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

Size: px
Start display at page:

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

Transcription

1 PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO MAIL TO: Ogden City Corporation Purchasing Department 549 Washington Boulevard, Suite 510 Ogden, Utah DELIVER TO: Ogden City Corporation Purchasing Department 549 Washington Boulevard, Suite 510 Ogden, Utah The undersigned bidder, having become familiar with the local conditions affecting the cost of the work the Contract Documents, the Invitation for Bids, Instruction to Bidders, Bid Conditions,, Statement of Qualifications, Anticipated Subcontracts, Form of Guaranty, Notice of Award, Contract Agreement, Performance Payment Bond, Notice to Proceed, Wage Rates, General Provisions, Special Provisions, Operations Plan & Operational Safety, Technical Specifications prepared by Airport Development Group, Inc., proposes agrees to furnish all superintendence, labor, materials, tools, water, power, transportation, other means of construction necessary to complete in all respects the improvements to Ogden - Hinckley Airport, Ogden, Utah, all in accordance with the Contract Documents at the prices stated. The work involved includes the following: Schedule I Rehabilitate Taxiway A (Overlay) Schedule II Rehabilitate Taxiway B (Mill Overlay) Schedule III Reconstruct (Relocate) Taxiway C Schedule IV Reconstruct & Partial Relocation Taxiway D Schedule V Rehabilitate Taxiway E (Mill Overlay) III-1

2 THIS PAGE INTENTIONALLY BLANK III-2

3 Schedule I Rehabilitate Taxiway A (Overlay) Item No. GP-150 P-101a P-101b P-101c P-101d Description Price Administrative Mobilization (Max. 5% of bid) at the unit ($ ) per lump sum. Cold Milling Transitions (2" x 2') at the unit Cold Milling Surface (1.5") at the unit price of Cold Milling Asphalt Removal at the unit Crack Sealing at the unit ($ ) per ton. Unit Estimated Quantity L.S. 1 S.Y. 2,840 S.Y. 6,403 S.Y. 3,121 Ton 4 Estimated Cost P-152a P-152b P-152c P-152d P-154 Unclassified Excavation at the unit ($ ) per cubic yard. Geotextile Fabric (Class I) at the unit price of Place Rotomillings on Shoulders at the unit Grade Service Roads at the unit ($ ) per lump sum. Subbase Course at the unit ($ ) per cubic yard. C.Y. 8,800 S.Y. 4,675 S.Y. 6,622 L.S. 1 C.Y. 649 III-3

4 Item No. P-209 P-401a P-401b P-603 P-620a P-620b P-620c P-620d D-701a D-701b D-705a Schedule I Cont d Rehabilitate Taxiway A (Overlay) Description Estimated Price Unit Quantity Crushed Aggrgate Base Course (6") at the unit S.Y. 4,675 Bituminous Paving Course at the unit price of ($ ) per ton. Bituminous Material at the unit ($ ) per ton. Bituminous Tack Coat at the unit ($ ) per gallon. Runway Taxiway Painting - Reflectorized at the unit Runway Taxiway Painting - Nonreflectorized at the unit Preformed Thermoplastic Markings at the unit Paint Obliteration at the unit 24" RCP at the unit ($ ) per linear foot. 24" RCP F.E.S. at the unit Side Drains at the unit ($ ) per linear foot. Ton 11,460 Ton 745 Gal. 3,211 S.F. 12,605 S.F. 28,129 S.F. 1,967 S.F. 2,545 L.F. 120 Ea. 1 L.F. 550 Estimated Cost III-4

5 Item No. D-705b L-107a L-107b L-107c L-108a L-108b L-108c L-108d L-108e L-110a Schedule I Cont d Rehabilitate Taxiway A (Overlay) Description Estimated Price Unit Quantity Side Drain Inspection Ports at the unit Ea. 1 Construct L-107 Internally Lighted LED Wind Cone at the unit L.S. 1 ($ ) per lum sum. Construct Segmented Circle with Pattern Indicators at the unit L.S. 1 ($ ) per lump sum. Remove Existing L-807 Wind Cone Segmented Circle at the unit L.S. 1 ($ ) per lump sum. Cable 1/C #8, 5kV, L-824C at the unit price of L.F. 20,000 ($ ) per linear foot. Counterpoise System, #6 Solid w/ Ground at the unit L.F. 4,500 ($ ) per linear foot. Cable 1/C #8, 600V, THHN at the unit L.F. 17,000 ($ ) per linear foot. Cable 1/C #10, 600V, THHN, Green Ground at the unit L.F. 7,000 ($ ) per linear foot. Temporary Lighting at the unit L.S. 1 ($ ) per linear foot. One-Way, Two-Inch PVC Duct (Direct Buried) at the unit L.F. 3,400 ($ ) per linear foot. Estimated Cost III-5

6 Item No. L-110b L-110d L-110d L-125a L-125d L-125e L-125f L-125g Schedule I Cont d Rehabilitate Taxiway A (Overlay) Description Estimated Price Unit Quantity Two-Way, Two-Inch HDPE Duct (Bored) at the unit L.F. 50 ($ ) per linear foot. Non-Metallic Junction Box at the unit price of Ea. 8 Remove Electrical Manhole at the unit L.S. 1 ($ ) per lump sum. Install Elevated Taxiway Edge Light - Base Mount at the unit Install Relocated LED Lighted Guidance Sign - Complete at the unit Remove Edge Light - Base Mount at the unit Remove Guidance Sign - Complete at the unit Construct Vehicle Service Road Stop Sign at the unit Ea. 94 Ea. 1 Ea. 75 Ea. 1 Ea. 6 Estimated Cost TOTAL ESTIMATED COST - SCHEDULE I: $ III-6

