CONTRACT DOCUMENTS. Pressure Reducing Station Replacement CONTRACT # DISTRICT OF 100 MILE HOUSE SET NO. Owner:

Size: px
Start display at page:

Download "CONTRACT DOCUMENTS. Pressure Reducing Station Replacement CONTRACT # DISTRICT OF 100 MILE HOUSE SET NO. Owner:"

Transcription

1 Pressure Reducing Station Replacement # DISTRICT OF 100 MILE HOUSE DOCUMENTS SET NO. Owner: District of 100 Mile House 385 Birch Avenue 100 Mile House, BC, V0K 2E0 TRUE Consulting Falcon Road Kamloops, BC V2C 4J2 April

2 PLANHOLDER REGISTRATION FORM Request for Tender No DISTRICT OF 100 MILE HOUSE PRESSURE REDUCING STATION REPLACEMENT CLOSING DATE AND TIME: Thursday May 2:00 PM For any further distributed information about this Request for Tender please complete this form and , fax or hand deliver to: TRUE CONSULTING FALCON ROAD KAMLOOPS, BC V2C 4J2 Attention: Dave Underwood, P. Eng. Fax: info@true.bc.ca Company Name: Address: Contact Person: Contact Telephone: Contact Contact Fax: Only Proponents completing this form will be issued any addendums and/or any additional information regarding this tender. It is the sole responsibility to the Proponent to ensure that the receipt confirmation form has been received by TRUE Consulting. Signature Date

3 DISTRICT OF 100 MILE HOUSE - UNIT DOCUMENTS PRESSURE REDUCING STATION REPLACEMENT Contract No CONTENTS The complete Unit Price Contract Documents are based on the Master Municipal Construction Documents and consist of the following parts: 1. Documents provided herein: Invitation to Tenderers Instructions to Tenderers, Part I Form of Tender Appendix 1 - Schedule of Quantities and Prices Appendix 2 Preliminary Construction Schedule Agreement Schedule 1 - Schedule of Contract Documents Schedule 2 - List of Drawings Supplementary General Conditions Supplementary Specifications Supplementary Payment Procedures Form of Agreement 2. Documents that must be obtained by the Tenderer / Contractor: Master Municipal Construction Documents, Platinum Edition Volume II, 2009 (Available at MMCDA website ) Instructions to Tenderers - Part II General Conditions Schedules and Diagrams Standard Specifications Standard Detail Drawings MMCD Platinum Supplemental Updates District of 100 Mile House Works and Services Bylaw No Schedule B Supplementary Conditions & MMCD Variations

4 INVITATION TO TENDERERS INVITATION TO TENDERERS PAGE 1 OF 1 Owner: District of 100 Mile House Contract: Pressure Reducing Station Replacement Reference No The Owner invites tenders for: - Install owner supplied PRV station and decommission existing PRV chamber. - Supply and install 55m of PVC water pipe, 1 fire hydrant assembly, 50m of PVC storm pipe, 3 storm manholes and 2 catch basins. - Remove and replace 250m² of asphalt and 35m of concrete sidewalk. - Project location 100 Mile House Contract Documents are available during normal business hours at: TRUE Consulting Falcon Road Kamloops, BC V2C 4J2 The Contract Documents are available for viewing at: TRUE Consulting On payment of a non-refundable amount of $100 including GST payable to: TRUE Consulting Falcon Road Kamloops, BC V2C 4J2 Tenders are scheduled to close: Tender Closing Time: 2 : 00, PM local time Tender Closing Date: May 7, Address: District of 100 Mile House 385 Birch Avenue 100 Mile House, BC V0K 2E0 NAME OF OWNER S REPRESENTATIVE Phil Strain, Director of Engineering and Community Services

5 INSTRUCTIONS TO TENDERERS PART I IT PART I PAGE 1 OF Introduction... IT Tender Documents... IT Submission of Tenders... IT Additional Instructions to Tenderers... IT - 3

6 INSTRUCTIONS TO TENDERERS PART I IT PART I PAGE 2 OF 5 THIS PAGE INTENTIONALLY LEFT BLANK

7 INSTRUCTIONS TO TENDERERS PART I IT PART I PAGE 3 OF 5 (FOR USE WHEN UNIT S FORM THE BASIS OF PAYMENT TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT MASTER MUNICIPAL CONSTRUCTION DOCUMENTS.) (TO BE READ WITH INSTRUCTIONS TO TENDERERS - PART II CONTAINED IN THE EDITION OF THE PUBLICATION MASTER MUNICIPAL CONSTRUCTION DOCUMENTS SPECIFIED IN ARTICLE 2.2 BELOW) Owner: District of 100 Mile House Contract: Pressure Reduction Station Replacement Reference No Introduction 1.1 These Instructions apply to and govern the preparation of tenders for this Contract. The Contract is generally for the following work: Install owner supplied PRV station and decommission existing PRV chamber. Supply and install 55m of PVC watermain, 1 FH, 50m of PVC storm pipe, 3 storm manholes and 2 catch basins. Remove and replace 250m² of asphalt and 35m of sidewalk. Direct all inquiries regarding the Contract, to: Chris Crowell, TRUE Consulting Doug House, TRUE Consulting 2.0 Tender Documents Address: Falcon Road Kamloops, BC V2C 4J2 Phone: Fax: The tender documents which a tenderer should review to prepare a tender consist of all of the Contract Documents listed in Schedule 1 entitled Schedule of Contract Documents. Schedule 1 is attached to the Agreement which is included as part of the tender package. The Contract Documents include the drawings listed in Schedule 2 to the Agreement, entitled List of Contract Drawings.

8 INSTRUCTIONS TO TENDERERS PART I IT PART I PAGE 4 OF A portion of the Contract Documents are included by reference. Copies of these documents have not been included with the tender package. These documents are the Instructions to Tenderers - Part II, General Conditions, Specifications and Standard Detail Drawings. They are those contained in the publication entitled Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings. Refer to Schedule 1 to the Agreement or, if not specified in Schedule 1, then the applicable edition shall be the most recent edition as of the date of the Tender Closing Date. All sections of this publication are by reference included in the Contract Documents. 2.3 Any additional information made available to tenderers prior to the Tender Closing Time by the Owner or representative of the Owner, such as geotechnical reports or as-built plans, which is not expressly included in Schedule 1 or Schedule 2 to the Agreement, is not included in the Contract Documents. Such additional information is made available only for the assistance of tenderers who must make their own judgment about its reliability, accuracy, completeness and relevance to the Contract, and neither the Owner nor any representative of the Owner gives any guarantee or representation that the additional information is reliable, accurate, complete or relevant. 3.0 Submission of Tenders 3.1 Tenders must be submitted in a sealed envelope, marked on the outside with the above Contract Title and Reference No., and must be received by the office of: Phil Strain, Director of Engineering and Community Service on or before: at Tender Closing Time: 2 : 00, PM local time Tender Closing Date: May 7, Address: District of 100 Mile House 385 Birch Avenue 100 Mile House, BC, V0K 2E0 Fax: Late tenders will not be accepted or considered, and will be returned unopened.

9 INSTRUCTIONS TO TENDERERS PART I IT PART I PAGE 5 OF Additional Instructions to Tenderers 4.1 PRV chamber supplied by owner as shown in contract drawing This drawings is provided for reference purposes only. Anticipated PRV chamber delivery date is June 15,. Contractor s responsibility to confirm delivery date and delivery details with Coast Water Systems: Dave Berton, Project Manager Coast Water Systems Inc. (604) Appendices 3,4 and 5 to the Form of Tender have not been included in this tender. As such, tenderers will not be required to include these Appendices in their tender package. 4.3 Purchase of the Contract Documents is not mandatory to submit a Tender for the project. However, all Bidders must register with TRUE Consulting to receive Addenda that may be issued during the Tender Period. Bidders that do not receive or do not acknowledge receipt of Addenda will be disqualified from the Tender process. Adobe PDF copes of the Contract Drawings and Contract Documents are available by . Tenderers using the digital information are advised that neither the Owner nor TRUE Consulting shall be responsible for errors or for problems or inaccuracies incurred by the Tenderer while using these electronic documents. 4.4 Contractor to provide written watermain tie-in procedure to Contract Administrator for approval minimum of 48 hours in advance of proposed tie-in.

