10:00 AM, Wednesday, April 8, 2015

Size: px
Start display at page:

Download "10:00 AM, Wednesday, April 8, 2015"

Transcription

1 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 is to explain the City of Winston-Salem s Minority and Women Business Enterprise Program and discuss the scope of work as it relates to Construction of: SOUTH FORK IMPROVEMENTS CONTRACT #1 A representative from Hazen and Sawyer will be available to answer any technical questions concerning this work Attendance at this conference is MANDATORY and the City/County Utility Commission will not entertain bids from Prime Bidders not in attendance at this conference. Bids for this work are due by 2:00 PM, Wednesday, April 22, 2015, in Room 16, City, Hall Building, 101 North Main Street, Winston-Salem, North Carolina. Jerry Bates Purchasing Director

2 ADVERTISEMENT FOR BIDS SOUTH FORK IMPROVEMENTS CONTRACT #1 CITY OF WINSTON-SALEM Pursuant to N.C.G.S , sealed bid proposals endorsed South Fork Improvements Contract #1 will be received by the City/County Purchasing Department in Room 16 of City Hall, 101 N. Main Street, Winston-Salem, NC until 2:00 PM, Wednesday, April 22, 2015, when all bids will be publicly opened and read aloud. Consideration will be given only to Contractors who submit evidence that they are properly licensed as required by Chapter 87 of the North Carolina General Statutes to bid and perform the work described herein as the general contractor and must have proper licenses under the state laws governing their respective trades at the time of bid opening. The City reserves the right to waive any informality in the bidding and to reject any or all proposals Instructions for submitting bids may be obtained by contacting Jerry Bates, City/County Purchasing Department, Room 324, City Hall Building, 101 North Main Street, Winston-Salem, NC 27101, (336) or (preferred): The 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. Prospective bidders are required to attend this conference. The project generally includes furnishing, installing and placing into successful operation approximately 23,950 linear feet (LF) of 54-inch diameter gravity outfall replacement sewer with manholes and connections, removal and disposal of existing 36 diameter concrete outfall sewer pipe and manholes, bored roadway crossings, temporary bypass pumping, concrete diversion structures, permanent and temporary culverts, erosion control measures, site restoration and all related work. Qualified Prime Contractors may obtain bidding documents and plans on or after March 23, 2015 by contacting the office of Hazen and Sawyer, (Ms. Georgia Burger 4944 Parkway Plaza Blvd., Suite 375, Charlotte, North Carolina ) upon a non-refundable payment of $ for each set of plans and specifications. Individual sheets of plans and specifications will not be sold. Bidding Documents may be examined at the following locations: A. Office of the City/County Purchasing Department, Room 324, City Hall Building, 101 North Main Street, Winston-Salem, North Carolina 27101, Monday through Friday, (336) B. ISqFt Plan Room, 4500 W. Lake Forest Drive, Suite 502, Cincinnati, OH 45242, (800) Compliance with the City/County Utility Commission's Minority and Women Business Enterprise program is required on this project. Please refer to the Special Instructions to Bidders contained in the Bidding Documents. The City reserves the right to reject all bids or any portion of any bid they deem necessary for the best interest of the City, to accept any item or group of items unless qualified by the bidder, to acquire additional quantities at prices quoted on the Bid Form. Major items of work may include but may not be limited to the following:

