16 June 2014 Weston Public Schools

Size: px
Start display at page:

Download "16 June 2014 Weston Public Schools"

Transcription

1 16 June 2014 Weston Public Schools Bid Addendum #1 The attention of bidders submitting proposals for the above referenced projects is called to the following Addendum to the Contract Forms and Specifications. The items set forth herein, whether of omission, addition, substitution or clarification are to be included in and form a part of the proposal submitted. THE NUMBER OF THIS ADDENDUM MUST BE ENTERED IN THE SPACE PROVIDED ON THE PROPOSAL FORM. This Addendum consists of the following Parts: Part 1 Part 2 Part 3 Part 4 Part 5 Part 6 Part 7 Part 8 Division #0, Bidding and Contract Requirements Technical Changes, Architectural, Structural and Civil Technical Changes, Mechanical and Electrical (Not Used) Drawing Changes, Architectural/Civil Drawing Changes, Structural (Not Used) Drawing Changes, Mechanical and Electrical (Not Used) Clarifications (Not Used) New Issues List of Included Documents Part 1 Division #0, Bidding and Contract Requirements 1. DELETE: Section _ Proposal Form and REPLACE with the attached Section _ Proposal Form. Part 2 Technical Changes, Architectural, Structural and Civil 1. Section Filled Synthetic Turf a. DELETE: Text describing the purposes of this specification and Articles 2.01 through 2.04 inclusive and REPLACE it with the attached Section , Part 2 et al, dated 16 June 2014 b. Paragraph 2.07 DELETE items A, B, C & D and REPLACE with: A. Boys & Girls Soccer white B. Boys Lacrosse yellow C. Girls Lacrosse blue D. Field Hockey red Part 4 Drawing Changes, Architectural/Civil 1. A-2: FIELD STRIPING PLANS & TYPICAL TICK MARK a. DELETE: all references to line and field marking colors. b. ADD: Note: Coordinate line striping and field marking colors with Specification Section , Article A-3: ADDITIONAL FIELD STRIPING PLANS & NOTES a. DELETE: all references to line and field marking colors. b. ADD: Note: Coordinate line striping and field marking colors with Specification Section , Article 2.07 Prepared by KG&D Architects, PC Page 1 of 2

2 16 June 2014 Weston Public Schools Bid Addendum #1 Part 8 New Issues List of Included Documents 1. Section _ Proposal Form, dated 16 June pages 2. Section , Part 2 et al, dated 16 June pages 3. Drawing ASK-1: Field Logo, dated June 16, page **** END OF BID ADDENDUM # 1 **** Prepared by KG&D Architects, PC Page 2 of 2

3 16 June 2014 ADDENDUM #1 SECTION PROJECT: PROPOSAL FORM Synthetic Turf Replacement and Related Work DATED: To: Weston Public Schools District Business Office 24 School Road Weston, CT Attn: Jo-Ann Keating, Ed. D.; Director of Finance and Operations The Undersigned, in compliance with the Invitation and Instructions to Bidders, agrees that if this bid is accepted as hereinafter provided he/she will provide all labor, materials, supplies, tools, plant and equipment necessary to perform all work required for the construction of the aforementioned project in accordance with documents as prepared by Kaeyer, Garment & Davidson, Architects, PC; 285 E. Main Street; Mount Kisco, NY 10549; Telephone: for the following LUMP SUM COST and RELATED ALTERNATES: TURF REPLACEMENT AND RELATED WORK Dollars ($ ) Name of System Offered Turf Alternate #1 - The Contractor shall provide a warranty to the Owner that covers defects in materials and workmanship of the turf for a supplemental period of four (4) years in addition to the base required eight (8) year guarantee from the date of substantial completion. The 3rd party insured warranty will be in place for the first 8 years of the 12 year manufacturer warranty. Dollars ($ ) Turf Alternate #2 State the amount to be Added to any of the turf systems for the addition of a Shock Pad as specified. ADD: Dollars ($ ) Fa2362.2/KGD Proposal Form

