ADDENDUM TO ITB DOCUMENTS

Size: px
Start display at page:

Download "ADDENDUM TO ITB DOCUMENTS"

Transcription

1 ADDENDUM TO ITB DOCUMENTS INVITATION TO BID: Pine Trails Park Phase IV ADDENDUM NO. 3 DATE: 3/17/14 To All Potential Bidders: This addendum is issued to modify the previously issued bid documents and/or given for informational purposes, and is hereby made a part of the bid documents. Please attach this addendum to the documents in your possession. Per the ITB, the bidder shall acknowledge receipt of any and all addenda, if any, listing the Addenda by number(s) and date(s) in their Letter of Interest. Changes to ITB: Section Table of Contents 1. Please replace Table of Contents, updated sections added: a Air Cooled Refrigerant Condensers b Equipment Wiring c Lighting Protection for Structures 2. Corrected Table of Contents section Fixed Wall Louvers, previous table of contents had a typo with incorrect section number of Reinforced Sod had incorrect page numbers, update and replace with section Plans 1. Please replace Index sheet C001 to add sheet IR-108, which was provided in the set.

2 City of Parkland / Pine Trails Phase IV Construction TABLE OF CONTENTS DIVISION/SECTION TITLE PAGE NO. PROCUREMENT AND CONTRACTING REQUIREMENTS INTRODUCTORY INFORMATION Section Title Page Table of Contents 1-6 PROCUREMENT REQUIREMENTS Section Notice to Bidders Bid Submission Checklist Instructions to Bidders and Standard Terms and Bid Format Bid Form Bid Schedule of Items Florida Trench Safety Act Foreign (Non-Florida) Corporate Statement Bid Security References Submittal Subcontractor List Drug Free Workplace Background Check Affidavit Qualifications Statement Non-Collusive Affidavit Authority to Execute Bid and Contract Form of Performance Bond Form of Payment Bond Agreement Between Owner and Contractor Special Conditions 1-14 TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section Schedule of Values 1-3 Section Measurement and Payment 1-3 Section Field Engineering Survey 1-5 DIVISION 2 EXISTING CONDITIONS NOT USED DIVISION 3 - CONCRETE Section Site Concrete Formwork 1-3 Section Site Concrete Reinforcement 1-3 Section Cast-in-Place Concrete 1-18 Section Site Cast-in-Place Concrete 1-10 Section Page 1 of 5

3 City of Parkland / Pine Trails Phase IV Construction Section Site Precast Concrete Structures 1-4 DIVISION 4 - MASONRY Section Concrete Unit Masonry Split-Face Masonry 1-3 DIVISION 5 - METALS Section Metal Fabrications 1-7 DIVISION 6 - WOOD AND PLASTICS Section Wood Treatment Rough Carpentry Sheathing Shop-Fabricated Wood Trusses Architectural Woodwork 1-6 DIVISION 7 - THERMAL AND MOISTURE PROTECTION Section Building Insulation Below-Grade Vapor Retarders Metal Roofing Sheet Metal Flashing and Trim Gutters and Downspouts Firestopping Joint Sealants 1-6 DIVISION 8 - OPENINGS Section Steel Doors and Frames Access Door - Ladder Assembly Coiling Counter Doors Aluminum Windows Door Hardware Glazing Fixed Wall Louvers 1-3 DIVISION 9 - FINISHES Section Gypsum Board Assemblies Portland Cement Stucco Plaster Fluid-Applied Flooring Paints and Coating Epoxy Wall Coating 1-4 DIVISION 10 - SPECIALTIES Section Signage Solid Phenolic Toilet Partitions 1-4 Section Page 2 of 5

4 City of Parkland / Pine Trails Phase IV Construction Toilet Room Accessories Fire Protection Specialties Prefabricated Sports Shelters 1-5 DIVISION 11 - EQUIPMENT DIVISION 12 - FURNISHINGS DIVISION 13 - SPECIAL CONSTRUCTION DIVISION 14 - CONVEYING SYSTEMS DIVISION 21 FIRE SUPPRESSION NOT USED NOT USED NOT USED NOT USED NOT USED DIVISION 22 PLUMBING Section Identification for Plumbing Piping and Equipment Plumbing Piping Insulation Plumbing Piping Plumbing Piping Specialties Plumbing Fixtures 1-3 DIVISION 23 - HEATING, VENTILATING AND AIR-CONDITIONING (HVAC) Section Common Motor Requirements for HVAC Equipment Vibration and Seismic Controls for HVAC Piping and Equipment Identification for HVAC Piping and Equipment Testing, Adjusting, and Balancing for HVAC Duct Insulation HVAC Piping Insulation Refrigerant Piping HVAC Ducts and Casings Air Duct Accessories HVAC Power Ventilators Air Outlets and Inlets Air Cooled Refrigerant Condensers Small Split-System Heating and Cooling 1-3 DIVISION 25 - INTEGRATED AUTOMATION DIVISION 26 - ELECTRICAL Section General Electrical Requirements Low Voltage Electrical Power Conductors and Cables Grounding and Bonding for Electrical Systems Hangers and Supporting Devices for Electrical Systems Raceway and Boxes for Electrical Systems Conduit Boxes Identification for Electrical Systems Lighting Control Devices 1-5 Section Page 3 of 5

