NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

Size: px
Start display at page:

Download "NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH"

Transcription

1 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, deletions, revisions, or modifications are made to the original referenced solicitation. All other plans, specifications, terms, and conditions remain unchanged. Offerors shall acknowledge receipt of this Addendum on the Bid Form where indicated. For this addendum and all other project related documents please visit the Sharepoint link below (case sensitive) or the Shenandoah County website. PRE-BID MEETING: A NON-MANDATORY pre-bid meeting was held on November 20, 2018 at 1:00 PM at the project site. INTRODUCTIONS Patrick Felling County of Shenandoah, Director of Solid Waste Management Tyler Austin Racey Engineering, Project Manager ANTICIPATED SCHEDULE Questions Due to Racey Engineering in writing November 28, 2018 by 4:00 pm EST via or fax. Bids Due to Shenandoah County at the County Administrator s Office, 600 N. Main Street, Woodstock, VA 22644, ATTN: Evan Vass, Assistant County Administrator December 4, 2018 by 2:00 pm EST. Bids will be opened immediately after. Notice to Proceed Anticipated January 1, of 5

2 Substantial Completion May 15, 2019 More Detail Below Waste Collection Site Development Plan County of Shenandoah Addendum No. 1 November 29, 2018 PROJECT DOCUMENTS (Project Manual and Drawings) Available for Download from Sharepoint at the link above Taustin@raceyengineering.com Available for Purchase (Hard Copy & CD) o Taustin@raceyengineering.com PROJECT OVERVIEW & DETAILS 1. A Bid Security Bond of 5% is required. It shall be included with the bid package with the form in Section A standard 100% Labor & Material and Performance Bond is required. 3. Insurance Requirements are listed in Section 0400 County of Shenandoah, Virginia General Terms and Conditions. A COI must be provided by the contractor before NTP is issued. 4. Substantial Completion is May 15, This will be reflected in the NTP which is anticipated to be issued January 1, Substantial Completion is defined as the construction entrance and paving completed, and all other work completed with stone placed for the facility to be fully operational. 5. There are liquidation damages at the rate of per day after the Substantial Completion Date for each day the project is not substantially complete. 6. The Contractor must keep the access to the adjacent property open at all times during construction. The adjacent owner s access road is shared with the current entrance. This is a Lump Sum Bid Proposal with breakouts A-G on the Bid Form as well as one Bid Alternate and one Bid Additive items. THE BID FORM HAS BEEN REVISED and is included in this addendum. The pavement section has been revised to reflect the removing of 6 of asphalt millings and adding back 6 of VDOT 21-B stone compacted and placed flush will all pad surfaces. This additional stone section shall be included under Bid Form Part G: 6 Stone Surface Course. See the revised sheet C501. A summary of the bid items are below and the additions are in red: a. General Conditions, Mobilization, Permit Fees 2 of 5

3 Waste Collection Site Development Plan County of Shenandoah Addendum No. 1 November 29, 2018 b. Sitework/Earthwork including drainage, storm drain piping, and electrical conduit installation c. Bioretention The installation of the system will be by Contech. Racey will provide Contech s cost for installation of this system in a response to a question below. Bidders are to use this plug number and add their cost for the remaining work required and specified by Contech to be completed by the Contractor. d. Commercial Entrance Construction including Traffic Control, Curb and Gutter, stone, and Asphalt Paving e. Concrete work for all pads including the retaining walls f. Stone Subbase all stone on the site needed for backfilling behind the retaining walls, pipes, under slabs, and to reach subbase grade for the roadway and the entire upper site area. g. Stone Surface Course All stone needed to place the compacted 6 VDOT 21-B Stone Surface Course to finished grades on the roadway and upper site area flush with all concrete slabs. Detail #2 on Sheet C501 has been updated to reflect a stone section. Bid Alternate No. 1: All labor, materials, services and equipment necessary for the substitution and placement of 6 (final post-rolled depth) of asphalt millings to finished grades on the roadway and upper site area flush with all concrete slabs in place of the 6 of VDOT 21-B stone in Part G above and as shown on the Drawings and in the Project Manual and in the Addenda (if issued). The County has approximately 150 to 200 tons of millings located due east of the project entrance and just across the railroad tracks for use on this project. The Contractor will be responsible for hauling these millings across the road and utilizing them along with the remainder that the Contractor will provide. Bid Additive No. 1: All labor, materials, services and equipment necessary for the Excavation of Rock Material, where authorized or directed, and completed as defined in the specifications, billed on a per hour basis for rock removal. Loading and disposal of rock shall be handled as part of the base bid under Part B. above. 7. Bidders are strongly encouraged to begin their review with the bid form, instructions to bidders as well as the General Terms and Conditions (Section 0400). 8. A schedule of values is needed before 1 st payment (example provided in Section 0800). 9. Maintenance of Traffic and VDOT Land Use Permit is the responsibility of the Contractor and shall be included in the bid. 3 of 5

