WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

Size: px
Start display at page:

Download "WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS"

Transcription

1 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 S PROPOSAL CONTRACT ID COUNTY MONONGALIA NAME OF PROJECT CHAPLIN HILL BUS PARK X331-46/ X331-46/ BIDS TO BE RECEIVED UNTIL 10 0 CLOCK A.M. (DATE) AT THE OFFICE OF THE DIVISION OF HIGHWAYS, CONTRACT ADMINISTRATION DIVISION, ROOM A-748, BUILDING 5, STATE CAPITOL COMPLEX, CHARLESTON, WEST VIRGINIA. NOTICE TO CONTRACTORS PAPER BID SUBMISSIONS WILL NO LONGER BE ACCEPTED AND ALL BIDS MUST BE SUBMITTED ELECTRONICALLY VIA THE INTERNET THROUGH BID EXPRESS. UNCOMPLETED WORKLOAD PAGE 1 OF 1, UNCOMPLETED WORKLOAD, MUST BE SUBMITTED TO THE CONTRACT ADMINISTRATION DIVISION ONE WEEK PRIOR TO THE DESIGNATED BID LETTING DATE IF OVER THE PREQUAILIFED AMOUNT. Linda.L.Lovejoy@wv.gov, Tracy.L.Perdue@wv.gov, and John.E.Taylor@wv.gov

2 CONTRACTOR S PROPOSAL Proposal of of for the construction of the CHAPLIN HILL BUS PARK in MONONGALIA County, West Virginia, known as X331-46/ X331-46/ according to the plans on file in the office of the Division of Highways, and according to the State Standard Specifications. TO THE WEST VIRGINIA DEPARTMENT OF TRANSPORTATION, DIVISION OF HIGHWAYS: The undersigned hereby proposes to construct and build according to the plans therefor now on file in the office the Division of Highways and according to the specifications of the Division of Highways, the above described Project for the respective amounts hereinafter set out. The acceptance of this proposal for said work, the undersigned will give the required bond with good security, conditioned for the faithful performance of said work, according to said plans and specifications, and the doing of all other things required by said specifications for the consideration herein named and with the further condition that the State of West Virginia shall be saved harmless from any and all damages that might accrue to any person, persons or property by reason of the carrying on of said work, or any part thereof, or by reason of negligence of the undersigned, of any person or persons under his employment and engaged in said work. Accompanying this proposal is a bid bond, cashier s check or certified check on Bank, for $ or 5% of the total cost whichever is greater. In case this proposal shall be accepted by said Division of Highways and the undersigned should fail to execute a contract with and furnish the security required by said West Virginia Commissioner of Highways, as set forth in the award and execution of contract, within the time fixed therein, this money shall become the property of the State of West Virginia, and shall be deposited to the credit of the Division of Highways Fund; otherwise said check is to be returned to the undersigned. The undersigned declares to have no interest direct or indirect in any other work covered by this proposal, and to have carefully examined the form of contract and specification, and the drawings therein referred to, and will provide all necessary machinery, tools and apparatus, and furnish all labor and materials and things necessary in the construction of said project. Said proposer has personally examined the road or bridge site considered in this proposal, and is acquainted with all the conditions and requirements and the location, ground, material, etc., and is relying on personal knowledge, not the Engineer s Estimate. And the undersigned agrees to do all work in the most substantial and workmanlike manner called for by said contract and specification, for the respective unit prices named below; and in order to meet with the requirements in the instructions to bidders, the following prices are submitted:

3

4 9/2/2014 Division of Highways Proposal Schedule of Items Page: 1 of 4 Proposal ID: State Project Number: X331-46/ Federal Project Number: SECTION: Alt Set ID: 0001 Roadway Alt Mbr ID: Proposal Unit Price Bid Amount Line Item ID Approximate Number Quantity and Description Units Dollars Cents Dollars Cents CLEARING AND GRUBBING LUMP SUM LUMP SUM MOBILIZATION LUMP SUM LUMP SUM UNCLASSIFIED EXCAVATION 15, CY FABRIC FOR SUBGRADE STABILIZATION 3, SY GROUTED RIPRAP CY INCH CORRUGATED POLYETHYLENE PIPE LF TEMPORARY PAVEMENT MARKING-PAINT 4 IN 2, LF TRAFFIC CONTROL DEVICE 1, UN CONSTRUCTION LAYOUT STAKE LUMP SUM LUMP SUM MINIMAL FIELD OFFICE MO SEED MIXTURE, B LB

