Hillsborough County Aviation Authority Solicitation Addendum. & Road Rehabilitation

Size: px
Start display at page:

Download "Hillsborough County Aviation Authority Solicitation Addendum. & Road Rehabilitation"

Transcription

1 Hillsborough County Aviation Authority Solicitation Addendum Addendum No.: 1 Solicitation No.: Project No.: Runway 18-36, Taxiway A, Hangar Taxilanes, Parking Lot Solicitation Title: & Road Rehabilitation Addendum Date: June 12, 2014 Procurement Agent: MaryKay Crabtree NOTE: The due date for submission of the response remains on June 19, 2014 by 2:00 p.m. EST. THE FOLLOWING ITEMS ARE MADE AND HEREBY BECOME A PART OF THIS SOLICITATION AS PREPARED BY PROCUREMENT: Deletion: Section INVITATION TO BID, 2 nd page, 2 nd to last paragraph, 1 st sentence.delete that portion which reads: 85 or Replace: Remove Section BID SCHEDULE and REPLACE with the attached Section BID SCHEDULE in its entirety. Replace: Remove Section INSURANCE REQUIREMENTS, and REPLACE with the attached Section INSURANCE REQUIREMENTS in its entirety. Replace: Remove Section GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION, Page , Section 9.03, Item A.2 and REPLACE with the following: 2. With the exception of the month of September, all notarized Applications for Payment will be submitted to the Authority by the third of each month. In the event that the third of the month falls on a Saturday, Sunday, or non-working day, Applications for Payment are due the prior business day. Payment will be made on the twenty- fifth of the following month. If the twenty- TEA / Runway 18-36, Taxiway A, Hangar Taxilanes, Parking Lot & Road Rehabilitation Addendum 1 06/12/ 2014 Authority No

2 fifth of the month is a non-working day, then payment will be made on the next business day. Applications for Payment submitted more than 25 days prior to the third of the month will be rejected and returned. Due to the end of fiscal year financial closeout, September Applications for Payment will be required to be submitted by September 12 th, and in the event that the 12 th falls on a Saturday, Sunday, or non-working day, September Applications for Payment are due the next business day and a subsequent payment will be made the second Friday of October. The Owner requires the Contractor to have a pencil copy review and approval of all Applications for Payment with the Owner s Construction Project Manager prior to their submittals. SPECIFICATION MODIFICATIONS Specification P-626 Remove and replace specification P-626 with the attached, revised specification P-626. DRAWING MODIFICATIONS All Drawings Revise project title to Runway 18-36, Taxiway A, Hangar Taxilanes, Parking Lot and Road Rehabilitation. Drawing G001 Revise the L pay item to center text for ITEM NUMBER, UNIT and BID QUANTITY columns. Left align text in ELECTRICAL item subtitle row. Drawing G003 Change runway closure device Note 2 to read...faa advisory circulars 150/5340-1, 150/ and 150/5370-2, latest editions. Drawing G007 Change Phase 8, Note 1 to read...shall consist of the complete re-marking, seal coating of specified marking removal areas and all electrical modifications to Runway Drawing C100 Change General Repair Note, fourth sentence, to read See runway marking sheets C600-C604 and pavement marking details sheets C611-C612. Drawing C100 Change Pavement Seal Coat Note 1 to read...slurry seal shall be installed per after the crack/joint seal material... Drawing C100 Change detail number 3/C100 to 1/C100. Drawing C501 Remove and replace drawing C501 with the attached, revised drawing C501. Drawing C502 Remove and replace drawing C502 with the attached, revised drawing C502. Drawing C602 Remove and replace drawing C602 with the attached, revised drawing C602. Drawing C610 Remove and replace drawing C610 with the attached, revised drawing C610. Drawing C612 Arrowhead length dimension of 45ft shown in Detail 4/C612 shall be typical to all displaced threshold arrowheads. QUESTIONS AND RESPONSES: Q1. The Policy and Objectives section from your website: Indicates that you recognize certification by other agencies such as FDOT (OSD), City of Tampa and Hillsborough County. However, the specific project specifications TEA / Runway 18-36, Taxiway A, Hangar Taxilanes, Parking Lot & Road Rehabilitation Addendum 1 06/12/ 2014 Authority No

3 Instructions to Bidders, section , C indicates only DBE s certified under the FLULPC will count toward the Contract Goals. I know some rules change depending on if the project is federally funded, so can you please clarify if accepted certified DBE s from Hillsborough Co. and City of Tampa will count toward the 13.6% goal for this project? R Runway 18-36, Taxiway A, Hangar Taxilanes, Parking Lot & Road Rehabilitation is a DBE project and only firms certified under the Florida Unified Certification Program will count toward the 13.6 % DBE goal. The policy link that is referenced is from the WMBE Policy and Program not the DBE Policy and Program. Q2. The specific specifications Instructions to Bidders, Section , C reads: Whether the Bidder provided written notice by certified mail at least 10 days prior to bid opening to a reasonable number of specific certified DBEs that their interest in the Contract was being solicited. I believe that in the recent past, HCAA has approved s with confirmations in lieu of certified mail. Can you please clarify if s will suffice in lieu of certified mail. R2. s are sufficient. Q3. I have found the HCAA Certified DBE Directory online in PDF format. Can you please tell me if it is available anywhere in an excel format. R3. DBE Directory is: and there is an excel report format on the directory page. This is the final Addendum for this Solicitation. End of Addendum INSTRUCTIONS: Respondent must acknowledge receipt of this addendum as instructed in the solicitation document. Failure to acknowledge receipt of this Addendum may result in the disqualification of Respondent s response. TEA / Runway 18-36, Taxiway A, Hangar Taxilanes, Parking Lot & Road Rehabilitation Addendum 1 06/12/ 2014 Authority No

4 HCAA Project No Runway 18-36, Taxiway "A", Hangar Taxilanes, Parking Lot and Road Rehabilitation Bid Price Bid Item Item Description and Bid Price Per Unit Per Unit Est Number (In Words) () Qnty Unit P Mobilization Tampa Executive Airport Tampa, Florida Hillsborough County Aviation Authority Total Amount Per Item Unit Price Times Est Qnty P Safety and Security Dollars Cents $ 1 LS $ P Survey and Stakeout Dollars Cents $ 1 LS $ P Temporary Construction Items Dollars Cents $ 1 LS $ P Isolated Pavement Repairs Dollars Cents $ 1 LS $ P Bituminous Pavement Demolition and Base Removal (Full Depth) Dollars Cents $ 3,300 SF $ TEA / Runway 18-36, Taxiway "A", Hangar Taxilanes, Parking Lot Road Rehabilitation Authority No BID SCHEDULE Dollars Cents $ 1,000 SY $

5 Bid Item Item Description and Bid Price Per Unit Bid Price Per Unit Est Number (In Words) () Qnty Unit P Concrete Curb Removal Total Amount Per Item Unit Price Times Est Qnty P Pavement Marking Removal Dollars Cents $ 60 LF $ P Asphalt Seal Coat Removal Dollars Cents $ 37,000 SF $ P Route and Seal Asphalt Joints and Surface Cracking Dollars Cents $ 2,100 SY $ P Pavement Edge Cleaning Dollars Cents $ 35,000 LF $ P Embankment Dollars Cents $ 9,500 LF $ P Erosion Control Dollars Cents $ 300 CY $ Dollars Cents $ 1 LS $ TEA / Runway 18-36, Taxiway "A", Hangar Taxilanes, Parking Lot Road Rehabilitation Authority No BID SCHEDULE

6 Bid Item Item Description and Bid Price Per Unit Bid Price Per Unit Est Number (In Words) () Qnty Unit P White or Yellow, Reflective Runway and Taxiway Painting (Type I Beads) Total Amount Per Item Unit Price Times Est Qnty P Black, Non-Reflective Runway and Taxiway Painting Dollars Cents $ 96,600 SF $ P Emulsified Slurry Seal Coat Dollars Cents $ 19,000 SF $ T Sod Including Shoulder Dressing Dollars Cents $ 48,500 SY $ FL " Optional Base Group (Limerock) Dollars Cents $ 1,000 SY $ FL " Bituminous Surface Course (FDOT Type SP-12.5) Dollars Cents $ 400 SY $ FL Parking Lot and Roadway Marking Dollars Cents $ 60 TON $ Dollars Cents $ 800 SF $ TEA / Runway 18-36, Taxiway "A", Hangar Taxilanes, Parking Lot Road Rehabilitation Authority No BID SCHEDULE

