CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE CITY OF BRECKSVILLE,
|
|
- Homer Cole
- 5 years ago
- Views:
Transcription
1
2 CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE FOR THE CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS RQ# BIDS DUE ON: May 1, 2018, at 2:00 p.m. ADDENDUM NUMBER 1, April 25, 2018, Page 1 of 7
3 GENERAL 1. ALL BIDDERS SHALL USE THE ATTACHED REVISED ITEMIZED UNIT PRICE BID FORMS (2 PP.; pages 4 of 8 and 5 of 8). If these attached bid forms are not used, the bid will be considered non-responsive. 2. Bid Item 11, Trench Sheeting Left In Place. The Bid Quantity shall be revised from 1000 SF to 200 SF. 3. Bid Item 19, Additional Allowance. The Unit Price Bid shall be revised from $50, to $35, PRE-BID QUESTIONS 1. Question: What is the flow rate in existing sanitary sewer? Please provide us sanitary sewer flow rate in MGD in order to figure out sanitary sewer By Pass system. Answer: The existing pump station does not have a flow meter. The only existing flow information we have available is that the existing submersible pumps are designed for 350 gpm at 72 TDH. Also, it is known that rainfall contributes significantly to the flow rate. 2. Question: For connection with existing 8 DIP force main and in order to perform sanitary sewer by pass, we are considering to excavate and install wye and plug valve 10 west of proposed 45 degree elbows on existing force main. Is this method acceptable? Answer: The Means and Methods of accomplishing this bypass are entirely the responsibility of the Contractor. 3. Question: We understand existing pump station is 25 deep below grade. Is there any existing shoring system left in ground around existing pump station? Answer: It is unknown if there is any existing shoring system left in the ground. However, previous maintenance-type excavation on the site has not encountered any existing shoring. 4. Question: There are total 32 new trees to be planted per bid items 18A and 18B (Pine and Deciduous trees); considering the small site area and not knowing planting layout, number of new trees seem to be excessive. Answer: The number of trees was requested by the City Arborist and shall remain at 32. ADDENDUM NUMBER 1, April 25, 2018, Page 2 of 7
4 5. Question: Bid item 10: Additional excavation including premium backfill shows 500 CY. Is this quantity right? Or is it a misprint? Could it be 50 CY instead of 500 CY? What area of site would need undercutting for this much quantity? In our opinion, existing concrete road replacement would not take more than 50 CY of undercutting. Answer: The Bid Quantity shall be revised from 500 CY to 50 CY. 6. Question: It is our opinion that if some of quantities of bid items are not lowered, published engineers estimate would not be enough even considering 10% above engineer s estimate. Answer: No comment. 7. Question: The two soil borings from Geotechnical report does not show rock, project specification for excavation item calls out to include rock excavation; in case if we encounter rock during excavation, will rock excavation work be considered as an extra work? Answer: Yes, rock excavation, if encountered, would be considered extra work. 8. Question: Does shoring system design for new construction require P.E. stamp? Answer: All design calculations shall be signed and stamped by an Ohio Registered Professional Engineer. 9. Question: Any permit required from Cuyahoga County? Answer: No permits are required from Cuyahoga County. 10. Question: Is CCDPW supplying antenna for this project? Answer: The Contractor shall supply and install the new mast and the CCDPW will supply the antenna. The Contractor shall properly install the antenna onto the mast, including, but not limited to, all mounting, wiring, etc. ADDENDUM NUMBER 1, April 25, 2018, Page 3 of 7
