DAM MAINTENANCE PROJECT 2017

Size: px
Start display at page:

Download "DAM MAINTENANCE PROJECT 2017"

Transcription

1

2 DAM MAINTENANCE PROJECT 2017 TABLE OF CONTENTS SECTION PAGE # Solicitation for Bids... 3 Bid Proposal Agreement Required Bonds SPECIFICATIONS I. GENERAL CONDITIONS II. SEQUENCE OF CONSTRUCTION III. TECHNICAL SPECIFICATIONS (BASE BID) IV. TECHNICAL SPECIFICATIONS (ADD. ALT. BID NO. 1) V. TECHNICAL SPECIFICATIONS (ADD. ALT. BID NO. 2) Vi. FIGURE 1 REMEDIAL DAM REPAIR ZONES DRAWINGS... SEVEN PAGES Dam Maintenance Project 2017 Page 2 of 18

3 Dam Maintenance Project 2017 Page 3 of 18

4 117 North 4 th Street Chickasha, Ok BID PROPOSAL DAM MAINTENANCE PROJECT 2017 Submission Deadline October 13, :30 p.m. I/We, the undersigned propose to provide, construct and install Dam Maintenance Project 2017, in Chickasha, Ok meeting or exceeding specifications as described herein: BID SCHEDULE BASE BID ITEM NO. DESCRIPTION UNIT EST QTY UNIT PRICE 201(A) CLEARING AND GRUBBING ACRE 1.40 $ $ 201(SP) CLEARING FROM RIPRAP ACRE 1.60 $ $ 202(H) EARTHWORK LSUM 1.00 $ $ 205(A) SALVAGED TOPSOIL, TYPE A CY $ $ 232(A) SEEDING, METHOD A ACRE 1.40 $ $ 241 MOWING ACRE 8.90 $ $ 426(SP) SLURRY BACKFILL CY $ $ 624(C) FENCE, STYLE SWF LF 2, $ $ 624(D) GATE EA 2.00 $ $ 880(J) CONSTR TRAFFIC CONTROL LSUM 1.00 $ $ TOTAL BASE BID $ TOTAL ADDITIVE ALTERNATE BID NO. 1 ITEM NO. DESCRIPTION UNIT EST QTY UNIT PRICE 201(A) CLEARING AND GRUBBING ACRE $ $ 220 SWPPP DOCUMENTION AND MANAGEME LSUM 1.00 $ $ 221(C) TEMPORARY SILT FENCE LF 1, $ $ 232(A) SEEDING, METHOD A ACRE $ $ 624(C) FENCE, STYLE SWF LF 1, $ $ 880(J) CONSTR TRAFFIC CONTROL LSUM 1.00 $ $ TOTAL TOTAL ADDITIVE ALTERNATE BID NO. 1 $ Dam Maintenance Project 2017 Page 4 of 18

5 BID SCHEDULE (CONTINUED) ADDITIVE ALTERNATE BID NO. 2 ITEM NO. DESCRIPTION UNIT EST QTY UNIT PRICE 201(A) CLEARING AND GRUBBING ACRE 6.50 $ $ 202(D) UNCLASSIFIED BORROW CY 179, $ $ 205(A) SALVAGED TOPSOIL CY 5, $ $ 220 SWPPP DOCUMENTION AND MANAGEME LSUM 1.00 $ $ 221(C) TEMPORARY SILT FENCE LF $ $ 232(A) SEEDING, METHOD A ACRE 6.50 $ $ 880(J) CONSTR TRAFFIC CONTROL LSUM 1.00 $ $ TOTAL TOTAL ADDITIVE ALTERNATE BID NO. 2 $ TOTAL BASE BID + ADDITIVE ALTERNATE BID NOS $ Bidder: By: Name of Company Signature & Title Mailing Address: Phone No Fax No SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF 20. MY COMMISSION EXPIRES: NOTARY PUBLIC Dam Maintenance Project 2017 Page 5 of 18

6 AGREEMENT (CONTRACT) Chickasha Municipal Authority Dam Maintenance Project 2017 THIS AGREEMENT is dated as of the day of, in the year of 20, by and between the CHICKASHA MUNICIPAL AUTHORITY, hereinafter referred to as OWNER, and hereinafter referred to as the CONTRACTOR. OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all work as specified or indicated in the contract documents. The work is generally described as follows: DAM MAINTENANCE PROJECT 2017 ARTICLE 2. CONTRACT TIME 2.1 The work will be completed in days after the effective date of the Notice to Proceed. 2.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this agreement and that OWNER will suffer financial loss if the work is not substantially complete within the time specified in 2.1 above, plus any extensions thereof allowed. They also recognize the delays, expense and difficulties involved in proving, in a legal or arbitration proceeding, the actual loss suffered by OWNER if the work is not substantially completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Five Hundred Dollars ($500.00) for each day that expires after the time specified in paragraph 2.1 for substantial completion until the work is substantially complete. ARTICLE 3. CONTRACT PRICE 3.1 OWNER shall pay CONTRACTOR for performance of the work in accordance with the contract documents in current funds as follows: ($ ) Dollars. ARTICLE 4. PAYMENT PROCEDURES 4.1 CONTRACTOR may submit an invoice or application for payment on a monthly basis at any time prior to completion of the work. All payments made by the Owner are subject to procedures established by the Owner to authorize payment at its regularly scheduled meetings. The Owner regularly scheduled meetings are held on the 1 st and 3 rd Monday of each month. Invoice or application for payment must be received in the City Administrator s office no less than ten (10) business days prior to the regular meeting at which authorization for payment is to be requested. Dam Maintenance Project 2017 Page 6 of 18

