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

Size: px
Start display at page:

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

Transcription

1 Bid Form TxDOT CSJ No. 17HGRCKPT Project: Aransas County Airport Hangar Project Project Description: Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1A Alternate Bid No. 1: Construct TxDOT 340 asphalt pavement section in lieu of TxDOT 360 concrete pavement section. Schedule 1B Base Bid: Construct P-501 concrete apron pavement for box hangar. Schedule 1B Alternate Bid No. 1: Construct P-401 asphalt pavement section in lieu of P-501 concrete pavement section. Schedule 2 Base Bid: Construct box hangar. Schedule 2 Alternate Bid No. 1: Construct shop shell for office/storage/restroom areas including doors, windows, lighting and electrical components with wiring. (100% Local Funded) Schedule 2 Alternate Bid No. 2: Provide and install HVAC system for shop area. (100% Local Funded) Schedule 2 Alternate Bid No. 3: Provide and install all plumbing fixtures and accessories for shop area. (100% Local Funded) Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) Schedule 2 Alternate Bid No. 5: Galvanize all hangar structural steel. (100% Local Funded) Schedule 2 Alternate Bid No. 6: Finish concrete foundation floor with polished concrete finish. (100% Local Funded) Schedule 2 Alternate Bid No. 7: Additional paint coating on bottom hangar panels. (100% Local Funded) Bid by: Name of Bidder: Address: City: Telephone: Address: State: Fax: Zip Code: To the Texas Department of Transportation hereinafter called the Agent. Pursuant to the foregoing Instruction to Bidders, the undersigned bidder having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all the conditions surrounding the construction of the project hereby proposes to furnish all necessary superintendence, labor, machinery, equipment, tools materials and supplies to complete all the work upon which is bid in accordance with the contract documents, within the time set forth and at the prices stated below. P-1

2 Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. 1A.1 1 LS Section 105. Mobilization, complete in place for the lump sum amount of 1A SY TxDOT 506. Construction exit (install), complete in place for the 1A SY TxDOT 506. Construction exit (remove), complete in place for the 1A.4 1,015 LF TxDOT 506. Temporary sediment control fence (install), complete in place for the 1A.5 1,015 LF TxDOT 506. Temporary sediment control fence (remove), complete in place for the P-2

3 1A LF SS-G-700. Remove and dispose of existing chain-link fencing, complete in place for the 1A LF SS-G-700. Remove and dispose of existing barbed wire fencing, complete in place for the 1A LF SS-G-700. Remove and dispose of existing water line, complete in place for the 1A.9 1 LS SS-G-700. Remove and salvage existing fire hydrant, complete in place for the lump sum amount of 1A.10 2,515 SY P-101. Remove and dispose of existing asphalt pavement, complete in place for the P-3

4 1A CY P-152. Unclassified excavation, complete in place for the cubic yard. 1A CY P-152. Drainage excavation, complete in place for the cubic yard. 1A CY P-152. Stockpiled material, complete in place for the cubic yard. 1A SY TxDOT 275. Cement treatment (existing material)(6-inch thick), complete in place for the 1A TON TxDOT 275. Cement (10% by weight), complete in place for the unit price of ton. P-4

5 1A SY Special. Recycled asphalt driveway (6- inch thick), complete in place for the 1A SY TxDOT 360. Reinforced concrete pavement (joint reinforced)(6-inch thick), complete in place for the unit price of 1A SY TxDOT 360. Reinforced concrete flume (6-inch thick), complete in place for the 1A SY P-610. Concrete hangar header (3- foot wide), complete in place for the 1A SY P-610. Concrete sidewalk (5-foot wide)(5-inch thick), complete in place for the P-5

6 1A SF P-620. Permanent taxiway painting (yellow), complete in place for the square foot. 1A SF P-620. Permanent taxiway painting (black), complete in place for the unit price of square foot. 1A LF D inch reinforced concrete pipe (Class III), complete in place for the 1A.24 2 EA D :1 safety end treatment (18- inch RCP), complete in place for the each. 1A.25 1 LS Install salvaged fire hydrant and install new fire hydrant lead, complete in place for the lump sum amount of P-6

7 1A LF Install new water service line (including meters), complete in place for the 1A.27 6,120 SY TxDOT 164. Broadcast seeding (temp)(warm), complete in place for the 1A.28 6,120 SY TxDOT 164. Broadcast seeding (temp)(cool), complete in place for the 1A.29 6,120 SY TxDOT 164. Cellulose fiber mulch seeding (perm)(rural)(sand), complete in place for the 1A MG TxDOT 168. Vegetative watering, complete in place for the mega gallon. P-7

