LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

Size: px
Start display at page:

Download "LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2"

Transcription

1 revard Central Services Florida's Coast CENTRAL SERVICES GROUP Telephone (321) PURCHASING SERVICES Fax (321) Brevard County Government Center 2725 Judge Fran Jamieson Way, Bldg. C, Suite C-303 Viera, FL LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2 This is an Addendum to and shall be considered as part of the original bid for the above mentioned bid, Please acknowledge receipt of Addendum 2 in space provided on Price Sheet. Bidders are to acknowledge receipt of this addendum with their bid, Q1: Sheet CoOl does not give a overview, I assume this is the correct location for the new 6" forcemain behind the houses in the easement. N-06} Ai: Attached is replacement sheet CoOl showing the location of the proposed 6" forcemain in the easement. The revisions are clouded in the drawing. This sheet replaces sheet CoOl in the plan set. How do you access into the easement to work? (appears to reference easement for forcemain work LS N 06) A2: 20 ft. wide utility easement exists between the houses at the west end of Caper Court and provides access to the location of the proposed forcemain work. The Contractor will be responsible for restoration of the easement to meet current condition or better following construction. See attached copy of the recorded plat for the easement location. 03. the plans cajl for this 400 +/- ft to be open cut PVc. Will the County accept this to be changed to HOPE and directional drilled? (LS N-06) A3: The County will allow this proposed forcemain to be constructed using directional drill and HOPE pipe. Contractor proposing the use of directional drill for this work will be required to submit a directional drill for review and by the Engineer prior to construction, All work shall meet the Standards and requirements of the Brevard County Utility Services Department. 04: Is the 304 LF 6" forcemain extension included on this bid? If the 6" forcemain is included, which item number/item description it go under on the bid schedule? A4: Yes, the 6" forcemain extension is included in this bid, The cost of the forcemain and related work shall be included in Bid Item No. 11 and restoration of associated disturbed areas shall be included in Bid Item No. 15.

2 detail? LIFT STATIONS N-03 & N-06 REPLACEMENT Bid # B May 18, 2016 Addendum 2 ~ 2 Is it the owner's intention for the contractor to install sod on top of the lift station access drive as shown on N-06) A5: The detail on sheet C-08 has been revised to show 2" of top soil installed on top of the compacted stabilized base. Attached is replacement sheet C-OB. The revision is clouded in the drawing. This sheet sheet C-OB in the plan set. Q6: Is there a Boundary Survey available for N-03? A6: A topographic survey is included in the drawing set as sheet C-02; a survey is not available. Is there a Boundary Survey available for N-06? A7: A plat of survey is included in the drawing set as sheet nnia'q'/q' a boundary survey is not available. Q8: Would County accept 0 2 mm HDPE liner precast into new wet well and manholes as an alternate to the Madewell spray on liner? AS: The new wet wells shall include an integrally cast 2.0 mm thick HOPE liner in accordance with Section E. of the Contract Documents. All new manholes shall have an interior coating in accordance with the "Concentric Manhole" detail on sheet C-06 of the plans for Lift Station N-03. The Madewell spray liner is to be used as part of rehabilitation and conversion to a manhole of the wei well for Lift Station N-03 as shown on sheet C-03. Would the County provide 0 Bid Item for removal ofunsuitable moterials? L5-3 appears to have a strata af unsuitable sails but it's nat know the extenttnat could be enccluntered. A9: A new Bid Item No. 16 entitled "Removal & Replacement of Unsatisfactory Soils" has been added to the Bid Form. In addition, Section Measurement & of the Contract Documents has been revised to include subsection 1.17 which a description of this new Bid Item Q1fJ. Is the GC to reuse the ekisting SCADA A 10: No, Contractor is to furnish new antenna masts as shown on Sheet E-4 of the lro"""n,.,,,, for both Lift Station N-03 and N-06. Q11: Is the GC responsible for costs to FPL for relocating/replacing the eleclricaf service feeder? Ifso, can the county provide the contact at FPL for engineering? A11: No, Utility Services will pay for the cost for FPL to the electrical service for each lift station. Sub-section 1.5A of Section PVC Pipe and Sub-section 1.3A of Section 0260 PVC Gravity Sewer are revised to identify that Diamond Pipe is NOT an acceptable manufacturer of PVC pipe for this project

3 The Bid due date and time remains May UFTSTATIONS N-03 & N-06 REPLACEMENT Bid # May 18, 2016 Addendum at 2:00 p.m. Late bids will not be accepted. All other terms and conditions remain unchanged. Sincerely, JLM/rds/rds Attachments: 1. Replacement Sheet C-07 (LS N-06) 2, Plat showing Utility Access Easement 3. Replacement Sheet C-08 (LS N-06) 4. Revised Section Revised Section cc: file Utility Services END OF ADDENDUM NO.2

