NOTICE TO BIDDERS ADDENDUM NO. 2
|
|
- Augustine Nash
- 5 years ago
- Views:
Transcription
1 NOTICE TO BIDDERS ADDENDUM NO. 2 This Addendum changes the terms of the Bid Proposal and/or plans associated with the Monroe County Road Commission project indicated below. By submitting a bid, any and all changes included in this Addendum are made a part of the contract. MCRC Project No.: and Project Description: Bid Date: Hurd Road and Vivian Road Drainage Improvements Tuesday, May, 208 at 0:00 a.m. Addendum Date: 04/27/208 DESCRIPTION OF CHANGES: Plans ) Delete plan sheet 2 for Vivian Road and Replace with the attached revised plan sheet 2 for Vivian Road dated 04/27/208 that incorporates the following revisions: a. The profile of the proposed storm sewer was revised to avoid a conflict with the Michigan Gas Utilities 2 high pressure gas main at Sta b. The 2 high pressure gas main at Sta 47+4 was added to the profile view. c. The estimated quantities for the following items of work were revised in the Quantities This Sheet table: i. Exploratory Investigation, Vertical was revised from 4 Ft to 6 Ft ii. Sewer, CPP, 2 inch, Tr Det A was revised from 355 Ft to 398 Ft iii. Sewer, CPP, 2 inch, Tr Det B was revised from 22 Ft to 40 Ft iv. Flowable Fill, Non-Structural was deleted Proposal 2) Delete the Schedule of Items on pages 8 through and Replace with the attached revised Schedule of Items that incorporates the following quantity revisions for Vivian Road: i. Exploratory Investigation, Vertical was revised from 4 Ft to 6 Ft ii. Sewer, Corrugated Polypropylene, 2 inch, Tr Det A was revised from 355 Ft to 398 Ft iii. Sewer, Corrugated Polypropylene, 2 inch, Tr Det B was revised from 22 Ft to 40 Ft iv. Flowable Fill, Non-Structural was deleted Proposal 3) Add the attached special provision for Non-Structural Flowable Fill COMMUNICATIONS Any questions regarding this addendum shall be directed to the person listed below: Name: Christine Herron Phone: CHerron@mcrc-mi.org Page of 2
2 NOTICE TO BIDDERS ADDENDUM NO. 2 ACKNOWLEDGEMENT Acknowledge receipt of this addendum by completing the information below and returning the addendum to the Monroe County Road Commission via to CHerron@mcrc-mi.org or by fax to Company: By: Date: The Contractor shall also acknowledge any and all addendums in the space provided on page 8 of the proposal prior to submitting the bid. Page 2 of 2
3 S:\Projects\Project F-J\NC\ADMINISTRATION\NCR\208 Road Projects\W N0CR_Phase 52_Drainage 4/27/208 Vivian and Hurd\CAD\PLANS\W N0CR_PP0.dgn CAUTION HAZARDOUS OR FLAMMABLE MATERIAL BENCHMARK BENCHMARK #50 ELEVATION = STA ' ROCKS DR STRUCTURE, 24 INCH STATION , 2.6' LT EX. 2" ST. DESCRIPTION: BRASS PLATE IN NW WINGWALL OF BRIDGE ON VIVIAN ROAD OVER SANDY CREEK STA.42+5, 20.6' RT RIM =.00 2" N = " S = (EX.) CULV, REM, LESS THAN 24 INCH 36 SYD DRIVEWAY, NONREINF CONC, 6 INCH STA , 22' RT RIM = " N & S = SIGN, TYPE III, REM SIGN, TYPE III, ERECT, SALV DR STRUCTURE, 24 INCH 36 SYD PAVT, REM 5 TONS AGGREGATE BASE EXISTING ROADWAY CENTERLINE PROFILE EX. 2"ST. 49 SEWER, CPP, 2 INCH 0 TR DET A 48 TR DET B 45 SYD PAVT, REM 8 TONS AGGREGATE BASE 45 SYD DRIVEWAY, NONREINF 36 SYD PAVT, REM CONC, 6 INCH PROPOSED GROUND PROFILE AT STORM SEWER STA , 22' RT CONC, 6 INCH 5 TONS AGGREGATE BASE 36 SYD DRIVEWAY, NONREINF RIM = " N & S = DR STRUCTURE, 24 INCH EX. 2" ST. STA , 22' RT 76 SEWER, REM, LESS THAN 24 INCH RIM = " N & S = " E =.70 (EX.) 86 SEWER, CPP, 2 INCH DR STRUCTURE, REM 8 TONS AGGREGATE BASE 5 SYD DRIVEWAY, NONREINF SYD PAVT, REM TR DET A 32 TR DET B DR STRUCTURE, 24 INCH CONC, 6 INCH SIGN, TYPE III, REM SIGN, TYPE III, ERECT, SALV EX. 2" ST. STA , 20.' RT EX. STORM C.B. (REMOVE) RIM = " SE =.68 2" N =.08 2" S = DR STRUCTURE, 24 INCH STA , 22' RT RIM = " N & S =.7 99 SEWER, REM, LESS THAN 24 INCH STA , 22' RT DR STRUCTURE, 48" DIA., 97 SEWER, CPP, 2 INCH CAUTION HAZARDOUS OR FLAMMABLE MATERIAL COVER TYPE