TENDER WELLCOX ACCESS ROAD ADDENDUM 1
|
|
- Scott Wells
- 5 years ago
- Views:
Transcription
1 TENDER WELLCOX ACCESS ROAD ADDENDUM 1 This addendum shall be read in conjunction with and considered as an integral part of the Tender Contract Revisions supersede the information contained in the original Tender Contract or previously issued Addendum. No consideration will be allowed for any extras due to any Proponent not being familiar with the contents of this Addendum. The following changes become effective immediately. INSTRUCTIONS TO TENDERERS ADD ARTICLE 34. SUPPLEMENTAL TO SECTION 10 All of the lighting conductors shown on the electrical drawings 23501, and shall be changed from No. 6 copper to No. 4 aluminum. The bond conductors will be changed from No. 8 copper to No. 6 aluminum. The grounding system and connections shall remain copper. All aluminum terminations shall use anti oxidation compound as required by the Canadian Electrical Code. Contractor shall use Cu/Al rated splice hardware for all connection from aluminum to copper wire. SCHEDULE OF QUANTITIES REPLACE Schedule of Quantities and Prices (attached). Changes are noted in RED. SECTION 12 DELETE Section 11 Measurement and Payment ADD Section 12 Measurement and Payment (attached)
2 Tender Contract Addendum 1 con t Page 2 QUESTIONS/ANSWERS Q1. Where are we to include for the Catch basin Junctions? They should be under their own item 7.71 Service Junctions. A1. Payment for these connections will be incidental to other tendered items Q2. Where are we to include for the connections to existing piping at the new manholes? The manhole item says nothing about connecting to existing piping, this should also be under its own item A2. The schedule of quantities is adjusted to reflect the inclusion of manhole connections Q3. I count 5 SW-1 catch basins, not 4. A3. The correct number is 6 SW-1 catch basins. The schedule of quantities is adjusted to reflect that number Q4. Can you confirm for item 10.6 regarding the BC Hydro Drawing in Appendix 2, are we to supply and install everything shown on this drawing, including the 2 new hydro poles, pilasters, Type 832 Junction box, and all required conduit? Will restoration and trench backfill be paid under the separate items in the tender form? A4. BC Hydro will supply pilasters and junction box. The new hydro poles are already installed. Supply of conduit and all other work associated with BC Hydro dwg. no. 501-U will be paid for through item 10.6 NOTE: Submit signed copy of this Addendum 1 with your tender submission. Date: 2019-FEB-12 Signature Company Name Date
3 Section 2 General Conditions 2.1 Location of Works - Project Layout (Article 7) (not to exceed 5% of the total project price) 1 lump sum Total Section 2 Section 3 General Requirements 3.1 Existing Structures & Utility Works (Section 3.70) Location of Existing Structures a) Storm, Sanitary and Water 4 no. 3.2 Control of Public Traffic (Section 3.73, Instruction to Tenderers Article 29 and Supplemental Specifications 1.02) 1 lump sum 3.3 Removal of Existing Pipe (Section 3.74) a) 600mm dia. CMP 28 m 3.4 Removal of Existing Structures (Section 3.75) a) Gate on Front Street 1 no. b) Steel frame +/- Sta no. c) Rail track and ties +/- sta lump sum d) Catch Basin 6 no. e) Headwalls/In-Outlets Structures 1 no. f) Fence, gates and posts 1 lump sum g) Miscellaneous concrete blocks and barriers 1 lump sum h) Remove 3 Existing buildings 1 lump sum Total Section 3 Section 4 Trench Excavation, Bedding and Backfill 4.1 Imported Granular Fill (Section 4.73) 2,000 tonne Total Section 4 Section 6 Sanitary Sewer System 6.1 Piping, Fittings and Services (Section 6.70) a) 50mm dia. HDPE DR11 forcemain 122 m 6.2 Connect to Existing Piping (Section 6.72) a) 50mm dia. HDPE DR11 forcemain 1 no. b) Tie into Existing Manhole 1 no. Total Section 6 Page 1 of 6