5 City of Parkland / Pine Trails Phase IV Construction Low-Voltage Electrical Service Entrance Low Voltage Distribution Transformers Switchboards Panelboards Equipment Wiring Wiring Devices Fuses Enclosed Switches Lighting Protection for Structures Surge Protective Devices Interior Lighting Lighting Fixtures, Lamps, and Ballasts Scoreboards 1-1 DIVISION 31 - EARTHWORK Clearing and Grubbing Earthwork Excavation and backfilling of Utilities Excavation and backfilling of Structures Dewatering (during construction) Erosion and Sedimentation Control Soil Treatment Rubble Stone Riprap 1-3 DIVISION 32 - EXTERIOR IMPROVEMENTS Section Geotextile Fabric Site Concrete Work Stabilized Subgrade Aggregate Base Courses Preparatory Coats Type SP Asphaltic Concrete Portland Cement Concrete Paving Concrete Curbs and Gutters Signing and Pavement Markings Chain Link Fences and Gates Landscape Irrigation Pump Planting Irrigation Soil Preparation Reinforced Sod Seeding Sodding Trees, Shrubs and Groundcover 1-19 DIVISION 33 UTILITIES Section Water Distribution System Sanitary Sewage Collection System Wastewater Utility Pumping Stations 1-5 Section Page 4 of 5

6 City of Parkland / Pine Trails Phase IV Construction Storm Utility Drainage Piping 1-5 END TABLE OF CONTENTS Section Page 5 of 5

7 Pine Trails Park Phase IV Construction SECTION BID FORM PROJECT NAME: PINE TRAILS PARK PHASE IV CONSTRUCTION ITB NO.: SUBMITTED BY: ADDRESS: DATE: NAME OF QUALIFYING AGENT: FLORIDA STATE REGISTRATION NUMBER / BROWARD COUNTY CERTIFICATE OF COMPETENCY NUMBER: / The Bidder, having thoroughly and completely familiarized himself with all local site conditions affecting the cost of the work at the place where the work is to be done and with the related drawings, specifications, and other Contract documents, hereby proposes and agrees to furnish all construction, labor and materials, bonds, necessary tools, expendable equipment, and all utility and transportation services necessary to perform and complete all work required for the construction of the project, all in accordance with the Contract documents, within the time set forth and at the prices stated below. The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this proposal or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a proposal; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that he has examined the site of the work and informed himself fully of all conditions pertaining to the place where the work is to be done and has had sufficient time to make all tests and investigations; that he has examined the Bid Specifications and all addenda thereto furnished before the opening of the proposal, as acknowledged below and that he has satisfied himself about the work to be performed and considered all obligations and costs attendant thereto; and that he has submitted the required Bid Guaranty and all other required information with the bid. The Bidder agrees, if this proposal is accepted, to contract with the City of Parkland, a municipal corporation of the State of Florida, on the form attached hereto to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and labor necessary to construct and complete the work covered by this proposal and other Contract Documents for the project entitled: Pine Trails Park Phase IV Construction (ITB No ) BID FORM Page 1 of 7

8 Pine Trails Park Phase IV Construction The Bidder also agrees to furnish the required Performance and Payment Guaranty for not less than the total proposal price, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that if he fails to execute said Contract, or fails to furnish the required Performance and Payment Guaranty or fails to furnish the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract to him, the money payable on the bid guaranty accompanying his proposal shall be paid into the funds of the City of Parkland, Florida. Bidder understands that City reserves the right to reject any or all Bids and to waive irregularity in the bids. Failure to complete all items on this Bid Form will be cause for rejection. The Bidder certifies that no principals or corporate officers of the firm were principals or corporate officers in another firm at the time such other firm was suspended within the last two years from doing business with CITY or Broward County, except as stated below: Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of the Project Manual: ADDENDUM #1 ADDENDUM #2 ADDENDUM #3 ADDENDUM #4 dated: dated: dated: dated: BID FORM Page 2 of 7