5 9/2/2014 Division of Highways Proposal Schedule of Items Page: 2 of 4 Proposal ID: State Project Number: X331-46/ Federal Project Number: SECTION: Alt Set ID: 0001 Roadway Alt Mbr ID: Proposal Unit Price Bid Amount Line Item ID Approximate Number Quantity and Description Units Dollars Cents Dollars Cents MULCH, WOOD CELLULOSE FIBER FERTILIZER AGRICULTURAL LIMESTONE SILT FENCE 2, LF EDGE LINE, TYPE II - 4 IN white 1, LF CENTERLINE, TYPE II - 4 IN 1, LF AA 1 AGGREGATE BASE COURSE, STONE OR GRAVEL, CLASS AA 2 AGGREGATE BASE COURSE, SLAG, CLASS BB 1 AGGREGATE BASE COURSE, STONE OR GRAVEL, CLASS BB 2 AGGREGATE BASE COURSE, SLAG, CLASS

6 Proposal Schedule of Items Page: 3 of 4 Proposal ID: State Project Number: X331-46/ Federal Project Number: SECTION: Alt Set ID: 0001 Roadway Alt Mbr ID: Proposal Unit Price Bid Amount Line Item ID Approximate Number Quantity and Description Units Dollars Cents Dollars Cents CC 1 MARSHALL HMA BASE CRSE, SG, TY I CC 2 MARSHALL HMA BASE CRSE, S, TY I CC 3 MARSHALL WMA BASE CRSE, SG, TY I CC 4 MARSHALL WMA BASE CRSE, S, TY I DD 1 MARSHALL HMA BASE CRSE, SG, TY II DD 2 MARSHALL HMA BASE CRSE, S, TY II DD 3 MARSHALL WMA BASE CRSE, SG, TY II DD 4 MARSHALL WMA BASE CRSE, S, TY II EE 1 MARSHALL HMA WEAR CRSE, SG, TY I

7 Proposal Schedule of Items Page: 4 of 4 Proposal ID: State Project Number: X331-46/ Federal Project Number: SECTION: Alt Set ID: 0001 Roadway Alt Mbr ID: Proposal Unit Price Bid Amount Line Item ID Approximate Number Quantity and Description Units Dollars Cents Dollars Cents EE 2 MARSHALL HMA WEAR CRSE, S, TY I EE 3 MARSHALL WMA WEAR CRSE, SG, TY I EE 4 MARSHALL WMA WEAR CRSE, S, TY I Section: 0001 Total: Total Bid:

8

9 [10] CONTRACTOR S DBE GOAL: TOTAL COST OF ALL DBE PARTICIPATION $. PERCENT OF TOTAL BID AMOUNT: If material is to be supplied, the figure in column [9] shall not exceed 60% of the actual cost unless the material is manufactured by a DBE; if material IS manufactured by a DBE, 100% of the cost may be recorded. If material is not supplied by a regular dealer as defined in 49 C.F.R (2)(ii), the figure in column [9] shall only include a reasonable and customary fee or commission for providing a bona fide service. The Contractor s authorized signature on this plan shall serve as documentation of commitment to use the DBE subcontractor(s) listed above by the contractor to meet the contract goal. The Contractor shall submit written and signed confirmation from the DBE that it is participating in the contract as provided in the prime contractor s commitment. Authorized Signature Title. WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CONTRACTOR S PLAN FOR DBE PARTICIPATION December 16, 2011 [1] [2] [3] [4] [5] [6] [7] [8] [9] DBE Sub-Contractor or Line Item Description Type of Work Quantity Unit Unit Cost Total Cost Supplier Number Number (from DBE Directory) EXPLANATORY NOTES: DBE Sub-Contractor (column [1]), for the purpose of this certificate, means a disadvantaged business as defined by Special Provisions in this Proposal. For line [10], enter the total cost of DBE participation and the percentage of the total contract bid amount that this total DBE cost represents. Page 2 of 5