7 4.2 Final Payment. Upon final completion and acceptance of the work, including all submittals, OWNER shall pay the remainder of the contract price, subject to the procedures noted in paragraph 4.1 above. ARTICLE 5. CONTRACTOR S REPRESENTATIONS In order to induce OWNER to enter into this agreement, CONTRACTOR makes the following representations: 5.1 CONTRACTOR has familiarized himself with the nature and extent of the contract documents, and the written resolution thereof by the Owner is acceptable to CONTRACTOR. 5.2 CONTRACTOR has given the Owner written notice of all conflicts, errors, discrepancies or omissions that he has discovered in the contract documents, and the written resolution thereof by the Owner is acceptable to CONTRACTOR. ARTICLE 6. CONTRACT DOCUMENTS The contract documents which comprise the entire agreement between OWNER and CONTRACTOR are attached to this agreement, made a part hereof, and consists of the following: 6.1 This agreement (pages 1 to 3 inclusive). 6.2 Exhibits to this agreement (pages to inclusive). 6.3 Performance and other bonds, consisting of pages. 6.4 Notice of Award. 6.5 Specifications bearing the title: Dam Maintenance Project Addenda numbers to, inclusive. 6.7 CONTRACTOR S bid (pages to, inclusive). 6.8 Documentation submitted by CONTRACTOR prior to Notice of Award (pages 1 to inclusive). 6.9 Any modification, including change orders, duly delivered after execution of agreement. There are no contract documents other than those listed above in Article 6. The contract documents may only be altered, amended, or repealed by written and approved change order. ARTICLE 7. MISCELLANEOUS 7.1 No assignment by a party hereto of any rights under or interests in the contract documents will be binding on another party hereto without written consent of the party sought to be bound; and specifically but without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any Dam Maintenance Project 2017 Page 7 of 18

8 written consent to an assignment. No assignment will release or discharge the assignor from any duty or responsibility under the contract documents. 7.2 OWNER and CONTRACTOR each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, his partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the contract documents. IN WITNESS WHEREOF, the parties hereto have signed this agreement in duplicate. One counterpart has been delivered to OWNER and CONTRACTOR. All portions of the contract documents have been signed or identified by OWNER and CONTRACTOR. This agreement will be effective the day of 20. OWNER: CONTRACTOR: CHICKASHA MUNICIPAL AUTHORITY By: Chairman By: Signature & Title CORPORATE SEAL Attest: CORPORATE SEAL Attest: By: ADDRESS FOR GIVING NOTICES: By: ADDRESS FOR GIVING NOTICES: Chickasha Municipal Authority ATTN: Public Works Department 117 North 4 th Street Chickasha, OK Phone: Phone: Fax: Fax: rob.camp@chickasha.org Dam Maintenance Project 2017 Page 8 of 18

9 KNOW ALL MEN BY THESE PRESENTS: STATUTORY BOND That we,, as Principal, and, as Surety, are held firmly bound unto the Chickasha Municipal Authority in the sum of DOLLARS ($ ), for the payment of which, well and truly to be made, we, and each of us, bind ourselves, our heirs, executors and assigns, themselves, and its successors and assigns, jointly and severally, firmly by these presents. Dated this day of, 20. The conditions of this obligation are such, that whereas, the above Bonded Principal is the lowest and best bidder for the making of the following work and improvements, viz: Dam Maintenance Project 2017 at Lake Chickasha, near Verden, Oklahoma (Project) and has entered into a certain written contract with the Chickasha Municipal Authority on the day of 20, for the construction of said work and improvement, in exact accordance with the bid of said Principal, and according to certain specifications heretofore made, adopted and placed on file in the office of the City Clerk of the City of Chickasha. NOW, THEREFORE, if said principal shall fail or neglect to pay all indebtedness incurred by said Principal or subcontractor of said Principal who perform work in the performance of such, for labor and materials furnished by any supplier and consumed in the performance of said contract, and such repairs to and rental of machinery and equipment as may be furnished by a subcontractor to the person or persons contracting with this Owner within thirty (30) days after the same becomes due and payable, the person, firm or corporation entitled thereto may sue and recover on this bond, the amount so due and unpaid. It is further expressly agreed and understood by the parties hereto that no changes or alterations in said Contract and no deviations from the plan or mode of procedure herein fixed shall have the effect of releasing the sureties, or any of them, for the obligations of this Bond. IN WITNESS WHEREOF, the said Principal has caused these presents to be executed in its name and its corporate seal to be hereunto affixed by its duly authorized officers, and the said Surety has caused these presents to be executed in its name and its corporate seal to be hereunto affixed by its attorney in fact, duly authorized so to do, the day and year first above written. ATTEST: Principal Secretary By: Surety ATTEST: By: Dam Maintenance Project 2017 Page 9 of 18

10 KNOW ALL MEN BY THESE PRESENTS THAT: PERFORMANCE BOND, as Principal, and, a corporation organized under the laws of the State of, as Surety, are held and firmly bound unto the City, in the penal sum of Dollars ($ ) in lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves and each of us, our heirs, executors, administrators, trustees, successors, and assigns, jointly and severally, firmly by these presents. The condition of this obligation is such that WHEREAS, said Principal entered into a written contract with the Chickasha Municipal Authority, dated, 20, for the Dam Maintenance Project 2017 at Lake Chickasha near Verden, Oklahoma (PROJECT) all incompliance with the specifications therefore, made a part of said Contract and on file in the office of the City Clerk, City of Chickasha, Oklahoma. NOW THEREFORE, if said Principal shall, in all particulars, well, truly and faithfully perform and abide by said Contract and each and every covenant, condition, and part thereof, and shall fulfill all obligations resting upon said Principal by the terms of said Contract and said specifications, and if said Principal shall protect and save harmless said Chickasha Municipal Authority from any pecuniary loss resulting from the reach of any of the items, covenants and conditions of said Contract resting upon said Principal, then this obligation shall be null and void, otherwise to be and retain in full force and effect. It is further expressly agreed and understood by the parties hereto that no changes or alternations in said Contract and no deviations from the plan or mode of procedure herein fixed shall have the effect of releasing the Sureties, or any of them, from the obligations of this Bond. IN WITNESS WHEREOF, the said Principal has caused these presents to be executed in its name and its corporate seal to be hereunto affixed by its duly authorized officers, and the said Surety has caused these presents to be executed in its name and its corporate seal to be hereunto affixed by its attorney-in-fact, duly authorized so to do, the day and year set forth below. Dated this day of, 20. ATTEST: Principal Secretary By: Surety ATTEST: By: Dam Maintenance Project 2017 Page 10 of 18