4 Waste Collection Site Development Plan County of Shenandoah Addendum No. 1 November 29, The Owner may conduct Construction Materials Testing on this project. The testing will be paid for by the owner, but the Contractor will be responsible for coordination of inspections with the testing agency. If testing is conducted, the Testing Consultant will test all concrete items, compaction at subbase and subgrade, and compaction of asphalt paving at the commercial entrance. 11. Construction Survey/stakeout is to be included in the Contractors bid. Racey Engineering will provide a quote to each bidder if requested. 12. The proposed fence is to be installed by County forces and is not part of the contract. QUESTIONS: 1. Since there is an hourly rate for rock removal and rock removal is classified in the specifications, why is blasting allowed. Response: Blasting is not permitted on this project. Revise Spec section item 3.3A to reflect this. 2. Spec section item 3.10 A.1 states that material not needed can be disposed of in the waste pit and info on erosion and sediment control drawings. I do not see the area mentioned. Does the owner have a waste pit for this much material? Section 3.19 states to remove waste material offsite. Would excess rock be considered waste? Response: All excess material, including rock, must be removed from the site and can be disposed of on the neighboring property where the pre-bid meeting was held. Rock is considered waste and will not need to be separated out from the soil. Please see the attached exhibit of the location of the disposal area. The excess material must be leveled out and stabilized per the Erosion and Sediment Control Narrative and Handbook. 3. Who is responsible for getting the SWPP permit? Response: The Contractor is responsible for the VSMP Permit and the County Grading Permit. The Stormwater Plans have been submitted to DEQ and should expect approval before NTP. The Contractor will be the VSMP Holder/Operator and will need to pay the associated fees for each required permit is as follows: VSMP - 2, County Grading No fee, but will need to obtain permit. Racey will provide the SWPPP for the contractor to update and manage during the construction process. 4 of 5

5 Waste Collection Site Development Plan County of Shenandoah Addendum No. 1 November 29, Price on Bioretention a plug for all? Response: Yes, the bidders shall use a fixed price of 35,000 for the bioscope system package from the supplier. This package will include supplying the material (media, mulch, underdrain stone, underdrain piping, erosion control perimeter and plants) as well as the cost of the certified maintenance provider installing the system. This does not include any excavation for the system. Please review Contech s site preparation and activation request checklist provided in the specifications, which the Contractor should follow and provide before scheduling installation of the system. Also review the bioscope plans and notes on sheets C303 of the Bid Plans. Under Bid Form Part C. - Biorentention the Contractor shall also include any costs associated with managing and/or any work required to get the site prepared for the Bioscape Vendor that is not in Bid Form Part A Sitework/Earthwork. ADDITIONAL INFORMATION: Since unsuitable soils are the responsibility of the Contractor, the following shall be used as a bid basis where unsuitable materials are encountered. If the actual depth of unsuitable soils varies from this section, a change order will be issued: o Undercut 24 below proposed subgrade per the Spec o Place Mirafi 140N or equivalent non-woven geotextile fabric o Backfill and compact 18 OGB stone to top of subbase elevation. Cap with typical section as specified. SUMMARY OF ATTACHMENTS: Pre-Bid Sign-in Sheet Revised Bid Form Revised Sheet C501 Disposal Area Exhibit Prepared By: Tyler S. Austin, PE, LS Project Manager Point of Contact[close] 5 of 5

