ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013
|
|
- Maude Morgan
- 5 years ago
- Views:
Transcription
1 ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA **************************************************************************************************** Signed, sealed, and dated this 29th day of October, 2013 By: Craig M. Fortner, P.E. Title: Project Manager **************************************************************************************************** Bidders on this Project are hereby notified that this Addendum shall be attached to and made a part of the above named Bidding and Contract Documents dated October The following items are issued to add to, modify, and clarify the Bidding and Contract Documents. These items shall have full force and effect as the Bidding and Contract Documents, and cost involved shall be included in the bid prices. Bids, to be submitted on the specified bid date, shall conform to the additions and revisions listed herein. Acknowledge receipt of the Addendum by inserting its number and date on Page of the Bid Form. Failure to do so may subject the bidder to disqualification. IN THE SPECIFICATIONS 1) Section Bid Form: Page , Paragraph 4.(e) Delete Paragraph 4.(e) in its entirety without replacing. 2) Section Bid Form: Page , Bid Form Replace with attached Page 1 of 2
2 Addendum No. 1 HCSWA Yard Waste Management and Composting Facility October 29, 2013 Addendum 1 Bid Form dated October 29, ) Section Agreement: Delete Article 9., Item H. without replacing. 4) Section Measurement and Payment: Delete Bid Item 12 in its entirety and replace with the following: Item 12 24" Precast Endwall with Class A Riprap Protection 1. Measurement: The quantity of 24" Precast Endwall with Class A Riprap Protection which will be paid for under this item will be the actual number of 24" Precast Headwalls installed with Class A riprap protection and accepted by the ENGINEER. 2. Payment: The unit price bid for this item will be full compensation for all labor, materials, tools, equipment, supervision and incidentals required to furnish and install 24" Endwall with Class A Riprap Protection as shown on the drawings and specified herein for which payment is not provided under other items in the bid form. IN THE DRAWINGS 1) Delete Bid Drawings dated October 2, 2013 and replace with Bid Drawings dated October 29, 2013, attached. 2) CADD files in Autocad 2000 are available upon request to verified bidders. Contact Craig Fortner at Garrett & Moore, Inc. to request files. cfortner@garrett-moore.com ATTACHMENTS 1) Pre-Bid Meeting Minutes 2) Section 00300, Page 5: Addendum 1 Bid Form 3) Addendum 1 Drawings dated October 29, 2013 END OF ADDENDUM NO. 1 Page 2 of 2
3 1. INTRODUCTION MEETING MINUTES MANDATORY PREBID CONFERENCE Horry County Solid Waste Authority Yard Waste Management and Composting Facility Thursday October 24, :00 A.M. Craig Fortner of Garrett & Moore, Inc. introduced the project team. The Owner is the Horry County Solid Waste Authority (HCSWA) The Engineer is Garrett & Moore, Inc. 2. PURPOSE Mr. Fortner stated that the purpose of the meeting is to inform prospective bidders about the Project and allow bidders to ask questions regarding the Project. A brief overview of the project was provided and at the end of the presentation a question & answer session was conducted. Mr. Fortner stated that nothing during the meeting, as far as clarifications and/or answers is to be construed as information changing the bid documents. Questions will be discussed and/or clarified in the Pre-Bid Meeting Minutes and/or Addenda and only then will the response be an official clarification and/or answer to the question. 3. PROJECT INFORMATION The project site is the Horry County Solid Waste Authority Landfill Facility located on Highway 90 approximately 5 miles northeast of Conway, South Carolina. A. The project consists of furnishing and installing, complete, including labor, equipment, parts, materials, complete with hauling, grading, erosion and sediment control, seeding and other work incidental for; Page 1 of 7
4 1) an approximate 800-ft by 172-ft compacted SCDOT base pavement over geogrid composting pad and associated approximately 7,800 cubic yards of backfill with onsite soils; and 2) approximately 8,700 square yards of compacted SCDOT base pavement over geogrid access road and associated storm drainage structures Bidders were advised that, because construction will take place within an operating facility, care will be required during construction to minimize the impact of construction on existing operations. The project control provisions of the Contract shall be strictly adhered to and enforced. The scheduling of the work is essential to project control and timely completion. Furthermore, bidders were advised of construction constraints as noted in the Bid Documents. Bidders were notified that these constraints are not intended to release the Contractor from the responsibility to coordinate the work in any manner, which will ensure project completion within the time allowed. Bidders were advised that the CONTRACTOR is responsible for reviewing the pertinent state statutes involving sales tax to include, but not be limited to, Section , Article 3 of the South Carolina Income Tax Act of 1926, as amended, which puts a special requirement on nonresident contractors. Bidders were advised that the CONTRACTOR is responsible for reviewing pertinent local ordinances involving requirements for Horry County Business Licenses. 