4 Section 7 Stormwater Management 7.1 Piping, Fittings and Services (Section 7.70) a) 200mm dia. PVC DR m b) 250mm dia. PVC DR35 (provisional item) 95 m c) 300mm dia. PVC DR35 71 m d) 750mm dia. PVC DR m e) 750mm dia. Reinforced Concrete Class lll (3) 30 m 7.2 Caps/ Plugs a) 200mm dia. 10 no. b) 600mm dia. 1 no. 7.3 Connections to Existing Piping and Appurtenances (Section 7.72) a) 300mm pipe 2 ea b) 250mm dia. PVC pipe to manhole (as per Addendum 1) 2 ea c) 300mm dia. PVC pipe to manhole (as per Addendum 1) 2 ea d) 600mm dia. CMP pipe to manhole (as per Addendum 1) 1 ea 7.4 Precast Manholes Sections (Section 7.73) a) 1050mm dia. 3 vm b) 1350mm dia. 10 vm 7.5 Catch Basins (Section 7.74) a) SW-1 (as per Addendum 1) 4 6 ea b) SW-4 1 ea 7.6 Concrete Bases, Frames & Covers (Section 7.75) a) 1050mm dia. 2 ea b) 1050mm dia. Cast in place 1 ea c) 1350mm dia. 4 ea 7.7 Manhole and Cleanout Lid Markers (Section 7.89) 4 ea 7.8 Inlet and Outlet Structures (Section 7.84) a) 300mm dia. Headwall c/w Trash Rack 1 ea b) 750mm dia. Headwall c/w Plasti-Fab Flap Composite Gate and Trash Rack 1 ea 7.9 Rip Rap (Section 7.85) a) Class m 3 b) 38mm Drain Rock 3 m 3 c) Non-woven Geotextile Underlay 65 m Drainage Ditch a) Excavate and shape to line and level 240 m b) Hydroseed 1 lump sum Total Section 7 Page 2 of 6
5 Section 8 Curbs and Sidewalks 8.1 Curbs (Section 8.70) a) Concrete Curb CS-4A 585 m 8.2 Sidewalks (Section 8.71) a) 100mm Thick Concrete 150 m Cutting and Removal of existing Sidewalk (Section 8.72) a) Concrete 92 m2 8.4 Cutting and Removal of existing Curb & Gutter (Section 8.73) a) Concrete 46 m 8.5 Adjust Catch Basins and Manholes (Section 8.74) 3 ea 8.6 Handrails, Bollards and Barriers (Section 8.75) a) Removable barrier posts (Dwg. No. CS-14) 6 ea 8.7 Pre-cast highway barrier a) CMB-C 7.5 m b) CRB 35 m c) CTB 2 ea d) CBN 2 ea 8.8 Pexco FG300 Interstate Grade Curb system, installed using adhesive as per the manufacturers instructions 65 m 8.9 Fencing (as per MMCD Standard Dwg no. C13) a) 1.8m chain link fence, black vinyl coated 480 m b) 1.0m chain link fence, black vinyl coating 100 m c) Manual sliding security gate (Instruction to Tenderers Article 33) Provisional Sum $ 15, d) Automated sliding security gates with controller box (Instruction to Tenderers Article 33) Provisional Sum $ 80, e) 1.8m chain link swing gates (12m wide) 2 ea e) 1.8m chain link swing gates (10m wide) 1 ea Total Section 8 Page 3 of 6
6 Section 9 Streets 9.1 Stripping and Common Excavation (Section 9.70) 215 m Regrading, compaction and reshaping of existing gravels (Section 9.82) 9,500 m Sub-Base (Section 9.76) 350 tonne 9.4 Base Course (Section 9.77) a) Road, walkway and multi-use path 3,150 tonne b) Shoulder backfill 135 tonne 9.5 Traffic Signs (Section 9.80) a) Supply and Install new Sign complete with base 19 ea b) Relocate existing Sign 1 ea 9.6 Street markings (Section 9.81) 1 lump sum Total Section 9 Section 10 Roadway Lighting & Traffic Signalization 10.1 Concrete Pole Base (Section 10.91) a) Type "C" 24 ea b) Type "C1" 1 ea 10.2 Conduit & Wiring (Section 10.92) a) 50 mm RPVC 980 m 10.3 Poles & Luminaries (Section 10.93) a) Highways Type 2 (Dwg. No. E-5.1) 15 ea b) Highways Type 2 with service base 1 ea c) 6.5m type 2, LED Pedestrian Luminaire Pole 66w 9 ea 10.4 Junction Boxes (Section 10.95) 3 ea 10.5 BC Hydro Service Connection 1 ea 10.6 BC Hydro dwg. No. 501-U (Appendix 2) (Section 10.99) 1 lump sum Total Section 10 Page 4 of 6
7 Section 12 Asphaltic Concrete Paving 12.1 Cutting of Existing Asphaltic Concrete Pavement (Section 12.70) a) For edge of walkway 240 m 12.2 Removal of Existing Pavement (Section 12.71) a) Upto 100mm thick - Access Road 7,900 m 2 d) Upto 100mm thick - Walkway meets Front Street 64 m 2 c) Grinding (50mm) - roadway 1,300 m 2 d) Grinding (50mm) - walkway 2,350 m Tack Coat (Section 12.73) 13,350 m Asphaltic Concrete (Section 12.74) a) 50mm Thickness - overlay 1,350 m 2 b) 75mm Thickness 6,100 m 2 c) Sidewalk (50mm thick) 2,800 m 2 d) Waterfront walkway (50mm thick overlay) 3,100 m 2 Total Section 12 Section 14 Landscape 14.3 Furniture a) 1372l x 660w x 533h sybertech self watering planters 49 ea b) 916mm dia circular sybertech self watering planters 9 ea c) Larson Park Bench - Surface mount, with salt primer, black super texture powder coat finish, and black plastic lumber slats with 150mm concrete pad 6 ea d) Garbage can - Victor Stanley SD-35 ironsides series, 35 gallon, lockable with domed lid 3 ea e) Bolted banner arms installed on street light 7 ea f) Planting Mediums (soil for planters) 29 m 3 Total Section 14 Page 5 of 6
8 SUMMARY Section 2 Section 3 Section 4 Section 6 Section 7 Section 8 Section 9 Section 10 Section 12 Section 14 Subtotal - Tender Bid Price GST TOTAL CONTRACT: NAME OF COMPANY: SIGNATURE OF SIGNING OFFICER: DATE: Page 6 of 6