10 FORM OF TENDER FORM OF TENDER PAGE 1 OF Owner: Contract: District of 100 Mile House Pressure Reducing Station Replacement Reference No To Owner: WE, THE UNDERSIGNED: 1.1 have received and carefully reviewed all of the Contract Documents, including the Instructions to Tenderers, the specified edition of the Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings and the following Addenda: ( ADDENDA, IF ANY ) ; 1.2 have full knowledge of the Place of the Work, and the Work required; and 1.3 have complied with the Instructions to Tenderers; and ACCORDINGLY WE HEREBY OFFER 2.1 to perform and complete all of the Work and to provide all the labour, equipment and material all as set out in the Contract Documents, in strict compliance with the Contract Documents; and 2.2 to achieve Substantial Performance of the Work in accordance with the schedule defined in Appendix 2; and 2.3 to do the Work for the price, which is the sum of the products of the actual quantities incorporated into the Work and the appropriate unit prices set out in Appendix 1, the Schedule of Quantities and Prices, plus any lump sums or specific prices and adjustment amounts as provided by the Contract Documents. For the purposes of tender comparison, our offer is to complete the Work for the Tender Price as set out on Appendix 1 of this Form of Tender. Our Tender Price is based on the estimated quantities listed in the Schedule of Quantities and Prices, and excludes GST. WE CONFIRM: 3.1 that we understand and agree that the quantities as listed in the Schedule of Quantities and Prices are estimated, and that the actual quantities will vary.

11 FORM OF TENDER FORM OF TENDER PAGE 2 OF WE CONFIRM: 4.1 that the following appendices are attached to and form a part of this tender: the appendices as required by paragraph 5.3 of the Instructions to Tenderers Part II; and the Bid Security as required by paragraph 5.2 of the Instructions to Tenderers Part II. WE AGREE: 5.1 that this tender will be irrevocable and open for acceptance by the Owner for a period of 60 calendar days from the day following the Tender Closing Date and Time, even if the tender of another tenderer is accepted by the Owner. If within this period the Owner delivers a written notice ( Notice of Award ) by which the Owner accepts our tender we will: within 15 Days of receipt of the written Notice of Award deliver to the Owner:.1 a Performance Bond and a Labour and Material Payment Bond, each in the amount of 50% of the Contract Price, covering the performance of the Work including the Contractor s obligations during the Maintenance Period, issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, and in a form acceptable to the Owner;.2 a Baseline Construction Schedule, as provided by GC 4.6.1;.3 a clearance letter indicating that the tenderer is in Worksafe BC compliance; and.4 a copy of the insurance policies as specified in GC 24 indicating that all such insurance coverage is in place and; within 2 Days of receipt of written Notice to Proceed, or such longer time as may be otherwise specified in the Notice to Proceed, commence the Work; and sign the Contract Documents as required by GC WE AGREE: 6.1 that, if we receive written Notice of Award of this Contract and, contrary to paragraph 5 of this Form of Tender, we: fail or refuse to deliver the documents as specified by paragraph of this Form of Tender; or

12 FORM OF TENDER FORM OF TENDER PAGE 3 OF fail or refuse to commence the Work as required by the Notice to Proceed, then such failure or refusal will be deemed to be a refusal by us to enter into the Contract and the Owner may, on written notice to us, award the Contract to another party. We further agree that, as full compensation on account of damages suffered by the Owner because of such failure or refusal, the Bid Security shall be forfeited to the Owner, in an amount equal to the lesser of: the face value of the Bid Security; and the amount by which our Tender Price is less than the amount for which the Owner contracts with another party to perform the Work. OUR ADDRESS IS AS FOLLOWS: Phone: Fax: Attention: This Tender is executed this day of, 20. Contractor: (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY)

13 DISTRICT OF 100 MILE HOUSE UNIT APPENDIX 1 SCHEDULE OF QUANTIES AND S APPENDIX 1 PAGE 1 OF 3 District of 100 Mile House Pressure Reducing Station Replacement All prices and Quotations including the Tender Price shall include all Taxes, but shall not include GST. GST shall be shown separately. Item # Section Para Item Description Unit Quantity Unit Price Amount SECTION A - STORM SEWER SYSTEM A Payment for storm sewers includes saw cutting, trench excavation, disposal of surplus excavated material, Class 'B' bedding, supply and installation of all pipe, fittings and related material, Class II backfill, cleaning, flushing and testing, and suface restoration under Note A , 1.6.2, mm Ø Ultra Rib PVC. l.m. 35 A , mm Ø DR35 PVC CB lead. l.m. 15 A , mm Ø Cycle-Tough PVC c/w 50mm Ø 45 bend and bend as shown in Contract Drawings. l.m. 6 A Supply and install precast concrete manholes. 1050mm Ø precast base, lid, frame and cover complete A ea. 3 with concrete benching, grout sealing and adjusting rings. A mm Ø riser. v.m. 2.0 Supply and install standard concrete catch basin A assembly complete with lid, frame, grate, bricks and Standard catch basin 750mm Ø precast barrel with A ea. 2 standard grate. SECTION B - WATER SYSTEM B Payment for watermain includes saw cutting, trench excavation, disposal of surplus excavated material, Class 'B' bedding, supply and installation of all pipe, bolts, gaskets, and tie-rods, Class II backfill, cleaning, pressure and leaking testing, flushing, disinfection and surface restoration under Note B , mm Ø C900 DR18 PVC. l.m. 45 B , mm Ø C900 DR18 PVC. l.m. 5 B mm Ø FxH gate valve. ea. 4 B , mm Ø FxFxH tee. ea. 1 B , mm Ø HxH 90 bend. ea. 4 B , mm Ø FxH 90 bend. ea. 2 SUBTOTAL SECTION A Tenderer's Initials

14 DISTRICT OF 100 MILE HOUSE UNIT APPENDIX 1 SCHEDULE OF QUANTIES AND S APPENDIX 1 PAGE 2 OF 3 District of 100 Mile House Pressure Reducing Station Replacement All prices and Quotations including the Tender Price shall include all Taxes, but shall not include GST. GST shall be shown separately. Item # Section Para Item Description Unit Quantity Unit Price Amount B mm Ø HxH 5 bend. ea. 2 B x150 Ø FxH reducer. ea. 1 B , x200x150 Ø HxFxF tee. ea. 1 B mm Ø FxH gate valve. ea. 1 B , mm Ø end cap. ea. 3 B SSpec 150mm Ø fire hydrant assembly (MMCD Standard Detail Drawing W4). ea. 1 B Tie-in to existing 200mm Ø AC water main. ea. 4 B Tie-in to existing 150mm Ø AC water main. ea. 1 B15 SSpec Install owner supplied pre-packaged PRV chamber. L.S. 1 B16 SSpec Decomission existing PRV station. L.S. 1 SECTION C - ROADWORKS AND MISCELLANEOUS C Roadway grading and subgrade preparation. m C C Supply and place 450mm compacted depth of 75mm minus gravel subbase to 95% MPD. Supply and place 100mm depth of 19mm minus crushed base gravel with grading and compaction to 95% MPD. SUBTOTAL SECTION B m m C C C C C Supply and place minimum of 40mm compacted depth of hot asphaltic base course concrete and 35mm compacted depth of hot asphaltic surface course concrete complete with all final adjustments to utility appurtenances and sawcut and milling of existing asphalt at tie-in location. Machine placed concrete barrier curb and gutter per MMCD Std. Dwg. C4. Machine placed 2.0m wide concrete monolithic sidewalk including wheelchair letdown, medium broom finish and 100mm thickness per MMCD Std. Dwg. C2. Supply and place cast-in-place concrete in-fill strip between back of sidewalk and PRV chamber. Supply and place cast-in-place 150mm Ø concrete bollard. m l.m. 35 l.m. 35 m² 3 ea. 7 SUBTOTAL SECTION C Tenderer's Initials