10

11

12

13

14 INDEX GOVERNING SPECIFICATIONS FOR STATE PROJECT X331-46/ MONONGALIA COUNTY The West Virginia Department of Transportation, Division of Highways Standard Specifications, Roads and Bridges, Adopted 2010; as amended by The West Virginia Department of Transportation, Division of Highways Supplemental Specifications, Adopted January 1, 2014, the Contract Plans and Contract Documents are the governing provisions applicable to this project. ITEM DATE PAGE Right of Way Certificate Status of Utilities WV Jobs Act December 16, Disadvantaged Business Enterprises Utilization January 24, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) January 3, Bidding Requirements and Conditions (102) July 1, Scope of Work (104) September 5, Project Note & Recycled Asphalt Pavement (RAP) Memorandum Overlaying of Portland Cement Concrete Bridge Decks (679) March Bridge Engineers Statement June 11, Memorandum June 11, INDEX CHAPLIN HILL BUS PARK

15 1

16 2

17 3 December 16, 2011 WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS SPECIAL PROVISION FOR WEST VIRGINIA JOBS ACT This special provision shall not apply to any project in which federal funds are used, in whole or in part, for its construction. If the Contract Bid Amount is equal to or greater than $500,000 the West Virginia Jobs Act (Chapter 21 Article 1C of the West Virginia Code) and the following shall apply. The Prime Contractor and all Subcontractors are required to hire at least 75% of the workers for the project from the local labor market.. The local labor market as defined by the Act includes all counties in West Virginia and any county outside of West Virginia if any portion of that county is within fifty (50) miles of the West Virginia border. Each employer is permitted to have two workers from outside the local labor market. If workers are not available from inside the local labor market, the contractor shall obtain an employment wavier certificate from the local office of the West Virginia Job Service. The Prime Contractor and all Subcontractors who work onsite shall provide to the Division of Highways District Office a certified payroll and all employment waiver certificates for each week worked. The certified payroll must contain the County and State of residence for each employee. All subcontracts shall contain provisions conforming to the requirements of this Act. Any contractor or subcontractor found to be in violation of any provision of the Act will be subject to a civil penalty of one hundred dollars per day of violation. The West Virginia Division of Labor is responsible for establishing procedures for the collection of civil penalties. Page 1 of 1

18 4

19 5

20 6

21 7

22 8 September 5, 2013 WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS SUPPLEMENTAL SPECIFICATION FOR SECTION 104 SCOPE OF WORK VALUE ENGINEERING DELETE THE TITLE AND CONTENTS OF THE SECTION AND REPLACE WITH THE FOLLOWING: VALUE ENGINEERING CHANGE PROPOSAL AND PRACTICAL DESIGN CHANGE PROPOSAL: The Contractor may submit to the Engineer, in writing, Value Engineering Change Proposals (VECP) for modifying the plans, specifications or other requirements of the contract for the purpose of reducing the total cost of construction without reducing design capacity or quality of the finished product. If accepted by the Division, the cost savings difference between the original contract work being modified and the final cost of the proposed new work shall be shared between the Contractor and the Division on a fifty-fifty basis. The Contractor may submit to the Engineer, in writing, a Practical Design Change Proposal (PDCP) for modifying the plans, specifications or other requirements of the contract for the purpose of reducing the total cost of construction. A Practical Design Change Proposal may provide a finished product with a justifiably revised scope change, as compared to the as-bid product. The PDCP may modify construction sequences, re-use existing roadway elements or underrun contract items. The PDCP shall not adversely affect safety or function of the final product. The cost savings to the Division shall be negotiated to be at least 60% of the cost difference between the original contract work being modified and the final cost of the proposed new work listed in the change order for a PDCP. The contractor is encouraged to submit to the engineer, in writing, VECP s and PDCP s for modifying the plans, specifications or other requirements of the contract. Proposed modifications should not impair, in any manner, essential functions or characteristics of the project, including but not limited to, service life, economy of operation, ease of maintenance, and shall not impair design or safety standards, and shall not significantly delay the completion of the project. Page 1 of 3