11 KNOW ALL MEN BY THESE PRESENTS: MAINTENANCE BOND That we, as Principal, and, as Surety, are held and firmly bound into the CHICKASHA MUNICIPAL AUTHORITY, a Municipal Trust in the State of Oklahoma, in the full and just sum of DOLLARS ($ ) such sum being equal to the contract price for the payment of which, well and truly to be made, we, and each of us, bind ourselves, our heirs, executors, and assigns, themselves, and its successors and assigns, jointly and severally, firmly by these presents. The conditions of this obligation are such, that whereas, said Principal, has by certain contract between and the CHICKASHA MUNICIPAL AUTHORITY dated this day of 20, agreed to perform for the Chickasha Municipal Authority, Dam Maintenance Project 2017 in compliance with the specifications therefore, made part of said contract and on file in the office of the City Clerk of the City of Chickasha; and to maintain the said improvement in the amounts set forth above against any failure due to workmanship or material for a period of ONE year from the date of acceptance of the work by the Chickasha Municipal Authority. NOW THEREFORE, if said Principal shall pay or cause to be paid to the Chickasha Municipal Authority all damages, loss and expense, which may result by reason of defective materials and/or workmanship in connection with said work, occurring within a period of ONE year from and after acceptance of said project by the OWNER; and if Principal shall save and hold harmless the OWNER from all damages, loss and expense occasioned by or resulting from any failure whatsoever of said Principal, then this obligation shall be null and void, otherwise to be and remain in full force and effect. It is further agreed that if the said Principal or Surety herein shall fail to maintain said improvements against any failure due to defective workmanship and/or material for a period of ONE year and at any time repairs shall be necessary, that the cost of making said repairs shall be determined by the Chickasha Municipal Authority or some person(s) designated by them to ascertain the same; and if, upon thirty (30) days notice, the said amount ascertained shall not be paid by the Principal or Surety herein, or if the necessary repairs are not made, that said amount shall become due upon the expiration of thirty (30) days and suit may be maintained to recover the amount so determined in any court of competent jurisdiction; and that the amount so determined shall be conclusive upon the parties as to the amount due on this bond for the repair(s) included therein, and that the cost of all repairs shall be so determined from time-totime during the life of this bond as the conditions of the improvements may require. It is further expressly agreed and understood by the parties hereto that no changes or alterations in said contract and no deviations from the plan or mode of procedure herein fixed shall have the effect of releasing the sureties, or any of them, from the obligations of this bond. IN WITNESS WHEROF, the said Principal has caused these presents to be executed in its name and its corporate seal to be hereunto affixed by its duly authorized officers; and the said Surety has caused these presents to be executed in its name and its corporate seal to be hereunto affixed by its attorney-in-fact, duly authorized so to do, the day and year first above written. Dam Maintenance Project 2017 Page 11 of 18

12 ATTEST: Principal Secretary By: Surety ATTEST: By: Dam Maintenance Project 2017 Page 12 of 18

13 I. GENERAL CONDITIONS Chickasha Municipal Authority Dam Maintenance Project 2017 SPECIFICATIONS A. Proposal is to perform various Dam Maintenance Projects as described below and in these specifications at Lake Chickasha near Verden, Oklahoma. 1. BASE BID 2. ADDITIVE ALTERNATE BID NUMBER 1 3. ADDITIVE ALTERNATE BID NUMBER 2 B. Quoted prices shall remain valid for not less than 60-days. C. The prices bid shall be for completed work as specified herein. Details necessary for completed work not listed herein shall be considered incidental to the work and will not be paid for separately. D. The Chickasha Municipal Authority reserves the right to reject any and all bids. E. Oklahoma Department of Transportation (ODOT) Standard Specifications for Highway Construction, 2009 Edition and Standard Drawings shall govern the technical provisions. F. The Owner reserves the right to consider alternative proposals submitted in writing by the Contractor. G. See Technical Specifications and Drawings for additional information. H. Contractor shall be responsible for Quality Control of all products and the work. I. The work shall proceed continuously from Notice to Proceed until Final Completion. J. Contractor shall perform all work consistent with MUTCD and OSHA regulations and requirements. K. Dimensions and distances provided are approximate. Contractor shall verify dimensions in the field before ordering materials. L. Contractor shall participate in a pre-construction conference with the Owner before beginning work. M. All materials shall be new and shall be of standard production as offered by the manufacturer, unless otherwise approved by the Owner. N. Contractor shall submit two hard copies of materials submittals for review and acceptance by the Owner prior to ordering materials. O. The road on the crest of the dam may be closed to through traffic during construction. P. All work shall comply with the applicable Rules, Codes and Standards listed in these Special Provisions, and all Federal, State and Local codes and ordinances, as well as any other authorities that may have lawful jurisdiction pertaining to the work specified. None of the terms or provisions of this specification shall be construed as waiving any of the rules, regulations or requirements of these authorities. The contractor shall procure all necessary permits or licenses to carry out his work. Q. In any instance where these specifications call for materials for construction of a better quality or larger capacity than required by the codes, the provisions of these specifications shall take precedence. The codes shall govern in other cases of direct conflict between the codes and the specifications. Dam Maintenance Project 2017 Page 13 of 18