9 Pine Trails Park Phase IV Construction TABULATION OF PRICES PROPOSAL The Base Proposal shall include all labor, materials, equipment and incidentals necessary to complete all improvements as indicated and in accordance with the Contract Documents and Construction Plans. TOTAL BASE PROPOSAL (INCLUDING ANY ALLOWANCES) PRICE IN WORDS AND NUMBERS (as detailed in Section ) ($ ). Bidder understands that the City reserves the right to reject any and/or all bids and to waive any informalities in the bid. Bidder agrees that this bid shall be valid and may not be withdrawn for a period of ninety (90) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of his bid, the Bid will execute the formal contract within fifteen (15) days and deliver a Surety Bond or Bonds as required by the General and/or Supplementary Conditions. The bid security attached is in the sum of five percent (5%) of the amount of the base bid is to become the property of the City in the event the contract and bond or bonds are not executed within the time set forth herein, as liquidated damages for the delay and additional expense to the City caused thereby. The bid price shall be determined by the base bid plus the cost of any selected alternates chosen by the City of Parkland at time of Award of Contract. The CITY reserves the right to make field adjustments as necessary so long as adequate compensation is agreed upon, except when necessary modifications are the result of contractor's omissions. BID FORM Page 3 of 7

10 Pine Trails Park Phase IV Construction BIDDER S CERTIFICATION WHEN BIDDER IS AN INDIVIDUAL IN WITNESS WHEREOF, the Bidder hereto has executed this Bid Form this day of, 20. By: Signature of Individual Witness Printed Name of Individual Witness Business Address City/State/Zip Business Phone Number State of Florida, County of On this the day of, 20, before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary) and whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned.) Personally known to me, or Produced identification: (Type of Identification Produced) DID take an oath, or DID NOT take an oath. BID FORM Page 4 of 7

11 Pine Trails Park Phase IV Construction BIDDER S CERTIFICATION WHEN BIDDER IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A FICTITIOUS OR TRADE NAME IN WITNESS WHEREOF, the Bidder hereto has executed this Bid Form this day of, 20. Printed Name of Firm By: Signature of City Witness Printed Name of Individual Witness Business Address City/State/Zip Business Phone Number State of Florida, County of On this the day of, 20, before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary) and whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned.) Personally known to me, or Produced identification: (Type of Identification Produced) DID take an oath, or DID NOT take an oath. BID FORM Page 5 of 7

12 Pine Trails Park Phase IV Construction WHEN BIDDER IS A PARTNERSHIP BIDDER S CERTIFICATION IN WITNESS WHEREOF, the Bidder hereto has executed this Bid Form this day of, 20. Printed Name of Partnership By: Signature of General or Managing Partner Witness Printed Name of partner Witness Business Address City/State/Zip Business Phone Number State of Florida, County of State of Registration On this the day of, 20, before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary) and whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned.) Personally known to me, or Produced identification: (Type of Identification Produced) DID take an oath, or DID NOT take an oath. BID FORM Page 6 of 7

13 Pine Trails Park Phase IV Construction BIDDER'S CERTIFICATION WHEN BIDDER IS A CORPORATION IN WITNESS WHEREOF, the Bidder hereto has executed this Bid Form this day of, 20. Printed Name of Corporation Printed State of Incorporation By: Signature of President or other authorized officer (CORPORATE SEAL) ATTEST: By: Secretary State of Printed Name of President or other authorized officer Address of Corporation City/State/Zip Business Phone Number ; County of On this the day of, 20, before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary) and whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned.) Personally known to me, or Produced identification: (Type of Identification Produced) DID take an oath, or DID NOT take an oath. END OF SECTION BID FORM Page 7 of 7

14 City of Parkland March 5, 2014 Pine Trails Park 100% Submittal Improvements SECTION SOD REINFORCEMENT PART - 1 GENERAL 1.1 WORK INCLUDED A. This Section includes material and labor requirements for construction with StaLok Fiber for the following items: 1. Stabilized Sand Base with StaLok Fiber for vehicular use areas B. Related Sections: 1. Section Clearing and Grubbing 2. Section Excavation and Backfiling 1.2 SUBMITTALS A. Provide a one pound sample of sand cap soil mix and stabilizer solution for analysis and recommendations prior to beginning work. 1.3 PROJECT/SITE CONDITIONS A. Field Measurements: Each bidder is required to visit the site of the Work to verify the existing conditions. No adjustments will be made to the Contract Sum for variations in the existing conditions. 1. Where surfacing is indicated to fit with other construction, verify dimensions of other construction by field measurements before proceeding with the work. B. Environmental Limitations: Do not install StaLok Fiber during rainy or windy conditions. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Installer to provide evidence to indicate successful experience in installing StaLok Fiber. B. Mock-ups: Install 4 ft. wide x 10 ft. long mock-up of sand mix stabilized with StaLok Fiber at location as directed by owner s representative. C. General Warranty: The special warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other SOD REINFORCEMENT