9 SECTION 12 - ASPHALTIC CONCRETE PAVING MEASUREMENT AND PAYMENT MEASUREMENT AND PAYMENT Cutting of Existing Asphaltic Concrete Pavement Removal of Existing Pavement Adjustment of Services Tack Coat Asphaltic Concrete Section 12 - Asphaltic Concrete Paving Eng. Specification and Standards Page 1 of 2 DATED: 2016
10 SECTION 12 - ASPHALTIC CONCRETE PAVING MEASUREMENT AND PAYMENT CUTTING OF EXISTING ASPHALTIC CONCRETE PAVEMENT Section Payment for cutting of existing asphaltic concrete pavement will be made at the unit price per linear metre of cut shown in the Tender Form, regardless of pavement thickness. This price shall include cutting and all work incidental thereto. No payment will be made for cutting of existing pavement except where a neat vertical edge is required for paving operations. No payment will be made where cutting has been necessitated by the Contractor's operations REMOVAL OF EXISTING PAVEMENT Section Payment for removal of existing pavement as specified in the Tender Form will be made at the unit price per square metre shown in the Tender Form for pavement removed, regardless of thickness. Payment will be based on the measured area of the pavement designated for removal. (This price shall include ripping, grinding, loading, hauling, disposal and all work incidental to the removal of asphaltic concrete pavement.) No payment will be made where removal of existing asphaltic concrete pavement is included in common excavation or has been necessitated by the Contractor's operations ADJUSTMENT OF SERVICES Section Payment for the adjustment of existing manholes, catchbasins, valve boxes and other structures within the area to be paved will be made at the unit prices shown in the Tender Form. These prices shall include materials and all work incidental thereto TACK COAT Section Payment for tack coat will be made at the unit price per square metre shown in the Tender Form. Payment will be based on the measured area of the tack coated surface. This price shall include material, spraying, and all work incidental thereto ASPHALTIC CONCRETE Section Payment for asphaltic concrete pavement will be at the unit price per tonne or square metre shown in the Tender Form. Payment by weight will be based on weighing certificates for mix actually incorporated into the work. Payment by square metre will be based on the actual area of asphaltic concrete pavement laid. The price by weight or square metre shall include final base preparation, supply of aggregate and asphaltic cement, mixing, weighing, transporting, placing, compacting and all other work incidental thereto. Section 12 - Asphaltic Concrete Paving Eng. Specification and Standards Page 2 of 2 DATED: 2016
Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT
Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT DIVISION IV CONSTRUCTION AND MATERIAL SPECIFICATIONS SECTION 4100 MEASUREMENT AND PAYMENT 4100 SCOPE... 2 4101 Clearing and Grubbing...
More informationADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works
ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON - April 24, 2017 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 25, 2017 in accordance
More informationCITY 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 informationRe: T.4992 Westminster Hwy from Gilley Rd to #23591 Westminster Hwy Road Construction Addendum No. 1
October 9 2013 File: 10-6340-20-P.12202-Vol 01 Finance and Corporate Services Department Finance Division Telephone: 604-276-4218 Fax: 604-276-4162 Attention: To All Tenderers Dear Sir/Madame: Re: T.4992
More informationCORPORATION OF THE CITY OF NEW WESTMINSTER CONTRACT NO. NWIT DITCH INFILL AT WOOD, BOYD AND BOYNE STREETS ADDENDUM NO. 3
CORPORATION OF THE CITY OF NEW WESTMINSTER CONTRACT NWIT-11-27 DITCH INFILL AT WOOD, BOYD AND BOYNE STREETS ADDENDUM 3 This Addendum shall form part of the Contract No. NWIT-11-27. INVITATION TO TENDER
More informationADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02
ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON April 28, 2015 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 30, 2015, in accordance
More informationSUPPLEMENTAL DRAWINGS
CITY OF GREATER SUDBURY SUPPLEMENTAL DRAWINGS TO THE ONTARIO PROVINCIAL STANDARD DRAWINGS Rev: February 2012 CITY OF GREATER SUDBURY STANDARD DRAWINGS TABLE OF CONTENTS Greater Sudbury Standard Drawings
More informationDISTRICT OF TOFINO BARRS MOUNTIAN RESERVOIR REPLACEMENT PROJECT. Attached, please find Addendum # 1 for the above noted project.
