE Lakewood Blvd. and NE Anderson Dr. Bid No ADDENDUM NO. 1 Contract Bidders: Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual. If you have any questions, please contact the undersigned. BUCHER, WILLIS & RATLIFF CORPORATION Amy L. Sandlin, EIT Project Engineer Traffic Engineering

2 CITY OF LEE'S SUMMIT, MISSOURI 207 S.W. MARKET LEE'S SUMMIT, MISSOURI (816) Bid Traffic Signal Installation, NE Lakewood Blvd.& NE Anderson Dr. Addendum No. 1 Issued: January 5, 2006 DIVISION OF PURCHASING AND CONTRACT SERVICES BID NUMBER ADDENDUM AND CLARIFICATION NO. 1 Traffic Signal Installation NE Lakewood Blvd.& NE Anderson Dr. Bid Opening Date & Time Remain the same as Originally Advertised: January 12 th :00PM PRE-BID CONFERENCE DATE/TIME: December 22, 2005 at 2:00 PM The original Bid for Traffic Signal Installation NE Lakewood Blvd.& NE Anderson Dr., Bid No remains in effect except as revised by the following changes, which shall take precedence over anything to the contrary in the specifications. The Pre-Bid Conference was held for the purpose of promoting an understanding of the City's requirements and needs, and to clarify any confusing areas of the request, by allowing offerers to ask questions. The City intends to make an award to a responsive and responsible firm through an open and competitive procurement process; one that will satisfy all the requirements in the most economical manner. The conference agenda is attached. Addendum 1- Page 1

3 Bid Traffic Signal Installation, NE Lakewood Blvd.& NE Anderson Dr. Addendum No. 1 Issued: January 5, 2006 The Pre-Bid Conference was opened with introductions and a statement of purpose by Marilyn Starke, Sr. Procurement Officer. Scott Ward, Staff Engineer, Public Works and Engineering, Project Manager for this bid led the discussion concerning the technical aspects of the project. The consulting engineer, BWR assisted with the discussion. The following firms had representatives present at the Pre-Bid Conference: Custom Lighting and Brandy Electric Please Note: The format for this addendum will detail questions asked, answers given and clarifications and statements made. Q = Question, A = Answer, C = Clarification and S = Statement. INTRODUCTORY REMARK Marilyn Starke explained the sign-in sheet and that the tape recording was for administrative recordkeeping (minutes only) and asked all participants to ask questions as the group went through the bid specifications. LEE S SUMMIT PURCHASING DEPARTMENT - REVIEW OF BID PROCEDURES The Bid process and Bid documents were discussed as outlined on the attached agenda. C: Section 0800, Supplemental Conditions, page , Item 5.06A. Delete this item and replace with the following: 5.06A Builders Risk Insurance will not be provided by the City or be required of the contractor. C: The documents which are required to be submitted with the bid are as follows: Bid Form Form to Bid Bond - Form to List of Proposed Subcontractors Form 0440 List of Proposed Suppliers Form 0450 List of Project References Form 0460 Bidder Questionnaire Form to Non-Collusion Affidavit Form Addendum 1- Page 2

4 Department Review of Traffic Signal Project Bid Traffic Signal Installation, NE Lakewood Blvd.& NE Anderson Dr. Addendum No. 1 Issued: January 5, 2006 The specific details of the project were discussed as outlined on the attached agenda. C: Table of Contents, pages 1-7. Delete this section and replace with the attached section. C: Section 0410, Bid Form, page to Delete this section and replace with the attached section. These bid items are reflected on the Bid Form. C: Plan Sheet No. 2 of 26 General Notes & Summary of Quantity. Delete this sheet and replace with attached sheet. This sheet will reflect the changes in signing and the addition of mobilization. C: A Type 2 Power Supply Assembly shall be installed between proposed electrical transformer (installed by others) and the traffic signal controller. The contractor will run conduit and pull string from the electrical transformer to Type 2 Power Supply Assembly. The contractor will install conduit from Type 2 Power Supply Assembly to the traffic signal controller with 1c#8 AWG cable. C: Plan Sheet No. 6 of 26 D37B. 10 feet of 1c#8 AWG cable for power has been added to account for the distance between the Type 2 Power Supply Assembly and the traffic signal controller. 10 feet of pull string has been removed to make the new quantity 931 feet. These bid items have been updated on the Bid Form. C: The design engineer is unable to attend today s meeting, however representatives from BWR are in attendance. Due to their unfamiliarity with the project, they may not be able to answer all the questions. Attachments to this Addendum are as follows: Pre-bid Meeting Agenda Pre-bid Meeting Attendance Sheet. Table of Contents, pages 1-7 Section 0410, Bid Form, page to Plan Sheet No. 2 of 26 General Notes & Summary of Quantity ACKNOWLEDGEMENT Addendum 1- Page 3

5 Bid Traffic Signal Installation, NE Lakewood Blvd.& NE Anderson Dr. Addendum No. 1 Issued: January 5, 2006 Each bidder shall acknowledge receipt of this Addendum No. 1 of Bid No titled Traffic Signal Installation NE Lakewood Blvd. & NE Anderson Dr. by his/her signature affixed hereto, and shall attach this Addendum to the original bid proposal. CERTIFICATION BY BIDDER SIGNATURE TITLE COMPANY DATE Addendum 1- Page 4