4 16 June 2014 ADDENDUM #1 Turf Alternate #3 State the amount to add the two color school logo as shown on ASK-1, dated June 16, 2014 ADD: Dollars ($ ) Further, the undersigned: provides the unit prices indicated on the attached schedule for designated work. These unit prices shall be for additions to or deletions from the work to be performed under the basic Contract during the entire life of said Contract but shall be considered as payment forms ONLY and not for the purposes of determining contract award. agrees to the stated percentages for extra work if ordered on a Time and Material basis in accordance with Article 7 of the Conditions to cover all overhead and profit allowance. Takes notice of the time constraints set forth in Section and agrees to the terms of the Contract and to the Actual Damages that will be enforced should the time constraints not be adhered to. It is understood that the Owner reserves the right to accept or reject any and all bids that the Owner deems to be in his best interest. Upon notification of acceptance of this proposal, the undersigned agrees to execute a contract in the form as stated within these contract documents for the amount stated. Prices quoted shall be guaranteed for forty five (45) days after date of proposal. If written Notice to Proceed, Letter of Intent or Contract is received within forty five (45) calendar days after the opening of bids, the undersigned agrees to execute said contract and furnish to the Owner within ten (10) days after receipt of said notice of award, the executed Contract, together with the Performance Bond, Labor and Material Payment Bonds and Insurance Certificates required herein. The Undersigned agrees that the Bid Security payable to Owner accompanying this proposal is left in escrow with the Owner; that its' amount is the measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execute and deliver the above named Bonds and Contract; and that if the undersigned defaults in furnishing said bonds or in executing and delivering said Contract within ten (10) days of written notification of award of the Contract to him/her, then said Security shall be payable to the Owner for its' own account; but if this proposal is not accepted within said forty five (45) days of the time set for submission of Bids, or if the Undersigned executes and delivers said bonds and Contract, the Bid Security shall be returned to the Undersigned. Fa2362.2/KGD Proposal Form

5 16 June 2014 ADDENDUM #1 The following Addenda have been received. The noted modifications to the Bid Documents have been considered and all costs are included in the Bid Sum. Addendum Date Acknowledgment The Undersigned has included with this Bid attachments noted: 1. Attachment #1: Schedule of Unit Prices By submission of this Proposal, the undersigned acknowledges that they have read the milestone and schedule requirements, Section , and agrees to provide sufficient staff and organization as well as to select subcontractors, suppliers and vendors to comply with the requirements for submittals, delivery dates, work periods and completion dates as specified. The Undersigned hereby certifies that they are able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the Work. NON-COLLUSIVE AFFIDAVIT I state that I am the of and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers. I am the person responsible in my firm for the price(s) and the amount of this bid. I further state that: 1. The price(s) and amount of this bid have been arrived at independently and without consultation communication or agreement with any other contractor, bidder/proposer or potential bidder/proposer. 2. Neither the price(s) nor the amount of this PROPOSAL, and neither the approximate price(s) nor approximate amount of this PROPOSAL, have been disclosed to any other firm or person who is a bidder/proposer or potential bidder/proposer, and they will not be disclosed before PROPOSAL opening. 3. No attempt has been made or will be made to induce any firm or person to refrain from bidding/proposing on this contract, or to submit a bid/proposal higher than this PROPOSAL, or to submit any intentionally high or noncompetitive PROPOSAL or other form of complementary PROPOSAL. 4. I fully understand that more than one offer from an individual, firm partnership; corporation or association under the same or different name will be rejected. Reasonable grounds for believing that a bidder/proposer is interested in more than one PROPOSAL for the work Fa2362.2/KGD Proposal Form

6 16 June 2014 ADDENDUM #1 contemplated may cause rejection of all PROPOSAL in which the bidder/proposer is interested. Any or all bidders/proposers will be rejected if there is any reason for believing that collusion exists among the bidders/proposers. Participants in such collusion may not be considered in the future offers for the same work. Each bidder/proposer by submitting a bid/proposal certifies that it is not a part to any collusive action. 5. The PROPOSAL of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid/proposal. 6. (Firm Name) its affiliates, subsidiaries, officers, directors and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding/proposing on any public contract, except as follows: I state that, I, understands and acknowledges that the above representations are material and important, and will be relied on by Weston Public Schools in awarding the bid/proposal for which this is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from Weston Public Schools of the true facts relating to the submission of bids/proposals for this contract. 7. In submitting this bid/proposal, the undersigned declares that this is made without any connection with any persons making another bid/proposal on the same contract; that the bid/proposal is in all respects fair and without collusion, fraud or mental reservation; and that no official of the Town, or any person in the employ of the Town, is directly or indirectly interested in said bid/proposal or in the supplies or work to which it relates, or in any portion of the profits thereof. 8. The undersigned further understands that the above declarations are material representations to the Town of Greenwich made as a condition to the acceptance of the bid/proposal. If found to be false, the Town of Weston retains the right to reject said bid/proposal and rescind any resultant contract and/or purchase order and notify the undersigned accordingly, thereby declaring as void said bid/proposal and contract or purchase order. 9. By signing this proposal the proposer understands and agrees to the attached terms, conditions, and specifications, Fa2362.2/KGD Proposal Form

