NOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 CHANGES TO PROPOSAL OR PLANS

Similar documents
BID TABULATION. Engineer's Estmated Opinion of Costs

ADDENDUM No. 1 January 29, Paving Program Village of Milford

Bid Comparison. Contract ID: 1651 Description: Joint replacement on the Cass Avenue bridge. Location:

NOTICE TO BIDDERS. Specifications and bidding blanks may be obtained at the Road Commission office at the above address.

CANTON COMMUNITY REQUEST FOR BOARD ACTION

CONTRACT # LEONARD STREET at CRAHEN AVENUE Intersection Realignment

NOTICE TO BIDDERS. Specifications and bidding blanks may be obtained at the Road Commission office at the above address.

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR EUCLID AVENUE RECONSTRUCT PROJECT NO BENTON TOWNSHIP

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR

BERRIEN COUNTY ROAD COMMISSION

BID TABULATION BID REQUEST NO

Invitation To Bid. for

CITY of NOVI CITY COUNCIL

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

INVITATION PLEASE REFER TO BID NO TO BID

PART II - Prospect Street 37. 8" Ductile Iron CL52 Water Main 614 lin. ft. $ $ 49, $ $ 43, $ $ 46,050.

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM

BERRIEN COUNTY ROAD COMMISSION

PROPOSAL FOR INDIAN ACRES SPECIAL ASSESSMENT DISTRICT BEDFORD TOWNSHIP MONROE COUNTY, MICHIGAN

Rock Chalk Park - Infrastructure Report. July 2013

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT

REPLACEMENT OF MERCER COUNTY BRIDGE

Reviax Constracting Corp. DeSantis Construction

ENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal

Northumberland County County Road 2 Class Environmental Assessment Construction Cost Estimate

PROPOSAL AND SPECIFICATIONS FOR COUNTY PRIMARY HOT MIX ASPHALT PAVING #2

CITY of NOVI CITY COUNCIL

Manistee County Road Commission Bid Forms and Requirements for Manistee County 2019 Local County-wide HMA Wedging and Chip Sealing for Various Roads

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5

LETTING : CALL : 056 COUNTIES : MILLE LACS

Addendum 1 13 TH Street Streetscape. September 1, 2017

NE WEST KINGSTON ROAD CULVERT REPLACEMENT

2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY.

Job No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL

Cindy Carnes CINDY CARNES, PURCHASING MANAGER. Invitation for Bid (IFB) #17-123B. Nerahoo Hemraj Controller. October 20, 2017

TOTAL QUANTITY UNIT COST UNIT

BID TABULATION PAGE 1 OF 6

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

BERRIEN COUNTY ROAD COMMISSION

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

CITY OF SAN MARCOS ENGINEERING DIVISION

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

CITY OF FERNDALE REQUEST FOR COUNCIL ACTION

Annual Services Construction Contract (ASCC) #15 Project Number: PUCN

OKLAHOMA TURNPIKE AUTHORITY

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL

PONTIAC CITY COUNCIL FORMAL MEETING July 21, :00pm 141s 1 Session of the 9 1 h Council

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR COMMUNITY HALL ROAD GUARDRAIL NEW BUFFALO TOWNSHIP

ROAD COMMISSION FOR IONIA COUNTY

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

Certified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

PROPOSAL FOR SPRINGBROOK SUBDIVISION SPECIAL ASSESSMENT DISTRICT BEDFORD TOWNSHIP MONROE COUNTY, MICHIGAN

CITY OF TAMPA ADDENDUM 2. April 18, 2018

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

A DESIGN-BUILD PROJECT

Town of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

2018 Road Improvements Engineer's Project Number: LK 01 Bid Deadline: May 1, 2018 at 2:00 p.m. local time

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR WEE-CHIK ROAD GUARDRAIL

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE

PROPOSAL FOR MILDRED AVENUE SPECIAL ASSESSMENT DISTRICT BEDFORD TOWNSHIP MONROE COUNTY, MICHIGAN

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM

BERRIEN COUNTY ROAD COMMISSION

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

Utility Committee Meeting AGENDA. October 3, 2017

BID TABULATION PAGE 1 OF 8

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

County of Ingham. Request for Proposals Packet # MDOT JN: A Marsh Road Bridge Emergency Repair Project

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600.