6

7 0300 BID FORM The undersigned, having visited and examined the site and having carefully studied the drawings and project manual for the County of Shenandoah, Waste Collection Site Development Plan Project, hereby proposes to furnish all plant, labor, equipment, materials, and services and to perform all operations necessary to execute and complete the work required for the project in strict accordance with the Drawings dated November 7, 2018 and the Project Manual dated November 7, 2018, together with addenda numbered, issued during bidding period and hereby acknowledged subject to the terms and conditions of the Agreement for the following sums of money: BASE BID PROPOSAL All labor, services, and equipment necessary for the completion of the work shown on the Drawings and in the Project Manual and in the Addenda (if issued). Part A. All labor, services and equipment necessary for the completion of the General Conditions, Mobilization, and Permit Fees shown on the Drawings and in the Project Manual and in the Addenda (if issued) Part B. All labor, services and equipment necessary for the completion of the Sitework/Earthwork including drainage, electrical conduit, and storm drain piping as shown on the Drawings and in the Project Manual and in the Addenda (if issued) Part C. All labor, services and equipment necessary for the completion of the bioretention shown on the Drawings and in the Project Manual and in the Addenda (if issued). Price to include 35,000 for Contech to install the Filterra Bioscape system. This item also includes all costs by the Contractor to manage the installer, and site preparation for the Installer that is not included in Part A

8 Part D. All labor, materials, services and equipment necessary for the VDOT Commercial Entrance Construction including Traffic Control, Curb and Gutter, Stone, and Asphalt Paving as shown on the Drawings, in accordance with the VDOT WAPM, and in the Project Manual and in the Addenda (if issued) Part E. All labor, materials, services and equipment necessary for the completion of the Concrete work for all pads and retaining walls as shown on the Drawings and in the Project Manual and in the Addenda (if issued) Part F. All labor, materials, services and equipment necessary for the completion of the Stone Subbase to include all stone on the site required for backfilling behind the retaining walls, pipes, under slabs, and to reach subbase grade for the roadway (minus the commercial entrance) and the entire upper site area as shown on the Drawings and in the Project Manual and in the Addenda (if issued) Part G. All labor, materials, services and equipment necessary for the completion of the Stone Surface Course to include all stone and work required to place the compacted 6 VDOT 21-B Stone Surface Course to finished grades on the roadway and upper site area flush with all concrete slabs as shown on the Drawings and in the Project Manual and in the Addenda (if issued THE TOTAL BASE BID (SUM OF PARTS A THRU G ABOVE):

9 Bid Alternate No. 1: All labor, materials, services and equipment necessary for the substitution and placement of 6 (final post-rolled depth) of asphalt millings to finished grades on the roadway and upper site area flush with all concrete slabs in place of he 6 of VDOT 21-B stone in Part G above and as shown on the Drawings and in the Project Manual and in the Addenda (if issued) Bid Additive No. 1: All labor, materials, services and equipment necessary for the Excavation of Rock Material, where authorized or directed, and completed as defined in the specifications, billed on a per hour basis for rock removal. Loading and disposal of rock shall be handled as part of the base bid under Part B. above. Rock per hour This bid submitted by (name of firm): It is understood and agreed that the Owner, in protecting its best interests, reserves the right to: or a. Reject any and all bids, or waive any defects in favor of the County of Shenandoah b. Accept any bid at the bid price, whereupon the contractor shall furnish equipment and materials as specified

10 Racey Engineering, PLLC, All Rights Reserved. Any reuse or modification of these documents, including Drawings and Specifications (hard copy or electronic), without written verification or adaptation by Racey Engineering, PLLC is strictly prohibited. 1 COMPACTED VDOT NO. 21B STONE CONCRETE PAD TYPICAL SECTION 6 COMMONWEALTHOFVIRGINIA PROFESSIONALENGINEER BID SET 6 ADDENDUM NO. 1 TSA TSA 09/14/18 2 STANDARD DUTY PAVEMENT TYPICAL SECTION 5 TYPICAL CONCRETE RETAINING WALL SECTION RACEY ENGINEERING PLLC 312 WEST MAIN ST - P.O. BOX 387 LURAY, VA PH: (540) FAX: (540) P:\2017\6181-A Strasburg Recycling Center Re-Design\8. DESIGN\4. DWG\CIVIL\COMPOSITE 3 ENTRANCE PAVEMENT TYPICAL SECTION 4 BLANKET MATTING - TREATMENT #2 6 TEMPORARY RIGHT-OF-WAY DIVERSION

11 ADDENDUM NO. 1 DISPOSAL AREA LOCATION EXHIBIT PROPOSED DISPOSAL AREA FOR MATERIAL 6181-A - SHENANDOAH CO. WASTE COLLECTION SITE DEVELOPMENT 11/29/18 PROJECT SITE

NOTICE TO OFFERORS ADDENDUM NO. 2 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

NOTICE 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 information

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

ADDENDUM # 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 information

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SUQUAMISH 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 information

