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

Size: px
Start display at page:

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

Transcription

1 Page 1 of 16 ITB-PW-U 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 addendum is issued prior to the date bids are due in order to incorporate the following clarifications, additions, omissions, deletions, or changes into the Contract Documents. Except as hereinafter specified, the work shall be in accordance with the drawings and specifications. Bidders are to use the changed quantities of the items listed in this addendum in their proposals, and it shall become a part of the Contract Documents when construction is executed. Bidders are reminded that this addendum must be noted on the Official City Acknowledgment Form when they submit their proposal. A signed copy of the addendum must also be included with the bid. This Addendum consists of 2 pages plus the attached Section (11 Pages) and Construction Plan Sheets G-1A, C-5, and C-12 (3 Pages), for a total of 16 pages. CHANGES TO THE PROJECT MANUAL: 1. Section Bid Forms: Remove Section in its entirety and replace it with the attached revised Section The revisions to the Bid Form are to the Bid Schedule. In the Bid Schedule, the quantity for item 8 (16" RECLAIMED WATER MAIN (PVC OR DI) (OPEN CUT) (RESTRAINED)) has been revised from 1732 LF to 1702 LF and the quantity for item 10 (18" RECLAIMED WATER MAIN (PE) (DIRECTIONAL DRILL)) has been revised from 6907 LF to 6937 LF. 2. Section Permits and Fees - Delete subparagraphs B and C from Paragraph 1.04, and re-number the remaining subparagraphs. All construction, including construction in the Old Kings Rd. Right-of-Way (R/W) is in County R/W (there is no proposed construction for this project in City owned R/W). Additionally, it should be noted that all proposed construction for this project is outside the FDOT Limited Access R/W. 3. Section Horizontal Directional Drilling - Delete subparagraphs F and G from Paragraph 3.02 in their entirety and replace them with the following: F. At the Old Kings Rd. crossing and all other street crossings, the minimum cover shall be 10-ft below the paved surface as indicated on the Drawings. Page 1 of 2 ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

2 ADDENDUNO. 1-1/7/15 Page 2 of 16 G. In road right-of-way in non-paved areas, the directional bore depth shall be 8 minimum and 12 maximum, at ditch crossings a minimum of 6-ft below the bottom of the ditch, and at culvert crossings a minimum of 3.5-ft below the outside bottom of the culvert as indicated on the Drawings. CHANGES TO THE CONSTRUCTION PLANS: 4. Sheet G-1A - Summary of Quantities: Remove this Sheet in its entirety and replace it with the attached revised Sheet G-1A. This Sheet incorporates quantity revisions to the 16 RWM open cut (restrained) and 18 RWM directional drill lengths on Sheets C-5 and C Sheets C-2 through C-5, C-12, C-13 - Plan and Profile: In the profile view along directional drilled pipeline, the callout indicates a depth of 6 Min. - 8 Max. With this Addendum No. 1, the directional bore depth in unpaved areas has been changed to 8 minimum and 12 maximum. 6. Sheet C-5 - Plan and Profile: Adjust the beginning stationing of the directional drill that starts west of Lakeview Blvd. as shown in the attached revised Sheet C-5. This sheet also shows the revised depths of the directional drilled pipeline and directional bore length per this Addendum No Sheet C-7 - Plan and Profile: Adjust the beginning and ending stationing of the Laramie Drive directional drill crossing as follows: West of Laramie Dr., the Degree Bend is to be at Sta and East of Laramie Dr. the Degree Bend is to be at With this change, the overall directional drill length across Laramie Dr. remains unchanged. 8. Sheet C-10 Plan and Profile: Note there is no proposed construction on this sheet (ignore the callout that indicates proposed air release valve ). The stationing in the Plan View shows the proximity of I-95 to the east portion and west portion of the Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 project. 9. Plan and Profile Sheet C-12: Adjust the beginning stationing of the directional drill that starts west of the western box culvert (near station ) as shown in the attached revised Sheet C-12. This sheet also shows the revised depths of the directional drilled pipeline and directional bore length per this Addendum No. 1. Acknowledgement: Signature and Date Printed Name and Title Company Name END OF ADDENDUM NO. 1 *Fourteen pages to follow. Page 2 of 2 ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