PROJECT NO PID BEL TE21-G990(217) TYPE: SLIDE REPAIR LETTING: 06/07/01 COMPLETION DATE: 09/30/02

ALVAREZ ENGINEERS, INC. July 27, 2017 a) Evaluation Criteria PROJECT: ROADWAY IMPROVEMENTS TO DOLPHIN MALL OUTER RING ROAD for BEACON TRADEPORT COMMUN

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price

Storm Water Mitigation Services ITB SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

SUBDIVISION IMPROVEMENTS AGREEMENT

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

OKLAHOMA TURNPIKE AUTHORITY

LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY

OKLAHOMA TURNPIKE AUTHORITY

MANISTEE COUNTY ROAD COMMISSION CONSTRUCTION CONTRACT DOCUMENTS GLOVERS LAKE ROAD

CURB CUTS SPECIFICATIONS AND STANDARDS

AVGPR14.Y01 2/11/2014 DOES NOT INCLUDE STATE AID PROJECTS ALL ITEMS BETWEEN 12/01/13 AND 12/31/13 BY ITEM GROUP

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

Transcription:

NOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 This Addendum changes the terms of the Bid Proposal and/or plans associated with the project indicated below. By submitting a bid, any and all changes included in this Addendum are made a part of the contract. CONTROL SECTION PROJECT ER31000 204835 CHANGES TO PROPOSAL OR PLANS In this addendum, page numbers refer to the electronic proposal and/or plans (if separate). When instructions for additions, deletions or revisions are made to a non-bid item (e.g., progress clause, unique special provision, plan sheet detail), revised page(s) will be included in the issued Addendum and MUST be considered in developing a bid. FAILURE TO CARRY OUT THE INSTRUCTIONS IN THIS ADDENDUM MAY RESULT IN THE REJECTION OF YOUR BID. CITY OF HANCOCK NOTICE TO BIDDERS ADDENDUM PROJECT: 204835 Montezuma Blvd. (DDIR Han-5) LETTING OF: November 9, 20181:00 p.m. ADDENDUM: 1 DESCRIPTION OF CHANGE: Proposal: 1) On Page 9, replace Bid Form sheet with revised Bid Form sheet attached in this Addendum. This replacement reflects the revision to add the _Sewer, Cl IV, 27 inch, Tr Det B bid item. 2) Add the attached Special Provision Storm Sewer after Page 68 in the Proposal. 3) On Page 70, Section b.1., Revise from Seeding mixture as called for on the plans to Seeding mixture as specified in Table 816-1 of the MDOT 2012 Standard Specifications for Construction.

Plans: 1) On Page 6, revise the drawing scale to the correct scale. Attached is an updated drawing. 2) On Page 7, revise the drawing scale to the correct scale. Revise the replacement of storm sewer upstream of MH Structure 2 to _Sewer, Cl IV, 27 inch, Tr Det B from the previous Sewer, Cl IV, 30 inch, Tr Det B. Attached is an updated drawing. CONTRACTORS ACKNOWLEDGMENT OF ADDENDUM 1: END OF ADDENDUM 1