4. CONTRACT TIME Bidders were advised that time is of the essence for this project. Section 00500, Article 3 states: The project will be considered substantially complete upon completion of all items listed in the Bid Form and appurtenances in accordance with the Contract Documents, including successful performance of all testing requirements. The work shall be completed in accordance with Paragraph Page 2 of 7
5 14.04 of the General Conditions within 120 calendar days from (and including) the date when the Notice-to-Proceed is issued. All work shall be complete and ready for final payment in accordance with paragraph of the General Conditions within 150 calendar days from (and including) the date when the Notice-to-Proceed is issued. Regarding adverse weather C. states: On any day that the CONTRACTOR considers that he is delayed by adverse weather conditions, he shall identify in writing to the ENGINEER and the OWNER the adverse weather conditions affecting his activity, the specific nature of the activity affected, the number of hours lost and the number of and identity (by responsibility or trade) of workers affected and shall obtain from the Engineer written recognitions of the delay. A delay is defined as the CONTRACTOR being unable to perform at least 4 hours of work on the critical path. The time for performance of this contract includes an allowance of ten (10) calendar days that are unsuitable for critical path construction work by reason of adverse weather. The Contract time will be extended only if the number of calendar days of adverse weather recognized by the Engineer exceeds the ten (10) calendar days of adverse weather days set forth, and the Contractor demonstrates how this adverse weather impacts activities on the critical path of the Contract Construction schedule. Regarding working hours B.1 states: Regular working hours are defined as 10 hours per day, Monday through Friday, excluding holidays, between the hours of 7 AM and 7 PM. Requests to work other than regular working hours shall be submitted to ENGINEER not less than 48 hours prior to any proposed additional daily working hours, weekend work, or scheduled extended work weeks. All requests to work Page 3 of 7
6 other than regular working hours must comply with all applicable regulations and ordinances. Requests will be reviewed by ENGINEER, and ENGINEER will either (1) deny request or (2) provide CONTRACTOR with terms for additional engineering and/or inspection costs to be paid for by CONTRACTOR as a result of overtime work in excess of the regular working hours. CONTRACTOR shall agree to the ENGINEER s terms prior to ENGINEER approving CONTRACTOR s request to work other than regular working hours. Regarding liquidated damages Section 7.1 states: OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the Contract Time specified in Article 3 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving, in a legal proceeding, the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER as follows: $1, per day for each calendar day of delay until the Work as defined in Articles 1 and 3 has reached final completion. This amount, or a portion thereof, includes costs incurred by the OWNER for providing additional inspection, testing, and engineering services by the ENGINEER. 5. BID FORM SECTION The following documents are required for this Bid: (a) (b) Bid Security in the form of (circle one) Bid Bond/Certified Check/Cashier's Check in an amount of 5% of Total Price Bid. Power of Attorney (for surety bond only). Page 4 of 7
7 (c) (d) (e) Evidence of Bidder's certification and license to perform the work and services. Experience and Financial Statement (see Section 00100, Article 17) - AGC Document No. 220 "Construction Contractor s Qualification Statement for Engineered Construction", attached to this Section. Section Bid Information Questionnaire THIS REQUIREMENT IS DELETED IN ADDENDUM 1. (f) Preliminary Progress Schedule per Section 00100, Paragraph 17.3 (g) (h) Section Non-Collusive Affidavit Section Authority to Execute Contract. 6. SUBCONTRACTORS Bidders were advised that Article 10 of Section Instructions to Bidders states: If requested by the OWNER or ENGINEER, the apparent successful bidder, and any other bidder so requested, shall, within seven days after the date of request, submit to OWNER an experience statement with pertinent information as to similar projects and other evidence of qualifications for each such Subcontractor, person and organization. 7. ADDENDA Bidders were advised that only addenda can amend the Bid Documents 8. GENERAL DISCUSSION AND QUESTIONS Question 1: When is the projected Notice to Proceed? Answer 1: Notice to Proceed is dependent upon Horry County Solid Waste Authority bidding and procedures, and is projected to be mid-december Question 2: What is the correct Drawing scale? Answer 2: Mr. Fortner stated that several bidders mentioned a scale issue with the issued PDF bid drawings. Drawings with the correct scale are included in Addendum 1. Page 5 of 7
