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

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

BID FORM (LUMP SUM CONTRACT)

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

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

MATERIAL ALLOWANCES AND UNIT PRICES

Forsyth County Procurement

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

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

Finance & Technology Administrator (815) ext 223

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

BID FORM - LUMP SUM BID

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

Addendum No. 1 Page 1 of 2

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

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

ADDENDUM NO. 1 APRIL 24, 2017

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

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

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

Table of Contents for Guide Specifications

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

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

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

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. March 9, 2018

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

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

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

2016 CONCRETE REPLACEMENT PROJECT

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

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

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

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

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

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

BITUMINOUS MIXTURE # 13A BID SHEET

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

DOCUMENT ADDENDUM No. 2

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

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

DRAFT TECHNICAL SPECIFICATIONS FOR

SECTION A1 EXCAVATION AND BACKFILL GENERAL

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION

SECTION MEASUREMENT AND PAYMENT

REQUEST FOR PROPOSAL Asphalt & Concrete Repair

SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE

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

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

BUREAU Joe Iuviene, AIA January 20, 2017

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

STANDARD SPECIFICATIONS SECTION PAVEMENT REQUIREMENTS

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

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

Main Building Auditorium

INVITATION TO BID CITY OF HOPKINSVILLE

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

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

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

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

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

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

Application for Commercial Plan Review and Building Permit. Address:

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

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

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

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

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

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

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station

ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH

ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED)

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

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

ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS

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

DATE: August 22, All Proposers

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION

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

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

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

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

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

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

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

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

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

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

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

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

SECTION 903 EROSION CONTROL

Midwester State University Health Science Center

ADDENDUM TO ITB DOCUMENTS


Maine Turnpike Authority

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

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

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

Transcription:

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 Alternate Bid No. 1: Construct TxDOT 340 asphalt pavement section in lieu of TxDOT 360 concrete pavement section. Schedule 1B Base Bid: Construct P-501 concrete apron pavement for box hangar. Schedule 1B Alternate Bid No. 1: Construct P-401 asphalt pavement section in lieu of P-501 concrete pavement section. Schedule 2 Base Bid: Construct box hangar. Schedule 2 Alternate Bid No. 1: Construct shop shell for office/storage/restroom areas including doors, windows, lighting and electrical components with wiring. (100% Local Funded) Schedule 2 Alternate Bid No. 2: Provide and install HVAC system for shop area. (100% Local Funded) Schedule 2 Alternate Bid No. 3: Provide and install all plumbing fixtures and accessories for shop area. (100% Local Funded) Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) Schedule 2 Alternate Bid No. 5: Galvanize all hangar structural steel. (100% Local Funded) Schedule 2 Alternate Bid No. 6: Finish concrete foundation floor with polished concrete finish. (100% Local Funded) Schedule 2 Alternate Bid No. 7: Additional paint coating on bottom hangar panels. (100% Local Funded) Bid by: Name of Bidder: Address: City: Telephone: 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. P-1

Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. 1A.1 1 LS Section 105. Mobilization, complete in place for the lump sum amount of 1A.2 160 SY TxDOT 506. Construction exit (install), complete in place for the 1A.3 160 SY TxDOT 506. Construction exit (remove), complete in place for the 1A.4 1,015 LF TxDOT 506. Temporary sediment control fence (install), complete in place for the 1A.5 1,015 LF TxDOT 506. Temporary sediment control fence (remove), complete in place for the P-2

1A.6 140 LF SS-G-700. Remove and dispose of existing chain-link fencing, complete in place for the 1A.7 255 LF SS-G-700. Remove and dispose of existing barbed wire fencing, complete in place for the 1A.8 270 LF SS-G-700. Remove and dispose of existing water line, complete in place for the 1A.9 1 LS SS-G-700. Remove and salvage existing fire hydrant, complete in place for the lump sum amount of 1A.10 2,515 SY P-101. Remove and dispose of existing asphalt pavement, complete in place for the P-3

1A.11 100 CY P-152. Unclassified excavation, complete in place for the cubic yard. 1A.12 140 CY P-152. Drainage excavation, complete in place for the cubic yard. 1A.13 200 CY P-152. Stockpiled material, complete in place for the cubic yard. 1A.14 670 SY TxDOT 275. Cement treatment (existing material)(6-inch thick), complete in place for the 1A.15 20 TON TxDOT 275. Cement (10% by weight), complete in place for the unit price of ton. P-4