B RIM = " N & S =.52 2" E =.62 CAUTION HAZARDOUS OR FLAMMABLE MATERIAL EX. 2"ST. 65 TR DET A 32 TR DET B SEWER, CPP, 2 INCH, TR DET A ' % EX. 5" SANITARY SERVICE CONNECTION ' % EX. 5" SANITARY SERVICE CONNECTION ' % EX. 5" SANITARY SERVICE CONNECTION 35 SEWER, REM, LESS THAN 24 INCH DR STRUCTURE, 48 INCH 6 SEWER, CPP, 2 INCH, TR DET B VIVIAN ROAD SEWER, CPP, 2 INCH 30 TR DET A 2 TR DET B DR STRUCTURE, TAP, 2 INCH 97' % 598 CABLE CABLE 597 OPTICALCABLE 42' - 2" 0.83% EX. 5" SANITARY SERVICE CONNECTION TELE. BOX 599 BURIED TELE. EX. STORM C.B. RIM = " SW = " SE = EXISTING GROUND PROFILE ST HURD ROAD STA , 20.' RT 2" W = ' % EX. 2" HP GAS MAIN TOP OF PIPE = 594.6` (REMOVE) 599 2" WATER MAIN HURD ROAD DR STRUCTURE, 24 INCH 80 SEWER CL E, 2 INCH, TR DET B 56 SYD PAVT, REM 25 TON AGGREGATE BASE 7 TON HAND PATCHING STA , 22' RT RIM = " N & S =.69 ESTIMATED ELEVATION VERTICAL 7' % EX. 0" SANITARY SEWER 7 SEWER, CPP, 2 INCH, TR DET A 6 EXPLORATORY INVESTIGATION, RIM = " S =.85 EX. 6" ST. STA , 20.7' RT EX. STORM C.B. 3X (REMOVE) RIM = " SE = " N =.85 0' SIGN, TYPE III, REM MSG SIGN, TYPE III, ERECT, SALV NOTES STA , 2' RT DR STRUCTURE, REM DR STRUCTURE, 24 INCH " N =.85 4" SE = GRAPHIC SCALE 30' 60' QUANTITIES THIS SHEET: SYD TON SYD TON SYD SYD CULV, REM, LESS THAN 24 INCH DR STRUCTURE, REM SEWER, REM, LESS THAN 24 INCH PAVT, REM EXPLORATORY INVESTIGATION, VERTICAL EROSION CONTROL, INLET PROTECTION, FABRIC DROP AGGREGATE BASE AGGREGATE BASE, CONDITIONING SEWER, CL E, 2 INCH SEWER, CPP, 2 INCH, TR DET A SEWER, CPP, 2 INCH, TR DET B DR STRUCTURE, 24 INCH DIA DR STRUCTURE, 48 INCH DIA DR STRUCTURE, TAP, 2 INCH DR STRUCTURE COVER, TYPE G DR STRUCTURE COVER, TYPE B HAND PATCHING DRIVEWAY, NONREINF CONC, 6 INCH SIGN, TYPE III, ERECT, SALV SIGN, TYPE III, REM SLOPE RESTORATION, TYPE A CONTRACTOR TO TRIM TREES BETWEEN STA AND STA TO GAIN ACCESS TO THE SITE. TREE TRIMMING WILL NOT BE PAID FOR SEPARATELY AND IS INCLUDED IN THE UNIT PRICES FOR THE RELATED PAY ITEMS. AN ESTIMATED QUANTITY OF 68 CYD OF EMBANKMENT, LM WILL BE REQUIRED TO FILL IN THE DITCH FROM STA 42+5 TO STA THE EMBANKMENT WILL NOT BE PAID FOR SEPARATELY AND IS INCLUDED IN THE UNIT PRICE FOR MACHINE GRADING, MOFIDIED. CONTRACTOR SHALL EXPOSE 2" AC WATER MAIN BETWEEN 7+50 AND 7+60 PRIOR TO ORDERING MATERIALS. THIS WORK WILL BE PAID FOR AS EXPLORATORY INVESTIGATION, VERTICAL. AN ESTIMATED QUANTITY OF 6 HAS BEEN INCLUDED IN THE PLAN QUANTITIES. CONTRACTOR TO GRADE SITE TO CRTE POSTIVE DRAINAGE TO STRUCTURES. 590 NO. DATE BY DESCRIPTION PREPARED FOR: PRELIMINARY SUBMITTAL TO MCRC SLB 4/2/ NORTH DIXIE HIGHWAY FINAL PLANS SLB 4/3/208 2 MONROE, MI 4862 ADDENDUM NO. SLB 4/7/208 3 TEL: VIVIAN ROAD DRAINAGE 2 4 4/27/208 SLB ADDENDUM NO. 2 FAX: FRENCHTOWN PROJECT DATE: CHARTER TOWNSHIP FRENCHTOWN CHARTER 04/7/208 PLAN AND PROFILE WN0CR PROJECT NO.: TOWNSHIP KHW DRAWN BY: 2744 VIVIAN ROAD MONROE COUNTY, MI 2 SLB CHECKED BY: MONROE, MI 4862
4 MONROE COUNTY ROAD COMMISSION HURD ROAD AND VIVIAN ROAD DRAINAGE IMPROVEMENTS TO: Board of County Road Commissioners of Monroe County, Michigan The undersigned, having full knowledge of the site, proposal, plans and specifications for the Hurd Road and Vivian Road Drainage Improvements project in Frenchtown Township, Monroe County, Michigan including Bidders Addenda & 2, and the conditions of these Contract Documents, hereby agrees to furnish all services, labor, materials, tools, equipment, transportation, and incidentals necessary to perform the entire Work; to complete the contract by the date specified in the Instructions to Bidders and General Provisions, according to the Proposal, Plans and Specifications; and to accept in full, compensation for all work necessary to complete the project at the unit prices named below: UNIT PRICE WORK HURD ROAD Item Code Item Description Approx. Quantity Unit Unit Price Bid Amount Mobilization, Max $6, LSUM $ $ Culv, Rem, Less than 24 inch 2 Ea $ $ Sewer, Rem, Less than 24 inch 545 Ft $ $ Pavt, Rem 42 Syd $ $ Excavation, Earth,05 Cyd $ $ Erosion Control, Inlet Protection, Fabric Drop 4 Ea $ $ Aggregate Base 35 Ton $ $ Aggregate Base, Conditioning 97 Syd $ $ Culv End Sect, Metal, 2 inch 6 Ea $ $ Sewer Bulkhead, 2 inch Ea $ $ Sewer, Corrugated Polypropylene, 2 inch, Tr Det A Sewer, Corrugated Polypropylene, 2 inch, Tr Det B Ft $ $ 96 Ft $ $ Standard Flap Gate, 2 inch Ea $ $ Dr Structure Cover, Type G 4 Ea $ $ Dr Structure, 24 inch dia 3 Ea $ $ Page 8 of 4