4

5

6

7 SECTION BID for LIFT STATIONS N-03 AND N-06 REPLACEMENT Name of Bidder: Submitted in Triplicate:, 20 Purchasing Services Office 2725 Judge Fran Jamieson Way Building C, 3rd Floor, Suite C-303 Melbourne, Florida Gentlemen: The undersigned, as Bidder, hereby declares that the only person or persons interested in the Bid, as principal or principals, is or are named herein and that no other person than herein mentioned has any interest in the Bid of the Contract to which the work pertains; that this Bid is made without connection or arrangement with any other person, company, or parties making a bid and that the Bid is in all respects fair and made in good faith without collusion or fraud. The Bidder further declares that Bidder has examined the site of the work and is fully satisfied that such site is a correct and suitable one for this work and Bidder assumes full responsibility therefor. This determination was made based on Bidder s personal knowledge and experience and/or having made sufficient test holes and other subsurface investigations. The bidder states that the Drawings and Specifications for the work have been examined and based on Bidders own experience or professional advice, Bidder has determined that the Drawings and Specifications are sufficient for the work to be done and that Bidder has examined the other Contract Documents and all addenda relating thereto, including the Advertisement for Bids, Instructions to Bidders, Bid, Bid Security, Contract, Performance and Payment Bonds, General and Special Conditions, Technical Specifications, Drawings and has read all addenda prior to the receipt of bids, and that Bidder has satisfied himself fully, relative to all matters and conditions with respect to the work to which this Bid pertains. The Bidder proposes and agrees, if this Bid is accepted, to contract with Brevard County in the form of contract specified, to furnish all necessary materials, equipment, all necessary machinery, tools, apparatus, means of transportation, and labor necessary to complete the work specified in the Bid and the Contract, and called for by the Drawings and Specifications and in the manner specified. The Bidder further proposes and agrees to comply in all respects with the time limits for commencement and completion of the work as stated in the Contract Form. The Bidder further agrees that the deductions for liquidated damages, as stated in the Contract Form, constitute fixed, agreed, and liquidated damages to reimburse the Owner for additional costs to the Owner resulting from the work not being completed within the time limit stated in the Contract Form

8 The Bidder further agrees to execute a Contract and furnish satisfactory Performance and Payment Bonds, each in the amount of one-hundred percent of the Contract price, within ten consecutive calendar days after written notice being given by the Owner of the award of the Contract, and the undersigned agrees that in case of failure on Bidders part to execute the said Contract and Performance and Payment Bonds within the ten consecutive calendar days after the award of the Contract, the cashier s check or Bid Bond accompanying the bid and the money payable thereon shall be paid to the Owner as liquidation of damages sustained by the Owner; otherwise, the Bid Security accompanying the Bid shall be returned to the undersigned after the Contractor is signed and the Performance and Payment Bonds are filed. The undersigned agrees to accept in full compensation therefor the total of the lump sum prices and extended unit price items named in the following schedule. It is understood that the unit prices quoted or established for a particular item are to be used for computing the amount to be paid to the Contractor, based on the quantities actually constructed as determined by the applicable measurement and payment portion of the technical specifications. Bidders Occupational License No. Name and Address of Surety or Sureties who will sign Bonds: Performance Bond: Payment Bond: Maintenance Bond:

9 BID SCHEDULE LIFT STATION N-03 AND N-06 REPLACEMENT Each Bidder shall fill out and complete the Bid Schedule form included in this Section and shall submit the appropriate number of copies as part of the Bid. The purpose of the Bid Schedule is to provide a uniform comparison of the bids. This Contract is a LUMP SUM CONTRACT and Bidder is to include all costs Bidder may anticipate during the length of this project and the contract. Each Bidder shall include all extras the Bidder may determine necessary to provide the quantity and quality of Work required by the Contract Documents. Fill in the following bid breakdown which will be used to determine bid completeness and understanding, then fill in the Total Lump Sum Bid Price on the line provided. The total bid price must be equal to the sum of the values in the bid breakdown. The verified sum of the individual values in the bid breakdown takes precedence over any discrepancy between the Total Lump Sum Bid Price written and the corrected total lump sum bid price. Item Number Item Description Total Price 1* Mobilization/Demobilization, Insurance, Bonds $ 2 Demolition and Site Work: N-03 $ 3 Demolition and Site Work: N-06 $ 4 By-pass Installation and Pumping: N-03 $ 5 By-pass Installation and Pumping: N-06 $ 6 Manhole Dewatering, Repair and Lining: N-03 $ 7 Manhole Dewatering, Repair and Lining: N-06 $ 8 Construct New Wet Well and Manhole: N-03 $ 9 Construct New Wet Well and Manholes: N-06 $ 10 Pumps, Rails, Risers, Piping and Valves: N-03 $ 11 Pumps, Rails, Risers, Piping and Valves: N-06 $ 12 Electrical and SCADA Improvements: N-03 $ 13 Electrical and SCADA Improvements: N-06 $ 14 Site Restoration: N-03 $ 15 Site Restoration: N-06 $ 16 Removal & Replacement of Unsatisfactory Soils: N-03 $ 17 Allowance (Section 01020) $ 50, Total Lump Sum Bid Price: $ (In Words)

