Solicitation/Proposal/Award (Construction) PROPOSAL

Size: px
Start display at page:

Download "Solicitation/Proposal/Award (Construction) PROPOSAL"

Transcription

1

2

3 SOLICITATION: PL-K-REC , Amendment #03. Solicitation/Proposal/Award (Construction) PROPOSAL Offerors shall enter in the space below a Total Lump Sum Cost Proposal. A. Total Lump Sum Cost Proposal: The offeror must furnish the following itemized work division cost break-out, and break-out of total labor and total material, with the proposal or furnish it if and when required by the contracting officer. The Total Lump Sum amount for Item A shall be included in Division Title totals below: DIV NO. DIVISION TITLE PROPOSED ($) COST DIV NO. DIVISION TITLE PROPOSED ($) COST 1 General Requirements 12 Furnishing 2 Existing Conditions 13 Special Construction 3 Concrete 14 thru Sections Not Used 20 4 Masonry 21 Fire Suppression 5 Metals 22 Plumbing 6 Wood & Plastics 23 HVAC 24 7 Thermal & Moisture Protection thru 25 Sections Not Used 8 Openings 26 Electrical 27 Communications 9 Finishes 10 Specialties 11 Equipment 28 Electronic Safety and Security 29 thru Not Used 33 Total Labor Breakout: Total Material Breakout: In the event of conflict between the total lump sum cost proposal and either the total of the labor and material break-outs or the total of itemized work division break-out, the total lump sum cost proposal will control. (Page 6 Exchange Form ) Attachment #01

4 SOLICITATION: PL-K-REC , Amendment #03. OPTIONS, ALTERNATES AND/OR UNIT PRICES: If Options, Alternates and/or Unit Prices are identified in this Solicitation, enter price(s) in space below. NOTE: THIS IS AN ADDED OR DEDUCTED COST TO THE BASE PROPOSAL PRICING (TO BE CONSIDERED AT AWARD) OPTIONS, Reference Specification Section Option #01 Substituting Medium Duty Concrete Paving for Asphalt Concrete Paving as indicated: $ Unit Priced Items, Reference Specification Section , Paragraph Over-Excavation Cost per Cubic Yard, Per Sub-Paragraph A1: ($ Unit price per CY) 2. Import Select Fill Material, Per Sub-Paragraph A2: ($ Unit price per CY) AMENDMENT(S) TO SOLICITATION/CONTRACT: (Unless otherwise acknowledged in accordance with AAFES Form , Acknowledge the amendment(s) by identifying the number and date below: OFFEROR: (Page 7 Exchange Form ) Attachment #01

5 AMENDMENT NUMBER BIDDING & CONTRACT REQUIREMENTS Section AMENDMENT NUMBER 3 ISSUE DATE: 02 MAY 2017 TO: PROSPECTIVE OFFERORS AND PLAN HOLDERS FROM: h. michael bohnsack ARCHITECTS 600 West Main Street Suite 2 Post office Box 820 Carbondale, Illinois Fax SUBJECT: AMENDMENT NUMBER 3 TO THE SOLICITATION DOCUMENTS FOR: AAFES SOLICITATION NUMBER: PL-K-REC CONSTRUCT DUAL FOOD FT. HOOD, TEXAS AAFES PN: The following Amendment is supplemental to the Drawings and Specifications and shall be a part of the Solicitation Documents as per the general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Sections contained within the Project Manual dated 15 March Receipt of this Amendment must be acknowledged in accordance with the instructions on the reverse of the amendment (AAFES Form ). Failure to acknowledge this Amendment on proposal OR returning signed amendment (with proposal) may result in proposal being determined non-responsive. ***************************************************************************************************************** PROJECT MANUAL: 1. TOC Table of Contents, DIVISION 1 GENERAL REQUIREMENTS, Add the following Section to the Table of Contents and Project Manual: ADD: Unit Prices, Section , Attached to this Amendment. 2. Section , EARTH MOVING, Page , Paragraph 1.1, B., Subparagraphs 1. through 9.; Add the following new Subparagraph 2. and renumber Subparagraphs 2. through 9. as follows: 2. Section Unit Prices. 3. Section Option Proposals. 4. Section Storm Water Pollution Prevention Measures. 5. Section Site Clearing. 6. Section Landscape Grading. 7. Section Utility Backfill Materials. 8. Section Excavation Backfill and Compaction for Utilities. 9. Section Hot Mix Asphalt Concrete Pavement. 10. Section Concrete Paving. **************************************************************************************************************** The original Solicitation Documents including Amendments 1 and 2 remain in full force and effect, except as modified herein. Proposals are due as advertised. Sincerely, h. michael bohnsack ARCHITECTS END OF AMENDMENT This Amendment consists of two (2) Pages and attached Section (02 May 2017).