5 Dr Structure, 48 inch dia Ea $ $ Dr Structure, Tap, 2 inch 2 Ea $ $ HMA Surface, Rem 85 Syd $ $ Edge Trimming 94 Ft $ $ Hand Patching 8 Ton $ $ HMA Approach 0 Ton $ $ Driveway, Nonreinf Conc, 6 inch 42 Syd $ $ Barricade, Type III, High Intensity, Lighted, Furn Barricade, Type III, High Intensity, Lighted, Oper 7 Ea $ $ 7 Ea $ $ Minor Traf Devices LSUM $ $ Furn Oper Special, Furn Special, Oper 23 Sft $ $ 23 Sft $ $ 2 Sft $ $ 2 Sft $ $ Traf Regulator Control LSUM $ $ 80 Slope Restoration, Type A 3,590 Syd $ $ Flowable Fill, Non-Structural 4 Cyd $ $ Hurd Road Subtotal = $ UNIT PRICE WORK VIVIAN ROAD Item Code Item Description Approx. Quantity Unit Unit Price Bid Amount Mobilization, Max $4, LSUM $ $ Page 9 of 4
6 Culv, Rem, Less than 24 inch Ea $ $ Dr Structure, Rem Ea $ $ Sewer, Rem, Less than 24 inch 20 Ft $ $ Pavt, Rem 224 Syd $ $ Exploratory Investigation, Vertical 6 Ft $ $ Machine Grading, Modified 6 Sta $ $ Erosion Control, Inlet Protection, Fabric Drop 7 Ea $ $ Aggregate Base 5 Ton $ $ Aggregate Base, Conditioning 68 Syd $ $ 4020 Sewer, Cl E, 2 inch, Tr Det B 80 Ft $ $ Sewer, Corrugated Polypropylene, 2 inch, Tr Det A Sewer, Corrugated Polypropylene, 2 inch, Tr Det B 398 Ft $ $ 40 Ft $ $ Dr Structure Cover, Type B Ea $ $ Dr Structure Cover, Type G 7 Ea $ $ Dr Structure, 24 inch dia 7 Ea $ $ Dr Structure, 48 inch dia Ea $ $ Dr Structure, Tap, 2 inch Ea $ $ Hand Patching 7 Ton $ $ Driveway, Nonreinf Conc, 6 inch 68 Syd $ $ Sign, Type III, Erect, Salv 3 Ea $ $ Sign, Type III, Rem 3 Ea $ $ Barricade, Type III, High Intensity, Lighted, Furn 0 Ea $ $ Page 0 of 4
7 Barricade, Type III, High Intensity, Lighted, Oper Channelizing Device, 42 inch, Furn Channelizing Device, 42 inch, Oper 0 Ea $ $ 20 Ea $ $ 20 Ea $ $ Minor Traf Devices LSUM $ $ Furn Oper 294 Sft $ $ 294 Sft $ $ Traf Regulator Control LSUM $ $ 80 Slope Restoration, Type A,03 Syd $ $ Vivian Road Subtotal = $ Total Bid (Hurd Road + Vivian Road) = $ Contractor Signature: Printed Name and Title: Quantities are not guaranteed. Final payment will be based on actual quantities. Bidder agrees that the work will be completed and ready for final payment in accordance with the General Conditions. All work on the Hurd Road and Vivian Road Drainage Improvements contract is to be completed by August 3, 208 as detailed in the Time of Completion section above. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the work on time. The following documents are attached to and made a condition of this Bid: Required Bid Security in the form of either: Certified Check or a Bidder s Bond in the amount of: Dollars ($ ) Page of 4
8 2RC205(A020) MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR NON-STRUCTURAL FLOWABLE FILL C&T:TES of C&T:APPR:DMG:JAB:08-7- a. Description. This work consists of furnishing and placing non-structural flowable fill for abandoning pipes and miscellaneous structures; constructing miscellaneous bulkheads or forms; and backfilling. This specification is not intended to address flowable fill used as structural backfill. b. Materials. Supply non-structural flowable fill consisting of a mixture of Portland cement, fly ash, sand (2NS) and water. Use materials conforming to the standard specifications except as modified by this special provision. All non-structural flowable fill is intended to be removable using conventional mechanical excavation methods. Use either Type I or IA Portland cement conforming to section 90 of the Standard Specifications for Construction and Class F or C fly ash as specified by ASTM C 68 except that there is no limit on loss on ignition. Produce a mix of cement, fly ash, sand and water in the following proportions. Portland Cement Fly Ash Sand Water 50 lb/cyd 500 lb/cyd 2850 lb/cyd approx. 