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

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

BID FORM (LUMP SUM CONTRACT)

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

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

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

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

Finance & Technology Administrator (815) ext 223

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

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

BID FORM - LUMP SUM BID

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

Addendum No. 1 Page 1 of 2

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

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

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS

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

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

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

DRAFT TECHNICAL SPECIFICATIONS FOR

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

2016 CONCRETE REPLACEMENT PROJECT

Table of Contents for Guide Specifications

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

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

ADDENDUM NO. 1 APRIL 24, 2017

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

CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012

Forsyth County Procurement

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. March 9, 2018

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

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

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

2018 YEARLY BID FORMS SUPPLIER BID FORM. ITEM # 1: Fire Hydrants: 3 and 4 Bury, 3 ways, 5 ¼ valve opening, 6 mechanical joint shoe.

Ohio Department of Transportation

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

Stanford University Facilities Design Guidelines SECTION SEAL COATS. C. Section : Traffic Striping and Pavement Markings

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

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

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

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

Maine Turnpike Authority

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

ADDENDUM NO. 4 CITY OF FREDERICK PURCHASING DEPARTMENT 111 Airport Drive East Frederick, MD (301)

Main Building Auditorium

BITUMINOUS MIXTURE # 13A BID SHEET

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

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

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

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

INVITATION TO BID CITY OF HOPKINSVILLE

ITEM P-631 REFINED COAL TAR EMULSION WITH ADDITIVES, SLURRY SEAL SURFACE TREATMENT

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS

REQUEST FOR PROPOSAL Asphalt & Concrete Repair

AUTHORIZATION CALL FOR BIDS

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

KANSAS CITY METROPOLITAN CHAPTER OF THE AMERICAN PUBLIC WORKS ASSOCIATION

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Northeast End Around Taxiway Package I East Air Freight Taxiway and Utilities

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

SPECIFICATIONS FOR SAND SEAL

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

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

Bolton & Menk, Inc Premier Drive Mankato, MN June 2, 2015

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

Black Creek Consolidated Drain (Dirkes Drain)

SPECIFICATIONS FOR DOUBLE CHIP SEAL

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

Eagle I Roadway Improvements Request for Proposal

Riverside County Transportation Department Summary of Bids

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Project: Multiple Park Demolition Project Bid#P

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement

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

:00 PM CST. McDonald Construction Inc of Slidell $1,002, Magee Excavation & Development LLC $1,

EXHIBIT B COMPETITIVE SEALED PROPOSAL FORM ALTERNATES AND UNIT PRICES DOWLING ELEMENTARY SCHOOL PORT ARTHUR INDEPENDENT SCHOOL DISTRICT

CITY OF SANTA ANA PROPOSAL PROJECT NO.: CHESTNUT AVE & BUSH/CYPRESS BIKE LANES FAID#: U58DP005861

JANUARY 4, 2017 AT 2:00 P.M. (EASTERN. (Estimated Cost: $4,600,000) Bids J D WILLIAMSON CONSTRUCTION CO INC $3,799,476.25

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

SPECIFICATIONS FOR NEW WORK CHIP SEAL

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT

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

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION

Maintenance & Rehabilitation. Treatments. Crack Sealing. Sealant Types. Asphalt Pavement Preservation: Identification of Alternative Treatments

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

SPECIFICATIONS AND CONTRACT DOCUMENTS FOR NAPLES MUNICIPAL AIRPORT. FDOT No HANSON No. 15A0108. September 14, 2016 FOR BIDDING

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

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

DAM MAINTENANCE PROJECT 2017

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

School Risk Assessment

SECTION MONITORING WELL ABANDONMENT

TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS

Federal Project No.: NONE

May 8, 2017 ADDENDUM #1. IFB Resin Floor System For Highway Department Central District Building

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED)

REQUEST FOR PROPOSALS

Transcription:

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 apron, and HATs; and construct concrete hangar access taxiway. Schedule 1 Alternate Bid: Install P-629 in lieu of P-631. Schedule 2 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal apron, and HATs; and construct asphalt hangar access taxiway. Schedule 2 Alternate Bid: Install P-629 in lieu of P-631. Bid by: Name of Bidder: Address: City: Telephone: Email 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. S:\BRE\3900--3999\3945\005\Wrd\Specs\Bid Form (Aviation).xlsm P-1

Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal apron, and HATs; and construct concrete hangar access taxiway. S1.1 1 LS Section 105. Mobilization, complete in place for the lump sum amount of cents. S1.2 1 LS Special. Install runway closure markers, complete in place for the lump sum amount of cents. S1.3 78 SY TxDOT 506. Construction exit (install), complete in place for the S1.4 78 SY TxDOT 506. Construction exit (remove), complete in place for the S1.5 340 LF TxDOT 506. Temporary sediment control fence (install), complete in P-2

S1.6 340 LF TxDOT 506. Temporary sediment control fence (remove), complete in S1.7 1 LS P-101. Mobilization/Demobilization for crack sealing, complete in place for the lump sum amount of cents. S1.8 36,950 LF P-101. Route, clean, and seal asphalt pavement cracks using ASTM D6690 crack sealant, complete in place for the S1.9 720 CY P-152. Unclassified excavation, complete in S1.10 1,420 SY cubic yard. TxDOT 260. Lime treatment (existing materials)(8-inch), complete in P-3

S1.11 36 TON TxDOT 260. Lime (7% by weight)(hydrated, Commercial, or Quicklime Slurry), complete in place for the ton. S1.12 1,050 SY TxDOT 360. Reinforced concrete pavement (6.5-inch thick), complete in S1.13 95 SY TxDOT 360. Reinforced concrete flume (6.5-inch thick), complete in S1.14 80 LF TxDOT 464. Reinforced concrete pipe (Class III)(18-inch), complete in S1.15 2 EA TxDOT 467. Safety end treatment (Type II)(18-inch)(4:1)(Precast), complete in each. P-4

S1.16 1,200 LF P-605. Clean and seal existing concrete pavement joints using silicone joint sealant, complete in S1.17 21,300 SF P-620, Permanent runway painting (white), complete in place for the unit price of square foot. S1.18 10,700 SF P-620. Permanent taxiway painting (yellow), complete in place for the square foot. S1.19 140 SF P-620. Permanent taxiway painting (black), complete in place for the unit price of square foot. S1.20 49,270 SY P-631. Refined coal tar emulsion slurry seal, complete in place for the P-5

S1.21 70 EA SS-L-118. Taxiway retroreflector (type I, style II)(bi-directional) (green), complete in place for the unit price of each. S1.22 2,760 SY TxDOT 164. Broadcast seeding (temp)(warm), complete in place for the S1.23 2,760 SY TxDOT 164. Broadcast seeding (temp)(cool), complete in place for the S1.24 2,760 SY TxDOT 164. Cellulose fiber mulch seeding (perm)(rural)(clay), complete in S1.25 93 MG TxDOT 168. Vegetative watering, complete in mega gallon. P-6

S1.26 35 SY TxDOT 169. Soil retention blankets (Class 2)(Ty F), complete in place for the Total Schedule 1 Base Bid Schedule 1 Alternate Bid: Install P-629 in lieu of P-631. S1A.1-49,270 SY P-631. Refined coal tar emulsion slurry seal, complete in place for the S1A.2 49,270 SY P-629. Thermoplastic coal tar emulsion spray seal coat with sand, complete in Total Schedule 1 Alternate Bid P-7

Schedule 2 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal apron, and HATs; and construct asphalt hangar access taxiway. S2.1 1 LS Section 105. Mobilization, complete in place for the lump sum amount of cents. S2.2 1 LS Special. Install runway closure markers, complete in place for the lump sum amount of cents. S2.3 78 SY TxDOT 506. Construction exit (install), complete in place for the S2.4 78 SY TxDOT 506. Construction exit (remove), complete in place for the S2.5 340 LF TxDOT 506. Temporary sediment control fence (install), complete in P-8