6 1 GENERAL DIVISION 1 GENERAL REQUIREMENTS Section UNIT PRICES (02MAY2017) 1.1 REQUIREMENTS INCLUDE A. Contractor provide: 1. Unit prices as indicated for specified items. 2. Conformity to administrative and procedural requirements for unit prices. 1.2 RELATED REQUIREMENTS A. Contract Documents. B. Division 1 General Requirements. C. Section Site Clearing. D. Section Earth Moving. 1.3 DEFINITIONS A. Unit price means a fixed price, including all overhead, profit, labor, equipment, transporting and all other costs of whatever nature and character, for a specific unit of work. B. Unit price shall be included in Contractor s proposal on AAFES Solicitation Form , as a price per unit of in place measurement for materials or services added to or deducted from the Contract Sum by appropriate modification, if estimated quantities of Work required by the Contract Documents are increased or decreased. 1.4 PROCEDURES A. Unit prices shall include all necessary removal and/or incorporation of materials, plus cost for hauling and disposal and/or delivery, placement and/or installation, insurance, applicable taxes, overhead, and profit. B. Measurement and Payment: 1. Refer to individual Specification Sections for work that requires establishment of unit prices. 2. Methods of measurement and payment for unit prices are specified in those Sections. C. AAFES reserves the right to reject Contractor s measurement of work-in-place that involves use of established unit prices and to have this work measured, at AAFES' expense, by an independent surveyor acceptable to Contractor. D. List of Unit Prices: 1. A list of unit prices is included in Part 3 of this Section. 2. Specification Sections referenced in the schedule contain requirements for materials described under each unit price. UNIT PRICES

7 2 PRODUCTS A. Refer to Section , Earthwork for the following: 1. Excavation under structures, including building foundations, slabs-on-grade, paving and site structures. 2. Imported select fill materials, placement and compaction to be utilized as base course material under structures including slabs-on-grade, paving and site structures. 3 EXECUTION 3.1 LIST OF UNIT PRICES A. Refer to Section , Earthwork for detailed description of work and method for computing cost for the following items: 1. Provide over-excavation cost per cubic yard of in place subgrade material beyond quantity indicated due to unforeseen conditions. a. Include costs for loading, hauling and legal disposal or recycling of additional materials off-site and off from Ft. Hood property for additional materials in unit price for over-excavation. b. Unit of measure shall be cost per cubic yard based on truck load tickets for hauling materials from site. 2. Provide additional imported select fill material cost per cubic yard of additional select fill material to backfill over-excavations. a. Include costs for hauling, placement and compaction of imported select fill materials. b. Unit of measure shall be cost per cubic yard of material delivered to site, placed and compacted based on truck load tickets. END UNIT PRICES

CONTRACTOR QUALIFICATION FORM

CONTRACTOR QUALIFICATION FORM CONTRACTOR QUALIFICATION FORM Please TYPE or print in all blanks accurately, provide attachments and fax, mail or e-mail to: INTEGRITY CONSTRUCTION SERVICES, LLC. 829 WEST MAIN STREET, SUITE C GAYLORD,

More information

Town of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562

Town of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562 Town of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562 1 T100 PROJECT LOCATION MAP Scale: NTS N Revisions: No. Date: Description: Scale As Indicated

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

AIA Document A101 TM 2017 Exhibit A

AIA Document A101 TM 2017 Exhibit A AIA Document A101 TM 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of «November» in the year «2017» (In

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

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

Detailed Project Budget

Detailed Project Budget Detailed Project Budget *Packet must include Attachment A and Attachment B* Kit Carson School District R1 2/23/2018 Total Project Cost: 32,135,362.19 Division of Public School Capital Construction Assistance

More information

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87 2017 TRAIL PAVING TENDER DOCUMENT FOR THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87-1 - Municipal District of Bonnyville No. 87 2017 Trail Paving INVITATION TO TENDER The Municipal District of Bonnyville