7 Bid Item Item Description and Bid Price Per Unit Bid Price Per Unit Est Number (In Words) () Qnty Unit L Remove Existing Elevated Runway Threshold/End Light and Base Total Amount Per Item Unit Price Times Est Qnty Dollars Cents $ 18 EA $ L Remove Existing Elevated Runway Threshold/End Light (Fixture and Transformer Only) Dollars Cents $ 4 EA $ L Remove Existing 2-Inch Conduit, Direct Buried, Including Cable(s) Dollars Cents $ 400 LF $ L Remove Existing 2-Inch Conduit, Concrete Encased, Including Cable(s) Dollars Cents $ 110 LF $ L Remove Existing Counterpoise and Ground Rods Dollars Cents $ 400 LF $ L /C, L-824C Underground Cable, No. 8 AWG, 5kV (In Conduit) Dollars Cents $ 920 LF $ L /C, No. 6 Bare Counterpoise Wire with Ground Rods and Connections Dollars Cents $ 400 LF $ TEA / Runway 18-36, Taxiway "A", Hangar Taxilanes, Parking Lot Road Rehabilitation Authority No BID SCHEDULE

8 Bid Item Item Description and Bid Price Per Unit Bid Price Per Unit Est Number (In Words) () Qnty Unit L Way, 2-Inch, Sch. 40, PVC Conduit Total Amount Per Item Unit Price Times Est Qnty L Concrete Utility Patch (Runway Threshold/End Lights) Dollars Cents $ 400 LF $ L New Medium-Intensity, Base-Mounted, Elevated Runway Threshold/End Light, L-861 Dollars Cents $ 70 LF $ Dollars Cents $ 16 EA $ L New Medium-Intensity, Elevated Runway Threshold/End Light, L-861 (On Existing Base) Dollars Cents $ 2 EA $ L New Bidirectional Globe on Existing Fixture, Elevated Dollars Cents $ 34 EA $ L New Bidirectional Lens in Existing Fixture, Elevated Dollars Cents $ 8 EA $ TEA / Runway 18-36, Taxiway "A", Hangar Taxilanes, Parking Lot Road Rehabilitation Authority No BID SCHEDULE

9 Bid Price Bid Item Item Description and Bid Price Per Unit Per Unit Est Number (In Words) () Qnty Unit Total Amount Per Item Unit Price Times Est Qnty Sub-total for all Bid Items not including Owner's Allowance $ Owner's Allowance Twenty-Five Thousand Total Bid Amount including Owner's Allowance Dollars Zero Cents $ 25, Allow$ 25, Total Bid Amount in Words Dollars Cents $ NOTE: Basis of payment will be in accordance with the technical specifications applicable to each Bid Item Number. Name of Bidder: (Typed or Printed) Signature of Bidder: (Same as Bid Form) Title: Date: TEA / Runway 18-36, Taxiway "A", Hangar Taxilanes, Parking Lot Road Rehabilitation Authority No BID SCHEDULE

10 SECTION INSURANCE REQUIREMENTS PART 1 - GENERAL CONDITIONS 1.01 INSURANCE COVERAGE AND LIMITS A. Contractor will maintain the following limits and coverage uninterrupted or amended through the term of this Contract. In the event the Contractor becomes in default of the following requirements, the Owner reserves the right to take whatever actions deemed necessary to protect its interests. Required liability and property insurance policies, other than Workers' Compensation/Employer's Liability and Professional Liability, will provide that the Authority, members of the Authority's governing body, and the Authority's officers, agents, volunteers and employees are included as additional insureds. 1. Workers' Compensation/Employer's Liability: The minimum limits of insurance (inclusive of any amounts provided by an umbrella or excess policy) will be: Part One: "Statutory" Part Two: Each Accident $1,000, Disease - Policy Limit $1,000, Disease - Each Employee $1,000, Commercial General Liability: The minimum limits of insurance (inclusive of any amounts provided by an umbrella or excess policy) covering the work performed pursuant to this Contract will be the amounts specified herein. Coverage will be provided for liability resulting out of, or in connection with, ongoing operations performed by, or on behalf of, the Contractor under this Contract or the use or occupancy of Owner premises by, or on behalf of, the Contractor in connection with this Contract. Completed operations coverage in the amount of $1, will be maintained for a period of five years from the date of termination of contract. Coverage shall be per form CG or its equivalent. Additional insurance coverage shall be per ISO Form CG and CG or their equivalent. TEA / Runway 18-35, Taxiway A, Hangar Taxilanes, Parking Lot & Road Rehabilitation Contract Specific General Aggregate $1,000, Each Occurrence $1,000, Personal and Advertising Injury Each Occurrence $1,000, Products/Completed Operations Aggregate $1,000, Business Auto Liability: Coverage will be provided for all owned, hired and non-owned vehicles. Coverage shall be per form CA or its equivalent. The minimum limits of insurance (inclusive of any amounts provided by an umbrella or excess policy) covering the work performed pursuant to this Contract will be: Authority No INSURANCE REQUIREMENTS

11 Each Occurrence - Bodily Injury and Property Damage Combined $1,000, Builders Risk Coverage: N/A 5. Environmental Impairment (Pollution) Liability: Such insurance will be maintained by the Contractor for liability resulting from pollution or other environmental impairment, without any asbestos abatement exclusion, which arises out of, or in connection with, work or occupancy of Owner property in the Contractor s performance under this Contract. The Contractor will provide and maintain environmental coverage from the inception of the Contract. If on an occurrence basis, the insurance must be maintained throughout the duration of the Contract. If on a claims-made basis, insurance must respond to claims reported within three years after termination of the Contract. Such insurance coverage in the amount of $1,000, will be maintained for a period of three years from the date of termination of contract. Limits of Coverage will be: Each Occurrence $1,000, Annual Aggregate $1,000, CONTRACTUAL INSURANCE TERMS AND CONDITIONS OPERATING DIRECTIVE, D PURPOSE: To establish the insurance terms and conditions associated with contractual insurance requirements. This operating directive is applicable to all companies with Owner contracts. Any exceptions to the following conditions, changes to required coverages or coverage limits must have prior written approval from the Chief Executive Officer or designee. INSURANCE COVERAGE: A1.02. Procurement of Coverage: With respect to each of the required coverages, the Contractor will, at the Contractor s expense, procure, maintain and keep in force the amounts and types of insurance conforming to the minimum requirements set forth in the Contract. Coverage will be provided by insurance companies eligible to do business in the State of Florida and having an AM best rating of A- or better and a financial size category of VII or better. Utilization of non-rated companies or companies with AM Best ratings lower than A- or financial size category lower than VII may be approved on a case by case basis. Such insurance will be no more restrictive than that provided by the latest edition filed for use in the State of Florida by the insurance service office, without restrictive endorsements. If the insurer does not meet these requirements, the Owner retains the right to approve or disapprove the use of the insurer. B1.03. Term of Coverage: TEA / Runway 18-35, Taxiway A, Hangar Taxilanes, Parking Lot & Road Rehabilitation Authority No INSURANCE REQUIREMENTS

12 Except as otherwise specified in the agreement, the insurance will commence on or prior to the effective date of the agreement and will be maintained in force throughout the duration of the agreement. Five years completed operations coverage may be required to be maintained on specific commercial general liability policies and/or professional liability policies effective on the date of substantial completion or the termination of the agreement, whichever is earlier. If Professional or Pollution liability coverage required is written on a claims made coverage form, the retroactive date must be shown, and this date must be before the earlier of the execution date of the Agreement or the beginning of Agreement Work. C1.04. Reduction of Aggregate Limits: If any reduction of an aggregate limit occurs, the Contractor will take immediate steps to have it reinstated. The policies shall be endorsed so that the specified policy limits are available for claims on this project. Cancellation Notice Each of the insurance policies will be specifically endorsed to require the insurer provide the Owner with 30 days written notice prior to the cancellation of the policy. The endorsement will specify that such notice will be sent to: D1.05. No waiver by approval/disapproval: Hillsborough County Aviation Authority Attn.: Chief Executive Officer Tampa International Airport Post Office Box Tampa, Florida The Owner accepts no responsibility for determining whether the Contractor s insurance is in full compliance with the insurance required by the Contract. Neither the approval by the Owner nor the failure to disapprove the insurance furnished by the Contractor will relieve the Contractor of their full responsibility to provide the insurance required by this Contract. E1.06. Future Modifications Changes in Circumstances: Changes in Coverage and Required Limits of Insurance The coverage and minimum limits of insurance required by the Contract are based on circumstances in effect at the inception of the Contract. If, in the opinion of the Owner, circumstances merit a change in such coverage or minimum limits of insurance required by the Contract, the Owner may change the coverage and minimum limits of insurance required, and the Contractor will, within 60 days of receipt of written notice of a change in the coverage and minimum limits required, comply with such change and provide evidence of such compliance in the manner required by the Contract. Provided, however, that no change in the coverage or minimum limits of insurance required will be made by the Owner until at least two years after inception of this Contract. Subsequent changes in the coverage or minimum limits of insurance will not be made by the Owner until at least two years after any prior change by the Owner unless extreme conditions warrant such change and are agreeable to both parties. If in the opinion of the Owner compliance with the insurance requirements is not commercially practicable for the Contractor, at the written request of the Contractor, the Owner may, at its sole discretion and subject to any conditions it deems appropriate, relax or temporarily suspend, in whole TEA / Runway 18-35, Taxiway A, Hangar Taxilanes, Parking Lot & Road Rehabilitation Authority No INSURANCE REQUIREMENTS