7 Item No. GP-150 P-101a P-101b P-152c P-401a P-401b P-603 P-620a P-620b P-620c Schedule II Rehabilitate Taxiway "B" (Mill Overlay) Description Price Unit Administrative Mobilization (Max. 5% of bid) at the unit ($ ) per lump sum. Cold Milling Transitions (2" x 2') at the unit ($ ) per square yard Cold Milling Surface (1.5") at the unit ($ ) per square yard Place Rotomillings on Shoulders at the unit ($ ) per square yard Bituminous Paving Course at the unit ($ ) per ton. Bituminous Material at the unit ($ ) per ton. Bituminous Tack Coat at the unit ($ ) per gallon.. Runway Taxiway Painting - Reflectorized at the unit Runway Taxiway Painting - Nonreflectorized at the unit Preformed Thermoplastic Markings at the unit Estimated Quantity L.S. 1 S.Y. 122 S.Y. 11,241 S.Y. 4,248 Ton 1,874 Ton 122 Gal. 562 S.F. 985 S.F. 1,778 S.F. 642 Estimated Cost TOTAL ESTIMATED COST - SCHEDULE II: $ III-7

8 Schedule III Reconstruct (Relocate) Taxiway C Item No. GP-150 P-101a P-101d P-152a P-152b P-152c P-154 P-156 P-209 P-401a P-401b Description Price Administrative Mobilization (Max. 5% of bid) at the unit ($ ) per lump sum. Cold Milling Transitions (2" x 2') at the unit Cold Milling Asphalt Removal at the unit price of Unclassified Excavation at the unit ($ ) per cubic yard. Geotextile Fabric (Class I) at the unit Place Rotomillings on Shoulders at the unit Subbase Course at the unit ($ ) per cubic yard. Erosion Control at the unit ($ ) per lump sum Crushed Aggrgate Base Course (6") at the unit Bituminous Paving Course at the unit ($ ) per ton. Bituminous Material at the unit ($ ) per ton. Unit Estimated Quantity L.S. 1 S.Y. 300 S.Y. 6,778 C.Y. 11,890 S.Y. 14,832 S.Y. 7,704 C.Y. 3,217 L.S. 1 S.Y. 14,832 Ton 4,958 Ton 322 Estimated Cost III-8

9 Item No. P-603 P-620a P-620b P-620c P-620d D-701a D-705a D-705b D-751a D-751b L-108a Schedule III Cont d Reconstruct (Relocate) Taxiway C Description Estimated Price Unit Quantity Bituminous Tack Coat at the unit S.F. 1,036 Runway Taxiway Painting - Reflectorized at the unit Gal. 2,465 ($ ) per gallon. Runway Taxiway Painting - Nonreflectorized at the unit S.F. 4,640 Preformed Thermoplastic Markings at the unit S.F. 641 Paint Obliteration at the unit S.F " RCP at the unit S.F. 312 Side Drains at the unit L.F. 2,040 ($ ) per linear foot. Side Drain Inspection Ports at the unit L.F. 2 ($ ) per linear foot. New Concrete Inlets Boxes at the unit Ea. 1 Modify Concrete Inlets at the unit Ea. 2 Cable 1/C #8, 5kV, L-824C at the unit L.F. 5,500 ($ ) per linear foot. Estimated Cost III-9

10 Item No. L-108b L-110a L-110b L-110c L-125a L-125b L-125d L-125e L-125f Schedule III Cont d Reconstruct (Relocate) Taxiway C Description Estimated Price Unit Quantity Counterpoise System, #6 Solid w/ Grounds at the unit L.F. 5,000 ($ ) per linear foot. One-Way, Two-Inch PVC Duct (Direct Buried) at the unit L.F. 5,000 ($ ) per linear foot. Two-Way, Two-Inch HDPE Duct (Bored) at the unit L.F. 370 ($ ) per linear foot. Non-Metallic Junction Box at the unit ($ ) per each Install Elevated Taxiway Edge Light - Base Mount at the unit Install Elevated Runway Edge Light - Base Mount at the unit Install Relocated LED Lighted Guidance Sign - Complete at the unit Remove Edge Light - Base Mount at the unit Remove Guidance Sign - Complete at the unit Ea. 2 Ea. 68 Ea. 10 Ea. 8 Ea. 42 Ea. 1 Estimated Cost TOTAL ESTIMATED COST - SCHEDULE III: $ III-10

11 Item No. GP-150 P-101a P-101d P-152a P-152b P-152c P-154 P-156 P-209 P-401a P-401b Schedule IV Reconstruct & Partial Relocation Taxiway D Description Price Unit Administrative Mobilization (Max. 5% of bid) at the unit ($ ) per lump sum. Cold Milling Transitions (2" x 2') at the unit Cold Milling Asphalt Removal at the unit price of Unclassified Excavation at the unit ($ ) per cubic yard. Geotextile Fabric (Class I) at the unit Place Rotomillings on Shoulders at the unit Subbase Course at the unit ($ ) per cubic yard. Erosion Control at the unit ($ ) per lump sum. Crushed Aggrgate Base Course (6") at the unit Bituminous Paving Course at the unit ($ ) per ton. Bituminous Material at the unit ($ ) per ton. Estimated Quantity L.S. 1 S.Y. 376 S.Y. 25,498 C.Y. 25,040 S.Y. 23,049 S.Y. 28,780 C.Y. 5,499 L.S. 1 S.Y. 23,049 Ton 6,729 Ton 437 Estimated Cost III-11