1A.16 150 SY Special. Recycled asphalt driveway (6- inch thick), complete in place for the 1A.17 514 SY TxDOT 360. Reinforced concrete pavement (joint reinforced)(6-inch thick), complete in place for the unit price of 1A.18 36 SY TxDOT 360. Reinforced concrete flume (6-inch thick), complete in place for the 1A.19 27 SY P-610. Concrete hangar header (3- foot wide), complete in place for the 1A.20 25 SY P-610. Concrete sidewalk (5-foot wide)(5-inch thick), complete in place for the P-5

1A.21 95 SF P-620. Permanent taxiway painting (yellow), complete in place for the square foot. 1A.22 98 SF P-620. Permanent taxiway painting (black), complete in place for the unit price of square foot. 1A.23 30 LF D-701. 18-inch reinforced concrete pipe (Class III), complete in place for the 1A.24 2 EA D-752. 4:1 safety end treatment (18- inch RCP), complete in place for the each. 1A.25 1 LS 33 11 13. Install salvaged fire hydrant and install new fire hydrant lead, complete in place for the lump sum amount of P-6

1A.26 515 LF 33 11 13. Install new water service line (including meters), complete in place for the 1A.27 6,120 SY TxDOT 164. Broadcast seeding (temp)(warm), complete in place for the 1A.28 6,120 SY TxDOT 164. Broadcast seeding (temp)(cool), complete in place for the 1A.29 6,120 SY TxDOT 164. Cellulose fiber mulch seeding (perm)(rural)(sand), complete in place for the 1A.30 280 MG TxDOT 168. Vegetative watering, complete in place for the mega gallon. P-7

1A.31 1,860 SY TxDOT 169. Soil retention blankets (Class 2)(Ty F), complete in place for the Total Schedule 1A Base Bid Schedule 1A Alternate Bid No. 1: Construct TxDOT 340 asphalt pavement section in lieu of TxDOT 360 concrete pavement section. Deduction Deduct the total price of Schedule 1A Base Bid Items 1A.17 and 1A.22. S1A-A1.1 120 CY P-152. Unclassified excavation, complete in place for the S1A-A1.2 625 SY cubic yard. TxDOT 247. Flexible base (compacted in place)(7-inch thick)(ty A, Gr 1-2), complete in place for the S1A-A1.3 130 TON TxDOT 340. Dense-graded HMA (SQ)(TY D)(SAC B)(PG70-22)(4.5- inch thick), complete in place for the ton. P-8

S1A-A1.4 125 GAL P-602. Prime coat (MC-30 @ 0.20 gal/sy), complete in place for the unit price of gallon. S1A-A1.5 2 LB P-602. Sterilant (soil sterilant @ 15 lbs/acre), complete in place for the pound. Total Schedule 1A Alternate Bid No. 1 Schedule 1B Base Bid: Construct P-501 concrete apron pavement for box hangar. 1B.1 1 LS Section 105. Mobilization, complete in place for the lump sum amount of 1B.2 160 SY TxDOT 506. Construction exit (install), complete in place for the P-9

1B.3 160 SY TxDOT 506. Construction exit (remove), complete in place for the 1B.4 1,015 LF TxDOT 506. Temporary sediment control fence (install), complete in place for the 1B.5 1,015 LF TxDOT 506. Temporary sediment control fence (remove), complete in place for the 1B.6 140 LF SS-G-700. Remove and dispose of existing chain-link fencing, complete in place for the 1B.7 255 LF SS-G-700. Remove and dispose of existing barbed wire fencing, complete in place for the P-10

1B.8 270 LF SS-G-700. Remove and dispose of existing water line, complete in place for the 1B.9 1 LS SS-G-700. Remove and salvage existing fire hydrant, complete in place for the lump sum amount of 1B.10 2,515 SY P-101. Remove and dispose of existing asphalt pavement, complete in place for the 1B.11 100 CY P-152. Unclassified excavation, complete in place for the cubic yard. 1B.12 140 CY P-152. Drainage excavation, complete in place for the cubic yard. P-11

1B.13 200 CY P-152. Stockpiled material, complete in place for the cubic yard. 1B.14 670 SY P-301. Cement treatment (existing material)(6-inch thick), complete in place for the 1B.15 20 TON P-301. Cement (10% by weight), complete in place for the ton. 1B.16 150 SY Special. Recycled asphalt driveway (6- inch thick), complete in place for the 1B.17 514 SY P-501. Reinforced concrete pavement (joint reinforced)(6-inch thick), complete in place for the P-12

1B.18 36 SY P-501. Reinforced concrete flume (6- inch thick), complete in place for the 1B.19 27 SY P-610. Concrete hangar header (3- foot wide), complete in place for the 1B.20 25 SY P-610. Concrete sidewalk (5-foot wide)(5-inch thick), complete in place for the 1B.21 95 SF P-620. Permanent taxiway painting (yellow), complete in place for the square foot. 1B.22 98 SF P-620. Permanent taxiway painting (black), complete in place for the unit price of square foot. P-13