5 11. Question: Drawing S-3 calls for the generator fence to be removable. The vinyl fence specified in section DS-46 is not a removable system. Also, we do not know of any removable vinyl fence systems. Please advise. Answer: The intent of the removable portion of the fence is to provide access for a fork lift to remove the generator in the event it needs to be removed for repair. We have successfully provided for such a removable fence on other projects with the following method. On the long (18 ) side of the enclosure, the intermediate fence posts (not including the corner posts) would be made removable by providing a minimum three (3) foot depth of concrete encasement, with a minimum of one (1) foot thickness all around the base of the fence post. The hole for the base of the post in the concrete encasement shall be a formed hole such that the post can slide into the concrete encasement and be removed if necessary. 12. Question: Bid Item No. 17 Erosion Control: Per ODOT, erosion control item carries fixed dollar amount in the bid form. The bid form of this project shows Erosion Control as Lump Sum. If this item is paid Lump Sum, please provide description of what works to be included under Erosion. Answer: In addition to the requirements of DS-54, Erosion Control and Site Maintenance, the following items and quantities are assumed for the Contractor s Bidding purposes: ODOT Item 832 Construction Seeding and Mulching ODOT Item 832 Inlet Protection ODOT Item 832 Perimeter Filter Fabric Fence ODOT Item 832 Sediment Removal ODOT Item 832 Construction Entrance 200 SY 50 LF 700 LF 15 CY 20 CY 13. Question: Will a long-term lane closure be permitted in the outside northbound lane of Brecksville Road to allow ingress/egress to site? Answer: No. ADDENDUM NUMBER 1, April 25, 2018, Page 4 of 7
6 14. Question: DS-4 Scope of Work Item H indicates placing full depth LSM around the proposed manhole and wet well and indicates the remaining of the project to be backfilled with premium granular backfill. Does DS-4 supersede DS-25? Answer: DS-25 contains the general backfilling specification; applicable as directed by the Engineer. DS-4, H, specifically addresses the requirements for the proposed Wet Well and the proposed Manhole, and also discusses backfill for the remainder of the Project. DS-4 and DS-25 are intended to be complementary; any questions shall be decided by the Engineer. The decision by the Engineer shall be final. 15. Question: It looks like the majority of the site was cleared, except one remaining deciduous tree at the northwest corner of the lot, near sidewalk. Is this tree to remain? Can we remove if necessary to stockpile soil/material? Answer: The existing tree shall remain and be shall be protected from all construction work, construction related vehicles, supplies, debris, etc. ATTACHMENT Attachment 1, Revised Itemized Unit Price Bid Forms (2 pp.; pages 4 of 8 and 5 of 8) End of Addendum Number 1. ADDENDUM NUMBER 1, April 25, 2018, Page 5 of 7
7 , ITEMIZED UNIT PRICE BID, ADDENDUM 1, ATTACHMENT 1 ITEM DESCRIPTION ESTIMATED QUANTITY 1A Precast Concrete Wet Well 1 EA 1B Precast Concrete Valve Vault 1 EA 1C Precast Concrete Combination Air Release/Mag Meter Vault 1 EA 1D Precast Concrete Manhole 1 EA 2 Submersible Pumps, Pump Controls, and Appurtenances 1 LS 3 Piping, Fittings, and Link Seals 1 LS 4A Air Relief Valve 1 EA 4B 6-inch Eccentric Plug Valves 3 EA 4C 8-inch Eccentric Plug Valves 2 EA 4D 4-inch Air Admittance Valve 1 EA 4E 4-inch Tideflex Valve 1 EA 4F 6-inch Swing Check Valves 2 EA 5 8-inch Magnetic Flowmeter 1 EA 6 Prefabricated Building 1 LS 7A Concrete Pavement Replacement 240 SY 7B Concrete Walk 65 SF 8A Generator Fence 40 LF UNIT UNIT PRICE BID TOTAL AMOUNT BID Page 4 of 8
8 , ITEMIZED UNIT PRICE BID, ADDENDUM 1, ATTACHMENT 1 ITEM DESCRIPTION ESTIMATED QUANTITY 8B Gas Meter Fence 40 LF 9 Abandonment of the Existing Facilities 1 LS 10 Additional Excavation, Including Premium Backfill 50 CY 11 Trench Sheeting Left in Place 200 SF 12 Seeding and Mulching, Sodding, and Site Restoration 1,055 SY 13 Electrical Work 1 LS 14 Plumbing Work 1 LS 15 Water Service Relocation 1 LS 16 Natural Gas Service Relocation 1 LS 17 Erosion Control and Site Maintenance 1 LS 18A Pine Trees 20 EA 18B Deciduous Trees 12 EA UNIT UNIT PRICE BID TOTAL AMOUNT BID 19 Additional Allowance 1 LS $35, $35, Sub-Total 20 Mobilization (Note: max. 2.5%) 1 LS GRAND TOTAL BID Page 5 of 8