10 *NOTE: Bid Item Number 1 cannot be more than 7% of the Total Lump Sum Bid Price. See Section for more information. Acknowledgment is hereby made of the following Addenda received subsequent to issuance of Plans and Specifications: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Dated this day of, 20. Name of Organization: By: Title: The undersigned Bidder hereby designates, as follows, all major Subcontractors whom Bidder proposes to utilize for the major areas of Work for the Project. The Bidder is further notified that all Subcontractors shall be properly licensed, bondable and shall be required to furnish the Owner with all information on Subcontractors as required in the Bidding and Contract Documents. Failure to furnish this information shall be grounds for rejection of the Bidder's proposal. Area of Specialty Name and Address License Number

11 TRENCH SAFETY ACT COMPLIANCE 1. The bidder acknowledges the existence of the Florida Trench Safety Act (hereinafter called the Act ) and the requirements established therein. 2. The bidder further acknowledges that the Act established the Federal excavation safety standards set forth at 29 CFR Part 1926, Subpart P as the Interim State standard applicable to this project. 3. The bidder will comply with all applicable trench safety standards, during all phases of the work, if awarded the contract, and will ensure that all subcontractors will also comply with the Act. 4. The bidder will consider the geotechnical information available from the Owner, if any, from its own sources and all other relevant information in its design of the trench safety system it will employ on the subject project. The bidder acknowledges that the Owner is not obligated to provide such information, that Bidder is not to rely solely on such information if provided, and that Bidder is solely responsible for the selection of the data on which he relies in designing said safety system, as well as for the system itself. 5. The bidder acknowledges that included in the Total Price in the Bid Form are costs for complying with the Florida Trench Safety Act which is in effect as of October 1, The undersigned further identifies the costs to be $ per Lineal Foot. 6. The amount in Item 5 herein includes the following Trench Safety Compliance Methods and the units of each safety measure. The unit costs and the unit prices are shown solely for the purpose of compliance with the procedural requirements of the Act. Trench Safety Unit Estimated Unit Extended Compliance Method (LF,SY) Quantify Cost Cost A. B. C. D. 7. Acceptance of the bid to which this certification and disclosure applies in no way represents that the Owner or its representatives have evaluated or determined that the above costs are adequate to comply with the applicable trench safety requirements, nor does it in any way relieve the undersigned of his sole responsibility for complying with all applicable safety requirements

12 Attached hereto is a cashier s check on the Bank of or a Bid Bond for the sum of Dollars ($ ), made payable to Brevard County Board of County Commissioners, Brevard County, Florida. L.S. (Name of Bidder) (Affix Seal) L.S. (Signature of Officer) L.S. (Title of Officer) Address: City: State: The full names and residences of persons and firms interested in the foregoing bid, as principals, are as follows: Name of the executive who will give personal attention to the work: Attach list of subcontractors as required by Subsection 1.06.D.3 of Instructions To Bidders, Section

13 ACKNOWLEDGMENT OF OFFICER TO EXECUTE BID ON BEHALF OF A CORPORATION State of ) County of ) On this day of 20, before me personally came and appeared,to me known, who, being by me duly sworn, did depose and say that Affiant resides at that Affiant is the of, the corporation described in and which executed the foregoing Bid Proposal; that Affiant knows the seal of said corporation, that one of the impressions affixed to said instrument is an impression of such seal; that Affiant is the proper official of said corporation designated to execute such instrument, that Affiant has authority to do so, that Affiant executed same for and in behalf of said corporation, and that Affiant s act is the act and deed of said corporation. Witness my hand and official notarial seal at, the day and year above written. (Notary Public) My commission expires: (seal) END OF SECTION