8 1A.31 1,860 SY TxDOT 169. Soil retention blankets (Class 2)(Ty F), complete in place for the Total Schedule 1A Base Bid Schedule 1A Alternate Bid No. 1: Construct TxDOT 340 asphalt pavement section in lieu of TxDOT 360 concrete pavement section. Deduction Deduct the total price of Schedule 1A Base Bid Items 1A.17 and 1A.22. S1A-A CY P-152. Unclassified excavation, complete in place for the S1A-A SY cubic yard. TxDOT 247. Flexible base (compacted in place)(7-inch thick)(ty A, Gr 1-2), complete in place for the S1A-A TON TxDOT 340. Dense-graded HMA (SQ)(TY D)(SAC B)(PG70-22)(4.5- inch thick), complete in place for the ton. P-8

9 S1A-A GAL P-602. Prime coat 0.20 gal/sy), complete in place for the unit price of gallon. S1A-A1.5 2 LB P-602. Sterilant (soil 15 lbs/acre), complete in place for the pound. Total Schedule 1A Alternate Bid No. 1 Schedule 1B Base Bid: Construct P-501 concrete apron pavement for box hangar. 1B.1 1 LS Section 105. Mobilization, complete in place for the lump sum amount of 1B SY TxDOT 506. Construction exit (install), complete in place for the P-9

10 1B SY TxDOT 506. Construction exit (remove), complete in place for the 1B.4 1,015 LF TxDOT 506. Temporary sediment control fence (install), complete in place for the 1B.5 1,015 LF TxDOT 506. Temporary sediment control fence (remove), complete in place for the 1B LF SS-G-700. Remove and dispose of existing chain-link fencing, complete in place for the 1B LF SS-G-700. Remove and dispose of existing barbed wire fencing, complete in place for the P-10

11 1B LF SS-G-700. Remove and dispose of existing water line, complete in place for the 1B.9 1 LS SS-G-700. Remove and salvage existing fire hydrant, complete in place for the lump sum amount of 1B.10 2,515 SY P-101. Remove and dispose of existing asphalt pavement, complete in place for the 1B CY P-152. Unclassified excavation, complete in place for the cubic yard. 1B CY P-152. Drainage excavation, complete in place for the cubic yard. P-11

12 1B CY P-152. Stockpiled material, complete in place for the cubic yard. 1B SY P-301. Cement treatment (existing material)(6-inch thick), complete in place for the 1B TON P-301. Cement (10% by weight), complete in place for the ton. 1B SY Special. Recycled asphalt driveway (6- inch thick), complete in place for the 1B SY P-501. Reinforced concrete pavement (joint reinforced)(6-inch thick), complete in place for the P-12

13 1B SY P-501. Reinforced concrete flume (6- inch thick), complete in place for the 1B SY P-610. Concrete hangar header (3- foot wide), complete in place for the 1B SY P-610. Concrete sidewalk (5-foot wide)(5-inch thick), complete in place for the 1B SF P-620. Permanent taxiway painting (yellow), complete in place for the square foot. 1B SF P-620. Permanent taxiway painting (black), complete in place for the unit price of square foot. P-13

14 1B LF D inch reinforced concrete pipe (Class III), complete in place for the 1B.24 2 EA D :1 safety end treatment (18- inch RCP), complete in place for the each. 1B.25 1 LS Install salvaged fire hydrant and install new fire hydrant lead, complete in place for the lump sum amount of 1B LF Install new water service line (including meters), complete in place for the 1B.27 6,120 SY TxDOT 164. Broadcast seeding (temp)(warm), complete in place for the P-14

15 1B.28 6,120 SY TxDOT 164. Broadcast seeding (temp)(cool), complete in place for the 1B.29 6,120 SY TxDOT 164. Cellulose fiber mulch seeding (perm)(rural)(sand), complete in place for the 1B MG TxDOT 168. Vegetative watering, complete in place for the mega gallon. 1B.31 1,860 SY TxDOT 169. Soil retention blankets (Class 2)(Ty F), complete in place for the Total Schedule 1B Base Bid Schedule 1B Alternate Bid No. 1: Construct P-401 asphalt pavement section in lieu of P-501 concrete pavement section. Deduction Deduct the total price of Schedule 1B Base Bid Items 1B.17 and 1B.22. P-15

16 S1B-A CY P-152. Unclassified excavation, complete in place for the S1B-A SY cubic yard. P-209. Flexible base (compacted in place)(7-inch thick)(ty A, Gr 1-2), complete in place for the S1B-A TON P-401. Dense-graded HMA (PG70-22)(4.5-inch thick), complete in place for the S1B-A GAL ton. P-602. Prime coat 0.20 gal/sy), complete in place for the unit price of S1B-A1.5 2 LB gallon. P-602. Sterilant (soil 15 lbs/acre), complete in place for the pound. Total Schedule 1B Alternate Bid No. 1 P-16