3 Winston-Salem City/County Utilities South Fork Improvements Program Contact No. 1 ITEM No. DESCRIPTION QUANTITY UNIT 1 For Mobilization To The Project Site, As Specified, Max 2% Of Bid 1 LS 2 For Furnishing, Installing And Testing Pipe 54-Inch-Diameter SN46 GRP Or PC250 Dip W/P401 Gravity Sewer A. 0' - 6' Depth 15 LF B. 8' - 10' Depth 1,506 LF C. 10' - 12' Depth 11,101 LF D. 12' - 14' Depth 6,104 LF E. 14' - 16' Depth 2,682 LF F. 16' - 18' Depth 90 LF G. 54-Inch Diameter PC250 Dip W /P401 0' - 6' Depth 238 LF H. 54-Inch Diameter PC250 Dip W /P401 6' - 8' Depth 63 LF I. 54-Inch Diameter PC250 Dip W /P401 8' - 10' Depth 171 LF J. 54-Inch Diameter PC250 Dip W /P401 10' - 12' Depth 1,478 LF K. 54-Inch Diameter PC250 Dip W /P401 12' - 14' Depth 431 LF L; 54-Inch Diameter PC250 Dip W /P401 14' - 16' Depth 61 LF M, 54-Inch Diameter PC250 Dip W /P401 16' - 18' Depth 10 LF 3 Furnish And Install Precast Concrete Manholes 8' Diameter Manholes 6' Depth A. 10' - 12' Depth 8 EA B. 12' - 14' Depth 37 EA C. 14' - 16' Depth 21 EA D. 16' - 18' Depth 5 EA 10' Diameter Manholes E. 12' - 14' Depth 1 EA F. 14' - 16' Depth 1 EA G. Furnish And Install Vent Pipe 36 EA H. Extra Depth 8' Diameter Manhole Beyond 6' 558 VF I. Extra Depth 10' Diameter Temporary Manhole Beyond 6' 16 VF 4 Furnish And Install Diversion Box Structure 1 EA 5 Furnish And Install tie-ins A. Station Inch To Diversion Box 1 LS B. Station Inch To Diversion Box 1 LS C. Station Inch Connection To New MH And Existing MH 50540a 1 LS D. Station , 8-Inch 1 LS E. Station , 8-Inch 1 LS F. Station , 8-Inch 1 LS G. Station , 8-Inch 1 LS H. Station , 8-Inch 1 LS I. Station , 8-Inch 1 LS

4 J. Station , 18-Inch 1 LS K. Station , 8-Inch 1 LS L. Station , 8-Inch 1 LS M. Station , 30-Inch Connection To New MH And Existing MH LS N. Station , 2 24-Inch Connection To Existing Siphon Lines 1 LS O. Station , 36-Inch 1 LS 6 Furnish And Installing Guaranteed 72" Dia. Steel Casing And 54" Carrier Pipe A. Station /- Drawing C11 80 LF B. Station /- Drawing C21 80 LF 7 Clearing Permanent And Temporary Easements And Grubbing Where Required 23,950 LF 8 Remove/Abandon Pipe And Manholes A. Remove And Dispose 36-Inch Pipe 22,572 LF B. Remove And Dispose Manholes 62 EA C. Abandon 36-Inch Line In Place, Includes Grout Filling Where Indicated On Drawings. 1,381 LF D. Abandon Manhole In Place 5 EA E. Abandon 8-Inch Line In Place 20 LF F. 6-Inch Water Line Replacement 190 LF 9 Remove And Replace Gates And Fence A. Remove And Replace Gate 13 EA B. Remove And Replace Fence 2,700 LF 10 For Seeding As Specified A. Permanent Seeding And Mulching 23,950 LF B. Temporary Seeding And Mulching 23,950 LF 11 Removal/Replacement/Hauling/Disposal of Unsuitable Material A. Select Backfill Material 6,000 CY B. #57 Stone Undercut 10,000 CY 12 Solid Rock Excavation 10,000 CY A. Temporary Silt Fence Per Detail ,460 LF B. Rolled Erosion Control Matting Per Detail 2/D5 1,650 SY C. Temporary Sediment Filter Bag, Detail EA D. Outlet Protection For Existing Culverts, Detail EA E. Culvert Inlet Protection, Detail EA F. Stabilized Outlet For Silt Fence, Detail EA G. Tree Protection Barrier Fence, Detail r 11,516 LF H. Temporary Stream Crossing, Detail 5/D-06 6 EA I. Temporary Stream Crossing With Culvert, Detail 2/D6 3 EA J. Permanent Stream Crossing With Culvert, Detail 2/D6 5 EA K. Fiber Filtration Tube Slope Protection, Detail EA L. Wetland Planting 1 LS M. Silt Fence With Tree Protection Barrier Fence, Detail ,536 EA 13 Bypass Pumping 1 LS 14 Temporary Construction Entrance Per Detail r 1,610 LF 15 Traffic Control 1 LS