PURCHASING DEPARTMENT. Project # Addendum # # of pages Original Issue Date April 24, 2015

PURCHASING DEPARTMENT. Project # Addendum # # of pages Original Issue Date April 24, 2015 PURCHASING DEPARTMENT The bid listed below has had addenda issued. Documents are available over the Internet at http://www.norwalkct.org Adobe Acrobat reader is required to view this document. If you do

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION CITY OF ALBANY Public Works Department ADDENDUM #1 ST-13-04-2014, MAIN STREET REHABILITATION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and

More information

SECTION GENERAL EXCAVATION

SECTION GENERAL EXCAVATION 02210-1 of 11 SECTION 02210 GENERAL EXCAVATION 02210.01 GENERAL A. Description 1. General excavation shall include but not necessarily be limited to, excavation and grading for general site work, roadways,

More information

ANNE ARUNDEL COUNTY Department of Public Works DATE: 01/25/2017 FROM: Rich Osborn, P.E., Prof.L.S., Project Manager, Bureau of Engineering SUBJECT: Minutes for Pre-Bid Meeting January 19, 2017 South Shore

More information

November 29, CITY OF PLANT CITY Purchasing Division (813)

November 29, CITY OF PLANT CITY Purchasing Division (813) November 29, 2018 CITY OF PLANT CITY Purchasing Division (813) 659-4270 IFB 18-014UM-LG 12-inch Water Transmission Main-Franklin St., Hancock St. and Terrace Drive West ADDENDUM No. 3 *Bidders are required

More information

Forsyth County Procurement

Forsyth 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 information

For Addendum No. 6 Revised Bid Form Page 1 of 7. Revised Bid Form

For Addendum No. 6 Revised Bid Form Page 1 of 7. Revised Bid Form For Addendum No. 6 Revised Bid Form Page 1 of 7 Revised Bid Form Deliver bid to: CITY OF FREDERICK PURCHASING DEPARTMENT 111 AIRPORT DRIVE EAST FREDERICK MARYLAND 21701 CITY OF FREDERICK WWTP ENR UPGRADE

More information

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE REQUEST FOR BIDS 1. RECEIPT OF BIDS The Town of Freeport will receive sealed Bids, clearly marked and addressed to: Bid for Culvert Replacement Project 2015-1, Freeport Town Engineer, Town Hall, 30 Main

More information

BID FORM (LUMP SUM CONTRACT)

BID 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 information

Please ensure receipt of this Addendum is acknowledged on page 1 of the Form of Tender.

Please ensure receipt of this Addendum is acknowledged on page 1 of the Form of Tender. No. 1 Project: 47th Ave Road Reconstruction Owner: District of Chetwynd Date: March 5, 2019 Ref. No.: 1320.0095.01 This Addendum is issued prior to Tender Closing Date, in accordance with the Tender Documents

More information

Addendum No. TWO Date:

Addendum 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 information

DOCUMENT ADDENDA AND MODIFICATIONS

DOCUMENT 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 information

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices. SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section

More information

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

Answer 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 information

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING Section Number Title 301 GENERAL 302 MATERIALS SPECIFICATIONS 303 CLEARING

More information

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

The 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 information

ADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB

ADDENDUM 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 information

County of Georgetown, South Carolina

County 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 information

TELEPHONE: (215) Addendum No. 03

TELEPHONE: (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 information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 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 ****************************************************************************************************

More information

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

ADDENDUM 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 information

Addendum No. 1 Page 1 of 2

Addendum 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 information

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. 2017-1 43 SOUTH GRANVILLE WATER AND SEWER AUTHORITY H STREET BY-PASS

More information

CITY OF TACOMA Department of Public Utilities Tacoma Power

CITY 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 information

CHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) TEMI DRIVE CONSTRUCTION

CHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) TEMI DRIVE CONSTRUCTION CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 October 7, 2014 ITB NO. 15-10 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES)

More information

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: April 22, 2009 To: Prospective Bidders/Plan Holders From: Abraham Campos, PE on behalf of City of El

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 December 28, 2018 The Platte County Board of Supervisors will

More information

CITY OF LONGWOOD. Fostering citizen trust and cultivating a prosperous community ADDENDUM II. June 6, 2016

CITY OF LONGWOOD. Fostering citizen trust and cultivating a prosperous community ADDENDUM II. June 6, 2016 CITY OF LONGWOOD Fostering citizen trust and cultivating a prosperous community ADDENDUM II June 6, 2016 To: Prospective Bidders & All Others Concerned From: Greg Kirby, Purchasing Manager Subject: IFB

More information

SECTION SITE GRADING. Part 1 - General Work Included Related Requirements Reference Standards...

