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

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

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

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

JUDD STREET LIFT STATION DEWATERING CONTRACT

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

Whatcom County Bid ADDENDUM NO. 2 West Badger Road / Bertrand Creek Bridge #50 Replacement CRP Federal Aid BRS-2037(107)

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

DOCUMENT ADDENDA AND MODIFICATIONS

NOTICE TO BIDDERS. August 24, 2016 ADDENDUM NO. 1. Gosling Road Pedestrian, Bike & Related Improvements

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

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

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

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

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

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

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

INVITATION TO BID GIFFORD WOODS STATE PARK KENT BROOK PEDESTRIAN BRIDGE PROJECT

Maine Turnpike Authority

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

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

Connecting Revitalizing Preserving Celebrating

Sample. Bid Proposal. Not Valid for Use

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

Proposer shall make note of and/or incorporate all changes listed below into the requested

ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015

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

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT

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

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

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

ADVERTISEMENT SET DECEMBER 2013

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

SECTION A1 EXCAVATION AND BACKFILL GENERAL

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

Maine Turnpike Authority

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

Forsyth County Procurement

PROPOSAL AND BID FORM (Submit in triplicate)

ADDENDUM #3. STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No ; Federal Project No.

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


DRAFT TECHNICAL SPECIFICATIONS FOR

Table of Contents for Guide Specifications

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

BASE BID Description Written & Numeric Price

CONTRACT ID : COMPLETION DATE : 09/15/08 =========

ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013

Snow Removal Equipment Storage Building

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

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

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

MAY 11, 2017 T-MC-107A & T-MC-107B1

SECTION BID FORM. Garfield Street Drainage Improvements

ADDENDUM #1 BL Construction of Club Drive Park: Phase II

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

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

Addendum No. 1 Issue Date: March 29, 2016

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

Maine Turnpike Authority

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2

SECTION MEASUREMENT AND PAYMENT

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

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

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

SECTION PAYMENT PROCEDURES

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

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

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

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

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

CITY OF DE SOTO Miller Park Trail Extension and Picnic Table Pads

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

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

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

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

CITY OF TACOMA Department of Public Utilities Tacoma Power

BID FORM (LUMP SUM CONTRACT)

PLAN PREPARATION GUIDE CHAPTER 3 QUANTITY COMPUTATIONS AND INFORMATION

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

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT

Addendum No. 1 Page 1 of 2

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

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

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

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

204 - EXCAVATION AND BACKFILL FOR STRUCTURES SECTION 204 EXCAVATION AND BACKFILL FOR STRUCTURES. Granular Backfill (Wingwalls) (Set Price)

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

TO ALL PROSPECTIVE BIDDERS: The original specifications for the project noted above are hereby modified as described below:

ADDENDUM 3 Contractor Questions Essex County Courthouse Square Drainage Improvements IFB Responses Issued March 30, 2016

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

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

NOTICE TO BIDDERS ADDENDUM NO. 3. Dated: March 25, 2019 SAP

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

Maine Turnpike Authority

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

ADDENDUM #1 Walker Woods Pump Station Replacement PW

Transcription:

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 Seymour Road Replacement Bridge Westford, Vermont Addendum No. 1 This Addendum shall be part of the Contract Documents as provided in the Instructions to Bidders section of the above referenced project. Please acknowledge receipt of the Addendum by entering its number and date on page 1 of the revised Bid. Failure to do so may subject the Bidder to disqualification. A revised Bid Form has also been prepared and is attached to this memo. This Addendum is to provide clarifications per contractor comments and questions during the mandatory site walk conducted at 10:00am on April 22, 2015. The sign in sheet for the Mandatory Pre-Bid Meeting has also been attached with this memo. Clarifications: Except as noted below, the contract shall be administered on a lump sum basis. The unit prices are to be provided for the purpose of bid evaluation, and will be the basis for the negotiation of change orders if such arise during construction. Item 505.155 - Steel Piling HP 12x63 will be separated from the lump sum bid and bid as a unit price item per linear foot. Based on soil boring log SB-1, the Bidder shall bid assuming that each of the four (4) piles will be driven twenty five (25) feet for a total of one hundred (100) feet of steel piling. All Piles shall be driven to refusal. Since the piles will be driven to refusal, loading testing will not be required. The Bidder will be paid based on the actual final length steel pile left in place per the unit cost provided on the bid form. The attached bid form has been modified accordingly. Material Testing shall be the responsibility of the Bidder and conducted in accordance with applicable VTrans 2011 Standard Specifications for Construction. The Bidder shall hire an independent testing firm to Page 1 of 3

