BID FORM. Bid by: Name of Bidder. Address: Address: To the Texas Department of Transportation hereinafter called the Agent.

Similar documents
ADDENDUM NO. TWO AB

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

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc.

TENDER NO. T WESTDALE ROAD SANITARY SEWER UPGRADE ADDENDUM NO. 1


CHICAGO DEPARTMENT OF AVIATION. Current Construction Projects AND THE O HARE MODERNIZATION PROGRAM. May 2, 2014

Kansas Department of Transportation DISTRICT TE / TA-T043(301) Project(s): Min: Max:

CITY OF IMPERIAL TOTAL BID PROPOSAL. 1. Mobilization / Bonds / Insurances LS 1 $ $ 2. Preparation/Implementation Traffic Control Plan LS 1 $ $

ATTACHMENT C CITY OF FEDERAL WAY 2018 ASPHALT OVERLAY PROJECT BID SCHEDULE

Action Recommendation: Budget Impact:

TOWN OF OSOYOOS DIVIDEND RIDGE AND SPARTAN DRIVE/FUJI COURT STREET LIGHT INSTALLATION

VoIP RADIO CONSOLE SYSTEM FOR MACON COUNTY EMERGENCY MANAGEMENT

BUY AMERICAN PREFERENCE A1.1 SOURCE A1.2 APPLICABILITY. Title 49 USC 50101

ADDENDUM 1 FOR REQUEST FOR BID For REPLACEMENT OF PASSENGER BOARDING BRIDGES 7 AND 4 At ORLANDO MELBOURNE AIRPORT AUTHORITY RFB

INVITATION FOR BID VENDOR: BID OPENING:

City of Redding Airports

For Airport Environmental Services. Date Released: August 27, 2018 Deadline for Submission: 5:00pm, September 17, 2018

Riverside County Transportation Department Summary of Bids

Hutchinson Regional Airport Request for Proposals for Hangar Lease RFP #15-163

Ann Arbor Municipal Airport Ann Arbor, MI Date of Latest ALP ACIP Airport Code - A Airport Identifier - ARB

NIAGARA MOHAWK POWER CORPORATION. Procedural Requirements

FEDERAL AIRPORT IMPROVEMENT PROGRAM (AIP) PRE-APPLICATION FFY 2017 CHECKLIST

ORDINANCE NO WHEREAS, Ordinances 8081 requires project labor agreement (PLA s) in City

ADVANCED WARNING SYSTEM FOR SHARED USE CROSSING ON HOWARD STREET EAST OF NORDICA AVENUE

Addendum No. 1 Acknowledgement of Receipt

CHAPTER 61 SHEBOYGAN COUNTY MEMORIAL AIRPORT

July 5, Re: Contract ID Plan, & Proposal July 11, 2017 Letting. The Contractor is hereby advised of modifications to the bid documents.

Hollaway Consulting Engineers, LLC Statement of Qualifications

EAGLE RIVER UNION AIRPORT HANGAR CONSTRUCTION GUIDELINES Approved 1/29/2008

AMENDMENT OF SOLICITATION

City of Lafayette. Request for Proposals Municipal Airport Fixed Based Operator

GENERAL INSTRUCTIONS REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFQ) ON-CALL AVIATION ENGINEERING SERVICES

ALPINE FLIGHT TRAINING, LLC. AIRCRAFT RENTAL AGREEMENT. 1. The following training prohibitions exist for all Company aircraft: spins in airplanes.

STEPS REQUIRED TO OBTAIN A BUILDING PERMIT. 1. Obtain copy of Building Guidelines for River Ridge and Building Permit application.

APPROVED 10 LOT TENTATIVE TRACT MAP - OCEAN VIEWS

MANASSAS REGIONAL AIRPORT

INTRODUCTION. Mailing address: Burke County Community Development Attn: Tim Johnson P. O. Box 219 Morganton, NC

INVITATION FOR TENDERS BOSNIA AND HERZEGOVINA. CONSTRUCTION OF MOTORWAY ON CORRIDOR Vc, SECTION POČITELJ - BIJAČA, SUBSECTION POČITELJ - ZVIROVIĆI

Cook County Department of Revenue. Amusement Exemption Application (see instructions on reverse side)

NOTICE OF SALE. The City of Sioux Falls, SD, requests formal bids for sale of 30-foot Transit Buses.