14 R. Sales taxes and use taxes shall apply to all purchases as provided for by State law. II. III. SEQUENCE OF CONSTRUCTION A. Contractor shall provide written notice to the Chickasha Municipal Authority two weeks in advance of starting work. B. All work shall be complete within the times listed below: 1. Base Bid 45 Calendar Days 2. Additive Alternate Bid No Calendar Days 3. Additive Alternate Bid No Calendar Days C. If the Base Bid and/or any Alternate Bids are awarded, the total contract time shall be the sum of the times listed above for the respective Base Bid or Alternate Bid awarded. For example, if the Base Bid and Additive Alternate Bid No. 1 are awarded, the total contract time shall be 45 plus 45 equals 90 Calendar Days. TECHNICAL SPECIFICATIONS (BASE BID) A. Refer to Figure 1 for identification of Remedial Dam Repair Zones. B. Contractor shall take to disturb only those areas designated for clearing and grubbing. Any damage to areas not designated for clearing and grubbing shall be repaired in a manner approved by the Owner s Representative. C. Pay Items CLEARING AND GRUBBING and CLEARING FROM RIPRAP includes all cost of providing labor, materials, and equipment necessary to clear and grub all woody vegetation including but not limited to bushes, saplings, shrubs, thickets and trees from areas indicated on the drawings and shall meet the following requirements: 1. Comply with ODOT specifications, except where in conflict with the following requirements. 2. Zone 1 cut all woody vegetation flush with the surrounding surface and apply exterior grade polyurethane sealant to stumps. 3. Zone 2 no clearing required. 4. Zone 3 a. Cut all woody vegetation with trunk diameter of eight (8) inches or less flush with the surrounding surface and apply exterior grade polyurethane sealant to stumps. b. Remove all woody vegetation with trunk diameter of greater than eight (8) inches including the root ball. Immediately install weighted filter. 5. Zone 4 a. Cut all woody vegetation with trunk diameter of six (6) inches or less flush with the surrounding surface and apply exterior grade polyurethane sealant to stumps. b. Remove all woody vegetation with trunk diameter of greater than six (6) inches including the root ball using the procedure described below. 1.) Cut the tree approximately two feet above ground level leaving a prominent stump for use in the root ball extraction process Dam Maintenance Project 2017 Page 14 of 18

15 2.) Remove the stump and root ball by pulling the stump or extracting with a track-mounted backhoe after loosening the root ball by pulling on the stump from different directions 3.) Clean the root ball cavity to remove loose soil and the remaining root system by excavating the root ball cavity with maximum 1:1 (horizontal to vertical) side slopes and a horizontal bottom 4.) IMMEDIATELY INSTALL WEIGHTED FILTER. 6. Zone 5 a. Cut all woody vegetation with trunk diameter of four (4) inches or less flush with the surrounding surface and apply exterior grade polyurethane sealant to stumps. b. Remove all woody vegetation with trunk diameter of greater than four (4) inches including the root ball using the procedure described below. 1.) Cut the tree approximately two feet above ground level leaving a prominent stump for use in the root ball extraction process 2.) Remove the stump and root ball by pulling the stump or extracting with a track-mounted backhoe after loosening the root ball by pulling on the stump from different directions 3.) Clean the root ball cavity to remove loose soil and the remaining root system by excavating the root ball cavity with maximum 1:1 (horizontal to vertical) side slopes and a horizontal bottom 4.) IMMEDIATELY INSTALL WEIGHTED FILTER. 7. Dispose of removed bushes, saplings, shrubs, thickets and trees on lake property at a location to be determined by the Owner. 8. Exterior grade polyurethane exterior sealant shall be Minwax Water-Based Helmsman Spar Urethane or approved equivalent. 9. Remove existing barbed wire fence at toe of dam. Coordinate work with Lessee to ensure fence is maintained in working order at all times. D. Pay Item EARTHWORK includes all cost of providing labor, materials and equipment necessary to perform the following items of work: 1. Excavate where necessary for tree removal. Estimated quantity of excavation is CY. 2. Install weighted filters at areas designated by the Owner s Representative, including locations of tree removal. Weighted filters shall be as shown in the drawings. Estimated quantities for weighted filter materials are as follows: Fine Aggregate Tons Coarse Aggregate Tons Filter Blanket Tons Riprap Tons 3. Regrade channel downstream of Relief Well Monitor Weir to promote positive drainage from the monitor weir structure. Dam Maintenance Project 2017 Page 15 of 18

16 E. Pay Item SEEDING, METHOD A includes all cost of providing labor, materials and equipment necessary to apply grass seed in all disturbed areas meeting the following requirements: 1. Bermuda Grass Common 15 pounds per acre. 2. Annual Rye 25 pounds per acre Fertilizer 200 pounds per acre. F. Pay Item SLURRY BACKFILL includes all cost of providing labor, materials and equipment necessary to install slurry backfill meeting the following requirements: 1. Comply with ODOT specifications, except where in conflict with the following requirements. 2. Slurry mixture shall be combined in a ratio of 90/10 sand/cement by weight. 3. Slurry Backfill is to be used to backfill animal burrows at locations directed by the Owner s Representative. G. Pay Item GATE includes all cost of providing labor, materials and equipment necessary install gates meeting the following requirements: 1. Gate frames shall be made from 2 3/8 O.D. Schedule 40 steel pipe as shown on the drawings, or approved equivalent. All connections shall be welded. Bolted connections will be used only when approved by the Owner, and if used, will use stainless steel or galvanized parts. 2. Coating; Gate frames shall be sanded or blasted and shall have a powder coat or enamel paint applied in the shop. Color shall be as approved by the Owner. 3. For details not provided on the drawings, provide materials and installation similar to ODOT Standard Drawing RWF H. Pay Item REINFORCED CONCRETE includes all cost of providing materials, labor and equipment necessary to install reinforced concrete meeting the following requirements: 1. Concrete shall be Class A Concrete meeting the requirements of the Oklahoma Department of Transportation (ODOT) Standard Specifications for Highway Construction, 2009 Edition. 2. Reinforcing Steel shall meet the requirements of the Oklahoma Department of Transportation (ODOT) Standard Specifications for Highway Construction, 2009 Edition. 3. Preformed expansion joint material shall be installed between new concrete elements of a different nature and between new concrete elements and existing structures and stem walls. Preformed expansion joint material is not required at interfaces between new concrete elements and existing asphalt pavements. 4. Existing concrete will be sawcut to neat lines. Cost of sawing pavement shall be included in the price bid for REINFORCED CONCRETE. IV. TECHNICAL SPECIFICATIONS (ADDITIVE ALTERNATE BID NO. 1) A. Pay Item CLEARING AND GRUBBING includes all cost of providing labor, materials, and equipment necessary to clear and grub all woody vegetation including but not limited to bushes, saplings, shrubs, thickets Dam Maintenance Project 2017 Page 16 of 18