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

CITY OF SAN MARCOS ENGINEERING DIVISION

CITY OF SAN MARCOS ENGINEERING DIVISION AN APPLICANT S GUIDE TO PROCEDURES FOR: CITY OF SAN MARCOS ENGINEERING DIVISION 1 Civic Center Dr., San Marcos, CA 92069-2918 (760) 744-1050 FAX (760) 591-4135 FEE SCHEDULE FOR GRADING & IMPROVEMENT PLAN

More information

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

More information

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019 REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019 PROPOSALS MUST BE MAILED OR DELIVERD TO: City of Kearney, Attn: Lauren

More information

Job Status Report w/hours 09/24/08

Job Status Report w/hours 09/24/08 Cost-To-Complete Job# = 186 Sample Company 2005 Job Status Report w/hours 186 Williams Post Office 1 General Requirements 1000.000 Budget 926 69,942 69,942 57 % 50 % 39,565 9,187 GENERAL REQUIREMENTS Cost

More information

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST Applicant shall provide three (3) copies of the following attachments: Geotechnical Report (Soils Report with grading specifications and

More information

COUNTY OF PAMLICO REQUEST FOR QUOTES: PAVING DRIVEWAY OF GOOSE CREEK ISLAND VOLUNTEER FIRE DEPARTMENT

COUNTY OF PAMLICO REQUEST FOR QUOTES: PAVING DRIVEWAY OF GOOSE CREEK ISLAND VOLUNTEER FIRE DEPARTMENT COUNTY OF PAMLICO REQUEST FOR QUOTES: PAVING DRIVEWAY OF GOOSE CREEK ISLAND VOLUNTEER FIRE DEPARTMENT COUNTY OF PAMLICO REQUEST FOR WRITTEN QUOTES October 29, 2014 The County of Pamlico on behalf of the

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

SECTION SUPPLEMENTARY CONDITIONS

SECTION SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS PART 1 GENERAL 1.01 GENERAL CONDITIONS A. The Supplementary Conditions modify, delete and/or add to the General Conditions, AIA Document A201/Cma, Construction Management

More information

Rock Chalk Park - Infrastructure Report. July 2013

Rock Chalk Park - Infrastructure Report. July 2013 Rock Chalk Park Infrastructure Report July 2013 The following report is the first monthly report for the construction of infrastructure at Rock Chalk Park. The format follows the sections outlined in the

More information

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

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR LIFE SAFETY UPGRADE OF FLIGHT SERVICES FACILITY AND EXECUTIVE CONFERENCE ROOM IN TERMINAL A CONTRACT

More information

CAPITAL PROJECT PROCESS

CAPITAL PROJECT PROCESS CAPITAL PROJECT PROCESS May 2009 GETTING STARTED What is a project? A project is defined as all work (maintenance & repair or renovation) that requires 5,000 or more in time and materials and/or is sufficiently

More information

Release Date: January 3, 2019 Due Date: January 17, 2019

Release Date: January 3, 2019 Due Date: January 17, 2019 SAN JUAN SCHOOL DISTRICT REQUEST FOR BID CONSTRUCTION OF NEW BLUFF ELEMENTARY SCHOOL AND NEW MONTEZUMA CREEK ELEMENTARY GYM Release Date: January 3, 2019 Due Date: January 17, 2019 I. GENERAL A. Intent

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

APPENDICES APPENDICES

APPENDICES APPENDICES APPENDICES APPENDICES A PPENDIX A. ABBREVIATIONS A A BBREVIATIONS Common abbreviations used at NDOT are listed below: AEB Agreement Estimate Breakout AP Agreed Price B/L Bill of Ladings BMP Best Management

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

REQUEST FOR PROPOSALS. Construction Related Services Retainer Contract

REQUEST FOR PROPOSALS. Construction Related Services Retainer Contract REQUEST FOR PROPOSALS Construction Related Services Retainer Contract ISSUE DATE: July 3, 2014 CLOSING DATE: August 31, 2016 CLOSING TIME: 5:00 PM Pacific Time {00312821;1} TABLE OF CONTENTS Page Section

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

DOCUMENT SUPPLEMENTARY CONDITIONS

DOCUMENT SUPPLEMENTARY CONDITIONS 1.1 GENERAL CONDITIONS DOCUMENT 007300 SUPPLEMENTARY CONDITIONS A. The Supplementary Conditions modify, delete and/or add to the General Conditions, AIA Document A201/Cma, Construction Management Edition,