FINAL. Bicycle/Pedestrian Feasibility Study City of DeBary Dirksen Drive Trail. Prepared For: Volusia County MPO

RFP No C001 Fixed Base Operator, Dulles Airport. May 3, 2017

Planned Procurement Opportunities Report. June 2017

COON CREEK WATERSHED DISTRICT Request for Board Action

Wicomico County Purchasing Rick D. Konrad Purchasing Agent 125 N. Division St. Room B-3 Salisbury, MD Ph Fax

LAKE MOUNTAIN PRELIMINARY

FBO Request for Proposal Lake Cumberland Regional Airport

OPERATIONAL REQUIREMENTS & FEES PREARRANGED GROUND TRANSPORTATION PERMIT SUMMARY

Action Recommendation: Budget Impact:

[Docket No. FAA ; Directorate Identifier 2013-CE-046-AD; Amendment. Airworthiness Directives; Dornier Luftfahrt GmbH Airplanes

Air Operator Certificate Issue / Renewal Application Form (Flight Standards Directorate CAA Pakistan)

CAUTION - NOTICE TO CONTRACTOR

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

LANDSCAPING MAINTENANCE SERVICES

MATERIALS AND PROCUREMENT DEPARTMENT 1900 YONGE STREET PAGE 1 OF 1 TORONTO, ONTARIO M4S 1Z2

Third Parties/Crossing

22-23 Pavement Marking Items. (Pages 7 & 8 removed)

BOARD OF AIRPORT COMMISSIONERS

Page 68-1 rev (7) standards and requirements for aeronautical services and related activities at the airport.

RFP 1-12-C069 ELECTONIC SECURITY SYSTEM (ESS) MAINTENANCE & REPAIR SERVICES AT WASHINGTON DULLES INTERNATIONAL & RONALD REAGAN WASHINGTON

Administration Policies & Procedures Section Commercial Ground Transportation Regulation

AGENDA Regular Commission Meeting Port of Portland Headquarters 7200 N.E. Airport Way, 8 th Floor June 11, :30 a.m.

2017 APC/PennDOT Fall Seminar. Deputy Secretary for Highway Administration George W. McAuley Jr., P.E.

RIO VISTA MUNICIPAL AIRPORT

Annex-I Terms of Reference

Etihad Airways P.J.S.C.

Council Agenda Item Meeting of Ma.y 3, 2016

HIRING OF HOTEL SERVICES FOR ACCOMMODATING PIA TRANSIT & DELAYED FLIGHT PASSENGERS AT KARACHI INSTRUCTIONS TO BIDDERS

FULL DEPTH RECLAMATION (FDR)

APPLICATION FORM FOR APPROVAL AS AN IATA PASSENGER SALES AGENT

FIRST AMENDMENT AIRLINE OPERATING AGREEMENT AND TERMINAL BUILDING LEASE. between. City Of Manchester, New Hampshire Department Of Aviation.

City of Grand Island

Correction to Council Resolution No , dated June 25, Please add the following correction as part of the permanent record:

CITY COUNCIL AGENDA MEMORANDUM

SPRINGFIELD AIRPORT AUTHORITY REQUEST FOR PROPOSALS AVIATION FUEL SUPPLIER FOR ABRAHAM LINCOLN CAPITAL AIRPORT SPRINGFIELD, ILLINOIS

STATEMENT OF WORK DCNR BUREAU OF FORESTRY DIVISION OF FOREST HEALTH MANAGEMENT CHARTER OF HELICOPTER AND AIRCREW

CAUTION - NOTICE TO CONTRACTOR

DATA BOOK IV : COST ESTIMATE

Notice regarding expected tender

OLD AIRPORT (PFN) RW 05/23 RW 14/32. 4,884-FEET X 150-FEET MIRL 4-BOX VASIs (5 & 23 APPROACHES) REILS

MODELS: 500 SM & 500 SMSS

SADDLE CREEK ENTRANCE (PRIVACY) GATE OPERATING AGREEMENT BETWEEN SADDLE CREEK COMMUNITY SERVICES DISTRICT AND CASTLE & COOKE CALIFORNIA, INC