DATE DESTINATION EMAIL NO OF PAGES (INCL THIS PAGE) FILE January 13, 2017 n/a 11 2231-35306-02 TO FROM ALL DOCUMENT HOLDERS C. Pogson COMPANY CITY ORIGINALS TO BE: Filed Mailed Couriered OTHER (SPECIFY)
More informationADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02
ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON April 23, 2015 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 30, 2015, in accordance
More informationPlease 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 informationCITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION
CITY OF ALBANY Public Works Department ADDENDUM # ST-6-02 CROCKER LANE RECONSTRUCTION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and shall
More informationSECTION MINOR CONCRETE
SECTION 03300 - MINOR CONCRETE 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 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 informationAmendments to the January 2016 Design Criteria Manual & Supplementary Master Municipal Construction Documents
General Figure 2.3.1 16 Revise Revised Figure 2.3.1: New Development Areas where Secondary Suites Apply to include two new areas (#4 and 5). Water 3.3.2 Watermains 31 Add Added wording in Section 3.3.2.3
More informationCITY OF ROCKLIN STANDARD DRAWINGS
CITY OF ROCKLIN STANDARD DRAWINGS November 2016 Table of Contents Page # Section 1 Section 2 Section 3 General Notes and Review Boxes 01-01 Signature Blocks... 1 01-02 General Notes (Sheet 1 of 8)... 2
More informationCONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES
ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 492 NOVEMBER 2010 CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES TABLE OF
More informationApril 18, 2018 CONTRACT NO.: TENDER CLOSING DATE: Friday April 27, :00 pm EST
April 18, 2018 CONTRACT NO.: 17003-001 TENDER CLOSING DATE: Friday April 27, 2018 2:00 pm EST TENDER FOR: 7th Avenue Watermain, Storm Sewer, Sanitary Sewer and Road Reconstruction from 12 th Street to
More informationRevision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE:
Revision 1 Dated October 2, 2014 1.3.2 UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE: PEYTON DRIVE WIDENING - PHASE 3 AND ENGLISH CHANNEL IMPROVEMENTS Project No s. S12012 & 800360
More informationYES, 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 informationCOST ESTIMATE STREET IMPROVEMENTS (Off Site)
STREET IMPROVEMENTS (Off Site) Developer: Planning Case # Engineer: TM No./PM No.: Phone No: Date: ITEM QUANTITY UNIT UNIT COST () AMOUNT 6" Curb and Gutter LF 13. 6" Curb only LF 1.5 8" Curb and Gutter
More informationDOCUMENT ADDENDUM No. 2
DOCUMENT ADDENDUM No. 2 PART 1 GENERAL 1.1 DOCUMENT INCLUDES A. Clarifications 1.2 CONSTRUCTION CONTRACT A. The Construction Contract is known as SU095 9 th Street and SU096 Downs Drive Storm Drain Projects.
More informationCITY OF ELKO BID TABULATION FOR Sports Complex
CITY OF ELKO BID TABULATION FOR Sports Complex 2017-2018 NAME Granite Construction Great Basin Engineering Contractors Road & Highway Builders CLEARING EARTHWORK 1 33701200 Mobilization @ Per Lump Sum
More informationCITY OF GUELPH CONTRACT NO SUPPLEMENTAL SPECIAL PROVISIONS
CITY OF GUELPH CONTRACT NO. 2-1308 SUPPLEMENTAL SPECIAL PROVISIONS SSP 1 INDEX 1. GENERAL INFORMATION... 8 2. SITE PREPARATION & MOBILIZATION (TENDER ITEM A1.0)... 10 3. SEDIMENT AND EROSION CONTROL (TENDER
More informationADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO CONTRACT DOCUMENTS
General Description: Date Prepared: November 1, 2017 (253) 604-6600 KHouse@Parametrix.com Bid Number: J2017-30 ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO
More informationPITTSBURGH TECHNOLOGY CENTER PUBLIC IMPROVEMENTS SITE PREPARATION CONTRACT NO. 11 BID TABULATION BID OPENING DATE: MARCH 11, 2008
BT-1 of 7 Clearing and Grubbing L.S. $50,000.00 $50,000.00 $5,335.00 $5,335.00 $14,560.00 $14,560.00 $20,000.00 $20,000.00 $10,600.00 $10,600.00 Class 1 Excavation 4300 C.Y. $20.00 $86,000.00 $15.00 $64,500.00
More informationVILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL
Page 312 VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS-12-01 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the IL ROUTE
More informationCity of St. Catharines Standard Drawings JULY Revised July 21, 2017 TES-ENG (SH)
City of St. Catharines Standard Drawings JULY 2017 Revised July 21, 2017 TES-ENG (SH) Roads Dwg No. Revision Standard Sidewalk Detail 110-2001 1 Monolithic Curb-Faced Sidewalk for Concrete Road 110-2002
More informationProject Location: Various, Anywhere, PA Bid Date: 7/16/ Rock Construction Entrance
To: Project Name: Bidding Company Site Work Project Contact: Address: Various Phone: Fax: Bid Number: Project Location: Various, Anywhere, PA Bid Date: 7/16/2014 Clarifications: This takeoff does not include
More informationSECTION MEASUREMENT AND PAYMENT
SECTION 01026 PART 1 GENERAL 1.1 SECTION INCLUDES A. Explanation and Definitions B. Measurement C. Payment D. Schedule of Values E. Application for Payment 1.2 EXPLANATION AND DEFINITIONS A. The following
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 informationADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013
ADDENDUM NO. 1 for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA Posting Date: June 20, 2013 BIDDERS SHALL CONFORM TO THE FOLLOWING CHANGES AS A PART OF THE BID DOCUMENTS, WHICH SHALL BECOME
More informationCITY OF ROSEVILLE CONSTRUCTION STANDARDS - CST
CITY OF ROSEVILLE CONSTRUCTION STANDARDS - CST Abbreviations AB 1-3 Section 11 Purpose and Definitions 11-1 Purpose PD 1 11-2 Construction Practice PD 1 11-3 Definitions PD 1 Section 12 Construction Area
More informationSTANDARD SPECIFICATIONS JULY 2012 S-11 CULVERTS, HEADWALLS AND ROADSIDE DRAINAGE TABLE OF CONTENTS
TABLE OF CONTENTS 11.01 SCOPE OF WORK... 1 11.02 REFERENCES... 1 11.03 MATERIALS... 2 11.04 GRANULAR & NATIVE BACKFILL... 2 11.05 CONSTRUCTION... 2 11.06 MEASUREMENT FOR PAYMENT... 5 11.07 BASIS OF PAYMENT...
More informationCITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***
00005B *** *** BOLD ITALICIZED Item is bound within this specification manual. Regular non-italicized Item is not bound within this specification manual, however item is part of the contract. Contents
More informationENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number)
EXHIBIT A CONTRACTOR'S COMPENSATION SCHEDULE FOR ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / 50103-000-4150 (Budget Account Number) ITEM NO. P-S-F DESCRIPTION QTY
More informationFox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS
Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # 2016-04 PROJECT SPECIFICATIONS TABLE OF CONTENTS SECTION 100 GENERAL... 1 SECTION 200 MATERIALS... 1 CONSTRUCTION METHODS... 1 SECTION
More information[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:]
SECTION 14 - REMOVALS 14-1 GENERAL This item shall consist of removing, [salvaging], [abandoning,] [stockpiling] and/or disposing of existing [pavements,] [asphalt-treated bases (ATB),] [cement-treated
More informationCITY OF GUELPH CONTRACT NO SUPPLEMENTAL SPECIAL PROVISIONS
CITY OF GUELPH CONTRACT NO. 2-1306 SUPPLEMENTAL SPECIAL PROVISIONS INDEX Contents 1. EXTERNAL CONTRACT DOCUMENTS AND DRAWINGS... 1 2. GENERAL INFORMATION... 4 3. UTILITY COORDINATION, TRAFFIC AND PEDESTRIAN
More information1.00 LS $150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150,000.
LAS VEGAS PAVING CORP. CONTRI CONSTRUCTION COMPANY AGGREGATE INDUSTRIES-SWR, INC. TAB CONTRACTORS, INC. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT
More informationDIVISION 1100 TRAFFIC
SECTION 1102 STREET LIGHTING GENERAL INFORMATION The Idaho State Electrical Board has determined that all street lights are to be provided with an external fuse disconnect, in a junction box between the
More informationCity of St. Catharines Standard Drawings SEPTEMBER Revised September 6, 2018 TES-ENG (SH)
City of St. Catharines Standard Drawings SEPTEMBER 2018 Revised September 6, 2018 TES-ENG (SH) Roads Dwg No. Revision Standard Sidewalk Detail 110-2001 2 Monolithic Curb-Faced Sidewalk 110-2002 3 Sidewalk
More informationTENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT ADDENDUM 2
TENDER 2334-2019 BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT ADDENDUM 2 This addendum shall be read in conjunction with and considered as an integral part of the Tender Contract 2334-2019. Revisions
More informationSUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED?????
SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED????? 102.10 Minimum Rate of Wage Scale Typo. Several paragraphs were repeated. 105.5 Inspection of Work Clarified that the contractor
More informationMERCED COUNTY CAMPUS PARKWAY SEGMENT 2
MERCED COUNTY BID LIST CAMPUS PARKWAY SEGMENT 2 CONTRACT 2017191 The bidder must provide unit prices for each bid item listed below, based on the specified unit of measure. The unit price for each item
More informationCONSTRUCTION SPECIFICATION FOR THE INSTALLATION OF ELECTRICAL CHAMBER
ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 602 MARCH 1993 CONSTRUCTION SPECIFICATION FOR THE INSTALLATION OF ELECTRICAL CHAMBER 602.01 SCOPE 602.02 REFERENCES 602.05 MATERIALS TABLE OF CONTENTS
More informationPERMANENT PAVEMENT REPAIR NO SCALE
SAWCUT EXISTING PAVEMENT 2" BITUMINOUS CONCRETE SURFACE COURSE, CLASS 2 (MIN) CLEAN EDGE PRIOR TO PAVING AND PAINT WITH LIQUID BITUMEN. INSTALL SEALANT OVER JOINT UPON COMPLETION 2" BITUMINOUS CONCRETE
More informationTABLE OF DRAWINGS. Pierce County Public Works & Utilities
Section A Concrete and Asphalt Concrete Pavement and Roadway Sections PC.A1.1 Arterial with Cement Concrete Traffic Curb and Gutter and Sidewalk, Closed Drainage 05/10/2018 PC.A1.2 Arterial with Cement
More informationSECTION 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 informationHALIFAX REGIONAL MUNICIPALITY SECTION
Delete Section 01 22 00 of the Standard Specifications for Municipal Services, as developed and published by the Nova Scotia Road Builders Association and the Consulting Engineers of Nova Scotia (CENS)
More informationDIVISION 3 PAVEMENT (FLEXIBLE AND RIGID) CONSTRUCTION SPECIFICATIONS
OPS GENERAL CONDITIONS OF CONTRACT NOV 2006 General Conditions of Contract DIVISION 1 GENERAL S OCT 92 102 Weighing of Materials NOV 2004 106 Electrical Work NOV 2003 120 The Use of Explosives APR 2006
More informationFORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )
PAGE 1 OF 6 FOR USE WHEN UNIT S FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT MASTER MUNICIPAL CONSTRUCTION DOCUMENTS. Owner: Contract:
More informationImprovement Plan Cost Estimate
Building and Engineering Division Development Services Department 214 S. C Street, Oxnard CA 93030 ph: 805.385.7925 fax 805.385.7854 Improvement Plan Cost Estimate Land Development Permit No. (Tract or
More information(ENGLISH UNITS) FILE:
J u l i a R. B u e r e n, D i r e c t o r Deputy Directors Brian M. Balbas Stephen Kowalewski Steven Silveira Joe Yee Memo TO: Engineering Services Staff DATE: FROM: Warren Lai, Assistant Public Works
More informationSTANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX
Rev. 2016 STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX ARTICLE PAGE 1. Pavement Removal and Restoration... P-1 2. Street
More informationItem Name Description Unit of Measure Mobilization Per WSDOT Lump Sum
Page 1 of 6 DESIGN STANDARDS FOR: MEASUREMENT AND PAYMENT Where bids are utilities for construction, repair or alteration for Public Work park projects, the following bid item descriptions and units of
More informationTABLE OF DRAWINGS. Pierce County Public Works & Utilities
Section A Concrete and Asphalt Concrete Pavement and Roadway Sections PC.A1.1 Arterial with Cement Concrete Traffic Curb and Gutter and Sidewalk, Closed Drainage 04/01/2019 PC.A1.2 Arterial with Cement
More informationSECTION MEASUREMENT AND PAYMENT
SECTION 012000 Applies only to Collier County Public Utilities Projects or Works and Utilities Portions of Collier County Transportation Projects, but not to Private Developments PART 1 GENERAL 1.1 SECTION
More informationPUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR
99.0 PUBLIC AND PRIVATE IMPROVEMENTS CODE 99.0 PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR TABLE OF CONTENTS 99.1. ADMINISTRATION AND GENERAL REGULATIONS...2 99.1.1. Title...2
More informationNOTE: 1) PRIOR TO BEGINNING WORK TRANSFER RIM ELEV. FROM MH K1 TO A TEMPORARY BENCH MARK FOR USE AS CONTROL DURING CONSTRUCTION. 2) CONTRACTOR TO INST
NOTE: 1) PRIOR TO BEGINNING WORK TRANSFER RIM ELEV. FROM MH K1 TO A TEMPORARY BENCH MARK FOR USE AS CONTROL DURING CONSTRUCTION. 2) CONTRACTOR TO INSTALL MANHOLE LIDS FLUSH WITH EXISTING GROUND SURFACE.
More informationThe Regional Municipality of Peel Basis of Payment
Page PS-1 THE REGIONAL MUNICIPALITY OF PEEL BASIS OF PAYMENT FOR SANITARY SEWER CONSTRUCTION Page PS-2 INDEX Page No. PS.1. EXCAVATION...4 1.1. Trench Excavation...4 1.2. Asphalt/Concrete Removal...5 PS.2.
More informationThe Tender Documents shall be amended and will become part of the Contract Documents.
Tender No. MET17-103 Mulgrave Park Exterior Upgrades: Repairs to Retaining Walls, Stairs, and Rail ADDENDUM NO. 04 11 October 2017 The Tender Documents shall be amended and will become part of the Contract
More informationENGINEERING DESIGN & IMPROVEMENT STANDARDS
ENGINEERING DESIGN & IMPROVEMENT STANDARDS 2016 Prepared by: Engineering Division For latest edition of these Improvement Standards, refer to City of Visalia website at: www.visalia.city/engineeringdocuments
More informationCW 3235 RENEWAL OF EXISTING MISCELLANEOUS CONCRETE SLABS TABLE OF CONTENTS
December 2011 CW 3235 RENEWAL OF EXISTING MISCELLANEOUS CONCRETE SLABS TABLE OF CONTENTS 1. DESCRIPTION...1 1.1 General...1 1.2 Definitions...1 1.3 Referenced Standard Construction Specifications...1 1.4
More informationTacoma Mall Office Building 4301 South Pine Street, Suite 446 Tacoma, Washington (253) Fax (253)
Tacoma Mall Office Building 4301 South Pine Street, Suite 446 Tacoma, Washington 98409-7207 (253) 798-7250 Fax (253) 798-4233 www.piercecountywa.org/roadstandards March 2012 Comment Form Date: To: From:
More informationCONSTRUCTION SPECIFICATION FOR INSTALLATION OF ELECTRICAL CHAMBERS
ONTARIO PROVINCIAL STANDARD SPECIFICATION OPSS.PROV 602 NOVEMBER 2017 CONSTRUCTION SPECIFICATION FOR INSTALLATION OF ELECTRICAL CHAMBERS TABLE OF CONTENTS 602.01 SCOPE 602.02 REFERENCES 602.03 DEFINITIONS
More informationCONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES
ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 507 JULY 1991 CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES 507.01 SCOPE 507.02 REFERENCES 507.03 Not Used 507.04 Not Used
More informationAddendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018
Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA-2019-004 TMWA Capital Project No.: 10-0001.053 October 3, 2018 The following information, clarifications, changes and modifications are by reference
More informationCITY OF EDMOND STANDARD SPECIFICATIONS FOR CONSTRUCTION Edition
CITY OF EDMOND STANDARD SPECIFICATIONS FOR CONSTRUCTION PURPOSE, INTENT AND INTERPRETATION OF SPECIFICATIONS The purpose of these Specifications is to establish, where applicable, minimum acceptable standards
More informationConstruction Specification for Utility Adjustments
Engineering & Construction Services Division Standard Specifications for Road Works TS 4.50 September 2017 for Utility Adjustments Table of Contents TS 4.50.01 SCOPE... 2 TS 4.50.02 REFERENCES... 2 TS
More informationCITY OF FARGO SPECIFICATIONS REMOVALS
REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation
More informationCHECK THE LOWER RIGHT CORNER OF EACH DETAIL FOR THE LATEST REVISION.