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 informationSPECIAL SPECIFICATION. Water and Sewer System and Appurtenances
2004 Specifications CSJ 2250-01-021, etc SPECIAL SPECIFICATION 5243 Water and Sewer System and Appurtenances 1. Description. This Item governs for the furnishing of all equipment, labor and materials to
More informationAddendum 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 informationRFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered
RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater
More informationTaxiways 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 information10:00 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 informationSPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project
RES. NO. PROPOSAL FOR THE COMPLETION OF 2015-28 TO THE SATISFACTION OF THE BUTLER COUNTY COMMISSIONERS AND THE COUNTY ENGINEER: SAID WORK CONSISTING OF TYLERSVILLE ROAD IMPROVEMENTS, PHASE I TO THE COUNTY
More informationJob Order Sewer Repair Services
Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified
More informationSECTION MEASUREMENT AND PAYMENT
SECTION 01026 PART 1 GENERAL 1.1 SECTION INCLUDES A. Explanation and Definitions B. Measurement C. Payment D. Schedule of Values E. Application for Payment 1.2 EXPLANATION AND DEFINITIONS A. The following
More information10:00 AM, Wednesday, April 8, 2015
NOTICE OF MANDATORY PRE-BID CONFERENCE WILL BE HELD AT 10:00 AM, Wednesday, April 8, 2015 IN ROOM 16, CITY HALL BUILDING, 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA The purpose of this conference
More informationChapter 3: Permit Procedures and Requirements
Chapter 1: General Provisions 1 1 Short Title 1 2 Jurisdiction 1 3 Amendments and Revisions 1 4 Enforcement Responsibility 1 5 Review Process 1 6 Prior Approval 1 7 Relationship to Other Standards 1 8
More informationFor 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 informationToday 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 informationREVISED 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 informationSEMINOLE TRIBE OF FLORIDA PURCHASING DEPARTMENT RFB MABEL T FRANK WAY ROADWAY CONSTRUCTION BIG CYPRESS INDIAN RESERVATION
SEMINOLE TRIBE OF FLORIDA PURCHASING DEPARTMENT RFB MABEL T FRANK WAY ROADWAY CONSTRUCTION BIG CYPRESS INDIAN RESERVATION 6300 STIRLING ROAD HOLLYWOOD, FLORIDA 33024 ADDENDUM NUMBER THREE June 12, 2015
More informationForsyth 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 informationSECTION 1500 REMOVALS
SECTION 1500 REMOVALS REMOVALS PART 1 GENERAL 1.01 Section Summary A. Removal of structures, obstructions, surfacing, and miscellaneous items. 1.02 Related Sections A. Section 1800 Excavation and Embankment
More informationADDENDUM #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 informationSection 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 informationCITY 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 informationUTILITY UNDERGROUNDING GRAUWYLER IRVING HEIGHTS DRIVE ITB# 116D-15F ADDENDUM #2 March 24 th, 2015 PAGE 1 OF 2
UTILITY UNDERGROUNDING GRAUWYLER ROAD @ IRVING HEIGHTS DRIVE ITB# 116D-15F ADDENDUM #2 March 24 th, 2015 PAGE 1 OF 2 1. THIS ADDENDUM IS HEREBY MADE AS PART OF THIS CONTRACT SPECIFICATION. ADDENDUM IS
More informationVILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL
Page 312 VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS-12-01 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the IL ROUTE
More informationSAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6
SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO. 18-4501 SOLICITATION NO. CO-00198 ADDENDUM 6 (September 10, 2018) To Respondent of Record: This addendum, applicable to work referenced
More informationGeneral Water Bid Items Item No.
BID PROPOSAL PROPOSAL OF, a corporation organized and existing under the laws of the State of, a partnership consisting of, an individual doing business as. Enclosed with this bid are (1) Bid Bond, and
More informationSECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.
SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section
More informationDivision IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT
Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT DIVISION IV CONSTRUCTION AND MATERIAL SPECIFICATIONS SECTION 4100 MEASUREMENT AND PAYMENT 4100 SCOPE... 2 4101 Clearing and Grubbing...
More informationTWIN VALLEY PUMP STATION IMPROVEMENTS - CITY OF FARMINGTON FARMINGTON, MI 48335
TWIN VALLEY PUMP STATION IMPROVEMENTS - CITY OF FARMINGTON FARMINGTON, MI 48335 BIDS TO BE RECEIVED UNTIL 1:00 P.M., LOCAL TIME, WEDNESDAY, OCTOBER 28, 2015, AT THE OFFICE OF THE CITY CLERK LOCATED AT
More informationIndex 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 informationBASE BID FORM FY 2015
BASE BID FORM FY 2015 STORMWATER TREATMENT AREA - BASE BID (FY2015) THE LUMP SUM (LS) PRICES FOR ITEMS 1-6 SHALL BE DONE IN ACCORDANCE WITH THE CONTRACT DOCUMENTS AND SPECIFICATIONS AND ALL APPLICABLE
More informationADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013
ADDENDUM NO. 1 for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA Posting Date: June 20, 2013 BIDDERS SHALL CONFORM TO THE FOLLOWING CHANGES AS A PART OF THE BID DOCUMENTS, WHICH SHALL BECOME
More informationADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF
ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project
More informationSECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION
820-1 SCOPE OF WORK: SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION a. Furnish all labor, materials, equipment, and incidentals required for demolition and/or removal and disposal of existing
More informationCompany 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 informationCITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION
CITY OF ALBANY Public Works Department ADDENDUM # ST-6-02 CROCKER LANE RECONSTRUCTION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and shall
More informationSECTION MEASUREMENT AND PAYMENT
SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01. BASIS FOR MEASUREMENT AND PAYMENT Measurement and Payment will be made for only those items included in the Schedule of Unit Prices or Contract
More informationIFB # R Blythe Creek Grinder Pump Eliminations
IFB # 2019-015R Blythe Creek Grinder Pump Eliminations ADDENDUM No. 1 ISSUE DATE: October 10, 2018 *******************************************************************************************************************
More informationSECTION MEASUREMENT AND PAYMENT
SECTION 01026 - PART 1 GENERAL 1.01 THE REQUIREMENT A. Payment for various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing
More informationBID 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 informationThe Metropolitan Sewer District of Greater Cincinnati
The Metropolitan Sewer District of Greater Cincinnati Dry Run Area Sewers, Phase 1 and Phase 2 Contract A, Project ID 10270000_10270005 Date Issued: 03/25/2010 ADDENDUM NO. 2 This addendum will only be
More information2. 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 informationEL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02
EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: April 22, 2009 To: Prospective Bidders/Plan Holders From: Abraham Campos, PE on behalf of City of El
More informationCHAPTER 20 PUBLIC IMPROVEMENTS OPINION OF COSTS TABLE OF CONTENTS
CHAPTER 20 PUBLIC IMPROVEMENTS OPINION OF COSTS TABLE OF CONTENTS Section Title Page 20.1 General... 20-1 20.2 Units and Costs... 20-1 20.2.1 Erosion Control...20-1 20.2.2 Street Improvements...20-1 20.2.3
More informationADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN
ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB #4320 2014 RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents
More informationCITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION
CITY OF ALBANY Public Works Department ADDENDUM #1 ST-13-04-2014, MAIN STREET REHABILITATION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and
More informationQUESTIONS & ANSWERS ITB HELEN MCCALL PARK IMPROVEMENTS
QUESTIONS & ANSWERS ITB 017-030 HELEN MCCALL PARK IMPROVEMENTS QUESTION: Site Lighting. The prints show that the existing site lighting structures are to be relocated on site. Is this the only site lighting
More informationEXHIBIT 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 informationSECTION 10 - TRENCHING AND BACKFILLING
SECTION 10 - TRENCHING AND BACKFILLING 10.1 General A. Work included in this Section includes trenching and backfilling for underground pipelines and related structures only. 10.1.1 Related requirements
More informationBidder Name: ITEMIZED BID: The bidder should complete the following section in accordance with Sec 102.7. The bidder proposes to furnish all labor, materials, equipment, services, etc. required for the
More informationOAK MARSH PHASE II FEASIBILITY REPORT CITY OF MANKATO MINNEOSTA. January 20, 2015 Project No
PHASE II FEASIBILITY REPORT CITY MINNEOSTA January 20, 20 Project No. 14 I. INTRODUCTION Oak Marsh Phase II is a residential development on a parcel of land located in the Southern portion of the City
More informationITEM 430 CONSTRUCTION OF UNDERGROUND UTILITIES
AFTER MARCH 1, 2012 ITEM 430 CONSTRUCTION OF UNDERGROUND UTILITIES 430.1 Description. This item shall govern for all excavation required for the construction of sewers, sewer structures, pipe culverts,
More informationSECTION SITE GRADING. Part 1 - General Work Included Related Requirements Reference Standards...