8 Question 3: Are CADD files available to bidders? Answer 3: CADD files, in Autocad 2000 format, will be provided to bidders upon request. Requests shall be ed to Craig Fortner at 9. COMMENTS FROM OWNER, ENGINEER, AND OTHERS Comment 1: Bill Hilling, Horry County Solid Waste Authority, indicated that access to the project area is by a single-lane access road, currently paved with 12 to 18 of coquina base. The single lane access road will need to be maintained by the Contractor during construction and restored by the Contractor upon completion of the project. Comment 2: Mr. Fortner asked those in attendance if any portion of the project, Drawings, or Project Manual made bidders hesitant to submit a bid. No comments were offered in response. 10. BIDS The Horry County Solid Waste Authority (Owner) will receive bids for the HCSWA Yard Waste Management and Composting Facility at the location stated herein on November 6, 2013 until 2:00 p.m. local prevailing time. Bids received after this time will not be accepted under any circumstances. MAILING ADDRESS: BID OPENING LOCATION: Horry County Solid Waste Authority HCSWA Multi-Purpose Room 1886 Hwy Hwy 90 Conway, SC Conway, SC Bids shall be submitted in an opaque sealed envelope. The envelope shall be marked on the exterior "BID FOR HORRY COUNTY SOLID WASTE AUTHORITY, YARD WASTE MANAGEMENT AND COMPOSTING FACILITY" and with the name and address of the Bidder and accompanied by the Bid Security and other required Page 6 of 7
9 documents. Bidders were advised that the Owner assumes no responsibility in third-party parcel delivery (FedEx, UPS, etc.). Proposals sent by mail and arriving after the time for opening shall not be considered as valid bids. In such instances, the bidder shall have no claim against the OWNER. 11. TOUR OF PROJECT A site tour was conducted following the conference. No questions from bidders were offered at the tour. 12. ADJOURN Bidders were reminded to sign the Prebid Attendance Sheet. The meeting adjourned at approximately 11:45 following the tour of the project. Page 7 of 7
10
11 YARD WASTE MANAGEMENT AND COMPOSTING FACILITY BID FORM ADDENDUM 1 OCTOBER 29, 2013 ITEM DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE EXTENDED TOTAL YARD WASTE MANAGEMENT AND COMPOSTING FACILITY 1 Mobilization, Demobilization, Bonds, Insurance 1 LS 2 Temporary Stormwater Management and Controls 1 LS 3 Silt Fence 820 LF 4 Excavation 7,850 CY 5 Backfill 7,850 CY 6 Stockpile Excess Excavated Soils 1,850 CY 7 Undercut and Replace Unsuitable Soils w/ Onsite Soil 1,000 CY 8 Sediment Pond Rock Dam 2 EA 9 Fine Grade Access Road Subgrade 8,700 SY 10 Pavement with Geogrid 24,000 SY 11 24" RCP 108 LF 12 24" Precast Endwall with Class A Riprap Protection 4 EA 13 Miscellaneous Work and Clean Up 1 LS 14 Seeding and Mulching 3.5 AC TOTAL - YARD WASTE MANAGEMENT AND COMPOSTING FACILITY In Words: Submitted By (Company): Submitted By (Name of Company Reprentative): Representative's Signature: Date:
12
13
14
15
16
PROPOSAL AND BID FORM (Submit in triplicate)
Bidder SECTION 00300 PROPOSAL AND BID FORM (Submit in triplicate) Proposal of: (hereinafter called "Bidder" or "Contractor"), organized and existing under the laws of the State of doing business as a partnership
More informationForsyth County Procurement
August 1, 2017 Forsyth County Procurement Donna Kukarola, CPPO, CPPB, Procurement Director ADDENDUM #2 Bid 17-72-3340 For: Providing all materials, equipment and labor for the Jot em Down Road Water Tank
More informationADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:
ADDENDUM # 01 Date: 5/4/2018 Reference: IFB Number: 118-22-5-11 The following questions were submitted for clarification and/or to request additional information. All questions that were submitted are
More informationADDENDUM NO. 1 PRE-BID CONFERENCE: GENERAL: Great West Engineering, Inc N. Lakeharbor Lane Boise, Idaho (208)
Great West Engineering, Inc. 3363 N. Lakeharbor Lane Boise, Idaho 83703 (208) 576-6671 April 7, 2017 Whitman County Department of Public Works Carothers Road Solid Waste Facility Contact Water and Fire
More informationJob Order Sewer Repair Services
Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified
More informationMEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.
MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included
More informationADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )
PADRE DAM MunicIpal Water DIstrict An Everyday Essential ADDENDUM NO.1 Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN 212002) Bid Opening Date: May 22, 2012 Time: 10:00 a.m.
More informationA new Proposal Form is being issued with this Addendum, the following is an explanation of the changes, disregard originally issued form.
Courtyards Phase ADDENDUM NO. 1 May 2, 2016 PROJECT: Courtyards at the Oaks Phase 2 Paving & Incidental Drainage Improvements BID DATE: Tuesday, May 3, 2016, at 2:00 PM City Hall, City of Derby 611 Mulberry
More informationTABLE OF CONTENTS COVER PAGE 1 NO TABLE OF CONTENTS ADDENDUM ACKNOWLEDGEMENT
TABLE OF CONTENTS Sections Description No. of Return with Pages Submittal COVER PAGE 1 NO TABLE OF CONTENTS ADDENDUM ACKNOWLEDGEMENT 1 YES SECTION A CHANGES TO THE CONTRACT DOCUMENTS 1 NO SECTION B PRE-BID
More information**BID OPENING DATE CHANGE Bid Open Date: Thursday, March 29, 2018 at 11:00 AM
WESLIE Engineering Group PROJECT: Douglas County Stateline Flowage Dam Reconstruction Project Addendum #1 Date: Tuesday, March 20, 2018 To: Prospective Bidders **BID OPENING DATE CHANGE Bid Open Date:
More informationADDENDUM NO. 1. DATE ISSUED: June 1, 2018
ADDENDUM NO. 1 DATE ISSUED: June 1, 2018 BID #018-041 BIDDING AND CONTRACT DOCUMENTS FOR THE CLASS THREE LANDFILL CELLS 8-12 & CLASS TWO LANDFILL CLOSURE PROJECT GEORGETOWN COUNTY, SOUTH CAROLINA ****************************************************************************************************
More informationAddendum No. TWO Date:
Addendum No. TWO Date: 11.12.2018 Project: HICKORY GROVE RE-PAVING OF DRIVES & PARKING FOR THE JEFFERSON COUNTY HOUSING AUTHORITY, BIRMINGHAM, ALABAMA MCKEE PROJECT NO. 18-229 The following modifications/
More informationMemphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee
Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the
More informationRFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION
RFB # 18-0197 ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION The following information was conveyed and discussed
More informationCONTRACT SPECIFICATIONS FOR
COUNTY OF SACRAMENTO MUNICIPAL SERVICES CONTRACT SPECIFICATIONS FOR KIEFER LANDFILL On-site Perimeter Road Rehabilitation Project Manager: Sejin Oh, PE Sacramento County Department of Waste Management
More informationA D D E N D U M N O. 4
A D D E N D U M N O. 4 TO: PROJECT: All Prospective Bidders (T78) Drainage Improvements TxDOT CSJ No. Klotz Project No. 0500.041.002 ISSUE DATE: January 30, 2017 The following information is provided to
More informationBID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141
BID FORM PROJECT DESCRIPTION Ellis Avenue Stream Improvements City of Glasgow, KY PROJECT NUMBER GRW Project No.: 4339 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Glasgow 126 East Public
More informationCity of Eagle Point 2017 Paving Instruction to Bidders
City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for
More informationBASE BID Description Written & Numeric Price
PROPOSAL Proposal TxDOT CSJ No. Project : Airfield drainage improvements to alleviate storm water conveyance issues at in Liberty, TX. The improvements include: re-grading of existing concrete lined infields,
More informationAddendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications
Addendum No. 2 Project No. 2016-01EL West Barbour Street 12kV Underground Reconductoring Revisions to Drawings and Specifications Pre-Bid Meeting Notes and Scope of Work Clarifications Replace Section
More informationKalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:
Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer
More informationBID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:
BID FORM TxDOT CSJ No. 1507JNCTN Project Description: T-Hangar Development Project Bid by: Name of Bidder Address: Telephone: FAX: Email Address: To the Texas Department of Transportation hereinafter called
More informationPROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original
PROJECT BID NO EPWU PEM CONSULTANT SUBMITTED ON / / as a 95% (A) original RESUBMITTED ON / / as a 95% (B) revision 1.0 FRONT COVER 1.1 1.2 1.3 1.4 Title begins with location key words, otherwise with program/project
More informationADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.
