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

Size: px
Start display at page:

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

Transcription

1 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 / TH&P Project No C January 17, 2:00 PM A. Project Team & Contacts: Role Company Name Phone City of Johnson City Jeff Owner Water & Sewer Harmon, PE Department Engineer TH&P Jill Workman, PE (423) jeffharmon@johnsoncitytn.org (423) jworkman@tysingerengineering.com B. Contract Documents: 1. $250 per hard copy set 2. Set must be purchased to submit a bid 3. Free digital set available upon request 4. Available for viewing at City Purchasing Agent, TH&P office, AGC, & Knoxville Builder s Exchange C. Bid Opening: When: 2:00 PM Wednesday, January 31, 2018 Where: City of Johnson City Office of the Purchasing Agent City Service Complex 209 Water Street Johnson City, TN D. Bid Submittal: 1. All bids must be enclosed in a sealed envelope with the State Contractors Licensing Information Bid Envelope Form (Section ) firmly attached to the outside. 2. Do not need to submit entire Contract Documents. Submit the following items to Bid: a. List of Proposed Subcontractors; Tysinger, Hampton & Partners, Inc Bristol Hwy. Johnson City, TN Phone: Fax#1: Fax#2:

2 b. List of Proposed Suppliers; c. Copy of License; d. Drug-Free Workplace Affidavit (Section ); e. General Insurance Requirements of the Utility (Section ); f. Insurance Checklist (Section ); g. Acknowledgement of Requirements for Bids, Requests for Proposals, and Contracts Between the City of Johnson City and Other Parties and the Requirements of the Iran Divestment Act (Section ); h. Bid Form (Section ); i. State Contractors Licensing Information Bid Envelope Form (Section ); j. Non-Collusion Affidavit of Contractor (Section ); k. Bidder s Affidavit (Section ); l. Required Bid security in the form of Bid Bond (Section ) or Certified Check. 3. Please be sure to review all of the Bidding and Contract requirements for this project. Review, complete, sign, and check all necessary documents before submitting your bid. Bid Form must be signed where indicated to be valid. 4. The Owner reserves the right to waive any irregularities or reject any or all bids. The Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be nonresponsible. The Owner may make such investigations as deemed necessary to determine the ability of the selected Contractor to perform the work. E. Contract Time: 1. Substantial Completion: 270 calendar days ($750/day LD) 2. Final Completion: 330 calendar days ($500/day LD) F. Wage Rates: There are no wage rates applicable to this project. G. The project is bid as a unit price contract. The Work may be reduced or increased at the Owner s option. Items not specifically called for on the Bid Form shall be included in the payment for the item with which they are associated. The measurement and payment for all unit price items is included in Section H. No geotechnical exploration was performed for this project C 2

3 II. I. The Contractor is required to have a copy the Contract Documents, easements, and permits in the field, and to reference them. Easements A. Limited easement area outside of public rights-of-way has been acquired for this project. General easement areas are shown on the Plans; obtained easement documents will be provided to the Contractor by the City. The Contractor shall minimize clearing of the site, and limit disturbance to those areas indicated on the Plans. B. No easements were acquired for Tract 62 and Tract 90. Work shall be completed inside the existing ROW or easement areas. C. The Contractor shall not damage existing trees on Tract 63. This will be clarified in an Addendum. D. A right of entry has been obtained for Tract 102. Special conditions for this Tract include: 1. Contractor shall replace damaged landscaping; 2. Contractor shall restore driveway with compacted pug mix backfill only. 3. Homeowner will have driveway repaved after construction. Special conditions for this Tract will be included in an Addendum. E. No easement has been obtained for Tracts 10, 21, and 22. A field realignment may be needed. A field realignment will only be required if the City does not obtain these easements. The City is currently in the process of acquiring. F. The City will not be involved with any work done by the Contractor outside of the Contract (private work requested by property owners such as paving, tree removal, etc.). III. Layout A. TH&P will provide control points for construction. We will also provide a digital file for use in layout upon request. B. The Contractor s surveyor is responsible for laying out the Work, establishing the limits of construction, establishing the no blasting zones, maintaining established control, and providing an accurate record of as-built installations C 3