17 and trees from areas indicated on the drawings and shall meet the following requirements: 1. Comply with ODOT specifications, except where in conflict with the following requirements. 2. Dispose of removed bushes, saplings, shrubs, thickets and trees on lake property at a location to be determined by the Owner. B. Pay Item SEEDING, METHOD A includes all cost of providing labor, materials and equipment necessary to apply grass seed in all disturbed areas meeting the following requirements: 1. Bermuda Grass Common 15 pounds per acre. 2. Annual Rye 25 pounds per acre Fertilizer 200 pounds per acre. V. TECHNICAL SPECIFICATIONS (ADDITIVE ALTERNATE BID NO. 2) A. Pay Item CLEARING AND GRUBBING includes all cost of providing labor, materials, and equipment necessary to clear and grub all woody vegetation including but not limited to bushes, saplings, shrubs, thickets and trees from areas indicated on the drawings and shall meet the following requirements: 1. Comply with ODOT specifications, except where in conflict with the following requirements. 2. Dispose of removed bushes, saplings, shrubs, thickets and trees on lake property at a location to be determined by the Owner. B. Pay Item UNCLASSIFIED BORROW includes all cost of providing labor, materials and equipment necessary to perform the following items of work: 1. Comply with ODOT specifications, except where in conflict with the following requirements. 2. Obtain and haul unclassified borrow to site and build embankment to restore eroded area of spillway. C. Pay Item SALVAGED TOPSOIL includes all cost of providing labor, materials and equipment necessary to perform the following items of work: 1. Comply with ODOT specifications, except where in conflict with the following requirements. 2. Obtain and haul salvaged topsoil to site and place approximately six inches thick on areas disturbed during restoration of eroded area of spillway. D. Pay Item SEEDING, METHOD A includes all cost of providing labor, materials and equipment necessary to apply grass seed in all disturbed areas meeting the following requirements: 1. Bermuda Grass Common 15 pounds per acre. 2. Annual Rye 25 pounds per acre Fertilizer 200 pounds per acre. Dam Maintenance Project 2017 Page 17 of 18

18 FIGURE 1 Dam Maintenance Project 2017 Page 18 of 18

19

20

21

22

23

24

25

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131 CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS City of Des Peres 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer January 2011 1 CONSTRUCTION DOCUMENTS I. Bid Announcement

More information

PROPOSAL AND BID FORM (Submit in triplicate)

PROPOSAL AND BID FORM (Submit in triplicate) Bidder SECTION 00300 PROPOSAL AND BID FORM (Submit in triplicate) Proposal of: (hereinafter called "Bidder" or "Contractor"), organized and existing under the laws of the State of doing business as a partnership

More information

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION:

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION: CONTRACT DOCUMENTS AND BID FORM PROJECT IDENTIFICATION: THIS BID IS SUBMITTED TO: MANDATORY PRE-BID CONFERENCE: FPL Remediation and Redevelopment City of Biddeford c/o Brian Phinney Environmental Codes

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

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

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

*Note: Please contact the Soil Erosion Specialist at with questions regarding application requirements

*Note: Please contact the Soil Erosion Specialist at with questions regarding application requirements APPLICATION FOR RAZE PERMIT COVER SHEET Page 1 of 2 Project Address The following items must be completed and submitted as a packet: Razing permit application (this item is all that is needed for residential

More information

ADDENDUM NO. 1. This addendum consists of 13 pages

ADDENDUM NO. 1. This addendum consists of 13 pages KENAI PENINSULA BOROUGH Purchasing & Contracting 144 North Binkley Street Soldotna, Alaska 99669-7520 Phone (907) 714-2260 Fax (907) 714-2373 www.borough.kenai.ak.us/purchasing ADDENDUM NO. 1 This addendum

More information

NORTH BAY VILLAGE, FLORIDA INVITATION TO BID BID NO. NBV

NORTH BAY VILLAGE, FLORIDA INVITATION TO BID BID NO. NBV NORTH BAY VILLAGE, FLORIDA INVITATION TO BID FOR WATERMETERREPLACEMENT PROGRAM BID NO. NBV 2017-001 SEALED PROPOSALS WILL BE RECEIVED BY THE VILLAGE CLERK, 1666 KENNEDY CAUSEWAY,SUITE 300, NORTH BAY VILLAGE,

More information

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

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

More information

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM CITY OF DE PERE PROJECT 18-12 VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 2018 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

BID Addenda No. Date Issued Addenda No. Date Issued

BID Addenda No. Date Issued Addenda No. Date Issued BID - 004113 BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

JUDD STREET LIFT STATION DEWATERING CONTRACT

JUDD STREET LIFT STATION DEWATERING CONTRACT JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,

More information

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

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

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

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

More information

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO PROJECT MANUAL FOR CONTRACT NO. 016-00781-01 GAS TURBINE GENERATOR NO. 9 ROOF REPLACEMENT PROJECT FEBRUARY 2018 1001 Madison Avenue

More information

CITY OF DE PERE PROJECT HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 1:00 PM

CITY OF DE PERE PROJECT HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 1:00 PM CITY OF DE PERE PROJECT 16-10 HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 2016 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN website