13 or in part, the insurance requirements which would otherwise apply to the Contractor. Any such modification will be subject to the prior written approval of the Owner, and subject to the conditions of such approval. F Proof of Insurance Insurance Certificate: 1. Prior to Work, Use or Occupancy of Owner Premises The Contractor will not commence work, use or occupy Owner premises in connection with the Contract until the required insurance is in force, preliminary evidence of insurance acceptable to the Owner has been provided to the Owner, and the Owner has granted permission to the Contractor to commence work or use or occupy the premises in connection with the Contract. 2. Proof of Insurance Coverage As preliminary evidence of compliance with the insurance required by the Contract, the Contractor will furnish the Owner with a certificate(s) of insurance satisfactory to the Owner. This certificate must be signed by an authorized representative of the insurer. Contractor shall furnish the Owner with endorsements effecting coverage as required by this article. These endorsements are to be signed by a person authorized by insurer to bind coverage on its behalf. If requested by the Owner, the Contractor will, within 30 days after receipt of written request from the Owner, provide the Owner, or make available for review, a certified complete copy of the policies of insurance. The Contractor may redact those portions of the insurance policies that are not relevant to the coverage required by the Contract. The Contractor will provide the Owner with renewal or replacement evidence of insurance, acceptable to the Owner, prior to expiration or termination of such insurance. The insurance certificate must: a. Indicate that, to the extent required by the Contract, the Owner, members of the Owner's governing body, and the Owner's officers, employees, agents and volunteers are included as Additional Insured; b. Indicate that the certificate has been issued in connection with the Contract; c. Indicate the amount of any deductible or self-insured retention applicable to all coverages; d. Identify the name and address of the certificate holder as: Hillsborough County Aviation Authority Attn.: Chief Executive Officer Tampa International Airport Post Office Box Tampa, Florida and; e. Be signed and dated using approved methods by an individual who is an authorized representative of each insurer, whose insurance is the subject of the certificate and who is authorized by each such insurer to issue the certificate of insurance as modified. Facsimile signatures are acceptable. G1.08. Deductibles / Self Insurance: TEA / Runway 18-35, Taxiway A, Hangar Taxilanes, Parking Lot & Road Rehabilitation Authority No INSURANCE REQUIREMENTS

14 1. All property and builders risk deductibles, as well as all self-insured retentions or any schemes other than a fully insured program, must be approved by the Owner. The Contractor agrees to provide all documentation necessary for the Owner to review the deductible or alternative program. 2. The Contractor will pay on behalf of the Owner, or any member of the Owner's governing body or any officer or employee of the Owner, any deductible or self-insured retention (SIR) which, with respect to the required insurance, is applicable to any claim by or against the Owner, or any member of the Owner's governing body, or any officer or employee of the Owner. 3. The Contract by the Owner to allow the use of a deductible or self-insurance program will be subject to periodic review by Owner s Risk Management Department. If, at any time, the Owner deems that the continued use of a deductible or self-insurance program by the Contractor should not be permitted, the Owner may, upon 60 days written notice to the Contractor, require the Contractor to replace or modify the deductible or self-insurance in a manner satisfactory to the Owner. 4. Any deductible amount or SIR program will be included and clearly described on the certificate prior to any approval by the Owner. This is to include fully insured programs as to a zero deductible per the policy. Owner reserves the right to deny any certificate not in compliance with this requirement. H1.09. Contractor s Insurance Primary: The Contractor s required insurance will apply on a primary basis. Any insurance maintained by the Owner will be excess and will not contribute to the insurance provided by or on behalf of the Contractor. All policies will be endorsed so that Florida law will govern the interpretation of the policy including but not limited to Part II of Chapter 627 F.S. I1.10. Contractor s Failure to Comply with Insurance Requirements: 1. Owner's Right to Procure Replacement Insurance If after the inception of this Contract the Contractor fails to fully comply with the insurance requirements of the Contract, in addition to and not in lieu of any other remedy available to the Owner provided by the Contract, the Owner may, at its sole discretion, procure and maintain on behalf of the Contractor, insurance which provides, in whole or in part, the required insurance. 2. Replacement Coverage at Sole Expense of Contractor The entire cost of any insurance procured by the Owner pursuant to this section will be paid by the Contractor. At the option of the Owner, the Contractor will either directly pay the entire cost of the insurance or immediately reimburse the Owner for any costs incurred by the Owner including premium and a 15% administration cost. a. Contractor to Remain Fully Liable Except to the extent any insurance procured by the Owner pursuant to this section actually provides the insurance coverage required by the Contract, the Contractor will TEA / Runway 18-35, Taxiway A, Hangar Taxilanes, Parking Lot & Road Rehabilitation Authority No INSURANCE REQUIREMENTS

15 remain fully liable for full compliance with the insurance requirements in the Contract. b. Owner's Right to Terminate, Modify, or Not Procure Any insurance procured by the Owner pursuant to this section is solely for the Owner's benefit and is not intended to replace or supplement any insurance coverage which otherwise would have been maintained by the Contractor. Owner is not obligated to procure any insurance pursuant to these requirements and retains the right, at its sole discretion, to terminate any such insurance which might be procured by the Owner pursuant to this section. END OF SECTION TEA / Runway 18-35, Taxiway A, Hangar Taxilanes, Parking Lot & Road Rehabilitation Authority No INSURANCE REQUIREMENTS

16 9/30/2011 AC 150/ F ITEM P-626 EMULSIFIED ASPHALT SLURRY SEAL SURFACE TREATMENT DESCRIPTION This item shall consist of a mixture of polymer-modified emulsified asphalt, mineral aggregate, and water properly proportioned, mixed, and spread on an asphalt prepared underlying course or existing wearing course in accordance with these specifications and shall conform to the dimensions shown on the plans or as directed by the Construction Manager Engineer. The applied mixture is also called micro-surfacing but for this project will be call a slurry seal. The slurry seal should be capable of performing in variable thickness cross-sections such as required to fill in ruts, cracks and milled surfaces and after curing and rolling shall resist further compaction. The surfacing shall be applied as a homogeneous mat, adhere firmly to the prepared surface and have a skid-resistant texture throughout its service life. MATERIALS AGGREGATE. The aggregate shall consist of sound and durable manufactured sand, slag, crusher fines, crushed stone, or a combination thereof. The aggregate shall be clean and free from vegetable matter, dirt, and other deleterious substances. The aggregate shall have a sand equivalent of not less than 65 percent when tested in accordance with ASTM D The aggregate shall show a loss of not more than 30 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 15 percent, or the magnesium soundness loss shall not exceed 25 percent after 5 cycles when tested in accordance with ASTM C 88. Aggregate shall be 100 percent crushed. The combined aggregate shall conform to the gradation shown in Table 1 when tested in accordance with ASTM C 136 and ASTM C 117. Table 1. Gradation Of Aggregates Sieve Size Percent by Weight Passing Sieve Type I Type II Type III Type IA 3/8 in. (9.5 mm) No. 4 (4.75 mm) No. 8 (2.36 mm) No. 16 (1.18 mm) No. 30 (600 micro m) No. 50 (300 micro m) No. 100 (150 micro m) No. 200 (75 micro m) Residual asphalt content percent dry weight of aggregate 10% - 16% 7.5% % 6.5% - 12% 9% % The job mix formula (mix design) shall be run using aggregate within the gradation band for the desired type shown in Table 1. Once the mix design has been submitted and approved, the aggregate used on the project shall not vary by more than the tolerances shown in Table 2. At no time shall the aggregate used go out of the gradation bands in Table 1. The aggregate will be accepted at the job location or stockpile. The stockpile will be accepted based on five gradation tests samples in accordance with ASTM D 75. If the average of the five tests is within the TEA / Runway 18-36, Taxiway A, Hangar Taxilanes, Parking Lot and Road Rehabilitation Authority No EMULSIFIED ASPHALT SLURRY SEAL SURFACE TREATMENT P-626-1