12 Item No. P-603 P-620a P-620b P-620c P-620d D-701a D-701c D-705a D-705b D-751a D-751b Schedule IV Cont d Reconstruct & Partial Relocation Taxiway D Description Price Bituminous Tack Coat at the unit ($ ) per gallon. Runway Taxiway Painting - Reflectorized at the unit Runway Taxiway Painting - Nonreflectorized at the unit Preformed Thermoplastic Markings at the unit Paint Obliteration at the unit 24" RCP at the unit ($ ) per linear foot. 18" RCP at the unit ($ ) per linear foot. Side Drains at the unit ($ ) per linear foot. Side Drain Inspection Ports at the unit New Concrete Inlets Boxes at the unit Modify Concrete Inlets at the unit Unit Estimated Quantity Gal. 1,435 S.F. 2,903 S.F. 5,516 S.F. 641 S.F. 600 L.F. 120 L.F. 72 L.F. 3,060 Ea. 2 Ea. 2 Ea. 3 Estimated Cost III-12

13 Item No. L-108a L-108b L-110a L-110b L-110c L-125a L-125b L-125d L-125e L-125f Schedule IV Cont d Reconstruct & Partial Relocation Taxiway D Description Price Cable 1/C #8, 5kV, L-824C at the unit Counterpoise System, #6 Solid w/ Grounds at the unit ($ ) per linear foot.. One-Way, Two-Inch PVC Duct (Direct Buried) at the unit ($ ) per linear foot.. Two-Way, Two-Inch HDPE Duct (Bored) at the unit ($ ) per linear foot.. Non-Metallic Junction Box at the unit ($ ) per linear foot.. Install Elevated Taxiway Edge Light - Base Mount at the unit Install Elevated Runway Edge Light - Base Mount at the unit Install Relocated LED Lighted Guidance Sign - Complete at the unit Remove Edge Light - Base Mount at the unit Remove Guidance Sign - Complete at the unit Unit Estimated Quantity Ea. 11,000 L.F. 7,800 L.F. 7,800 L.F. 370 L.F. 2 Ea. 86 Ea. 8 Ea. 1 Ea. 66 Ea. 1 Estimated Cost TOTAL ESTIMATED COST SCHEDULE IV: $ III-13

14 Item No. GP-150 P-101a P-101b P-152c P-401a P-401b P-603 P-620a P-620b P-620c Schedule V Rehabilitate Taxiway E (Mill Overlay) Description Price Unit Administrative Mobilization (Max. 5% of bid) at the unit ($ ) per lump sum. Cold Milling Transitions (2" x 2') at the unit Cold Milling Surface (1.5") at the unit Place Rotomillings on Shoulders at the unit Bituminous Paving Course at the unit ($ ) per ton. Bituminous Material at the unit ($ ) per ton. Bituminous Tack Coat at the unit ($ ) per gallon. Runway Taxiway Painting Reflectorized at the unit Runway Taxiway Painting - Nonreflectorized at the unit Preformed Thermoplastic Markings at the unit Estimated Quantity L.S. 1 S.Y. 40 S.Y. 6,829 S.Y. 2,574 Ton 1,138 Ton 74 Gal. 341 S.F. 1,150 S.F. 2,094 S.F. 321 Estimated Cost TOTAL ESTIMATED COST SCHEDULE V: $ TOTAL ESTIMATED COST SCHEDULES I thru V: $ III-14

15 Items To Be Paid Under Item GP-105 Mobilization Work Items Description Quantity Total III-15

16 THIS PAGE INTENTIONALLY BLANK III-16

17 The undersigned understs that the previous quantities of work to be done are approximate only, are intended principally to serve as a guide in evaluating the bids. I (we) acknowledge receipt of the following Addendum(s) Since time is of the essence of this contract, the undersigned further agrees the work embraced in this contract shall be completed within the specified number of working days as designated by paragraph No , 10-47, 80-07, of the General Provisions or as amended herein. Guaranty in the sum of in the form of is submitted herewith in accordance with the Instructions to Bidders. The undersigned agrees that this proposal may not be withdrawn for a period of 90 days from the opening thereof. In submitting this, it is understood that the right is reserved by the Sponsor to waive any informality in, or to reject, any or all bids. Signature of Bidder Firm Name Business Address By Title Date (Authorized Officer) Contractor to type or print the following information: State licensed to do business in Firm Name Phone Number Address Check whether Corporation Individual Partnership Incorporated in the State of (If partnership, give name address of each partner; If corporation, give name, title, business address of President, Secretary, Treasurer.) III-17

18 BUY AMERICAN CERTIFICATE JAN (1991) (All Contracts) By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate clearly identified attachment to this bid/proposal, the offeror certifies that steel each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel Manufactured Products or Buy American Steel Manufactured Products for Construction Contracts) that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from Airport Development Group, Inc., lists of articles, materials, supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN REPORT TO JOINT REPORTING COMMITTEE A bidder must indicate whether he has previously had a contract subject to the equal opportunity clause, whether he has filed all report forms required in such contract, if not, a compliance report (Stard Form (SF) 100) must be submitted with his bid. Any Contractor having a Federal or Federally assisted contract of $50,000 or more 50 or more employees is required to file annual compliance reports on Stard Form 100 (EEO-1) with the Joint Reporting Committee in accordance with the instructions provided with the form. The Contractor will provide a copy of such a report to the contracting agency within 30 days after the award of a contract if he has not submitted a complete compliance report within 12 months preceding the date of the award. The Contractor shall require its subcontractors to file an SF 100 within 30 days after award of the subcontract if (1) it is not exempt from the provisions of these regulations in accordance with , (2) has 50 or more employees, (3) is a first tier subcontractor, (4) has a subcontract amounting to $50,000 or more. Subcontractors below the first tier which perform construction work at the site of construction shall be required to file such a report if (1) it is not exempt from the provisions of these regulations in accordance with , (2) has 50 or more employees, (3) has a subcontract amounting to $50,000 or more. The SF-100 is available at the following address: Joint Reporting Committee Phone: P.O. Box 1480 (703) Arlington, Virginia (703) III-18