3 Page 3 of 16 SECTION BID FORMS Project Name: MATANZAS WOODS PARKWAY RECLAIMED WATER MAIN CONSTRUCTION PHASE 2 City Project No.: ITB-PW-U Name of Firm: Contact Name: Address: Business Mailing Address: Business Street Address: City/State/Zip: Phone Number: Fax Number: ( ) ( ) Contractor License Number: Pursuant to and in compliance with your notice inviting sealed Bids (Invitation To Bid), Instructions to Bidders, and the other documents relating thereto, the undersigned Bidder, having ensured to its satisfaction that they have familiarized themselves with the terms of the Contract Documents, local conditions affecting the performance of the Work, and the cost of the Work at the place where the Work is to be done, hereby proposes and agrees to perform within the time stipulated in the Contract Documents, including all of its component parts and everything required to be performed, and to provide and furnish any and all of the labor, Material, and tools, expendable Equipment, and all utility and transportation services necessary to perform the Work and complete in a workmanlike manner, all of the Work required in connection with the construction of said Work all in strict conformity with the Plans and Specifications and other Contract Documents, including Addenda Nos. through, on file at the Purchasing and Contracts Division for the Total Bid (Contract Price) hereinafter set forth. The undersigned Bidder agrees that the Work shall be completed according to the schedule set forth in the Contract Documents. Bid Form

4 Page 4 of 16 The undersigned Bidder further agrees to pay liquidated damages as described in the Contract Documents. Bid prices must be stated in words in accordance with these Instructions to Bidders in the blank space(s) provided for that purpose. Bidder acknowledges that it has read and fully understands all Sections of the Instructions to Bidders. The undersigned, as Bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any person, firm or corporation; and he proposes and agrees, if the proposal is accepted, that they will execute an Agreement with the CITY in the form set forth in the Contract Documents; that it will furnish the Contract Security, Insurance Certificates, Endorsements, and Policies, that it is aware that failure to properly comply with the requirements set out in the "Instructions to Bidders" and elsewhere in the Contract Documents may result in a finding that the Bidder is non-responsive and may cause a forfeiture of the Bid Security. ACCOMPANYING THIS BID IS_ (insert the word(s) "cashier's check," bidder's bond," certified check," or other security as provided by law, as the case may be) in an amount equal to at least five percent (5%) of the Total Bid, payable to the CITY OF PALM COAST, FLORIDA The undersigned deposits above-named security as a Bid guarantee and agrees that it shall be forfeited to the CITY as liquidated damages (and not as a penalty in recognition of the complexity and lack of precision in calculating damages) in case this Bid is accepted by the CITY and the undersigned fails to execute an Agreement with the CITY as specified in the Contract Documents accompanied by the required Payment and faithful Performance Bonds with Sureties satisfactory to the CITY, and accompanied by the required certificates of insurance coverage, and endorsements. Should the CITY be required to engage the services of an attorney in connection with the enforcement of this Bid, Bidder promises to pay City s reasonable attorney's fees and costs (including attorney's fees and costs on appeals) incurred with or without suit. We, the Undersigned, hereby declare that no person, persons, firm, or corporation, other than the undersigned are interested in this Proposal as principals and that this Proposal is made without collusion with any person, firm, or corporation. Bid Form

5 Page 5 of 16 CORPORATION/COMPANY Company Name: By: By: Address: (Seal) (Name typed or printed) (Name typed or printed) Telephone No.: ( ) FAX No.: ( ) Florida State Registration Number: Federal I.D. Tax Number: INDIVIDUAL Name: (Signature) (Name typed or printed) (Title) Address: Telephone No.: ( ) FAX No.: ( ) County/City Registration Number: Social Security Number: Federal I.D. Tax Number: Attention: Bids shall only be considered from those Bidders who have obtained these Contract Documents from the CITY directly or via the website: palmcoastgov.com/government/purchasing. BID SCHEDULE The Bidder hereby agrees to perform all work as required by the Contract Documents for the following Unit Prices. All work required to be performed by the Contract Documents is to be included within the following Pay Items, inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the project. Work for which there is not a Pay Item will not be considered incidental to the Contract and no additional compensation will be allowed. Pursuant to and in compliance with your Invitation for Bid, the Instructions to Bidders, and other documents relating thereto, the undersigned hereby agrees to furnish all labor, Materials and Equipment Bid Form