23 9 September 5, 2013 This subsection applies to all VECPs / PDCPs initiated and developed by the Contractor and which are identified as such by the Contractor at the time of their submission to the Engineer; however, nothing shall be construed as requiring the Engineer to consider or approve a VECP/PDCP submitted hereunder. As a minimum, the following information shall be submitted, in quadruplicate, with each VECP/PDCP along with all information additionally submitted in electronic format: i. a statement that this proposal is submitted as a VECP or PDCP; ii. a description of the difference between the existing contract requirements and the proposed change; iii. a statement concerning the basis for the VECP/PDCP and benefits to the Division together with an itemization of the contract items and requirements affected by the VECP/PDCP; iv. separate detailed cost estimates for both the existing contract requirements and the proposed change; v. an itemization of plan details, design standards or specifications to be changed if the VECP/PDCP is adopted; vi. an estimate of the effect on collateral costs to the Division. Collateral costs are defined to be reduced costs of operation, maintenance or repair and extended useful service life; and vii. a statement of the time by which approval must be issued to obtain the total cost reduction during remainder of Contract, noting any effect on contract completion time or delivery schedule; viii. a description of any previous use or submission of the same proposal by the Contractor, including dates, job numbers, results, and/or outcome of proposal if previously submitted; ix. final submittals for VECPs and PDCPs shall be signed and sealed by a West Virginia Registered Professional Engineer, and that individual will become the Engineer of Record for the work described in the VECP/PDCP. It should be noted that on a case by case basis, the Contractor may be required to do presentations to the Division addressing the above issues and clarifying any additional information requested by the Division. If approved by the Division, the Division will process the VECP/PDCP in the same manner as prescribed for any other proposal which would necessitate issuance of a Contract change order. The Division may accept in whole or in part any VECP/PDCP by issuing a change order which will identify the VECP/PDCP on which it is based. The Division will not be liable to the Contractor for failure to accept or act upon any VECP/PDCP submitted pursuant to this provision nor for any delays to the work attributable to any such proposal. The Division has the right to reject any VECP/PDCP without explanation. Additionally there may be other regulatory agencies outside of the Division that may need to review the proposed VECP/PDCP and have the authority to reject/accept the proposed VECP/PDCP. The Division accepts no responsibility in delays or costs attributed to any such reviews by outside agencies and it is the responsibility of the Contractor to get approval from said organizations. Until a proposal is effected by change order, the Contractor shall remain obligated to the terms and conditions of the existing contract. When an executed change order has not been Page 2 of 3

24 10 September 5, 2013 issued by the date upon which the Contractor's proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have specified in writing, such proposal may be deemed rejected. The change order affecting the necessary Contract modification will establish the estimated savings agreed upon, will provide for adjustment in the Contract prices and will indicate the savings be divided between the Contractor and the Division as per the negotiated agreements. The Contractor shall absorb all costs incurred in preparing a VECP/PDCP for submission to the Division. All reasonably incurred costs of reviewing and administering the VECP/PDCP will be borne by the Division. The Division reserves the right to include in the change order any conditions it deems appropriate for consideration, approval and implementation of the proposal. The Contractor's share of the savings shall constitute full compensation for effecting all changes pursuant to the change order. Acceptance of the VECP/PDCP and performance of the work thereunder will not change the Contract completion date as a result of the VECP/PDCP, unless specifically provided for in the change order authorizing the VECP/PDCP. The Division expressly reserves the right to adopt a VECP/PDCP for general use in contracts administered by the Division when it determines the VECP/PDCP is suitable for application to other contracts without obligation or compensation of any kind to the Contractor. The Engineer shall be sole judge of the acceptability of a VECP/PDCP. When a VECP/PDCP is accepted by the Division, the provisions of pertaining to adjustment of Contract unit price due to alterations of Contract quantities will not apply to the items adjusted or deleted as a result of affecting the VECP/PDCP by change order. The cost of the revised work, as determined in the value engineering change order, will be paid on current estimates. In addition to such payment for VECP items, the Contractor will be paid, on a Lump Sum basis by a separate item, one half of the difference of the cost of the original contract work and the final cost of the new work listed in the change order In addition to such payment for PDCP items, the Contractor shall be paid on a Lump Sum basis by separate item the negotiated contractor portion of the savings. For VECP, one half of contractor portion of the estimated savings will be paid to the Contractor upon approval of the change order. For PDCP, one half of the negotiated contractor portion of the estimated savings will be paid to the Contractor upon approval of the change order. The remainder of the savings due the Contractor will be paid upon completion of all items of work included in the change order. This final Lump Sum payment will be determined by the actual quantities for items paid by the unit. Final payment for other lump sum or proposal quantity items will be the change order amount, subject to Page 3 of 3