19 CERTIFICATION TO BE SUBMITTED BY FEDERALLY-ASSISTED CONSTRUCTION CONTRACTORS AND THEIR SUBCONTRACTORS (APPLICABLE TO FEDERALLY-ASSISTED CONSTRUCTION CONTRACTS AND RELATED SUBCONTRACTS EXCEEDING $10,000 WHICH ARE NOT EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE) CERTIFICATION OF NONSEGREGATED FACILITIES (All Contracts Greater Than $10,000) The Federally-assisted construction contractor certifies that he will not maintain or provide, for his employees, any segregated facilities at any of his establishments that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The Federallyassisted construction contractor certifies that he will not maintain or provide, for his employees, segregated facilities at any of his establishments that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in his contract. As used in this certification, the term segregated facilities means any waiting rooms, work areas, restrooms, washrooms, restaurants other eating areas, timeclocks, locker rooms other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, housing facilities provided for employees which are segregated on a basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The Federally-assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause that he will retain such certifications in his files. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES (a) No Federal appropriated funds shall be paid, by or on behalf of the contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant the amendment modification of any federal grant. (b) If any funds other that Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the contractor shall complete submit Stard Form-LLL, "Disclosure of Lobby Activities," in accordance with its instructions. REQUIRED EQUAL OPPORTUNITY STATEMENTS "The Bidder shall complete the following statements by checking the appropriate boxes. The Bidder must have properly completed these statements to be considered an eligible Bidder. The Bidder has has not participated in a previous contract subject to this equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order The Bidder has has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder has participated in a previous contract subject to the equal opportunity clause has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Stard Form 100, "Employee Information Report EEO-1" prior to the award of the contract. III-19

20 Also in reference to disadvantaged Business Enterprises (DBE) "the Bidder or Proposer shall submit a Disadvantaged Business Utilization Commitment with the bid or proposal." This includes all good faith efforts which are necessary when the low bidder or proposer cannot meet the established contract goals. BIDDER'S NAME ADDRESS INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER Name Title of Signer Signature Date Note: The penalty for making false statements in offers is prescribed in 18 U.S.C III-20

21 DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION: The undersigned has satisfied the requirements of the specifications in the following manner (please check the appropriate space): The bidder is committed to a minimum of % DBE utilization on this project. The bidder (if unable to meet the goal of 2.83% DBE) is committed to a minimum of utilization on this project has submitted documentation showing good faith effort. % DBE Contractor By (Signature) (Title) Address Phone Number Zip Code DBE Contractors or Subcontractors. Each contractor or subcontractor desiring to participate as a DBE must submit evidence of certification by the UDOT. At the time of bid opening, all bidders will be required to submit the names of DBE subcontractors, evidence of certification, a description of the work each is to perform, the dollar value of each proposed DBE contract. The bidder must indicate the disadvantaged business enterprise(s) proposed for utilization as part of this contract as follows: Note: Submit agency certification with this proposal for each DBE firm listed below. Name Addresses Nature of Dollar Value of Of Disadvantaged Firms Participation Participation Total Bid Amount: Total: Percentage of Disadvantaged Enterprise Participation: % If the Contractor does not meet the project goals, written evidence must be provided to show that a reasonable good faith effort was made to reach the contract DBE goals. The Sponsor shall base its judgment of the reasonable good faith effort of the Contractor to secure DBE participation on the following criteria: III-21

22 1. The Contractor shall attend a pre-bid meeting on July 11, 2018 at 1:00 p.m. local time at the Ogden Hinckley Airport, Ogden, Utah scheduled by the Sponsor to inform DBEs of subcontracting opportunities. Attended Did not attend listing. 2. The Contractor shall contact the Utah Department of Transportation for a copy of the current DBE Date contacted 3. List general circulation, trade association, minority focus media where subcontracting opportunities were advertised. Provide proof of advertising. 4. Plans, Specifications requirements of the contract were provided to the following DBEs. Attach transmittal letters or other evidence of having furnished the material to DBEs. 5. If a DBE bid was rejected, state why on the attached DBE Unavailability Certification Form. 6. List any additional data used to secure DBE participation. Record of telephone conversation is not sufficient proof of DBE contact. Provide copies of reply letters from DBEs or if no reply was obtained, attach copy of registered or certified letters. Failure to provide the above information will make the bidder non-responsive not eligible for award of the contract. C. The bidder agrees to certify that the disadvantaged firm(s) engaged to provide materials or services in the completion of this project: (a) is a bona fide disadvantaged business enterprise; (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. The bidder will provide written notice to indicating the disadvantaged business enterprise(s) it intends to use in conjunction with this contract. This written notice is due at the time of bid opening. III-22

23 Certification that the disadvantaged business enterprise(s) has executed a binding contract with the bidder for materials or services should be provided to the Sponsor at the time the bidder's contract is submitted to the Sponsor. Breach of this commitment constitutes a breach of the bidder's contract, if awarded. During the period of the contract, the bidder agrees to make a good faith effort to replace a terminated DBE subcontractor with another DBE subcontractor. D. The undersigned hereby certifies that he or she has read the terms of this commitment is authorized to bind the bidder to the commitment herein set forth. Name of Authorized Officer Date: Signature of Authorized Officer III-23