6 Page 6 of 16 to do the Work in strict accordance with the Contract Documents and all addenda, if any, issued prior to the date of this Bid at the Total Bid herein as follows: ITEM NO. DESCRIPTION QTY UNIT UNIT COST AMOUNT 1. MOBILIZATION A. WORK AREA WEST OF I-95 1 LS B. WORK AREA EAST OF I-95 1 LS 2. PRECONSTRUCTION VIDEO A. WORK AREA WEST OF I-95 1 LS B. WORK AREA EAST OF I-95 1 LS 3. MAINTENANCE OF TRAFFIC A. WORK AREA WEST OF I-95 1 LS B. WORK AREA EAST OF I-95 1 LS 4. EROSION AND SEDIMENT CONTROL A. WORK AREA WEST OF I-95 1 LS B. WORK AREA EAST OF I-95 1 LS 5. SILT FENCE 5794 LF 6. CLEARING AND GRUBBING 1 LS 7. DUCTILE IRON FITTINGS (RECLAIMED WATER MAIN) A. 16" 22.5 DEGREE BEND 1 EA B. 16" 45 DEGREE BEND 41 EA C. 18" X 16" REDUCER 26 EA D. 16" PLUG (IF NEEDED WEST AND EAST OF I-95) 16" RECLAIMED WATER MAIN (PVC OR DI) (OPEN CUT) (RESTRAINED) 16" RECLAIMED WATER MAIN (PVC OR DI) (OPEN CUT) (UNRESTRAINED) 2 EA 1702 LF 4038 LF Bid Form

7 10. ADDENDUNO. 1-1/7/15 Page 7 of 16 18" RECLAIMED WATER MAIN (PE) (DIRECTIONAL DRILL) 6937 LF " GATE VALVE 14 EA " X 16" TAPPING SLEEVE AND VALVE AIR RELEASE VALVE ASSEMBLY AND MANHOLE TEMPORARY BLOWOFF ASSEMBLY (IF NEEDED) REMOVE PLUG AND CONNECT TO EXISTING 16" RECLAIMED WATER MAIN REMOVE AND REPLACE EXISTING GRAVEL DRIVEWAY REMOVE AND REPLACE EXISTING CONCRETE SIDEWALK 1 EA 17 EA 1 EA 3 EA 39 SY 25 SY 18. SODDING (BAHIA) SY TOTAL AMOUNT OF BID (ITEM NOS. 1 18) $ (Figures) (In Words) In the event there is a discrepancy between the written total and the sum of the figures, the figures shall be recalculated and the correct total shall be used. Bid Form

8 Page 8 of 16 UNIT PRICE SCHEDULE (Unit Prices for Adjustment) The following unit prices, if approved by the CITY, shall be used for adjusting the Contract price for changes in the work (additions or deletions) in accordance with the provisions of an approved change order and any other modifications of the Contract. The Bidder is required to fill in the prices listed below. FAILURE TO COMPLETELY FILL IN THE LIST SHALL CONSTITUTE A NON-RESPONSIVE BID AND SHALL BE A CAUSE FOR REJECTION. Unit prices shall include all labor, materials, equipment, transportation, and supervision representing an in-place price for each item. Scope or size of each item not otherwise indicated is as described in the construction specifications and drawings. The CITY reserves the right to approve or reject the below list on a line item basis: ITEM DESCRIPTION UNIT UNIT PRICE N/A CY $ N/A TON $ N/A LF $ N/A SF $ Bidder Acknowledgements: 1. The Bidder acknowledges that the Total Amount of Bid stated above includes the sum of $ or 1% of the Bid whichever is greater, specific consideration for indemnification. 2. The Bidder acknowledges that the Total Amount of Bid stated above includes compensation for all Work, labor, permits, bonds, equipment, materials, and any and all incidental costs necessary for the proper execution of the required services. Attention: Bids shall only be considered from those Bidders who have obtained these Contract Documents from the CITY directly or via the website (palmcoastgov.com/government/purchasing). Bid Form

9 Page 9 of 16 ATTACHMENT A DIRECT PURCHASE OF MATERIALS DATE: NAME OF BIDDER: BUSINESS ADDRESS: PHONE NUMBER: CONTRACTOR'S FL. LICENSE #: EXPIRATION DATE: PART 1 GENERAL 1.01 It is the intent of the City, being a tax exempt governmental entity, to save the sales tax on the major quantities of materials supplied for this project. PART 2 PRODUCTS 2.01 Table of Potential Items to be Direct Purchased by the City: The table in Part 2 must be filled out in its entirety upon executed Notice of Award. Column A Column B Column C Column D Materials Contract Reduction *Material Invoice Sales Tax on Material For Potential Amount Amount Amount Direct Purchase (B + C) N/A N/A N/A N/A * Invoices for the material shall be provided to the City. Bid Form