7 16 June 2014 ADDENDUM #1 including Collusion among Proposers. Employment Discrimination by the Contractor Prohibited. Further, by submission of this Proposal each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each bidder is not on the list created pursuant to paragraph (b) of subdivision 3 of Section 165-a of the state finance law. the Undersigned acknowledges that they have visited the site, informed themselves of the existing conditions, and have included in the Proposal a sum to cover the costs of all items in the contracts. Respectfully submitted, Contractor By Title Business Name: Address: Telephone Number: Attest: Title License Number: SEAL IF CORPORATION Fa2362.2/KGD Proposal Form

8 16 June 2014 ADDENDUM #1 ATTACHMENT #1 - SCHEDULE OF UNIT PRICES In accordance with the terms and conditions of the Contract and as part of the base proposal, the undersigned agrees to the following unit prices for designated work as described in the respective Specification Sections which shall be considered as payment forms and not for purpose of determining contract award. Unit Price #1 Edge Restoration Lineal Feet deemed included in the Base Bid Unit Price #2 Repair of Existing Base/Subbase as may be required to permit new field installation on a CY basis for new stone and compacted; 10 cy are deemed to be in included in the base bid. $ /LF $ /CY **End of Unit Price Schedule** Contractor Attestment To Schedule Contractor By Dated **End of Proposal Form** Fa2362.2/KGD Proposal Form

9 16 June 2014 ADDENDUM #1 The Purpose of This Addendum to the Turf Product listed is to simplify the process of selection by establishing a set of performance criteria which is established as a means to produce a better result for the end user. It is not meant to exclude any reputable vendor from bidding if they can demonstrate compliance with these specifications. It is a bidding requirement that the name of the vendor and installing contractor be included on the Proposal Form as evidenced by the reissued Proposal Form as part of this Addendum SECTION FILLED SYNTHETIC TURF DELETE - Text describing the purposes of this specification and Articles 2.01 through 2.04 inclusive and substitution of the following. Balance of Articles 2.05 through 2.08 (with modifications included elsewhere in this Addendum to Article 2.07) remain as written. Part 2 PRODUCTS For purposes of establishing a standard of quality and not for the purposes of limiting competition the basis of this specification and proposal requirements are on the following performance requirements, balance of specification requirements as set forth in the initial specifications remain the same. Further, Synthetic turf vendor must have at least 10 existing synthetic turf fields meeting or exceeding the above specifications installed in CT. One of these fields must have been in play for at least 3 full years. A certified reference list for these fields must the submitted for review and approval as part of the turf submittal process. Turf vendors not meeting this requirement will not be approved. These are performance specifications and the turf shall meet the requirements of these specifications. All components and their installation method shall be designed and manufactured for use on outdoor athletic fields. The materials as hereinafter specified, should be able to withstand full climatic exposure in the Northeast USA, be resistant to insect infestation, rot, fungus and mildew; to ultra-violet light and heat degradation, and shall have the basic characteristic of flow through-drainage allowing free movement of surface run-off through turf and directly into the prepared granular base and into the field drainage system. It is assumed that the following Turf System Manufacturers should comply with the performance specifications set forth below: A TURF - Contact Rick Krysztof, A-Turf at (Mobile) or Office Field Turf USA, Inc. contact Manufacturer at 175 N. Industrial Blvd; Calhoun, GA 30701; who will contact the licensed contractor in the jurisdiction of the Work. Fa2362.2/KGD Addendum - 1 Addendum #1