Standard Drawings Index NOTE: The specifications for materials and workmanship shall conform to the latest edition or the "Standard Specifications for Public Works Construction" published by the North
More informationCITY OF FARGO SPECIFICATIONS REMOVALS
REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation
More informationEL 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 informationSECTION PAYMENT PROCEDURES
SECTION 01 29 00 PAYMENT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. For each BID item, the WORK will be measured and paid for on either a unit price basis or on a lump sum basis. The quantities
More informationTHE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION
THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION Standard Specifications for Restoration INDEX PAGE R.1 GENERAL...1 R.2 SCOPE...1 R.3 MATERIALS...1 R.4 CONSTRUCTION...2 R.4.1 General...2
More informationAddendum! Project No: HFX A0 Client Project No: MISC Project: MacAulay Sports Field Project Date: March 23, 2015 Addendum No: 2
Addendum! Project No: HFX-00222868-A0 Client Project No: MISC-14-06 Project: MacAulay Sports Field Project Date: March 23, 2015 Addendum No: 2 The following information supplements and/or supersedes the
More informationAPPENDIX D: COST ESTIMATES
Integrated Flood Management Study APPENDIX D: COST ESTIMATES 2221-48783-0 Summary Option 3 Partial Ring Dike with Floodway Section 1 Lewis Centre Dike Estimated Construction Cost 763,000 Civil Engineering
More informationCONSTRUCTION SPECIFICATION FOR NEW MAINTENANCE HOLE, CATCH BASIN, DITCH INLET, AND VALVE CHAMBER INSTALLATION
ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 407 NOVEMBER 2015 CONSTRUCTION SPECIFICATION FOR NEW MAINTENANCE HOLE, CATCH BASIN, DITCH INLET, AND VALVE CHAMBER INSTALLATION TABLE OF CONTENTS 407.01
More informationCITY OF CARLSBAD 101 N. HALAGUENO STREET CARLSBAD, NEW MEXICO
I N D E X O F D R A W I N G S CITY OF CARLSBAD 101 N. HALAGUENO STREET CARLSBAD, NEW MEXICO MARCH 2016 Molzen Corbin Bohannan-Huston Bohannan-Huston PROJECT LOCATION VICINITY MAP 1155 Commerce Dr., Suite
More informationADDENDUM #2 - MARCH 16, 2012 CONTRACT ENG FAIRBANK LAKE ROAD (M.R.4) IMPROVEMENTS Hwy 17W to C Johnson Rd
ADDENDUM #2 - MARCH 16, 2012 CONTRACT ENG 12-19 FAIRBANK LAKE ROAD (M.R.4) IMPROVEMENTS Hwy 17W to C Johnson Rd This Addendum shall form an integral part of the plans and specifications for the above mentioned
More informationMEASUREMENT & PAYMENT (CITY FUNDED PROJECTS)
00950 - Measurement & Payment Page 00950-1 00950 - MEASUREMENT & PAYMENT (CITY FUNDED PROJECTS) (Last revised 5/20/10) SELECTED LINKS TO SECTIONS WITHIN THIS SPECIFICATION Base Course & Paving Curb & Gutter,
More information(SIZE) MANHOLES CATCH BASINS AND DITCH INLETS -Item No. ADJUSTING AND REBUILDING MANHOLES, CATCH BASINS AND DITCH INLETS - Item No.