10 Page 10 of 16 For bidding purposes and contract award, the Contractor shall bid the job as they normally would with sales tax included as part of their Bid. The Contractor shall act as the City s purchasing agent for the purchase of various items enumerated above and thus, the City shall be the buyer in such transactions and, being a tax exempt governmental entity, the purchase transaction shall be tax exempt. However, should the Florida Department of Revenue ultimately conclude that sales tax should have been paid; the City agrees to pay the sales taxes and ensure that the Contractor is not required to pay such taxes. The Contractor shall not be obligated to defend the City against the Florida Department of Revenue for any actions by the Department claiming that sales taxes are due to the State under this Contract. The Contractor shall be responsible to place the order for the material. The Purchase Order shall be issued by the City with the City s terms and conditions. Goods shall not be subject to trade discounts. Agreement for the City to purchase goods shall be formalized prior to purchase of goods. City shall purchase all goods from an original supplier and shall not purchase goods from a non-supplier sub-contractor. Shop drawings shall be sent to the Contractor from the Material Supplier for review, checking and coordination. After checking, the Contractor shall be responsible to forward the shop drawings to the ENGINEER for review. After review with the City, the ENGINEER shall return the shop drawings to Contractor to be returned to the Material Supplier. The Contractor shall be responsible to schedule the delivery time for the material. The Contractor shall be responsible to unload and to store the material until it is installed. The Contractor shall be responsible to provide and maintain Builders Risk Insurance on the material until the project is completed and accepted by the City. Invoices for the Material shall be submitted to the City, c/o Contractor. The Contractor shall forward the invoices to the ENGINEER. Once the ENGINEER has reviewed the invoice and the Contractor has confirmed delivery, this information shall then be forwarded to the City for payment. Payment shall be forwarded in accordance with Work Order Terms. A change order shall be negotiated that reduces the Contract Price by the amount of the material cost plus state sales tax credit (6%) and the local sales tax credit (one percent (1%) up to the first five thousand ($5,000). The Contractor shall include in his bid the handling costs, markup and profit that are associated with the installation/handling of the material. The Contractor agrees that the materials listed in Part 2 shall be added to or deleted from at the City s choosing. The Contractor shall include all costs of administering this direct purchase of material with their bid. The Contractor shall complete all activities and assume all liabilities that are normally involved in material purchase and installation. The only intent of this Section is for the City to purchase the material directly in order to save the sales tax monies. Bid Form

11 Page 11 of 16 ATTACHMENT B MATERIAL AND EQUIPMENT LIST Listed below are items of material and/or equipment proposed for use in the project. The Bidder is required to fill in the manufacturer (THE NAME OF THE MANUFACTURER SHALL BE INSERTED NOT THE NAME OF THE SUPPLIER) for each listed piece of material and/or equipment. FAILURE TO COMPLETELY FILL IN THE LIST SHALL CONSTITUTE A NON-RESPONSIVE BID AND SHALL BE A CAUSE FOR REJECTION. BIDDER acknowledges that the bid is based on all of the specified products, unless specifically approved in writing by addendum prior to the bid date. SECTION MATERIAL AND/OR EQUIPMENT MANUFACTURER By: Bidder _ Authorized Signature _ Date Bid Form

12 Page 12 of 16 ATTACHMENT C LIST OF PROPOSED SUBCONTRACTORS/SHOP FABRICATORS PROJECT NAME: MATANZAS WOODS PARKWAY RECLAIMED WATER MAIN CONSTRUCTION PHASE 2 CITY PROJECT NO.: ITB-PW-U Work Performed by CONTRACTOR. The CONTRACTOR must perform at least 40% of the total work as measured by cost (Equipment and labor) within his own organization and excluding Material costs. A failure of the CONTRACTOR to perform the required percentage of Work within his own organization constitutes a Material breach of this agreement. The Bidder expressly agrees that: 1. If awarded a Contract as a result of this Proposal, the major subcontractor and/or shop fabricator used in the prosecution of the work shall be those listed below. Only one (1) subcontractor and/or shop fabricator shall be listed in each category. 2. The following list includes all subcontractors and/or shop fabricators who will perform work. 3. The Bidder represents that the subcontractors and/or shop fabricators listed below are financially responsible and are qualified to do the work required. (Attach additional sheets if necessary.) PREVIOUS WORK EXPERIENCE TOGETHER CATEGORY NAME/ADDRESS YES / NO Subcontractor % VALUE of total Contract Bid Form