5 16 Furnish And Install Bitumastic Coated CMP A. 15" CMP 20 LF B. 30" CMP 20 LF C. 42'' CMP 20 LF D. 36" CMP 64 LF E. 48" CMP 20 LF F. 54" CMP 20 LF G. 84" CMP 20 LF 17 Furnish And Install Armorflex 142 SY 18 Rip Rap 5 CY 19 For Locating Existing Underground Utilities, As Specified 1 LS 20 For Internal CCTV Inspection Of New Sewer Main, As Specified, Complete In Place 24,180 LF 21 For Furnishing And Installing Anti-Seep Collars, As Specified, Complete In Place 33 EA 22 Miscellaneous Class B Concrete ( Days) 200 CY 23 Mic Coating In Manholes And Diversion Structures Regardless Of Depth (All Interior Surfaces) 74 EA 24 Diversion Structure Modifications at Station /- 1 LS 25 Construction Contingency 1 LS

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

Section C-111 ADVERTISEMENT FOR BIDS WINSTON-SALEM/FORSYTH COUNTY UTILITY COMMISSION IDOLS ROAD REGIONAL LIFT STATION

Section C-111 ADVERTISEMENT FOR BIDS WINSTON-SALEM/FORSYTH COUNTY UTILITY COMMISSION IDOLS ROAD REGIONAL LIFT STATION Section C-111 ADVERTISEMENT FOR BIDS WINSTON-SALEM/FORSYTH COUNTY UTILITY COMMISSION IDOLS ROAD REGIONAL LIFT STATION Pursuant to North Carolina General Statutes (NCGS) 143-128 and 143-129, sealed Bids

More information

Forsyth County Procurement

Forsyth County Procurement August 1, 2017 Forsyth County Procurement Donna Kukarola, CPPO, CPPB, Procurement Director ADDENDUM #2 Bid 17-72-3340 For: Providing all materials, equipment and labor for the Jot em Down Road Water Tank

More information

SAN 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 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 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

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE CITY OF BRECKSVILLE,

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE CITY OF BRECKSVILLE, CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE FOR THE CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS RQ# 41677 BIDS DUE ON: May 1, 2018, at 2:00 p.m. ADDENDUM NUMBER 1, April 25, 2018, Page

More information

General Water Bid Items Item No.

General 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 information

IFB # R Blythe Creek Grinder Pump Eliminations

IFB # R Blythe Creek Grinder Pump Eliminations IFB # 2019-015R Blythe Creek Grinder Pump Eliminations ADDENDUM No. 1 ISSUE DATE: October 10, 2018 *******************************************************************************************************************

More information

Sample. Bid Proposal. Not Valid for Use

Sample. 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 information

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater

More information

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

Today s Date: April 15, 2015 Bid Opening Date: April 22, 2015

Today s Date: April 15, 2015 Bid Opening Date: April 22, 2015 ADDENDUM NO. 1 FOR CONSTRUCTION OF COMMUNITY SEWAGE LIFT STATIONS & WASTEWATER TREATMENT LAGOONS FOR THE WHITE SHIELD COMMUNITY FORT BERTHOLD RESERVATION McLEAN COUNTY, NORTH DAKOTA Project AB-14-S59,

More information

San Antonio Water System ADDENDUM NO. 1

San Antonio Water System ADDENDUM NO. 1 San Antonio Water System ADDENDUM NO. 1 Historic Mission Reach, Phase IV ADDENDUM NO. 1 To Bidder of Record: February 26, 2010 This addendum, applicable to work referenced above, is an amendment to the

More information

CONSTRUCTION PLAN CHECKLIST

CONSTRUCTION PLAN CHECKLIST CONSTRUCTION PLAN CHECKLIST The design engineer is responsible for ensuring that plans submitted for city review are in accordance with this checklist. It is requested that the executed checklist be submitted

More information

EXHIBIT E SCHEDULE OF UNIT PRICES

EXHIBIT E SCHEDULE OF UNIT PRICES SCHEDULE OF UNIT PRICES TO ACCOMPANY THE BID OF (Bidder/Contractor) ON CALL UTILITY SERVICES AND MISCELLANEOUS CONSTRUCTION FOR SEWER AND WATER LINES SOLICITATION NO.: IFB SA1703 Any bidder who enters