10 16 June 2014 ADDENDUM #1 ProGrass Contact Steve Coleman at or Sprinturf Contact Allen Hubbard at AstroTurf Contact Matt Olds at Property Technical Requirement ASTM Reference Pile Weight: Minimum 40 oz/sy Maximum 44 D5848 oz/sy Face Yarn Type: 100% polyethylene parallel-long slit fiber (SF) OR 100% polyethylene parallel-long slit fiber and monofilament blended in dual yarn types and dual yarn thicknesses (MSF) Yarn Size: 8,000 denier for 40 oz (SF) to 12,000 for 44 oz (MSF) D1577 Yarn Thickness: 100 microns (SF)/400 microns D3218 (MSF) Pile Height Minimum ; Maximum 2.25 D5823 (Finished): Color: As selected by the Owner in one of the following colors - Field Green, Field Green/Lime Green, Field Green/Olive Green Construction: Broadloom tufted Stitch Rate: 9/3" Tufting Gauge: Minimum 3/8"/Maximum ¾ D5793 Primary Backing: Primary backing shall be a D5848 double-layered polypropylene fabric treated with UV inhibitors. Secondary Backing: 20 oz/sy urethane D5848 Total Product 68 oz/sy (SF); 72 oz/sy (MSF) D5848 Weight: each (+/-2 oz) Perforation: 3/16" holes on staggered 4" (approximate) centers Turf > 20" +/- per hour Permeability: Infill Composition: Ambiently ground NEW SBR crumb rubber mixture and rounded or sub-angular, uniformly sized silica sand NOTES: If used, Monofilament fibers must also be done in a low matte finish for reduced glare. The rolls shall be 15 feet wide and of sufficient length to go from sideline to sideline. Head seams, other than at sidelines, will not be acceptable. Cord for sewing seams of turf shall be as recommended by the synthetic turf manufacturer. Perimeter edge details required for the system shall be as detailed and recommended by the manufacturer, and as approved by the manufacturer. Fa2362.2/KGD Addendum - 2 Addendum #1

11 16 June 2014 ADDENDUM #1 The lead content of the fibers must be less than 100 ppm. A. Adhesives for bonding tufted synthetic turf shall be two-component fast-set urethane adhesive obtained from a single manufacturer and approved by the carpet manufacturer. B. Seaming Tape: Tape for securing seams in the tufted synthetic turf and inlaid lines shall be high quality tape made with a minimum roll width of 12 inches. If seams are to be sewn, they must be sewn with high quality cord/thread as recommended by the carpet manufacturer. C. Resilient Layered Infill: A resilient infill system, consisting of a specially formulated mixture of a minimum 3 lbs. per square foot of rubber and minimum 3 lbs. per square foot of sand engineered to provide the look, feel, footing and shock absorption of a natural grass field in ideal conditions. 1. Ambiently ground SBR Crumb Rubber. Granules shall contain minimal dust or contaminants and shall be derived from the ambient processing form of recycled tires. Color shall be substantially black and shall meet the or 8 16 mesh size designation. a. The clean, uniformly sized particles shall be consistent in shape and particle size distribution. b. The particles shall resist abrasion in high traffic and excessive wear applications and provide stability to artificial sports turf applications. c. The particles shall be processed and sized under rigid specifications and Manufacturers' statistical and quality control assurance program. d. Particles shall be structurally pure and consistently uniform in size distribution for predictable performance. 2. Sand Particulate. The sand provided as a component of the infill mixture shall be rounded or sub-angular so as to minimize abrasion to the athlete and synthetic grass fibers. Fa2362.2/KGD Addendum - 3 Addendum #1

12 WESTON HS TURF FIELD REPLACEMENT 115 SCHOOL ROAD, WESTON, CT JUNE 16, 2014 FIELD LOGO SCALE: 1/4" = 1'-0" ASK-1

and tools necessary for the complete installation of the synthetic grass turf field as indicated on the plans and as

and tools necessary for the complete installation of the synthetic grass turf field as indicated on the plans and as Section 02750 SYNTHETIC TURF SURFACING SECTION 1: GENERAL 1. 01 SCOPE OF WORK: A. It shall be the responsibility of the successful synthetic grass contractor to provide all labor, materials, equipment

More information

For. Project #: Lee Jackson Practice Field Turf Replacement

For. Project #: Lee Jackson Practice Field Turf Replacement Addendum No. 1 For Project #: 150015 Lee Jackson Practice Field Turf Replacement University of Akron Capital Planning & Facilities Management Lincoln Building Akron, Ohio 44325-0405 v: 330.972.8316 f:

More information

ADDENDUM NO. 2. Please find answers to bidding questions received by the architect below.