17 9/30/2011 AC 150/ F gradation tolerances, then the materials will be accepted. If the tests show the material to be out of tolerance, the Contractor will be given the choice either to remove the material or blend other aggregates with the stockpile material to bring it into specification. Materials used in blending shall meet the quality tests before blending and shall be blended in a manner to produce a consistent gradation. This blending may require a new mix design. Screening shall be required at the project stockpile site if there are any problems created by having oversize materials in the mix. Precautions shall be taken to prevent segregation of the aggregate in storing and handling. The stockpile shall be kept in areas that drain readily. a. Aggregate Tolerance. Once the mix design has been accepted, the aggregate gradation used on the project may vary from the aggregate gradation used in the mix design on each sieve by the percentages shown in Table 2. If the project aggregate fails to remain within this tolerance, a new mix design will be required by the Engineer at the expense of the Contractor. Table 2. Aggregate Tolerance Sieve Size Tolerance, percent by weight passing sieve 3/8 in. (9.5 mm) + or 0% No. 4 (4.75 mm) + or - 2% No. 8 (2.36 mm) + or - 5% No. 16 (1.18 mm) + or - 5% No. 30 (600 micro m) + or - 5% No. 50 (300 micro m) + or - 4% No. 100 (150 micro m) + or - 3% No. 200 (75 micro m) + or - 2% Residual Asphalt, percent + or - 1% dry weight of aggregate MINERAL FILLER. If mineral filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D 242 and shall be used in the amounts required by the mix design. The mineral filler shall be considered as part of the aggregate EMULSIFIED ASPHALT. The emulsified asphalt shall conform to the requirements of ASTM D [ 977 and/or 2397 ] and shall be SS, CSS, CQS, or QS type emulsions. The cement mixing test is waived for these slurry type emulsions. The emulsified asphalt shall be anionic (D 977) or cationic (D 2397), whichever is best suited to the aggregate or job conditions to be encountered. The type of emulsified asphalt to use will be determined by the mix design. The emulsified slurry shall also include a minimum of 3% polymer solids based on the asphalt weight. The polymer material shall be milled or blended into the asphalt or emulsifier solution prior to the emulsification process WATER. All water used in making the slurry shall be potable and free from harmful soluble salts and chemicals. COMPOSITION AND APPLICATION COMPOSITION. The slurry seal shall consist of a mixture of emulsified asphalt, mineral TEA / Runway 18-36, Taxiway A, Hangar Taxilanes, Parking Lot and Road Rehabilitation Authority No EMULSIFIED ASPHALT SLURRY SEAL SURFACE TREATMENT P-626-2

18 9/30/2011 AC 150/ F aggregate, and water JOB MIX FORMULA. No slurry seal for payment shall be placed until a mix design has been approved by the Engineer. The mix design shall be developed by a laboratory with experience in designing slurry seal mixes and a signed copy shall be submitted in writing by the Contractor to the Construction Manager Engineer at least 10 days prior to the start of operations. The laboratory report (mix design) shall indicate the proportions of aggregates, mineral filler (min. and max.), water (min. and max.) and asphalt emulsion based on the dry aggregate weight. It shall also report the quantitative effects of moisture content on the unit weight of the aggregate (bulking effects). The mix design shall be in effect until modified in writing by the Engineer. Should a change in sources of materials be made, a new mix design shall be established before the new material is used. The main items of design in emulsified asphalt slurry seals are aggregate gradation, emulsified asphalt content, and consistency of the mixture. The aggregates, emulsified asphalt, and water should form a creamy-textured slurry that, when spread, will flow ahead of the strike-off squeegee. This will allow the slurry to flow down into the cracks in the pavement and fill them before the strike-off passes over. Technical Bulletin No. 111, Outline Guide Design Procedure for Slurry Seal, and publication A 105 Recommended Performance Guidelines published by the International Slurry Surfacing Association (ISSA) contains information to aid designers ofperformance and installation guidelines for slurry mixes. The Contractor shall submit to the Engineer for approval a complete mix design on the materials proposed for use, prepared and certified by an approved laboratory. Compatibility of the aggregate, emulsion, mineral filler, and other additives shall be verified by the mix design. The mix design shall be made with the same aggregate and grade of emulsified asphalt that the Contractor will provide on the project. At a minimum the required tests and values needed are as follows: ISSA TB-100 ISSA TB-115 Description Wet track abrasion loss one hour soak Determination of slurry seal compatibility Specification 50 g/ft² Max (538 g/m²) Pass APPLICATION RATE. Unless otherwise specified, the slurry seal shall be applied to at the application rates shown in Table 3 for that gradation of material used. Table 3. Slurry Application Rates Mix Measurement Type I Type II Type III Type IA Pounds of mixture per square yard Kilograms of mixture per square meter The rate of application shall not vary more than ± 2 pounds per square yard (±1.1 km per square meter) TEST SECTIONS. Test sections shall be placed prior to the start of the slurry seal work in the presence of the Construction Manager and Engineer. The test area will be designated by the Construction Manager Engineer and will be located on the existing pavement within the project area. Test strips shall be made by each machine after calibration. Samples of the slurry seal may be taken and the mix consistency verified by using ISSA TB-106 Slurry Seal Consistency test. In addition, the proportions of the individual materials may be verified by the Engineer by using the calibration information provided after machine calibration. If any test does not meet specification requirements, additional tests shall be made at the expense of the Contractor, until an acceptable test strip is placed. TEA / Runway 18-36, Taxiway A, Hangar Taxilanes, Parking Lot and Road Rehabilitation Authority No EMULSIFIED ASPHALT SLURRY SEAL SURFACE TREATMENT P-626-3

19 9/30/2011 AC 150/ F CONSTRUCTION METHODS WEATHER LIMITATIONS. The slurry seal shall not be applied if either the pavement or air temperature is below 50 F (10 C) and falling but may be applied when both pavement and air temperature are above 45 F (7 C) and rising. No slurry seal shall be applied when there is danger that the finished product will freeze before 24 hours. The mixture shall not be applied when weather conditions prolong opening to traffic beyond a reasonable time EQUIPMENT AND TOOLS. The Contractor shall furnish all equipment, tools, and machinery necessary for the performance of this work. The following is not to dictate or limit the Contractor s equipment required to apply the slurry seal. All application, equipment and tools are per supplier recommendations. a. Slurry Mixing Equipment. The machine shall be specifically designed and manufactured to lay slurry seal. The material shall be mixed by a self-propelled slurry seal mixing machine of either truck mounted or continuous run design. Either type machine shall be able to accurately deliver and proportion the aggregate, emulsified asphalt, mineral filler, and water to a revolving mixer and discharge the mixed product on a continuous flow basis. The machine shall have sufficient storage capacity for materials to maintain an adequate supply to the proportioning controls. If continuous run equipment is used, the machine shall be equipped to allow the operator to have full control of the forward and reverse speed of the machine during application of the slurry seal, with a selfloading device, with opposite side driver stations, all part of original equipment manufacturer design. The aggregate shall be prewetted immediately prior to mixing with the emulsion. The mixing unit of the mixing chamber shall be capable of thoroughly blending all ingredients. No excessive mixing shall be permitted. The mixing machine shall be equipped with a fines feeder that provides an accurate metering device or method to introduce a predetermined proportion of mineral filler into the mixer at the same time and location that the aggregate is fed into the mixer. The mixing machine shall be equipped with a water pressure system and fog-type spray bar adequate for complete fogging of the surface with an application of 0.05 to 0.10 gallon per square yard (0.23 to 0.45 liter per square meter) preceding the spreading equipment. Sufficient machine storage capacity to mix properly and apply a minimum of 5 tons (4 500 kg) of the slurry shall be provided. Proportioning devices shall be calibrated prior to placing the slurry seal. b. Slurry Spreading Equipment. The mixture shall be spread uniformly by means of a conventional surfacing spreader box attached to the mixer and equipped to agitate and spread the material evenly throughout the box. A front seal shall be provided to insure no loss of the mixture at the surface contact point. The rear seal shall act as the final strike-off and shall be adjustable. The spreader box and rear strike-off shall be so designed and operated that a uniform consistency is achieved to produce a free flow of material to the rear strike-off. The spreader box shall have suitable means provided to side shift the box to compensate for variations in the pavement geometry. A burlap drag or other approved screed may be attached to the rear of the spreader box to provide a uniform mat. c. Auxiliary Equipment. Other tools or equipment such as brushes, hand squeegees, hose equipment, tank trucks, water distributors and flushers, power blowers, barricades, etc., shall be provided as required. d. Roller. The roller, if required, shall be a self-propelled pneumatic-tired roller capable of exerting a contact pressure during rolling of 50 lb / sq in (350 Newtons per square meter). It shall be equipped with a water spray system, to be used if the slurry is picking up on the tires during rolling. TEA / Runway 18-36, Taxiway A, Hangar Taxilanes, Parking Lot and Road Rehabilitation Authority No EMULSIFIED ASPHALT SLURRY SEAL SURFACE TREATMENT P-626-4