More information

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum Page 1 of 6 DESIGN STANDARDS FOR: MEASUREMENT AND PAYMENT Where bids are utilities for construction, repair or alteration for Public Work park projects, the following bid item descriptions and units of

More information

Tips with Creation of your Erosion and Sediment Control Plan

Tips with Creation of your Erosion and Sediment Control Plan Tips with Creation of your Erosion and Sediment Control Plan By Chris Droste, CESCO Senior Erosion Control Specialist Westmoreland Conservation District Forming Your Narrative Use the DEP checklist. Page

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

SPRR TUPELO ST. R UNION CITY BLVD. ZON PADRE PASEO DEEP CREEK ROAD ARDENWOOD COYOTE HILLS REGIONAL PARK PROJECT LIMITS PATTERSON RANCH ROAD BLVD. COMM

SPRR TUPELO ST. R UNION CITY BLVD. ZON PADRE PASEO DEEP CREEK ROAD ARDENWOOD COYOTE HILLS REGIONAL PARK PROJECT LIMITS PATTERSON RANCH ROAD BLVD. COMM SPRR TUPELO ST. R UNION CITY BLVD. ZON PADRE PASEO DEEP CREEK ROAD ARDENWOOD COYOTE HILLS REGIONAL PARK PROJECT LIMITS PATTERSON RANCH ROAD BLVD. COMMERCE DR. PASEO PADRE PARKWAY KAISER DRIVE DUMBARTON

More information

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

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged. 1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax 6 March 2018 Arizona California Colorado Kansas Louisiana Missouri Nebraska New Mexico Texas Utah ADDENDUM NO. 2 RE: City of Kingman,

More information

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

Index to Technical Specifications

Index to Technical Specifications Index to Technical Specifications Item Number Subject I II EXCAVATION 1.01 Trenching and Excavation Regulations 1.02 Site Grading or General Excavation 1.03 Structural Excavation 1.04 Trench Excavation

More information

OCONEE 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 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 information

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements,

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements, ITB 2018-02 ADDENDUM NO. 2 Addendum No. 2 to ITB 2018-02 MEDART LIFT STATION BYPASS Issued February 15, 2018 SECTION 2.0 SCHEDULE OF EVENTS See dates added in RED below Failure to comply with this or any

More information

BID 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 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 information

ADDENDUM NO. 1 NOVEMBER 8, 2016

ADDENDUM NO. 1 NOVEMBER 8, 2016 SAN ANTONIO WATER SYSTEM C_13 BROADWAY CORRIDOR PROJECT SEWER REHABILIATION PACKAGE 2.C AND 4.C SAWS JOB NO. 15-45111 (2.C) & 15-4514 (4.C) SOLICITATION NO. CO-00097 ADDENDUM NO. 1 NOVEMBER 8, 2016 TO

More information

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2 MERCED COUNTY BID LIST CAMPUS PARKWAY SEGMENT 2 CONTRACT 2017191 The bidder must provide unit prices for each bid item listed below, based on the specified unit of measure. The unit price for each item

More information

CITY AND COUNTY OF DENVER

CITY AND COUNTY OF DENVER 2-1.1b REMOVE COMBINATION CONCRETE CURB, GUTTER AND SIDEWALK (3'-11") 2-1.2a REMOVE 6" CONCRETE CURB AND/OR GUTTER S Holly: See near STA: 25+56 S Poplar 300 LF 25 LF 2-1.4 REMOVE HANDICAP CONCRETE CURB

More information

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 800 EROSION AND SEDIMENT CONTROL

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 800 EROSION AND SEDIMENT CONTROL STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 800 EROSION AND SEDIMENT CONTROL Section Number Title 801 GENERAL 802 STANDARD METHODS OF EROSION AND SEDIMENT

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

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

TRENCHLESS CULVERT REHAB-2017

TRENCHLESS CULVERT REHAB-2017 TRENCHLESS CULVERT REHAB-2017 Project Number: NA Bid Number: 25-08JUN17 CONSTRUCTION BIO REQUEST Contract Documents, General Specifications, Technical Specifications, and Special Provisions BOONE COUNTY