S2.6 340 LF TxDOT 506. Temporary sediment control fence (remove), complete in S2.7 1 LS P-101. Mobilization/Demobilization for crack sealing, complete in place for the lump sum amount of cents. S2.8 36,950 LF P-101. Route, clean, and seal asphalt pavement cracks using ASTM D6690 crack sealant, complete in place for the S2.9 960 CY P-152. Unclassified excavation, complete in S2.10 1,420 SY cubic yard. TxDOT 260. Lime treatment (existing materials)(8-inch), complete in P-9

S2.11 36 TON TxDOT 260. Lime (7% by weight)(hydrated, Commercial, or Quicklime Slurry), complete in place for the ton. S2.12 1,260 SY TxDOT 247. Crushed aggregate base (Ty A, Gr 2)(10.5-inch), complete in S2.13 116 TON TxDOT 340. Dense-graded HMA (SQ)(Ty D)(SAC B)(PG64-22)(2-inch thick), complete in place for the unit price of ton. S2.14 95 SY TxDOT 360. Reinforced concrete flume (6.5-inch thick), complete in S2.15 252 GAL P-602. Prime coat ( MC-30 @ 0.20 gal/sy), complete in place for the unit price of gallon. P-10

S2.16 4 LB P-602. Sterilant (soil sterilant @ 15 lbs/acre), complete in place for the S2.17 80 LF pound. TxDOT 464. Reinforced concrete pipe (Class III)(18-inch), complete in S2.18 2 EA TxDOT 467. Safety end treatment (Type II)(18-inch)(4:1)(Precast), complete in each. S2.19 1,200 LF P-605. Clean and seal existing concrete pavement joints using silicone joint sealant, complete in S2.20 21,300 SF P-620. Permanent runway painting (white), complete in place for the unit price of square foot. P-11

S2.21 10,700 SF P-620. Permanent taxiway painting (yellow), complete in place for the S2.22 140 SF square foot. P-620. Permanent taxiway painting (black), complete in place for the unit price of S2.23 49,270 SY square foot. P-631. Refined coal tar emulsion slurry seal, complete in place for the S2.24 70 EA SS-L-118. Taxiway retroreflector (type I, style II)(bi-directional) (green), complete in place for the unit price of each. S2.25 2,760 SY TxDOT 164. Broadcast seeding (temp)(warm), complete in place for the P-12

S2.26 2,760 SY TxDOT 164. Broadcast seeding (temp)(cool), complete in place for the S2.27 2,760 SY TxDOT 164. Cellulose fiber mulch seeding (perm)(rural)(clay), complete in S2.28 93 MG TxDOT 168. Vegetative watering, complete in S2.29 35 SY mega gallon. TxDOT 169. Soil retention blankets (Class 2)(Ty F), complete in place for the Total Schedule 2 Base Bid P-13

Schedule 2 Alternate Bid: Install P-629 in lieu of P-631. S2A.1-49,270 SY P-631. Refined coal tar emulsion slurry seal, complete in place for the S2A.2 49,270 SY P-629. Thermoplastic coal tar emulsion spray seal coat with sand, complete in Total Schedule 2 Alternate Bid SUMMARY OF BIDS: Total Schedule 1 Base Bid Total Schedule 1 Alternate Bid Total Schedule 2 Base Bid Total Schedule 2 Alternate Bid P-14

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 and all Alternates. The contract award will be based on the lowest qualified bid for either Schedule 1 or Schedule 2 Base Bid or the lowest qualified bid for the Base Bid 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 90 calendar days for any combination of Base and Alternate Bid improvements. Bidder further agrees to pay as liquidated damages the sum of 500.00 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 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: P-15

Qualification Acknowledgment: The undersigned Bidder certifies they are a prequalified bidder with the Texas Department of Transportation (TxDOT) and is on the current TxDOT Bidder s List as indicated below: 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-16