Seymour Road Replacement Bridge Addendum #1 April 27, 2015 conduct material testing work, as needed. All material testing results shall be provided directly to the project engineer and Town. All material testing costs shall be included under item 631-Material Testing. The Project Engineer, Mr. Stephen Diglio, P.E. and Town of Westford Road Foreman, Mr. Brent Meacham, will conduct periodic site inspections and shall be notified in advance of project milestones. Project milestones will be identified during a preconstruction meeting with the successful bidder. There will be no Bituminous Concrete Pavement included as part of this project. The bid form has been revised accordingly. No Replacement Bridge Alternative Designs will be considered, and Bidders shall submit bids only for the replacement bridge design presented in the Contract Drawings. The main funding source for this project, FEMA, has only provided specific approval for Replacement Bridge scope of work for a precast concrete beam bridge and concrete deck with a 42 span and 8 rise, as shown in the Contract Drawings. Based on recent correspondence with personnel from the Vermont Department of Public Safety, any deviation from the approved FEMA scope of work could jeopardize funding for the entire project. In addition, to obtain approval for an alternative replacement bridge will require a change of scope approval by FEMA, which would delay the project by a year. A delay of this magnitude is not acceptable to the Town. Alternatives for the Temporary Road Brook crossing structure will be considered since the road is temporary in nature, and FEMA has yet to provide approval for any specific scope of work for the temporary road. Bidders shall provide a temporary brook crossing structure that has a minimum hydraulic opening equivalent to three (3) six (6)-foot diameter culverts, and maintains the same road alignment as the temporary access road provided in the Contract Drawings. Sheet SP.1 of the Contract Drawings has been revised accordingly, and attached to this memo. If a Bidder chooses to utilize the existing boiler plate culverts that are currently onsite, he/she shall determine whether the existing culverts are adequate to handle his/her equipment. A turf dragging is an acceptable finish method for the replacement bridge deck. The Mud Mats are a required per the abutment structural design. The contributing water for the Beaver Brook drains an area of approximately 8.4 square miles of hilly to mountainous terrain. The land Page 2 of 3

Seymour Road Replacement Bridge Addendum #1 April 27, 2015 cover consists mostly of forested land with some fields and rural development. Based on observations by the Town and local residents, the brook tends to rise quickly during rain events. o Hydrologic Analysis Results (Stream Stats) Recurrence Interval Peak Flow Rate (CFS) 2.33 Years 481 cfs 10 years 701 cfs 25 years 1,110 cfs (Design Flow) 50 years 1,320 cfs 100-years 1,560 cfs (Check Flow) If additional clarification is required, please submit questions to Stephen Diglio via email at stephend@kas-consulting.com. Questions will be accepted until 5:00 pm on May 1, 2015. No additional addendum will be issued after May 4, 2015. Attachments: Mandatory Pre-Bid Meeting Sign-in Sheet Revise Bid Form Revised Contract Drawing Sheet SP.1 Page 3 of 3

BID FORM Proposal of (hereinafter called BIDDER), organized and existing under the laws of the State of Vermont doing business as (a corporation, a partnership, or an individual) To the CITY OF WESTFORD (hereinafter called OWNER) In compliance with your Invitation for BIDS, BIDDER hereby proposes to perform all WORK for the SEYMOUR ROAD BRIDGE REPLACEMENT PROJECT in Westford, Vermont in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the lump sum prices provided below. By submission of this BID, each BIDDER certifies, and in the case of a joint BID, each party thereto certifies as to his own organization, that his BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence WORK under this contract on the date of issuance of the NOTICE TO PROCEED, and to fully complete the PROJECT by October 31, 2015. BIDDER acknowledges receipt of the following ADDENDA: The BIDDER declares as follows: (1) he/she has examined carefully the location of the proposed work, the annexed proposed CONTRACT AGREEMENT, and the drawings and/or specifications therein referred to; (2) he/she has gathered and understands information relative to the locations of existing structures, and utilities, and is aware of apparent and latent conditions, and natural phenomena. The information carries no guarantee expressed or implied, as to its completeness or accuracy, and he/she has made due allowance therefore; (3) the BIDDER understands that this contract will be a Lump Sum Agreement; (4) the OWNER reserves the right to modify or delete items without affecting unit pricing of other items under this contract. (5) he/she understands that he/she shall provide a work schedule within 10 days of award in the critical path form which is subject to the OWNERS review. The OWNER reserves the right to alter the schedule at any time due to outside agencies such as weather, utilities, other projects, etc. May, 2015 BID FORM Page 1 of 7