24 THIS PAGE INTENTIONALLY BLANK III-24

25 LETTER OF INTENT Name of Bidder s Firm: Bidder s Address: City: State Zip Name of DBE Firm: Address: City: State Zip Telephone (including area code): Description of work to be performed by DBE firm: Bidder intends to utilize the above-named minority firm for the work described above. The estimated amount of work is valued at $. If the above-named bidder is not determined to be the successful bidder, the Letter of Intent shall be null void. (Copy this page for each minority subcontractor) III-25

26 THIS PAGE INTENTIONALLY BLANK III-26

27 DBE UNAVAILABILITY CERTIFICATION I,, (Name) of (Prime or General Bidder) (Title) certify that on, I contacted the following disadvantaged contractors (Date) to obtain a bid for work items to be performed on. Form of Bid Sought (i.e., Unit Price, Work Items Materials Contractor Sought Labor Only, Etc.) To the best of my knowledge belief, said contractor was unavailable (exclusive of unavailability due to lack of agreement on price) for work on this project, or unable to prepare a bid, for the following reason(s): Signature Date (Name of Contractor) bid on the above identified work on by (Date) was offered an opportunity to The above statement is a true accurate account of why I did not submit a bid on this project. (Signature of Contractor) III-27

28 THIS PAGE INTENTIONALLY BLANK III-28

29 Bidders List All firms bidding or quoting on subcontracts for this DOT-assisted project are listed below. Firm Name Address Certified DBE (Y or N) Age of Firm GRS* Note: This form is not necessary if the recipient establishes a bidders list using another methodology (e.g., statistically sound survey of firms, widely disseminated request of firms to report information to the recipient, etc.) as defined in the recipient s DBE plan. *GRS Annual Gross Receipts Enter 1 for less than $1 million Enter 2 for more than $1 million, less than $5 million Enter 3 for more than $5 million, less than $10 million Enter 4 for more than $10 million, less than $15 million Enter 5 for more than $15 million. III-29

30 THIS PAGE INTENTIONALLY BLANK III-30

31 STATEMENT OF QUALIFICATIONS SIMILAR PROJECTS COMPLETED Name of Project, Address, Type of Improvement, Date, Value SIMILAR PROJECTS UNDER CONTRACT Name of Project, Address, Type of Improvement, Date, Value PROPOSED EQUIPMENT TO BE USED ON PROJECT FINANCIAL STATEMENT: Attached is a copy of my latest financial statement, duly sworn to in form approved by the Sponsor, listing assets liabilities. In lieu of the financial statement, a bidder may submit evidence that he is pre-qualified with the state highway department is on the "current bidders list" for projects of this size nature. Bidder By Address IV-1 Statement of Qualifications

32 THIS PAGE INTENTIONALLY BLANK IV-2 Statement of Qualifications

33 ANTICIPATED SUBCONTRACTS Type of Work to be Sub-let Approximate Dollar Amount of Subcontract $ Probable Subcontractor Address Type of Work to be Sub-let Approximate Dollar Amount of Subcontract $ Probable Subcontractor Address Type of Work to be Sub-let Approximate Dollar Amount of Subcontract $ Probable Subcontractor Address Type of Work to be Sub-let Approximate Dollar Amount of Subcontract $ Probable Subcontractor Address Statement of Qualifications: The Contractor shall submit a statement of the subcontractor's qualifications shall obtain written permission from the Sponsor prior to the actual subletting or assignment of any portion of the contract as per Section of the general provisions. Bidder By Title V-1 Anticipated Subcontracts

34 THIS PAGE INTENTIONALLY BLANK V-2 Anticipated Subcontracts

35 FORM OF PROPOSAL GUARANTY KNOW ALL MEN BY THESE PRESENT, that we the undersigned, as Principal as Surety, are hereby held firmly bound unto the Ogden City Corporation hereinafter called the "Sponsor" in the sum of ($ ) for payment of which sum, well truly to be made, we hereby jointly severally bind ourselves, our heirs, executors, administrators, successors assigns. The condition of the above obligation is such that whereas the Principal has submitted to the Sponsor a certain, attached hereto hereby made a part hereof, to enter into a contract in writing for improvements to, NOW THEREFORE, a. If said shall be rejected, or in the alternate, b. If said shall be accepted the Principal shall execute deliver a contract in Form of Agreement attached hereto shall execute deliver Contract Bond Payment Bond in the forms attached hereto, all properly completed in accordance with said. Then this obligation shall be void, otherwise the same shall remain in force effect; it being expressly understood agreed that the liability of the Surety for any all default of the Principal hereunder shall be the amount of this obligation as herein stated. The Surety, for value received stipulates agrees that the obligation of said Surety its bond shall be in no way impaired or affected by any extension of the time within which the Sponsor may accept such ; said Surety does hereby waive notice of any extension. VI-1 Form of Guaranty

36 IN WITNESS WHEREOF, the above-bounded parties have executed this instrument under their several seals this day of, 2018, the name corporate seal of each corporate party being hereto affixed these present duly signed by its undersigned representative, pursuant to authority of its governing body. Principal Attest By SEAL Surety Attest By Attorney-In-Fact SEAL (Accompany this bond with Attorney-In-Fact's authority from the Surety to execute bond, certified to include the date of the bond.) VI-2 Form of Guaranty

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

ADDENDUM NO. ONE (1)