4 C. The vertical alignment may be adjusted by the contractor in the field. Adjustments shall not result in additional high points or ARVs unless approved by the City. Adjustments shall be approved by the City prior to construction. IV. Permits: V. Installation A. The Contractor shall be required to adhere to the general conditions, special conditions requirements, and laws associated with the permits. The Engineer will furnish a copy of each permit to the Contractor. B. The following permits have been obtained for this project and are part of the Contract Documents: 4. Army Corps of Engineers Permit LRN Tennessee Department of Conservation Aquatic Resource Alteration Permit (ARAP) NR Tennessee Department of Conservation Division of Water Resources Permit DW Tennessee Department of Conservation General NPDES Permit for Stormwater Discharges Associated with Construction Activity (CGP) Permit TNR Washington County Highway Department Right-of-Way Excavation Permit C. The Contractor will be responsible for purchasing a grading permit from the City of Johnson City (reference Permit Application #PRPL ) prior to construction. The fees for this permit will be paid by the City of Johnson City Water and Sewer Department. D. Any fines issued for non-compliance with the permit conditions shall be paid by the contractor. G. Special Permit Requirements: 1. The contractor shall not remove any tree over 3-inches in diameter breast height within 15 feet of stream crossings authorized by the ACOE. 2. There will be no blasting for stream crossings or within 60-feet of the top of bank. H. Inspection: The City of Johnson City Water and Sewer Department to provide construction inspection of the project C 4

5 I. Excavation: 1. All excavation (including rock, which is not a separate pay item, shall be included in the unit price bid for the item with which it is associated. 2. The Contractor shall provide, install, and maintain safety fence around all open trenches and work areas to protect premises from entry by unauthorized persons. J. Access: Access to all local businesses and property owners shall be maintained during the project. K. Services: Utility services shall be maintained during construction. Temporary measures to maintain service shall be included in the unit price bid for other items. The City will provide door hangers to inform customers about the construction project. The City will allow the use of PEX pipe to temporarily tieover service lines. The PEX pipe shall be removed and replaced with copper line to complete service line installations. L. Laydown/Staging Area: The Contractor may use the City of Johnson City property at corner of Oakland Ave. and Austin Springs Road for a laydown/staging area. Site must be kept tidy and cleaned up after construction. Do not store materials or equipment in the floodway. Four properties available at Tracts 1, 2, 3, & 4 as shown on the plans. M. Waste Material: 1. All waste and construction debris shall be removed by the contractor and disposed of in accordance with local and state requirements. 2. All off-site disposal areas shall be permitted in accordance with TDEC requirements. 3. A Disposal Area or Access Agreement is provided for use by the contractor in Section of the Contract Documents. N. Phasing: Initial phase of water line installation shall include completion of LN:W1 Sta (E.O.L.) to Sta and LN:W2 Sta to Sta (E.O.L.). O. Restoration: All work within 3,000 LF of forward progress shall be complete, including all testing, tie-overs, and restoration before construction advances. The City may allow construction to advance while some items are incomplete, such as services lines and some restoration items. The Contractor shall obtain approval from the City on all restoration delays prior to advancing construction C 5

6 P. Connect to Existing 20 Main: 1. The Contractor will be required to contract with Thompson Pipe to complete the tap to the existing 20 PCCP main on Oakland Ave. 2. The Contractor shall coordinate and schedule the work with Thompson Pipe. 3. Items to be provided by the contractor and by Thompson Pipe are listed in the Plans (Detail 9, Sheet C6.2) 4. All items required for the successful completion of the tap shall be provided by the contractor in the lump sum price bid. 5. Contact for Thompson Pipe: Mr. Scott Noonan P.O. Box 101 Coldwater, OH Ph: (419) Fx: (419) VI. VII. Traffic Control: The Contractor shall coordinate traffic control with the Washington County Highway Department, the City of Johnson City, emergency responders, and schools, as applicable. The traffic control plans provided are to serve as a guide only, and other signs, barricades, barrels, or other traffic control devices may be required during various phases of construction. The Contractor shall be responsible for all traffic control and shall submit detailed alternate traffic control plans for approval prior to beginning construction. Questions: 1. The last day to ask questions is Wednesday, January 24, Please submit all questions in writing to Jill D. Workman, PE at jill.workman@tysingerengineering.com 2. If required, a final addendum will be sent to the plan holders by noon on Friday, January 26, Pre-Bid minutes and sign in sheet will be sent to all planholders and attendees. Q: Is fence replacement a pay item? A: No. Fence replacement shall be included in the payment for the item with which it is associated. This will be clarified in an Addendum. Q: At what distance from the edge of pavement (EOP) are trench installations required to be backfilled to the surface with stone in the Washington County ROW? A: Installations within 18-inches of the EOP shall be backfilled with compacted crushed stone. This requirement will be reviewed and clarified in an Addendum, if needed C 6