20 9/30/2011 AC 150/ F e. Tack Coat and Distributor. Normally a tack coat is not required unless the surface to be covered is extremely dry and raveled or is concrete or brick. If required, the tack coat should consist of one part emulsified asphalt and three parts water. The emulsified asphalt may be the same as that used in the mix. Pressure distributors used for application of the diluted asphalt emulsion tack coat shall be selfpropelled, equipped with pneumatic tires, and capable of uniformly applying 0.05 to 0.15 gallon per square yard (0.23 to 0.68 liter per square meter) of the diluted emulsion over the required width of application. Distributors shall be equipped with tachometers, pressure gauges, and volume-measuring devices. The tack coat shall be applied at least 2 hours before the slurry seal but within the same day. f. Auxiliary Equipment. Other tools or equipment such as power brooms, power blowers, air compressors, hand brooms, etc., shall be provided as required for surface preparation, traffic control or safety as required EQUIPMENT CALIBRATION. Each slurry mixing unit to be used on the project shall be calibrated in the presence of the Construction Manager Engineer prior to construction. Previous calibration documentation covering the exact materials to be used may be accepted by the Construction Manager Engineer provided they were made during the calendar year. The documentation shall include an individual calibration of each material at various settings, which can be related to the machine s metering devices. No machine will be allowed to work on the project until the calibration has been completed and/or accepted PREPARATION OF EXISTING SURFACE. Prior to placing the tack coat and slurry seal coat, unsatisfactory areas shall be repaired and the surface shall be cleaned of dust, dirt, or other loose foreign matter, grease, oil, excessive rubber accumulation, or any type of objectionable surface film. Any standard cleaning method will be acceptable except that water flushing will not be permitted in areas where considerable cracks are present in the pavement surface. If water is used, cracks shall be allowed to dry thoroughly before slurry surfacing. Manholes, valve boxes, drop inlets, tie downs, grounding receptacles, etc.. shall be protected from the slurry seal by a suitable method. Any painted stripes or markings on the surface of the runways or taxiways to be treated, shall be removed. Cracks wider than 1/4 in (6 mm) shall be cleaned with compressed air, and sealed with a compatible crack sealer prior to applying the slurry seal. Cracks wider than 3/4 in (19 mm) shall also be cleaned with compressed air, and sealed with a compatible crack sealer prior to applying the slurry seal should be pre-filled and sealed with the slurry mixture prior to surfacing. Cracks that show evidence of vegetation shall be cleaned and treated with an approved herbicide APPLICATION OF SLURRY SEAL COAT. The surface shall be prewet by fogging ahead of the slurry spreader box. Water used in prewetting the surface shall be applied at such a rate that the entire surface is damp with no apparent flowing water in front of the slurry spreader box. The slurry mixture shall be of the desired consistency when deposited on the surface, and no additional elements shall be added. Total time of mixing shall not exceed 2 minutes. A sufficient amount of slurry shall be carried in all parts of the spreader box at all times so that complete coverage of all surface voids and cracks is obtained. Care shall be taken not to overload the spreader box that shall be towed at a slow and uniform rate not to exceed 5 miles per hour (8 km per hour). No lumping, balling, or unmixed aggregate shall be permitted. No segregation of the emulsion and fines from the coarse aggregate will be permitted. If the coarse aggregate settles to the bottom of the mix, the slurry shall be removed from the pavement surface. A sufficient amount of slurry shall be fed into the box to keep a full supply against the full width of the spreader box. The mixture shall not be permitted to overflow the sides of the spreader box. No breaking of the emulsion will be allowed in the spreader box. The finished surface shall have no more than four (4) tear or drag marks greater than 1/2 in (13 mm) wide and 4 in (100 mm) long in any 12 ft by 22 ft (25 sq. meter) section. It shall have no tear or drag marks greater than 1 in (25 mm) wide and 3 in (15 mm) long. The finished surface shall have no transverse ripples of 1/4 in (6 mm) or more in depth, as measured with TEA / Runway 18-36, Taxiway A, Hangar Taxilanes, Parking Lot and Road Rehabilitation Authority No EMULSIFIED ASPHALT SLURRY SEAL SURFACE TREATMENT P-626-5

21 9/30/2011 AC 150/ F a 10 ft (3 meter) Contractor supplied straight edge laid upon the surface. Adjacent lanes shall be lapped at the edges a minimum of 2 in (50 mm) with a maximum of 4 in (100 mm) to provide complete sealing at the overlap. Construction longitudinal and transverse joints shall be neat and uniform without buildup, uncovered areas, or unsightly appearance. All joints shall have no more than 1/4 in (6 mm) difference in elevation when measured across with a 10 ft (3 meter) Contractor supplied straight edge. Rolling of the slurry seal to close any hairline cracks of dehydration and help compact the surface will be required unless this requirement is waived by the Construction Manager at the request of the Contractor. The slurry should be densified by a self-propelled, 10-ton (maximum) pneumatictire roller to improve durability. Rolling shall not start until the slurry has cured sufficiently to avoid damage by the roller. The surface shall be subjected to a minimum of two full coverage passes by the roller. No additional payment will be made for any rolling required. The fresh slurry seal application shall be protected by barricades and markers and permitted to dry for 4 to 24 hours, depending on weather conditions. Any damage to uncured slurry shall be repaired at the expense of the Contractor. In areas where the spreader box cannot be used, the slurry shall be applied by means of a hand squeegee. Upon completion of the work, the seal coat shall have no holes, bare spots, or cracks through which liquids or foreign matter could penetrate to the underlying pavement. The finished surface shall present a uniform and skid resistant texture satisfactory to the Construction Manager Engineer. All wasted and unused material and all debris shall be removed from the site prior to final acceptance. Upon completion of the project, the Contractor shall sweep the finished surface with a conventional power rotary broom, to remove any potential loose material from the surface. The material removed by sweeping shall be disposed of in a manner satisfactory to the Construction Manager Engineer. The cured slurry shall have a homogeneous appearance, fill all cracks, adhere firmly to the surface and have a skid resistant texture. The Contractor is responsible for protecting all work during the project. Particular care should be taken during material cure time. Caution should be observed by the Contractor when the slurry is placed adjacent to buildings, structures, tie-down locations or over objects where water can fall on the uncured slurry. The Contractor will be responsible for any and all damage caused by his negligence to protect existing building, structures or other objects adjacent to work areas and shall repair damage to the Owner's satisfaction at no additional cost to the project EMULSION MATERIAL (CONTRACTORS RESPONSIBILITY). Samples of the emulsion that the Contractor proposes to use, together with a statement as to its source, shall be submitted, and approval shall be obtained before using such material. The Contractor shall submit to the Construction Manager Engineer a manufacturer s certified report for each consignment of the emulsion. The manufacturer s certified report shall not be interpreted as a basis for final acceptance. All such reports shall be subject to verification by testing samples of the emulsion as received for use on the project FINAL CLEANUP. The Contractor shall be responsible for cleaning up the application area and the staging area by removing all barricades, tools, excess aggregate, distressed materials, etc. TEA / Runway 18-36, Taxiway A, Hangar Taxilanes, Parking Lot and Road Rehabilitation Authority No EMULSIFIED ASPHALT SLURRY SEAL SURFACE TREATMENT P-626-6

22 9/30/2011 AC 150/ F MANUFACTURER WARRANTIES. Any manufacturer warranties applicable to the material applied on this project shall be delivered to the Owner upon receipt of a fully executed Certificate after completion of the application and full payment for the contract. The material application is to be covered by a one (1) year minimum warranty from the manufacturer. METHOD OF MEASUREMENT The emulsified asphalt slurry seal shall be measured by the gallon (liter). Only the actual quantity of undiluted emulsified asphalt will be measured for payment. square yard of area indicated on the contract drawings unless the area is changed in the field at the direction of the Construction Manager. No increase over plan quantity will be made without the written approval by the Construction Manager and Owner before the work is begun Aggregate shall be measured by the ton (kg) of dry aggregate. BASIS OF PAYMENT Payment shall be made at the contract unit price per square yard gallon (liter) for the emulsified asphalt slurry seal and at the contract price per ton (kg) for aggregate and the preparation of the existing asphalt surface except for pavement marking removal which will be paid for under other bid items. and the contract unit price for crack sealing per linear foot and the contract unit price for surface repair per ton (kg) or square measurement and the contract unit price for paint and rubber removal per lineal foot (meter) or square measurement. These prices shall be full compensation for furnishing all materials, for preparing, mixing, and applying these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P Item P Item P Emulsified Asphalt for Slurry Coat-per [gallon (liter)] [ton (kg)] Aggregate-per ton (kg) of dry aggregate. Emulsified Slurry Seal Coat per square yard TESTING REQUIREMENTS ASTM C 88 ASTM C 117 ASTM C 128 ASTM C 131 ASTM C 136 ASTM D 75 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate Materials Finer than No. 200 Sieve in Mineral Aggregates by Washing Density, Relative Density (Specific Gravity), and Absorption of Fine Aggregate Resistance to Degradation of Small Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Sieve or Screen Analysis of Fine and Coarse Aggregates Sampling Aggregates TEA / Runway 18-36, Taxiway A, Hangar Taxilanes, Parking Lot and Road Rehabilitation Authority No EMULSIFIED ASPHALT SLURRY SEAL SURFACE TREATMENT P-626-7

23 9/30/2011 AC 150/ F ASTM D 2419 ISSA A 105 ISSA TB-100 ISSA TB-106 ISSA TB 111 ISSA TB-115 Sand Equivalent Value of Soils and Fine Aggregate Recommended Performance Guidelines Wet Track Abrasion Loss Slurry Seal Consistency Outline Guide Design Procedure for Slurry Seal Determination of Slurry Seal Compatibility MATERIAL REQUIREMENTS ASTM D 242 ASTM D 977 ASTM D 2397 Mineral Filler for Bituminous Paving Mixtures Emulsified Asphalt Cationic Emulsified Asphalt END OF ITEM P-626 TEA / Runway 18-36, Taxiway A, Hangar Taxilanes, Parking Lot and Road Rehabilitation Authority No EMULSIFIED ASPHALT SLURRY SEAL SURFACE TREATMENT P-626-8

24 SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF International Airport R SF SF SF SF SF SF NORTH G R A P H I C S C A L E ( I N F E E T ) X SF

LAPEER COUNTY ROAD COMMISSION ANNUAL BID SLURRY SEAL SURFACE SPECIFICATIONS

LAPEER COUNTY ROAD COMMISSION ANNUAL BID SLURRY SEAL SURFACE SPECIFICATIONS 2016-17 LAPEER COUNTY ROAD COMMISSION ANNUAL BID SLURRY SEAL SURFACE SPECIFICATIONS DESCRIPTION The Slurry Seal Surface shall consist of a mixture of emulsified asphalt, mineral aggregate and water, properly

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 2 TO CARGO BUILDING SPACE RENTAL AGREEMENT (PROVISIONING) SOUTHWEST AIRLINES CO.