Second Street Improvements Project Project Update Archive

TSA Designation Agreement

HIRING OF HOTEL SERVICES FOR ACCOMMODATING PIA TRANSIT & DELAYED FLIGHT PASSENGERS AT KARACHI INSTRUCTIONS TO BIDDERS

W. DAVID ZITZKAT ATTORNEY AT LAW

14.1.a. Attachment: Engineering Standards Manual Draft (2016 : Approval of the Engineering Standards Manual) Packet Pg. 216

Navigating your way through the process. Presented by: Mike Mertens DAR ODA MRA Administrator Manager of Regulatory Compliance Duncan Aviation

Airport Advisory Board Meeting Minutes June 26, 2017

Operations Specifications

Member status PATA Member Chapter Member Non-member

Application to Impose and Use Passenger Facility Charges - #16

Petition for a Nonimmigrant Worker

AIRPORT ACCESS PERMIT # FOR ON-DEMAND TAXICAB SERVICES AT MINETA SAN JOSE INTERNATIONAL AIRPORT BETWEEN AND THE CITY OF SAN JOSE

Florida Fish and Wildlife Conservation Commission

Item Description Unit Quantity Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total

Town of Elba Regular Town Board Meeting April 12, 2018

Why are the underground fuel tanks being removed and replaced with above ground tanks?

Charter School Appeal Submission Packet Following Denial by a School District

Transcription:

BID FORM TxDOT CSJ No. Project Description: This project includes reconstruction of a hangar access taxiway with trench drain and pipe drainage system; local reconstruction of failing pavement on Taxiway B; local paving of Taxiway B shoulder to improve drainage; regrading of shoulder and ditches along Taxiway B; and paving 3 grass island to improve drainage; construction of a hangar access road at the Coulter Field Airport. Bid by: Name of Bidder Address: Telephone: FAX: Email Address: To the Texas Department of Transportation hereinafter called the Agent. Pursuant to the foregoing Instruction to Bidders, the undersigned bidder having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all the conditions surrounding the construction of the project hereby proposes to furnish all necessary superintendence, labor, machinery, equipment, tools materials and supplies to complete all the work upon which is bid in accordance with the contract documents, within the time set forth and at the prices stated below. BASE BID Written & Numeric UNIT 1 1 LS MOBILIZATION dollars and cents $ Page 1

BASE BID Written & Numeric UNIT 2 1 LS LOW PROFILE BARRICADES and cents 3 2,300 SY REMOVE ASPHALT PAVEMENT AND BASE dollars and cents 4 3 AC CLEARING AND GRUBBING dollars _ and cents 5 3,700 CY UNCLASSIFIED EXCAVATION dollars and cents 6 950 LF SEDIMENT CONTROL FENCE dollars and cents 7 3 EA CONSTRUCTION EXIT dollars and cents _ 8 2,700 SY 10 FLEXIBLE BASE (COMPLETE IN PLACE) ( TY D GR 1) dollars and cents Page 2

BASE BID Written & Numeric UNIT 9 2,800 SY 6 LIME TREATMENT dollars and cents 10 60 TON LIME (HYDRATED LIME (SLURRY)) dollars and cents 11 300 TON 2 DENSE-GRADED HOT-MIX ASPHALT (TY D) dollars and cents 12 650 GAL PRIME COAT dollars and cents 13 150 SY 6 CONCRETE PAVEMENT dollars and cents 14 90 SF RETROREFLECTIVE PAVEMENT MARKINGS (YELLOW) dollars and cents 15 6,950 LF WIRE FENCE WITH STEEL POSTS 8 FOOT HIGH (WILDLIFE FENCE) dollars and cents Page 3

BASE BID Written & Numeric UNIT 16 1 EA DOUBLE 8 FOOT WIDE MANUAL SWING GATE dollars and cents 17 80 LF 4 FOOT HIGH CHAIN-LINK FENCE dollars and cents 18 1 EA 4 FOOT HIGH PERSONNEL GATE dollars and cents 19 2,950 LF 8 FOOT HIGH CHAIN-LINK FENCE WITH BARBED WIRE dollars and cents 20 2 EA 24 FOOT SINGLE TRACK MOTORIZED CANTILEVER CHAIN-LINK DRIVEWAY GATE WITH BARBED WIRE dollars and cents 21 2 EA SLIDE GATE OPERATOR FOR 24 FOOT SINGLE TRACK MOTORIZED CANTILEVER DRIVEWAY GATE; PHOTO-EYE REVERSE dollars and cents Page 4