TO: ALL HOLDERS OF CONTRACT DOCUMENTS FOR: City of Carlsbad, New Mexico Sanitary Sewer Interceptor 118 Upgrades Phase I Wade M. Chacon P.E. HDR Project Manager/Engineer Bid # 2016-32 ADDENDUM NUMBER ONE
More informationCITY OF TACOMA Department of Public Utilities Tacoma Power
CITY OF TACOMA Department of Public Utilities Tacoma Power ADDENDUM NO. 1 DATE: August 4, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0130F TPU Eductor Waste Decant Facility NOTICE TO ALL
More informationFinance & Technology Administrator (815) ext 223
2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative
More informationCounty of Georgetown, South Carolina
County of Georgetown, South Carolina 129 Screven Street, Suite 239 Georgetown, SC 29440-3641 Post Office Box 421270, Georgetown, SC 29442-4200 (843)545-3082 Fax (843)545-3500 purch@gtcounty.org ADDENDUM
More informationSPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project
RES. NO. PROPOSAL FOR THE COMPLETION OF 2015-28 TO THE SATISFACTION OF THE BUTLER COUNTY COMMISSIONERS AND THE COUNTY ENGINEER: SAID WORK CONSISTING OF TYLERSVILLE ROAD IMPROVEMENTS, PHASE I TO THE COUNTY
More informationADDENDUM 2 KODIAK ISLAND BOROUGH CHINIAK TSUNAMI CENTER AND LIBRARY Kodiak, AK
ADDENDUM 2 KODIAK ISLAND BOROUGH LIBRARY Kodiak, AK March 7, 2018 TO ALL PLAN HOLDERS OF RECORD: This addendum forms part of and modifies the contract documents as noted below. Bidders must acknowledge
More informationFOR BID # STINSON ROAD PAVING AND DRAINAGE IMPROVEMENTS. BID # BLONDY JHUNE ROAD RECONSTRUCTION (Base and Add Alternative 1)
January 23, 2019 ADDENDUM NO. 1 FOR BID #015-19 STINSON ROAD PAVING AND DRAINAGE IMPROVEMENTS BID #016-19 BLONDY JHUNE ROAD RECONSTRUCTION (Base Add Alternative 1) BID # 017-19 WINNINGKOFF ROAD PHASE 2
More informationThe Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.
1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax 6 March 2018 Arizona California Colorado Kansas Louisiana Missouri Nebraska New Mexico Texas Utah ADDENDUM NO. 2 RE: City of Kingman,
More informationAnswer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?
ADDENDUM NO. 1 July 26, 2017 223837 RE: FROM: TO: CITY OF BARRE HMGP STORM DRAIN IMPROVEMENT PROJECTS DuBOIS & KING, INC. P.O. Box 339 Randolph, Vermont 05060 (802) 728-3376 Prospective Bidders This Addendum
More informationPUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)
PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL
More informationDOCUMENT BID PROPOSAL
DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of
More informationTRIAD ENGINEERING CONSULTANTS, INC.