6 1. Introductions 2. Introductory Remarks A. Sign-in sheet B. Recording of the Meeting Pre-Bid Agenda Bid # Traffic Signal Installation NE Lakewood Blvd. & NE Anderson Drive 12/22, 2:00 PM 3. Review of Bidding Procedures - Lee s Summit Purchasing Department A. Section Advertisement 1. Section 1. Bid Date and Time 2. Section 4. Bid Security 3. Section 6. Prevailing Wages B. Section Instructions to Bidders 1. Article 7 - Interpretations; Addenda 2. Article 12 - Subcontractors 3. Article 13 - Preparation and Submission of Bids 4. Article 15 Submittal of Bid 5. Article 16 Withdrawal of Bid 6. Article 19 Evaluation of Bids C. Section Bid Form 1. Article 4 - Acknowledgement of addenda 2. Article 5 Basis of Bid, Unit Prices 3. Article 6 Time of Completion 4. Article 7 - Attachments to the Bid D. Section General Conditions 1. Article 2 - Preliminary Matters 2. Article 5 - Bonds and Insurance E. Section 800 Supplementary Conditions This sections contains all the changes made to the specifications, please review. 4. Review of Project and Technical Specifications - Project Manager, Scott Ward A. Division I General Requirements: 1. Work on both MoDOT and City ROW use applicable standard. 2. City financed project; no federal funds. 3. MoDOT involvement will be required for the interconnect wire. 4. Staging Area use of ROW; no TCEs exist. 5. Very busy intersection lines of sight and proper traffic control will be enforced. 5. Addendum 1 Will be issued by Thursday 1/5, by or fax, followed by hard copy. 6. Questions and Answers: a.) Official answers to questions will be included in the Addendum. Thank you for your attendance at this Pre-Bid meeting and for your interest in doing business with the City of Lee s Summit.

7

8

9 Table of Contents SECTION ADVERTISEMENT 1. Bids Project Description Bidding Documents Bid Security Pre-Bid Conference Prevailing Wages Tax Exemption PREVAILING WAGE ATTACHMENTS Annual Wage Order 14 Pages SECTION INSTRUCTIONS TO BIDDERS Article 1 Defined Terms Article 2 Copies of Bidding Documents Article 3 Qualifications of Bidders Article 4 Examination of Bidding Documents, Other Related Data, and Site Article 5 Pre-Bid Conference Article 6 Site and Other Areas Article 7 Interpretations and Addenda Article 8 Bid Security Article 9 Contract Times Article 10 Liquidated Damages Article 11 Substitute and Or-Equal Items Article 12 Subcontractors, Suppliers, and Others Article 13 Preparation of Bid Article 14 Basis of Bid; Comparison of Bids Article 15 Submittal of Bid Article 16 Modification and Withdrawal of Bid Article 17 Opening of Bids Article 18 Bids to Remain Subject to Acceptance Article 19 Evaluation of Bids and Award of Contract Article 20 Contract Security and Insurance Article 21 Signing of Agreement Article 22 Sales and Use Taxes Article 23 Retainage SECTIONS THROUGH BIDDING REQUIREMENTS AND CONTRACT FORMS SECTION BID FORM Article 1 Bid Recipient Article 2 Bidder s Intent Article 3 Bidder s Acknowledgements Article 4 Bidder s Representations Article 5 Further Representations Article 6 Basis of Bid Article 7 Time of Completion Article 8 Attachments to This Bid Article 9 Defined Terms Article 10 Bid Submittal SECTION BID BOND Bid Bond SECTION LIST OF SUBCONTRACTORS List of Subcontractors SECTION SCHEDULE MANUFACTURERS AND SUPPLIERS Schedule of Manufacturers and Suppliers SECTION REFERENCES References SECTION QUESTIONNAIRE Article 1 Organization Article 2 Licensing Article 3 Experience Article 4 Additional Qualifications Article 5 References SECTION NONCOLLUSION AFFIDAVIT Noncollusion Affidavit Verification SECTION NOTICE OF AWARD SECTION AGREEMENT CONTRACT Article 1 Work Table of Contents - 1 -

10 Table of Contents Article 2 The Project Article 3 Engineer Article 4 Contract Times Article 5 Contract Price Article 6 Payment Procedures Article 7 Interest Article 8 Contractor s Representations Article 9 Contract Documents Article 10 Miscellaneous Notice to Proceed SECTION NOTICE TO PROCEED Notice to Proceed SECTION PERFORMANCE BOND Performance Bond SECTION PAYMENT BOND Payment Bond SECTION GENERAL CONDITIONS Article 1 Definitions and Terminology Defined Terms Terminology Article 2 Preliminary Matters Delivery of Bonds and Evidence Of Insurance Copies of Documents Commencement of Contract Times; Notice to Proceed Starting the Work Before Starting Construction Preconstruction Conference Initial Acceptance of Schedules Article 3 Contract Documents: Intent, Amending, Reuse Intent Reference Standards Reporting and Resolving Discrepancies Amending and Supplementing Contract Documents Reuse of Documents Electronic Data Article 4 Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points Availability of Lands Subsurface and Physical Conditions Differing Subsurface or Physical Conditions Underground Facilities Reference Points Hazardous Environmental Condition at Site Article 5 Bonds and Insurance Performance, Payment, and Other Bonds Licensed Sureties and Insurers Certificates of Insurance Contractor s Liability Insurance Owner s Liability Insurance Property Insurance Waiver of Rights Receipt and Application of Insurance Proceeds Acceptance of Bonds and Insurance; Option to Replace Partial Utilization, Acknowledgment of Property Insurer Article 6 Contractor s Responsibilities Supervision and Superintendence Labor; Working Hours Services, Materials, and Equipment Progress Schedule Substitutes and Or-Equals and Others Concerning Subcontractors, Suppliers, 6.07 Patent Fees and Royalties Permits Laws and Regulations Taxes Use of Site and Other Areas Record Documents Safety and Protection Safety Representative Hazard Communication Programs Emergencies Shop Drawings and Samples Continuing the Work Contractor s General Warranty and Guarantee Indemnification Delegation of Professional Design Services Article 7 Other Work at the Site Related Work at Site Coordination Legal Relationships Article 8 Owner s Responsibilities Communications to Contractors Replacement of Engineer Table of Contents - 2 -