1B.23 30 LF D-701. 18-inch reinforced concrete pipe (Class III), complete in place for the 1B.24 2 EA D-752. 4:1 safety end treatment (18- inch RCP), complete in place for the each. 1B.25 1 LS 33 11 13. Install salvaged fire hydrant and install new fire hydrant lead, complete in place for the lump sum amount of 1B.26 515 LF 33 11 13. Install new water service line (including meters), complete in place for the 1B.27 6,120 SY TxDOT 164. Broadcast seeding (temp)(warm), complete in place for the P-14

1B.28 6,120 SY TxDOT 164. Broadcast seeding (temp)(cool), complete in place for the 1B.29 6,120 SY TxDOT 164. Cellulose fiber mulch seeding (perm)(rural)(sand), complete in place for the 1B.30 280 MG TxDOT 168. Vegetative watering, complete in place for the mega gallon. 1B.31 1,860 SY TxDOT 169. Soil retention blankets (Class 2)(Ty F), complete in place for the Total Schedule 1B Base Bid Schedule 1B Alternate Bid No. 1: Construct P-401 asphalt pavement section in lieu of P-501 concrete pavement section. Deduction Deduct the total price of Schedule 1B Base Bid Items 1B.17 and 1B.22. P-15

S1B-A1.1 120 CY P-152. Unclassified excavation, complete in place for the S1B-A1.2 625 SY cubic yard. P-209. Flexible base (compacted in place)(7-inch thick)(ty A, Gr 1-2), complete in place for the S1B-A1.3 130 TON P-401. Dense-graded HMA (PG70-22)(4.5-inch thick), complete in place for the S1B-A1.4 125 GAL ton. P-602. Prime coat (MC-30 @ 0.20 gal/sy), complete in place for the unit price of S1B-A1.5 2 LB gallon. P-602. Sterilant (soil sterilant @ 15 lbs/acre), complete in place for the pound. Total Schedule 1B Alternate Bid No. 1 P-16

Schedule 2 Base Bid: Construct box hangar. 32 1 LS SS-H-700. Reinforced concrete foundation for box hangar, complete in place for the lump sum amount of 33 100 LF D-701. 8-inch Sch. 40 PVC pipe, complete in place for the 34 1 LS SS-H-700. Plumbing stub-outs for shop area (water & sewer), complete in place for the lump sum amount of 35 1 LS SS-H-700. Furnish and install all electrical wiring, conduit, lighting, and appurtenances necessary to complete working system, complete in place for the lump sum amount of P-17

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

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

Schedule 2 Alternate Bid No. 5: Galvanize all hangar structural steel. (100% Local Funded) S2A5.1 1 LS SS-H-700. Galvanize all hangar structural steel, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 5 Schedule 2 Alternate Bid No. 6: Finish concrete foundation floor with polished concrete finish. (100% Local Funded) S2A6.1 1 LS 03 35 43. Finish concrete foundation with polished concrete finish, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 6 P-20

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

It is understood the quantities of work to be done at unit prices are approximate and are intended for bidding purposes only. Amounts are to be shown in both words and figures. In case of discrepancy the amount shown in words shall govern. Bidders must bid on all Base Bids plus all Alternates. The contract award will be based on the lowest qualified bid for either Schedule 1A Base Bid or Schedule 1B Base Bid plus Schedule 2 Base Bid or the lowest qualified bid for the Base Bids plus any combination of Alternate Bids that the Agent/Owner chooses, depending on the availability of funds. Bidders understand the Agent reserves the right to reject any irregular bid form and the right to waive technicalities if such waiver is in the best interest of the Owner or Agent and conforms to State and local laws and ordinances pertaining to the letting of construction contracts. Funding availability will be considered in selecting the bid award. The bidder agrees this bid shall be honored and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. Upon receipt of the written "Notice of Award", the bidder will execute the formal contract agreement within 14 days and deliver a surety bond or bonds as required under the contract documents. The bid security attached, two percent (2%) of the total bid price stated in the bid form, in the sum of is to become the property of the Agent in the event the contract is not executed as set forth in the contract documents as liquidated damages for the delay and additional expense caused thereby. Bidder hereby agrees to commence work under this contract on or before a date to be specified in a written Notice to Proceed and to fully complete the project within 120 calendar days for any combination of Base and Alternate Bid improvements. Bidder further agrees to pay as liquidated damages the sum of 750.00 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 P-22

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