17 Schedule 2 Base Bid: Construct box hangar LS SS-H-700. Reinforced concrete foundation for box hangar, complete in place for the lump sum amount of LF D inch Sch. 40 PVC pipe, complete in place for the 34 1 LS SS-H-700. Plumbing stub-outs for shop area (water & sewer), complete in place for the lump sum amount of 35 1 LS SS-H-700. Furnish and install all electrical wiring, conduit, lighting, and appurtenances necessary to complete working system, complete in place for the lump sum amount of P-17

18 Pay Item 36 1 LS SS-H-700. Furnish and install electric mechanically operated bottom rolling doors (80' x 24' clear opening), complete in place for the lump sum amount of 37 1 LS SS-H-700. Provide and erect box hangar, complete in place for the lump sum amount of Total Schedule 2 Base Bid Schedule 2 Alternate Bid No. 1: Construct shop shell for office/storage/restroom areas including doors, windows, lighting and electrical components with wiring. (100% Local Funded) S2A1.1 1 LS Special. Construct shop shell for office/storage/restroom areas including doors, windows, lighting, and electrical components with wiring, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 1 P-18

19 Schedule 2 Alternate Bid No. 2: Provide and install HVAC system for shop area. (100% Local Funded) S2A2.1 1 LS Special. Provide and install HVAC system and all incidentals to provide functioning system, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 2 Schedule 2 Alternate Bid No. 3: Provide and install all plumbing fixtures and accessories for shop area. (100% Local Funded) S2A3.1 1 LS Special. Provide and install all plumbing fixtures and accessories to provide functioning shop bathroom and shower facilities, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 3 Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) S2A4.1 1 LS SS-H-700. Gutters and downspouts along northwest and southeast hangar walls, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 4 P-19

20 Schedule 2 Alternate Bid No. 5: Galvanize all hangar structural steel. (100% Local Funded) S2A5.1 1 LS SS-H-700. Galvanize all hangar structural steel, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 5 Schedule 2 Alternate Bid No. 6: Finish concrete foundation floor with polished concrete finish. (100% Local Funded) S2A6.1 1 LS Finish concrete foundation with polished concrete finish, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 6 P-20

21 Schedule 2 Alternate Bid No. 7: Additional paint coating on bottom hangar panels. (100% Local Funded) S2A7.1 1 LS SS-H-700. Provide additional paint coating for bottom hangar panels, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 7 Summary of Bids: Total Schedule 1A Base Bid Total Schedule 1A Alternate Bid Total Schedule 1B Base No. Bid1 Total Schedule 1B Alternate Bid Total Schedule 2 Base No. Bid1 Total Schedule 2 Alternate Bid No. Total Schedule 2 Alternate Bid No. 1 Total Schedule 2 Alternate Bid No. 2 Total Schedule 2 Alternate Bid No. 3 Total Schedule 2 Alternate Bid No. 4 Total Schedule 2 Alternate Bid No. 5 Total Schedule 2 Alternate Bid No. 6 7 P-21

22 It is understood the quantities of work to be done at unit prices are approximate and are intended for bidding purposes only. Amounts are to be shown in both words and figures. In case of discrepancy the amount shown in words shall govern. Bidders must bid on all Base Bids plus all Alternates. The contract award will be based on the lowest qualified bid for either Schedule 1A Base Bid or Schedule 1B Base Bid plus Schedule 2 Base Bid or the lowest qualified bid for the Base Bids plus any combination of Alternate Bids that the Agent/Owner chooses, depending on the availability of funds. Bidders understand the Agent reserves the right to reject any irregular bid form and the right to waive technicalities if such waiver is in the best interest of the Owner or Agent and conforms to State and local laws and ordinances pertaining to the letting of construction contracts. Funding availability will be considered in selecting the bid award. The bidder agrees this bid shall be honored and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. Upon receipt of the written "Notice of Award", the bidder will execute the formal contract agreement within 14 days and deliver a surety bond or bonds as required under the contract documents. The bid security attached, two percent (2%) of the total bid price stated in the bid form, in the sum of is to become the property of the Agent in the event the contract is not executed as set forth in the contract documents as liquidated damages for the delay and additional expense caused thereby. Bidder hereby agrees to commence work under this contract on or before a date to be specified in a written Notice to Proceed and to fully complete the project within 120 calendar days for any combination of Base and Alternate Bid improvements. Bidder further agrees to pay as liquidated damages the sum of for each calendar day to complete the work beyond the allotted time or as extended by an approved Change Order or Supplemental Agreement. Signature Title Printed Phone Mailing Address City, State, Zip Code P-22

23 Addendum: The undersigned Bidder certifies that he has acknowledged the addendum(s) to the contract as indicated below. Addendum No: Addendum No: Addendum No: Dated: Dated: Dated: Qualification Acknowledgment: The undersigned Bidder certifies they are a prequalified bidder with the Texas Department of Transportation OR Full Prequalification Bidder s Questionnaire The undersigned Bidder is not a pre-qualified TxDOT bidder and has enclosed the bidder s qualifications per General Provision 20-02, Prequalification of Bidders. I have enclosed qualification statements. Qualification Acknowledgment Signature: Signature Title Mailing Address City, State, Zip Code Note: The bidder may also submit an electronically completed bid form. The bid form must have pay items in the same order and with the exact information as on this bid form. If submitting an electronically completed bid form, please print it out and submit the qualification/signature page with it. The bidder is responsible for incorrect information and will be considered non-responsive if pay items are incorrect. P-23