More information

Alabama State Port Authority

Alabama State Port Authority To: Prospective Bidders Date: March 2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery

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

Section 109. MEASUREMENT AND PAYMENT

Section 109. MEASUREMENT AND PAYMENT 109.01 Section 109. MEASUREMENT AND PAYMENT 109.01. Measurement of Quantities. The Engineer will measure quantities of work completed under the contract according to United States standard measures, unless

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

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

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township NOTICE TO BIDDERS The Charlevoix County Road Commission Board invites qualified contractors to bid the

More information

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1113 VALUE ENGINEERING IN CONSTRUCTION. October 19, 2012

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1113 VALUE ENGINEERING IN CONSTRUCTION. October 19, 2012 STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1113 VALUE ENGINEERING IN CONSTRUCTION October 19, 2012 1113.01 Description 1113.02 References 1113.03 Definitions 1113.04 Value Engineering Change

More information

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011 ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011 HOUSING 4: THE SUMMITS PROJECT NO. 906270 CAMPUS, MERCED CALIFORNIA A. BID SUBMISSION DEADLINE: [The deadline for submitting prequalification

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

INSURANCE SCHEDULE F

INSURANCE SCHEDULE F Trade Contractors, Subcontractors or Sub-Subcontractors INSURANCE SCHEDULE F Class A: Asbestos Removal Asphalt Paving Concrete Construction Managers Cranes Culverts Decking Demolition Deconstruction Earthwork

More information

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

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018

CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018 CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex 2017-2018 April 4, 2018 Great Basin Engineering CLEARING EARTHWORK 1 337.01200 Mobilization @ Per Lump Sum 1 LS $445,350.00 $ 445,350.00 $481,768.00

More information

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603 QUOTATION NO. 018-18 VENDOR ADDRESS PHONE THIS IS NOT AN ORDER 1. In communications, always

More information

Payment shall be made based on the tonnage charge set forth in CONTRACTOR'S proposal.

Payment shall be made based on the tonnage charge set forth in CONTRACTOR'S proposal. Construction and Demolition Debris Disposal Addendum 1 October 16, 2018 Modify Part I, Instructions to Bidders, Section 9.00 Delete the following;: Payment shall be made based on the tonnage charge set

More information

BASE PROPOSAL, ALTERNATE PROPOSAL, LIST OF SUBCONTRACTORS AND QUALIFICATIONS DUE: DATE AND TIME: THURSDAY, FEBRUARY 9, 2017 AT 2:00 P.M.

BASE PROPOSAL, ALTERNATE PROPOSAL, LIST OF SUBCONTRACTORS AND QUALIFICATIONS DUE: DATE AND TIME: THURSDAY, FEBRUARY 9, 2017 AT 2:00 P.M. INSTRUCTIONS TO PROPOSERS PROJECT NAME: PROJECT ADDRESS: PROJECT NUMBER: ELGIN ISD PAVING RENOVATIONS 1002 N. AVE C ELGIN, TX 78621 CSPC201704 BASE PROPOSAL, ALTERNATE PROPOSAL, LIST OF SUBCONTRACTORS

More information

Letter of Instructions

Letter of Instructions Letter of Instructions Trade Contractor Prequalification Statement Please complete the following and return at your earliest convenience by email to prequal@chanen.com. 1. Trade Contractor Prequalification

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

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

Company Type: Corporation LLC Partnership Individual Joint Venture If Joint Venture, please describe: Additional Named Insured s (if any)

Company Type: Corporation LLC Partnership Individual Joint Venture If Joint Venture, please describe: Additional Named Insured s (if any) CONTRACTOR S POLLUTION LIABILITY APPLICATION SECTION 1 APPLICANT INFORMATION Applicant (Full Legal Name): Physical Address of Applicant: Mailing Address of Applicant: City: State: Zip Code: Established:

More information

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

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

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

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

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

McPherson Contractors, Inc.