11 Table of Contents 8.03 Furnish Data Pay When Due Lands and Easements; Reports and Tests Insurance Change Orders Inspections, Tests, and Approvals Limitations on Owner s Responsibilities Undisclosed Hazardous Environmental Condition Evidence of Financial Arrangements Article 9 Engineer s Status During Construction Owner s Representative Visits to Site Project Representative Authorized Variations in Work Rejecting Defective Work Shop Drawings, Change Orders and Payments Determinations for Unit Price Work Decisions on Requirements of Contract Documents and Acceptability of Work Limitations on Engineer s Authority And Responsibilities Article 10 Changes in the Work; Claims Authorized Changes in the Work Unauthorized Changes in the Work Execution of Change Orders Notification to Surety Claims Article 11 Cost of the Work; Allowances; Unit Price Work Cost of the Work Allowances Unit Price Work Article 12 Change of Contract Price; Change of Contract Times Change of Contract Price Change of Contract Times Delays Article 13 Tests and Inspections; Correction, Removal or Acceptance of Defective Work Notice of Defects Access to Work Tests and Inspections Uncovering Work Owner May Stop the Work Correction or Removal of Defective Work Correction Period Acceptance of Defective Work Owner May Correct Defective Work Article 14 Payments to Contractor and Completion Schedule of Values Progress Payments Contractor s Warranty of Title Substantial Completion Partial Utilization Final Inspection Final Payment Final Completion Delayed Waiver of Claims Article 15 Suspension of Work and Termination Owner May Suspend Work Owner May Terminate for Cause Owner May Terminate for Convenience Contractor May Stop Work or Terminate Article 16 Dispute Resolution Methods and Procedures Article 17 Miscellaneous Giving Notice Computation of Times Cumulative Remedies Survival of Obligations Controlling Law Headings SECTION 800 SUPPLEMENTARY CONDITIONS Supplementary Conditions FORMS Affidavit Compliance With Prevailing Wage Law Contractor s Final Waiver of Lien and Release of Claims Work Change Directive Change Order Field Order SPECIAL PROVISIONS DETAILED SPECIFICATIONS INDEX SECTION SUMMARY OF WORK SECTION PROGRESS, PAYMENT AND PROCEDURES SECTION STAGING AREA AND TEMPORARY FACILITIES SECTION PROJECT CLOSEOUT SECTION TESTING LABORATORIES Table of Contents - 3 -

12 Table of Contents SECTION DEFINITIONS AND TERMINOLOGY 1.01 Definitions and Terminology SECTION LOSSES FROM NATURAL CAUSES 1.01 Losses from Natural Causes SECTION DESCRIPTION OF WORK 1.01 Scope of Work SECTION USE OF PREMISES AND AREA OF WORK 1.01 Contractor s Use of Premises Area of Work Owner and Public Occupancy and Use Work by Others SECTION CONTRACT SPECIFICATIONS AND LIST OF DRAWINGS 1.01 Contract Specifications List of Drawings SECTION APPLICABLE CODES AND STANDARDS 1.01 Referenced Technical Specifications SECTION COPIES OF DRAWINGS AND SPECIFICATIONS 1.01 Copies of Drawings Copies of Specifications SECTION PROJECT COORDINATION AND CONSTRUCTION SEQUENCING 1.01 Work Under this Contract Work Under Other Contracts Payment Construction Sequence General Requirements Construction Sequence Specific Requirements Coordination Requirements General Requirements Coordination Requirements Specific Requirements Notification to the Public Start of Construction Notification to the Public During Construction SECTION CONSTRUCTION SCHEDULE 1.01 Requirements Included Payment Table of Contents - 4 -