More information

ADDENDUM NO. 1 APRIL 24, 2017

ADDENDUM NO. 1 APRIL 24, 2017 DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS

More information

SANBORN COUNTY

SANBORN 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 information

Taxiways P and P7 Drainage Improvements Re-bid CONTRACT NO ADDENDUM NUMBER ONE

Taxiways P and P7 Drainage Improvements Re-bid CONTRACT NO ADDENDUM NUMBER ONE Department of Aviation Airport Office Building 8500 Peňa Boulevard Denver, Colorado (303) 342-2200 www.flydenver.com March 3, 2015 Taxiways P and P7 Drainage Improvements Re-bid ADDENDUM NUMBER ONE This

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 August 28, 2017 Please find the following addendum to the below mentioned BID. Addendum No.: 1 Bid#: 416-15-17-53-2 Project Name: Lower W-15 Area

More information

Bidder 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 information

Addendum No: 3 THE FOLLOWING IS BEING ISSUED AS ADDENDUM NO.3. Closing Time: 2:00 P.M., December 18, 2018 Opening Time: 2:01 P.M., December 18, 2018

Addendum No: 3 THE FOLLOWING IS BEING ISSUED AS ADDENDUM NO.3. Closing Time: 2:00 P.M., December 18, 2018 Opening Time: 2:01 P.M., December 18, 2018 CITY OF WACO Purchasing Services Post Office Box 2570 Waco, Texas 76702-2570 254 / 750-8405 Fax: 254 / 750-8063 www.waco-texas.com Date: 12/18/2018 RFB No: 2018-078 Commodity: South 26 th Street Improvements

More information

BID FORM (LUMP SUM CONTRACT)

BID FORM (LUMP SUM CONTRACT) BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an

More information

CONSTRUCTION SPECIFICATION MANUAL TECHNICAL STANDARDS FOR STORMWATER

CONSTRUCTION SPECIFICATION MANUAL TECHNICAL STANDARDS FOR STORMWATER CONSTRUCTION SPECIFICATION MANUAL TECHNICAL STANDARDS FOR STORMWATER Tavares, Florida Jones Edmunds & Associates, Inc. Project No. 06806-012-01 CONSTRUCTION SPECIFICATION MANUAL TECHNICAL STANDARDS FOR

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

ITEM 706 PIPE SLOPE DRAIN

ITEM 706 PIPE SLOPE DRAIN AFTER NOVEMBER 1, 2008 ITEM 706 PIPE SLOPE DRAIN 706.1 Description. This work shall consist of the installation of temporary erosion protection and sediment control pipe slope drains, utilized during construction

More information

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

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

More information

SECTION PAYMENT PROCEDURES

SECTION PAYMENT PROCEDURES SECTION 01 29 00 PAYMENT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. For each BID item, the WORK will be measured and paid for on either a unit price basis or on a lump sum basis. The quantities

More information

Appendix K: Soil Erosion and Sedimentation Control Plan Check List

Appendix K: Soil Erosion and Sedimentation Control Plan Check List Appendix K: Soil Erosion and Sedimentation Control Plan Check List Drain Commissioner 46 February 2005 SOIL EROSION AND SEDIMENTATION CONTROL PLAN CHECK LIST Items listed below must be clearly depicted

More information

Date of Advertisement: December 30, 2009 in the Herald Newspapers

Date of Advertisement: December 30, 2009 in the Herald Newspapers Date of Advertisement: December 30, 2009 in the Herald Newspapers ADVERTISEMENT FOR BIDS BOARD OF CHOSEN FREEHOLDERS CAPE MAY COUNTY NEW JERSEY Notice is hereby given that sealed proposals addressed to

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

CCU Engineering Specifications. Section PIPE REMOVAL, DISPOSAL, ALTERATION, MODIFICATION OR PIPE ABANDONMENT