14 SECTION MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 SCOPE A. Payment for the various items of the Bid Schedule, as further specified herein, will include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the Work, all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of permits and cost of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Requirements of the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). The Contractor shall accept the compensation in full payment for all loss or damages arising from the nature of the work, or from any discrepancy between the actual quantities of work and quantities herein estimated by the Engineer, or from the action of the elements or from any unforeseen difficulties which may be encountered during the prosecution of the work until the final acceptance by the Owner. No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs therefor will be included in the prices named in the Bid Schedule for the various appurtenant items of the completed work. B. The prices stated in the Bid include all costs and expenses for taxes, labor, equipment, materials, commissions, transportation charges and expenses, patent fees and royalties, labor for handling materials during inspection, together with any and all other costs and expenses for performing and completing the work as shown on the Drawings and specified herein. The basis of payment for an item, task or procedure, at the unit or lump sum price shown in the Bid Schedule, shall be in accordance with the description of that item in this Section. C. The Contractor's attention is called to the fact that the quotations for the various items of work are intended to establish a total price for completing the work in its entirety. Should the Contractor feel that the cost for any item of work has not been established by the Bid Schedule or Payment Items, the Contractor shall include the cost for that work in some other applicable bid item, so that the proposal for the project reflects the Contractor s total price for completing the work in its entirety MEASUREMENT A. Where indicated for measurement, the quantities for payment under this Contract shall be determined by actual measurement of the completed items, in place, ready for service and accepted by the Owner, in accordance with the applicable method of measurement therefore contained herein. A representative of the Contractor shall witness all field measurements. B. Subject to all other Contract requirements, the Contractor shall be paid for "as-built" quantities of work for which a unit price is given in the bid

15 C. Where payment limit lines are shown on the Contract Drawings, or specified herein, measurements of a payment item quantity will be made up to, but not beyond such lines. D. Where the actual work of a payment item falls short of the payment limit line, measurement will be made to the line of the actual work. E. No measurement for payment will be made for quantities outside of payment limit lines unless authorized in writing by the Owner MOBILIZATION/DEMOBILIZATION, INSURANCE, BONDS (Bid Item No. 1) B. Payment for Mobilization, Demobilization, Insurance, and Bonds will be made at the lump sum price named in the Bid Schedule under Bid Item No.1, which price shall constitute full compensation for mobilization, demobilization, and providing all required insurance and performance, payment and maintenance bonds in accordance with the requirements of these Contract Documents. C. The aggregate of these Bid Items may not comprise more than seven percent (7%) of the total Lump Sum Bid Price DEMOLITION AND SITE WORK: N-03 (Bid Item No. 2) B. Payment for Demolition and Site Work will be made at the lump sum price named in the Bid Schedule under Bid Item No. 2, which price shall constitute full and total compensation for demolition, salvaging, abandonment, and disposal of the existing systems as indicated on the Drawings and as required in these Contract Documents; including removal of wet well, valve vault, equipment, piping, pipe supports, valve floor stands, controls and floats; including all patching and repair to existing systems impacted from demolition Cost should also include installation and maintenance of silt fence for soil erosion and sedimentation control measures as indicated on the Drawings DEMOLITION AND SITE WORK: N-06 (Bid Item No. 3) B. Payment for Demolition and Site Work will be made at the lump sum price named in the Bid Schedule under Bid Item No. 3, which price shall constitute full and total compensation for demolition, salvaging, abandonment, and disposal of the existing systems as indicated on the Drawings and as required in these Contract Documents; including removal of wet well, valve vault, equipment, piping, pipe supports, valve floor stands, controls and floats including all patching and repair to existing systems impacted from demolition as well as removal of existing curb and gutter on Longbow Drive necessary for construction of concrete apron BY-PASS INSTALLATION AND PUMPING: N-03 (Bid Item No. 4)