15 DISTRICT OF 100 MILE HOUSE UNIT APPENDIX 1 SCHEDULE OF QUANTIES AND S APPENDIX 1 PAGE 3 OF 3 District of 100 Mile House Pressure Reducing Station Replacement All prices and Quotations including the Tender Price shall include all Taxes, but shall not include GST. GST shall be shown separately. Item # Section Para Item Description Unit Quantity Unit Price Amount SECTION D - ELECTRICAL D1 SSpec Supply and install all electrical components as shown on contract drawings E1, E2 and E3 L.S. 1 SUBTOTAL SECTION D Tender Price GST 5% Tender Price plus GST Tenderer's Initials

16 APPENDIX 2 PRELIMINARY CONSTRUCTION SCHEDULE APPENDIX 2 PAGE 1 OF 1 Pressure Reducing Station Replacement See paragraph of the Instructions to Tenderers Part II. Indicate Schedule with bar chart with major item descriptions and time. Complete installation of proposed PRV chamber and pipework to allow watermain tie-in & commissioning of PRV Complete decommissioning of existing PRV including associated pipework to allow tie-in : : Substantial Performance : July 31, ACTIVITY Storm Waterworks Install Chamber Proposed PRV Tie-in s Decommission Ex. PRV Roadworks Electrical CONSTRUCTION SCHEDULE May June July August Tenderer s Initials

17 SUPPLEMENTARY GENERAL CONDITIONS SGC PAGE 1 OF 3 The General Conditions for this project are contained in the Master Municipal Construction Documents ( MMCD ) Platinum Edition Volume II, 2009, except as specified in the following Supplementary General Conditions and MMCD Supplemental Updates (see Schedule 1 of the Agreement). These Supplementary General Conditions take precedence over the applicable MMCD General Conditions. 1.0 DEFINITIONS 1.19 Contingency or Contingency Allowance SGC Add the following: The Owner will retain any unused portion of the Contingency Allowance, and the Contractor cannot make a claim for lost overhead or profit on the unused portion of the Contingency Allowance. 4.0 OR 4.9 Materials SGC Add the following: All water distribution pipes shall be capped or bagged at both ends prior to leaving its place of manufacture. This requirement is intended to minimize possible contamination of the pipe associated with foreign material, vandals, rodents, etc. Pipe caps must remain in place until immediately prior to pipe placement in the trench. During the installation of all water mains, the Contractor is responsible for swabbing the interior service of all pipes and fittings with a hypochlorite solution Tests and Inspections SGC Add the following: The Owner will, for the purpose of quality assurance and at the owner s discretion, retain and pay for the services of an independent testing agency to undertake testing of all items outlined in SGC In the event of a dispute between the quality control and quality assurance testing results, the owner will retain and pay for a mutually agreed upon independent testing agency to complete additional testing. The results of the independent testing agency will be considered conclusive.

18 SUPPLEMENTARY GENERAL CONDITIONS SGC PAGE 2 OF 3 SGC Add the following: The cost of failed tests due to non-compliance of the work with the minimum requirements of materials and workmanship shall be paid for by the Contractor. The costs of extra tests will be calculated by the Contract Administrator, based on the invoices submitted to the Owner for testing and will be subtracted from the monthly progress payment. SGC Add the following: Typical Quality Control tests required include, but are not necessarily limited to: analysis of all aggregates and granular materials, concrete, asphalt and topsoil delivered to the site or existing materials incorporated into the Work, compaction testing for all trench bedding, backfill, concrete preparation and road construction layers and cores for asphalt density and thickness. SGC (2) - Add the following: In all cases, the Contractor is responsible to facilitate and provide access to all Works for the purpose of inspection and testing. 6.0 OTHER ORS 6.4 Shallow Utility Work By Others SGC Add the following sub-section: The Contractor shall coordinate work with City Utilities, Gas, Electrical and Communication Companies as required for any conflicts, adjustments or protective measures. The Contractor shall permit and accommodate other contractors or companies working within the site on shallow utility work or other utility improvements. Contractor shall remain the Prime Contractor as per GC DELAYS 13.9 Liquidated Damages for Late Completion SGC Delete (1) and replace with the following: (1) as a genuine pre-estimate of the Owner s increased costs for the Contract Administrator and the Owner s own staff caused by such delay an amount of $1, per day or pro rata portion for each Day that actual Substantial Performance is achieved after the Substantial Performance Milestone Date.

19 SUPPLEMENTARY GENERAL CONDITIONS SGC PAGE 3 OF PAYMENT 18.6 Substantial Performance SGC Add the following: The Contract Administrator shall prepare a Payment Certificate for release of the lien holdback and the amount shall be due and payable in accordance with GC Total Performance SGC Add the following: If Total Performance is not achieved on the date as outlined in GC , the Owner may complete or cause to be complete any and all outstanding deficiencies. All resulting costs incurred by the Owner in completing the Work, including administration and inspection costs, will be deducted from the amounts owing by the Owner to the Contractor EARLY USE OF THE WORK 26.3 Effect on Maintenance Period SGC Delete GC and replace with the following: There will be no effect on the Maintenance Period if the Owner takes over and begins to use a portion of the Work before Substantial Performance is achieved. The Maintenance Period for all Work shall commence from the date of Substantial Performance of the Contract.

20 SUPPLEMENTARY SPECIFICATIONS PAGE 1 OF 1 1. Section Project Record Documents 1.7 Recording Actual Site Conditions, Add the following:.6 Contractor to complete and submit a survey of all Work prior to Substantial Performance. Survey data shall include all nonvisible construction items, including but not limited to items such as pipe inverts at tie-in locations, pipe crossings, pipe bends and bottom of PRV chamber..7 The Contractor shall be responsible for the cost of verifying non-disturbance or replacing any legal survey pins or monuments damaged during construction operations. In the event that the Contractor requires the removal of any legal survey markers for the purpose of the Work, the Contractor must receive written consent from the Contract Administrator and the pin must be adequately referenced by a BCLS prior to removal..8 Any survey monuments and/or property iron pins damaged or removed by the Contractor by his operations which are deemed to be located outside of the site construction area shall be replaced by the Contractor at his expense. 2. Section Temporary Structures Site Office Delete 1.3.1, no Site Office is required for the Contract Administrator. 3. Section Waterworks Scheduling of Work, Replace with the following: 1.7.4S Proposed tie-in to existing 200mm Ø AC watermain (HPZ and RPZ) to be undertaken once all other waterworks installation is completed. Proposed tie-in to existing 150mm Ø and 200mm Ø AC watermains not to be undertaken between the hours of 09:00 and 17:00 so as to limit water service interruption to the adjacent businesses. Contractor to allow cast-in-place thrust blocks to cure for a minimum of three hours prior to commencing with backfill. Once backfill is completed within the pipe zone, water service may be restored. Isolation of existing 150mm Ø and 200 mm Ø AC watermains as required to complete tie-ins associated with the installation of the proposed PRV chamber will be achieved by closing the North and South Alder Isolation Valves and the 5 th Street Isolation Valve as shown on the contract drawings. Isolation of existing 200 mm Ø AC watermain as required to complete tie-ins associated with decommissioning the existing PRV chamber will be achieved by closing the North Alder Isolation Valve and the proposed 200mm Ø gate valve downstream of the proposed PRV chamber. As such, decommissioning of the existing PRV to be undertaken following installation of the proposed PRV and associated tie-ins.