BASE BID Written & Numeric UNIT 22 306 LF 18 REINFORCED CONCRETE PIPE (CL III) dollars and cents 23 1 EA PRECAST REINFORCED MANHOLE TYPE M (48 MANHOLE) dollars and cents 24 1 EA HEADWALL FOR 18 RCP CULVERT dollars and cents 25 75 LF TRENCH DRAIN WITH GRATE dollars and cents 26 4 EA RETROREFLECTIVE MARKERS (GREEN) dollars and cents 27 5 AC SEEDING dollars and cents 28 3,400 CY TOPSOILING dollars and cents Page 5

BASE BID Written & Numeric UNIT 29 50 LF ELECTRICAL CONDUIT, 1-1 SCHEDULE 40 PVC, IN TURF dollars and cents 30 415 LF ELECTRICAL CONDUIT, 2-2 SCHEDULE 40, IN TURF dollars and cents 31 100 LF ELECTRICAL CONDUIT, 2-2 SCHEDULE 40 PVC, OPEN-CUT IN EXISTING ROADWAY PAVEMENT dollars and cents 32 580 LF ELECTRICAL GATE CIRCUIT (3 #10AWG, 1 #10g), INSTALLED IN CONDUIT dollars and cents 33 25 LF ELECTRICAL FEEDER (3 #8, 1 #10G), INSTALLED IN CONDUIT dollars and cents 34 150 LF SECURITY CABLES INSTALLED IN CONDUIT dollars and cents Page 6

BASE BID Written & Numeric UNIT 35 2 EA ELECTRICAL PULL BOX 24 X30 HS20 dollars and cents 36 1 LS UNDERGROUND ELECTRICAL SERVICE 120/240V, 1-PH, 3W, 40A dollars and cents 37 2 EA LIGHTNING PROTECTION AT VEHICLE GATE dollars and cents 38 2 EA GATE ACCESS CONTROL CARD READER dollars and cents Base Bid ADD ALTERNATE #1 REHABILITATE TAXIWAY B AND SHOULDER WITH PCC PAVEMENT Written & Numeric UNIT 1 1 LS MOBILIZATION (ADDITIONAL) and cents Page 7

ADD ALTERNATE #1 REHABILITATE TAXIWAY B AND SHOULDER WITH PCC PAVEMENT Written & Numeric UNIT 2-1,155 SY 10 FLEXIBILE BASE (COMPLETE IN PLACE) (TY D GR 1) and cents 3-275 GAL PRIME COAT and cents 4-155 TON 2 DENSE-GRADED HOT-MIX ASPHALT (TY D) and cents 5 1,155 SY 6 FLEXIBLE BASE (COMPLETE IN PLACE) (TY D GR 1) and cents 6 1,080 SY 6 CONCRETE PAVEMENT and cents Add Alternate #1 Page 8

ADD ALTERNATE #2 PAVING GRASS ISLANDS WITH ASPHALT PAVEMENT Written & Numeric UNIT 1 1 LS MOBILIZATION (ADDITIONAL) and cents 2 500 SY REMOVE ASPHALT PAVEMENT AND BASE and cents 3 500 CY UNCLASSIFIED EXCAVATION and cents 4 650 LF TEMPORARY EROSION CONTROL LOGS (12 ) and cents 5 1,475 SY 10 FLEXIBLE BASE (COMPLETE IN PLACE) (TY D GR 1) and cents 6 1,475 SY 6 LIME TREATMENT and cents 7 31 TON LIME (HYDRATED LIME (SLURRY)) and cents Page 9

ADD ALTERNATE #2 PAVING GRASS ISLANDS WITH ASPHALT PAVEMENT Written & Numeric UNIT 8 370 GAL PRIME COAT and cents 9 175 TON 2 DENSE-GRADED HOT-MIX ASPHALT (TY D) and cents 10 610 SF RETROREFLECTIVE PAVEMENT MARKINGS (YELLOW) and cents Add Alternate #2 Page 10