16 B. Payment for By-pass Installation and Pumping will be made at the lump sum price named in the Bid Schedule under Bid Item No. 4, which price shall constitute full compensation for furnishing, installing, powering and then removing all required pumps, piping, equipment, fittings, valves, appurtenances, and temporary electrical power and/or diesel fuel to provide adequate bypass pumping meeting the requirements of Technical Specification Section 02141; including furnishing backup diesel powered pumps as specified, installation and removal of temporary line stops required for bypass piping, installation and removal of all temporary manhole plugging, restoration of all existing facilities utilized for bypass pumping to match existing conditions; and all other incidentals required to perform all temporary by-pass pumping during construction BY-PASS INSTALLATION AND PUMPING: N-06 (Bid Item No. 5) B. Payment for By-pass Installation and Pumping will be made at the lump sum price named in the Bid Schedule under Bid Item No. 5, which price shall constitute full compensation for furnishing, installing, powering and then removing all required pumps, piping, equipment, fittings, valves, appurtenances, and temporary electrical power and/or diesel fuel to provide adequate bypass pumping meeting the requirements of Technical Specification Section 02141; including furnishing backup diesel powered pumps as specified, installation and removal of temporary line stops required for bypass piping, installation and removal of all temporary manhole plugging, restoration of all existing facilities utilized for bypass pumping to match existing conditions; and all other incidentals required to perform all temporary by-pass pumping during construction MANHOLE DEWATERING, REPAIR AND LINING: N-03 (Bid Item No. 6) B. Payment for Manhole Dewatering, Repair and Lining will be made at the lump sum price named in the Bid Schedule under Bid Item No. 6, which price shall constitute full compensation for installing, operating and removing a temporary dewatering system, pressure grouting the outside of the manhole to provide stability and stop all leaking, preparing interior surface of the manhole, and installing the selected rigid lining system in the manhole meeting the requirements of Technical Specifications Section MANHOLE DEWATERING, REPAIR AND LINING: N-06 (Bid Item No. 7) B. Payment for Manhole Dewatering, Repair and Lining will be made at the lump sum price named in the Bid Schedule under Bid Item No. 6, which price shall constitute full compensation for installing, operating and removing a temporary dewatering system, pressure grouting the outside of the manhole to provide stability and stop all leaking, preparing interior surface of the

17 manhole, and installing the selected rigid lining system in the manhole meeting the requirements of Technical Specifications Section CONSTRUCT NEW WET WELL AND MANHOLE: N-03 (Bid Item No. 8) B. Payment for Constructing a New Wet Well will be made at the lump sum price named in the Bid Schedule under Bid Item No. 8, which price shall constitute full compensation for furnishing and installing a new six (6) foot diameter concrete wet well, all coatings and liner, Contractorsupplied wet well accessories, a new four (4) foot diameter manhole with liner as described in the Technical Specifications, and all other incidentals required to complete these items as indicated on the Drawings and as required in these Contract Documents CONSTRUCT NEW WET WELL AND MANHOLES: N-06 (Bid Item No. 9) B. Payment for Constructing a New Wet Well will be made at the lump sum price named in the Bid Schedule under Bid Item No. 9, which price shall constitute full compensation for furnishing and installing a new six (6) foot diameter concrete wet well, all coatings and liner, Contractorsupplied wet well accessories, two (2) four (4) foot diameter doghouse manholes, and all other incidentals required to complete these items as indicated on the Drawings and as required in these Contract Documents PUMPS, RAILS, RISERS, PIPING AND VALVES: N-03 (Bid Item No. 10) B. Payment for furnishing and installing Pumps, Rails, Risers, Piping and Valves will be made at the lump sum price named in the Bid Schedule under Bid Item No. 10, which price shall constitute full compensation for installing pumps, bases, rails, check valves, plug valves, valve pad, pump-out connection, risers, and piping as indicated on the Drawings and as required in these Contract Documents. The cost shall also include PVC force main, PVC gravity sewer, all ductile iron pipe, fittings, reducers, flange adapters, couplings, tie-rods, pipe supports, all prime and finish coatings, and all other incidentals required to complete these items PUMPS, RAILS, RISERS, PIPING AND VALVES: N-06 (Bid Item No. 11) B. Payment for furnishing and installing Pumps, Rails, Risers, Piping and Valves will be made at the lump sum price named in the Bid Schedule under Bid Item No. 11, which price shall constitute full compensation for installing pumps, bases, rails, check valves, plug valves, valve pad, pump-out connection, risers, and piping as indicated on the Drawings and as required in these Contract Documents. The cost shall also include PVC force main, PVC gravity sewer, all ductile iron pipe, fittings, reducers, flange adapters, couplings, tie-rods, pipe supports, all prime and finish coatings, and all other incidentals required to complete these items