ADDENDUM NO. 2. Please find answers to bidding questions received by the architect below. PROJECT NAME: Pablo Roybal Elementary Site Improvements RFP NO: 10-2017-2018 OWNER: Pojoaque Valley School District DATE: February 13, 2018 TO: ALL BIDDERS & PLAN HOLDERS FROM: LDG Architects, Douglas

More information

Section SYNTHETIC GRASS SURFACING. ADDENDUM 2 January 17, 2019

Section SYNTHETIC GRASS SURFACING. ADDENDUM 2 January 17, 2019 Section 32 18 13 ADDENDUM 2 January 17, 2019 The following specification sections have been modified: 1.4 QUALITY ASSURANCE 2.1 MATERIALS AND PRODUCTS PART 1 - GENERAL 1.1 SUMMARY A. Furnish all labor,

More information

SYNTHETIC TURF SYSTEMS Artificial Turf Perfect Putt

SYNTHETIC TURF SYSTEMS Artificial Turf Perfect Putt PART 1 GENERAL 1. WORK A. Furnishing, delivery, installation and warranty of a complete synthetic turf system including drainage, synthetic turf, and resilient infill material. 2. RELATED SECTIONS A. Section

More information

Artificial Turf Robertson 921 Pup Turf

Artificial Turf Robertson 921 Pup Turf PART 1 GENERAL 1.01 WORK A. Furnishing, delivery, installation and warranty of a complete synthetic turf system including drainage, synthetic turf, and resilient infill material. 1.02 RELATED SECTIONS

More information

Pup Turf Dog Park Pup Turf (921)

Pup Turf Dog Park Pup Turf (921) Pup Turf Dog Park Pup Turf (921) PART 1 GENERAL 1.01 WORK A. Furnishing, delivery, installation and warranty of a complete synthetic turf system including drainage, synthetic turf, and resilient infill

More information

STATE UNIVERSITY CONSTRUCTION FUND

STATE UNIVERSITY CONSTRUCTION FUND DIRECTIVE 2-10 Issue date: July 2012 1. General SYNTHETIC TURF SYSTEM This Directive outlines the Fund s recommended requirements for the design and installation of Synthetic Turf Systems. 2. Design Criteria

More information

SYNTHETIC PLAYGROUND TURF Artificial Turf Playtime

SYNTHETIC PLAYGROUND TURF Artificial Turf Playtime PART 1 GENERAL 1. WORK A. Furnishing, delivery, installation and warranty of a complete synthetic turf system including drainage, synthetic turf, and resilient infill material. 2. RELATED SECTIONS A. Section

More information

Addendum! Project No: HFX A0 Client Project No: MISC Project: MacAulay Sports Field Project Date: March 23, 2015 Addendum No: 2

Addendum! Project No: HFX A0 Client Project No: MISC Project: MacAulay Sports Field Project Date: March 23, 2015 Addendum No: 2 Addendum! Project No: HFX-00222868-A0 Client Project No: MISC-14-06 Project: MacAulay Sports Field Project Date: March 23, 2015 Addendum No: 2 The following information supplements and/or supersedes the

More information

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. FOUR Date: 07.17.17 Project: REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA A4.1 GENERAL

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement. MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

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

TotTurf GreenTurf. TotTurf GreenTurf. TotTurf GreenTurf Product Specifications TOTTURF a PLAYCORE company June 2012.

TotTurf GreenTurf. TotTurf GreenTurf. TotTurf GreenTurf Product Specifications TOTTURF a PLAYCORE company June 2012. PART 1 General TotTurf GreenTurf 1.01 GREENTURF PLAYGROUND SURFACING TotTurf GreenTurf Safety playground surfacing consists of a polyurethane binder mixed with 100% recycled, shredded tire buffings which

More information

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades Dayton Metropolitan Housing Authority 111071 Rosemont/Hoch Electrical Upgrades Addendum No. 3 August 10, 2011 DMHA 400 Wayne Ave. Dayton, OH 45410 Re: 1432-1438 Rosemont oh5-12b 261 Hoch Street oh5-18d

More information

1. ASTM F : Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment.

1. ASTM F : Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment. PLAYGROUND GRASS SURFACING 7 Foot Critical Fall Height PART 1 - GENERAL 1.1 DESCRIPTION OF WORK: A. Playground Grass surface systems for surfaces under and around playground equipment including but not

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

Answers to Questions

Answers to Questions ADDENDUM #1 The following constitutes Addendum #1 to the above referenced solicitation. This addendum is provides questions posed during the electronic Question and Answer period and the Board of Public

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

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

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4 RE: ITB: PORTLAND COMMUNITY COLLEGE 12000 SW 49 th Avenue Portland, Oregon 97219 Sylvania Campus Bookstore Remodel Dated: February 22, 2017 April 11, 2017 ADDENDUM NO. 4 This addendum, together with the

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT 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