ADDENDUM NO. ONE (1) The Wilson Group: 9198-000 Terminal Renovation & Expansion Talbert, Bright & Ellington: 3309-1701 May 14, 2018 Date: May 14, 2018 ADDENDUM NO. ONE (1) RE: From: To: The Wilson Group PO Box 5510 Charlotte,

More information

INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No /049

INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No /049 Project Name: 2018 Airfield Improvements INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No. 3-53-0051-048/049 Bid Date: Tuesday, April 10, 2018, at 3:00pm Local Time

More information

PROJECT MANUAL BID FORMS. Taxiways P and P7 Drainage Improvements CONTRACT NO Issued for Bid August 25, 2014

PROJECT MANUAL BID FORMS. Taxiways P and P7 Drainage Improvements CONTRACT NO Issued for Bid August 25, 2014 PROJECT MANUAL Taxiways P and P7 Drainage Improvements CONTRACT NO. 201416594 BID FORMS Issued for Bid August 25, 2014 CITY & COUNTY OF DENVER DEPARTMENT OF AVIATION DENVER INTERNATIONAL AIRPORT BID FORMS

More information

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER DENVER INTERNATIONAL AIRPORT BID FORMS CONTRACT NAME: Contract No.: 201206054 BID LETTER BIDDER Manager of Aviation City and County of Denver Business Management Services (Procurement) Office Airport Office

More information

PROJECT MANUAL BID FORMS. Runway 17L-35R Complex Pavement and Lighting Rehabilitation CONTRACT NO Issued for Bid October 28, 2014

PROJECT MANUAL BID FORMS. Runway 17L-35R Complex Pavement and Lighting Rehabilitation CONTRACT NO Issued for Bid October 28, 2014 PROJECT MANUAL Runway 17L-35R Complex Pavement and Lighting Rehabilitation CONTRACT NO. 201417577 BID FORMS Issued for Bid October 28, 2014 CITY & COUNTY OF DENVER DEPARTMENT OF AVIATION DENVER INTERNATIONAL

More information

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005. CITY OF VANCOUVER REQUEST FOR QUOTATION QUOTATION NO. 5 OPENING 3:00 P.M. FEBRUARY 3, 2005 PLEASE QUOTE ON THE FOLLOWING: The following project will be accomplished as a SMALL WORKS PROJECT and will be

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

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

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

More information

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES I. PURPOSE AND INTENT The City of Easton (hereinafter City ) is currently seeking proposals from qualified Third-Party Agencies (hereinafter

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

Office Janitorial Services at One Administration Building

Office Janitorial Services at One Administration Building REQUEST FOR QUOTES - SERVICES CONTRACT Office Janitorial Services at One Administration Building Contract Number: 18-S-0024 NO PRE-BID MEETING FOR THIS REQUEST Contract Administrator: RON HANIUK PH: 541-682-2583

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

NORFOLK AIRPORT AUTHORITY NORFOLK, VIRGINIA MARCH 31, 2017

NORFOLK AIRPORT AUTHORITY NORFOLK, VIRGINIA MARCH 31, 2017 NORFOLK AIRPORT AUTHORITY NORFOLK, VIRGINIA MARCH 31, 2017 PROJECT: Airfield Pavement Rehabilitation and Repairs Phase II Norfolk International Airport Norfolk, Virginia ADDENDUM No.2 to Bid Documents

More information

LOUISIANA UNIFORM PUBLIC WORK BID FORM

LOUISIANA UNIFORM PUBLIC WORK BID FORM LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: Jefferson Parish Sheriff s Office 1233 Westbank Expressway, Room 411 Harvey, LA 70058 (Owner to provide name and address of owner) BID FOR: (Owner to provide

More information

ADDENDUM NO. 1. RELOCATE TAXIWAY B MILL & OVERLAY A PORTION OF TAXIWAY H PAVEMENT REPAIR AT ARFF (AIRSIDE) AIP No xxx-2017 FOR

ADDENDUM NO. 1. RELOCATE TAXIWAY B MILL & OVERLAY A PORTION OF TAXIWAY H PAVEMENT REPAIR AT ARFF (AIRSIDE) AIP No xxx-2017 FOR Specification No. 030082 ADDENDUM NO. 1 RELOCATE TAXIWAY B MILL & OVERLAY A PORTION OF TAXIWAY H PAVEMENT REPAIR AT ARFF (AIRSIDE) AIP No. 3-33-0011-xxx-2017 FOR Manchester Boston Regional Airport The

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

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

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

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

More information

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services...

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services... TABLE OF CONTENTS 2016 Edition PROJECT NAME: SCC - Cherokee Campus - 2017 Sidewalk Improvements PROJECT NUMBER: H59-D891-01-A SECTION NUMBER OF PAGES Table of Contents... 1 SE-310, Invitation for Construction

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

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

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

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

More information

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT CPL 14064.08 BID FORM SECTION 00 300-1 BID FORM BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) PROJECT DESCRIPTION: The project consists of the construction of a sidewalk and associated grading,

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

THE FOLLOWING FORMS MUST BE COMPLETED BY ALL SUBCONTRACTOR(S)

THE FOLLOWING FORMS MUST BE COMPLETED BY ALL SUBCONTRACTOR(S) THE FOLLOWING FORMS MUST BE COMPLETED BY ALL SUBCONTRACTOR(S) Subcontractor Equal Opportunity Certification Form Project Name Prime Contractor Project Number GENERAL In accordance with Executive Order

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

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension ADDENDUM CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID Project Number ITB 18-02-15 Flat Roof Life Extension Central Linn Elementary School Central Linn High School Central Linn School District PO

More information

Alabama State Port Authority

Alabama State Port Authority To: Prospective Bidders Date: 8/5/2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery of

More information

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR THE CONSTRUCTION OF THE CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER BID READY NOVEMBER 14, 2018 Prepared By: WILLIAMS CIRCLE LOW PRESSURE SEWER

More information

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018.