18 1.13 ELECTRICAL AND SCADA IMPROVEMENTS: N-03 (Bid Item No. 12) B. Payment for furnishing and installing all Electrical and SCADA Improvements will be made at the lump sum price named in the Bid Schedule under Bid Item No. 12, which price shall constitute full compensation for the electrical control panel and all electrical system accessories including new FPL underground service, plus all of the SCADA equipment including antenna. The cost shall also include all conduit, wiring, all coatings, and all other incidentals required to complete these items, including re-establishing all electrical controls, installing Owner-furnished RTU and antenna, and monitoring systems as indicated on the Drawings and as required in these Contract Documents ELECTRICAL AND SCADA IMPROVEMENTS: N-06 (Bid Item No. 13) B. Payment for furnishing and installing all Electrical and SCADA Improvements will be made at the lump sum price named in the Bid Schedule under Bid Item No. 13, which price shall constitute full compensation for the electrical control panel and all electrical system accessories including new FPL underground service, plus all of the SCADA equipment including antenna. The cost shall also include all conduit, wiring, all coatings, and all other incidentals required to complete these items, including re-establishing all electrical controls, installing Owner-furnished RTU and antenna, and monitoring systems as indicated on the Drawings and as required in these Contract Documents SITE RESTORATION: N-03 (Bid Item No. 14) B. Payment for performing all Site Restoration will be made at the lump sum price named in the Bid Schedule under Bid Item No. 14, which price shall constitute full compensation for furnishing and installing backfill, base material, providing proper compaction, installing asphalt driveway, replace and extend concrete curb and gutter, installing chain link fence and double vehicle gate, installing stabilized gravel surface inside fenced area of lift station and all other incidentals as indicated on the Drawings and as required in these Contract Documents SITE RESTORATION: N-06 (Bid Item No. 15) B. Payment for performing all Site Restoration will be made at the lump sum price named in the Bid Schedule under Bid Item No. 15, which price shall constitute full compensation for furnishing and installing backfill, base material, providing proper compaction, installing a concrete driveway apron at right-of-way line of Longbow Drive, constructing access drive with stabilized base, installing Fence Type B fence with double vehicle gate and four (4) foot main gate, restoring all disturbed areas with sod and other site features and all other incidentals as

19 indicated on the Drawings and as required in these Contract Documents Removal & Replacement of Unsatisfactory Soils: N-03 (Bid Item No. 16) B. Payment for performing all Removal & Replacement of Unsatisfactory Soils will be made at the lump sum price named in the Bid Schedule under Bid Item No. 16 for removing and replacing an estimated 70 cubic-yards of unsatisfactory soils. This price shall constitute full compensation for excavation, removal, and disposal of unsatisfactory soils; and furnishing, installing, and compacting suitable backfill, and all other incidentals as indicated on the Drawings and as required in these Contract Documents ALLOWANCE (Bid Item No. 17) A. Payment for work related to this item will be made for resolution of Owner-approved unforeseen construction conflicts, and/or minor amendments to the Contract Documents. The Contractor shall not be entitled to an amount of monies for this item unless authorized in writing by the Owner. Payment for this item will be made based upon a negotiated lump sum or based on time and materials. The Contractor shall produce documentation upon request to verify costs. Only fees substantiated and approved by the Owner shall be paid as part of this bid item in accordance with the requirements of the Contract Documents. Any excess remaining at the end of the project will be recovered by deductive change order. B. Payment for authorized contract amendments shall be made in accordance with the provisions of the Contract Documents. Allowance monies remaining at the completion of the project, inclusive of all authorized contract amendments, will be returned to the Owner. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION

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

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

ADDENDUM #1 Walker Woods Pump Station Replacement PW

ADDENDUM #1 Walker Woods Pump Station Replacement PW April 10, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Walker Woods Pump Station Replacement 18-0027PW A. The following additions, deletions, revisions, and/or amendments to the original drawings

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

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

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

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

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

More information

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

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC 29691 Robyn M. Courtright, CPPO, Procurement Director Tronda Spearman, CPPB, Assistant Procurement Director Telephone: 864-638-4141

More information

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

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

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

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

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

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 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

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

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

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

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

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

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

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

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ADDENDUM NO. 1 ITB-U-11-05 CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ISSUE DATE: February 14, 2011 BID DATE: TO: SUBJECT: INTENT: March 1, 2011 @ 2:00 P.M. All Prospective Bidders and Others

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances 2004 Specifications CSJ 2250-01-021, etc SPECIAL SPECIFICATION 5243 Water and Sewer System and Appurtenances 1. Description. This Item governs for the furnishing of all equipment, labor and materials to

More 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

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

SECTION TRENCHING & BACKFILLING

SECTION TRENCHING & BACKFILLING SECTION 02225 - TRENCHING & BACKFILLING 1.0 GENERAL 1.1 Work included in this Section includes trenching and backfilling for underground pipelines and related structures only. 1.2 Reference Specifications

More information

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 The original Contract Documents entitled BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT are amended

More 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

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

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

More information

BID FORM (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

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements,

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements, ITB 2018-02 ADDENDUM NO. 2 Addendum No. 2 to ITB 2018-02 MEDART LIFT STATION BYPASS Issued February 15, 2018 SECTION 2.0 SCHEDULE OF EVENTS See dates added in RED below Failure to comply with this or any

More information

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of a Partnership consisting of an Individual doing business as. TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction

More 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

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

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 012000 Applies only to Collier County Public Utilities Projects or Works and Utilities Portions of Collier County Transportation Projects, but not to Private Developments PART 1 GENERAL 1.1 SECTION

More information

PREQUALIFICATION APPLICATION INSTRUCTIONS

PREQUALIFICATION APPLICATION INSTRUCTIONS PREQUALIFICATION APPLICATION INSTRUCTIONS Please read the following instructions carefully as incomplete applications will not be processed. COMPLETE AND RETURN ALL SECTIONS OF THE APPLICATION PACKAGE.