CCU Engineering Specifications. Section PIPE REMOVAL, DISPOSAL, ALTERATION, MODIFICATION OR PIPE ABANDONMENT CCU Engineering Specifications Section 002310 PIPE REMOVAL, DISPOSAL, ALTERATION, MODIFICATION OR PIPE ABANDONMENT Effective Date: Nov. 1st, 2011 Page 1 of 5 PART 1 - GENERAL The following specification

More information

2018 Roadway Erosion Control CONTRACT NO ADDENDUM NUMBER TWO

2018 Roadway Erosion Control CONTRACT NO ADDENDUM NUMBER TWO July 27, 2018 2018 Roadway Erosion Control ADDENDUM NUMBER TWO This Addendum Number Two supersedes and/or supplements all portions of the Contract Documents with which it conflicts. Bidders must acknowledge

More information

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. ACKNOWLEDGEMENT BY RESPONDENT Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. This undersigned acknowledges receipt of this Addendum No. 1

More information

County of Georgetown, South Carolina

County of Georgetown, South Carolina County of Georgetown, South Carolina 129 Screven Street, Suite 239 Georgetown, SC 29440-3641 Post Office Box 421270, Georgetown, SC 29442-4200 (843)545-3082 Fax (843)545-3500 purch@gtcounty.org ADDENDUM

More information

TWIN VALLEY PUMP STATION IMPROVEMENTS - CITY OF FARMINGTON FARMINGTON, MI 48335

TWIN 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 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

EROSION AND SEDIMENTATION CONTROL SECTION 1 - GENERAL 1.1 SUMMARY

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

More information

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion City of Tacoma Tacoma Public Utilities Tacoma Power REQUEST FOR BIDS PG14-0667F Alder Lake Park Sewage Treatment Expansion Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, April 14, 2015 Submittal

More information

extrudesection 00301 BID FORM PROJECT IDENTIFICATION: CONSTRUCTION OF PROPOSED DRAINAGE IMPROVEMENTS THIS BID IS SUBMITTED TO: THE CITY OF FREDERICKSBURG, TEXAS, herein after referred to as OWNER. 1. Enter

More 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

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS Sealed Bids for the Owensville Wastewater Inflow/Infiltration Reduction Project for the Town of Owensville, Indiana (herein called the "OWNER") will be received by the Owner at the Owensville Town Hall,

More information

BID TABULATION Page 1 of 10. CMES, Inc. (L) E. R. Snell Contractor, Inc. (L) Est. Bid Quantity

BID TABULATION Page 1 of 10. CMES, Inc. (L) E. R. Snell Contractor, Inc. (L) Est. Bid Quantity BID TABULATION Page 1 of 10 CMES, Inc. C. W. Matthews Contracting Co., Inc. E. R. Snell Contractor, Inc. Units Unit Price Total Price Unit Price Total Price Unit Price Total Price 001 Aerial Photograph

More information

ADDENDUM 1 OF SOLICITATION

ADDENDUM 1 OF SOLICITATION 1. SOLICITATION NO.: IFB-2018-13 2. ADDENDUM NO.: CITY OF SAFETY HARBOR (THE CITY) ADDENDUM 1 OF SOLICITATION 1 3. EFFECTIVE DATE: 11/07/2018 5. REVISED OFFER SUBMISSION DUE DATE AND TIME: REVISED AS FOLLOWS:

More information

ADDENDUM #3. STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No ; Federal Project No.

ADDENDUM #3. STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No ; Federal Project No. ADDENDUM #3 STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No. 2016-003; Federal Project No. DEM10L-5209(008) November 9, 2017 Addendum for: AND IA STATE ROUTE 60 AT POTRERO

More information

Company Page 1 of 13

Company Page 1 of 13 ITEM NO. REVISION WBS (ITEM) DESCRIPTION UNIT QUANTITY (WRITTEN) MC-001-5.1 Mobilization/Demobilization and Construction Layout Surveying LS 1 MC-003-6.1 Temporary Construction Items LS 1 MC-003-6.2 Taxiway

More information

SECTION GENERAL EXCAVATION

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

More information

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED?????