More information

Fill material and Top Soil

Fill material and Top Soil CITY OF CONWAY SOUTH CAROLINA BID PACKAGE: 7-2018 Fill Material and Top Soil Fill material and Top Soil BID OPENING: 2:00 PM at Conway Public Works Complex 2940 Jerry Barnhill Blvd Conway SC Thursday,

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

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

More information

ENGINEERING DIVISION STANDARD CONTRACT DOCUMENTS FOR CAPITAL IMPROVEMENTS CONSTRUCTION

ENGINEERING DIVISION STANDARD CONTRACT DOCUMENTS FOR CAPITAL IMPROVEMENTS CONSTRUCTION ENGINEERING DIVISION STANDARD CONTRACT DOCUMENTS FOR CAPITAL IMPROVEMENTS CONSTRUCTION REVISED JULY, 2010 Standard Contract Documents for Capital Improvements Construction TABLE OF CONTENTS PAGE SECTION

More information

SECTION CONTRACT DOCUMENTS TABLE OF CONTENTS

SECTION CONTRACT DOCUMENTS TABLE OF CONTENTS SECTION 00020 CONTRACT DOCUMENTS TABLE OF CONTENTS PAGE(S) BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT SECTION PAGE(S) PART 1 - BIDDING REQUIREMENTS 00010 Title Page... 00001-1

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet. BID FORM TxDOT CSJ 1812CONRO Project Description: TW Extension, Lighting and Signage Improvements Base Bid: The project consists of the extension of existing 50 TW approximately 2,640 feet. The proposed

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

CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION

CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION ADDENDUM #4 DATE: 02/08/2016 PROJECT: CONTRACT No: 40604 BID DATE, TIME: 02/11/2016, 2:00PM NOTICE TO ALL CONTRACTORS

More information

CONTRACT DOCUMENTS 2018 AERATION OF WWTP EFFLUENT CITY OF DURAND 215 WEST CLINTON STREET DURAND, MI JULY 2018 PREPARED BY:

CONTRACT DOCUMENTS 2018 AERATION OF WWTP EFFLUENT CITY OF DURAND 215 WEST CLINTON STREET DURAND, MI JULY 2018 PREPARED BY: CONTRACT DOCUMENTS 2018 AERATION OF WWTP EFFLUENT CITY OF DURAND 215 WEST CLINTON STREET DURAND, MI 48429 JULY 2018 PREPARED BY: 555 S. SAGINAW STREET SUITE 201 DUR 2001.01F FLINT, MI 48502 Table of Contents

More information

CITY OF PEACHTREE CITY HEADWALL REPLACEMENT - STORMWATER ADDENDUM #2

CITY OF PEACHTREE CITY HEADWALL REPLACEMENT - STORMWATER ADDENDUM #2 PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org CITY OF PEACHTREE CITY HEADWALL REPLACEMENT - STORMWATER ADDENDUM #2 The

More information

Rte. 66/29 Interchange Reconstruction Project: ,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track

Rte. 66/29 Interchange Reconstruction Project: ,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track Rte. 66/29 Interchange Reconstruction Project: 0066-076-113,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track Mileposts B-8.1 thru B-8.8 DOT 714-363S, 714-364Y Gainesville,

More information

Addendum No. 1 Issue Date: March 29, 2016

Addendum No. 1 Issue Date: March 29, 2016 Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

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

BASE BID Description Written & Numeric Price

BASE BID Description Written & Numeric Price PROPOSAL Proposal TxDOT CSJ No. Project : Airfield drainage improvements to alleviate storm water conveyance issues at in Liberty, TX. The improvements include: re-grading of existing concrete lined infields,

More information

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

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

PROPOSALS MUST BE RECEIVED BY 9:30 A.M. CONTRACT BID DOCUMENTS CIMARRON TURNPIKE CONTRACT NO. C-MC-28 BID OPENING: MARCH 14, 2017 AT 10:00 A.M.

PROPOSALS MUST BE RECEIVED BY 9:30 A.M. CONTRACT BID DOCUMENTS CIMARRON TURNPIKE CONTRACT NO. C-MC-28 BID OPENING: MARCH 14, 2017 AT 10:00 A.M. Proposal No. Date Issued To PROPOSALS MUST BE RECEIVED BY 9:30 A.M. CONTRACT BID DOCUMENTS CIMARRON TURNPIKE CONTRACT NO. C-MC-28 BID OPENING: MARCH 14, 2017 AT 10:00 A.M. 3500 Martin Luther King Avenue

More information

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

A D D E N D U M N O. 4 A D D E N D U M N O. 4 TO: PROJECT: All Prospective Bidders (T78) Drainage Improvements TxDOT CSJ No. Klotz Project No. 0500.041.002 ISSUE DATE: January 30, 2017 The following information is provided to

More information

T. R. Long Engineering, P.C.

T. R. Long Engineering, P.C. T. R. Long Engineering, P.C. 114 North Commerce Street Hinesville, Georgia 31313 (912) 368-5664 Office (912) 368-7206 FAX 306 Commercial Drive Savannah, Georgia 31406 (912) 335-1046 Office (912) 335-1642

More information

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address:  Address: BID FORM TxDOT CSJ No. 1507JNCTN Project Description: T-Hangar Development Project Bid by: Name of Bidder Address: Telephone: FAX: Email Address: To the Texas Department of Transportation hereinafter called

More information

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) Bid Form TxDOT CSJ No. 17HGRCKPT Project: Aransas County Airport - 2017 Hangar Project Project Description: Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1A

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

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

More information

Bidding Documents - Contract Forms - Specifications City of Parkersburg CITY PARK POOL- CONCESSION STAND #2018-10 Parkersburg, West Virginia Tom Joyce, Mayor Everett Shears, Director Public Works Adam

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

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

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

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

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

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING. Bid Document. Specifications, Proposal and Contract Documents

CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING. Bid Document. Specifications, Proposal and Contract Documents CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING Bid Document Specifications, Proposal and Contract Documents July 2013 CITY OF LAKE FOREST PARK Exterior Painting of City Hall Building

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

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

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1 Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject

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

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

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

PROPOSALS MUST BE RECEIVED BY 9:30 A.M. CONTRACT BID DOCUMENTS CIMARRON TURNPIKE CONTRACT NO. C-MC-26 BID OPENING: APRIL 7, 2015 AT 10:00 A.M.