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 2 TO CARGO BUILDING SPACE RENTAL AGREEMENT (PROVISIONING) SOUTHWEST AIRLINES CO. HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 2 TO CARGO BUILDING SPACE RENTAL AGREEMENT (PROVISIONING) SOUTHWEST AIRLINES CO. TAMPA INTERNATIONAL AIRPORT Board Date:, 2015 PREPARED BY: HILLSBOROUGH

More information

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN HILLSBOROUGH COUNTY AVIATION AUTHORITY AND MN AIRLINES, LLC

More information

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT 2019-18 LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT DESCRIPTION This work shall consist of one or more applications of bituminous material applied to the prepared surface and

More information

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN HILLSBOROUGH COUNTY AVIATION AUTHORITY AND AIR CANADA BOARD

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SPACE RENTAL AGREEMENT TAMPA INTERNATIONAL AIRPORT BRITISH AIRWAYS PLC.

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SPACE RENTAL AGREEMENT TAMPA INTERNATIONAL AIRPORT BRITISH AIRWAYS PLC. HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SPACE RENTAL AGREEMENT TAMPA INTERNATIONAL AIRPORT Board Date: PREPARED BY: HILLSBOROUGH COUNTY AVIATION AUTHORITY REAL ESTATE DEPARTMENT ATTN:

More information

2017 Paving Program for the County of El Paso. Bid #

2017 Paving Program for the County of El Paso. Bid # 2017 Paving Program for the County of El Paso Bid # 17-022 Opening Date 06/01/2017 1 El Paso County Code of Ethics Training Affidavit (This form must be signed by an officer, principal, or individual authorized

More information

BOONE COUNTY, ILLINOIS

BOONE COUNTY, ILLINOIS BOONE COUNTY, ILLINOIS Bid Requirements for RCI-16-06 (Bid Number) Material(s) or Services: 1. Seal Coating at the Logan Avenue Campus Parking Lot. 2. Crack Filling at the Logan Avenue Campus Parking Lot.

More information

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO. 2018-001 ASPHALT PAVING PROJECT NOTICE TO BIDDERS Separate sealed Bids for the construction of PROJECT NO. 2018-001 ASPHALT PAVING PROJECT

More information

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM Sealed bids will be received at the office of the Shiawassee County Road Commission at 701 W. Corunna Avenue, Corunna, Michigan

More information

SEPTA Roadway Pavement Markings Specification

SEPTA Roadway Pavement Markings Specification PART 1 - GENERAL DESCRIPTION A. This work consists of furnishing and installing pavement markings on asphalt or concrete streets within SEPTA s 5 county operating territory. B. Section includes 1. Description.

More information

THE CORPORATION OF THE TOWNSHIP OF ARMOUR TENDER FOR THE APPLICATION OF TYPE II SLURRY SEAL SURFACE TREATMENT

THE CORPORATION OF THE TOWNSHIP OF ARMOUR TENDER FOR THE APPLICATION OF TYPE II SLURRY SEAL SURFACE TREATMENT THE CORPORATION OF THE TOWNSHIP OF ARMOUR TENDER FOR THE APPLICATION OF TYPE II SLURRY SEAL SURFACE TREATMENT Sealed tenders clearly marked Slurry Seal will be received by the undersigned No.: 2016-01

More information

HCG PURCHASING CO-OP INVITATION TO BID

HCG PURCHASING CO-OP INVITATION TO BID HCG PURCHASING CO-OP INVITATION TO BID #1186 HOT MIX ASPHALT #1187 HOT MIX ASPHALT EXCAVATION BY COLD PLANER (MILLING) #1188 LINE PAINTING Sealed bids for Hot Mix Asphalt, Hot Mix Asphalt Excavation by

More information

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1 CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT Bid Addendum 1 This addendum is hereby made a part of the Contract Documents to the same extent as though

More information

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE Scope The City of Sandersville (City) is seeking a Contractor to provide asphalt milling and resurfacing services. The City has identified

More information

PROPOSAL BITUMINOUS ASPHALT CONCRETE NON-CAPITAL PROJECTS PAVING

PROPOSAL BITUMINOUS ASPHALT CONCRETE NON-CAPITAL PROJECTS PAVING Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO. 2017-001 ASPHALT PAVING PROJECT NOTICE TO BIDDERS Separate sealed Bids for the construction of PROJECT NO. 2017-001 ASPHALT PAVING PROJECT

More information

CALUMET COUNTY HIGHWAY DEPARTMENT

CALUMET COUNTY HIGHWAY DEPARTMENT CALUMET COUNTY HIGHWAY DEPARTMENT February 2018 2018 ASPHALTIC CONCRETE PAVEMENT DUE DATE: March 15, 2018 @ 3:00 P.M. 1 INDEX GENERAL NOTICE AND INVITATION 3 MIX DESIGN 3-4 QUALITY ASSURANCE 4 PROPOSAL

More information

INVITATION TO BID. CONTRACT PERIOD: The contract shall cover the County s needs for the period of July 21, 2015 through July 20, 2015.

INVITATION TO BID. CONTRACT PERIOD: The contract shall cover the County s needs for the period of July 21, 2015 through July 20, 2015. INVITATION TO BID The Etowah County Commission will, on June 22, 2015 in the Commission Chambers, 1st floor, 800 Forrest Avenue, Gadsden, AL, receive competitive bids on SUPERPAVE BITUMINOUS CONCRETE ASPHALT

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

MICRO-SURFACE TREATMENT OF APPROX. 40,362 SQ. YARDS OF ROAD

MICRO-SURFACE TREATMENT OF APPROX. 40,362 SQ. YARDS OF ROAD MICRO-SURFACE TREATMENT OF APPROX. 40,362 SQ. YARDS OF ROAD BID #: RD 24-12 BID OPENS: MAY 3, 2012 @ 3:00 P.M. Last Revised 05/01/2012 Page 1 NOTICE TO BIDDERS Notice is hereby given that the Board of

More information

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122 Addendum No. 1 Page One To: From: All Plan Holders of Record CT Consultants, Inc. Gene E. Arters, P.E. on behalf of Cuyahoga Community College Subject: Addendum No. 1 Project #C20166009 CCE Parking Lot

More information

Pavlick, Kenneth - DEN Date: :26:57-07'00'

Pavlick, Kenneth - DEN Date: :26:57-07'00' November 21, 2018 PIKES PEAK PARKING RESTORATION CONTRACT NO. 201845783 ADDENDUM NUMBER ONE This Addendum Number One supersedes and/or supplements all portions of the Contract Documents with which it conflicts.

More information

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO. 3-49-0024-048-2018 MAIL TO: Ogden City Corporation Purchasing Department 549 Washington Boulevard, Suite 510 Ogden, Utah

More information

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Request for Proposal (RFP) The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Bids are due January 4, 2018 at 12:00 pm CST.

More information

Advertisement Town of Wytheville Request for Bids for Swimming Pool Re-plaster

Advertisement Town of Wytheville Request for Bids for Swimming Pool Re-plaster Advertisement Town of Wytheville Request for Bids for Swimming Pool Re-plaster The Town of Wytheville is soliciting bids for swimming pool contractors for the replastering of the main pool, water park

More information

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following: Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and

More information

BID DOCUMENTS FROM CITY OF BEEVILLE FOR PURCHASE OF SEAL COATING FOR CITY STREETS BEEVILLE, TEXAS BIDS WILL BE RECEIVED UNTIL

BID DOCUMENTS FROM CITY OF BEEVILLE FOR PURCHASE OF SEAL COATING FOR CITY STREETS BEEVILLE, TEXAS BIDS WILL BE RECEIVED UNTIL BID DOCUMENTS FROM CITY OF BEEVILLE FOR PURCHASE OF SEAL COATING FOR CITY STREETS BEEVILLE, TEXAS BIDS WILL BE RECEIVED UNTIL July 31, 2018 10:00 A.M. AT THE OFFICE OF THE CITY SECRETARY BEEVILLE CITY

More information

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT PERFORMANCE WARRANTY. CFS:EMC 1 of 7 APPR:KPK:DBP: FHWA:APPR:

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT PERFORMANCE WARRANTY. CFS:EMC 1 of 7 APPR:KPK:DBP: FHWA:APPR: MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT PERFORMANCE WARRANTY CFS:EMC 1 of 7 APPR:KPK:DBP:12-07-12 FHWA:APPR:12-18-12 a. Description. The pavement performance warranty consists

More information

APPLICATION FOR RIGHT-OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI

APPLICATION FOR RIGHT-OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI APPLICATION FOR RIGHT-OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI 48473 810-635-4464 Fee Received: _100.00 Date: / / Receipt No: APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE,

More information

CONTRACT FOR DESIGN PROFESSIONAL SERVICES FOR PROJECT NOS and BETWEEN HILLSBOROUGH COUNTY AVIATION AUTHORITY AND

CONTRACT FOR DESIGN PROFESSIONAL SERVICES FOR PROJECT NOS and BETWEEN HILLSBOROUGH COUNTY AVIATION AUTHORITY AND CONTRACT FOR DESIGN PROFESSIONAL SERVICES FOR PROJECT NOS. 8220 18 and 8825 18 BETWEEN HILLSBOROUGH COUNTY AVIATION AUTHORITY AND AECOM TECHNICAL SERVICES, INC. DATED FEBRUARY 1, 2018 CS-1 TABLE OF CONTENTS

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

More information

INVITATION TO BID (ITB) MONTROSE REGIONAL AIRPORT RUNWAY REPAINTING AND RESTRIPING

INVITATION TO BID (ITB) MONTROSE REGIONAL AIRPORT RUNWAY REPAINTING AND RESTRIPING INVITATION TO BID (ITB) MONTROSE REGIONAL AIRPORT RUNWAY 17-35 REPAINTING AND RESTRIPING GENERAL INSTRUCTIONS Montrose County is accepting sealed bids from qualified firms to repaint and restripe selected

More information

City of Newnan, Georgia

City of Newnan, Georgia City of Newnan, Georgia Invitation to Bid Mill & Resurfacing of Various Streets- 2017 Issue Date: May 25, 2017 Issued By: Inquiries: Proposals Due: Bid Opening: City of Newnan Public Works Department 25

More information

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5 Page 1 of 5 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 9:30 A.M., EST, WEDNESDAY, March 9, 2016 Board of County Road Commissioners of the County of Gladwin, 301 South State Street, Gladwin, Michigan

More information

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 Page 1 of 16 ITB-PW-U-15-02 Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 ISSUE DATE: January 7, 2015 DUE DATE: January 15, 2015 at 2:00 p.m. SUBJECT: Miscellaneous Changes INTENT: This

More information

BID PROPOSAL. In compliance with your NOTICE TO BIDDERS, dated the Undersigned proposes and agrees as follows:

BID PROPOSAL. In compliance with your NOTICE TO BIDDERS, dated the Undersigned proposes and agrees as follows: BID PROPOSAL To: Township of Somers Highway Department DATE: FIRM NAME: In compliance with your NOTICE TO BIDDERS, dated the Undersigned proposes and agrees as follows: (1) That having a principal place

More information

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL Bidders submitting proposals shall be very careful to follow all requirements in connection therewith. A checklist has been attached for guidance in complying with all phases of the bid process and project.

More information

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM Bids will be publicly opened at the NC State Surplus Property Agency (SSPA) at the time and date specified. By signature, I certify that all bidder information is accurate and I agree to the Instructions,

More information

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid. ADDENDUM NO. 1 PROJECT: DUNHAM LIFT STATION REPLACEMENT PHASE ONE CLIENT: CITY OF ST. JOSEPH ISSUE DATE: 11/01/18 The following clarifications and changes shall be included in the Plans and Specifications

More information

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways Description: The Litchfield Airport Authority is accepting

More information

INVITATION TO BID EOE

INVITATION TO BID EOE INVITATION TO BID The 22 nd Judicial Circuit is currently soliciting bid proposals for asphalt repair, parking lot sealing and striping for the Family Courts Juvenile Division at 920 N. Vandeventer Ave

More information

Tampa International Airport RUNWAY 18-36, TAXIWAY A, HANGAR TAXILANES, PARKING LOT & ROAD REHABILITATION TAMPA EXECUTIVE AIRPORT

Tampa International Airport RUNWAY 18-36, TAXIWAY A, HANGAR TAXILANES, PARKING LOT & ROAD REHABILITATION TAMPA EXECUTIVE AIRPORT Tampa International Airport RUNWAY 18-36, TAXIWAY A, HANGAR TAXILANES, PARKING LOT & ROAD REHABILITATION TAMPA EXECUTIVE AIRPORT Mandatory Pre-Solicitation Conference Runway 18-36, Taxiway A, Hangar Taxilanes,

More information

Project No Paving & Seal Coat of 52 nd Street NE

Project No Paving & Seal Coat of 52 nd Street NE I. TABLE OF CONTENTS I. TABLE OF CONTENTS II. APPROVAL OF ENGINEER III. INFORMATION TO BIDDERS IV. GENERAL PROVISIONS V. SPECIAL PROVISIONS VI. BIDDER S PROPOSAL Project No. 0077 Paving and Seal Coat of

More information

NIAGARA FALLS WATER BOARD

NIAGARA FALLS WATER BOARD NIAGARA FALLS WATER BOARD REQUEST FOR BIDS BID #W1-10 Bids on items as specified herein will be accepted at City Hall until 11:30 A.M., and opened at 11:30 A.M. on January 14, 2010. Bidders must state

More information

NOTICE OF VARIOUS BID RENEWALS

NOTICE OF VARIOUS BID RENEWALS NOTICE OF VARIOUS BID RENEWALS April 22, 2015 TO WHOM IT MAY CONCERN: This letter shall serve notice that the Board of Acquisition and Contract (BAC) approved the following bid renewal option on April

More information

CHECKLIST FOR CONSTRUCTION STAGING PLAN IN CORAL GABLES

CHECKLIST FOR CONSTRUCTION STAGING PLAN IN CORAL GABLES CHECKLIST FOR CONSTRUCTION STAGING PLAN IN CORAL GABLES _ A Construction Staging Plan is required prior to permit issuance for all commercial and multi-family residential projects. It is intended to reduce

More information

INVITATION TO BID CHARTER TOWNSHIP OF WEST BLOOMFIELD Fire Department Parking Lot Crack Fill, Seal Coating, and Pavement Restriping

INVITATION TO BID CHARTER TOWNSHIP OF WEST BLOOMFIELD Fire Department Parking Lot Crack Fill, Seal Coating, and Pavement Restriping INVITATION TO BID CHARTER TOWNSHIP OF WEST BLOOMFIELD Fire Department Parking Lot Crack Fill, Seal Coating, and Pavement Restriping BID NUMBER: 090914 DEADLINE: Tuesday, September 9, 2014 @ 2pm The Charter

More information

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

More information

PROPOSAL LIQUID MAGNESIUM CHLORIDE

PROPOSAL LIQUID MAGNESIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

THE CORPORATION OF THE DISTRICT OF SAANICH

THE CORPORATION OF THE DISTRICT OF SAANICH THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 18 TO AMENDMENT AND RESTATEMENT OF LEASE AND LICENSE AGREEMENT FOR

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 18 TO AMENDMENT AND RESTATEMENT OF LEASE AND LICENSE AGREEMENT FOR HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 18 TO AMENDMENT AND RESTATEMENT OF LEASE AND LICENSE AGREEMENT FOR COMMERCIAL FIXED BASE OPERATION TAMPA EXECUTIVE AIRPORT SKYPORT HOLDINGS TAMPA, LLC

More information

City of Corpus Christi Housing and Community Development

City of Corpus Christi Housing and Community Development City of Corpus Christi Housing and Community Development General Contractors, Roofing Contractors, Plumbing Contractors, Electrical Contractors, HVAC Contractors, General Repair Contractors, Demolition

More information

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington is seeking proposals for the purpose of establishing a list of vendors

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

More information

REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09

REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09 REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09 Illinois Valley Community College District No. 513 (the College) is accepting sealed

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Cleveland County REQUEST FOR PROPOSAL DESCRIPTION: DORAN MILL ASBESTOS ABATEMENT AND DEMOLITION DATE OF ADVERTISEMENT: February 21, 2018 PRE-BID MEETING: March 8, 2018, 10:00am at the Doran Mill, 404 Polkville

More information

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR MATERIALS & WORKMANSHIP PAVEMENT WARRANTY (NEW/RECONSTRUCTED HOT MIX ASPHALT PAVEMENT)

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR MATERIALS & WORKMANSHIP PAVEMENT WARRANTY (NEW/RECONSTRUCTED HOT MIX ASPHALT PAVEMENT) MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR MATERIALS & WORKMANSHIP PAVEMENT WARRANTY (NEW/RECONSTRUCTED HOT MIX ASPHALT PAVEMENT) C&T:SCB 1 of 10 C&T:APPR:JTL:JDC:09-29-03 FHWA:APPR:10-15-03

More information

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70.