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

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

More information

TOWN OF OCEAN VIEW 201 CENTRAL AVENUE OCEAN VIEW, DE 19970

TOWN OF OCEAN VIEW 201 CENTRAL AVENUE OCEAN VIEW, DE 19970 Request for Proposals Comprehensive Land Use Plan Update Project No. 2019-05 October 12, 2019 Section 1 Section 2 Section 3 Section 4 Section 5 Section 6 Section 7 Table of Contents Purpose Submittal Requirements

More information

No Fault Safety Surface & SAF DEK for Playgrounds Product Specification

No Fault Safety Surface & SAF DEK for Playgrounds Product Specification PART 1 GENERAL 1.01 WORK INCLUDED POURED-IN-PLACE RUBBER EPDM SURFACING FOR PLAYGROUNDS This work includes furnishing and installing the No Fault Safety Surface. The surfacing Manufacturer/installer shall

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

SECTION INFILL ARTIFICIAL TURF SOCCER

SECTION INFILL ARTIFICIAL TURF SOCCER PART 1 - GENERAL 1.1 RELATED DOCUMENTS SECTION 32 2201 INFILL ARTIFICIAL TURF SOCCER A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division

More information

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 ADDENDUM #4 CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 CLASSROOM NOTIFICATION DEVICE INSTALLATION - DISTRICTWIDE Contra Costa College / Diablo College / Los Medanos College Date: May

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

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

Bidders Name: DOCUMENT 330 BID FORM

Bidders Name: DOCUMENT 330 BID FORM Bidders Name: DOCUMENT 330 BID FORM TO: The City of Topeka, Kansas Contracts & Procurement Division 215 S.E. 7th St., Room 60 Topeka, Kansas 66603 Project No. and Description: 1. The undersigned Bidder

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

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

XGrass Synthetic Turf for Athletic Fields Specification

XGrass Synthetic Turf for Athletic Fields Specification XGrass Synthetic Turf for Athletic Fields Specification SECTION 02720 AGGREGATE SUBBASE PART 1 - GENERAL 1.01 WORK INCLUDES A. Furnishing, delivery, installation of a complete aggregate base under all

More information

BSS 200 Synthetic Track Surfacing System System Specifications

BSS 200 Synthetic Track Surfacing System System Specifications BSS 200 Synthetic Track Surfacing System System Specifications G.3 - Bidder: FieldTurf USA, Inc. Part I - General 1.1 - Scope The synthetic surfacing contractor shall furnish all labor, materials, equipment,

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1. September 9, to the BIDDING DOCUMENTS for

ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1. September 9, to the BIDDING DOCUMENTS for AUSTIN ARCHITEXAS DALLAS ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1 September 9, 2014 to the BIDDING DOCUMENTS for ELLIS COUNTY COMPLEX Records Storage Building Waxahachie, Texas

More information

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00410 BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith Engineering Services

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

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS March 6, 2006 ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS The attention of all Bidders submitting Proposals for the

More information

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School.

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School. ADDENDUM #1 Date: 7/24/2013 Project: Window-Door Replacement/Repair Kiser Middle School 716 Benjamin Parkway, Greensboro, NC Number of Pages: The following corrections, changes, additions, deletions, revisions,

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4. OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, RFP NO.: 618-009 RFP OPENING DATE: APRIL 16, 2018 @ 3:00 PM ADDENDUM #4 April 9, 2018 THIS ADDENDUM IS TO PROVIDE ANSWERS TO THE FOLLOWING QUESTIONS: NOTE:

More information

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019 DENNIS M. LARIOS, P.E. CHRISTOPHER J. ZELL, L.L.S. Lic. No. 58747 Lic. No. 49629 BRINNIER and LARIOS, P.C. PROFESSIONAL ENGINEERS & LAND SURVEYORS 67 MAIDEN LANE DESIGN KINGSTON, NEW YORK 12401 SUBDIVISIONS

More information

SECTION INFILL ARTIFICIAL TURF FOOTBALL PRACTICE FIELD

SECTION INFILL ARTIFICIAL TURF FOOTBALL PRACTICE FIELD PART 1 - GENERAL 1.1 RELATED DOCUMENTS SECTION 32 2200 INFILL ARTIFICIAL TURF FOOTBALL PRACTICE FIELD A. Drawings and general provisions of the Contract, including General and Supplementary Conditions

More information

Cornelius, North Carolina. PREPARED BY: Dewberry Engineers Inc Harris Corners Parkway, Suite 220 Charlotte, NC Phone (704)