SECTION SITE GRADING. Part 1 - General Work Included Related Requirements Reference Standards... SECTION 02210 - SITE GRADING CONTENTS: Part 1 - General... 1 1.01 Work Included... 1 1.02 Related Requirements... 1 1.03 Reference Standards... 1 1.04 Quality Assurance... 1 1.05 Measurement and Payment...

More information

SECTION UNCLASSIFIED EXCAVATION AND GRADING

SECTION UNCLASSIFIED EXCAVATION AND GRADING SECTION 02210 UNCLASSIFIED EXCAVATION AND GRADING PART 1 GENERAL 1.1 DESCRIPTION Work in this section includes the excavation, undercut excavating, grading, earthwork and compaction required as shown on

More information

ADDENDUM NO. 1 PRE-BID CONFERENCE: GENERAL: Great West Engineering, Inc N. Lakeharbor Lane Boise, Idaho (208)

ADDENDUM 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 information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 HILLIARD S POND DAM REMOVAL AND BIGELOW BROOK STREAM CHANNEL RESTORATION BID NO. 14/15-74

More information

City 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 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 information

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 3690 NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Commissioners Kitsap County 614 Division Street Port

More information

SECTION 18 - EARTHWORK TABLE OF CONTENTS

SECTION 18 - EARTHWORK TABLE OF CONTENTS SECTION 18 - EARTHWORK TABLE OF CONTENTS Section Page 18-1 GENERAL... 18.1 18-2 ROADWAY EXCAVATION... 18.1 18-2.01 General... 18.1 18-2.02 Unsuitable Roadway Excavation and Backfill... 18.1 18-2.03 Surplus

More information

1.01 GENERAL. l.02 PIPELINE TRENCH EXCAVATION PIPELINES AND STRUCTURES REVISION: SECTION 1 PAGE : 1-1

1.01 GENERAL. l.02 PIPELINE TRENCH EXCAVATION PIPELINES AND STRUCTURES REVISION: SECTION 1 PAGE : 1-1 1.01 GENERAL A. The Contractor shall perform all excavation, backfilling, grubbing and grading required for construction and installation of pipelines, structures and appurtenances. Excavation shall include

More information

ADDENDUM #1 Dated: August 14, Lubna Drive Water Booster Station Effective Water Storage Improvements Project Town of Christiansburg

ADDENDUM #1 Dated: August 14, Lubna Drive Water Booster Station Effective Water Storage Improvements Project Town of Christiansburg Town of Christiansburg Lubna Drive Booster Station 8/14/2015 ADDENDUM #1 Dated: August 14, 2015 Lubna Drive Water Booster Station Effective Water Storage Improvements Project Town of Christiansburg 1.

More information

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form.

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form. ADDENDUM #2 JUNE 30, 2017 APRON REHABILITATION PHASE 3 HENRY E. ROHLSEN AIRPORT ST. CROIX, U.S. VIRGIN ISLANDS FAA AIP No.: 3-78-0002-037-2017 This addendum modifies or interprets the proposal documents

More information

I. General Information. A. Project Team & Contacts: Role Company Name Phone City of Johnson City Jeff Owner Water & Sewer Harmon, PE Department

I. 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 information

SOUTHSIDE TOWNSHIP ROADWAY STANDARDS POLICY Adopted September 7, 2004

SOUTHSIDE TOWNSHIP ROADWAY STANDARDS POLICY Adopted September 7, 2004 SOUTHSIDE TOWNSHIP ROADWAY STANDARDS POLICY Adopted September 7, 2004 General: Sections of the Minnesota Department of Transportation (Mn/DOT), Standard Specification for Construction, 2000 or Current

More information

Table of Contents for Guide Specifications

Table of Contents for Guide Specifications Table of Contents for Guide Specifications 01270A Measurement and Payment 01355A Environmental Protection 01356A Storm Water Pollution Prevention Measures 01421 Basic Storm Water Pollution Prevention Plan

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS 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 information

Construction Specification for General Excavation

Construction Specification for General Excavation Engineering & Construction Services Division Standard Specifications for Road Works TS 2.10 September 2018 for General Excavation Table of Contents TS 2.10.01 SCOPE... 2 TS 2.10.02 REFERENCES... 2 TS 2.10.03