SECTION 02210 - SITE GRADING CONTENTS: Part 1 - General... 1 1.01 Work Included... 1 1.02 Related Requirements... 1 1.03 Reference Standards... 1 1.04 Quality Assurance... 1 1.05 Measurement and Payment...
More informationItem Name Description Unit of Measure Mobilization Per WSDOT Lump Sum
Page 1 of 6 DESIGN STANDARDS FOR: MEASUREMENT AND PAYMENT Where bids are utilities for construction, repair or alteration for Public Work park projects, the following bid item descriptions and units of
More informationCity 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 informationADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02
ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON April 23, 2015 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 30, 2015, in accordance
More informationSPECIAL SPECIFICATION 6666 Charter Communications System
2004 Specifications CSJ 1200-05-014 SPECIAL SPECIFICATION 6666 Charter Communications System 1. Description. A. This Item will govern the installation of all facilities belonging to Charter Communications,
More informationAddendum 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 informationSPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances
2004 Specifications CSJ 1316-01-034 & 0902-48-502 SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances 1. Description. Furnish all materials, equipment, labor and incidentals necessary
More informationCITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***
00005B *** *** BOLD ITALICIZED Item is bound within this specification manual. Regular non-italicized Item is not bound within this specification manual, however item is part of the contract. Contents
More informationBIDDING SCHEDULE SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT CITY OF ALHAMBRA City s Project No. N2M17-83
Item No. BIDDING SCHEDULE SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT CITY OF ALHAMBRA City s Project No. N2M17-83 DESCRIPTION EST. QTY. UNIT UNIT PRICE TOTAL PRICE GENERAL BID ITEMS 1 Per Plans and Specifications
More informationDOCUMENT ADDENDA AND MODIFICATIONS
DOCUMENT ADDENDA AND MODIFICATIONS PART 1 1.1 PROCEDURE GENERAL A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. Modified June 20, 2017 Addenda and Modifications
More informationSECTION 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 informationINVITATION 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 informationCITY 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 informationBRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2
BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 The original Contract Documents entitled BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT are amended
More informationSECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.