13 Table of Contents 1.03 Form of Progress Schedule Updating the Schedule Changes to Schedule Submittal of Schedules Time of Work Adverse Weather Project Specific Phasing or Milestones SECTION SUBMITTAL PROCEDURES 1.01 Scope Shop Drawings, Samples and Product Data Submission Requirements Review and Re-Submittal of Shop Drawings, Samples, Product Data and Working Drawings Professional Engineer (P.E.) Certification Form P.E. Certification Form SECTION MEASUREMENT AND PAYMENT 1.01 Requirements Included Part 2 Bid Items 2.01 Mobilization Construction Staking Demolition and Removal Pavement Removal Clearing and Grubbing Excavation and Embankment Pavement Drainable Base Subgrade Stabilization Driveways and/or Driveway Approaches Curb and Gutter Reinforced Concrete Box Storm Sewer Drainage Structures (Curb Inlets and Field Inlets) Storm Sewer End Sections (RCP and CMP) Storm Sewer Pipe (RCP and CMP) Rip Rap (15 and 18 Thick) Edge Drain (Underdrain) Geogrid Waterline Pipe Waterline Fittings (Tees, Crosses, Bends or Reducers) Connections to Existing Waterlines Fire Hydrant Relocation Traffic Control Pavement Marking (Permanent) Fence (Barbed Wire and Slatted Vinyl) Sod Seeding Sediment Control SECTION PROJECT MEETINGS 1.01 Pre-Construction Meeting Initial Acceptance of Schedules Meeting Progress Meetings SECTION CONSTRUCTION AUDIO AND VIDEO TAPE RECORDING 1.01 Scope of Work Payment Part 3 Execution 3.01 Color Audio/Video Survey Audio and Video SECTION CLEANING 1.01 Requirements Included Disposal Requirements Part 2 Products 2.01 Materials Part 3 Execution 3.01 During Construction Dust Control Final Cleaning SECTION TRAFFIC CONTROL Table of Contents - 5 -

14 Table of Contents 1.01 Scope of Work Submittals and Modifications Deficiencies Part 2 Products 2.01 General Part 3 Execution 3.01 General Access and Closures Traffic Routing and Protection SECTION FIELD PERFORMANCE TESTS 1.01 Requirements Included Additional Testing Requirements SECTION SALVAGE OF MATERIALS REMOVED 1.01 Salvage of Materials Removed Payment Mail Boxes Additional Items to be Salvaged SECTION UTILITY DAMAGE PROCEDURES 1.01 Scope Payment SECTION STAGING AREA AND MATERIAL STORAGE 1.01 General Requirements Included Payment Staging Area Equipment Transportation and Delivery Materials, Equipment and Furnishings Storage SECTION FIELD OFFICES AND SHEDS 1.01 General Requirements Included Payment Requirements for Facilities to be Provided by Contractor SECTION TEMPORARY ELECTRICITY, HEAT OR TELEPHONE 1.01 Scope Payment Electricity, Lighting Heat, Ventilation Telephone Service SECTION TEMPORARY SANITARY FACILITIES 1.01 Scope Payment Sanitary Facilities Table of Contents - 6 -

15 Table of Contents SECTION TEMPORARY WATER FACILITIES 1.01 Scope Payment Water SECTION TESTING LABORATORY SERVICES Requirements Included Payment Qualifications of Laboratory Limitations of Authority of Testing Laboratory Contractor s Responsibilities Table of Contents - 7 -

16 BID FORM Signal Installation NE Lakewood Blvd. & NE Anderson Dr. Bid No TABLE OF ARTICLES Article Article No. Bid Recipient... 1 Bidder's Acknowledgements... 2 Bidder's Representations... 3 Further Representations... 4 Basis of Bid... 5 Time of Completion... 6 Attachments to this Bid... 7 Defined Terms... 8 Bid Submittal... 9 EJCDC C-410 Suggested Bid Form for Construction Contracts Copyright 2002 National Society of Professional Engineers for EJCDC. All rights reserved

17 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Lee's Summit Division of Purchasing 207 SW Market St. Lee s Summit, MO The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged. Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in SC-4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning EJCDC C-410 Suggested Bid Form for Construction Contracts Copyright 2002 National Society of Professional Engineers for EJCDC. All rights reserved

18 conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. ARTICLE 4 FURTHER REPRESENTATIONS 4.01 BIDDER FURTHER REPRESENTS THAT: A. this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. ARTICLE 5 BASIS OF BID 5.01 BIDDER WILL COMPLETE THE WORK IN ACCORDANCE WITH THE CONTRACT DOCUMENTS FOR THE FOLLOWING PRICE(S): Unit Prices have been computed in accordance with Paragraph B of the General Conditions. EJCDC C-410 Suggested Bid Form for Construction Contracts Copyright 2002 National Society of Professional Engineers for EJCDC. All rights reserved