More information

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project

More information

EROSION AND SEDIMENTATION CONTROL SECTION 1 - GENERAL 1.1 SUMMARY

EROSION AND SEDIMENTATION CONTROL SECTION 1 - GENERAL 1.1 SUMMARY 31 25 00 EROSION AND SEDIMENTATION CONTROL SECTION 1 - GENERAL 1.1 SUMMARY A. Erosion and sedimentation control shall be provided by the Contractor for all areas of the site denuded or otherwise disturbed

More information

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016 ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP #2017-01 NOTICE TO PROSPECTIVE BIDDERS June 7, 2016 Prospective bidders are hereby informed of the following corrections, additions, deletions, and/or modifications

More information

BRIDGE DISTRICT. City of West Sacramento. Phase 1 Infrastructure Improvement Project. Monthly Status Report

BRIDGE DISTRICT. City of West Sacramento. Phase 1 Infrastructure Improvement Project. Monthly Status Report BRIDGE DISTRICT Phase 1 Infrastructure Improvement Project (for work completed thru November 2011) Cover Photo: Joint Utility Trench installation along Fifth Street just north of Bridge Street. Page 1

More information

Gateway Lake Bank Restoration

Gateway Lake Bank Restoration Gateway Lake Bank Restoration February 15 th, 2018 PROJECT: OWNER: TO: Gateway Lake Bank Restoration Gateway Services Community Development District (GSCDD) 13240 Griffin Drive Fort Myers, FL 33913 All

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. Bid # D03211 Bid Opening: 1:00PM Location: East Carolina University

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. Bid # D03211 Bid Opening: 1:00PM Location: East Carolina University Bids will be publicly opened at the NC State Surplus Property Agency (SSPA) at the time and date specified. By signature, I certify that all bidder information is accurate and I agree to the Instructions,

More information

RFB 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, 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 information

YES, we received Addendum No. 1

YES, we received Addendum No. 1 TRANSMITTAL SHEET Date sent: Friday, April 6, 2018 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering Number of pages including this page: 36 CONFIRMATION

More information

ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015

ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015 ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015 To all prospective bidders: This Addendum is part of the Bid Documents and modifies the

More information

Addendum No. 1 Issue Date: March 29, 2016

Addendum 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 information

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

SPECIAL 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 information

Addendum 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: 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 information

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/ Connecting South Dakota and the Nation Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota 57501-5405 605/773-3464 FAX: 605/773-6215 May 6, 2011 RE: 0009-391

More information

CITY OF FARMINGTON 800 Municipal Drive Farmington, NM (505) Fax (505)

CITY OF FARMINGTON 800 Municipal Drive Farmington, NM (505) Fax (505) CITY OF FARMINGTON 800 Municipal Drive Farmington, NM 87401-2663 (505) 599-1373 Fax (505) 599-1377 http://www.fmtn.org IMMEDIATE ATTENTION Grading and Drainage Construction for Cottonwood Substation, BID

More information

BASE BID Description Written & Numeric Price

BASE 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 information

CONTRACT SPECIFICATIONS FOR

CONTRACT 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 information

Job Order Sewer Repair Services

Job 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 information

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project BID INSTRUCTIONS Montour County Courthouse Retaining Wall Repair Project The Montour County Commissioners are receiving bids for the Courthouse Retaining Wall Repair Project. The parking lot is located

More information

THE ANTICIPATED SEQUENCE OF EVENTS ARE AS FOLLOWS, BUT THE CONTRACTOR IS RESPONSIBLE FOR ALL MEANS AND METHODS

THE ANTICIPATED SEQUENCE OF EVENTS ARE AS FOLLOWS, BUT THE CONTRACTOR IS RESPONSIBLE FOR ALL MEANS AND METHODS GENERAL PLAN NOTES PERMANENT SIGNS PROJECT SCOPE THIS PROJECT INCLUDES REMOVAL OF PORTIONS OF CONCRETE CURB & GUTTER AND HMA SURFACE; INSTALLATION OF SANITARY AND STORM SEWER AND UNDERDRAIN; EXCAVATION

More information

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 July 18, 2017 ITB NO. 18-02 WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS ADDENDUM

More information

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

The 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 information

ESTIMATED DISTRIBUTION OF MATERIAL LIST Lomitas Negras Phase 2 Southern Sandoval County Arroyo Flood Control Authority