ADD ALTERNATE #3 PAVING GRASS ISLANDS WITH PCC PAVEMENT Written & Numeric UNIT 1 1 LS MOBILIZATION (ADDITIONAL) and cents 2 500 SY REMOVE ASPHALT PAVEMENT AND BASE and cents 3 500 CY UNCLASSIFIED EXCAVATION and cents 4 650 LF TEMPORARY EROSION CONTROL LOGS (12 ) and cents 5 1,475 SY 6 FLEXIBLE BASE (COMPLETE IN PLACE) (TY D GR 1) and cents 6 1,475 SY 6 LIME TREATMENT and cents 7 31 TON LIME (HYDRATED LIME (SLURRY)) and cents Page 11

ADD ALTERNATE #3 PAVING GRASS ISLANDS WITH PCC PAVEMENT Written & Numeric UNIT 8 1,475 SY 6 CONCRETE PAVEMENT and cents 9 610 SF RETROREFLECTIVE PAVEMENT MARKINGS (YELLOW) and cents Add Alternate #3 ADD ALTERNATE #4 HANGAR ACCESS ROAD Written & Numeric UNIT 1 1 LS MOBILIZATION (ADDITIONAL) and cents 2 500 CY UNCLASSIFIED EXCAVATION and cents 3 600 LF SEDIMENT CONTROL FENCE and cents Page 12

ADD ALTERNATE #4 HANGAR ACCESS ROAD Written & Numeric UNIT 4 540 SY 8 FLEXIBLE BASE (COMPLETE IN PLACE) (TY D GR 1) and cents 5 670 SY 6 LIME TREATMENT and cents 6 15 TON LIME (HYDRATED LIME (SLURRY)) and cents 7 120 GAL PRIME COAT and cents 8 55 TON 2 DENSE-GRADED HOT-MIX ASPHALT (TY D) and cents 9 1 EA 24 FOOT SINGLE TRACK MOTORIZED CANTILEVER CHAIN-LINK DRIVEWAY GATE WITH BARBED WIRE and cents Page 13

ADD ALTERNATE #4 HANGAR ACCESS ROAD Written & Numeric UNIT 10 1 EA SLIDE GATE OPERATOR FOR 24 FOOT SINGLE TRACK MOTORIZED CANTILEVER DRIVEWAY GATE; PHOTO- EYE REVERSE and cents 11 52 LF 18 REINFORCED CONCRETE PIPE (CL III) and cents 12 2 EA HEADWALL FOR 18 RCP CULVERT and cents 13 1 EA ADJUSTING MANHOLES (SANITARY) and cents 14 40 LF ELECTRICAL CONDUIT, 1-1 SCHEDULE 40 PVC, IN TURF and cents 15 70 LF ELECTRICAL CONDUIT, 2-2 SCHEDULE 40 PVC, IN TURF and cents Page 14

ADD ALTERNATE #4 HANGAR ACCESS ROAD Written & Numeric UNIT 16 80 LF ELECTRICAL GATE CIRCUIT (3 #10AWG, 1 #10G), INSTALLED IN CONDUIT and cents 17 20 LF ELECTRICAL FEEDER (3 #8, 1 #10G), INSTALLED IN CONDUIT) and cents 18 40 LF SECURITY CABLES INSTALLED IN CONDUIT and cents 19 1 EA ELECTRICAL PULL BOX 24 X30 HS20 and cents 20 1 LS OVERHEAD ELECTRICAL SERVICE 120/240V, 1-PH, 3W 40A and cents 21 1 EA LIGHTNING PROTECTION AT VEHICLE GATE and cents Page 15

ADD ALTERNATE #4 HANGAR ACCESS ROAD Written & Numeric UNIT 22 1 EA GATE ACCESS CONTROL CARD READER and cents Add Alternate #4 ADD ALTERNATE #5 FUTURE HANGAR PAVING Written & Numeric UNIT 1 1 LS MOBILIZATION (ADDITIONAL) and cents 2 150 SY REMOVE ASPHALT PAVEMENT AND BASE and cents 3 2,900 CY BORROW EXCAVATION (ON- SITE) and cents 4 700 LF SEDIMENT CONTROL FENCE and cents Page 16

ADD ALTERNATE #5 FUTURE HANGAR PAVING Written & Numeric UNIT 5 2,830 SY 10 FLEXIBLE BASE (COMPLETE IN PLACE) (TY D GR 1) and cents 6 270 SY 6 FLEXIBLE BASE (COMPLETE IN PLACE) (TY D GR 1) and cents 7 3,100 SY 6 LIME TREATMENT and cents 8 65 TON LIME (HYDRATED LIME (SLURRY)) and cents 9 710 GAL PRIME COAT and cents 10 350 TON 2 DENSE-GRADED HOT-MIX ASPHALT (TY D) and cents 11 270 SY 6 CONCRETE PAVEMENT and cents Page 17