TRIAD ENGINEERING CONSULTANTS, INC. 2638 Willard Dairy Rd Providing High Point, NC Suite 100 Plumbing, Mechanical and 27265 (336) 454-0225 Electrical Engineering Services Since 1984 admin@triadengmep.com
More informationADDENDUM NO. 1 NOVEMBER 8, 2016
SAN ANTONIO WATER SYSTEM C_13 BROADWAY CORRIDOR PROJECT SEWER REHABILIATION PACKAGE 2.C AND 4.C SAWS JOB NO. 15-45111 (2.C) & 15-4514 (4.C) SOLICITATION NO. CO-00097 ADDENDUM NO. 1 NOVEMBER 8, 2016 TO
More informationADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders
ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS TO: All Plan Holders and Prospective Bidders TITLE: Hills of Cedar Creek East Phase 2 PROJECT NO: LOCATION: OWNER: EGA181011 Council Bluffs, IA. City
More informationNOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH
November 29, 2018 NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH To Holders of Bid Proposals: Please make the following clarifications, additions,
More informationMarch 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS
March 6, 2006 ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS The attention of all Bidders submitting Proposals for the
More informationBIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY
BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451
More informationSUBJECT: ADDENDUM #1 IFB # Taxiway A Rehabilitation - Bid Package 1 at Myrtle Beach International Airport (MYR) NOTICE of REVISIONS:
Office of Procurement Conway, SC 29526 3230 Hwy 319 E Conway, SC 29526 843.915.5380 (Ph) 843.365.9861 (Fx) TO: FROM: ALL INTERESTED PARTIES Kimberly Massie, CPPB, Director of Procurement DATE: May 31,
More informationThe bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.
ADDENDUM NO. FOUR March 5, 2018 NORTH IDAHO COLLABORATIVE EDUCATION BUILDING North Idaho College, Coeur d Alene, ID DPW PROJECT 16251 - H2A PROJECT 1616 This addendum is hereby incorporated into and is
More informationSUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT
CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed
More informationSAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD
TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,
More informationPROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67
August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont
More informationLOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department
Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College
More informationOCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director
OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC 29691 Robyn M. Courtright, CPPO, Procurement Director Tronda Spearman, CPPB, Assistant Procurement Director Telephone: 864-638-4141
More informationJUDD STREET LIFT STATION DEWATERING CONTRACT
JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,
More information1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents.
PROJECT NO. 13-130.03 Splash Pad at Lakeside Park ADDENDUM #4 `` Splash Pad at Lakeside Park Pell City, AL WBA No. 13-130.03 OWNER: City of Pell City 1905 First Ave. North Pell City, AL 35125 ph. (205)338-2244
More informationSECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1
SECTION 00301 May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1 PROJECT IDENTIFICATION: Pima Canal, Reach BW-IA, SCIDD Lateral 2-31-1 and Private Ditches Relocations. CONTRACT IDENTIFICATION (NUMBER AND DATE):
More informationRFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered
RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater
More informationextrudesection 00301 BID FORM PROJECT IDENTIFICATION: CONSTRUCTION OF PROPOSED DRAINAGE IMPROVEMENTS THIS BID IS SUBMITTED TO: THE CITY OF FREDERICKSBURG, TEXAS, herein after referred to as OWNER. 1. Enter
More informationADDENDUM NO. 1 APRIL 24, 2017
DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS
More informationAddendum No. 1 Issue Date: March 29, 2016
Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South
More informationCOUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016
WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center
More informationCITY OF PEACHTREE CITY HEADWALL REPLACEMENT - STORMWATER 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 HEADWALL REPLACEMENT - STORMWATER ADDENDUM #2 The
More informationNOTICE TO BIDDERS FOR
CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder
More informationADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB
ADDENDUM NO. ONE Notice is hereby given that on June 22, 2017 at 11:00 AM (Prevailing time), sealed proposals will be opened and read in public by the Purchasing Agent in the Mercer County McDade Administration
More informationADDENDUM NO. 1. SUBJECT: Revised Specification Sections Bid Form and Measurement and Payment
ADDENDUM NO. 1 ITB-SW-09-11 Rae Drive and Riviera Drive ISSUE DATE: September 14, 2009 BID DATE: October 8, 2009 SUBJECT: Revised Specification Sections 00100 - Bid Form and 01025 Measurement and Payment
More informationCity of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders
City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting
More informationADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018
Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu
More informationThe purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.
HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 6/19/15 BID NO. ITB 15-044 ADDENDUM No. 2 Project.: Owner: Lake Josephine Drive resurfacing Highlands County BCC Attn:
More informationCity of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion
City of Tacoma Tacoma Public Utilities Tacoma Power REQUEST FOR BIDS PG14-0667F Alder Lake Park Sewage Treatment Expansion Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, April 14, 2015 Submittal
More informationAddendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018
155 Corey Avenue St. Pete Beach, FL 33706-1839 www.stpetebeach.org Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated
More informationCONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553
ADDENDUM #4 CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 CLASSROOM NOTIFICATION DEVICE INSTALLATION - DISTRICTWIDE Contra Costa College / Diablo College / Los Medanos College Date: May
More informationHAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016
HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 1. THIS ADDENDUM IS HEREBY MADE AS PART OF THIS CONTRACT SPECIFICATION. THIS ADDENDUM IS ISSUED
More informationCOUNTY OF SAN JOAQUIN
August 1, 2012 COUNTY OF SAN JOAQUIN General Services Department 44 North San Joaquin Street, Suite 590 Stockton, California 95202-2778 (209) 468-3357, Fax (209) 468-2186 GABRIEL E. KARAM Director Capital
More informationAddendum No. 1 Page 1 of 2
Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT
More informationTELEPHONE: (215) Addendum No. 03
THE SCHOOL DISTRICT OF PHILADELPHIA SCHOOL REFORM COMMISSION Office of Capital Programs 440 North Broad Street, 3 rd Floor Suite 371 Philadelphia, PA 19130 TELEPHONE: (215) 400-4730 Addendum No. 03 Subject:
More informationOUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE
OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE Due Date: August 3, 2017 1.0 Overview The Outagamie County Department of Recycling
More informationMAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5
MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2017.02 Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 The following changes are made to the Proposal, Specifications and Plans: SPECIFICATIONS:
More informationSan Antonio Water System ADDENDUM NO. 1
San Antonio Water System ADDENDUM NO. 1 Historic Mission Reach, Phase IV ADDENDUM NO. 1 To Bidder of Record: February 26, 2010 This addendum, applicable to work referenced above, is an amendment to the
More informationFORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE
FORMAL BID 2018-109 KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE BID SUBMISSION DEADLINE & LOCATION TUESDAY, FEBRUARY 27, 2018 3:00 PM Mailing Address: 614
More information2018 Winter/Spring Gravel Stockpile
REQUEST FOR TENDER 2018 Winter/Spring Gravel Stockpile Loading, Hauling and Stockpiling Gravel Date: January 8 th, 2018 Municipality of Souris-Glenwood 100 2 nd St S Box 518 Souris, MB R0K 2C0 Municipality
More informationDRAFT TECHNICAL SPECIFICATIONS FOR
DRAFT TECHNICAL SPECIFICATIONS FOR DETROIT RIVER AOC STONY ISLAND HABITAT RESTORATION PROJECT THE DETROIT RIVER, WAYNE COUNTY, MICHIGAN FOR INFORMATION JANUARY, 2016 Prepared for: FRIENDS OF THE DETROIT
More informationITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL DESCRIPTION
ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL DESCRIPTION 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer
More informationI. General Information. A. Project Team & Contacts: Role Company Name Phone City of Johnson City Jeff Owner Water & Sewer Harmon, PE Department
I. General Information Civil Engineering Surveying Environmental Consulting Tysinger, Hampton & Partners, Inc. OPTIONAL PRE-BID MEETING MINUTES Austin Springs Road Water Line Replacement Project ITB #6190
More informationTRIAD ENGINEERING CONSULTANTS, INC.
TRIAD ENGINEERING CONSULTANTS, INC. 2638 Willard Dairy Rd Providing High Point, NC Suite 100 Plumbing, Mechanical and 27265 (336) 454-0225 Electrical Engineering Services Since 1984 admin@triadengmep.com
More informationADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019
DENNIS M. LARIOS, P.E. CHRISTOPHER J. ZELL, L.L.S. Lic. No. 58747 Lic. No. 49629 BRINNIER and LARIOS, P.C. PROFESSIONAL ENGINEERS & LAND SURVEYORS 67 MAIDEN LANE DESIGN KINGSTON, NEW YORK 12401 SUBDIVISIONS
More information2. Clarification: The building address is 801 Henderson Street.