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

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

More information

BID FORM (LUMP SUM CONTRACT)

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

More information

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

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

MATERIAL ALLOWANCES AND UNIT PRICES

MATERIAL ALLOWANCES AND UNIT PRICES PART 1 - GENERAL 1.1 SECTION INCLUDES ADDITIONS AND RENOVATIONS TO WEST YORK AREA HIGH SCHOOL - #1231 SECTION 012200 MATERIAL ALLOWANCES AND UNIT PRICES A. Measurement and payment criteria applicable to

More information

Forsyth County Procurement

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

More information

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

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

More information

(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

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

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1 DATE: May 18, 2016 TO: FROM: All Bidders/Proposers Willie Velez, CPPB Procurement Administrator City of Casselberry Purchasing Division SUBJECT: ITB-2016-0023, Oxford Road Complete Street Improvements

More information

BID FORM - LUMP SUM BID

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

More information

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

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

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

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

More information

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

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

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION CONTRACTOR S PROPOSAL COMPANY ADDRESS CITY, STATE, ZIP ( ) TELEPHONE NUMBER City of Hesperia 9700 Seventh Avenue Hesperia, CA 92345 Ladies and Gentlemen: STATE LICENSE NUMBER Pursuant to the Public Notice

More information

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

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

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

Table of Contents for Guide Specifications

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

More information

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building. ADDENDUM #1 EXTERIOR REPAIRS YOUTH SERVICES BUREAU 63 LINDEN STREET MANCHESTER, CT 06040 BID #15/16-68 S/P+A PROJECT NO. 15.207 DATE: March 15, 2016 The following changes to the Drawings and Project Specifications

More information

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

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

More information

CITY OF SANTA ANA PROPOSAL PROJECT NOS.: , , , DOWNTOWN PARKING FACILITY IMPROVEMENTS

CITY OF SANTA ANA PROPOSAL PROJECT NOS.: , , , DOWNTOWN PARKING FACILITY IMPROVEMENTS PROPOSAL BID PROPOSAL TO: CITY COUNCIL OF THE CITY OF SANTA ANA FROM: REQUIREMENT: The undersigned bidder declares that they have carefully examined the location of the proposed work, that they have examined

More information

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. March 9, 2018

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. March 9, 2018 STATE OF OHIO DEPARTMENT OF TRANSPORTATION COLUMBUS, OHIO PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING March 9, 2018 This pamphlet is issued solely for the purpose of circulating advance information

More information

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project RES. NO. PROPOSAL FOR THE COMPLETION OF 2015-28 TO THE SATISFACTION OF THE BUTLER COUNTY COMMISSIONERS AND THE COUNTY ENGINEER: SAID WORK CONSISTING OF TYLERSVILLE ROAD IMPROVEMENTS, PHASE I TO THE COUNTY

More information

City, State, Zip Code. BIDS: All Bids shall be submitted on forms supplied by the City of Glasgow Department of Public Works.

City, State, Zip Code. BIDS: All Bids shall be submitted on forms supplied by the City of Glasgow Department of Public Works. MINIMUM BID SPECIFICATIONS BID FORM Construction of a 30X60X20 All-Steel Building with 16X25 Lean-To City of Glasgow Department of Public Works We, the undersigned, propose to furnish the item listed below

More information

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/ Connecting South Dakota and the Nation Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota 57501-5405 605/773-3464 FAX: 605/773-6215 May 6, 2011 RE: 0009-391

More information

2016 CONCRETE REPLACEMENT PROJECT

2016 CONCRETE REPLACEMENT PROJECT CITY OF DELTA, COLORADO CONTRACT DOCUMENTS FOR 2016 CONCRETE REPLACEMENT PROJECT Prepared By: City of Delta 360 Main Street Delta, Colorado 81416 (970) 874-7566 ext 216 CITY OF DELTA PUBLIC WORKS DEPARTMENT

More information

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford Seymour Road Replacement Bridge Addendum #1 April 27, 2015 To: From: Cc: All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford RE: Construction Bid Information

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS Section Page SECTION 14 RESTORATION OF SURFACES... 14.1 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01

More information

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL Page 312 VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS-12-01 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the IL ROUTE

More information

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2 revard Central Services Florida's Coast CENTRAL SERVICES GROUP Telephone (321) 617 7390 PURCHASING SERVICES Fax (321) 617-7391 Brevard County Government Center 2725 Judge Fran Jamieson Way, Bldg. C, Suite