25 11

26 12

27 13

28 14

29 15

30 16

31 17

32 18

CONTRACTOR S PROPOSAL

CONTRACTOR S PROPOSAL 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 PREQUALIFICATION

More information

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer

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

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

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

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

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

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

More information

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

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

More information

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

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

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

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

More information

BID 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

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 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

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

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

More information

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

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

More information

Your cooperation in this matter is greatly appreciated. If you have any questions or need further assistance you may contact:

Your cooperation in this matter is greatly appreciated. If you have any questions or need further assistance you may contact: We will stop accepting bids at 10:30 both on the Internet and in drop-boxes. Drop-boxes will be sealed and left at the guard s desk in public view. We will start opening the bids at 11:30 a.m. Reading

More information

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc. www.mwaeng.com Mainelli Wagner & Associates, Inc. 6920 Van Dorn Street, Suite A, Lincoln, NE 68506 Phone: (402) 421-1717 Fax: (402) 421-6061 January 30, 2019 To Whom It May Concern: The Burt County Board

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:

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

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

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

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

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

More information

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

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

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

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

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. December 14, 2018

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. December 14, 2018 STATE OF OHIO DEPARTMENT OF TRANSPORTATION COLUMBUS, OHIO PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING December 14, 2018 This pamphlet is issued solely for the purpose of circulating advance information

More information

Mainelli Wagner & Associates, Inc.

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

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

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

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

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

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

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

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

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

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

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

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

More information

ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1

ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1 ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1 Plan holders of the F. HOEFLICH DITCH PETITION PROJECT NO. 142 are hereby notified

More information

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

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

More information

DOCUMENT BID PROPOSAL

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

More information

CHANCEFORD TOWNSHIP, YORK COUNTY, PENNSYLVANIA ORDINANCE NO

CHANCEFORD TOWNSHIP, YORK COUNTY, PENNSYLVANIA ORDINANCE NO CHANCEFORD TOWNSHIP, YORK COUNTY, PENNSYLVANIA ORDINANCE NO. 2005-2 AN ORDINANCE REGULATING THE CONSTRUCTION AND REPAIR OF ALL SIDEWALKS IN CHANCEFORD TOWNSHIP, YORK COUNTY, PENNSYLVANIA, BY PROVIDING

More information

SECTION 50 CONTROL OF WORK

SECTION 50 CONTROL OF WORK SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and

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

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

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

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc. www.mwaeng.com Mainelli Wagner & Associates, Inc. 6920 Van Dorn Street, Suite A, Lincoln, NE 68506 Phone: (402) 421-1717 Fax: (402) 421-6061 August 8, 2018 The Cuming County Board of Supervisors will be

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

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

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

More information

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No PART 1 GENERAL 1.1 RELATED DOCUMENTS REQUIREMENTS COMMON TO ALL WORK CATEGORIES 1. Drawings and general provisions of the Contract, including General Special Conditions and other Division 1 Specification

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

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES NAME OF PROJECT: PROJECT NUMBER: PROPOSER: SECTION I. POLICY STATEMENT AND TERMS In accordance with the Metropolitan