7 Q: Are there any days that the Contractor is prohibited from working? A: Yes. The Contractor is not allowed to work on City Holidays. This will be clarified in an Addendum. Q: Is work restricted to just the holiday itself? A: Yes. Q: Are there any properties that cannot be tied-over to the new system during the day? A: No. Q: Are the water meters to be supplied by the City? A: No. This shall be included in the unit price bid for water meters C 7

8

ACKNOWLEDGEMENT OF RECEIPT OF ADDENDUM

ACKNOWLEDGEMENT OF RECEIPT OF ADDENDUM WELLS COUNTY HIGHWAY DEPARTMENT 1600 W. WASHINGTON STREET BLUFFTON, INDIANA 46714 PHONE 260/824-6430 FAX 260/824-6431 WELLS COUNTY HIGHWAY DEPARTMENT & BOARD OF COMMISSIONERS Date: January 8, 2019 To:

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

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION RFB # 18-0197 ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION The following information was conveyed and discussed

More information

ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN April 21, 2014 ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents for

More information

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

NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH November 29, 2018 NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH To Holders of Bid Proposals: Please make the following clarifications, additions,

More 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

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

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01020 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.01 DESCRIPTION A. This section describes the method used to determine quantities of Work performed or materials supplied for which a price is given

More information

Addendum 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 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 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

Generator for Maintenance/Police Complex

Generator for Maintenance/Police Complex NOTICE TO ALL BIDDERS ADDENDUM NO. 1 TO TUCSON AIRPORT AUTHORITY 11/29/2018 In accordance with the Project Specifications and Contract Documents, and as noted in the Instructions to Bidders, Bidders on

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

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

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

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

The following clarifications, changes, additions, and/or deletions are hereby made part of the Contract Documents

The following clarifications, changes, additions, and/or deletions are hereby made part of the Contract Documents CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88 TH AVENUE TAMARAC, FL 33321 Committed to Excellence...Always ADDENDUM NO. 1 BID NO.13-19B BID NO. 13-20B CITY OF TAMARAC NW 108 TERRACE / NW

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract

More information

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications Addendum No. 2 Project No. 2016-01EL West Barbour Street 12kV Underground Reconductoring Revisions to Drawings and Specifications Pre-Bid Meeting Notes and Scope of Work Clarifications Replace Section

More 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 January 30, 2019 To Whom It May Concern: The Burt County Board

More information

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 1. THIS ADDENDUM IS HEREBY MADE AS PART OF THIS CONTRACT SPECIFICATION. THIS ADDENDUM IS ISSUED

More information

CECIL COUNTY, MARYLAND. ADDENDUM #2 Bid ; Marley Road Sewer Extension

CECIL COUNTY, MARYLAND. ADDENDUM #2 Bid ; Marley Road Sewer Extension Office of the County Executive Alan J. McCarthy County Executive Department of Finance Purchasing Division Ken Jackson Purchasing/Fleet/Leasing Mgr. Alfred C. Wein, Jr. Purchasing Office Director of Administration

More information

ADDENDUM NO. ONE (1)

ADDENDUM NO. ONE (1) ADDENDUM NO. ONE (1) Revise the 3 rd paragraph under Competitive Sealed Bid Procedure (page 3) to read: Bids received on or prior to the Submission Deadline will be opened publicly and read aloud, beginning