13 Page 13 of 16 ATTACHMENT D TRENCH SAFETY ACT SECTIONS , FLORIDA STATUTES NOTICE TO BIDDERS: In order to comply with the Trench Safety Act, the Bidder is required to specify the costs of compliance. These costs are not a separate pay item. The Bidder must also reference the Trench Safety Standards which will be in effect during construction, and assure in writing that the Bidder will comply with the applicable Trench Safety Standards. If not applicable, please state so. Trench Safety Measure Units of Measure Quantity Unit Cost Extended Cost Total $ Printed Name Signature Bidder Name Date END OF SECTION Bid Form

14 ADDENDUNO. 1-1/7/15 Page 14 of 16

15 ADDENDUNO. 1-1/7/15 Page 15 of 16

16 ADDENDUNO. 1-1/7/15 Page 16 of 16

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. Addendum #1 409 22nd Ave So PO Box 298 Brookings, SD 57006 Toll Free 1-855-323-6342 www.bannerassociates.com Project: Viborg Utility Improvements - 2017 Bid Date: 11:00 A.M., Local Time, March 15, 2017

More information

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL II. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL ITEM NO. 1: Page P-1, Proposal DELETE the Proposal (pages P-1 through P-9) in its entirety and REPLACE with the attached Proposal (pages P-1R

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

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11 69889/AV/lm TO: Recipients of C-TRAN ITB #2015-04 Fourth Plain BRT Maintenance Facility Expansion DATE: June 25, 2015 SUBJECT: Addendum #11 C-TRAN has revised the following sections of the Invitation to

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

BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner).

BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner). BID PROPOSAL PLACE: RM Builders 3441 W. 46 th Street Muskogee, OK 74401 BID PACKAGE #: DATE: Proposal of (hereinafter called Bidder) a corporation, organized and existing under the laws of the State of

More information

BID FORM. PROJECT: 2017 Water line replacement

BID FORM. PROJECT: 2017 Water line replacement Project Town of Georgetown P.O. Box 426 Georgetown, CO 80444 BID FORM PROJECT: 2017 Water line replacement THE UNDERSIGNED BIDDER, having familiarized himself with the Work required by the Contract Documents,

More information

BID FORM WATER SERVICE REPLACEMENTS ON CRUISER LN., BELVEDERE ST. AND VIKINGS LN. CITY BID NO CITY OF ATLANTIC BEACH, FLORIDA

BID FORM WATER SERVICE REPLACEMENTS ON CRUISER LN., BELVEDERE ST. AND VIKINGS LN. CITY BID NO CITY OF ATLANTIC BEACH, FLORIDA BID FORM WATER SERVICE REPLACEMENTS ON CRUISER LN., BELVEDERE ST. AND VIKINGS LN. CITY BID NO. 1617-04 CITY OF ATLANTIC BEACH, FLORIDA SUBMITTED BY: DATE: The undersigned, as bidder, hereby declares that

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT

More information

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029 SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the

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

Job No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL

Job No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL Date: BID PROPOSAL PROPOSAL OF A corporation A partnership consisting of An individual doing business as THE SAN ANTONIO WATER SYSTEM Pursuant to Instructions and Invitations to Bidders, the undersigned

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

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

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

ADVERTISEMENT FOR BIDS WATER SERVICE LINE REPAIR & METER BOX REPLACEMENT CITY / COUNTY UTILITIES

ADVERTISEMENT FOR BIDS WATER SERVICE LINE REPAIR & METER BOX REPLACEMENT CITY / COUNTY UTILITIES ADVERTISEMENT FOR BIDS WATER SERVICE LINE REPAIR & METER BOX REPLACEMENT CITY / COUNTY UTILITIES Pursuant to N.C.G.S. 143-131, sealed bid proposals endorsed Water Line & Meter Box Contract FB19188 will

More information

ADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project

ADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project County of El Paso Purchasing Department 500 East San Antonio, Room 500 El Paso, Texas 79901 (915) 546-2048 / Fax: (915) 546-8180 ADDENDUM 1 To: From: All Interested Proposers Claudia Sepulveda, Bid Clerk/Buyer

More information

BID FOR LUMP SUM CONTRACT

BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

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

ADDENDUM NO. 1. Coast Community College District. GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT:

ADDENDUM NO. 1. Coast Community College District. GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT: ADDENDUM NO. 1 Coast Community College District PROJECT: GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT: This addendum forms a part of the contract documents and modifies

More information

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a Solicitation No. B-09-071-RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO

More information

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned

More information

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

More information

CITY OF TAMPA ADDENDUM 2. April 18, 2018

CITY OF TAMPA ADDENDUM 2. April 18, 2018 CITY OF TAMPA Bob Buckhorn, Mayor CONTRACT ADMINISTRATION DEPARTMENT Michael W. Chucran, Director ADDENDUM 2 April 18, 2018 Contract 17-C-00021; Citywide Water Meter Bidders on the above referenced project

More information

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No. Job 11-4518 Solicitation B-12-059-DD PROPOSAL of BID PROPOSAL, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER STEM: Pursuant to Instructions Invitation

More information

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT PROJECT NAME: PROJECT NO.: COUNTY: UTILITY COMPANY: THIS AGREEMENT, made and entered into by and between the Department of Transportation,

More information

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA ADDENDUM NO. 1 Invitation to Bid (ITB) 5517-2018 Asphalt or Site Contractor for Leon County Schools Technology Center Parking Lot Milling and Resurfacing Project SCHOOL BOARD OF LEON COUNTY, FLORIDA ITEM

More information

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as Job No. 07-7003 Water Transmission Main Rogers Ranch to I.H. 10 Project Solicitation No. B-10-050-DD BID PROPOSAL PROPOSAL OF, a corporation, a partnership consisting of an individual doing business as

More information

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as Description 103 REMOVE, STORE AND REINSTALL EXISTING RETAINING WALL 107.1 EMBANKMENT (FINAL)(DENS CONT)(TY B) 203.1 TACK COAT BID PROPOSAL PROPOSAL OF, a corporation, a partnership consisting of an individual

More information

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221 Bid : 7379 GENERAL 1 2 3 4 @ unit $ total $ @ unit $ total $ @ unit $ total $ @ unit $ total $ G-1.1 Mobilization 1 LS $ 450,000.00 $ 450,000.00 $ 720,000.00 $ 720,000.00 $ 750,000.00 $ 750,000.00 $ 530,000.00

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

Addendum 1 13 TH Street Streetscape. September 1, 2017

Addendum 1 13 TH Street Streetscape. September 1, 2017 Addendum 1 13 TH Street Streetscape September 1, 2017 ACKNOWLEDGEMENT OF RECEIPT OF THIS ADDENDUM IS NOT REQUIRED. ADDENDUMS ARE POSTED ON THE CITY WEB SITE AND PROPOSER IS RESPONSIBLE TO CHECK THIS SITE

More information

BID TABULATION BID REQUEST NO

BID TABULATION BID REQUEST NO BID TABULATION BID REQUEST NO. 13-1046 1 LOWEST RESPONSIVE BIDDER Dakota Contracting Bidder: Corporation D & G Concrete Bidder: Construction, Inc. Carl V. Carlson Bidder: Company Address: 431 NORTH PHILLIPS

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL Solicitation No. B-11-030-BB Date: BID PROPOSAL PROPOSAL OF A corporation A partnership consisting of An individual doing business as THE SAN ANTONIO WATER SYSTEM Pursuant to Instructions and Invitations

More information

Rapid City, South Dakota

Rapid City, South Dakota SPECIFICATIONS FOR FOUR (4) NEW TYPE III CLASS I STAR-OF-LIFE CERTIFIED AMBULANCES 165 X95 AND THE REMOUNT OF ONE OF THE RAPID CITY FIRE DEPARTMENTS PRESENT TYPE III AMBULANCE BODIES ON A NEW GM CHASSIS

More information

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252 ADDENDUM NO. 1 BID# AVC2016/2017-10 Project #16-252 Antelope Valley Community College District Lancaster, CA November 15, 2016 Ledesma & Meyer Construction Co., Inc. 9441 Haven Avenue Rancho Cucamonga,

More information

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT CONTRACT DOCUMENTS FOR SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT (Notice Inviting Bids, Instructions to Bidders, Bid Forms, General Conditions, Special Provisions, Technical Specifications, Construction

More information

ADDENDUM #5 NIB #

ADDENDUM #5 NIB # HVAC Replacement Project at the District Office Construction Services ADDENDUM #5 THIS ADDENDUM INCLUDES: Due to delay at DSA, the project time line is revised as follows: 1) NIB TIME LINE revised: Replace

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 PUBLIC WORKS DEPARTMENT BID FORMS FOR LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

ADDENDUM NO. 1 GENERAL CLARIFICATIONS ADDENDUM NO. 1 UA RESEARCH AND TECHNOLOGY PARK PEDESTRIAN IMPROVEMENTS Facilities Management Division University of Arkansas Fayetteville, Arkansas Plans No. 018-0073 October 22, 2018 The Specifications