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

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

More information

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

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

More information

BID PROPOSAL CONTRACT NO. AOPC

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

More information

PROPOSAL AND BID FORM (Submit in triplicate)

PROPOSAL AND BID FORM (Submit in triplicate) Bidder SECTION 00300 PROPOSAL AND BID FORM (Submit in triplicate) Proposal of: (hereinafter called "Bidder" or "Contractor"), organized and existing under the laws of the State of doing business as a partnership

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

More information

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

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

More information

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

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

More information

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

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

Chapter 31 Building Construction

Chapter 31 Building Construction Chapter 31 Building Construction Article I In General 31-101 Short Title.... 31-2 31-102 Adoption.... 31-3 31-103 Supersession by Uniform Construction Code.... 31-3 Article II Modifications of National

More information

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc. www.mwaeng.com Mainelli Wagner & Associates, Inc. 6920 Van Dorn Street, Suite A, Lincoln, NE 68506 Phone: (402) 421-1717 Fax: (402) 421-6061 August 22, 2018 To Whom It May Concern: The Cedar County Board

More information

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

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

More information

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS

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

More information

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

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

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

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

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment and

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment and Contract Number: Bid Opening Date: ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION H-15-236J November 18, 2014 Time: 11:00 A.M. BID OPENING LOCATION:

More information

ACKNOWLEDGEMENT OF RECEIPT OF ADDENDUM

ACKNOWLEDGEMENT OF RECEIPT OF ADDENDUM WELLS COUNTY HIGHWAY DEPARTMENT 1600 W. WASHINGTON STREET BLUFFTON, INDIANA 46714 PHONE 260/824-6430 FAX 260/824-6431 WELLS COUNTY HIGHWAY DEPARTMENT & BOARD OF COMMISSIONERS Date: January 8, 2019 To:

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

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

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

ADDENDUM NO. 1. BVCAP Laurel Hill Residential Site Improvements Pawtucket, RI. March 18, 2016 PREPARED BY:

ADDENDUM NO. 1. BVCAP Laurel Hill Residential Site Improvements Pawtucket, RI. March 18, 2016 PREPARED BY: ADDENDUM NO. 1 BVCAP Laurel Hill Residential Site Improvements Pawtucket, RI March 18, 2016 PREPARED BY: Fuss & O Neill, Inc. 317 Iron Horse Way, Suite 204 Providence, RI 02908 NOTICE TO PROSPECTIVE BIDDERS

More information

City of Eagle Point 2017 Paving Instruction to Bidders

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

More information

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

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

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464

More information

DIVISION OF OPPORTUNITY, DIVERSITY, AND INCLUSION OFFICE OF SMALL AND DISADVANTAGED BUSINESS ENTERPRISES Commercially Useful Function (CUF) Procedures

DIVISION OF OPPORTUNITY, DIVERSITY, AND INCLUSION OFFICE OF SMALL AND DISADVANTAGED BUSINESS ENTERPRISES Commercially Useful Function (CUF) Procedures EXHIBIT F DIVISION OF OPPORTUNITY, DIVERSITY, AND INCLUSION OFFICE OF SMALL AND DISADVANTAGED BUSINESS ENTERPRISES Commercially Useful Function (CUF) Procedures TABLE OF CONTENTS 1.0 Monitoring 1.1 General

More information

TABLE OF CONTENTS COVER PAGE 1 NO TABLE OF CONTENTS ADDENDUM ACKNOWLEDGEMENT

TABLE OF CONTENTS COVER PAGE 1 NO TABLE OF CONTENTS ADDENDUM ACKNOWLEDGEMENT TABLE OF CONTENTS Sections Description No. of Return with Pages Submittal COVER PAGE 1 NO TABLE OF CONTENTS ADDENDUM ACKNOWLEDGEMENT 1 YES SECTION A CHANGES TO THE CONTRACT DOCUMENTS 1 NO SECTION B PRE-BID