ITEM DESCRIPTION QTY UNIT UNIT PRICE AMOUNT CATEGORY 1 -Montezuma Street space 1 Mobilization, Max $13,500 1.00 LSUM $ $ 2 Sewer, Rem, 24 inch to 48 inch 229.00 Ft $ $ 3 Curb and Gutter, Rem 45.00 Ft $ $ 4 Masonry and Conc Structure, Rem 6.00 Cyd $ $ 5 Sidewalk, Rem 4.00 Syd $ $ 6 Embankment, CIP 60.00 Cyd $ $ 7 Excavation, Earth 501.00 Cyd $ $ 8 Erosion Control, Inlet Protection, Fabric Drop 8.00 Ea $ $ 9 Erosion Control, Maintenance, Sediment Removal 3.00 Cyd $ $ 10 Subbase, CIP 300.00 Cyd $ $ 11 Aggregate Base, 8 inch 900.00 Syd $ $ 12 Aggregate Base, Conditioning 35.00 Syd $ $ 13 Maintenance Gravel, LM 15.00 Cyd $ $ 14 Sewer, Cl IV, 30 inch, Tr Det B 207.00 Ft $ $ 15 _Cured In Place Pipe Lining 35.00 Ft $ $ 16 _Sewer, Cl IV, 27 inch, Tr Det B 16.00 Ft $ $ 17 Dr Structure Cover, Type B 2.00 Ea $ $ 18 Dr Structure, 60 inch dia 2.00 Ea $ $ 19 Dr Structure, Add Depth of 60 inch dia, 8 foot to 15 foot 4.00 Ft $ $ 20 _Drainage Structure Lead, Cleaning, Modified 35.00 Ft $ $ 21 HMA Surface, Rem 881.00 Syd $ $ 22 HMA, 5E1 82.00 Ton $ $ 23 HMA, LVSP 109.00 Ton $ $ 24 Conc, Grade S2 7.00 Cyd $ $ 25 Reinforcement, Steel 460.00 Lb $ $ 26 Curb, Conc, Det E2 45.00 Ft $ $ 27 Curb and Gutter, Conc, Det F2 67.00 Ft $ $ 28 Detectable Warning Surface 5.00 Ft $ $ 29 Curb Ramp Opening, Conc 9.00 Ft $ $ 30 Sidewalk Ramp, Conc, 6 inch 37.00 Sft $ $ 31 Pavt Mrkg, Polyurea, 6 inch, Crosswalk 35.00 Ft $ $ 32 Pavt Mrkg, Polyurea, 24 inch, Stop Bar 20.00 Ft $ $ 33 Pavt Mrkg, Waterborne, For On-Street Parking, 4 inch, Whi 336.00 Ft $ $ 34 Barricade, Type III, High Intensity, Lighted, Furn 4.00 Ea $ $ 35 Barricade, Type III, High Intensity, Lighted, Oper 4.00 Ea $ $ 36 Lighted Arrow, Type C, Furn 2.00 Ea $ $ 37 Lighted Arrow, Type C, Oper 2.00 Ea $ $ 38 Minor Traf Devices 1.00 LSUM $ $ 39 Plastic Drum, High Intensity, Furn 70.00 Ea $ $ 40 Plastic Drum, High Intensity, Oper 70.00 Ea $ $ 41 Sign, Type B, Temp, Prismatic, Furn 74.00 Sft $ $ 42 Sign, Type B, Temp, Prismatic, Oper 74.00 Sft $ $ 43 Sign, Type B, Temp, Prismatic, Special, Furn 2.00 Sft $ $ 44 Sign, Type B, Temp, Prismatic, Special, Oper 2.00 Sft $ $ 45 Slope Restoration, Type B 96.00 Syd $ $ 46 _Shredded Bark Mulch 9.00 Syd $ $ 47 Gate Box, Adj, Case 1 2.00 Ea $ $ 48 Contractor Staking, Road Only 1.00 LSUM $ $ 49 Staking Plan Errors and Extras, One Person 1.00 Hr $ $ 50 Staking Plan Errors and Extras, Two Person 1.00 Hr $ $ 51 Staking Plan Errors and Extras, Three Person 1.00 Hr $ $ SUBTOTAL FOR Montezuma Street (Items 1-51) $ show Total Bid Amount (Items 1-51) $ BF-3

City of Hancock SPECIAL PROVISION FOR STORM SEWER OHM:ZAH 1 of 1 a. Description. This work will consist of providing all labor, equipment, and materials necessary to furnish and construct Storm Sewer for all pay items listed below. Storm Sewer not listed below is a standard pay item and shall conform to the plans and specifications of the project and the MDOT 2012 Standard Specifications for Construction. b. Materials. The Storm Sewer will be as specified in Division 4 of the MDOT 2012 Standard Specifications for Construction. c. Construction. Construction must be in accordance with Division 4 of the MDOT 2012 Standard Specifications for Construction. d. Measurement and Payment. The complete work, as described, will be measured and paid for at the contract unit price using the following pay item: Pay Item Pay Unit _Sewer, Cl IV, 27 inch, Tr Det B... Foot _Sewer, Cl IV, 27 inch, Tr Det B will be measured and paid for per Division 4 of the MDOT 2012 Standard Specifications for Construction.