19 Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities, determined as provided in the Contract Documents. Estimated Item No. Description Unit Quantity Bid Unit Price 1 Mobilization L.S. 1 2 Extruded Thermoplastic Marking Material 4", Yellow L.F Extruded Thermoplastic Marking Material 4", White L.F Extruded Thermoplastic Marking Material, Left/Right Each 3 Arrow 5 Extruded Thermoplastic Marking Material 24", White L.F Extruded Thermoplastic Marking Material, 24 Yellow L.F Pavement Marking Removal (Paint) L.F Misc. Highway Signing Mounted on Mast Arm Sq. Ft Misc. Highway Signing Ground Mounted Sq. Ft Pipe Posts Lbs Concrete Footings, Embedded Cu. Yds Breakaway Assemblies Each 1 13 Contractor Furnished Surveying and Staking L.S Traffic Control L.S Base, Concrete Cu. Yds Pull Box, Preformed Class 1 Each 9 17 Pull Box, Preformed Class 2 Each 1 18 Pull Box, Concrete, Double, Type A Each 1 19 Post, Type C, 25 Ft Arm Each 1 20 Post, Type C, 24 Ft Arm Each 1 21 Post, Type C, 31 Ft Arm Each 1 22 Post, Type C, 38 Ft Arm Each 1 23 Signal Head, Type 3S Each 4 24 Signal Head, Type 3B Each 4 25 Signal Head, Type 5B Each 3 26 Conduit, 2 In, Trench L.F Conduit, 4 In, Trench L.F Conduit, 2 1/2 In, Trench L.F Conduit, 2 In, Pushed L.F Conduit, 4 In, Pushed L.F Conduit, 2 In, External on Structure L.F Cable, 8 AWG, 1 Conductor L.F Cable, 12 AWG, 7 Conductor L.F Cable, 16 AWG 3-Pair Conductor, Interconnect L.F Cable, 18 AWG, 3 Conductor L.F Pull String L.F M-138 Opticom Cable L.F ohm Coax Video Communication Cable L.F Power Supply Assembly, Type 2 Each 1 40 NEMA Cabinet Type EV Controller Each 1 Bid Price EJCDC C-410 Suggested Bid Form for Construction Contracts Copyright 2002 National Society of Professional Engineers for EJCDC. All rights reserved

20 41 Video Detection System, Installed Each 1 42 Opticom Detector Each 4 43 Opticom Descriminator Each 1 44 Total ARTICLE 6 TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete within 150 calendar days after the date when the Contract Times commence to run as provided in Paragraph 2.03 of the General Conditions, and will be completed and ready for final payment in accordance with Paragraph B of the General Conditions within 180 calendar days after the date when the Contract Times commence to run 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the Contract Times. ARTICLE 7 ATTACHMENTS TO THIS BID 7.01 THE FOLLOWING DOCUMENTS ARE ATTACHED TO AND MADE A CONDITION OF THIS BID: A. Required Bid security in the form of a bid bond or cashier check. B. List of Proposed Subcontractors C. List of Proposed Suppliers D. List of Project References E. Required Bidder Qualification Statement with Supporting Data F. Affidavit of Non-Collusion G. (List other documents as pertinent) ARTICLE The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions This Bid submitted by: If Bidder is: An Individual ARTICLE 9 BID SUBMITTAL Name (typed or printed): By: (SEAL) (Individual s signature) EJCDC C-410 Suggested Bid Form for Construction Contracts Copyright 2002 National Society of Professional Engineers for EJCDC. All rights reserved

21 A Partnership Doing business as: Partnership Name: (SEAL) A Corporation By: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): Corporation Name: (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: (CORPORATE SEAL) Attest Date of Authorization to do business in [State Where Project is Located] is / /. A Joint Venture Name of Joint Venture: First Joint Venturer Name: (SEAL) By: (Signature of first joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venturer Name: (SEAL) By: EJCDC C-410 Suggested Bid Form for Construction Contracts Copyright 2002 National Society of Professional Engineers for EJCDC. All rights reserved

22 (Signature of second joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Bidder's Business Address Phone No. Fax No. SUBMITTED on, 20. State Contractor License No.. (If applicable) EJCDC C-410 Suggested Bid Form for Construction Contracts Copyright 2002 National Society of Professional Engineers for EJCDC. All rights reserved

23

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

SECTION BID FORM

SECTION BID FORM Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,

More information

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00410 BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith Engineering Services

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 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

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM. HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 6/19/15 BID NO. ITB 15-044 ADDENDUM No. 2 Project.: Owner: Lake Josephine Drive resurfacing Highlands County BCC Attn:

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

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

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

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

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,

More information

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141 BID FORM PROJECT DESCRIPTION Ellis Avenue Stream Improvements City of Glasgow, KY PROJECT NUMBER GRW Project No.: 4339 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Glasgow 126 East Public

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

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC 29691 Robyn M. Courtright, CPPO, Procurement Director Tronda Spearman, CPPB, Assistant Procurement Director Telephone: 864-638-4141

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

ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO (2 pages)

ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO (2 pages) ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO. 010167-01 (2 pages) July 18, 2014 NOTICE TO ALL PLAN HOLDERS/BIDDERS This Addendum is issued to all registered plan holders

More information

SECTION NEW MARTINSVILLE FIREMAN S DOCK BIDS DUE: 4:30 PM LOCAL TIME ON FRIDAY JANUARY 30 TH, 2015

SECTION NEW MARTINSVILLE FIREMAN S DOCK BIDS DUE: 4:30 PM LOCAL TIME ON FRIDAY JANUARY 30 TH, 2015 SECTION 00 91 13.01 NEW MARTINSVILLE FIREMAN S DOCK ADDENDUM #2 ADDENDUM #2 ISSUE DATE: JANUARY 21, 2015 PROJECT NAME: NEW MARTINSVILLE FIREMAN S DOCK BIDS DUE: 4:30 PM LOCAL TIME ON FRIDAY JANUARY 30

More information

IMMEDIATE RESPONSE REQUESTED

IMMEDIATE RESPONSE REQUESTED DATE: June 1, 2018 IMMEDIATE RESPONSE REQUESTED ADDENDUM NO. 3 Project No. 833450 Owner: City of Dexter Project: 2018 Wastewater Treatment Plant Improvements ADDENDUM ACKNOWLEDGMENT Upon receipt of this

More information

SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1

SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1 SECTION 00301 May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1 PROJECT IDENTIFICATION: Pima Canal, Reach BW-IA, SCIDD Lateral 2-31-1 and Private Ditches Relocations. CONTRACT IDENTIFICATION (NUMBER AND DATE):

More information

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient... BID PROPOSAL For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations...