376 lb/cyd (sufficient to produce desired flowability) c. Construction. Produce and deliver the non-structural flowable fill at a minimum temperature of 50 degrees F. Transport mixture to the point of placement in a revolving drum mixer or agitator. Secure all pipes and conduits within the backfill area to counteract the buoyant effect of nonstructural flowable fill. Place the material evenly around manholes and in utility trenches to avoid dislocating pipes and conduits. d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price using the following pay item: Pay Item Pay Unit Flowable Fill, Non-Structural... Cubic Yard Flowable Fill, Non-Structural includes all labor, equipment and materials required to supply and place flowable fill for the purpose of abandoning pipes and miscellaneous structures, and includes any necessary miscellaneous bulkheads for forms.
NOTICE TO BIDDERS ADDENDUM #1 January 8, 2019 Eastman Road Scrap Tire Grant Project
MIDLAND COUNTY ROAD COMMISSION 2334 N. MERIDIAN ROAD SANFORD, MI 48657 Phone (989) 687-9060 Fax (989) 687-9121 www.midlandroads.com NOTICE TO BIDDERS ADDENDUM #1 January 8, 2019 Eastman Road Scrap Tire
More informationADDENDUM No. 2 February 17, Zeeb Road Pathway Scio Township
ADDENDUM No. 2 February 17, 2015 Zeeb Road Pathway Scio Township 0159-12-0040 The following changes, additions, and/or clarifications to the Contract Documents shall be incorporated in said documents and
More informationADDENDUM NO. 2 CHARTER OAKS WATER MAIN REPLACEMENT THE CHARTER TOWNSHIP OF CLINTON MACOMB COUNTY, MICHIGAN
ADDENDUM NO. 2 CHARTER OAKS WATER MAIN REPLACEMENT CHARTER TOWNSHIP OF CLINTON MACOMB COUNTY, MICHIGAN FOR: THE CHARTER TOWNSHIP OF CLINTON Date: The following changes and/or clarifications will be incorporated
More informationQUANTITIES MOBILIZATION PAVT, REM EROSION CONTROL, INLET PROTECTION, FABRIC DROP 12 EA AGGREGATE BASE AGGREGATE BASE, CONDITIONING SHOULDER, CL II
7/12/18 GENERAL NOTES SPECIFICATIONS: ALL WORK AND MATERIALS, UNLESS OTHERWISE STATED IN THESE PLANS, SHALL BE IN ACCORDANCE WITH THE MICHIGAN DEPARTMENT OF TRANSPORTATION (MDOT) 2012 STANDARD SPECIFICATIONS
More informationADDENDUM NO. 1. DATE: January 20, All Planholders. Abonmarche Consultants, Inc. Michael C. Morphey, P.E. Senior Project Engineer
ADDENDUM NO. 1 DATE: January 20, 2017 TO: FROM: RE: OWNER: All Planholders Abonmarche Consultants, Inc. Michael C. Morphey, P.E. Senior Project Engineer City of New Buffalo Whittaker Street Reconstruction
More informationMOBILIZATION CURB AND GUTTER, REM EXCAVATION, EARTH DR STRUCTURE, RECONST, CASE 1 AGGREGATE BASE, CONDITIONING COLD MILLING HMA SURFACE
7/13/18 GENERAL NOTES SPECIFICATIONS: ALL WORK AND MATERIALS, UNLESS OTHERWISE STATED IN THESE PLANS, SHALL BE IN ACCORDANCE WITH THE MICHIGAN DEPARTMENT OF TRANSPORTATION (MDOT) 01 STANDARD SPECIFICATIONS
More informationIMMEDIATE RESPONSE REQUESTED
DATE: 3/3/207 IMMEDIATE RESPONSE REQUESTED ADDENDUM ACKNOWLEDGEMENT Upon receipt of this addendum, please fill in company name, sign and IMMEDIATELY email or fax only this acknowledgment to: ****616.977.1005
More informationMONROE COUNTY ROAD COMMISSION BEDFORD TOWNSHIP INDIAN ACRES SPECIAL ASSESSMENT DISTRICT
MONROE COUNTY ROAD COMMISSION AND EXCEPT WHERE OTHERWISE INDICATED ON THESE PLANS OR IN THE PROPOSAL, ALL MATERIALS AND WORKMANSHIP SHALL BE IN ACCORDANCE WITH THE MICHIGAN DEPARTMENT OF TRANSPORTATION
More informationThe Proposal shall be legally signed and the complete address of the bidder given thereon. BOARD OF COUNTY ROAD COMMISSIONERS COUNTY OF OTTAWA