McPherson Contractors, Inc. McPherson Contractors, Inc. Construction Manager Manual Bishop Professional Development Center Bid Package #3 *****FROM***** McPherson Contractors, Inc. 3501 SW Fairlawn Rd., Suite 100 Topeka, Kansas 66614

More information

PUBLIC UTILITY DISTRICT NO. 1 of Whatcom County 2019 Small Works Roster Application for Qualification

PUBLIC UTILITY DISTRICT NO. 1 of Whatcom County 2019 Small Works Roster Application for Qualification PUBLIC UTILITY DISTRICT NO. 1 of Whatcom County 2019 Small Works Roster Contractors whose names appear on the Roster may submit job proposals for contracts in the amount of less than three hundred thousand

More information

Instructions to Bidders Page 1

Instructions to Bidders Page 1 INSTRUCTIONS TO BIDDERS FOR EASTERN WASHINGTON UNIVERSITY FACILITY CONSTRUCTION PART 0 GENERAL CONDITIONS 0.01 EXPLANATION TO PROSPECTIVE BIDDERS A. Any prospective bidder desiring an explanation or interpretation

More information

TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT

TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL TRELLIS @ COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT A. INSTRUCTIONS Through this Request for Proposal, TRELLIS COMMUNITY DEVELOPMENT is seeking the

More information

DESIGN BUILD PARKING LOT AND MODULAR FACILITY FOR LYNX PARATRANSIT OPERATIONS (LOC EXPANSION) RFP 18-R01 ADDENDUM NUMBER ONE (1) August 3, 2018

DESIGN BUILD PARKING LOT AND MODULAR FACILITY FOR LYNX PARATRANSIT OPERATIONS (LOC EXPANSION) RFP 18-R01 ADDENDUM NUMBER ONE (1) August 3, 2018 Clarification: DESIGN BUILD PARKING LOT AND MODULAR FACILITY FOR LYNX PARATRANSIT OPERATIONS (LOC EXPANSION) RFP 18-R01 ADDENDUM NUMBER ONE (1) August 3, 2018 Proposers may submit clarifying questions

More information

APPENDIX A-3: Cost Engineering

APPENDIX A-3: Cost Engineering APPENDIX A-3: Cost Engineering ALISO CREEK MAINSTEM ECOSYSTEM RESTORATION STUDY Orange County, California September 217 Orange County Public Works Environmental Resources Department This page intentionally

More information

City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work

City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work Bid Request Package Content 1. Request for Quotes 2. Statement of Work 3. General Requirements

More information

WHARTON COUNTY, TEXAS ROAD MATERIALS BID SPECIFICATIONS

WHARTON COUNTY, TEXAS ROAD MATERIALS BID SPECIFICATIONS WHARTON COUNTY, TEXAS ROAD MATERIALS BID SPECIFICATIONS GENERAL INFORMATION Submit to: For: Commissioners Court of Wharton County Barbara A. Starling, County Auditor Wharton County Courthouse Annex 309

More information

STANDARD PROCEDURE FOR VALUE ENGINEERING IN CONSTRUCTION

STANDARD PROCEDURE FOR VALUE ENGINEERING IN CONSTRUCTION Standard Procedure No.: 510-008(SP) Effective Date: September 14, 2011 Responsible Division: Construction Management Approved: Megan Blackford, P.E. Deputy Director, Division of Construction Management

More information

Contractor's Pollution Liability Questionnaire Page 1

Contractor's Pollution Liability Questionnaire Page 1 Contractor's Pollution Liability Questionnaire Page 1 APPLICANT INFORMATION Applicant Name Address City, State, Zip Address City, State, Zip Applicant's Website Year Business Started Physical Address Mailing

More information

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2 TABLE OF CONTENTS General Requirements Total Pages Table of Contents 3 List of Drawings 1 Procurement Requirements Advertisement for Bids 2 Instruction for Procurement Instructions to Bidders 8 Procurement

More information

SMALL WORKS ROSTER APPLICATION

SMALL WORKS ROSTER APPLICATION Small Works Roster Page 1 of 9 Introduction SMALL WORKS ROSTER APPLICATION Public Hospital District #4, King County (the District), is a taxpayer-supported special purpose district located in eastern King

More information

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location: INVITATION FOR BIDS Agency Name: Culpeper SWCD 351 Lakeside Drive Culpeper, Virginia 22701 (540) 825-8591 Project Name & Location: Access Road Relocation 1) Mountain Run Dam 8A (04701) PROJECT CODE NO:

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

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-XX-P-15-XXX CASCADE, SNELL, KERR RENOVATION DESIGN

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-XX-P-15-XXX CASCADE, SNELL, KERR RENOVATION DESIGN RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-XX-P-15-XXX CASCADE, SNELL, KERR RENOVATION DESIGN This Retainer Contract Supplement dated (the Supplement

More information

VENDOR PREQUALIFICATION FORM

VENDOR PREQUALIFICATION FORM VENDOR PREQUALIFICATION FORM Date: Please complete this form and return to Rockford Construction via e mail (prequal@rockfordconstruction.com) or fax (1 616 285 8423 must include the 1 616). Name of Company

More information

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014 Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014 Response Deadline: August 5, 2014 3:00 p.m.central Standard Time

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

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

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

If you have a question during any portion of this exam, raise your hand and speak to the proctor. Write legibly.