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

Haywood County Auxiliary Services and Haywood County Auxiliary Services: Building Shell Renovation Waynesville, North Carolina

Haywood County Auxiliary Services and Haywood County Auxiliary Services: Building Shell Renovation Waynesville, North Carolina January 11, 2013 Addendum #4 Haywood County Auxiliary Services and Haywood County Auxiliary Services: Building Shell Renovation Waynesville, North Carolina The following changes, revisions, additions,

More information

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT Effective September 6, 2018, Addendum No. 3 (THREE), {Pages 1-7 and the applicable attachment(s)}, is associated

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

JUDD STREET LIFT STATION DEWATERING CONTRACT

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

More information

TELEPHONE: (215) Addendum No. 03

TELEPHONE: (215) Addendum No. 03 THE SCHOOL DISTRICT OF PHILADELPHIA SCHOOL REFORM COMMISSION Office of Capital Programs 440 North Broad Street, 3 rd Floor Suite 371 Philadelphia, PA 19130 TELEPHONE: (215) 400-4730 Addendum No. 03 Subject:

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

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015

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

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

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

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

extrudesection 00301 BID FORM PROJECT IDENTIFICATION: CONSTRUCTION OF PROPOSED DRAINAGE IMPROVEMENTS THIS BID IS SUBMITTED TO: THE CITY OF FREDERICKSBURG, TEXAS, herein after referred to as OWNER. 1. Enter

More information

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 TACOMA Department of Public Utilities Tacoma Power

CITY OF TACOMA Department of Public Utilities Tacoma Power CITY OF TACOMA Department of Public Utilities Tacoma Power ADDENDUM NO. 1 DATE: August 4, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0130F TPU Eductor Waste Decant Facility NOTICE TO ALL

More information

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL Page 312 VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS-12-01 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the IL ROUTE

More 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

SPECIAL SPECIFICATION 6664 Level (3) Communications System

SPECIAL SPECIFICATION 6664 Level (3) Communications System 2004 Specifications CSJ 1200-05-014 SPECIAL SPECIFICATION 6664 Level (3) Communications System 1. Description. A. This Item will govern the installation of all facilities belonging to Level (3) Communications,

More information

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

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

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF

More information

SPECIAL SPECIFICATION 6658 Time Warner Communications System

SPECIAL SPECIFICATION 6658 Time Warner Communications System 2004 Specifications CSJ 1200-05-014 1. Description. SPECIAL SPECIFICATION 6658 Time Warner Communications System A. This Item will govern the installation of all facilities belonging to Time Warner Cable

More information

Highlands Housing Authority

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

More information

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

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

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

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion City of Tacoma Tacoma Public Utilities Tacoma Power REQUEST FOR BIDS PG14-0667F Alder Lake Park Sewage Treatment Expansion Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, April 14, 2015 Submittal

More information

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 3 of 26 Addendum #1, RFB 16-217-05-17, May 13, 2016 be furnished to all bidders as an amendment to the solicitation, if such information

More information

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings Spring Lake Public Schools Spring Lake, MI March 2018 RE: High School Storage Buildings Advertisement for bids Bid Proposal Sealed bids for Spring Lake Public Schools-High School Storage Buildings will

More information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/ Connecting South Dakota and the Nation Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota 57501-5405 605/773-3464 FAX: 605/773-6215 May 6, 2011 RE: 0009-391

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

ADDENDUM NO. 1 NOVEMBER 8, 2016

ADDENDUM NO. 1 NOVEMBER 8, 2016 SAN ANTONIO WATER SYSTEM C_13 BROADWAY CORRIDOR PROJECT SEWER REHABILIATION PACKAGE 2.C AND 4.C SAWS JOB NO. 15-45111 (2.C) & 15-4514 (4.C) SOLICITATION NO. CO-00097 ADDENDUM NO. 1 NOVEMBER 8, 2016 TO

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

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

Request for Bid Group 1 Relay Addendum No. 1 to RFB No. 196548.71.0401 February 20, 2018 The following information encompasses Addendum No. 1 for the above referenced RFB. Bidders shall fully consider

More information

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION RFB # 18-0197 ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION The following information was conveyed and discussed