More information

Bidders Name: DOCUMENT 330 BID FORM

Bidders Name: DOCUMENT 330 BID FORM Bidders Name: DOCUMENT 330 BID FORM TO: The City of Topeka, Kansas Contracts & Procurement Division 215 S.E. 7th St., Room 60 Topeka, Kansas 66603 Project No. and Description: 1. The undersigned Bidder

More information

Attached please find the revised Plan Sheet C3 Proposed Conditions Plan.

Attached please find the revised Plan Sheet C3 Proposed Conditions Plan. ADDENDUM NO. 1 124002-4A RE: FROM: TO: Depot Street Drainage Improvements Charlestown, New Hampshire DuBois & King, Inc. P.O. Box 339 Randolph, Vermont 05060 (802) 728-3376 Prospective Bidders DATE: June

More information

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 3/08/16 ITB NO. 16-012 ADDENDUM No. 1 Project.: TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY Owner: Highlands County BCC

More information

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

More information

SECTION BID FORM (REVISED ) ADDENDUM No. 1

SECTION BID FORM (REVISED ) ADDENDUM No. 1 SECTION 00300 BID FORM (REVISED - 06-14-2010) ADDENDUM No. 1 PROJECT IDENTIFICATION: ITB No. 10-045 Sebring Parkway Phase II Signing and Pavement Markings Project No. 01101 THIS BID IS SUBMITTED TO: Highlands

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

Dick s Sporting Goods Demolition Package

Dick s Sporting Goods Demolition Package REQUEST FOR PROPOSAL FOR COMPETITIVE SEALED PROPOSALS TO PROVIDE: Dick s Sporting Goods Demolition Package at Salt Lake City, UT 2425 E. Camelback Rd. Suite 750 Phoenix AZ 85016 Notice of Extended Payment

More information

PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR

PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR 99.0 PUBLIC AND PRIVATE IMPROVEMENTS CODE 99.0 PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR TABLE OF CONTENTS 99.1. ADMINISTRATION AND GENERAL REGULATIONS...2 99.1.1. Title...2

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

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

1. Bid Form The Bid Form has been revised. All Bidders shall utilize the Bid Form attached to this Addendum for the submission of Bids.

1. Bid Form The Bid Form has been revised. All Bidders shall utilize the Bid Form attached to this Addendum for the submission of Bids. SSM GROUP, INC. 1047 N. Park Road > P.O. Box 6307 > Reading PA 19610-0307 610.621.2000 > F. 610.621.2001 > SSMGROUP.COM October 10, 2016 TO ALL PROSPECTIVE BIDDERS Re: ADDENDUM #1 UPPER MERION AREA SCHOOL

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

Water Meter Material Contract City of Ashville DWSRF # FS All Record Holding Contract Documents

Water Meter Material Contract City of Ashville DWSRF # FS All Record Holding Contract Documents 105 W. 2 nd Street Tuscumbia, AL 35674 T (256) 248-7030 F 1-866-225-7488 PROJECT: Water Meter Material Contract City of Ashville DWSRF # FS010200-01 ADDENDUM NO. Two (2) DATE: February 20, 2018 TO: All

More information

ADDENDUM NO. 1. VILLAGE OF VERSAILLES North West Street Extension March 19, 2018

ADDENDUM NO. 1. VILLAGE OF VERSAILLES North West Street Extension March 19, 2018 ADDENDUM NO. 1 VILLAGE OF VERSAILLES North West Street Extension March 19, 2018 To: Planholders From: Mote & Associates, Inc. Phone: (937) 548-7511 214 West Fourth Street Fax: (937) 548-7484 Greenville,

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

SECTION CONTRACT C1 & C2, ADDENDUM #3

SECTION CONTRACT C1 & C2, ADDENDUM #3 SECTION 00 91 13.04 CONTRACT C1 & C2, ADDENDUM #3 Addendum No. 3 Issue Date: December 5, 2016 Project Name: Noble County Courthouse HVAC Improvements Project Owner: Noble County Commissioners Contract:

More information

CONTRACT BOOK FOR N27(2-2)(2-3)(4-2)/N7(2-3)(1)/N105(1)1,2&4

CONTRACT BOOK FOR N27(2-2)(2-3)(4-2)/N7(2-3)(1)/N105(1)1,2&4 CONTRACT BOOK FOR N27(2-2)(2-3)(4-2)/N7(2-3)(1)/N105(1)1,2&4 GRADE, DRAINAGE, AGGREGATE BASE COURSE, HOT ASPHALTIC CONCRETE PAVEMENT and MISCELLANEOUS CONSTRUCTION FOR LENGTH OF 17.47 km (10.86 miles)

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

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

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Todd County Water District P.O. Box 520 2201 New Highway 68 West Elkton, KY 42220 RE: Novelis Water Supply Project: Contract No. 1 Waterline Extensions The Todd County Water District