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED????? SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED????? 102.10 Minimum Rate of Wage Scale Typo. Several paragraphs were repeated. 105.5 Inspection of Work Clarified that the contractor

More information

ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013

ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013 ADDENDUM NO. 1 for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA Posting Date: June 20, 2013 BIDDERS SHALL CONFORM TO THE FOLLOWING CHANGES AS A PART OF THE BID DOCUMENTS, WHICH SHALL BECOME

More information

2. SECTION MEASUREMENT AND PAYMENT:

2. SECTION MEASUREMENT AND PAYMENT: IN THE SPECIFICATIONS: 1. SECTION 00301 BID FORM: REPLACE Pages BF-1 through BF-6 (BF-1 follows page 00301-3) with the attached BF-1 through BF-6. This change adds a bid item for payment of CIPP testing.

More information

Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT

Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT Prepared By: 3800 Via Del Rey Bonita Springs, FL 34134 July 2015 Table of Contents Name Section Bid Schedule Project Description

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

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

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

More information

Masterson 24-Inch Water Main Extension Solicitation Number: CO Job No.: ADDENDUM 2 July 3, 2018

Masterson 24-Inch Water Main Extension Solicitation Number: CO Job No.: ADDENDUM 2 July 3, 2018 Masterson 24-Inch Water Main Extension Solicitation Number: CO-00177 Job No.: 18-1018 ADDENDUM 2 July 3, 2018 To Bidder of Record: This addendum, applicable to work referenced above, is an amendment to

More information

REVISED PER ADDENDUM No. 1 - Unit Price Bid Schedule

REVISED PER ADDENDUM No. 1 - Unit Price Bid Schedule 1. Mobilization, Insurance, Bonds, General Requirements, BMPs, Record Drawings, Testing Requirements, Utility Location, Demobilization and Site Maintenance. 1 L.S. 2. Supply and install complete 384,238

More information

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009

More information

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

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

More information

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL Page 312 VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS-12-01 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the IL ROUTE

More 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

Request for Bid Group 1 Relay Addendum No. 1 to RFB No. 196548.71.0401 February 20, 2018 The following information encompasses Addendum No. 1 for the above referenced RFB. Bidders shall fully consider

More information

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction and Invitations to Bidders, the undersigned

More information

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING: BID SHEET FOR CIP 17-101 CIPP LINING OF SANITARY SEWER SYSTEM Item No. 16 17 18 19 20 21 Description and Bid Unit Price Brim Style Service Line Connection Sealing System Temporary Bypass Facilities Set

More information

ADDENDUM #1 Village of Hawthorn Woods Darlington Drive Culvert Replacement Date: January 29, 2018

ADDENDUM #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 information

CITY OF MILTON CONSTRUCTION NOTES

CITY OF MILTON CONSTRUCTION NOTES CITY OF MILTON CONSTRUCTION NOTES 1. Driveways shall be constructed of concrete and sloped per Georgia Highway standard 9031-J. Curb shall not be broken from gutter. Curb and gutter to be removed to existing

More information

Excavate drilled shafts in accordance with Item 416, Drilled Shaft Foundations.

Excavate 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 information

CITY OF SCHERTZ TEXAS ENGINEERING AND PUBLIC WORKS

CITY OF SCHERTZ TEXAS ENGINEERING AND PUBLIC WORKS TEXAS STANDARD CONSTRUCTION NOTES DRWN. BY: DSGN. BY: KJW 1 of 2 *Place geotextile fabric as a permeable seperator to prevent mixing of coarse aggregate and underlying soil. (as needed). 1. GEOTEXTILE

More information

CITY UTILITIES DESIGN STANDARDS MANUAL

CITY UTILITIES DESIGN STANDARDS MANUAL CITY UTILITIES DESIGN STANDARDS MANUAL () September 2017 Page Chapter 1 Acronyms and Definitions 1.01 Purpose 1 1.02 Acronyms 1 1.03 Definitions 3 Chapter 2 Introduction 2.01 Purpose 1 2.02 Applicability

More information

SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1

SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1 SECTION 00301 May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1 PROJECT IDENTIFICATION: Pima Canal, Reach BW-IA, SCIDD Lateral 2-31-1 and Private Ditches Relocations. CONTRACT IDENTIFICATION (NUMBER AND DATE):

More information

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Tuesday, February 20, :30 PM 600 S. Commerce Ave. Sebring, FL AGENDA