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

SUBDIVISION IMPROVEMENTS AGREEMENT

SUBDIVISION IMPROVEMENTS AGREEMENT SUBDIVISION IMPROVEMENTS AGREEMENT THIS AGREEMENT, made between GLEN DEVELOPMENT COMPANY, hereinafter called the "Subdivider," and El Paso County by and through the Board of County Commissioners of El

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

Field 6 Fence Phase 1

Field 6 Fence Phase 1 City of Bishop, California Bidding Information and Contract Documents for Field 6 Fence Phase 1 in the City of Bishop, County of Inyo, California 22 June 2017 Approved: David Grah Director of Public Works

More information

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS HCPS STANDARDS DOCUMENT. No.: 01000 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-07-14 Revised to increase custodial overtime

More information

PROPOSAL FOR SINGING HILLS RECREATION CENTER REPLACEMENT: ADDITION OF SENIOR CENTER, TECH. CENTER AND GYMNASIUM 6805 Patrol Way, Dallas, Texas 75241

PROPOSAL FOR SINGING HILLS RECREATION CENTER REPLACEMENT: ADDITION OF SENIOR CENTER, TECH. CENTER AND GYMNASIUM 6805 Patrol Way, Dallas, Texas 75241 PROPOSAL FOR SINGING HILLS RECREATION CENTER REPLACEMENT: ADDITION OF SENIOR CENTER, TECH. CENTER AND GYMNASIUM 6805 Patrol Way, Dallas, Texas 75241 PROPOSAL DUE DATE: May 4, 2018 SUBMITTED BY: (Business

More information

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No Project Manual For HVAC REPACEMENT Quitman County Schools Project No. 16030 Construction Documents 28 April 2016 One Jackson Place, Suite 250 188 East Capitol Street Jackson, Mississippi 39201 D B PN

More information

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C CONTRACT DOCUMENTS FOR PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C16501412 (Bidding Requirements, General Provisions, Special Provisions and City of Petaluma Details - Standards) CITY

More information

Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150

Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150 Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150 January 28, 2019 ADDENDUM NO. 1 Bid No. 12528 Miscellaneous Mechanical Projects Brookhaven College 3939 Valley

More information

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction) 2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction) Project Information The Glen at Widefield Filing No. 9 PDD File: SF-185 9/25/2018 Project Name Section 1 - Grading and Erosion

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County, Specifications and Bid Forms for Riprap at Bridge Berm Structure #68-134-120 44138 303 rd Street, Yankton South Dakota, Yankton County, 57078 For Yankton County Highway Department 3302 W City Limits Road

More information

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

More information

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS Sealed proposals will be received at the City Clerk s Office, City of Yuba City, located at City Hall, 1201 Civic Center

More information

Bid No. B17-01 Bldg 1100 Stair & Walkway Replacement

Bid No. B17-01 Bldg 1100 Stair & Walkway Replacement Addendum No. 1 Bid No. B17-01 Bldg 1100 Stair & Walkway Replacement This Addendum No. 1 sets forth modifications to portions of the bid and contract documents for the above-referenced work described as:

More information

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

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

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075 Office of the County Executive Alan J. McCarthy County Executive Department of Finance Purchasing Division Ken Jackson Purchasing/Fleet/Leasing Mgr. Alfred C. Wein, Jr. Purchasing Office Director of Administration

More information

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted, ADDENDUM NO. 3 TO THE PLANS AND SPECIFICATIONS for STREET AND STORM SEWER IMPROVEMENTS ON HANCOCK AND WASHINGTON STREETS for the FRENCH LICK REDEVELOPMENT COMMISSION ORANGE COUNTY, INDIANA MEI PROJECT

More information

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL North Baker Ave. - City Limits to 23rd St. NE Bid Documents BD-1 To the Board of County Commissioners Douglas County, Washington Gentlemen: North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

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

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

More information

Addendum 1 Downtown North CRA Sidewalks

Addendum 1 Downtown North CRA Sidewalks Addendum 1 Downtown North CRA Sidewalks January 12, 2017 ACKNOWLEDGEMENT OF RECEIPT OF THIS ADDENDUM IS NOT REQUIRED. ADDENDA ARE POSTED ON THE CITY WEB SITE AND PROPOSER IS RESPONSIBLE TO CHECK THIS SITE

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

Contract Documents & Construction Specifications BOARDWALK NORTHERN EXTENSION PROJECT