21 SUPPLEMENTAL PAYMENT PROCEDURES PAGE 1 OF 2 This section provides Measurement for Payment clauses for items not addressed in the MMCD specifications or provides revised/amended clauses for items included in MMCD. These items have an "SSpec" notation in the 'Payment' column of Appendix 1 of the Form of Tender. Note that any minor items not listed in the Form of Tender but typical for this type of work, such as but not limited to utility locates, exploratory digging, protection of utilities, temporary construction fencing, temporary construction slope stability, disposal of waste materials, adjustment of existing surface features or appurtenances, public relations, miscellaneous fittings, connections or removals shall be considered incidental to the work and no separate payment will be made. 1. Fire Hydrant Assembly (Section ) will be for each installed and includes, where applicable, saw cutting pavement, trench excavation, disposal of surplus excavated material, bedding, supply and installation of all pipe, fittings and appurtenances, approved District of 100 Mile House fire hydrant c/w Storz connection, bolts, gaskets and tie rods, imported or native backfill, formwork, localised concrete encasement, thrust and anchor blocks, mechanical restraints, cleaning, pressure and leakage testing, flushing, disinfection, as shown on the Contract Drawing. Note that the 150mm Ø PVC fire hydrant lead and the 150mm Ø gate valve are included in SOQ items B2 and B10 respectively. 2. Installation of owner supplied pre-packaged PRV Station (Section / ) is a fixed lump sum allowance to install an owner supplied pre-packaged concrete PRV station. Installation will include trench excavation, disposal of surplus excavated material, bedding as shown in Contract Drawings, backfill and compaction (all in accordance with Section ). Connection of inlet and outlet water pipes by way of owner supplied EBBA 3808 couplers, disinfection, pressure and leakage testing of all piping (all in accordance with Section ). 3. Decommission existing PRV Station (Section / ) is a fixed lump sum allowance to decommission the existing PRV station as shown in the contract drawings. Decommissioning will include saw cutting pavement, trench excavation, disposal of surplus excavated material, backfill and compaction. Included within the lump sum price is the removal and disposal of the existing gate valve, 150mm Ø AC and 200mm Ø AC pipe and 200mm x 100mm tees. Existing inlet and outlet piping to be permanently abandoned (all in accordance with Section ). Cavity of existing chamber to be filled with compacted backfill. Lid, cover and chamber barrel to be removed to a depth as required to allow installation road sub-base, base and asphalt above existing chamber to specified depths as shown in Contract Drawings. Extent of permanent pavement restoration to be undertaken is shown in Contract Drawings. Note that the supply and installation of the proposed 200mm Ø PVC watermain and tie-in to existing 200mm Ø AC watermain are included in SOQ items B1 and B13 respectively. Permanent pavement restoration as

22 SUPPLEMENTAL PAYMENT PROCEDURES PAGE 2 OF 2 required to complete decommissioning of the existing PRV station including roadway grading, road sub-base, base and asphalt included in SOQ items C1, C2, C3 and C4 respectively. 4. Electrical is a fixed lump sum allowance to supply and install all chamber electrical components as shown on contract drawings E1 to E3 including but not limited to proposed power pole, kiosk, concrete kiosk base, distribution panel, breakers, cooling fan, antenna, antenna mast, switches, lights, electrical outlets, conduits, cabling and wiring, junction boxes, chamber heater c/w shelf and float switch. Included within this lump sum price is connecting the proposed power pole to the existing power pole as shown on contract drawing E1.

23 FORM OF AGREEMENT FORM OF AGREEMENT PAGE 1 OF 6 ( FOR USE WHEN UNIT S FORM THE BASIS OF PAYMENT TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT MASTER MUNICIPAL CONSTRUCTION DOCUMENTS.) BETWEEN OWNER AND OR This agreement made in duplicate this day of,. Contract: Pressure Reducing Station Replacement Reference No BETWEEN: The District of 100 Mile House (the Owner ) AND: ( NAME AND OFFICE ADDRESS OF OR ) (the Contractor ) The Owner and the Contractor agree as follows: Article 1 The Work Start / Completion Dates 1.1 The Contractor will perform all Work and provide all labour, equipment and material and do all things strictly as required by the Contract Documents. 1.2 The Contractor will commence the Work in accordance with the Notice to Proceed. The Contractor will proceed with the Work diligently, will perform the Work generally in accordance with the construction schedules as required by the Contract Documents and will achieve Substantial Performance of the Work in accordance with the schedule defined in Appendix 2 subject to the provisions of the Contract Documents for adjustments to the Contract Time. 1.3 Time shall be of the essence of the Contract.

24 FORM OF AGREEMENT FORM OF AGREEMENT PAGE 2 OF 6 Article 2 Contract Documents 2.1 The Contract Documents consist of the documents listed or referred to in Schedule 1, entitled Schedule of Contract Documents, which is attached and forms a part of this Agreement, and includes any and all additional and amending documents issued in accordance with the provisions of the Contract Documents. All of the Contract Documents shall constitute the entire Contract between the Owner and the Contractor. 2.2 The Contract supersedes all prior negotiations, representations or agreements, whether written or oral, and the Contract may be amended only in strict accordance with the provisions of the Contract Documents. Article 3 Contract Price 3.1 The price for the Work ( Contract Price ) shall be the sum in Canadian dollars of the following the product of the actual quantities of the items of Work listed in the Schedule of Quantities and Prices which are incorporated into or made necessary by the Work and the unit prices listed in the Schedule of Quantities and Prices; plus all lump sums, if any, as listed in the Schedule of Quantities and Prices, for items relating to or incorporated into the Work; plus any adjustments, including any payments owing on account of Changes and agreed to Extra Work, approved in accordance with the provisions of the Contract Documents. 3.2 The Contract Price shall be the entire compensation owing to the Contractor for the Work and this compensation shall cover and include all profit and all costs of supervision, labour, material, equipment, overhead, financing, and all other costs and expenses whatsoever incurred in performing the Work. Article 4 Payment 4.1 Subject to applicable legislation and the provisions of the Contract Documents, the Owner shall make payments to the Contractor. 4.2 If the Owner fails to make payments to the Contractor as they become due in accordance with the terms of the Contract Documents then interest calculated at 2% per annum over the prime commercial lending rate of the Royal Bank of Canada on such unpaid amounts shall also become due and payable until payment. Such interest shall be calculated and added to any unpaid amounts monthly. Article 5 Rights and Remedies 5.1 The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law.

25 FORM OF AGREEMENT FORM OF AGREEMENT PAGE 3 OF Except as specifically set out in the Contract Documents, no action or failure to act by the Owner, Contract Administrator or Contractor shall constitute a waiver of any of the parties rights or duties afforded under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach under the Contract. Article 6 Notices 6.1 Communications among the Owner, the Contract Administrator and the Contractor, including all written notices required by the Contract Documents, may be delivered by hand, or by fax, or by pre-paid registered mail to the addresses as set out below: The Owner: District of 100 Mile House 385 Birch Avenue 100 Mile House, BC, V0K 2E0 Fax: Attention: The Contractor: Phil Strain, Director of Engineering & Community Services Fax: Attention: The Contract Administrator: TRUE Consulting Falcon Road Kamloops, BC, V2C 4J2 Fax: Attention: Chris Crowell, EIT 6.2 A communication or notice that is addressed as above shall be considered to have been received immediately upon delivery, if delivered by hand; or immediately upon transmission if sent by fax and received in hard copy; or after 5 Days from date of posting if sent by registered mail.