INSTRUCTIONS TO BIDDERS: This Proposal shall be legibly prepared with ink or typed. UNIT PRICES shall be entered in the "Unit Prices" column. Where a LUMP SUM bid is called for, it shall be entered only
More informationMidland County Road Commission Schedule of Items (Itemized Bid Sheet)
Midland County Road Commission Schedule of Items (Itemized Bid Sheet) Item No. 1 EASTMAN ROAD SCRAP TIRE GRANT PROJECT Sealed Proposals will be received at the office of Board of Road Commissioners, County
More informationADDENDUM No. 5. ITB No. 4424: W.R. Wheeler (Swift Run) Service Center PUD Non-motorized Improvements Phase 1
ADDENDUM No. 5 ITB No. 4424: W.R. Wheeler (Swift Run) Service Center PUD Non-motorized Improvements Phase 1 Due: June 9, 2016 at 2:00 p.m. (local time) The following changes, additions, and/or deletions
More informationE.P. CLARKE ELEMENTARY SCHOOL SITE IMPROVEMENTS
o:\projects\2016\ ep clarke elementary circulation\cad\_civil\ TL.dwg, 1, /5/2016 2:5:02 PM, mle, 1:1 NOTES: Sheet List Table SHT NO. DESCRIPTION COUNTY KEY OFFICIALS LOCAL UTILITIES CALL MISS DIG PROJECT
More informationADDENDUM No. 1. ITB No Riverview Drive Sanitary Sewer and Water Main Extension Project. Bids Due: November 30, 2018 at 2:00 P.M.
ADDENDUM No. 1 ITB No. 4555 Bids Due: November 30, 2018 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for the, ITB No. 4555, on which
More informationADDENDUM No. 1 March 28, SAD Road Program City of Auburn Hills OHM Job No
ADDENDUM No. 1 March 28, 2017 2017 SAD Road Program City of Auburn Hills OHM Job No.. The following changes, additions, and/or clarifications to the Contract Documents shall be incorporated in said documents
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 information4. Review Engineer s Cost Estimates for Bridge 33.7 Revisions: Mannik Smith Group
CHARTER TOWNSHIP OF OAKLAND PARKS & RECREATION COMMISSION AND PAINT CREEK TRAILWAYS COMMISSION SPECIAL JOINT MEETING NOTICE AND AGENDA Tuesday, September 18, 2018 8:00 p.m. City of Rochester Municipal
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 informationMICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SPUN CONCRETE POLE AND DRILLED SHAFT FOUNDATION
MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SPUN CONCRETE POLE AND DRILLED SHAFT FOUNDATION ITS:CLC 1 of 7 APPR:LWB:DBP:08-01-13 FHWA:APPR:09-23-13 a. Description. This work consists of
More informationJACKSON COUNTY DEPARTMENT OF TRANSPORTATION CULVERT REPLACEMENT PROJECT
JACKSON COUNTY DEPARTMENT OF TRANSPORTATION CULVERT REPLACEMENT PROJECT Kimmel Road, Section 04 and 33, Liberty and Summit Township TABLEOFCONTENTS TABLE OF CONTENTS Culvert Replacement Kimmel Road, Section
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 informationDivision 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 informationSANBORN COUNTY
Sheet 1 of 12 SPECIFICATIONS ESTIMATE OF QUANTITIES BID ITEM NUMBER ITEM QUANTITY UNIT 009E0010 Mobilization Lump Sum LS 110E0500 Remove Pipe Culvert 134 Ft 110E1010 Remove Asphalt Concrete Pavement 178
More informationSPECIAL SPECIFICATION. Water and Sewer System and Appurtenances
2004 Specifications CSJ 2250-01-021, etc SPECIAL SPECIFICATION 5243 Water and Sewer System and Appurtenances 1. Description. This Item governs for the furnishing of all equipment, labor and materials to
More informationCITY OF ALLEGAN RIVERFRONT PLAZA RBEG PARKING LOT IMPROVEMENTS CITY OF ALLEGAN OFFICIALS NOTES: MDOT STANDARD PLAN SERIES LOCAL UTILITIES
INDEX OF SHEETS SHT NO. DESCRIPTION COVER SHEET STANDARD DETAILS 3 WEST LOT REMOVALS 4 EAST LOT REMOVALS 5 WEST LOT SITE PLAN 6 EAST LOT SITE PLAN 7 WEST LOT SOIL EROSION AND SEDIMENTATION CONTROL PLAN
More informationTHE 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 informationPROPOSAL 1.47 MILES OF CULVERTS, HMA BASE CRUSHING AND SHAPING, CONCRETE CURB, HMA PAVING, GRAVEL SHOULDERS, RESTORATION AND PAVEMENT MARKINGS.