More information

CITY OF PEACHTREE CITY HEADWALL REPLACEMENT - STORMWATER ADDENDUM #2

CITY OF PEACHTREE CITY HEADWALL REPLACEMENT - STORMWATER ADDENDUM #2 PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org CITY OF PEACHTREE CITY HEADWALL REPLACEMENT - STORMWATER ADDENDUM #2 The

More information

ADDENDUM NO. 1. Bidders are hereby informed that the construction Plans and/or Specifications are modified as follows:

ADDENDUM NO. 1. Bidders are hereby informed that the construction Plans and/or Specifications are modified as follows: Page 1 of 4 06-25-2013 ADDENDUM NO. 1 TO: PLANS AND SPECIFICATIONS FOR STATE OF MISSOURI Roof Replacement, Bldg. #28 Farmington Correctional Center 1012 West Columbia Street, Farmington, MO 63640 Project

More information

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY The City University Of New York August 19, 2010 Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY600-006 This Addendum is for the purpose of conveying the below Documents

More information

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

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

CONSTRUCTION DOCUMENTS Part 1

CONSTRUCTION DOCUMENTS Part 1 Audio Presentation Session 4 CONSTRUCTION DOCUMENTS Part 1 Project Delivery Education Program Construction Document Technology (CDT) Preparatory Course 2011 The Construction Specifications Institute www.csinet.org

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

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

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

Middle School Sewer Main Improvements Project Contract Documents & Specifications

Middle School Sewer Main Improvements Project Contract Documents & Specifications Middle School Sewer Main Improvements Project Contract Documents & Specifications For: Prepared By: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY. 40160 Phone: 270-351-3222 FAX:

More information

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR PARKVIEW / LANTRIP RETAINING WALL REPLACEMENT Project Number KIL001C ISSUED FOR BID Submission Deadline: Tuesday, December 19 th, 2017 at 2 p.m. Submit

More information

CITY OF FLINT, MICHIGAN

CITY OF FLINT, MICHIGAN CITY OF FLINT, MICHIGAN DEPARTMENT OF PURCHASES & SUPPLIES PROJECT MANUAL FOR 2018 PHASE V HYDROVAC EXPLORATION Proposal No. 18-570 JANUARY 24, 2018 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FLINT Department

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

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

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

FOR BID # STINSON ROAD PAVING AND DRAINAGE IMPROVEMENTS. BID # BLONDY JHUNE ROAD RECONSTRUCTION (Base and Add Alternative 1)

FOR BID # STINSON ROAD PAVING AND DRAINAGE IMPROVEMENTS. BID # BLONDY JHUNE ROAD RECONSTRUCTION (Base and Add Alternative 1) January 23, 2019 ADDENDUM NO. 1 FOR BID #015-19 STINSON ROAD PAVING AND DRAINAGE IMPROVEMENTS BID #016-19 BLONDY JHUNE ROAD RECONSTRUCTION (Base Add Alternative 1) BID # 017-19 WINNINGKOFF ROAD PHASE 2

More information

NORWEST ENGINEERING Consulting Engineers N.E. 122nd Ave., Suite 207 Portland, Oregon (503)

NORWEST ENGINEERING Consulting Engineers N.E. 122nd Ave., Suite 207 Portland, Oregon (503) NORWEST ENGINEERING Consulting Engineers 4110 N.E. 122nd Ave., Suite 207 Portland, Oregon 97230 (503) 254-0110 ATTACHMENT B Request For Bid General Site Construction Bid Form Project: Location: Tacoma,

More information

THE CITY OF LAKE FOREST

THE CITY OF LAKE FOREST THE CITY OF LAKE FOREST SPECIFICATIONS FOR Barrell Memorial Gate Restoration Project at the Lake Forest Cemetery January 4, 2019 TABLE OF CONTENTS SECTION 00030... 4 ADVERTISEMENT FOR BIDS... 4 SECTION

More information

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru TABLE OF CONTENTS PAGE INVITATION TO BID...00050-1 thru 00050-2 INSTRUCTIONS TO BIDDERS...00200-1 thru 00200-9 BID FORM...00400-1 thru 00400-8 Attachments: Bid Bond (EJCDC Form C-430)...00400.A-1 thru

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

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

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 ADDENDUM #4 CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 CLASSROOM NOTIFICATION DEVICE INSTALLATION - DISTRICTWIDE Contra Costa College / Diablo College / Los Medanos College Date: May

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 ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE

BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE The Towns of Readfield and Winthrop, acting by and through the Maranacook Lake Outlet Dam Committee, are

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

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

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

**BID OPENING DATE CHANGE Bid Open Date: Thursday, March 29, 2018 at 11:00 AM

**BID OPENING DATE CHANGE Bid Open Date: Thursday, March 29, 2018 at 11:00 AM WESLIE Engineering Group PROJECT: Douglas County Stateline Flowage Dam Reconstruction Project Addendum #1 Date: Tuesday, March 20, 2018 To: Prospective Bidders **BID OPENING DATE CHANGE Bid Open Date:

More information

ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP # February 1, 2018

ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP # February 1, 2018 ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP #2018-09-01 NOTICE TO PROSPECTIVE BIDDERS February 1, 2018 Prospective bidders are hereby informed of the following corrections, additions,