More information

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02 2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: March 3, 2015 To: Prospective Contractors From: Jack Fleming, PE City of El Centro 1275 W. Main St. El Centro, CA 92243 Telephone:

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

BITUMINOUS MIXTURE # 13A BID SHEET

BITUMINOUS MIXTURE # 13A BID SHEET BITUMINOUS MIXTURE # 13A BID SHEET Sealed bids will be received at the office of the Clinton County Road Commission at 3536 S. US Highway 27, St. Johns, Michigan, until 1:00 P.M. Tuesday, January 31 st,

More information

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

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

More information

DOCUMENT ADDENDUM No. 2

DOCUMENT ADDENDUM No. 2 DOCUMENT ADDENDUM No. 2 PART 1 GENERAL 1.1 DOCUMENT INCLUDES A. Clarifications 1.2 CONSTRUCTION CONTRACT A. The Construction Contract is known as SU095 9 th Street and SU096 Downs Drive Storm Drain Projects.

More information

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

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

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS Section Page 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01 Aggregate Base... 14.1 14-3.02 Asphalt

More information

DRAFT TECHNICAL SPECIFICATIONS FOR

DRAFT TECHNICAL SPECIFICATIONS FOR DRAFT TECHNICAL SPECIFICATIONS FOR DETROIT RIVER AOC STONY ISLAND HABITAT RESTORATION PROJECT THE DETROIT RIVER, WAYNE COUNTY, MICHIGAN FOR INFORMATION JANUARY, 2016 Prepared for: FRIENDS OF THE DETROIT

More information

SECTION A1 EXCAVATION AND BACKFILL GENERAL

SECTION A1 EXCAVATION AND BACKFILL GENERAL SECTION A1 EXCAVATION AND BACKFILL GENERAL The work under this section shall include all excavation to such width and depth as shown on the drawings, specified herein, or ordered by the Engineer. Such

More information

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION From: TO THE CITY COUNCIL CITY OF CARLYLE, ILLINOIS EQUIPMENT FOR AUTOMATIC METER READING SYSTEM AND HOSTING SERVICES for the MUNICIPAL ELECTRIC and WATER UTILITY. The undersigned, having familiarized

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01. BASIS FOR MEASUREMENT AND PAYMENT Measurement and Payment will be made for only those items included in the Schedule of Unit Prices or Contract

More information

REQUEST FOR PROPOSAL Asphalt & Concrete Repair

REQUEST FOR PROPOSAL Asphalt & Concrete Repair REQUEST FOR PROPOSAL 2017 Asphalt & Concrete Repair English Landing Elementary School Union Chapel Elementary School Lakeview Middle School Park Hill High School Prairie Point Elementary School Congress

More information

SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE

SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE BE IT ORDAINED by the Town Council of the Town of Plainville: SECTION 1. SUBDIVISIONS. All subdivisions hereinafter developed within

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904) CITY OF ATLANTIC BEACH BID NUMBER 1314-08 PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA 32233 (904) 247-5880 REQUEST FOR BID CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES

More information

BUREAU Joe Iuviene, AIA January 20, 2017

BUREAU Joe Iuviene, AIA January 20, 2017 architectural BUREAU Joe Iuviene, AIA January 20, 2017 Alterations & Additions NEW TOWN HALL for TOWN OF AUSTERLITZ 816 State Route 203, Spencertown, New York 12165 ADDENDUM NO. 1 This addendum amends

More information

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

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

More information

STANDARD SPECIFICATIONS SECTION PAVEMENT REQUIREMENTS

STANDARD SPECIFICATIONS SECTION PAVEMENT REQUIREMENTS STANDARD SPECIFICATIONS SECTION 02950 PAVEMENT REQUIREMENTS PART 1 GENERAL 1.1 DESCRIPTION A. Section includes requirements for removing, replacing and providing new paving for roads, driveways, parking

More information

UTILITY UNDERGROUNDING GRAUWYLER IRVING HEIGHTS DRIVE ITB# 116D-15F ADDENDUM #2 March 24 th, 2015 PAGE 1 OF 2

UTILITY UNDERGROUNDING GRAUWYLER IRVING HEIGHTS DRIVE ITB# 116D-15F ADDENDUM #2 March 24 th, 2015 PAGE 1 OF 2 UTILITY UNDERGROUNDING GRAUWYLER ROAD @ IRVING HEIGHTS DRIVE ITB# 116D-15F ADDENDUM #2 March 24 th, 2015 PAGE 1 OF 2 1. THIS ADDENDUM IS HEREBY MADE AS PART OF THIS CONTRACT SPECIFICATION. ADDENDUM IS

More information

ADDENDUM NO. 1. Description of BID 7664: Fossil Creek Trail Underpass at Trilby Road

ADDENDUM NO. 1. Description of BID 7664: Fossil Creek Trail Underpass at Trilby Road Financial Services Purchasing Division 215 N. Mason St. 2 nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS

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

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT EXIT 44 SOUTHBOUND ON RAMP IMPROVEMENTS MILE 44.3

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT EXIT 44 SOUTHBOUND ON RAMP IMPROVEMENTS MILE 44.3 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT 2018.03 EXIT 44 SOUTHBOUND ON RAMP IMPROVEMENTS MILE 44.3 The following changes are made to the Proposal, Specifications, and Plans. PROPOSAL Proposal Sheets

More information

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # 2016-04 PROJECT SPECIFICATIONS TABLE OF CONTENTS SECTION 100 GENERAL... 1 SECTION 200 MATERIALS... 1 CONSTRUCTION METHODS... 1 SECTION

More information

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. SEVEN Date: 07.11.17 Project: A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA A7.1

More information

A. Texas Department of Transportation 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (TxDOT).

A. Texas Department of Transportation 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (TxDOT). SECTION 32 01 16 ASPHALT OVERLAY PART 1 - GENERAL 1.1 SCOPE OF WORK A. This Section specifies the requirements for scarifying, grinding, sweeping and repair of existing asphalt concrete pavement to establish

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

VILLAGE OF ORLAND PARK, ILLINOIS ADDENDUM NO. 1 REBID # STELLWAGEN FARMHOUSE RESTORATION: PHASE 1 EXTERIOR FOUNDATION

VILLAGE OF ORLAND PARK, ILLINOIS ADDENDUM NO. 1 REBID # STELLWAGEN FARMHOUSE RESTORATION: PHASE 1 EXTERIOR FOUNDATION VILLAGE OF ORLAND PARK, ILLINOIS ADDENDUM NO. 1 REBID #15-019 STELLWAGEN FARMHOUSE RESTORATION: PHASE 1 EXTERIOR FOUNDATION Date: Wednesday, April 13, 2016 To: From: RE: All Potential Bidders Village of

More information

Application for Commercial Plan Review and Building Permit. Address:

Application for Commercial Plan Review and Building Permit. Address: City of Warrenton 200 West Booneslick Warrenton, MO 63383 : 636-456-3535 Fax: 636-456-1336 www. war r ent o n- mo.org Application for Commercial Plan Review and Building Permit PERMIT# Purpose: Commercial

More information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES July 23, 2012 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE PRESTRESSED CONCRETE CYLINDER PIPE (PCCP) PRESSURIZED WATER MAINS 48 AND LARGER AND APPURTENANCES Gwinnett County is soliciting applications

More information

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017 PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING BID DATE: 9:00 a.m., August 31, 2017 1. Proposal Packets and Specifications will be available in the office of the City Clerk, 3 West Main Street,

More information

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM The Carroll County Public Service Authority requests bids from properly licensed well drilling firms, hereafter referred to as

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

ERRATA SHEET FOR STANDARD SPECIFICATION BOOK FOR STATE ROAD AND BRIDGE CONSTRUCTION, EDITION 2007

ERRATA SHEET FOR STANDARD SPECIFICATION BOOK FOR STATE ROAD AND BRIDGE CONSTRUCTION, EDITION 2007 ERRATA SHEET FOR STANDARD SPECIFICATION BOOK FOR STATE ROAD AND BRIDGE CONSTRUCTION, EDITION 2007 07-ER-1-R18 Sheet 1 of 10 GENERAL The Kansas Department of Transportation STANDARD SPECIFICATIONS FOR STATE

More information

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

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR TAXIWAY Y BRIDGE REINFORCEMENT FOR GROUP VI AIRCRAFT CONTRACT NO. 9500498 November 30, 2017 The Request

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2016-NC-002 For Construction of Bloomfield EMS Station located in Bloomfield, Kentucky 02/12/2016 REQUEST FOR BIDS Bloomfield EMS Station Building The City

More information

ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH

ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH ADDENDUM NO. 1 TO CONTRACT DOCUMENTS DATED FEBRUARY 12, 2015 FOR ADDITION TO ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH Located at 8910 Gap Newport Pike Avondale, PA 19311 ARCHITECT 270 South Main Street,

More information

ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED)

ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED) ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED) 275.1. Description. This Item shall govern for treating subgrade, new and/or existing base [with or without asphaltic concrete pavement (ACP)], or

More information

Addendum # 1 Perdue Stadium Seating Bowl Improvements Date of Addendum: 09/07/16

Addendum # 1 Perdue Stadium Seating Bowl Improvements Date of Addendum: 09/07/16 Wicomico County Purchasing 125 N. Division St. Room B-3 Salisbury, MD 21801 Ph. 410-548-4805 Fax 410-334-3130 Email: purchasing@wicomicocounty.org Addendum # 1 Perdue Stadium Seating Bowl Improvements

More information

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport DATE: August 26, 2015 BIDS CLOSE: September 14, 2015, at 2:30 p.m., Local Time TO