DAVID D. BROWN HENRY GINOP RICHARD A. LAHAIE CHAIRMAN COMMISSIONER COMMISSIONER KENNETH PAQUET DAVID F. BRANDT COMMISSIONER VICE-CHAIRMAN Cheboygan County Road Commission 5302 South Straits Highway Indian
More informationADDENDUM No. 2. ITB No Hoover, Greene, & Hill Improvement Project. Bids Due: March 8, 2019 at 10:00 A.M. (Local Time)
ADDENDUM No. 2 ITB No. 463 Hoover, Greene, & Hill Improvement Project Bids Due: March 8, 2019 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation
More information2010 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 informationADDENDUM 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 informationADDENDUM NO. 2 TO CONTRACT DOCUMENTS FOR PONTIAC TRAIL IMPROVEMENTS PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN
ADDENDUM NO. 2 TO CONTRACT DOCUMENTS FOR PONTIAC TRAIL IMPROVEMENTS PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Contract Documents
More informationPROPOSAL 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 informationGeneral Water Bid Items Item No.
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 informationNovember 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 informationThe Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.
1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax 6 March 2018 Arizona California Colorado Kansas Louisiana Missouri Nebraska New Mexico Texas Utah ADDENDUM NO. 2 RE: City of Kingman,
More informationPROPOSAL ALL BIDS WILL BE SEALED AND PLAINLY MARKED AS TO THE PROJECT AND PROJECT NUMBER.
DAVID D. BROWN HENRY GINOP RICHARD A. LAHAIE CHAIRMAN COMMISSIONER COMMISSIONER KENNETH PAQUET DAVID F. BRANDT COMMISSIONER VICE-CHAIRMAN Cheboygan County Road Commission 5302 South Straits Highway Indian
More informationPROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM
NAME OF CONTRACTOR PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM PROJECT NO. LH 4894 Removal of existing CMP culvert, construction of a new 12 x 8 concrete box culvert,
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 informationBidder Name: ITEMIZED BID: The bidder should complete the following section in accordance with Sec 102.7. The bidder proposes to furnish all labor, materials, equipment, services, etc. required for the
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 informationCITY 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 informationSample. Bid Proposal. Not Valid for Use
BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes
More informationEastern 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 informationOCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director
OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC 29691 Robyn M. Courtright, CPPO, Procurement Director Tronda Spearman, CPPB, Assistant Procurement Director Telephone: 864-638-4141
More informationFailure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.
Addendum #1 Project: Coteau Street & Utility Improvements Bid Date: 1:00 P.M., Local Time, March 20, 2017 Bid Location: Office of the City Administrator/Clerk, City of Lake Benton 106 S. Center Street
More informationA D D E N D U M N O. 4
A D D E N D U M N O. 4 TO: PROJECT: All Prospective Bidders (T78) Drainage Improvements TxDOT CSJ No. Klotz Project No. 0500.041.002 ISSUE DATE: January 30, 2017 The following information is provided to
More informationSPECIAL SPECIFICATION 6666 Charter Communications System
2004 Specifications CSJ 1200-05-014 SPECIAL SPECIFICATION 6666 Charter Communications System 1. Description. A. This Item will govern the installation of all facilities belonging to Charter Communications,
More informationCHAPTER 2. Restricted Residential ½ Street** Design Speed 25 MPH 25 MPH 25 MPH 25 MPH 40 MPH 50 MPH 55 MPH
CHAPTER 2 201 ROADS 201.1 General This section is to assist the designer in determining what is needed for the design of roads in public rights-of-way. For these standards, the terms used are: Restricted
More informationCounty of Georgetown, South Carolina
County of Georgetown, South Carolina 129 Screven Street, Suite 239 Georgetown, SC 29440-3641 Post Office Box 421270, Georgetown, SC 29442-4200 (843)545-3082 Fax (843)545-3500 purch@gtcounty.org ADDENDUM
More informationThe following shall be incorporated into the Contract Documents dated November 12, 2018.