PROPOSALS MUST BE RECEIVED BY 9:30 A.M. CONTRACT BID DOCUMENTS CIMARRON TURNPIKE CONTRACT NO. C-MC-26 BID OPENING: APRIL 7, 2015 AT 10:00 A.M. Proposal No. Date Issued To PROPOSALS MUST BE RECEIVED BY 9:30 A.M. CONTRACT BID DOCUMENTS CIMARRON TURNPIKE CONTRACT NO. C-MC-26 BID OPENING: APRIL 7, 2015 AT 10:00 A.M. 3500 Martin Luther King Avenue

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

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

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

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

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project. TO: ALL HOLDERS OF CONTRACT DOCUMENTS FOR: City of Carlsbad, New Mexico Sanitary Sewer Interceptor 118 Upgrades Phase I Wade M. Chacon P.E. HDR Project Manager/Engineer Bid # 2016-32 ADDENDUM NUMBER ONE

More information

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

Bid Form. To the Texas Department of Transportation hereinafter called the Agent. Bid Form TxDOT CSJ No. 1809HILLS Project: 2017 Airport Improvements Project Description: Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

NOTICE TO BIDDERS. August 24, 2016 ADDENDUM NO. 1. Gosling Road Pedestrian, Bike & Related Improvements

NOTICE TO BIDDERS. August 24, 2016 ADDENDUM NO. 1. Gosling Road Pedestrian, Bike & Related Improvements NOTICE TO BIDDERS August 24, 2016 ADDENDUM NO. 1 Gosling Road Pedestrian, Bike & Related Improvements TO ALL FIRMS OF RECORD: This addendum forms a part of and modifies the bidding and contract documents

More information

DOCUMENT ADDENDA AND MODIFICATIONS

DOCUMENT ADDENDA AND MODIFICATIONS DOCUMENT ADDENDA AND MODIFICATIONS PART 1 1.1 PROCEDURE GENERAL A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. Modified June 20, 2017 Addenda and Modifications

More information

A RENOVATION FOR: OZARK CENTER VIRGINIA STREET CENTER JOPLIN, MISSOURI

A RENOVATION FOR: OZARK CENTER VIRGINIA STREET CENTER JOPLIN, MISSOURI Project Manual and Specifications for A RENOVATION FOR: OZARK CENTER VIRGINIA STREET CENTER JOPLIN, MISSOURI November 12, 2015 MO CA #000531 Corner Greer & Associates, Inc. Architects 716 S. Main Street

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

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141 BID FORM PROJECT DESCRIPTION Ellis Avenue Stream Improvements City of Glasgow, KY PROJECT NUMBER GRW Project No.: 4339 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Glasgow 126 East Public

More information

PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016

PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016 City of River Falls Utilities Department 222 Lewis Street, River Falls. WI 54022 Phone: 715-425-0900 PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016 Directional Boring Project Title Page

More information

SPECIFICATIONS PROPOSAL AND CONTRACT DOCUMENTS

SPECIFICATIONS PROPOSAL AND CONTRACT DOCUMENTS SPECIFICATIONS PROPOSAL AND CONTRACT DOCUMENTS WASTEWATER TREATMENT PLANT RENOVATION Prepared for: WATER WORKS AND SEWER BOARD OF THE CITY OF GENEVA JULY, 2018 Prepared by: Andalusia, Alabama TABLE OF

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2017.02 Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 The following changes are made to the Proposal, Specifications and Plans: SPECIFICATIONS:

More information

CITY OF DE PERE PROJECT CIPP SEWER LINING BID DATE: JANUARY 31, 1:00 PM

CITY OF DE PERE PROJECT CIPP SEWER LINING BID DATE: JANUARY 31, 1:00 PM CITY OF DE PERE PROJECT 19-03 CIPP SEWER LINING BID DATE: JANUARY 31, 2019 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN website

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

ADDENDUM 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. Switzer Creek Subdivision Contract No. E ADDENDUM NO.: FOUR CURRENT DEADLINE FOR BIDS: September 23, 2015 ADDENDUM TO THE CONTRACT for the ENGINEERING DEPARTMENT Switzer Creek Subdivision Contract No. E16-046 ADDENDUM NO.: FOUR CURRENT DEADLINE FOR BIDS: September 23, 2015 PREVIOUS ADDENDA: THREE ISSUED BY:

More information

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE Specifications For Shermco Project 91000154 Panora Substation Construction Panora Municipal Electric Panora, Iowa April 21, 2017 BID ISSUE Prepared Under Direction of: Michael Thorson Shermco Industries

More information

BID FORM - LUMP SUM BID

BID FORM - LUMP SUM BID BID FORM - LUMP SUM BID PROJECT: Livingston Northside Park and Soccer Fields Phase 1 Construction LOCATION: Livingston, Montana Ladies & Gentlemen: Pursuant to and in compliance with the Advertisement

More information

SPECIFICATIONS & CONTRACT DOCUMENTS Sanitary Sewer Manhole Replacement and Bypass Contract 2013 FOR. The Town of Tyrone

SPECIFICATIONS & CONTRACT DOCUMENTS Sanitary Sewer Manhole Replacement and Bypass Contract 2013 FOR. The Town of Tyrone SPECIFICATIONS & CONTRACT DOCUMENTS Sanitary Sewer Manhole Replacement and Bypass Contract 2013 FOR The Town of Tyrone March 2013 Map of Approximate Vicinity Where Sewer Manhole Replacement and By Pass

More information

BID PROPOSAL FORM

BID PROPOSAL FORM GENERAL BID INFORMATION EXHIBIT A PROJECT BID PROPOSAL FORM (ATTACHMENT FOR FORM NO. 96) A. Bidder:. B. Project Name: Parking Lot Remediation #15-01-192 C. Project Location: 1501 W. Washington Street,