Cornelius, North Carolina. PREPARED BY: Dewberry Engineers Inc Harris Corners Parkway, Suite 220 Charlotte, NC Phone (704) SINGLE PRIME CONTRACT GENERAL CONSTRUCTION PROPOSAL Bid Date: TO: Town of Cornelius North Carolina Synthetic Turf Field at Bailey Middle School for Town of Cornelius Cornelius, North Carolina. PREPARED

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,

More information

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE ADDENDUM NO. B TO THE BID DOCUMENTS, dated 1/5/16 FOR THE CVUSD M&O/WAREHOUSE/PRINTING SERVICES TENANT IMPROVEMENT 667 Building & 750 Building #DO-15C1024 & #DO-15C1026 CONEJO VALLEY UNIFIED SCHOOL DISTRICT

More information

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum. ADDENDUM NO. FOUR March 5, 2018 NORTH IDAHO COLLABORATIVE EDUCATION BUILDING North Idaho College, Coeur d Alene, ID DPW PROJECT 16251 - H2A PROJECT 1616 This addendum is hereby incorporated into and is

More information

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents.

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents. PROJECT NO. 13-130.03 Splash Pad at Lakeside Park ADDENDUM #4 `` Splash Pad at Lakeside Park Pell City, AL WBA No. 13-130.03 OWNER: City of Pell City 1905 First Ave. North Pell City, AL 35125 ph. (205)338-2244

More information

SYNTHETIC GRASS INDOOR SURFACE SPECIFICATIONS: K9GRASS LITE

SYNTHETIC GRASS INDOOR SURFACE SPECIFICATIONS: K9GRASS LITE SYNTHETIC GRASS INDOOR SURFACE SPECIFICATIONS: K9GRASS LITE 1.01! DESCRIPTION OF WORK: The contractor shall provide all labor, materials, equipment and tools necessary for the complete installation of

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

1. Bid Form The Bid Form has been revised. All Bidders shall utilize the Bid Form attached to this Addendum for the submission of Bids.

1. Bid Form The Bid Form has been revised. All Bidders shall utilize the Bid Form attached to this Addendum for the submission of Bids. SSM GROUP, INC. 1047 N. Park Road > P.O. Box 6307 > Reading PA 19610-0307 610.621.2000 > F. 610.621.2001 > SSMGROUP.COM October 10, 2016 TO ALL PROSPECTIVE BIDDERS Re: ADDENDUM #1 UPPER MERION AREA SCHOOL

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

DOCUMENT BID FORM. Village of Middle Point

DOCUMENT BID FORM. Village of Middle Point DOCUMENT 00300 BID FORM PROJECT IDENTIFICATION: Water Treatment Plant Replacement Village of Middle Point THIS BID IS SUBMITTED TO: Village of Middle Point 103 N. Adams Street Middle Point, OH 45863-0191

More information

SECTION BID FORM

SECTION BID FORM Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,

More information

Attached please find the revised Plan Sheet C3 Proposed Conditions Plan.

Attached please find the revised Plan Sheet C3 Proposed Conditions Plan. ADDENDUM NO. 1 124002-4A RE: FROM: TO: Depot Street Drainage Improvements Charlestown, New Hampshire DuBois & King, Inc. P.O. Box 339 Randolph, Vermont 05060 (802) 728-3376 Prospective Bidders DATE: June

More information

Borough of Sayre 110 West Packer Avenue Sayre, Pennsylvania Telephone: (570) Fax: (570)

Borough of Sayre 110 West Packer Avenue Sayre, Pennsylvania Telephone: (570) Fax: (570) Borough of Sayre 110 West Packer Avenue Sayre, Pennsylvania 18840 Telephone: (570) 888-7739 Fax: (570) 888-6598 Notice to Bidders The Borough of Sayre is accepting sealed bids until 3:00pm on Wednesday,

More information

ADDENDUM NO. 1. X is not extended, remains: 2:00 p.m. _ is extended until: _ posting date is extended until:

ADDENDUM NO. 1. X is not extended, remains: 2:00 p.m. _ is extended until: _ posting date is extended until: ADDENDUM NO. 1 ISSUE DATE: 5/17/2017 FSCJ ITB NUMBER: 2017C-40 FSCJ BID TITLE: Roof Repair Deerwood Center The above numbered solicitation is amended as follows: Attachment A Clarifications, Questions

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

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building. ADDENDUM #1 EXTERIOR REPAIRS YOUTH SERVICES BUREAU 63 LINDEN STREET MANCHESTER, CT 06040 BID #15/16-68 S/P+A PROJECT NO. 15.207 DATE: March 15, 2016 The following changes to the Drawings and Project Specifications