(SIZE) MANHOLES CATCH BASINS AND DITCH INLETS -Item No. ADJUSTING AND REBUILDING MANHOLES, CATCH BASINS AND DITCH INLETS - Item No. Special Provision No. 407S06 July 2010 Aggregate Requirements, Lift Rings,
More informationESTIMATED 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 informationANSWERS TO QUESTIONS RECEIVED THROUGH 1:00 PM ON MAY 24, 2018:
ADDENDUM NO. 3 PROJECT NO. 43805 (PART A & B) PAGE 2 ANSWERS TO QUESTIONS RECEIVED THROUGH :00 PM ON MAY 24, 208: Q#32 Addendum # answered Question #7 indicating that an average depth of 3 feet for the
More informationCONSTRUCTION SPECIFICATION FOR EXCAVATING, BACKFILLING AND COMPACTING FOR MAINTENANCE HOLES, CATCH BASINS, DITCH INLETS AND VALVE CHAMBERS
ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 516 APRIL 1999 CONSTRUCTION SPECIFICATION FOR EXCAVATING, BACKFILLING AND COMPACTING FOR MAINTENANCE HOLES, CATCH BASINS, DITCH INLETS AND VALVE CHAMBERS
More informationADDENDUM 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 informationKaysville Parks and Recreation Department Request For Bids Pioneer Park Phase I RFB 10-17
The total construction s shall be broken down into the categories indicated below to provide the Owner with a comparable analysis of each proposal submitted and a method for determining value engineering
More informationTacoma Mall Office Building 4301 South Pine Street, Suite 446 Tacoma, Washington (253) Fax (253)
Tacoma Mall Office Building 4301 South Pine Street, Suite 446 Tacoma, Washington 98409-7207 (253) 798-7250 Fax (253) 798-4233 www.piercecountywa.org/roadstandards March 2012 Foreword This manual contains
More informationMaine Turnpike Authority
PAVEMENT REHABILITATION & CLEAR ZONE IMPROVEMENTS MM 80.7 TO MM 88.6 202.121 Removing Existing Concrete (6CY) 1.00 LS 202.127 Removing of Existing Bituminous Pavement (470 SY) 1.00 LS 202.202 Removing
More informationDISTRICT OF HOPE SUPPLEMENTARY SPECIFICATIONS
DISTRICT OF HOPE SUPPLEMENTARY SPECIFICATIONS SUPPLEMENTARY CONSTRUCTION SPECIFICATIONS The District of Hope has adopted the Master Municipal Construction Document and Standard Detail Drawings, printed
More informationCONSTRUCTION SPECIFICATION FOR REMOVAL
ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 510 NOVEMBER 2006 CONSTRUCTION SPECIFICATION FOR REMOVAL TABLE OF CONTENTS 510.01 SCOPE 510.02 REFERENCES 510.03 DEFINITIONS 510.04 SUBMISSION AND
More informationTABULATION OF BIDS DENVER INTERNATIONAL AIRPORT. Denver, Colorado CONTRACT NO. CE CONCOURSE C EAST APRON EXPANSION BID SUMMARY
Contract No. CE 80017 Bid Date: 1/29/2008 TABULATION OF BIDS Denver, Colorado BID SUMMARY Bid Bond DBE Goals Addendum One Schedule I Schedule II Total Bid 34,030,330.50 4,560,072.50 38,590,403.00 Page
More informationSPECIAL SPECIFICATION 6664 Level (3) Communications System
2004 Specifications CSJ 1200-05-014 SPECIAL SPECIFICATION 6664 Level (3) Communications System 1. Description. A. This Item will govern the installation of all facilities belonging to Level (3) Communications,
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 informationSPECIAL SPECIFICATION 6658 Time Warner Communications System
2004 Specifications CSJ 1200-05-014 1. Description. SPECIAL SPECIFICATION 6658 Time Warner Communications System A. This Item will govern the installation of all facilities belonging to Time Warner Cable
More informationS T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 01/22/02 PAGE : 1 TABULATION OF BIDS
PAGE : 1 CONTRACT DESCRIPTION : GRADING, BIT MILL & SURFACING, LIGHTING AND UTILITIES CONTRACT LOCATION: LOCATED ON TH 210 FROM 100 FT WEST OF GRAND AVE TO SIXTH STREET IN CARLTON RECOMMENDATION: AWARD
More informationINVITATION TO TENDER ITT / PS VANCOUVER LANDFILL FRONT ENTRANCE REDESIGN - PRELOAD QUESTIONS AND ANSWERS NO.1
FINANCIAL SERVICES GROUP Supply Management INVITATION TO TENDER ITT / PS20161054 ISSUED ON OCTOBER 13, 2016 Schedule A - Item 3.01 references MMCD Section 03 40 01 Measurement and Payment Clause 1.4.3.
More informationChapter 3: Permit Procedures and Requirements
Chapter 1: General Provisions 1 1 Short Title 1 2 Jurisdiction 1 3 Amendments and Revisions 1 4 Enforcement Responsibility 1 5 Review Process 1 6 Prior Approval 1 7 Relationship to Other Standards 1 8
More informationCW 3240 RENEWAL OF EXISTING CURBS TABLE OF CONTENTS
December 2012 CW 3240 RENEWAL OF EXISTING CURBS TABLE OF CONTENTS 1. DESCRIPTION... 1 1.1 General... 1 1.2 Definitions... 1 1.3 Referenced Standard Construction Specifications... 1 1.4 Referenced Standard
More informationADDENDUM TO THE CONTRACT. for the. Switzer Creek Subdivision Contract No. E ADDENDUM NO.: FOUR CURRENT DEADLINE FOR BIDS: September 23, 2015
ADDENDUM TO THE CONTRACT for the ENGINEERING DEPARTMENT Switzer Creek Subdivision Contract No. E16-046 ADDENDUM NO.: FOUR CURRENT DEADLINE FOR BIDS: September 23, 2015 PREVIOUS ADDENDA: THREE ISSUED BY:
More information