26 FORM OF AGREEMENT FORM OF AGREEMENT PAGE 4 OF The Owner or the Contractor may, at any time, change its address for notice by giving written notice to the other at the address then applicable. Similarly if the Contract Administrator changes its address for notice then the Owner will give or cause to be given written notice to the Contractor. 6.4 The sender of a notice by fax assumes all risk that the fax is received in hard copy. Article 7 General 7.1 This Contract shall be construed according to the laws of British Columbia. 7.2 The Contractor shall not, without the express written consent of the Owner, assign this Contract, or any portion of this Contract. 7.3 The headings included in the Contract Documents are for convenience only and do not form part of this Contract and will not be used to interpret, define or limit the scope or intent of this Contract or any of the provisions of the Contract Documents. 7.4 A word in the Contract Documents in the singular includes the plural and, in each case, vice versa. 7.5 This agreement shall ensure to the benefit of and be binding upon the parties and their successors, executors, administrators and assigns. IN WITNESS WHEREOF the parties hereto have executed this Agreement the day and year first written above. Contractor: (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY) Owner: District of 100 Mile House (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY)

27 FORM OF AGREEMENT FORM OF AGREEMENT PAGE 5 OF 6 (INCLUDE IN LIST ALL DOCUMENTS INCLUDING, IF ANY, SUPPLEMENTARY GENERAL CONDITIONS, SUPPLEMENTARY SPECIFICATIONS,SUPPLEMENTARY STANDARD DETAIL DRAWINGS.) Schedule 1 Schedule of Contract Documents The following is an exact and complete list of the Contract Documents, as referred to in Article 2.1 of the Agreement. NOTE: The documents noted with * are contained in the Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings Platinum Edition, edition dated The documents noted with # can be found at the District of 100 Mile House website ( All sections of these publications are included in the Contract Documents. 8.1 Agreement, including all Schedules; 8.2 Supplementary General Conditions; 8.3 General Conditions*; 8.4 Supplementary Specifications; District of 100 Mile House Works & Services Bylaw No (#) Schedule B Supplementary Conditions & MMCD Variations (#) 8.5 Specifications (*); 8.6 MMCD Supplemental Updates (available at Supplementary Update Supplementary Update Supplementary Update Supplementary Update Supplementary Update Supplementary Update Supplementary Update Supplementary Update Supplementary Update Supplementary Update PVC C900 Pipe Specification Clarification Supplementary Update Supplementary Update Supplementary Update Instructions to Tenderers - Part I; 8.8 Instructions to Tenderers - Part II (*); 8.9 Supplemental Payment Procedures; 8.10 Standard Detail Drawings (*); 8.11 Executed Form of Tender, including all Appendices; 8.12 Contract Drawings listed in Schedule 2 to the Agreement List of Contract Drawings ;

28 FORM OF AGREEMENT FORM OF AGREEMENT PAGE 6 OF 6 (COMPLETE LISTING OF ALL DRAWINGS, PLANS AND SKETCHES WHICH ARE TO FORM A PART OF THE, OTHER THAN STANDARD DETAIL DRAWINGS AND SUPPLEMENTARY STANDARD DETAIL DRAWINGS.) Schedule 2 List of Contract Drawings TITLE DRAWING NO. DATE REVISION NO. REVISION DATE Location Map, Regional Map and Drawing List Existing Site & Removals Plan April 21, 2 April 17, April 21, 2 April 17, Site Servicing Plan April 21, 2 April 17, Sections & Details April 21, 2 April 17, Grading Plan April 21, 2 April 17, Pressure Reducing Station April 21, 3 April 9, Electrical Site Plan E1 April 22, 1 April 15, Control Panel Schematic E2 April 22, 1 April 15, Control Panel E3 April 22, 1 April 15,

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. ) PAGE 1 OF 6 FOR USE WHEN UNIT S FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT MASTER MUNICIPAL CONSTRUCTION DOCUMENTS. Owner: Contract:

More information

CITY OF COURTENAY TENDER T Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street

CITY OF COURTENAY TENDER T Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street CITY OF COURTENAY TENDER T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Master Municipal Construction Documents (2009 Edition) Unit Price Contract Issued: May 16, 2018 Tender

More information

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON - April 24, 2017 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 25, 2017 in accordance

More information

TENDER DOCUMENTS SUTTON ROAD MULTI- PURPOSE PATH CUMBERLAND BC

TENDER DOCUMENTS SUTTON ROAD MULTI- PURPOSE PATH CUMBERLAND BC TENDER DOCUMENTS SUTTON ROAD MULTI- PURPOSE PATH CUMBERLAND BC October 2017 TABLE OF CONTENTS 1. Invitation to Tender 2. Instructions to Tenderer, Part 1 3. Form of Tender Appendix 1 Schedule of Quantities

More information

ADDENDUM 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 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 information

Please ensure receipt of this Addendum is acknowledged on page 1 of the Form of Tender.

Please ensure receipt of this Addendum is acknowledged on page 1 of the Form of Tender. No. 1 Project: 47th Ave Road Reconstruction Owner: District of Chetwynd Date: March 5, 2019 Ref. No.: 1320.0095.01 This Addendum is issued prior to Tender Closing Date, in accordance with the Tender Documents

More information

INVITATION TO TENDER ITT NO. ENG SEWER AND DRAIN CCTV INSPECTION

INVITATION TO TENDER ITT NO. ENG SEWER AND DRAIN CCTV INSPECTION ITT NO. ENG 17-03 2017 SEWER AND DRAIN CCTV INSPECTION DATE OF ISSUE: JUNE 1, 2017 CONTENTS 1 Invitation to Tender... IT - 1 2 Instructions to Tender (Part I)... IT Part I 1-3 3 Agreement Between Owner

More information

Water Transmission System Upgrades

Water Transmission System Upgrades Tender For Water Transmission System Upgrades 2017-Tender-15 Date Issued: November 14, 2017 Master Municipal Construction Documents 2009 Edition Unit Price Contract City of Penticton Engineering Department

More information

ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02 ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON April 28, 2015 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 30, 2015, in accordance

More information

INVITATION TO TENDER Marina Parking Lot & Other Waterfront Landscaping Projects

INVITATION TO TENDER Marina Parking Lot & Other Waterfront Landscaping Projects INVITATION TO TENDER Marina Parking Lot & Other Waterfront Landscaping Projects Outland Ref # 13-033 Date of Issue: July 16, Closing Location: Mail or courier: Box 3010, 8707 Main Street Osoyoos, BC V0H

More information

Tender Documents. City of Fernie. June 15, Roads Capital Works Program. Set #

Tender Documents. City of Fernie. June 15, Roads Capital Works Program. Set # Tender Documents City of Fernie June 15, 2015 2015 Roads Capital Works Program Set # TABLE OF CONTENTS PRICE PAGE 1 OF 1 CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS Owner: City of Fernie (NAME OF OWNER)

More information

CONTRACT No. NWIT JANUARY 2014

CONTRACT No. NWIT JANUARY 2014 CONTRACT No. NWIT-14-02 JANUARY 2014 2014 Sewer Separation Program 2014 Sewer Separation Program CONTRACT No. NWIT-14-02 January 2014 Name of Contractor: Tender Price including GST: $ (FROM APPENDIX 1

More information

CONTRACT DOCUMENTS REF: # ENG

CONTRACT DOCUMENTS REF: # ENG REGIONAL DISTRICT OF NORTH OKANAGAN PRV #24 UPGRADES CONTRACT DOCUMENTS REF: # 2014-01ENG SET NO. Owner: Contract Administrator: Regional District of North Okanagan TRUE Consulting 9849 Aberdeen Road #201