ADD ALTERNATE #5 FUTURE HANGAR PAVING Written & Numeric UNIT 12 252 SY RETROREFLECTIVE PAVEMENT MARKINGS (YELLOW) and cents 13 2 CY RIP RAP (STONE COMMON) (DRY) (18 ) and cents 14 50 LF 18 REINFORCED CONCRETE PIPE (CL III) and cents 15 1 EA HEADWALL FOR 18 RCP CULVERT and cents 16 229 LF TRENCH DRAIN WITH GRATE and cents 17 2 AC SEEDING and cents 18 1,170 CY TOPSOILING (ON-SITE) and cents Page 18

ADD ALTERNATE #5 FUTURE HANGAR PAVING Written & Numeric UNIT 19 12 EA RETROREFLECTIVE MARKERS (GREEN) and cents 20 3 EA RETROREFLECTIVE MARKERS (RED) and cents Add Alternate #5 BID ESTIMATE SUMMARY TOTAL BASE BID TOTAL ADD ALTERNATE #1: Rehabilitate Taxiway B and Shoulder with PCC Pavement TOTAL ADD ALTERNATE #2: Paving Grass Islands With Asphalt Pavement TOTAL ADD ALTERNATE #3: Paving Grass Islands With PCC Pavement TOTAL ADD ALTERNATE #4: Hangar Access Road TOTAL ADD ALTERNATE #5: Future Hangar Paving $ $ $ $ $ $ Page 19

It is understood the quantities of work to be done at unit prices are approximate and are intended for bidding purposes only. Amounts are to be shown in both words and figures. In case of discrepancy the amount shown in words shall govern. Bidders must bid on base bid and all alternates. The contract award will be based on the lowest qualified bid for the base bid or the lowest qualified bid for the base bid plus any combination of alternate and additive bids that the Agent/Owner chooses, depending on the availability of funds. Bidders understand the Agent reserves the right to reject any bid and the right to waive technicalities if such waiver is in the best interest of the Owner or Agent and conforms to State and local laws and ordinances pertaining to the letting of construction contracts. Funding availability will be considered in selecting the bid award. The bidder agrees this bid shall be honored and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. Upon receipt of the written "Notice of Award", the bidder will execute the formal contract agreement within 14 days and deliver a surety bond or bonds as required under the contract documents. The bid security attached, two percent (2%) of the total bid price stated in the bid, in the sum of $ is to become the property of the Agent in the event the contract is not executed as set forth in the contract documents as liquidated damages for the delay and additional expense caused thereby. Bidder hereby agrees to commence work under this contract on or before a date to be specified in a written Notice to Proceed and to fully complete the project within 180 calendar days thereafter. Bidder further agrees to pay as liquidated damages the sum of $800.00 for each calendar day to complete the work beyond the allotted time or as extended by an approved Change Order or Supplemental Agreement. By submission of a bid under this solicitation, bidder certifies the only persons or parties interested in this proposal are those named and the bidder has not directly or indirectly participated in collusion, entered into an agreement or otherwise taken any action in restraint of free competitive bidding in connection with the project. Signature Title Printed Name Phone Mailing Address City, State, Zip Code Page 20

Addendum: The undersigned Bidder certifies that he has acknowledged the addendum(s) to the contract as indicated below. Addendum No. dated Addendum No. dated Addendum No. dated Qualification Acknowledgment: The undersigned Bidder certifies they are a prequalified bidder with the Texas Department of Transportation (TxDOT) and is on the current TxDOT Bidder s List as indicated below: Full Prequalification Bidder s Questionnaire OR The undersigned Bidder is not a pre-qualified TxDOT bidder and has enclosed the bidder s qualifications per General Provision 20-02, Prequalification of Bidders. I have enclosed qualification statements. Qualification Acknowledgment Signature: Signature Title Mailing Address City, State, Zip Code Note: The bidder may also submit an electronically printed bid. The bid must have pay items in the same order and with the exact information as on this bid form. If submitting an electronically printed bid, please submit qualification/signature page. The bidder is responsible for incorrect information and will be considered non-responsive if pay items are incorrect. Page 21