More information

Title 15 BUILDINGS AND CONSTRUCTION

Title 15 BUILDINGS AND CONSTRUCTION Title 15 BUILDINGS AND CONSTRUCTION Chapters: 15.04 International Codes Adopted 15.08 Building Permits 15.12 Movement of Buildings Chapter 15.04 INTERNATIONAL CODE COMMISSION CODES Sections: 15.04.010

More information

TRENCHLESS CULVERT REHAB-2017

TRENCHLESS CULVERT REHAB-2017 TRENCHLESS CULVERT REHAB-2017 Project Number: NA Bid Number: 25-08JUN17 CONSTRUCTION BIO REQUEST Contract Documents, General Specifications, Technical Specifications, and Special Provisions BOONE COUNTY

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

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

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via e-mail and will be accepted no later than 10:00 AM on Wednesday, January

More information

REQUEST FOR WRITTEN BIDS

REQUEST FOR WRITTEN BIDS Parks & Recreation Department 9355 East Stockton Blvd., Suite 185 Elk Grove, CA 95624 REQUEST FOR WRITTEN BIDS TO: ALL PROSPECTIVE BIDDERS DATE: March 9, 2016 Project Managers: Priscilla Oliver, Landscape

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Issue Date: August 11, 2013 Title: Issuing Agency & Address Location of Work: RFQ#: SWaM-2013-15 Pre-Qualified Contractors Term Small, Women, and Minority Owned (SWaM) Contractors for Renovation, Replacement

More information

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT December 7, 2017 Please find the following addendum to the below mentioned BID. Addendum No.: 3 Bid#: 622-95-17-61-2 Project Name: Bedico Timberlane

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

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY REQUEST FOR QUALIFICATIONS Professional Construction Management Services Harrisburg International Airport Rehabilitate Runway 13-31 Susquehanna Area Regional

More information

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project BID INSTRUCTIONS Montour County Courthouse Retaining Wall Repair Project The Montour County Commissioners are receiving bids for the Courthouse Retaining Wall Repair Project. The parking lot is located

More information

Bids Due and Opening Tuesday, December 12, 2017 Time 10:00 a.m.

Bids Due and Opening Tuesday, December 12, 2017 Time 10:00 a.m. INVITATION TO BID Bid Package Montrose County 2018 Gravel Crushing Services Bids Due and Opening Tuesday, December 12, 2017 Time 10:00 a.m. Location Montrose County Road and Bridge Office 949 N. 2 nd Street

More information

PROJECT. at the UNIVERSITY OF ILLINOIS CAMPUS Project Number: Bid Date:

PROJECT. at the UNIVERSITY OF ILLINOIS CAMPUS Project Number: Bid Date: PROJECT THE BIDDING AND CONTRACT PROVISIONS Document 00 40 00 - Bid (Standard Contract Set) at the UNIVERSITY OF ILLINOIS CAMPUS Project Number: To: The Board of Trustees of the University of Illinois

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

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

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

BID PROPOSAL FORM

BID PROPOSAL FORM GENERAL BID INFORMATION EXHIBIT A PROJECT BID PROPOSAL FORM (ATTACHMENT FOR FORM NO. 96) A. Bidder:. B. Project Name: Parking Lot Remediation #15-01-192 C. Project Location: 1501 W. Washington Street,

More information

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS March 6, 2006 ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS The attention of all Bidders submitting Proposals for the

More information

Bidding Conditions Attachment C

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

More information

Bid Proposal of. Town of Carrboro - Rogers Road Sidewalk Project (U-4726DD)

Bid Proposal of. Town of Carrboro - Rogers Road Sidewalk Project (U-4726DD) Bid Proposal Form Town of Carrboro - Rogers Road Sidewalk Project (U-4726DD) (Formal Bid) Bid Proposal of hereinafter called "BIDDER"), organized and existing under the laws of the State of North Carolina

More information

CITY OF TACOMA Department of Public Utilities Tacoma Power

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

More information

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE Roosevelt County INVITATION FOR BID No. 2014-01 CRUSHED CALICHE Bids Submitted by: Tuesday, March 25, 2014 Time: 2:00 p.m. Bids Submitted to: Roosevelt County Administration 109 W. First Street, 4 th Floor

More information