More information

CITY OF COURTENAY TENDER T17-09 ROAD MARKING SERVICES

CITY OF COURTENAY TENDER T17-09 ROAD MARKING SERVICES CITY OF COURTENAY TENDER T17-09 ROAD MARKING SERVICES Master Municipal Construction Documents (2009 Edition) Unit Price Contract Issued: April 4, 2017 Tender Closing Date: April 18, 2017, 2:00PM Local

More information

2018 Downtown Revitalization

2018 Downtown Revitalization Tender For 2018 Downtown Revitalization 2018-Tender-01 Date Issued: January 15, 2018 Master Municipal Construction Documents 2009 Edition Unit Price Contract City of Penticton Engineering Department 616

More information

Town of Middleton. Storm Water Outfall Repair & Soil Stabilization. Connaught Avenue. June 20, 2014

Town of Middleton. Storm Water Outfall Repair & Soil Stabilization. Connaught Avenue. June 20, 2014 Town of Middleton Storm Water Outfall Connaught Avenue June 20, 2014 Set No. Town of Middleton Storm Water Outfall OVERVIEW Page 1 Connaught Avenue _ June 20, 2014 OVERVIEW This document is a Supplementary

More information

2014 Sewer CCTV Inspection Program

2014 Sewer CCTV Inspection Program CORPORATION OF THE CITY OF NEW WESTMINSTER CONTRACT No. 2014 Sewer CCTV Inspection Program Title Dwg. No. Pages Table of Contents Invitation to Tenderers INSTRUCTIONS TO TENDERERS: PART I 1 Page 1 Page

More information

Request for Tender Tender ROAD MARKING

Request for Tender Tender ROAD MARKING Request for Tender 2016-Tender-04 2016-2017-2018 ROAD MARKING Date Issued: February 12, 2016 Closing Date and Time: Original and one (1) copy of a Tender in a sealed envelope plainly marked 2016-Tender-04

More information

CORPORATION OF THE CITY OF NEW WESTMINSTER CONTRACT NO. NWIT DITCH INFILL AT WOOD, BOYD AND BOYNE STREETS ADDENDUM NO. 3

CORPORATION OF THE CITY OF NEW WESTMINSTER CONTRACT NO. NWIT DITCH INFILL AT WOOD, BOYD AND BOYNE STREETS ADDENDUM NO. 3 CORPORATION OF THE CITY OF NEW WESTMINSTER CONTRACT NWIT-11-27 DITCH INFILL AT WOOD, BOYD AND BOYNE STREETS ADDENDUM 3 This Addendum shall form part of the Contract No. NWIT-11-27. INVITATION TO TENDER

More information

INVITATION TO TENDER SEWERMAIN REHABILITATION MASTER MUNICIPAL CONSTRUCTION DOCUMENTS Platinum Edition UNIT PRICE CONTRACT

INVITATION TO TENDER SEWERMAIN REHABILITATION MASTER MUNICIPAL CONSTRUCTION DOCUMENTS Platinum Edition UNIT PRICE CONTRACT INVITATION TO MASTER MUNICIPAL CONSTRUCTION DOCUMENTS - 2009 Platinum Edition UNIT PRICE CONTRACT June 1 st, 2018 301 St. Ann s Road, Campbell River, B.C. V9W 4C7 Telephone: 250.286.5766; Fax: 250.286.5763

More information

CREUS Engineering Ltd

CREUS Engineering Ltd Cardena Retaining Wall MASTER MUNICIPAL CONSTRUCTION DOCUMENTS - 2009 UNIT PRICE AND LUMP SUM CONTRACT File No. 16275 April 2017 CREUS Engineering Ltd 610-East Vancouver, 221 Esplanade W, North Vancouver,

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

Tender Documents. City of Rossland. Spokane Street Infrastructure Renewal. Ref# COR June 23, Set #

Tender Documents. City of Rossland. Spokane Street Infrastructure Renewal. Ref# COR June 23, Set # Tender Documents City of Rossland June 23, 2014 Spokane Street Infrastructure Renewal Ref# COR 2014-01 Set # TABLE OF CONTENTS PRICE PAGE 1 OF 1 CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS Owner: City

More information

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017 Exterior Alterations and New Office/ Warehouse for All Weather Shelters Northwest Business Park, Building 5, Bay 3 13459-149 Street Edmonton, AB Issued for Tender: Site Visit: Available upon request. Closing

More information

INVITATION TO TENDER AIRPORT FUEL FACILITY SITE PREPARATION. MASTER MUNICIPAL CONSTRUCTION DOCUMENTS Platinum Edition UNIT PRICE CONTRACT

INVITATION TO TENDER AIRPORT FUEL FACILITY SITE PREPARATION. MASTER MUNICIPAL CONSTRUCTION DOCUMENTS Platinum Edition UNIT PRICE CONTRACT INVITATION TO TENDER 17-05 AIRPORT FUEL FACILITY SITE PREPARATION MASTER MUNICIPAL CONSTRUCTION DOCUMENTS - 2009 Platinum Edition UNIT PRICE CONTRACT January 24 th, 2017 Supply Management 301 St. Ann s

More information

TENDER WELLCOX ACCESS ROAD ADDENDUM 1

TENDER WELLCOX ACCESS ROAD ADDENDUM 1 TENDER 2336-2019 WELLCOX ACCESS ROAD ADDENDUM 1 This addendum shall be read in conjunction with and considered as an integral part of the Tender Contract 2336-2019. Revisions supersede the information

More information

PART A STAR ROAD TO MARMOT COURT WATER MAIN PART B SCHOOL ROAD WATER MAIN REPLACEMENT

PART A STAR ROAD TO MARMOT COURT WATER MAIN PART B SCHOOL ROAD WATER MAIN REPLACEMENT PART A STAR ROAD TO MARMOT COURT WATER MAIN PART B SCHOOL ROAD WATER MAIN REPLACEMENT Reference No. 2017 E372.17.07.2 June 2017 PREPARED BY: GENTECH ENGINEERING INC. Box 328 Unit 3 551 Trans-Canada Highway

More information

NAKUSP DOWNTOWN REVITALIZATION PROJECT PHASE I

NAKUSP DOWNTOWN REVITALIZATION PROJECT PHASE I Recreation & Parks NAKUSP DOWNTOWN REVITALIZATION PROJECT PHASE I June 2018 TENDER DOCUMENT BOX 280 91-1 Street NW Nakusp, BC V0G 1R0 INVITATION TO TENDERERS PAGE 1 OF 1 INVITATION TO TENDERERS Owner:

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

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

More information

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018 Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA-2019-004 TMWA Capital Project No.: 10-0001.053 October 3, 2018 The following information, clarifications, changes and modifications are by reference

More information

1. INTRODUCTION 1.1 Contents of Engineering Specifications The Engineering Specifications contains the following sections:

1. INTRODUCTION 1.1 Contents of Engineering Specifications The Engineering Specifications contains the following sections: Schedule H to Bylaw 7452, Subdivision Bylaw Page 1 1. INTRODUCTION 1.1 Contents of Engineering Specifications 1.1.1 The Engineering Specifications contains the following sections: 1. Introduction 2. General

More information

SPECIFICATION MAIN STREET PAVING THE TOWN OF TRENTON

SPECIFICATION MAIN STREET PAVING THE TOWN OF TRENTON SPECIFICATION MAIN STREET PAVING THE TOWN OF TRENTON JUNE 2017 SECTION 00 11 00 PROJECT DOCUMENTS INVITATION TO TENDERERS PAGE 1 Sealed tenders, marked Main Street Paving will be received by the Town of

More information

Tender Documents. District of Sechelt. West Porpoise Bay Area A02 Sewer Expansion Phase II Ref No a Phase II. June 2018.