ADDENDUM NO. 1 DATE: December 7, 2018 PROJECT: OWNER: BID DATE: Owosso Pilot Water Grant City of Owosso Tuesday, December 18, 2018 at 3:00 pm The following shall be incorporated into the Contract Documents
More informationSECTION 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 informationReplace BID SCHEDULE with attached revised BID SCHEDULE.
CONTRACT ADDENDUM Project: 9 st Ave SE & 4 th Street SE Sidewalk Improvements Project No: 00 Addendum No: Date: 0 September 0 Addendum: Replace BID SCHEDULE with attached revised BID SCHEDULE. Section
More informationSECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES
Section SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL... 39-1 39-2 PRECAST CONCRETE MANHOLES... 39-1 39-2.01 Precast Concrete Storm Drain Manholes... 39-1 39-3 SADDLE MANHOLES... 39-2 39-3.01 Saddle
More informationCECIL 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 informationSt. Tammany Parish Government Department of Procurement P. O. Box 628 Covington, LA Phone: (985) Fax: (985)
St. Tammany Parish Government Department of Procurement P. O. Box 628 Covington, LA 70434 Phone: (985) 898-2520 Fax: (985) 898-5227 Pat Brister Parish President February 5, 2016 Please find the following
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 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 information00900 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 informationPROPOSAL OF, a corporation. an individual doing business as
PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to instructions and invitations to bidders, the undersigned proposes
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 informationITEM 481 MONOLITHIC REINFORCED CONCRETE BOX SEWERS
AFTER FEBRUARY 1, 2011 ITEM 481 MONOLITHIC REINFORCED CONCRETE BOX SEWERS 481.1 Description. This specification shall govern for the construction of monolithic, reinforced concrete box sewers of the size,
More informationROAD COMMISSION FOR IONIA COUNTY
ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY WILLIAM E. WEISGERBER KENNETH L. GASPER ALBERT A. ALMY
More informationADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:
ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum
More informationBASE BID Description Written & Numeric Price
PROPOSAL Proposal TxDOT CSJ No. Project : Airfield drainage improvements to alleviate storm water conveyance issues at in Liberty, TX. The improvements include: re-grading of existing concrete lined infields,
More informationTownline Road Middle Village Road then south 4800 feet.
05/10/2017 Townline Road Middle Village Road then south 4800 feet. Project: Project Stations: 0.91 miles of asphalt wedging and 2 inch HMA Paving, gravel 0+00 P.O.B. Middle Village Road shoulders, and
More informationBidders List. Calhoun County Road Department S Drive N Culvert Replacement Convis Township. Hunter Prell 149 Richmond Ave. Battle Creek, MI 49014
S Drive N Culvert Replacement Bidders List Hunter Prell 149 Richmond Ave. Battle Creek, MI 49014 Hoffman Brothers 8574 Verona Road Battle Creek, MI 49014 Concord Excavating 13000 Homer Rd, Concord, MI
More informationADDENDUM #1 Village of Hawthorn Woods Darlington Drive Culvert Replacement Date: January 29, 2018
CBBEL PROJECT NO. 02-0065.H0226 ADDENDUM #1 Village of Hawthorn Woods Darlington Drive Culvert Replacement Date: January 29, 2018 Modification No. 1 In regards to the COBBLESTONE PAVERS specification,
More informationBID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of
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. TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction
More informationJob Order Sewer Repair Services
Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified
More informationSPECIAL SPECIFICATION 4653 Polypropylene Pipe
2004 Specifications CSJ 2158-01-013, Etc. SPECIAL SPECIFICATION 4653 Polypropylene Pipe 1. Description. Furnish and install polypropylene pipe for constructing polypropylene pipe culverts or polypropylene
More informationDrainage structure refers to manholes, catch basins, leaching basins, inlets and drop inlets. Drainage structures are designated as follows.