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

CITY 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 information

TABLE OF CONTENTS COVER PAGE 1 NO TABLE OF CONTENTS ADDENDUM ACKNOWLEDGEMENT

TABLE OF CONTENTS COVER PAGE 1 NO TABLE OF CONTENTS ADDENDUM ACKNOWLEDGEMENT TABLE OF CONTENTS Sections Description No. of Return with Pages Submittal COVER PAGE 1 NO TABLE OF CONTENTS ADDENDUM ACKNOWLEDGEMENT 1 YES SECTION A CHANGES TO THE CONTRACT DOCUMENTS 1 NO SECTION B PRE-BID

More information

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS For the construction of the CCNB Broken Back Rehabilitation, Phase 3 located at 8 sites in the City of Simi Valley in the

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

INVITATION TO BIDDERS. Solicitation No. CO-00157

INVITATION TO BIDDERS. Solicitation No. CO-00157 INVITATION TO BIDDERS Solicitation No. CO-00157 Sealed bids are requested by the San Antonio Water System for the construction of approximately 5,900 LF of 6 to 8-inch of water main and approximately 3,000LF

More information

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703)

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703) Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA 20155 Phone (703) 754-6750 Work Request # UNDERGROUND DISTRIBUTION FACILITIES AGREEMENT (FOR COMMERCIAL CUSTOMER) Developer/Builder/Owner

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

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

The developer/contractor shall be responsible for replacing all fences which must be disturbed for the installation of sanitary sewer or water lines.

The developer/contractor shall be responsible for replacing all fences which must be disturbed for the installation of sanitary sewer or water lines. SECTION 15.0 PIPE TRENCHES 15.01 Clearing and Grubbing The developer/contractor shall be responsible for the clearing and grubbing of the entire right-of-way. See Sections 13.01 and 14.01. Clearing and

More information

SECTION MEASUREMENT AND PAYMENT

SECTION 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 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

INSPECTION AND ACCEPTANCE FOR MAINTENANCE

INSPECTION AND ACCEPTANCE FOR MAINTENANCE Inspection and Acceptance For Maintenance Page 1 (Last revised 6/29/10) INSPECTION AND ACCEPTANCE FOR MAINTENANCE SELECTED LINKS TO SECTIONS WITHIN THIS SPECIFICATION Acceptance Sewer As Built Drwg Example

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

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

10:00 AM, Wednesday, May 6, Peters Creek Sanitary Sewer Rehabilitation Project

10:00 AM, Wednesday, May 6, Peters Creek Sanitary Sewer Rehabilitation Project NOTICE OF MANDATORY PRE-BID CONFERENCE WILL BE HELD AT 10:00 AM, Wednesday, May 6, 2015 IN ROOM 16, CITY HALL BUILDING, 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA The purpose of this conference

More information

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 February 19, 2013 Request for Bids New Haven City Park Bock Field fencing The

More information

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

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

ACKNOWLEDGEMENT OF RECEIPT OF ADDENDUM

ACKNOWLEDGEMENT OF RECEIPT OF ADDENDUM WELLS COUNTY HIGHWAY DEPARTMENT 1600 W. WASHINGTON STREET BLUFFTON, INDIANA 46714 PHONE 260/824-6430 FAX 260/824-6431 WELLS COUNTY HIGHWAY DEPARTMENT & BOARD OF COMMISSIONERS Date: January 4, 2019 To:

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

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN ) PADRE DAM MunicIpal Water DIstrict An Everyday Essential ADDENDUM NO.1 Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN 212002) Bid Opening Date: May 22, 2012 Time: 10:00 a.m.

More information

CHARLES COUNTY GOVERNMENT ITB NO PINEFIELD DRAINAGE IMPROVEMENTS

CHARLES COUNTY GOVERNMENT ITB NO PINEFIELD DRAINAGE IMPROVEMENTS CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 August 19, 2015 ITB NO. 16-05 PINEFIELD DRAINAGE IMPROVEMENTS ADDENDUM NUMBER TWO

More information

TO ALL PROSPECTIVE BIDDERS: The original specifications for the project noted above are hereby modified as described below:

TO ALL PROSPECTIVE BIDDERS: The original specifications for the project noted above are hereby modified as described below: ADDENDUM 1 February 28, 2018 CONTRACT DOCUMENTS FOR Lincoln Avenue Sidewalk Construction CITY OF TAKOMA PARK IFB PW-20180208 State Contract No. MO4665112 TO ALL PROSPECTIVE BIDDERS: The original specifications