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018. INVITATION TO BID The Crested Butte Fire Protection District (hereinafter referred to as the Owner) will receive bids at the office of the Owner s office located at 306 Maroon Avenue, Crested Butte, Colorado

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

More information

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) MBE Planned Utilization (Form 375-040-24) Performance Bond (Form 375-040-27) Bid Opportunity List (From 375-040-62) 1 DRUG-FREE

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

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

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes The Supplement Presentation as of August, 2015 Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes (the full Statutes for Design/Build approaches with an analysis of each) David

More information

NORTH OGDEN CITY REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR SERVICES NORTH OGDEN CITY PUBLIC WORKS COMPLEX

NORTH OGDEN CITY REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR SERVICES NORTH OGDEN CITY PUBLIC WORKS COMPLEX NORTH OGDEN CITY REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR SERVICES NORTH OGDEN CITY PUBLIC WORKS COMPLEX Choosing By Advantages Selection Method May 16, 2011 North Ogden Public

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

More information

OHIO DEPARTMENT OF TRANSPORTATION

OHIO DEPARTMENT OF TRANSPORTATION OHIO DEPARTMENT OF TRANSPORTATION CENTRAL OFFICE, 1980 WEST BROAD STREET, COLUMBUS, OHIO 43223 JOHN KASICH, GOVERNOR JERRY WRAY, DIRECTOR September 1, 2016 APBN INC 670 ROBINSON RD CAMPBELL, OH 44405 Re:

More information

CITY OF SNOHOMISH SNOHOMISH, WASHINGTON

CITY OF SNOHOMISH SNOHOMISH, WASHINGTON CITY OF SNOHOMISH SNOHOMISH, WASHINGTON CONTRACT DOCUMENTS for the BIOSOLIDS REMOVAL AND REUSE PROJECT Prepared for: City of Snohomish Prepared by: 950 Pacific Avenue, Suite 710 Tacoma, WA 98402 200 SW

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

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

More information

NC General Statutes - Chapter 143 Article 8 1

NC General Statutes - Chapter 143 Article 8 1 Article 8. Public Contracts. 143-128. Requirements for certain building contracts. (a) Preparation of specifications. Every officer, board, department, commission or commissions charged with responsibility

More information

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids

More information

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

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

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

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

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

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 Project Name: Replacement of Diving Platform Hand Rail

More information

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,

More information

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES APPENDICES 53 Appendix 1-1 Agreement Form This Agreement made the...day of...20...between...of...hereinafter called the Employer and...of...hereinafter called the Contractor of the other part. Whereas

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

2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B DD Job No.:

2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B DD Job No.: 2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B-13-015-DD Job No.: 13-4003 ADDENDUM #1 March 18, 2013 This addendum, applicable to work referenced above,

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

EXHIBIT 1 ABBREVIATIONS AND DEFINITIONS. [provided separately]

EXHIBIT 1 ABBREVIATIONS AND DEFINITIONS. [provided separately] EXHIBIT 1 ABBREVIATIONS AND DEFINITIONS [provided separately] Texas Department of Transportation EXHIBIT 1 Request for Proposals, Addendum #5 DFW Connector Page 1 of 1 Comprehensive Development Agreement

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

REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH COUNTY CONVENTION CENTER

REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH COUNTY CONVENTION CENTER UTAH COUNTY PUBLIC WORKS DEPARTMENT 2855 South State Street Provo, Utah 84606 (801) 851-8600 REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH

More information

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS PROPOSAL, AGREEMENT SPECIAL PROVISIONS PARKING LOT IMPROVEMENTS AT THE KINGS COUNTY GOVERNMENT CENTER County Project No.82420032

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

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

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

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

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

CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS

CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS Timber Covered Bridge Repairs: T--685 (Ardens Hill Road) over Little Fishing Creek County Bridge No. 95 Pine and Jackson Townships, Columbia County, PA Prepared

More information

GOLD CREEK FLUME CONCRETE PATCHING

GOLD CREEK FLUME CONCRETE PATCHING GOLD CREEK FLUME CONCRETE PATCHING Contract No. E11-205 File No. 1688 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS

More information

Demolition of Water Ground Storage Tanks

Demolition of Water Ground Storage Tanks Demolition of Water Ground Storage Tanks BID DOCUMENTS October 2014 Table of Contents DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS

More information

CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY

CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY BIDS DUE: MONDAY, APRIL 23, 2018 11:00 AM PREVAILING TIME WAYNE COUNTY WATER AND SEWER

More information

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS and CONTRACT PLANS FOR Bridge No. 114 carrying US Route 7 over Neshobe River STONE ARCH EMERGENCY REHABILITATION for the Town of Brandon,

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

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 00 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 01 01 Project Page 00 01 15 List of Drawing Sheets 00 10 00 Solicitation/Advertisements and Invitations 00 11 16 Invitation to Bid 00 20 00 INSTRUCTIONS

More information

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

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

More information

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

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

Crack, Chip and Seal Projects 2018 April 2018

Crack, Chip and Seal Projects 2018 April 2018 Crack, Chip and Seal Projects 2018 April 2018 CONSTRUCTION CONTRACT DOCUMENTS AND SPECIFICATIONS Crack, Chip and Seal Projects 2018 City of Rifle, Colorado Various Locations in Rifle See Map Advertised