More information

ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012

ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012 ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012 RE: Putnam County Emergency Services Disaster Response and Logistical Storage 410 S. State Road 19 Palatka, Florida Architect s Project No. 1132 FROM:

More information

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS Advertisement for Bids ROAD MAINTENANCE PROJECTS Notice is hereby given by the Town of Wascott, Douglas County, WI, that it will receive sealed bids for crack routing and sealing, chip seal coating, and

More information

General Conditions 39,522 5, ,292 26,050 75,921 1, Labor hours

General Conditions 39,522 5, ,292 26,050 75,921 1, Labor hours Basic Edition Standard Estimate Report Page 1 Name 1000 General Conditions 1107 Professional Consultant 10 Surveying 1.00 day 600.000 /day 600 - - - - - - 600 Professional Consultant 600 600 8.00 hours

More information

DATE: August 22, All Proposers

DATE: August 22, All Proposers DATE: August 22, 2017 TO: All Proposers RE: Addendum No. 2 RFP for the Design of Lighting Upgrades for David L. Lawrence Convention Center Roadways and Sidewalks and North Shore Garage Interior and Exterior

More information

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. 531 N. Nash Street Hortonville, WI 54944-0099 Phone: 920-779-6011 Fax: 920-779-6552 www.hortonvillewi.org REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. Date Issued: February 5, 2016 Date Due: March

More information

ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION

ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION SECTION 74 AIRPORT OBSTRUCTION LIGHTS (FAA L-119) 74-1 GENERAL The Contractor shall perform all work required by the plans and specifications for construction of obstruction lights in accordance with the

More information

SECTION UNIT PRICES. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

SECTION UNIT PRICES. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. SECTION 012200 PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. B. Examine all conditions as they exist at the project prior to submitting

More information

CITY OF CAMDENTON OFFICE OF THE BUILDING OFFICIAL Commercial Building & Architectural Review Permit Application

CITY OF CAMDENTON OFFICE OF THE BUILDING OFFICIAL Commercial Building & Architectural Review Permit Application CITY OF CAMDENTON OFFICE OF THE BUILDING OFFICIAL Commercial Building & Architectural Review Permit Application DATE: / / PERMIT # REQUEST FOR: NEW BUILDING ADDITION REMODEL PLUMBING ONLY ELECTRIC ONLY

More information

ADDENDUM NO. 2 PROJECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No ARCHITECT:

ADDENDUM NO. 2 PROJECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No ARCHITECT: ADDENDUM NO. 2 PROJECT: ARCHITECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No. 7-7 PETERS AND ASSOCIATES, ARCHITECTS, P.C. 427 Dayton Circle, Suite Omaha, Nebraska 6837-5558 Date

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's

More information

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013 SPECIAL PROVISIONS - SP2014 BOOK Page 1 S-1 (2104) REMOVE AND REPLACE BITUMINOUS PAVEMENT (ADA) Always include SP2014-119 (PLANT MIXED ASPHALT PAVEMENT) or SP2014-121 (PLANT MIXED ASPHALT PAVEMENT FOR

More information

THE CITY OF STOCKTON DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS FOR CITY OF STOCKTON FIRE STATION NO DRIVEWAY AND PARKING LOT REPAIRS

THE CITY OF STOCKTON DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS FOR CITY OF STOCKTON FIRE STATION NO DRIVEWAY AND PARKING LOT REPAIRS THE CITY OF STOCKTON DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS FOR CITY OF STOCKTON FIRE STATION NO. 10 - DRIVEWAY AND PARKING LOT REPAIRS SECTION 1 - SPECIFICATIONS AND PLANS 1-1.01 Specifications

More information

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

Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual. January 5, 2005 Traffic Signal Installation NE Lakewood Blvd. and NE Anderson Dr. Bid No. 06-075 ADDENDUM NO. 1 Contract Bidders: Enclosed is Addendum No. 1 to the above reference contract documents. Please

More information

1420 Miner Street Des Plaines, IL P: desplaines.org COMMERCIAL STRUCTURES (INCLUDING ALTERATIONS AND ADDITIONS)

1420 Miner Street Des Plaines, IL P: desplaines.org COMMERCIAL STRUCTURES (INCLUDING ALTERATIONS AND ADDITIONS) 1420 Miner Street Des Plaines, IL 60016 P: 847.391.5380 desplaines.org COMMERCIAL STRUCTURES (INCLUDING ALTERATIONS AND ADDITIONS) Five sets of stamped plans and specifications (six sets if food establishment),

More information

PLANS. All plans shall be submitted on 24 x 36 sheets

PLANS. All plans shall be submitted on 24 x 36 sheets PLANS All plans shall be submitted on 24 x 36 sheets PLANS FOR CONSTRUCTION - (STICKY BACKS NOT ACCEPTABLE) Cover Sheet The first sheet of the plan and profile will not be accepted as a cover sheet. The