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

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016. ADDENDUM NUMBER ONE - June 15, 2016 CITY OF CLARKSVILLE TO: All Bidders of Record This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8,

More information

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

CITY 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 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

CITY OF SAFETY HARBOR 750 MAIN STREET, SAFETY HARBOR, FLORIDA PHONE: 727/ FAX: 727/

CITY OF SAFETY HARBOR 750 MAIN STREET, SAFETY HARBOR, FLORIDA PHONE: 727/ FAX: 727/ CITY OF SAFETY HARBOR 750 MAIN STREET, SAFETY HARBOR, FLORIDA 34695 PHONE: 727/724-1555 FAX: 727/724-1566 RIGHT-OF-WAY / EASEMENT USE PERMIT DATE SUBMITTED: EXPIRATION DATE: Submit the following to the

More information

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc. www.mwaeng.com Mainelli Wagner & Associates, Inc. 6920 Van Dorn Street, Suite A, Lincoln, NE 68506 Phone: (402) 421-1717 Fax: (402) 421-6061 February 12, 2019 To whom it may concern: The Saunders County

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

APPENDIX B Construction Surface Water Management Plan PLANT CITY, FLORIDA SYDNEY ROAD RECLAIMED WATER PROJECT INVITATION TO BID ITB NO.

APPENDIX B Construction Surface Water Management Plan PLANT CITY, FLORIDA SYDNEY ROAD RECLAIMED WATER PROJECT INVITATION TO BID ITB NO. APPENDIX B Construction Surface Water Management Plan PLANT CITY, FLORIDA SYDNEY ROAD RECLAIMED WATER PROJECT INVITATION TO BID ITB NO. 11-91360-001 ADVERTISED: November 5, 2010 MANDATORY PRE-BID MEETING:

More information

ADDENDUM #1 FOR RFP #PC507 Tree Removal and Sewer/Water Line Rehab at Medical Center PH Community

ADDENDUM #1 FOR RFP #PC507 Tree Removal and Sewer/Water Line Rehab at Medical Center PH Community HOUSING AUTHORITY OF THE COUNTY OF SAN BERNARDINO PROCUREMENT AND CONTRACTS DEPARTMENT 715 E. BRIER DRIVE, SAN BERNARDINO, CA 92408 (909) 890-0644 FAX (909) 890-2349 http://www.hacsb.com/procurement.htm

More information

COUNTY OF SAN JOAQUIN

COUNTY OF SAN JOAQUIN June 4, 2012 COUNTY OF SAN JOAQUIN General Services Department 44 North San Joaquin Street, Suite 590 Stockton, California 95202-2778 (209) 468-3357, Fax (209) 468-2186 GABRIEL E. KARAM Director Capital

More information

SECTION MEASUREMENT AND PAYMENT

SECTION 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 information

ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1. September 9, to the BIDDING DOCUMENTS for

ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1. September 9, to the BIDDING DOCUMENTS for AUSTIN ARCHITEXAS DALLAS ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1 September 9, 2014 to the BIDDING DOCUMENTS for ELLIS COUNTY COMPLEX Records Storage Building Waxahachie, Texas

More information

ADDENDUM NO. 1. GOODWYN, MILLS AND CAWOOD, INC st Avenue South Suite 100 Birmingham, Alabama Ph: Fax:

ADDENDUM NO. 1. GOODWYN, MILLS AND CAWOOD, INC st Avenue South Suite 100 Birmingham, Alabama Ph: Fax: ADDENDUM NO. 1 GOODWYN, MILLS AND CAWOOD, INC. 2701 1 st Avenue South Suite 100 Birmingham, Alabama Ph: 205-879-4462 Fax: 205-879-4493 To: ALL PLAN HOLDERS Date: March 24, 2017 Fax #: Pages: 10, including

More information

Eastern Sewershed Package IV Project Solicitation Number: CO Job No.: ADDENDUM 1 April 20, 2018

Eastern Sewershed Package IV Project Solicitation Number: CO Job No.: ADDENDUM 1 April 20, 2018 Eastern Sewershed Package IV Project Solicitation Number: CO-00149 Job No.: 17-4527 ADDENDUM 1 April 20, 2018 To Bidder of Record: This addendum, applicable to work referenced above, is an amendment to