SECTION 311000 PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. B. Examine all conditions as they exist at the project prior to submitting
More informationOCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director
OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC 29691 Robyn M. Courtright, CPPO, Procurement Director Tronda Spearman, CPPB, Assistant Procurement Director Telephone: 864-638-4141
More informationCITY OF ELKO BID TABULATION FOR Sports Complex
CITY OF ELKO BID TABULATION FOR Sports Complex 2017-2018 NAME Granite Construction Great Basin Engineering Contractors Road & Highway Builders CLEARING EARTHWORK 1 33701200 Mobilization @ Per Lump Sum
More informationSchedule Of Bid Items
GREATER NEW HAVEN WATER POLLUTION CONTROL AUTHORITY Project: 2016 Collection System Assessment and Rehabilitation - Chapel Street Project Project Number: SSR 2016-01 Schedule Of Bid Items ITEM NUMBER ESTIMATED
More informationMEASUREMENT & PAYMENT (CITY FUNDED PROJECTS)
00950 - Measurement & Payment Page 00950-1 00950 - MEASUREMENT & PAYMENT (CITY FUNDED PROJECTS) (Last revised 5/20/10) SELECTED LINKS TO SECTIONS WITHIN THIS SPECIFICATION Base Course & Paving Curb & Gutter,
More informationSample. Bid Proposal. Not Valid for Use
BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes
More informationYES, we received Addendum No. 1
TRANSMITTAL SHEET Date sent: Friday, April 6, 2018 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering Number of pages including this page: 36 CONFIRMATION
More informationADDENDUM NO. 1. Description of BID 7664: Fossil Creek Trail Underpass at Trilby Road
Financial Services Purchasing Division 215 N. Mason St. 2 nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS
More informationThe Regional Municipality of Peel Basis of Payment
Page PS-1 THE REGIONAL MUNICIPALITY OF PEEL BASIS OF PAYMENT FOR SANITARY SEWER CONSTRUCTION Page PS-2 INDEX Page No. PS.1. EXCAVATION...4 1.1. Trench Excavation...4 1.2. Asphalt/Concrete Removal...5 PS.2.
More informationSan 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 informationAddendum No. 1 STMGID ARROWCREEK BPS MAIN. PWP Bid No.: WA TMWA Capital Project No.: April 16, 2018 QUESTIONS AND RESPONSES
Addendum No. 1 STMGID ARROWCREEK BPS MAIN PWP Bid No.: WA-2018-157 TMWA Capital Project No.: 50-0001.08 April 16, 2018 The following information, clarifications, changes and modifications are by reference
More information33rd Street Outfall (Curtis to Lafayette) Schedule A
01-21.23.01 ALLOWANCE ACCOUNT - SEE PROJECT SPECIAL PROVISIONS Add'l Info: For coordination and installation of power supply to upgraded traffic signals at MLK and Downing and MLK and Marion. Please see
More informationSECTION MEASUREMENT AND PAYMENT
SECTION 012000 Applies only to Collier County Public Utilities Projects or Works and Utilities Portions of Collier County Transportation Projects, but not to Private Developments PART 1 GENERAL 1.1 SECTION
More informationCity of Kettering. Bid Tabulations SWR PROJECT. Description: 2017 Sidewalk, Curb and Drive Approach Repair Account # PO#
City of Kettering Bid Tabulations 05-117 2017 SWR PROJECT Description: 2017 Sidewalk, Curb and Drive Approach Repair Account # 5212-77750 PO# Engineer's Estimate (1) America's Decorative Concrete (2) RA
More informationADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form.
ADDENDUM #2 JUNE 30, 2017 APRON REHABILITATION PHASE 3 HENRY E. ROHLSEN AIRPORT ST. CROIX, U.S. VIRGIN ISLANDS FAA AIP No.: 3-78-0002-037-2017 This addendum modifies or interprets the proposal documents
More informationADDENDUM #2. FROM: Union County Engineers Office Luke Sutton. DATE: June 27, Mill Creek Estates WWTP Improvements. PAGES (including cover): 5
County Engineer Environmental Engineer 233 W. Sixth Street P 937. 645. 3018 F 937. 645. 3161 ADDENDUM #2 Marysville Operations Facility 16400 County Home Road P 937. 645. 3017 F 937. 645. 3111 Richwood
More informationSPECIAL SPECIFICATION 6664 Level (3) Communications System
2004 Specifications CSJ 1200-05-014 SPECIAL SPECIFICATION 6664 Level (3) Communications System 1. Description. A. This Item will govern the installation of all facilities belonging to Level (3) Communications,
More informationAddendum 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 informationCITY OF FARGO SPECIFICATIONS REMOVALS
REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation
More informationCITY OF FARGO SPECIFICATIONS REMOVALS
REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation
More informationSECTION MEASUREMENT AND PAYMENT
SECTION 01020 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.01 DESCRIPTION A. This section describes the method used to determine quantities of Work performed or materials supplied for which a price is given
More informationSnow Removal Equipment Storage Building
June 6, 2011 ADDENDUM 2 (Rev.1) For Snow Removal Equipment Storage Building URS Project No. 25338534 Prepared For 2933 Airport Blvd. Abilene, TX 79602 Prepared By URS Corporion 1950, North Stemmons Freeway
More informationBid Tabulation Report 2011 Pump Station Rehabilitations
Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 Bonding Provided 5% 5% 5% 5% Bidder Acknowledges Receipt of Addendums - but only 1 Affadivit of Preferential Bidders Status has has has has Description
More informationRFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION
RFB # 18-0197 ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION The following information was conveyed and discussed
More informationADDENDUM NO. 1. DATE ISSUED: June 1, 2018
ADDENDUM NO. 1 DATE ISSUED: June 1, 2018 BID #018-041 BIDDING AND CONTRACT DOCUMENTS FOR THE CLASS THREE LANDFILL CELLS 8-12 & CLASS TWO LANDFILL CLOSURE PROJECT GEORGETOWN COUNTY, SOUTH CAROLINA ****************************************************************************************************
More informationSPECIAL SPECIFICATION 6658 Time Warner Communications System
2004 Specifications CSJ 1200-05-014 1. Description. SPECIAL SPECIFICATION 6658 Time Warner Communications System A. This Item will govern the installation of all facilities belonging to Time Warner Cable
More informationTOWN 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 informationSUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED?????
SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED????? 102.10 Minimum Rate of Wage Scale Typo. Several paragraphs were repeated. 105.5 Inspection of Work Clarified that the contractor
More informationANSWERS TO QUESTIONS RECEIVED THROUGH 1:00 PM ON MAY 24, 2018:
ADDENDUM NO. 3 PROJECT NO. 43805 (PART A & B) PAGE 2 ANSWERS TO QUESTIONS RECEIVED THROUGH :00 PM ON MAY 24, 208: Q#32 Addendum # answered Question #7 indicating that an average depth of 3 feet for the
More information1.01 GENERAL. l.02 PIPELINE TRENCH EXCAVATION PIPELINES AND STRUCTURES REVISION: SECTION 1 PAGE : 1-1
1.01 GENERAL A. The Contractor shall perform all excavation, backfilling, grubbing and grading required for construction and installation of pipelines, structures and appurtenances. Excavation shall include
More informationSOUTH 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 informationADDENDUM NUMBER FOUR
Department of Aviation Airport Office Building 8500 Peňa Boulevard Denver, Colorado (303) 342-2200 www.flydenver.com March 28, 2017 2017 Annual Airfield Pavement Rehabilitation CONTRACT NO. 201733182 ADDENDUM
More informationPITTSBURGH TECHNOLOGY CENTER PUBLIC IMPROVEMENTS SITE PREPARATION CONTRACT NO. 11 BID TABULATION BID OPENING DATE: MARCH 11, 2008
BT-1 of 7 Clearing and Grubbing L.S. $50,000.00 $50,000.00 $5,335.00 $5,335.00 $14,560.00 $14,560.00 $20,000.00 $20,000.00 $10,600.00 $10,600.00 Class 1 Excavation 4300 C.Y. $20.00 $86,000.00 $15.00 $64,500.00
More informationOhio Department of Transportation - Prebid Questions
Ohio Department of Transportation - Prebid Questions Project No. 110510 Sale Date - 9/29/2011 CUY-22212 - SR-17-8.38 (BROOKPARK ROAD) 9/22/2011 10:38:17 AM Quanity of materials for asbestos abatement?
More informationE. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17
S&L Gravel, Section B: Proposal Page 10701.0 - TRAFFIC CONTROL - LUMP SUM 1.00 $6,425.00 $6,425.00 $6,425.00 $10,000.00 10720.0 - TRAFFIC CONTROL SIGN - PORTABLE ARROW BOARD - DAYS 25.00 $25.00 $625.00
More informationDIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012
2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012 PART FIVE DOCUMENTS FOR SITE AND INFRASTRUCTURE 31 00 00. EARTHWORK 31 10 00. SITE CLEARING.1 STRUCTURE REMOVAL: Include
More information