ESTIMATED DISTRIBUTION OF MATERIAL LIST Lomitas Negras Phase 2 Southern Sandoval County Arroyo Flood Control Authority PAY DESCRIPTION GENERAL 1 1200 Construction Traffic Control and Barricading: including any and all access signs and permitting by the City of LS 1 Rio Rancho, 2 1504 Temporary Pollution Control: NPDES

More information

JUDD STREET LIFT STATION DEWATERING CONTRACT

JUDD 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 information

DOCUMENT ADDENDUM NO. ONE. Prepared By:

DOCUMENT ADDENDUM NO. ONE. Prepared By: DOCUMENT 00900 ADDENDUM NO. ONE Prepared By: GRAEF-USA INC. One Honey Creek Corporate Center 125 South 84 th Street, Suite 401 Milwaukee, WI 53214-1470 January 22, 2018 For Racine Avenue (CTH Y) Recreational

More information

A D D E N D U M N O. 4

A 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 information

ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1

ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1 ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1 Plan holders of the F. HOEFLICH DITCH PETITION PROJECT NO. 142 are hereby notified

More information

SECTION BID FORM. Garfield Street Drainage Improvements

SECTION BID FORM. Garfield Street Drainage Improvements SECTION 00410 BID FORM Garfield Street Drainage Improvements ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: City of Lindsborg, Kansas City Clerk s Office 101 S. Main Street Lindsborg, KS 67456

More information

DATE: March 31, 2017 NO. OF PAGES: 15 (Including Cover Page) CITY OF ARVIN SYCAMORE ROAD STORM DRAINAGE IMPROVEMENT PROJECT

DATE: March 31, 2017 NO. OF PAGES: 15 (Including Cover Page) CITY OF ARVIN SYCAMORE ROAD STORM DRAINAGE IMPROVEMENT PROJECT WATER & WASTEWATER MUNICIPAL INFRASTRUCTURE LAND DEVELOPMENT AGRICULTURAL SERVICES DAIRY SERVICES LAND SURVEYING & GIS PLANNING & ENVIRONMENTAL DISTRICT MANAGEMENT 1800 30th Street, Suite 280 Bakersfield,

More information

ADDENDUM #1 BL Construction of Club Drive Park: Phase II

ADDENDUM #1 BL Construction of Club Drive Park: Phase II October 25, 2017 ADDENDUM #1 BL094-17 Construction of Club Drive Park: Phase II 1389 Peachtree Street, NE Suite 200 Atlanta, GA 30309 Phone: 404.873.6730 www.tsw-design.com Principals: William Tunnell

More information

SECTION 18 - EARTHWORK TABLE OF CONTENTS

SECTION 18 - EARTHWORK TABLE OF CONTENTS SECTION 18 - EARTHWORK TABLE OF CONTENTS Section Page 18-1 GENERAL...18.1 18-2 ROADWAY EXCAVATION...18.1 18-2.01 General...18.1 18-2.02 Unsuitable Roadway Excavation and Backfill...18.1 18-2.03 Surplus

More information

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 3/08/16 ITB NO. 16-012 ADDENDUM No. 1 Project.: TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY Owner: Highlands County BCC

More information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT The bid listed below has had addenda issued. Documents are available over the Internet at http://www.norwalkct.org Adobe Acrobat reader is required to view this document. If you do

More information

William M. Scott, PE CME Associate

William M. Scott, PE CME Associate ADDENDUM NO. 2 TO THE CONFORMED MANUAL for Project No. 17-692 Date of Addendum: March 27, 2018 Date of Bid Receipt: March 29, 2018 (NO CHANGE) Time of Bid Receipt: 11:00 a.m. (EDT) (NO CHANGE) Date of

More information

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB #4320 2014 RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents

More information

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM 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 information

CITY OF TACOMA Department of Public Utilities - Water Division

CITY OF TACOMA Department of Public Utilities - Water Division CITY OF TACOMA Department of Public Utilities - Water Division ADDENDUM NO. 1 DATE: October 12, 2015 REVISIONS TO: Request for Bids Specification No. WD15-0133F Water Main Replacement Project No. MRP 2014-27,

More information

Q&A: The Block/Parsons Alley Construction RFP

Q&A: The Block/Parsons Alley Construction RFP Q&A: The Block/Parsons Alley Construction RFP 1. Is there a Geotechnical Report available? 2. Would it be possible to extend the bid date to a day other than a Monday? 3. Is it possible to extend the date