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

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

EXCAVATION PERMIT CHECKLIST

EXCAVATION PERMIT CHECKLIST EXCAVATION PERMIT CHECKLIST Complete These Forms ST. LOUIS COUNTY/MUNICIPAL ZONING APPROVAL FOR PERMIT APPLICATION EXCAVATION PERMIT APPLICATION Present These Documents Drawing showing location of excavation

More information

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ADDENDUM NO. 1 ITB-U-11-05 CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ISSUE DATE: February 14, 2011 BID DATE: TO: SUBJECT: INTENT: March 1, 2011 @ 2:00 P.M. All Prospective Bidders and Others

More 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 August 8, 2018 The Cuming County Board of Supervisors will be

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

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

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

REQUEST FOR CONSTRUCTION BIDS May 23, 2017 REQUEST FOR CONSTRUCTION BIDS May 23, 2017 Cambridge Greenway Trail / Railroad Bridge Replacement Flood Mitigation Project 1.0 Project Background A former railroad bridge that currently carries the Cambridge

More information

Application Requirements for obtaining a Building Permit

Application Requirements for obtaining a Building Permit CITY OF BIRMINGHAM Community Development Building Department 151 Martin Street, Birmingham, MI 48009 Application Requirements for obtaining a Building Permit Residential Structures Building Permit Application

More information

10:00 AM, Wednesday, April 8, 2015

10:00 AM, Wednesday, April 8, 2015 NOTICE OF MANDATORY PRE-BID CONFERENCE WILL BE HELD AT 10:00 AM, Wednesday, April 8, 2015 IN ROOM 16, CITY HALL BUILDING, 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA The purpose of this conference

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

SUBMITTAL REQUIREMENTS:

SUBMITTAL REQUIREMENTS: 9611 SE 36 th Street Mercer Island, WA 98040-3732 PHONE (206) 275-7605 FAX (206) 275-7726 Wet Season Grading Restriction (October 1 through April 1) Seasonal Development Limitation Waiver CHECKLIST FOR

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

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1 DATE: May 18, 2016 TO: FROM: All Bidders/Proposers Willie Velez, CPPB Procurement Administrator City of Casselberry Purchasing Division SUBJECT: ITB-2016-0023, Oxford Road Complete Street Improvements

More information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES July 23, 2012 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE PRESTRESSED CONCRETE CYLINDER PIPE (PCCP) PRESSURIZED WATER MAINS 48 AND LARGER AND APPURTENANCES Gwinnett County is soliciting applications

More information

Commercial Submittal Packet

Commercial Submittal Packet Commercial Submittal Packet City of Pepper Pike Building Department 28000 Shaker Boulevard Pepper Pike, Ohio 44124 Phone: (216) 896-6134 Fax: (216) 831-6525 www.pepperpike.org Submitting for the Architectural

More information

Items in this checklist identify the base requirements that are to be provided by the design professional.

Items in this checklist identify the base requirements that are to be provided by the design professional. The Project Manager or other Owner designee will serve as the Plan Reviewer. This checklist is to be completed by the Plan Reviewer on behalf of the Owner. The Plan Reviewer s role is to review the submitted

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

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING ADDENDUM No. 2 ITB No. 4561 WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING Bids Due: February 4, 2019 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be

More information

Greater New Haven Water Pollution Control Authority. New Haven, Connecticut

Greater New Haven Water Pollution Control Authority. New Haven, Connecticut Greater New Haven Water Pollution Control Authority New Haven, Connecticut Plans and Specifications for the Construction of CWF 2016-07 RE-BID - CSO Reduction Utilizing Green Infrastructure - West River

More information

Appendix J. Clean Water Nashville Overflow Abatement Program GUIDANCE FOR DESIGN PERMIT INFORMATION. Version 3.0

Appendix J. Clean Water Nashville Overflow Abatement Program GUIDANCE FOR DESIGN PERMIT INFORMATION. Version 3.0 Appendix J Clean Water Nashville Overflow Abatement Program GUIDANCE FOR DESIGN PERMIT INFORMATION Version 3.0 April 2015 Table of Contents Section 1 General Information... 1 Section 2 State of Tennessee

More information

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018 Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET Engineering Department RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018 The City of West Bend (City) is requesting