More information

Ogden Regional Medical Center Courtyard Remodel. Construction Documents. MountainStar Healthcare PROJECT MANUAL FOR

Ogden Regional Medical Center Courtyard Remodel. Construction Documents. MountainStar Healthcare PROJECT MANUAL FOR PROJECT MANUAL FOR Ogden Regional Medical Center 5475 South 500 East Ogden, UT 84405 for MountainStar Healthcare Construction Documents NJRA Architects, Inc. 5272 South College Dr. Murray, Utah 84123 Telephone:

More information

901 - TEMPORARY EROSION AND POLLUTION CONTROL SECTION 901 TEMPORARY EROSION AND POLLUTION CONTROL

901 - TEMPORARY EROSION AND POLLUTION CONTROL SECTION 901 TEMPORARY EROSION AND POLLUTION CONTROL SECTION 901 TEMPORARY EROSION AND POLLUTION CONTROL 901.1 DESCRIPTION Install, maintain and remove temporary erosion and pollution control devices as required during the construction of the project. BID

More information

UNC Charlotte Parking Lot 8 Expansion Charlotte, North Carolina SCO #: McAdams Project #: CLT-17010

UNC Charlotte Parking Lot 8 Expansion Charlotte, North Carolina SCO #: McAdams Project #: CLT-17010 ADDENDUM NUMBER ONE Date: March 8, 2018 From: McAdams Re: UNC Charlotte Parking Lot 8 Expansion Charlotte, North Carolina SCO #: 17-17177-01 McAdams Project #: CLT-17010 NOTICE TO BIDDERS: Bidder is hereby

More information

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS Mountrail County, North Dakota Advertisement for Bid Supply and Application of Calcium Chloride, Magnesium Chloride or Approved Dust Control Product To Various Roads INTRODUCTION The Mountrail County Road

More information

SECTION 903 EROSION CONTROL

SECTION 903 EROSION CONTROL SECTION 903 EROSION CONTROL Delete this Section in its entirety and replace with the following: SECTION 903 EROSION CONTROL 903-1 DESCRIPTION: This work consists of providing all; administrative, labor,

More information

Midwester State University Health Science Center

Midwester State University Health Science Center Bid Proposal For: Bid Due: Bids Received At: Email Bid to: Midwester State University Health Science Center 8-Aug-17 Midwestern State University Attn: Steven Shelley - Director of Purchasing/Contract Management

More information

ADDENDUM TO ITB DOCUMENTS

ADDENDUM TO ITB DOCUMENTS ADDENDUM TO ITB DOCUMENTS INVITATION TO BID: 2014-06 Pine Trails Park Phase IV ADDENDUM NO. 3 DATE: 3/17/14 To All Potential Bidders: This addendum is issued to modify the previously issued bid documents

More information

ANNE ARUNDEL COUNTY Department of Public Works DATE: 01/25/2017 FROM: Rich Osborn, P.E., Prof.L.S., Project Manager, Bureau of Engineering SUBJECT: Minutes for Pre-Bid Meeting January 19, 2017 South Shore

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount Wyman & Simpson Inc. - Richmond, ME $984,032.05 Gordon Contracting - Sangerville, ME $985,607.00 CPM Constructors - Freeport, ME $1,177,689.54 Page 1 of 7 Wyman & Simpson

More information

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS Section Page 26-1 GENERAL... 26.1 26-2 PAVEMENT KEYCUTTING... 26.1 26-3 PAVEMENT PLANING... 26.2 26-4 PLANED PAVEMENT CONFORMS... 26.3

More information

Received by:* Date Received:* Zoning Approval:* Date:* PERMIT#:* *ZONING: *SETBACKS: FRONT ft/ SIDE ft/ REAR ft *FLOOD ZONE:

Received by:* Date Received:* Zoning Approval:* Date:* PERMIT#:* *ZONING: *SETBACKS: FRONT ft/ SIDE ft/ REAR ft *FLOOD ZONE: HENDRY COUNTY BUILDING, LICENSING & CODE ENFORCEMENT POST OFFICE BOX 2340 * 640 SOUTH MAIN STREET * LABELLE, FLORIDA 33975 * (863) 675-5245 * FAX: (863) 674-4194 1100 OLYMPIA ST CLEWISTON, FLORIDA 33440

More information

New Jersey Department of Transportation DATE : 10/21/10 PAGE : TABULATION OF BIDS

New Jersey Department of Transportation DATE : 10/21/10 PAGE : TABULATION OF BIDS PAGE : 133-1 CONTRACT TIME : 12/20/11 COMPLETION DATE CONTRACT DESCRIPTION : URBAN PROJECT(S) : BR-080-5(094) ROUTE 80 BRIDGE OVER ROUTE 287 NORTHBOUND AND SMITH ROAD GRADING, PAVING & STRUCTURRS CONTRACT

More information