More information

JANUARY 25, 2016 ADDENDUM NO. 3 FOR. ORD Baggage Service Road Retaining Wall Repair

JANUARY 25, 2016 ADDENDUM NO. 3 FOR. ORD Baggage Service Road Retaining Wall Repair JANUARY 25, 2016 ADDENDUM NO. 3 FOR ORD Baggage Service Road Retaining Wall Repair Specifications and Contract Documents Number: 132110 CDA Project Number: H6163.15-02 For which bids are scheduled to be

More information

ADDENDUM 3 Contractor Questions Essex County Courthouse Square Drainage Improvements IFB Responses Issued March 30, 2016

ADDENDUM 3 Contractor Questions Essex County Courthouse Square Drainage Improvements IFB Responses Issued March 30, 2016 ADDENDUM 3 Contractor Questions IFB 2016-154-01 Responses Issued March 30, 2016 Sealed Bids are due no later than 3:00 PM, April 4, 2016 at the Essex County Purchasing Office, 202 S. Church Lane, Tappahannock,

More information

NEW MARKET HEIGHTS PHASE OF THE VIRGINIA CAPITAL TRAIL PROJECT RFP QUESTIONS AND ANSWERS

NEW MARKET HEIGHTS PHASE OF THE VIRGINIA CAPITAL TRAIL PROJECT RFP QUESTIONS AND ANSWERS NEW MARKET HEIGHTS PHASE OF THE VIRGINIA CAPITAL TRAIL PROJECT RFP QUESTIONS AND ANSWERS Date: 4-13-12 Project: Subject: New Market Heights Phase of the Virginia Capital Trail Project RFP Questions and

More information

STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite 300 Austin, TX April 29, 2016

STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite 300 Austin, TX April 29, 2016 ADDENDUM NUMBER ONE TO PLANS AND SPECIFICATIONS FOR ELGIN HIGH SCHOOL CTE CANOPY ADDITION ELGIN INDEPENDENT SCHOOL DISTRICT STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite

More information

Construction Best Management Practices Handbook BEST MANAGEMENT PRACTICES

Construction Best Management Practices Handbook BEST MANAGEMENT PRACTICES Construction Best Management Practices Handbook www.montereysea.org BEST MANAGEMENT PRACTICES 26 www.montereysea.org Construction Best Management Practices Handbook VEHICLE TRACKING AND DUST CONTROL IN

More information

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012 PART FIVE DOCUMENTS FOR SITE AND INFRASTRUCTURE 31 00 00. EARTHWORK 31 10 00. SITE CLEARING.1 STRUCTURE REMOVAL: Include

More information

ADDENDUM #1. The following sheets have been revised and are being reissued as part of this addendum:

ADDENDUM #1. The following sheets have been revised and are being reissued as part of this addendum: ADDENDUM #1 AIRFIELD IMPROVEMENTS EXTEND, MARK, AND LIGHT RUNWAY 6-24 AND TAXIWAY ALPHA REHABILITATE RUNWAY 6-24 at the LAKE WALES MUNICIPAL AIRPORT FAA AIP NO: TBD FDOT FM NO: TBD BID NO: 16-412 5/11/16

More information

SOIL TRACKING PREVENTION DEVICE TYPE A

SOIL TRACKING PREVENTION DEVICE TYPE A Approach Length Swale Sediment Pit B Slope To Drain (0.1 Min.) 50 Std. 15 Std. Full Width 1-lane 30 Std. Full Width 2-lane A Slope To Drain A Construct Paved Turnout (Index No 515). May Be Deleted If Approved

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01. BASIS FOR MEASUREMENT AND PAYMENT Measurement and Payment will be made for only those items included in the Schedule of Unit Prices or Contract

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

QUOTE Quote Process City Of Taylor

QUOTE Quote Process City Of Taylor PROJECT SPECIFICATIONS QUOTE Quote Process City Of Taylor Budget & Finance Dept. Purchasing Manager: RMM 23555 Goddard Road Taylor, MI 48180 734-374-1459 The City of Taylor Central Purchasing Division

More information

FAA AIP No.: WKD Job No.: CA

FAA AIP No.: WKD Job No.: CA ADDENDUM NO. 1 July 16, 2014 at 12:00 pm to the Plans, Specifications and ontract Documents for the Fairfield ounty Airport Perimeter Security Fence Project Fairfax, South arolina FAA AIP No.: 3-45-0058-013-2014

More information

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Addendum 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 information