If you have a question during any portion of this exam, raise your hand and speak to the proctor. Write legibly. CE167: Engineering Project Management Spring 2007 Professor William Ibbs MIDTERM 2 SOLUTION Date: April 26, 2007 General Instructions All work is to be completed in a bluebook answers not recorded in a

More information

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

Project Manual. For. Peachtree City LMIG Paving Projects for 2017 Project Manual For Peachtree City LMIG Paving Projects for 2017 SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

More information

TEXAS A&M UNIVERSITY FACILITIES SERVICES SUPPLEMENTAL GENERAL CONDITIONS

TEXAS A&M UNIVERSITY FACILITIES SERVICES SUPPLEMENTAL GENERAL CONDITIONS TEXAS A&M UNIVERSITY FACILITIES SERVICES SUPPLEMENTAL GENERAL CONDITIONS These Texas A&M University Supplemental General Conditions amend and supplement the Uniform General and Supplementary Conditions

More information

ADDENDUM No. 1 January 29, Paving Program Village of Milford

ADDENDUM No. 1 January 29, Paving Program Village of Milford ADDENDUM No. 1 2018 Paving Program Village of Milford The following changes, additions, and/or clarifications to the Contract Documents shall be incorporated in said documents and shall be allowed for

More information

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2013-01 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT APRIL 2013 1 INVITATION TO BID Sealed Bids will be received

More information

CITY OF PEACHTREE CITY PAVING PROJECTS 2018 ADDENDUM #2

CITY OF PEACHTREE CITY PAVING PROJECTS 2018 ADDENDUM #2 PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org CITY OF PEACHTREE CITY PAVING PROJECTS 2018 ADDENDUM #2 1. QUESTION: Based

More information

SUPPLEMENTAL SPECIFICATION CRITICAL PATH METHOD CONSTRUCTION SCHEDULES

SUPPLEMENTAL SPECIFICATION CRITICAL PATH METHOD CONSTRUCTION SCHEDULES March 1, 2007 SUPPLEMENTAL SPECIFICATION CRITICAL PATH METHOD CONSTRUCTION SCHEDULES General This supplemental specification addresses the Critical Path Method (CPM) construction schedule requirements

More information

CONTRACT DOCUMENTS AND SPECIFICATIONS

CONTRACT DOCUMENTS AND SPECIFICATIONS CONTRACT DOCUMENTS AND SPECIFICATIONS FOR BOYS AND GIRLS CLUBS OF THE COASTAL BEND RENOVATION TO EXISTING FACILITY CORPUS CHRISTI, TEXAS June 16, 2017 LNV PROJECT NO. 170079 As Prepared By: 801 Navigation,

More information

LEMON CREEK PIT RECLAIMED ASPHALT PROCESSING 2011

LEMON CREEK PIT RECLAIMED ASPHALT PROCESSING 2011 ENGINEERING DEPARTMENT LEMON CREEK PIT RECLAIMED ASPHALT PROCESSING 2011 Contract No. E12-161 File No. 1659 BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS

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

Subcontractor Questionnaire

Subcontractor Questionnaire Subcontractor Questionnaire Please complete and submit the following questionnaire to be considered for bidding work with SDV. Please fax the following additional items with your completed questionnaire

More information

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F.