More information

Mabton Canal Improvement Project MP Reservoir

Mabton Canal Improvement Project MP Reservoir 100% Submittal Mabton Canal Improvement Project MP 12.48 Reservoir Specifications Prepared By Sunnyside Valley Irrigation District 120 South 11th Street Sunnyside, WA 98944 June 2010 BIDDING REQUIREMENTS

More information

InterceptorSewerLi ContractDocuments

InterceptorSewerLi ContractDocuments WestErdaRegi onal InterceptorSewerLi ne ContractDocuments ERDA WEST REGION INTERCEPTOR SEWER LINE Contract Documents & Specifications November 16, 2018 Prepared By: 231 West 800 South Salt Lake City, Utah

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

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

ATTACHMENT D SCOPE OF SERVICES

ATTACHMENT D SCOPE OF SERVICES ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.

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

Richmond Heights, MO. Prepared for: City of Richmond Heights Chris Boyd, P.E., Public Works Director 7997 Elinor Ave. Richmond Heights, MO 63117

Richmond Heights, MO. Prepared for: City of Richmond Heights Chris Boyd, P.E., Public Works Director 7997 Elinor Ave. Richmond Heights, MO 63117 PROJECT MANUAL 2016 CONCRETE SLAB REPLACEMENT PROGRAM Richmond Heights, MO Prepared for: City of Richmond Heights Chris Boyd, P.E., Public Works Director 7997 Elinor Ave. Richmond Heights, MO 63117 Prepared

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION

HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION Project Manual prepared for JACKSON COUNTY UTILITY AUTHORITY PREPARED BY: COMPTON ENGINEERING, INC. 1706 CONVENT AVE. PASCAGOULA, MISSISSIPPI

More information

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION:

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION: CONTRACT DOCUMENTS AND BID FORM PROJECT IDENTIFICATION: THIS BID IS SUBMITTED TO: MANDATORY PRE-BID CONFERENCE: FPL Remediation and Redevelopment City of Biddeford c/o Brian Phinney Environmental Codes

More information

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS Contract 1 GENERAL CONSTRUCTION Prepared for: VILLAGE OF ADDISON 35 TUSCARORA STREET ADDISON, NY 14801 Prepared by: LARSON DESIGN GROUP 1 West

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

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

BREEZE SWEPT SUBDIVISION GRAVITY SEWER, FORCE MAIN, AND LIFT STATION DESIGN BIDDING AND CONSTRUCTION CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS

BREEZE SWEPT SUBDIVISION GRAVITY SEWER, FORCE MAIN, AND LIFT STATION DESIGN BIDDING AND CONSTRUCTION CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS BREEZE SWEPT SUBDIVISION GRAVITY SEWER, FORCE MAIN, AND LIFT STATION DESIGN BIDDING AND CONSTRUCTION CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS Jones Edmunds Project No. 08802-058-01 ADDENDUM NO.

More information

CONTRACT DRAWINGS AND SPECIFICATIONS FOR EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE PWD CIP NO

CONTRACT DRAWINGS AND SPECIFICATIONS FOR EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE PWD CIP NO June 8, 2015 TO CONTRACT DRAWINGS AND SPECIFICATIONS FOR EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE PORTLAND WATER DISTRICT, PORTLAND, ME A. GENERAL 1. The attention of all prospective Bidders

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

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

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

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

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE Specifications For Shermco Project 91000154 Panora Substation Construction Panora Municipal Electric Panora, Iowa April 21, 2017 BID ISSUE Prepared Under Direction of: Michael Thorson Shermco Industries

More information

THIRD STREET WATER MAIN REPLACEMENT PROJECT

THIRD STREET WATER MAIN REPLACEMENT PROJECT MARINA COAST WATER DISTRICT THIRD STREET WATER MAIN REPLACEMENT PROJECT CIP NO. OW-0240 June 2015 00010-1 Third Street Water Main Replacement Project CIP No. OW-0240 Document 00050 Marina Coast Water

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

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

GENERAL SPECIFICATIONS AND STANDARD DETAIL PLATES FOR STREET AND UTILITY CONSTRUCTION

GENERAL SPECIFICATIONS AND STANDARD DETAIL PLATES FOR STREET AND UTILITY CONSTRUCTION GENERAL SPECIFICATIONS AND STANDARD DETAIL PLATES FOR STREET AND UTILITY CONSTRUCTION 2015 City of Rosemount 2875-145th Street West Rosemount, MN 5568-4997 Phone: (651) 322-2022 Fax: (651) 322-2694 TABLE

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

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

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO ADDENDUM NO. 2 LANCASTER BOULEVARD AND 15 th STREET WEST ROUNDABOUT This addendum forms a part of the contract documents for the above identified project and modifies the original specifications, plans,

More information

TABLE OF CONTENTS DIVISION 00 GENERAL REQUIREMENTS

TABLE OF CONTENTS DIVISION 00 GENERAL REQUIREMENTS TABLE OF CONTENTS DIVISION 00 GENERAL REQUIREMENTS 000010 Table of Contents... 2 000105 Advertisement for Bid... 2 000105 Notice to Bidders... 2 000200 Instructions to Bidders... 8 000413 A Bid Form Contract

More information

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract

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