(6) he/she understands that the WORK under this proposal is located in the areas shown on the contract drawings: Sheet 1: Project Cover; Sheet 2: SP.1 Temporary Road and Removal Site Plan (Revised 4/27/15); Sheet 3: SP.2 Replacement Bridge Site Plan; Sheet 4: SP.3 Erosion and Sediment Control Plan and Notes; Sheet 5: S4 Structural Notes; Sheet 6: S5 Substructure Layout; Sheet 7: S6 Beam and Pile Layout; Sheet 8: S7 Deck Layout Plan; Sheet 9: S8 Longitudinal Sections; Sheet 10: S9 Detail Sections; Sheet 11: D1 Boring Logs; Sheet 12: VTrans Standard G-1; Sheet 13: VTrans Standard G1-D; Sheet 14: VTrans Standard S-367A; Sheet 15: VTrans Standard S-367B; Sheet 16: VTrans Standard Detail SD- 502.00; Sheet 17: VTrans Standard Detail SD-601.00 as prepared by KAS, Inc. and Artisan Engineering. (7) and he/she proposes and agrees that, if this BID PROPOSAL is accepted, he/she will contract with the OWNER, in accordance with the copy of the contract documents deposited in the office of the OWNER, this PROPOSAL form being part of and included in a copy of said documents, to provide all necessary machinery, tools, apparatus, and other means of construction and to do all the work and furnish all the materials specified in this contract in the manner and time therein prescribed and according to the requirements of the OWNER as therein set forth and that he/she will take in full payment for each item of work thereof, the unit or lump sum price applicable to that item as stated in the schedule below. THE CONTRACTOR SHALL TYPE (PREFERRED) OR NEATLY WRITE IN THE UNIT PRICES AND TOTAL LUMP SUM PRICES FOR THE PROJECT ITEM PER THE ATTACHED FORMS. Abbreviations CY = cubic yard EA = each HR = hour LBS = pound LF = linear foot LS = lump sum SF = square foot LU = lump unit May, 2015 BID FORM Page 2 of 7

VTrans No. 201.10 BID FORM REPLACEMENT BRIDGE PROJECT Item Description Unit Price Unit Estimated Quantity CLEARING AND GRUBBING INCLUDING TREES AND STUMPS LS 1 Total Price 203.15 COMMON EXCAVATION CY 600 203.16 SOLID ROCK EXCAVATION CY 10 203.25 CHANNEL EXCAVATION CY 150 203.30 GRANULAR BORROW CY 120 204.25 STRUCTURE EXCAVATION CY 450 GRANULAR BACKFILL FOR 204.30 STRUCTURES CY 240 208.40 COFFER DAM (ALL INCLUSIVE) EACH 2 208.45 GROUNDWATER DIVERSION LS 1 301.15 SUBBASE OF GRAVEL CY 120 401.10 AGGREGATE SURFACE COARSE CY 30 FURNISHING EQUIPTMENT FOR 504.10 DRIVING PILES LS 1 514.10 WATER REPELLENT, SILANE LS 1 525.44 BRIDGE RAILING, GALVANIZED HDSB/FASCIA MOUNTED / STEEL TUBING LF 100 601.00 15 CPEP DRIVEWAY CULVERTS LF 38 609.10 DUST CONTROL W/ WATER LS 1 613.10 STONE FILL, TYPE I (ROADSIDE DITCHES) CY 12 613.12 STONE FILL, TYPE III (BROOK BANK STABILIZATION) CY 425 619.15 STEEL BRIDGE MARKERS EA 4 621.20 HDSB GALVANIZED GUARDRAIL WITH STEEL POST LF 140 621.737 GUARDRAIL APPROACH SECTION, GALVANIZED GUARDRAIL HDSB EACH 4 621.90 TEMPORARY TRAFFIC BARRIERS LS 1 May, 2015 BID FORM Page 3 of 7