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F. TOWN OF MORRISTOWN DEPARTMENT OF PUBLIC WORKS Sidewalk and curb Permit Application Town Code Section 18-2 (No permit or fee required for minor repairs as determined by the Director of Public Works) Location

More information

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-xxx-P-15-xx CAMPUS ROOF REPLACEMENT DESIGN 2016

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-xxx-P-15-xx CAMPUS ROOF REPLACEMENT DESIGN 2016 RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-xxx-P-15-xx CAMPUS ROOF REPLACEMENT DESIGN 2016 This Retainer Contract Supplement dated (the Supplement

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

TEC Proposal: Date Issued: April 18, 2017

TEC Proposal: Date Issued: April 18, 2017 1343 Rochester Road PO Box 249 Troy, Michigan 48099-0249 (248) 588-6200 or (313) T-E-S-T-I-N-G Fax (248) 588-6232 www.testingengineers.com Date Issued:, Director 167 Fourth Street Belleville, Michigan

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

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID QUONSET DEVELOPMENT CORPORATION (QDC) A BID is solicited for the following work: INVITATION TO BID Name of Project: Background & Description of Work: Pavement Repairs: Utility Connections: On-Call Pavement

More information

Regular. NECESSARY RESOURCES/IMPACTS (OTHER) n/a. Fiscal Impact

Regular. NECESSARY RESOURCES/IMPACTS (OTHER) n/a. Fiscal Impact CITY COUNCIL AGENDA Meeting Date: 09/16/2013 TITLE: Hatley Way Sidewalk Improvements 2013 Bid Award Responsible Staff: Ron Crumley Backup Material: Backup material attached Digital Presentation: Yes Other

More information

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000. NOTICE TO BIDDERS FOR PAVE AIRPORT SERVICE ROAD TERMINAL APRON TO SOUTH CARGO APRON AT DES MOINES INTERNATIONAL AIRPORT Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each

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

Kirk Memorial Renovations

Kirk Memorial Renovations Project Manual Truman State University 100 E. Normal Kirksville, Missouri 63501 February 26, 2013 Project Number: 201301.00 Kirk Memorial Renovations 611 N. Tenth Street, Suite 200 St. Louis, Missouri

More information

JOB ORDER CONTRACTING RFP NUMBER: RFP-34-15DW ADVERTISED DATE: OCTOBER 16, 2015

JOB ORDER CONTRACTING RFP NUMBER: RFP-34-15DW ADVERTISED DATE: OCTOBER 16, 2015 JOB ORDER CONTRACTING RFP NUMBER: RFP-34-15DW ADVERTISED DATE: OCTOBER 16, 2015 PRE-BID MEETING AGENDA JOC Overview JOC Contract Documents JOC Process Solicitation Details Understanding the Construction

More information

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown 19th & Barker Roundabout / Waterline Improvement Project No. 56CP12901(C) Cost Breakdown Engineering Fees: Original Contract $ 71,861.00 Additional Services $ 8,744.00 Waterline Contract $ 17,500.00 TOTAL

More information

PRIME CONTRACTOR PREQUALIFICATION APPLICATION

PRIME CONTRACTOR PREQUALIFICATION APPLICATION PRIME CONTRACTOR PREQUALIFICATION APPLICATION Director of Purchasing Services 3401 Walnut Street Suite 421 A Philadelphia, Pennsylvania 19104-6228 Issue Date 01/01/99 Revision 7 01/07/05 INSTRUCTIONS ON

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

ARMY & AIR FORCE EXCHANGE SERVICE Kim Bevering 3911 S. Walton Walker Blvd. Dallas, TX

ARMY & AIR FORCE EXCHANGE SERVICE Kim Bevering 3911 S. Walton Walker Blvd. Dallas, TX ARMY & AIR FORCE EXCHANGE SERVICE Kim Bevering 3911 S. Walton Walker Blvd. Dallas, TX 75236 214-312-4831 PL-K-REC (KB) Solicitation No: PL-K-REC-11-042-17-018 Exchange Image Upgrade Hurlburt Field, FL

More information

ENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal

ENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal Page: 1 of 8 (F) Description 1 050000A CONTRACTOR STAKING LS 1 $ $ 2 070030 LEAD COMPLIANCE PLAN LS 1 $ $ 3 080000A POTHOLING LS 1 $ 50,000.00 $ 50,000.00 4 080050 PROGRESS SCHEDULE (CRITICAL PATH METHOD)

More information

BID FORM (Lump Sum or Unit Price)

BID FORM (Lump Sum or Unit Price) BID FORM (Lump Sum or Unit Price) BIDDER S Name and Address: Telephone: Fax: Federal Tax ID #: New Mexico Tax ID #: CID License # ITB NO.: 15-109 NAME: Cameo ES Roof Abatement and non ACM Roofing Removal

More information