More information

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form. 1330 Lady St., Suite 500 (29201) P.O. Box 5695 Columbia, SC 29250 803 799 0247 p 803 771-6844 f Addendum No. 1 Project: Coastal Carolina University - University Place Dining Hall Project No.: C-805-15

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY The City University Of New York August 19, 2010 Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY600-006 This Addendum is for the purpose of conveying the below Documents

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

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

Conversion of a BSS 100/200 to a BSS 300 Track Surfacing System Specifications

Conversion of a BSS 100/200 to a BSS 300 Track Surfacing System Specifications Conversion of a BSS 100/200 to a BSS 300 Track Surfacing System Specifications Part 1 General 1.1 Scope The synthetic surfacing contractor shall furnish all labor, materials, equipment, supervision and

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

More information

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018 Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET Engineering Department RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018 The City of West Bend (City) is requesting

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

ECORE Athletic Stacked Ultimate Turf Rolls GUIDE SPECIFICATIONS ECORE International

ECORE Athletic Stacked Ultimate Turf Rolls GUIDE SPECIFICATIONS ECORE International MARCH 03 rd, 2015-This document is provided solely as a convenience for spec writers in the drafting process. ECORE International will not be held responsible for the use or alteration of any information

More information

The Bid Date has changed to 03/16/2010 at 2:30 PM.

The Bid Date has changed to 03/16/2010 at 2:30 PM. , Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)

More information

Kentfield Campus Synthetic Turf Installation Project #16/17 MB12

Kentfield Campus Synthetic Turf Installation Project #16/17 MB12 Kentfield Campus Synthetic Turf Installation Project #16/17 MB12 Request for Proposals For Synthetic Turf thru California Multiple Award Schedule Method (or acceptable alternative public procurement method)

More information

Allegany College of Maryland Softball Field Murphy & Dittenhafer Project No Willowbrook Road, Cumberland, MD 21502

Allegany College of Maryland Softball Field Murphy & Dittenhafer Project No Willowbrook Road, Cumberland, MD 21502 Addendum No. 2 June 12, 2018 Allegany College of Maryland Softball Field Murphy & Dittenhafer Project No. 17118 12401 Willowbrook Road, Cumberland, MD 21502 Abbreviations: ACM: Allegany College of Maryland,

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

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

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

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax ADDENDUM 707 Minnesota Ave., Suite 506 Kansas City, Kansas 66101 Tel. 913.287.1900 Fax. 816.300.4102 www.wskfarch.com A r c h i t e c t u r e I n t e r i o r D e s i g n I l l u s t r a t I o n P l a n

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

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

Addendum No. 3 page 1

Addendum No. 3 page 1 Addendum No. 3 page 1 Project: 2018 Physical Education Facilities North Harrison Middle School Ramsey, Indiana Proj. No: 1518.03 Date: December 12, 2017 This addendum is a part of the bid documents. Acknowledge

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Water Slides Renovation/Restoration The Mundelein Park and Recreation District hereby requests bids for cleaning, waxing, and polishing the interior of three (3) water slides. Cleaning,

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

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

TotTurf Pigmented Poured in Place Product Specifications TOTTURF a PLAYCORE company July 2011

TotTurf Pigmented Poured in Place Product Specifications TOTTURF a PLAYCORE company July 2011 PART 1 General TotTurf Pigmented 1.01 TotTurf PIGMENTED POURED IN PLACE PLAYGROUND SURFACING TotTurf Pigmented poured in place rubber playground surfacing shall consist of a polyurethane binder mixed with

More information

BSS 300 Embedded Synthetic Track Surfacing System System Specifications

BSS 300 Embedded Synthetic Track Surfacing System System Specifications BSS 300 Embedded Synthetic Track Surfacing System System Specifications G.3 - Bidder: FieldTurf USA, Inc. Part 1 General 1.1 Scope The synthetic surfacing contractor shall furnish all labor, materials,

More information

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016. ADDENDUM NUMBER ONE - June 15, 2016 CITY OF CLARKSVILLE TO: All Bidders of Record This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8,

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

BSS 50 Synthetic Track Surfacing System Specifications

BSS 50 Synthetic Track Surfacing System Specifications BSS 50 Synthetic Track Surfacing System Specifications Part 1 - General 1.1 - Scope The synthetic surfacing contractor shall furnish all labor, materials, equipment, supervision, and services necessary

More information