Tender Documents. District of Sechelt. West Porpoise Bay Area A02 Sewer Expansion Phase II Ref No a Phase II. June 2018. Tender Documents District of Sechelt June 2018 West Porpoise Bay Area A02 Sewer Expansion Phase II Ref No. 5331-93a-2017-01-Phase II Set # UNIT TABLE OF CONTENTS PRICE PAGE 1 OF 1 CONTRACT TABLE OF CONTENTS

More information

TOWN OF OSOYOOS PERIMETER FENCING OSOYOOS LANDFILL

TOWN OF OSOYOOS PERIMETER FENCING OSOYOOS LANDFILL TOWN OF OSOYOOS PERIMETER FENCING OSOYOOS LANDFILL CONTRACT DOCUMENTS AND SPECIFICATIONS TRUE Consulting August 2011 Job No. 302-706 PLANHOLDER REGISTRATION FORM Request for Tender No. 302-706 PERIMETER

More information

Re: T.4992 Westminster Hwy from Gilley Rd to #23591 Westminster Hwy Road Construction Addendum No. 1

Re: T.4992 Westminster Hwy from Gilley Rd to #23591 Westminster Hwy Road Construction Addendum No. 1 October 9 2013 File: 10-6340-20-P.12202-Vol 01 Finance and Corporate Services Department Finance Division Telephone: 604-276-4218 Fax: 604-276-4162 Attention: To All Tenderers Dear Sir/Madame: Re: T.4992

More information

Addendum No. 1 Issue Date: March 29, 2016

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

More information

General Water Bid Items Item No.

General Water Bid Items Item No. BID PROPOSAL PROPOSAL OF, a corporation organized and existing under the laws of the State of, a partnership consisting of, an individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

Dawes Hill PRV & Flowmeter Chamber Relocation

Dawes Hill PRV & Flowmeter Chamber Relocation City of Coquitlam Contract Documents 89431 Dawes Hill PRV & Flowmeter Chamber Relocation File #: 97/1 Doc #: 894544.v1 Table of Contents Contract No. 89431 Dawes Hill PRV & Flowmeter Chamber Relocation

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

CITY 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 information

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices. SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section

More information

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 492 NOVEMBER 2010 CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES TABLE OF

More information

SECTION MEASUREMENT AND PAYMENT

SECTION 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 information

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

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

More information

VARIOUS CAPITAL 2018 TENDER DOCUMENTS ITT NO. E060

VARIOUS CAPITAL 2018 TENDER DOCUMENTS ITT NO. E060 VARIOUS CAPITAL 2018 TENDER DOCUMENTS ITT NO. E060 TABLE OF CONTENTS 1 Invitation to Tender... IT - 1 2 Instructions to Tender (Part I)... IT- Part I - 1-3 3 Agreement Between Owner and Contractor... AGT

More information

The Tender Documents shall be amended and will become part of the Contract Documents.

The Tender Documents shall be amended and will become part of the Contract Documents. Tender No. MET17-103 Mulgrave Park Exterior Upgrades: Repairs to Retaining Walls, Stairs, and Rail ADDENDUM NO. 04 11 October 2017 The Tender Documents shall be amended and will become part of the Contract

More information

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE GENERAL Final restoration of areas within the public right-of-way associated with Street Excavation Permits shall be completed as determined

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

Amendments to the January 2016 Design Criteria Manual & Supplementary Master Municipal Construction Documents

Amendments to the January 2016 Design Criteria Manual & Supplementary Master Municipal Construction Documents General Figure 2.3.1 16 Revise Revised Figure 2.3.1: New Development Areas where Secondary Suites Apply to include two new areas (#4 and 5). Water 3.3.2 Watermains 31 Add Added wording in Section 3.3.2.3

More information

Sample. Bid Proposal. Not Valid for Use

Sample. Bid Proposal. Not Valid for Use BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes

More information

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

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

More information

REQUEST FOR QUOTATIONS Crushed Gravel

REQUEST FOR QUOTATIONS Crushed Gravel REQUEST FOR QUOTATIONS 2018-06 Crushed Gravel The City of Dawson Creek requests quotations for the supply and delivery of approximately 2000 tonnes of ¾ crushed gravel (1000 tonnes per year for two years)

More information

BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE. "Beit Hanoun Emergency Water Supply Project"

BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE. Beit Hanoun Emergency Water Supply Project "Beit Hanoun Emergency Water Supply Project" " Rehabilitation and Construction of Beit Hanoun Water Network " BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE Bill of Quantities PREAMBLE TO

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

CITY 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 information

RFQ Drainage Ditching and Culvert Replacement

RFQ Drainage Ditching and Culvert Replacement RFQ 2016-26 Drainage Ditching and Culvert Replacement The City of Dawson Creek requests quotes for drainage ditching and replacement of culverts in the area of 7 th Street and 122 nd Avenue. All contract

More information

TOWN OF DIGBY WATERFRONT PROMENADE RENOVATION TENDER NO DIGBY, NOVA SCOTIA APRIL 4, 2016

TOWN OF DIGBY WATERFRONT PROMENADE RENOVATION TENDER NO DIGBY, NOVA SCOTIA APRIL 4, 2016 TOWN OF DIGBY WATERFRONT PROMENADE RENOVATION TENDER NO. 2016-03 DIGBY, NOVA SCOTIA APRIL 4, 2016 SET NO. TOWN OF DIGBY WATERFRONT PREFACE PAGE 1 OVERVIEW This document is a Supplementary Specification

More information

EL 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 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 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

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

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

More information

BID FORM (LUMP SUM CONTRACT)

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

More information

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

Division 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 information

CONSTRUCTION SPECIFICATION FOR NEW MAINTENANCE HOLE, CATCH BASIN, DITCH INLET, AND VALVE CHAMBER INSTALLATION

CONSTRUCTION SPECIFICATION FOR NEW MAINTENANCE HOLE, CATCH BASIN, DITCH INLET, AND VALVE CHAMBER INSTALLATION ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 407 NOVEMBER 2015 CONSTRUCTION SPECIFICATION FOR NEW MAINTENANCE HOLE, CATCH BASIN, DITCH INLET, AND VALVE CHAMBER INSTALLATION TABLE OF CONTENTS 407.01

More information

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. 2017-1 43 SOUTH GRANVILLE WATER AND SEWER AUTHORITY H STREET BY-PASS

More information

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

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

More information

Tender Documents. Resort Municipality of Whistler Sanitary Sewer Repair Program Contract No. E May Set #

Tender Documents. Resort Municipality of Whistler Sanitary Sewer Repair Program Contract No. E May Set # Tender Documents Resort Municipality of Whistler May 2018 2018 Sanitary Sewer Repair Program Contract No. E14301-2018 Set # UNIT TABLE OF CONTENTS PRICE PAGE 1 OF 1 CONTRACT TABLE OF CONTENTS MMCD PLATINUM

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

DOCUMENT ADDENDA AND MODIFICATIONS

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

More information

DISTRICT OF TOFINO BARRS MOUNTIAN RESERVOIR REPLACEMENT PROJECT. Attached, please find Addendum # 1 for the above noted project.