More information

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2017

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2017 SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2017 STANDARD SPECIFICATIONS 102.12 Best Value Contracting Partial payments shall be withheld if contractor is working on site and has not satisfied

More information

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project 00900 ADDENDUM #1 Issued to: All Document Holders of Record Date: February 16, 2016 Project: Bayfield Waterline Replacement Project This Addendum forms a part of the Contract described above. The original

More information

SECTION MAINTENANCE OF EXISTING CONDITIONS

SECTION MAINTENANCE OF EXISTING CONDITIONS SECTION 02 01 00 MAINTENANCE OF EXISTING CONDITIONS PART 1 GENERAL 1.1 GENERAL A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal and shall restore damaged

More information

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT October 3, 2018 Please find the following addendum to the below mentioned QUOTE. Addendum No.: 2 Quote#: 312-00-18-26-1 Project Name: Windsor Dr.

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

INVITATION TO BID NUMBER ITB/DA-17/18-36 REBID STORM WATER IMPROVEMENTS AT THE PLANT CITY STATE FARMERS MARKET

INVITATION TO BID NUMBER ITB/DA-17/18-36 REBID STORM WATER IMPROVEMENTS AT THE PLANT CITY STATE FARMERS MARKET ADDENDUM 1 TO: FROM: RE: Vendors Salena Yarbrough INVITATION TO BID NUMBER ITB/DA-17/18-36 REBID STORM WATER IMPROVEMENTS AT THE PLANT CITY STATE FARMERS MARKET This addendum is to provide all potential

More information

May 31, Prepared By: Thompson Engineering, Inc Cottage Hill Road Ste. 190 Mobile, Al Office (251) Fax: (251)

May 31, Prepared By: Thompson Engineering, Inc Cottage Hill Road Ste. 190 Mobile, Al Office (251) Fax: (251) Addendum No. 1 to the Water Street Signal Planning And Striping Plan Concrete Sidewalk Phase Mobile, Alabama For the City of Mobile, Alabama Project No. 2017-2060-06 May 31, 2017 Prepared By: Thompson

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

ADDENDUM NO. 1. March 3, 2017

ADDENDUM NO. 1. March 3, 2017 ADDENDUM NO. 1 March 3, 2017 INDIANAPOLIS INTERNATIONAL AIRPORT Cargo Apron Utility Corridor Relocations Temporary AOA Fence Realignment IAA Project No. I-17-004 CONTENTS ADDENDUM NO. 1 TEXT PAGES 2-4

More information

CONSTRUCTION GUIDELINES

CONSTRUCTION GUIDELINES City of Post Oak Bend 1175 County Road 278 Mail Address: PO Box 746, Kaufman, Tx. 75142 Phone: 214-686-8887 (Phone subject to change) Email: postoakbendcity@gmail.com CONSTRUCTION GUIDELINES FOR THE CITY

More information

If you need any additional information concerning this requirement, please contact Superintendent of Public Works John Batchelder.

If you need any additional information concerning this requirement, please contact Superintendent of Public Works John Batchelder. TO: FROM: RE: All Licensed Contractors Michael J. Hartman Town Manager Street Excavation Policy Enclosed is an application form to be a Licensed Contractor in the Town of Stoughton for calendar year. This

More information

BUILDING PERMIT CHECKLIST FOR THE TOWN OF GRAND LAKE

BUILDING PERMIT CHECKLIST FOR THE TOWN OF GRAND LAKE BUILDING PERMIT CHECKLIST FOR THE TOWN OF GRAND LAKE Please Note: No construction, including site preparation (grading, excavating, vegetation removal, etc.), will be allowed until a building permit or

More information

Wastewater Treatment Plant Dewatering Pad

Wastewater Treatment Plant Dewatering Pad Community Development Department Engineering Division Wastewater Treatment Plant Dewatering Pad Project #: 2017-06 Bid Date: December 19, 2018 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4. Plan

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

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

SECTION TRENCHING & BACKFILLING

SECTION TRENCHING & BACKFILLING SECTION 02225 - TRENCHING & BACKFILLING 1.0 GENERAL 1.1 Work included in this Section includes trenching and backfilling for underground pipelines and related structures only. 1.2 Reference Specifications

More information