403.01 Section 403. DRAINAGE STRUCTURES 403.01 Description. Adjust, construct, or temporarily lower drainage structures. Clean existing drainage structures and leads as directed by the Engineer. Drainage
More informationNOTICE TO BIDDERS. May 31, Dorothy E. Maxwell Chair
May 31, 2016 Dorothy E. Maxwell Chair Duane A. Eldred Vice Chair Timothy J Lamoreaux Member Benjamin S. Lyons Member Darrell R. Tennis Member Blair E. Ballou, P.E. Engineer-Manager Lori N. Friedlis, CPA
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 informationSection 403. DRAINAGE STRUCTURES
403.01 Section 403. DRAINAGE STRUCTURES 403.01. Description. This work consists of adjusting, constructing, or temporarily lowering drainage structures and cleaning existing drainage structures and leads
More informationADDENDUM No. 1. ITB No West Liberty Reconstruction. Bids Due: May 11, 2017 at 2:00 P.M. (local time)
ADDENDUM No. 1 ITB No. 4496 West Liberty Reconstruction Bids Due: May 11, 2017 at 2:00 P.M. (local time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for West
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 informationSunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014
Sunnyside Valley Irrigation District Addendum No. 1 Enclosed Lateral Improvements Projects 2010-2011 Issued: 8/30/2010 Contract 10-003: Regions 011, 013 & 014 Page 1 of 7 Sunnyside Valley Irrigation District
More informationBID 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 informationAPPENDIX A MEASUREMENT AND PAYMENT
P-150 DEMOLITION 4.01 Removal of pavement shall be measured per square yard based on the area shown on the plans. Any pavement removed outside the designed limits of removal because the pavement was damaged
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 informationADDENDUM 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 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 informationPROPOSAL FOR 2018 PLASTIC PIPE BID
840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR BID OPENING: Tuesday, November 7, 2017 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY
More informationBERRIEN COUNTY ROAD COMMISSION
PROPOSAL AND SPECIFICATIONS FOR HARRAH ROAD NILES TOWNSHIP BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022 1-269-925-1196 OR 1-800-442-0734 NOTICE
More informationPROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM
NAME OF CONTRACTOR PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM PROJECT NO. LH 4927 1.5 miles of roadway reconstruction including clearing, grade establishment, culvert
More informationCOMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1
UPPER SKAGIT INDIAN TRIBE COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO. 1 (7 pages total) Issue Date: May 11, 2016 General: Recitations of each and every section of the bid documents impacted
More informationSPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project
RES. NO. PROPOSAL FOR THE COMPLETION OF 2015-28 TO THE SATISFACTION OF THE BUTLER COUNTY COMMISSIONERS AND THE COUNTY ENGINEER: SAID WORK CONSISTING OF TYLERSVILLE ROAD IMPROVEMENTS, PHASE I TO THE COUNTY
More informationLapeer County Road Commission. Proposal For HMA Paving
Lapeer County Road Commission Proposal For HMA Paving Sealed bids will be received by the Lapeer County Road Commission at their offices, 820 Davis Lake Road, Lapeer, MI 48446, until 1:00PM, April 9, 2018,
More information4TH STREET SEWER EXTENSION TO MBR PLANT BID SOLICITATION NO
ADDENDUM NO. 2 March 12, 2019 Engineer: Owner: Parametrix The Tulalip Tribes 1019 39th Avenue SE 8802 27th Avenue NE Suite 100 Tulalip, WA 98271-9694 Puyallup, Washington 98374 4TH STREET SEWER EXTENSION
More informationAddendum No. 1 Issue Date: March 29, 2016
Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South
More informationExcavate drilled shafts in accordance with Item 416, Drilled Shaft Foundations.
Item Excavation and Backfill for Structures 1. DESCRIPTION 2. MATERIALS Excavate for placement and construction of structures and backfill structures. Cut and restore pavement. Use materials that meet
More informationSAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6
SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO. 18-4501 SOLICITATION NO. CO-00198 ADDENDUM 6 (September 10, 2018) To Respondent of Record: This addendum, applicable to work referenced
More informationTWIN VALLEY PUMP STATION IMPROVEMENTS - CITY OF FARMINGTON FARMINGTON, MI 48335
TWIN VALLEY PUMP STATION IMPROVEMENTS - CITY OF FARMINGTON FARMINGTON, MI 48335 BIDS TO BE RECEIVED UNTIL 1:00 P.M., LOCAL TIME, WEDNESDAY, OCTOBER 28, 2015, AT THE OFFICE OF THE CITY CLERK LOCATED AT
More informationSECTION 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 informationSUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT
CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed
More informationYES, we received Addendum No. 1
TRANSMITTAL SHEET Date sent: Friday, May 03, 2013 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering Number of pages including this page: 26 CONFIRMATION
More informationADDENDUM #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 information1993 SPECIFICATIONS CSJ SPECIAL SPECIFICATION ITEM 4110 CONCRETE ENCASED DUCT BANK
1993 SPECIFICATIONS CSJ 581-1-95 SPECIAL SPECIFICATION ITEM 4110 CONCRETE ENCASED DUCT BANK 1. DESCRIPTION. This Item shall govern for the furnishing and installation of all materials and equipment for
More informationDepartment 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 informationITEM 430 CONSTRUCTION OF UNDERGROUND UTILITIES
AFTER MARCH 1, 2012 ITEM 430 CONSTRUCTION OF UNDERGROUND UTILITIES 430.1 Description. This item shall govern for all excavation required for the construction of sewers, sewer structures, pipe culverts,
More informationADDENDUM #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