VTrans No. Item Description Unit Price Unit Estimated Quantity Total Price 631 MATERIALS TESTING LS 1 635.11 MOBILIZATION/DEMOBILIZATION LS 1 TRAFFIC CONTROL INCLUDING 641.10 ALL DETOUR SIGNAGE LS 1 649.31 GEOTEXTILE UNDER STONE FILL SY 350 651.15 SEED LBS 30 651.25 HAY MULCH TON 1 651.35 TOPSOIL CY 10 EROSION AND SEDIMENT 652.10 CONTROL PLAN (ALL INCLUSIVE) LS 1 675.20 TRAFFIC SIGNS, TYPE A SF 4 675.341 SQUARE TUBE SIGN POST LF 12 900.01 PRECAST REINFORCED CONCRETE BEAM PER CONTRACT DRAWINGS (ALL INCLUSIVE) EACH 5 900.02 REINFORCED CONCRETE BRIDGE DECK PER CONTRACT DRAWINGS (ALL INCLUSIVE) LS 1 900.03 REINFORCED CONCRETE CANTILEVERED ABUTMENT AND WINGWALLS PER CONTRACT DRAWINGS (ALL INCLUSIVE) (EAST SIDE OF BRIDGE) LS 1 900.04 REINFORCED CONCRETE PILE CAP ABUTMENT AND WINGWALLS PER CONTRACT DRAWINGS (ALL INCLUSIVE) (WEST SIDE OF BRIDGE) LS 1 900.05 DISASSEMBLY, REMOVAL, CLEANING, TRANSPORT, AND RETURN OF EXISTING TEMPORARY BRIDGE PER SPECIAL PROVISIONS LS 1 May, 2015 BID FORM Page 4 of 7

TOTAL LUMP SUM BID FOR REPLACEMENT BRIDGE PROJECT: $ TOTAL WRITTEN LUMP SUM BID FOR REPLACEMENT BRIDGE PROJECT: The above lump sum price shall include all labor, materials, removal, overhead, profit, insurance, etc. to cover the finished work of the several kinds called for on the contract drawings and specifications. We hereby certify that we did not enter into any agreement, participate in any collusion, or otherwise take any action in restraint of free competitive bidding. UNIT PRICE BID FOR STEEL PILES VTrans Item Description Unit Price Unit No. Estimated Quantity 505.155 STEEL PILING, HP 12 x 63 LF 100 Total Price TOTAL BID FOR REPLACEMENT BRIDGE PROJECT (Including 100 lf of steel piling): $ TOTAL WRITTEN BID FOR REPLACEMENT BRIDGE PROJECT: May, 2015 BID FORM Page 5 of 7

BID FORM TEMPORARY ROAD PROJECT VTrans No. Item Description Unit Price Unit Estimated Quantity Total Price 201.10 CLEARING AND GRUBBING LS 1 203.15 COMMON EXCAVATION CY 200 301.15 SUBBASE OF GRAVEL CY 150 401.10 AGGREGATE SURFACE COARSE CY 75 629.54 CRUSHED STONE BEDDING CY 125 900.06 RELOCATE CONCRETE TRAFFIC BARRIERS EACH 4 900.07 INSTALL TEMPORARY ROAD WATER CROSSING CONSISTING AT A MINIMUM OF 3-6 DIAMETER CULVERTS OR EQUIVALENT LS 1 900.8 INSTALL TYPE III STONE FILL AND REUSE FOR BANK ARMOR FOR REPLACEMENT BRIDGE CY 60 TOTAL LUMP SUM BID FOR TEMPORARY ROAD PROJECT: $ TOTAL WRITTEN LUMP SUM BID FOR REPLACEMENT BRIDGE PROJECT: The above lump sum price shall include all labor, materials, removal, overhead, profit, insurance, etc. to cover the finished work of the several kinds called for on the contract drawings and specifications. We hereby certify that we did not enter into any agreement, participate in any collusion, or otherwise take any action in restraint of free competitive bidding. Temporary Road Alternatives/Substitutions for Consideration: Description 1. Add or Deduct $ 2. $ 3. $ May, 2015 BID FORM Page 6 of 7

TOTAL BID FOR ENTIRE PROJECT: $ TOTAL WRITTEN BID FOR ENTIRE PROJECT: The above lump sum price shall include all labor, materials, removal, overhead, profit, insurance, etc. to cover the finished work of the several kinds called for on the contract drawings and specifications. We hereby certify that we did not enter into any agreement, participate in any collusion, or otherwise take any action in restraint of free competitive bidding. SIGNATURE: PRINTED: TITLE, COMPANY: BUSINESS ADDRESS: CITY: List of Subcontractos: May, 2015 BID FORM Page 7 of 7