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

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between

More information

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements Sealed bids will be received at Kearney City Hall, Kearney, Missouri, 100 East Washington, Kearney, MO 64060, on or before 2:00

More information

PROPOSAL AND CONTRACT FOR THE

PROPOSAL AND CONTRACT FOR THE PROPOSAL AND CONTRACT FOR THE ASHLEY ROAD WATER MAIN REPLACEMENT FOR Montecito Water District 583 San Ysidro Road Montecito, CA 93108 For use with Standard Specifications for Public Works Construction,

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

APPENDIX C COOPERATION AGREEMENTS, REHABILITATION OF FEDERAL AND NON-FEDERAL FLOOD CONTROL WORKS

APPENDIX C COOPERATION AGREEMENTS, REHABILITATION OF FEDERAL AND NON-FEDERAL FLOOD CONTROL WORKS APPENDIX C COOPERATION AGREEMENTS, REHABILITATION OF FEDERAL AND NON-FEDERAL FLOOD CONTROL WORKS EP 500-1-1 C-1. Purpose. This Appendix provides the format for Cooperation Agreements for rehabilitation

More information

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The

More information

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc. www.mwaeng.com Mainelli Wagner & Associates, Inc. 6920 Van Dorn Street, Suite A, Lincoln, NE 68506 Phone: (402) 421-1717 Fax: (402) 421-6061 February 25, 2019 To Whom It May Concern: The Platte County

More information

SALT AND SAND STORAGE FACILITY

SALT AND SAND STORAGE FACILITY Contract No. E16-013 File No. 1884 SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT REQUIREMENTS No.

More information

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET:

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET: MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO 45459 PHONE: 937-428-8887 / FAX: 937-438-8569 / INTERNET: www.mvcc.net STANDARD CONDITIONS FOR COMPETITIVE BIDDING 1. All

More information

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016 Project Manual Blue Heron Golf Practice Range PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION April 11, 2016 BLUE HERON GOLF PRACTICE RANGE Entrance Road, Parking Area and

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

INVITATION TO BID CONSTRUCTION ELECTRICAL DISTRIBUTION On behalf of The City of Egegik

INVITATION TO BID CONSTRUCTION ELECTRICAL DISTRIBUTION On behalf of The City of Egegik INVITATION TO BID 15102 CONSTRUCTION ELECTRICAL DISTRIBUTION On behalf of The City of Egegik January 2015 Egegik Electrical Distribution Upgrades ITB-15102 Page 1 of 182 This page is blank intentionally.

More information

1. All envelopes containing Bid proposals shall be clearly marked Bid Proposal for letting of 3/20/2018 DATE

1. All envelopes containing Bid proposals shall be clearly marked Bid Proposal for letting of 3/20/2018 DATE MS-963 (11-02) PROPOSAL AND CONTRACT FOR EQUIPMENT AND/OR MATERIALS ONLY * INSTRUCTIONS ON PAGE 4 (THIS PROPOSAL INCLUDES INSTRUCTIONS TO BIDDERS) A. DEPOSIT OF PROPOSALS. 1. All envelopes containing Bid

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for PARKING LOT RECONSTRUCTION PUBLIC WORKS BUILDING Contact: Brad Lear Phone: (734) 394-5291 E-Mail: brad.lear@canton-mi.org Date Issued: November 1, 2018

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

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

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

More information

DOCUMENT PROJECT MANUAL. for PORT OF STOCKTON PORT ROAD 23 IMPROVEMENTS PROJECT EAST COMPLEX, PORT OF STOCKTON STOCKTON, CA

DOCUMENT PROJECT MANUAL. for PORT OF STOCKTON PORT ROAD 23 IMPROVEMENTS PROJECT EAST COMPLEX, PORT OF STOCKTON STOCKTON, CA DOCUMENT 00001 PROJECT MANUAL for PORT OF STOCKTON PORT ROAD 23 IMPROVEMENTS PROJECT at EAST COMPLEX, PORT OF STOCKTON STOCKTON, CA Juan G. Villanueva 2201 W. Washington Street P.O. Box 2089 Stockton,

More information

NOTICE OF REQUEST FOR BIDS

NOTICE OF REQUEST FOR BIDS NOTICE OF REQUEST FOR BIDS Qualifications-based bids for professional design-build services will be received by The Hopkins County Fiscal Court for the design-build of the Hopkins County Youth Athletic

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

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000)

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000) PROVISION APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000) Professional Services/A&E No Federal Gov t Obligations

More information

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

TOWN OF MCBEE SOUTH CAROLINA INVITATION-TO-BID NO

TOWN OF MCBEE SOUTH CAROLINA INVITATION-TO-BID NO TOWN OF MCBEE SOUTH CAROLINA INVITATION-TO-BID NO. 015-02 CHAIN LINK FENCING FOR YOUTH BASEBALL FIELDS BID OPEINING DATE / TIME: Tuesday, June 16, 2015 at 2:30 p.m. (EST) McBee Town Hall ITEM I ADVERTISEMENT

More information

HCG PURCHASING CO-OP INVITATION TO BID

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

More information

SMALL WORKS ROSTER APPLICATION FORM

SMALL WORKS ROSTER APPLICATION FORM SMALL WORKS ROSTER APPLICATION FORM BETHEL SCHOOL DISTRICT NO. 403 PURCHASING 516 176 TH STREET EAST SPANAWAY WA 98387 Telephone: (253) 683-6078 Fax: (253) 683-6079 Per RCW 25A.335.190, the undersigned

More information