More information

Black Creek Consolidated Drain (Dirkes Drain)

Black Creek Consolidated Drain (Dirkes Drain) Black Creek Consolidated Drain (Dirkes Drain) CONTRACT SPECIFICATIONS ISSUED FOR BID Prepared For: Muskegon County Drain Commissioner Prepared By: Project No. 14-111 May 2016 Table of Contents Division

More information

PROJECT MANUAL. SPECIFICATIONS FOR ASBESTOS ABATEMENT & DEMOLITION Former Dundee School 122 East Street Dundee, IA

PROJECT MANUAL. SPECIFICATIONS FOR ASBESTOS ABATEMENT & DEMOLITION Former Dundee School 122 East Street Dundee, IA PROJECT MANUAL SPECIFICATIONS FOR ASBESTOS ABATEMENT & DEMOLITION Former Dundee School 122 East Street Dundee, IA 52038 Prepared By: 9550 Hickman Rd, Suite 105 Clive, IA 50325 Phone (515) 473-6256 Fax

More information

Richmond Heights, MO. Prepared for: City of Richmond Heights Chris Boyd, P.E., Public Works Director 7997 Elinor Ave. Richmond Heights, MO 63117

Richmond Heights, MO. Prepared for: City of Richmond Heights Chris Boyd, P.E., Public Works Director 7997 Elinor Ave. Richmond Heights, MO 63117 PROJECT MANUAL 2016 CONCRETE SLAB REPLACEMENT PROGRAM Richmond Heights, MO Prepared for: City of Richmond Heights Chris Boyd, P.E., Public Works Director 7997 Elinor Ave. Richmond Heights, MO 63117 Prepared

More information

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO Bid Proposal Form C.I.P. NO. 2016-012 PROJECT: BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND ATTACHMENTS AS REQUIRED SUBMITTED BY: (Bidder s Name) In accordance with the City of Commerce s Notice

More information

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

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY: ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum

More information

PUBLIC SAFETY BUILDING BUILDING DEMOLITION

PUBLIC SAFETY BUILDING BUILDING DEMOLITION Contract No. BE19-117 File No. 2003 SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT REQUIREMENTS No.

More information

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

More information

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST City of North Royalton Mayor Robert A. Stefanik Community Development, Building Division Dan Kulchytsky Building Commissioner 11545 Royalton Road, North Royalton, OH 44133 Phone: 440-582-3000 Fax: 440-582-3089

More information

Burlington Bike Path Phase 1a Rehabilitation Contract Documents. City of Burlington, Vermont Parks, Recreation & Waterfront

Burlington Bike Path Phase 1a Rehabilitation Contract Documents. City of Burlington, Vermont Parks, Recreation & Waterfront Burlington Bike Path Phase 1a Rehabilitation Contract Documents City of Burlington, Vermont Parks, Recreation & Waterfront Date of Issuance: Monday, July 28 th, 2014 1 Table of Contents BIDDING REQUIREMENTS

More information

SECTION BID FORM. Garfield Street Drainage Improvements

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

More information

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

Spartanburg, South Carolina

Spartanburg, South Carolina PROJECT MANUAL FOR Hodge Center Cooling Tower Replacement Spartanburg, South Carolina Project No. H34-9544 October 21, 2016 TABLE OF CONTENTS 2016 Edition PROJECT NAME: Hodge Center Cooling Tower Replacement

More information

CITY OF AZUSA. Azusa Gateway Improvements (CIP #66111B)

CITY OF AZUSA. Azusa Gateway Improvements (CIP #66111B) CITY OF AZUSA Azusa Gateway Improvements (CIP #66111B) CONTRACT DOCUMENTS TABLE OF CONTENTS Page No. NOTICE INVITING BIDS... 1 INSTRUCTIONS TO BIDDERS... 3 BID FORM... 10 BID SCHEDULE... 10 CONTRACTOR

More information

PROPOSALS MUST BE RECEIVED BY 9:30 A.M. CONTRACT BID DOCUMENTS WILL ROGERS TURNPIKE CONTRACT NO. WR-MC-129

PROPOSALS MUST BE RECEIVED BY 9:30 A.M. CONTRACT BID DOCUMENTS WILL ROGERS TURNPIKE CONTRACT NO. WR-MC-129 Proposal No. Date Issued To PROPOSALS MUST BE RECEIVED BY 9:30 A.M. CONTRACT BID DOCUMENTS WILL ROGERS TURNPIKE CONTRACT NO. WR-MC-129 BID OPENING: FEBRUARY 9, 2016 AT 10:00 A.M. 2401 NW 23 rd Suite 2B

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

Turn Street Paving and Drainage Improvements

Turn Street Paving and Drainage Improvements Turn Street Paving and Drainage Improvements File No. 1784 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE

More information

CITY OF HOLLYWOOD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INFLOW/INFILTRATION (I/I) PROGRAM - MANHOLE REPAIRS AUGUST 2016.

CITY OF HOLLYWOOD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INFLOW/INFILTRATION (I/I) PROGRAM - MANHOLE REPAIRS AUGUST 2016. PROJECT CITY OF HOLLYWOOD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INFLOW/INFILTRATION (I/I) PROGRAM - MANHOLE REPAIRS AUGUST 2016 Prepared by: ENGINEERING AND CONSTRUCTION SERVICES DIVISION 1621 N 14

More information

PROJECT. at the UNIVERSITY OF ILLINOIS CAMPUS Project Number: Bid Date:

PROJECT. at the UNIVERSITY OF ILLINOIS CAMPUS Project Number: Bid Date: PROJECT THE BIDDING AND CONTRACT PROVISIONS Document 00 40 00 - Bid (Standard Contract Set) at the UNIVERSITY OF ILLINOIS CAMPUS Project Number: To: The Board of Trustees of the University of Illinois

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