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70. TRENCH PERMIT CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) 692-4266 - Please Fax at (603) 692-4281 Date: Permit# Dig Safe # Fee = $70.00 Name of Applicant Address of Applicant Phone Number Reason for Excavation

More information

CITY OF PALM DESERT PUBLIC WORKS DEPARTMENT

CITY OF PALM DESERT PUBLIC WORKS DEPARTMENT BEFORE YOU CAN PERFORM ANY CONSTRUCTION OR MAINTENANCE WORK IN THE PUBLIC RIGHT-OF-WAY, YOU MUST HAVE A VALID ENCROACHMENT PERMIT ISSUED BY THIS DEPARTMENT This work includes but is not limited to driveway

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY DISTRICT BOARD Megan Clark Russ Greenfield Larry Loder Craig K. Murray Judy Schriebman DISTRICT ADMINISTRATION Mark R. Williams, General Manager Michael Cortez, District Engineer Janice Mandler, Collection

More information

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots February 27, 2017 RFP-1617-414 INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots The Danville Public Schools Maintenance Department is requesting sealed bids for sealing, striping and painting

More information

August 22, Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA

August 22, Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA August 22, 2016 Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA RE: Hammond Northshore Regional Airport Runway 18-36/13-31 Runway Intersection

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the 2013 purchase of waterborne traffic marking paint For the City of Galesburg, IL

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

Rail Owner Controlled Insurance Program Manual

Rail Owner Controlled Insurance Program Manual Rail Owner Controlled Insurance Program Manual Addendum No. 4 to June 2013 Edition (Updated 08-21-17) Update to Section 5 Enrolled and Excluded Contractor Required Coverage for Package P Contract Section

More information

CHARLES COUNTY GOVERNMENT ITB NO LITTER & DEBRIS REMOVAL SERVICES

CHARLES COUNTY GOVERNMENT ITB NO LITTER & DEBRIS REMOVAL SERVICES CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 April 26, 2017 ITB NO. 17-32 LITTER & DEBRIS REMOVAL SERVICES ADDENDUM NUMBER ONE

More information

Asphalt Repair Inc CR 747, Webster, FL License # C (727)

Asphalt Repair Inc CR 747, Webster, FL License # C (727) Asphalt Repair Inc. 7737 CR 747, Webster, FL 33597 License # C-10745 (727) 243-9238 Email:asphaltrepairinc@gmail.com Thank you for your interest in our company. We are a third-generation family asphalt

More information

City of Presque Isle, Maine Chip Sealing Request for Bids

City of Presque Isle, Maine Chip Sealing Request for Bids City of Presque Isle, Maine Chip Sealing Request for Bids The City of Presque Isle is seeking bids from qualified individuals and firms (Bidder) for chip sealing on various streets and roads. Bids will

More information

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant Invitation to Bid Radcliff Wastewater Treatment Plant (WWTP) Road Paving For Radcliff Wastewater Treatment Plant Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160

More information

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a

More information

TABLE OF CONTENTS E. FEES

TABLE OF CONTENTS E. FEES TOPIC TABLE OF CONTENTS A. INTRODUCTION ------------------------------------------------------------------------------------- 2 B. SCOPE ------------------------------------------------------------------------------------------------

More information

CITY OF DRYDEN T TENDER FOR THE SUPPLY OF SAND AND GRAVEL 2018

CITY OF DRYDEN T TENDER FOR THE SUPPLY OF SAND AND GRAVEL 2018 TENDER FOR THE SUPPLY OF SAND AND GRAVEL 2018 INDEX 1. Notice to Bidders 2. General Conditions and Instructions to Bidders 4. General Specifications 7. Detailed Specifications 8. Terms and Conditions Appendix

More information

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013 NOTICE TO BIDDERS The City of Jeffersontown,

More information

INVITATION TO BID ASPHALT RESEAL, MARKING AND STRIPING PROJECT

INVITATION TO BID ASPHALT RESEAL, MARKING AND STRIPING PROJECT INVITATION TO BID ASPHALT RESEAL, MARKING AND STRIPING PROJECT Thurston County Fire District No. 9, District is the entity issuing this invitation for bids. The District is a municipal corporation and

More information

PROPOSAL FOR 2017 MINERAL WELL BRINE

PROPOSAL FOR 2017 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017 MINERAL WELL BRINE BID OPENING: Friday, February 24, 2017 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

Champaign Park District: Request for Bids for Crack fill, Sealcoating, & Line striping- 2018

Champaign Park District: Request for Bids for Crack fill, Sealcoating, & Line striping- 2018 Champaign Park District: Request for Bids for Crack fill, Sealcoating, & Line striping- 2018 SECTION I. INSTRUCTIONS TO BIDDERS 1.01 Invitation to Bid: The Champaign Park District is requesting sealed

More information

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU # VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Please Note Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page

More information

LIMITED LIFETIME TRANSFERABLE WARRANTY

LIMITED LIFETIME TRANSFERABLE WARRANTY LIMITED LIFETIME TRANSFERABLE WARRANTY Exteria Building Products, LLC- Limited Lifetime Transferable Warranty Exteria Building Products is committed and pleased to provide you with high quality faux cedar

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

WAYNE COUNTY AIRPORT AIRPORT CAPITAL IMPROVEMENT PROGRAM (ACIP)

WAYNE COUNTY AIRPORT AIRPORT CAPITAL IMPROVEMENT PROGRAM (ACIP) WAYNE COUNTY AIRPORT AIRPORT CAPITAL IMPROVEMENT PROGRAM (ACIP) 2017 2026 DECEMBER 2015 Prepared For: Federal Aviation Administration Ohio Department of Transportation Office of Aviation Attachment A 10

More information

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS Contact: Sarah Merriman Town Clerk/Select Board Assistant Town of Middlesex 5 Church Street Middlesex,

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL 5/24/18 : 106 The Alabama State Port Authority will be accepting BIDS on the following items. ITEM DESCRIPTION PRICE PER FT. 1 48" WIDE, 3 PLY, 600 PYLON PLUS, 3/16" TOP X 3/32" COVERS, GUARDIAN RMA GRADE

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to

More information

Town of Georgetown Request for Quotations Residential Waste Collection

Town of Georgetown Request for Quotations Residential Waste Collection Town of Georgetown Request for Quotations Residential Waste Collection May 19, 2016 INVITATION TO BID Sealed bids for Residential Waste Collection for the Town of Georgetown, Delaware will be received

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING 80 West

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

Fort Worth s Experience with the Use of SBR Latex in Hot Mix

Fort Worth s Experience with the Use of SBR Latex in Hot Mix Fort Worth s Experience with the Use of SBR Latex in Hot Mix SBR Latex October 14, 2015 What is the Issue? Oxidation of Surface Mix 3-6 months after Surface Course Placement Crack Sealing First Season

More information

Bernards (Project Name) CCIP Insurance Manual

Bernards (Project Name) CCIP Insurance Manual Bernards (Project Name) CCIP Insurance Manual Policy Year: xxxx-xxxx Alliant Version 01 1 Table of Contents 1.1 INTRODUCTION... 3 1.2 Overview... 3 1.3 About this Manual... 4 2.0 PROJECT DIRECTORY... 5

More information

CONTRACT FOR DESIGN PROFESSIONAL SERVICES FOR PROJECT NO CHECKED BAGGAGE SYSTEM UPGRADES AND OPTIMIZATION BETWEEN

CONTRACT FOR DESIGN PROFESSIONAL SERVICES FOR PROJECT NO CHECKED BAGGAGE SYSTEM UPGRADES AND OPTIMIZATION BETWEEN CONTRACT FOR DESIGN PROFESSIONAL SERVICES FOR PROJECT NO. 5991 14 CHECKED BAGGAGE SYSTEM UPGRADES AND OPTIMIZATION BETWEEN HILLSBOROUGH COUNTY AVIATION AUTHORITY AND CORGAN ASSOCIATES, INC. DATED JUNE

More information

NOTICE TO BIDDERS H.M.A. PAVING

NOTICE TO BIDDERS H.M.A. PAVING ROAD COMMISSION for MONTCALM COUNTY 619 W. MAIN STREET STANTON, MICHIGAN 48888 PHONE: 989-831-5285 NOTICE TO BIDDERS Sealed bids will be received by the Board of County Road Commissioners of Montcalm County

More information

OVERSIZE LOADS TYPES OF PERMITS ISSUED

OVERSIZE LOADS TYPES OF PERMITS ISSUED City of Moreno Valley 14177 Frederick Street Moreno Valley, CA 92552 (951) 413-3140 OVERSIZE LOADS TYPES OF PERMITS ISSUED 1. Annual Permits are valid from the date of issuance to the expiration date not

More information

Calcium Chloride Sealed Bid # Town of Salem, NH

Calcium Chloride Sealed Bid # Town of Salem, NH ` Calcium Chloride Sealed Bid #2014-004 Town of Salem, NH March 2014 SALEM PURCHASING Julie Adams, Purchasing Agent 603-890-2090 fax 603-890-2091 jadams@ci.salem.nh.us Keith Hickey, Town Manager Prepared

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information