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Tuesday, February 20, :30 PM 600 S. Commerce Ave. Sebring, FL AGENDA HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Tuesday, February 20, 2018 5:30 PM 600 S. Commerce Ave. Sebring, FL 33870 AGENDA 1 MEETING CALLED TO ORDER: Invitation to fill out "citizens not on the agenda

More information

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS TO: All Plan Holders and Prospective Bidders TITLE: Hills of Cedar Creek East Phase 2 PROJECT NO: LOCATION: OWNER: EGA181011 Council Bluffs, IA. City

More information

F. Provide at least 2 feet of vertical separation between a water line and any utility or stormdrain crossing it.

F. Provide at least 2 feet of vertical separation between a water line and any utility or stormdrain crossing it. Section 3 F. Provide at least 2 feet of vertical separation between a water line and any utility or stormdrain crossing it. 3.8 Highway Crossings The design engineer shall, prior to the design of any highway

More information

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section 02540-1 of 10 SECTION 02540 STORM DRAIN REHABILITATION 02540.01 GENERAL A. Description Storm drain rehabilitation shall include, but not necessarily be limited to, pipe joint sealing, inlet and manhole

More information

COST ESTIMATE STREET IMPROVEMENTS (Off Site)

COST ESTIMATE STREET IMPROVEMENTS (Off Site) STREET IMPROVEMENTS (Off Site) Developer: Planning Case # Engineer: TM No./PM No.: Phone No: Date: ITEM QUANTITY UNIT UNIT COST () AMOUNT 6" Curb and Gutter LF 13. 6" Curb only LF 1.5 8" Curb and Gutter

More 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

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

EROSION CONTROL GENERAL NOTES EC JAN 2017 C.B.

EROSION CONTROL GENERAL NOTES EC JAN 2017 C.B. EROSION CONTROL GENERAL NOTES EC - 000 EROSION CONTROL GENERAL NOTES EC - 001 INSTALL TEMPORARY DRIVEWAY CULVERT IF THERE IS A ROADSIDE DITCH PRESENT EXISTING PAVEMENT OR APPROVED ACCESS POINT OR AS PRACTICABLE

More information

SAN ANTONIO WATER SYSTEM S. PRESA ST. 48 SIPHON #6 PROJECT SAWS PROJECT # SAWS Solicitation No. B DG ADDENDUM NO.

SAN ANTONIO WATER SYSTEM S. PRESA ST. 48 SIPHON #6 PROJECT SAWS PROJECT # SAWS Solicitation No. B DG ADDENDUM NO. SAN ANTONIO WATER SYSTEM S. PRESA ST. 48 SIPHON #6 PROJECT SAWS PROJECT # 11-4514 SAWS Solicitation No. B-11-020-DG ADDENDUM NO. 1 MAY 6, 2011 This addendum, applicable to work designed above, is an amendment

More information

C. W. Matthews Contracting Co., Inc. (L)

C. W. Matthews Contracting Co., Inc. (L) BID TABULATION Page 1 of 5 E.R. Snell Contractor, 001 Photograph Documentation 8 MO $110.00 $880.00 $250.00 $2,000.00 $97.17 $777.36 $1,250.00 $10,000.00 002 Traffic Control Project No. F-1056 1 LS $192,000.00

More information

UNIT PRICE LIST January 2009

UNIT PRICE LIST January 2009 UNIT PRICE LIST January 2009 1 INTRODUCTION The purpose of the Unit Price List is to provide a resource for the preparation of cost estimates for subdivisions and permit projects and should be used only

More information

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

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

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Todd County Water District P.O. Box 520 2201 New Highway 68 West Elkton, KY 42220 RE: Novelis Water Supply Project: Contract No. 1 Waterline Extensions The Todd County Water District

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:

More 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

Section 208. SOIL EROSION AND SEDIMENTATION CONTROL

Section 208. SOIL EROSION AND SEDIMENTATION CONTROL 208.01 Section 208. SOIL EROSION AND SEDIMENTATION CONTROL 208.01. Description. This work consists of installing and maintaining erosion and sedimentation controls to minimize soil erosion and control

More information