East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction
More informationCONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE
CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson
More informationSANBORN COUNTY
Sheet 1 of 12 SPECIFICATIONS ESTIMATE OF QUANTITIES BID ITEM NUMBER ITEM QUANTITY UNIT 009E0010 Mobilization Lump Sum LS 110E0500 Remove Pipe Culvert 134 Ft 110E1010 Remove Asphalt Concrete Pavement 178
More informationREQUEST FOR WRITTEN BIDS
Parks & Recreation Department 9355 East Stockton Blvd., Suite 185 Elk Grove, CA 95624 REQUEST FOR WRITTEN BIDS TO: ALL PROSPECTIVE BIDDERS DATE: March 9, 2016 Project Managers: Priscilla Oliver, Landscape
More informationDOCUMENT ADDENDA AND MODIFICATIONS
DOCUMENT ADDENDA AND MODIFICATIONS PART 1 1.1 PROCEDURE GENERAL A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. Modified June 20, 2017 Addenda and Modifications
More informationAGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am
AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:
More informationBID BLACKTOP RESURFACING
PO Box 159 Wascott, WI 54890 BID BLACKTOP RESURFACING - 2015 General Information for Bidders Sealed bids must be received by 12:00 Noon, Monday, June 29, 2015, at the Wascott Town Hall as stated in the
More informationST. GABRIEL OF THE SORROWFUL MOTHER CHURCH
ADDENDUM NO. 1 TO CONTRACT DOCUMENTS DATED FEBRUARY 12, 2015 FOR ADDITION TO ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH Located at 8910 Gap Newport Pike Avondale, PA 19311 ARCHITECT 270 South Main Street,
More informationAD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN
ADDENDUM NO. 1 ITB-U-11-05 CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ISSUE DATE: February 14, 2011 BID DATE: TO: SUBJECT: INTENT: March 1, 2011 @ 2:00 P.M. All Prospective Bidders and Others
More informationMain Building Auditorium
Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform
More informationAddendum #1. Beaver Dam Creek Trail & Pedestrian Bridge Phase 1 Town of Damascus, Virginia VDOT # EN , PE101, C501 UPC #51977
Addendum #1 Beaver Dam Creek Trail & Pedestrian Bridge Phase 1 Town of Damascus, Virginia VDOT # EN99-205-101, PE101, C501 UPC #51977 Hill Studio Project # 0172 July 24, 2017 Contents: Pre-bid Meeting
More informationWater Pollution Control for Work in Sensitive Areas
Water Pollution Control for Work in Sensitive Areas 10-1. WATER POLLUTION CONTROL The Contractor is advised that failure to fully comply with the provisions of this Section, and all requirements listed
More informationDEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245
DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and
More informationRevised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY
Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY (Company Name) Port Commissioners Port of Corpus Christi Authority P. O. Box 1541 Corpus Christi,
More informationADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:
ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum
More informationBID FORM (LUMP SUM CONTRACT)
BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an
More informationNOTICE TO OFFERORS ADDENDUM NO. 2 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH
September 20, 2018 NOTICE TO OFFERORS ADDENDUM NO. 2 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH To Holders of Bid Proposals: Please make the following clarifications, additions,
More informationAddendum 2 Electrical Clarifications. 1. Drawing E2: Delete typical detail references: 3. Drawing E2: Add detail reference at pole A 7: 2 P age
Addendum 2 Electrical Clarifications 1. Drawing E2: Delete typical detail references: 2. Drawing E2: Add detail reference at pole A 4: 3. Drawing E2: Add detail reference at pole A 7: 2 P age 4. Drawing
More information2019 Winter Gravel Stockpile
REQUEST FOR TENDER 2019 Winter Gravel Stockpile Loading, Hauling and Stockpiling Gravel Date: January 21, 2019 Municipality of Souris-Glenwood 100 2 nd St S Box 518 Souris, MB R0K 2C0 Municipality of Souris-Glenwood
More informationPRE-BID CONFERENCE AGENDA. Lime Sludge Drying Beds Maintenance. for Lewis & Clark Regional Water System, Inc. Tea, South Dakota
1. INTRODUCTIONS PRE-BID CONFERENCE AGENDA for Lewis & Clark Regional Water System, Inc. Tea, South Dakota Pre-Bid date March 14, 2017-2:00 PM CDT 2. ROSTER Please sign the roster sheet 3. WORK INCLUDES:
More informationResidential Site Soil Erosion and Sedimentation Control Permit Application
Residential Site Soil Erosion and Sedimentation Control Permit Application Kent County Road Commisson Permit No. Exp. Date 1500 Scribner Avenue NW Grand Rapids, MI 49504 Permit Fee Paid (616) 242-6920
More information