More 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

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01. BASIS FOR MEASUREMENT AND PAYMENT Measurement and Payment will be made for only those items included in the Schedule of Unit Prices or Contract

More information

HARMONY LELAND-CLAY REPLACEMENT ELEMENTARY SCHOOL

HARMONY LELAND-CLAY REPLACEMENT ELEMENTARY SCHOOL ADDENDUM NO. 4 November 26, 2018 Page 1 TO PLANS AND SPECIFICATIONS FOR CONSTRUCTION OF HARMONY LELAND-CLAY REPLACEMENT ELEMENTARY SCHOOL FOR COBB COUNTY SCHOOL DISTRICT COBB COUNTY, GEORGIA DATED: JULY

More information

LEON CREEK WATER RECYCLING CENTER INTERCONNECT TO THE SOUTHWEST BEXAR SEWER PIPELINE PROJECT Job No SAWS Solicitation No: B MF

LEON CREEK WATER RECYCLING CENTER INTERCONNECT TO THE SOUTHWEST BEXAR SEWER PIPELINE PROJECT Job No SAWS Solicitation No: B MF PROPOSAL OF, a corporation a partnership consisting of an individual doing business as. THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned proposes to furnish

More information

ADVERTISEMENT TO BID PARTIAL

ADVERTISEMENT TO BID PARTIAL ADVERTISEMENT TO BID The City of Elkton will receive separate, sealed Bids for their East Main Street Lift Station Generator Pad Addition Project until 10:30 a.m. local time, Tuesday, January 8, 2019 at

More information

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

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

More information

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

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

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

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

ADDENDUM NO. 1. SUBJECT: Revised Specification Sections Bid Form and Measurement and Payment

ADDENDUM NO. 1. SUBJECT: Revised Specification Sections Bid Form and Measurement and Payment ADDENDUM NO. 1 ITB-SW-09-11 Rae Drive and Riviera Drive ISSUE DATE: September 14, 2009 BID DATE: October 8, 2009 SUBJECT: Revised Specification Sections 00100 - Bid Form and 01025 Measurement and Payment

More information

We will need to keep a minimum of 6-0 wide pathway.

We will need to keep a minimum of 6-0 wide pathway. 2 April 16, 2018 FRESNO CHAFFEE ZOO WARTHOG EXHIBIT 894 West Belmont Avenue Fresno, CA 93728 Architect Project Number: 1616 FCZ Project Number: 0192 To: Prospective Bidders ADDENDUM NO. 2 The following

More information

ADDENDUM NO. 3 February 28, 2017

ADDENDUM NO. 3 February 28, 2017 ADDENDUM NO. 3 February 28, 2017 Project: From: To: Grimsley High School Auditorium Roof Replacement 801 Westover Terrace Greensboro, North Carolina 27408 Terracon Consultants, Inc. 7327-G West Friendly

More information

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE CITY OF BRECKSVILLE,

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE CITY OF BRECKSVILLE, CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE FOR THE CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS RQ# 41677 BIDS DUE ON: May 1, 2018, at 2:00 p.m. ADDENDUM NUMBER 1, April 25, 2018, Page

More information

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications Addendum No. 2 Project No. 2016-01EL West Barbour Street 12kV Underground Reconductoring Revisions to Drawings and Specifications Pre-Bid Meeting Notes and Scope of Work Clarifications Replace Section

More information

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

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

GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM

GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM 1. GENERAL 1.01 DESCRIPTION GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM A. The Contractor shall furnish all labor, equipment and materials necessary

More information

SPECIAL SPECIFICATION 6666 Charter Communications System

SPECIAL SPECIFICATION 6666 Charter Communications System 2004 Specifications CSJ 1200-05-014 SPECIAL SPECIFICATION 6666 Charter Communications System 1. Description. A. This Item will govern the installation of all facilities belonging to Charter Communications,

More information

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY (Company Name) Port Commissioners Port of Corpus Christi Authority P. O. Box 1541 Corpus Christi,

More information

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION The work to be performed under this Contract shall consist of furnishing all equipment, materials, supplies, and manufactured articles

More information

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE 1 PROJECT DESCRIPTION 2 2 PHYSICAL CONDITIONS/CONTRACT PLANS 2 3 PROJECT COORDINATION 3-5

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE 1 PROJECT DESCRIPTION 2 2 PHYSICAL CONDITIONS/CONTRACT PLANS 2 3 PROJECT COORDINATION 3-5 TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE 1 PROJECT DESCRIPTION 2 2 PHYSICAL CONDITIONS/CONTRACT PLANS 2 3 PROJECT COORDINATION 3-5 3.1 Intent of Plans and Specifications 3.2 Interpretation of

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

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

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

More information