DISTRICT OF TOFINO BARRS MOUNTIAN RESERVOIR REPLACEMENT PROJECT. Attached, please find Addendum # 1 for the above noted project. DATE DESTINATION EMAIL NO OF PAGES (INCL THIS PAGE) FILE January 13, 2017 n/a 11 2231-35306-02 TO FROM ALL DOCUMENT HOLDERS C. Pogson COMPANY CITY ORIGINALS TO BE: Filed Mailed Couriered OTHER (SPECIFY)

More information

DISTRICT OF HOPE SUPPLEMENTARY SPECIFICATIONS

DISTRICT OF HOPE SUPPLEMENTARY SPECIFICATIONS DISTRICT OF HOPE SUPPLEMENTARY SPECIFICATIONS SUPPLEMENTARY CONSTRUCTION SPECIFICATIONS The District of Hope has adopted the Master Municipal Construction Document and Standard Detail Drawings, printed

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018 155 Corey Avenue St. Pete Beach, FL 33706-1839 www.stpetebeach.org Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated

More information

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

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

More information

ADDENDUM #2 NWIT Watermain Replacement Program New Westminster, BC. Please see Addendum #2 from Wedler Engineering LLP (12 pages following)

ADDENDUM #2 NWIT Watermain Replacement Program New Westminster, BC. Please see Addendum #2 from Wedler Engineering LLP (12 pages following) June 21, 2012 ADDENDUM #2 NWIT-12-15 Watermain Replacement Program New Westminster, BC This addendum modifies the Invitation to Tender only as noted: Please see Addendum #2 from Wedler Engineering LLP

More information

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

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

More information

Job Order Sewer Repair Services

Job Order Sewer Repair Services Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified

More information

THE CORPORATION OF THE CITY OF WINDSOR OFFICE OF THE CITY SOLICITOR. Shelby Askin Hager Manager of Purchasing & Risk Management

THE CORPORATION OF THE CITY OF WINDSOR OFFICE OF THE CITY SOLICITOR. Shelby Askin Hager Manager of Purchasing & Risk Management THE CORPORATION OF THE CITY OF WINDSOR OFFICE OF THE CITY SOLICITOR GEORGE WILKKI City Solicitor Shelby Askin Hager Manager of Purchasing & Risk Management (519) 255-6272 TELEPHONE NUMBER ADDENDUM NO.

More information

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS.MUNI 401 NOVEMBER 2015 (Formerly OPSS 401, November 2013) CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING TABLE OF CONTENTS 401.01

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY 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 information

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:]

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:] SECTION 14 - REMOVALS 14-1 GENERAL This item shall consist of removing, [salvaging], [abandoning,] [stockpiling] and/or disposing of existing [pavements,] [asphalt-treated bases (ATB),] [cement-treated

More information

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project

More information

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SOLICITATION NO.: B-10-031-MF SAWS JOB NO. 07-6500 DESCRIPTION: DOS RIOS WATER RECYCLING

More information

April 18, 2018 CONTRACT NO.: TENDER CLOSING DATE: Friday April 27, :00 pm EST

April 18, 2018 CONTRACT NO.: TENDER CLOSING DATE: Friday April 27, :00 pm EST April 18, 2018 CONTRACT NO.: 17003-001 TENDER CLOSING DATE: Friday April 27, 2018 2:00 pm EST TENDER FOR: 7th Avenue Watermain, Storm Sewer, Sanitary Sewer and Road Reconstruction from 12 th Street to

More information

SUPPLEMENTAL SPECIFICATIONS AND DRAWINGS TO THE IDAHO STANDARDS FOR PUBLIC WORKS CONSTRUCTION TABLE OF CONTENTS

SUPPLEMENTAL SPECIFICATIONS AND DRAWINGS TO THE IDAHO STANDARDS FOR PUBLIC WORKS CONSTRUCTION TABLE OF CONTENTS PREFACE AND CITY ENGINEER S LETTER INDEX OF STANDARD DRAWINGS DIVISION 100 GENERAL CONDITIONS ARTICLE 1 DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms ARTICLE 2 PRELIMINARY MATTERS 2.01 Delivery of Bonds

More information

DOCUMENT ADDENDUM No. 2

DOCUMENT ADDENDUM No. 2 DOCUMENT ADDENDUM No. 2 PART 1 GENERAL 1.1 DOCUMENT INCLUDES A. Clarifications 1.2 CONSTRUCTION CONTRACT A. The Construction Contract is known as SU095 9 th Street and SU096 Downs Drive Storm Drain Projects.

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY 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 information

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified? ADDENDUM NO. 1 July 26, 2017 223837 RE: FROM: TO: CITY OF BARRE HMGP STORM DRAIN IMPROVEMENT PROJECTS DuBOIS & KING, INC. P.O. Box 339 Randolph, Vermont 05060 (802) 728-3376 Prospective Bidders This Addendum

More information

Town of Milton Halton Paramedic Services Station No. 17 and Milton Fire Station No. 5 Tender No and

Town of Milton Halton Paramedic Services Station No. 17 and Milton Fire Station No. 5 Tender No and Town of Milton No. 17 and Milton Fire Station No. 5 Tender No. 19-500-1 and 19-500-2 BID SUBMISSION 19-500-2 Part Two In accordance with Tender No. 19-500-2, Tender Form Part Two must be submitted electronically

More information

SITE SERVICES GUELPH TRANSIT OPERATIONS & MAINTENANCE SECTION WATSON ROAD FACILITY PAGE 1 OF 6 WATER RECLAMATION PROJECT JUNE 2013

SITE SERVICES GUELPH TRANSIT OPERATIONS & MAINTENANCE SECTION WATSON ROAD FACILITY PAGE 1 OF 6 WATER RECLAMATION PROJECT JUNE 2013 WATSON ROAD FACILITY PAGE 1 OF 6 PART 1 GENERAL 1.1 Description The work covered by this Section includes all labour, materials, equipment, and supervision necessary to complete the site services as shown

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

TABLE OF CONTENTS. Chapter 3 - WATER MAIN, VALVES, HYDRANTS AND APPURTENANCES. Chapter 4 - SANITARY SEWER. Chapter 5 - STORM SEWER

TABLE OF CONTENTS. Chapter 3 - WATER MAIN, VALVES, HYDRANTS AND APPURTENANCES. Chapter 4 - SANITARY SEWER. Chapter 5 - STORM SEWER Chapter 3 - WATER MAIN, VALVES, HYDRANTS AND APPURTENANCES Chapter 4 - SANITARY SEWER Chapter 5 - STORM SEWER Chapter 6 - EXCAVATION, TRENCING, BACKFILLING, AND BEDDING Chapter 11 - CONCRETE CURBS, CURB

More information

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

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

More information

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

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

More information

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2017

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2017 SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2017 STANDARD SPECIFICATIONS 102.12 Best Value Contracting Partial payments shall be withheld if contractor is working on site and has not satisfied

More information

CREUS Engineering Ltd. Harvey Creek Intake Upgrade MASTER MUNICIPAL CONSTRUCTION DOCUMENTS UNIT PRICE AND LUMP SUM CONTRACT

CREUS Engineering Ltd. Harvey Creek Intake Upgrade MASTER MUNICIPAL CONSTRUCTION DOCUMENTS UNIT PRICE AND LUMP SUM CONTRACT Harvey Creek Intake Upgrade MASTER MUNICIPAL CONSTRUCTION DOCUMENTS - 2009 UNIT PRICE AND LUMP SUM File No. 13160 July 2017 CREUS Engineering Ltd 610-EAST TOWER, 221 ESPLANADE W, N. VANCOUVER, BC V7M 3J3

More information

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

More information

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds

More information

FORM A: BID (See B8)

FORM A: BID (See B8) Page 1 of 37 Template Version: C420180115 - RW FORM A: BID (See B8) 1. Contract Title 2018 Local Improvements 2. Bidder Usual Business as it appears on Invoice (if different from above) Street City Province

More information

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

More information

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

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. Addendum #1 Project: Coteau Street & Utility Improvements Bid Date: 1:00 P.M., Local Time, March 20, 2017 Bid Location: Office of the City Administrator/Clerk, City of Lake Benton 106 S. Center Street

More information

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6 SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO. 18-4501 SOLICITATION NO. CO-00198 ADDENDUM 6 (September 10, 2018) To Respondent of Record: This addendum, applicable to work referenced

More information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA ****************************************************************************************************

More information