Contract Documents & Construction Specifications BOARDWALK NORTHERN EXTENSION PROJECT Contract Documents & Construction Specifications Town of Carolina Beach, NC BOARDWALK NORTHERN EXTENSION PROJECT January 2016 Ca ro l i n a B e a ch TABLE OF CONTENTS Page 1 Page Nos. Advertisement for

More information

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

**REVISED BID PRICE FORM** October 24, 2018

**REVISED BID PRICE FORM** October 24, 2018 **REVISED BID PRICE FORM** October 24, 2018 (Date) TO: RE: CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412 INVITATION FOR BID WANNAMAKER COUNTY PARK DOG

More information

BIDDING AND CONSTRUCTION STANDARDS

BIDDING AND CONSTRUCTION STANDARDS BIDDING AND CONSTRUCTION STANDARDS May 2004 TABLE OF CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS BID BID BOND AGREEMENT CONTRACT PERFORMANCE BOND STATUTORY BOND APPOINTMENT OF PROCESS AGENT FORM

More information

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID The Town of Northfield is inviting proposals for contract at the Town Hall, 21 Summer Street, Northfield, New

More information

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price 2. BID SCHEDULE RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO. 7046 To the Honorable Mayor and City Council of the City of Hesperia: Schedule of prices to construct the Ranchero Road and BNSF

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:

More information

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org Addendum 1 Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR 97478-6302 541-736-4544 willamalane.org DATE: March 29, 2018 PROJECT: Kelly Field Turf Replacement OWNER: Willamalane

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

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is

More information

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax: COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA 19601 Tel: 610-478-6168 Fax: 610-898-7404 Kelly A. Laubach, CPPB, Director of Contracts and Procurement

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

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT:

ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT: ADDENDU #1 arch 12, 2019 BID FOR PLACE DATE: PROJECT: oore, Oklahoma 34 th Street, Telephone Rd to Santa Fe Ave Roadway Widening Proposal of (hereinafter called BIDDER ), doing business as a Corporation

More information

PROJECT MANUAL INDEX I. BIDDING CONDITIONS. A - Project Information Sheet. B - Instructions to Bidders. C - Proposal Form

PROJECT MANUAL INDEX I. BIDDING CONDITIONS. A - Project Information Sheet. B - Instructions to Bidders. C - Proposal Form PROJECT MANUAL INDEX I. BIDDING CONDITIONS A - Project Information Sheet B - Instructions to Bidders C - Proposal Form D - List of Subcontractors Forms II. CONDITIONS E- Forms of Performance and Payment

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

CONTRACT DOCUMENTS and SPECIFICATIONS for Union County. Supplying and Delivering Precast Concrete Box Culverts

CONTRACT DOCUMENTS and SPECIFICATIONS for Union County. Supplying and Delivering Precast Concrete Box Culverts CONTRACT DOCUMENTS and SPECIFICATIONS for Union County Supplying and Delivering Precast Concrete Box Culverts PREPARED BY THE OFFICE OF: Jeff Stauch, P.E., P.S. Union County Engineer 233 W. Sixth St. Marysville,

More information

Florida Department of Environmental Protection

Florida Department of Environmental Protection Florida Department of Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Rick Scott Governor Carlos Lopez-Cantera Lt. Governor Noah Valenstein

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

AIA Document A101 TM 2007

AIA Document A101 TM 2007 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year «Two Thousand Fourteen» (In

More information

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT POWERHOUSE ROAD AND ROCK CRUSHER ROAD REPAIRS ADDENDUM NO. 1 JULY 27, 2017

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT POWERHOUSE ROAD AND ROCK CRUSHER ROAD REPAIRS ADDENDUM NO. 1 JULY 27, 2017 Project No. 17005.02/Tracking No T2017.47, Contract No. E17-12 SECTION 00910 ADDENDA EL DORADO IRRIGATION DISTRICT POWERHOUSE ROAD AND ROCK CRUSHER ROAD REPAIRS ADDENDUM NO. 1 JULY 27, 2017 This Addendum

More information

33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600.

33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600. CITY OF PLANT CITY WHEELER STREET RE-ALIGNMENT Opinion of Probable Construction Costs (Final Plans) Rev 7/22/2010 Rev 8/2/2010 Rev 8/27/20012 Bid Cost per Estimated Extended Item Item Unit Units Wheeler

More information

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT The OWNER will require supporting evidence regarding Bidder s Qualifications and competency. The Bidder will be required to furnish all of the applicable

More information

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL

More information