15 City of Parkland March 5, 2014 Pine Trails Park 100% Submittal Improvements warranties made by the Contractor under requirements of the Contract Documents. D. Special Warranty: Submit a written warranty executed by the installer agreeing to repair or replace components of stabilized surfacing that fail in materials or workmanship within the specified warranty period. Failures include, but are not limited to, the following: 1. Premature wear and tear provide the material is maintained in accordance with manufacturer s written maintenance instructions. 2. Failure of system to meet performance requirements. E. Warranty Period: Contractor shall provide warranty for performance of product. Contractor shall warranty installation of product for the time of one year from completion. F. Contractor shall provide, for a period of sixty days, unconditional maintenance and repairs as required. PART - 2 PRODUCTS 2.1 MANUFACTURERS A. StaLok Fiber is provided by the following manufacturer: 1. Stabilizer Solutions, Inc. 33 South 28 th Street, Phoenix, AZ Phone: (602) , (800) , Fax: (602) Website: stabilizersolutions.com; info@stabilizersolutions.com 2.2 MATERIALS A. StaLok Fiber G Acceptable local supplier list to be provided by Stabilizer Solutions, Inc. B. Soil Mix 1. Sand must meet the particle size and physical performance criteria as shown in Section C below. Recommended tests include: grain size analysis, percentage of sand, silt and clay constituents, saturated hydraulic conductivity and porosity (including total, air-filled, and capillary pore space), and bulk density. Calculate values for fineness modulus and uniformity coefficient. An approved construction materials testing laboratory should test SOD REINFORCEMENT

16 City of Parkland March 5, 2014 Pine Trails Park 100% Submittal Improvements representative samples from the material source. In addition, samples should be tested for ph. Recommendations should include the need for organic amendments to meet performance criteria. Sand tested should be available in sufficient quantities for project. 2. Quality control testing should be performed for every 500-tons of soil delivered to site. Cost is contractor s responsibility. Soils not meeting requirements must be removed and replaced at contractor s expense. 3. No truck traffic permitted over installation area until final placement and compaction is completed. C. Soil Mix for Stabilized Rootzone (Sand / Peat Blend) 1. Particle Size Criteria for Sand USDA PARTICLE NAME US STANDARD SIEVE NUMBER DIAMETER OF PARTICLE IN MILLIMETERS ALLOWABLE RANGE % RETAINED GRAVEL FINE GRAVEL Ð No More VERY COARSE Ð 2.00 <5% than 10 combined COARSE SAND Ð 1.00 <25% MEDIUM SAND Ð 0.50* 50% - 90% FINE SAND Ð 0.25 <15% VERY FINE SAND Ð 0.10 <5% SILT Ð 0.05 <5% CLAY <0.002 <3% * In addition, not more than 20% below 0.25 mm 2. Physical Performance Criteria Fineness Modulus: 1.4 Ð 2.0 Total Porosity: 35% - 55% Uniformity Coefficient: < 4 (2.5Ð 3.5) Air Filled Porosity: 20% - 30% Capillary Porosity: 15% - 25% Saturated Hydraulic 5 Ð 15 per hour Conductivity: 3. Blended rootzone mix should have a ph between 5.5 and 7.0. Recommended blend for rootzone soil mix and sod topping is 90% sand and 10% peat by volume. Peat should have a ph not less than 5, be of medium grade, and have organic content of not less than 90% (L.O.I.). D. Equipment 1. Approved rototiller, reverse tiller is preferred (Incorporator, Rotodairon, Blecavator, or equivalent). E. EXCESS MATERIALS SOD REINFORCEMENT

17 City of Parkland March 5, 2014 Pine Trails Park 100% Submittal Improvements 1. Provide owner s authorized rep. With the following excess materials for use in future: 40 to 50lb. Bags of the sand mix blended with proper amount of StaLok Fiber. PART - 3 EXECUTION 3.1 SUB-BASE INSTALLATION A. Grade and compact sub-base to 95% compaction (ASTM D698). Surface must be smooth, no wheel ruts. B. Install 3-inch (7.6-cm) minimum gravel drainage layer over sub-base and incorporate approved drainage system as determined by site specifications. 3.2 ROOTZONE MEDIUM A. Install a 6-12 inch (25.4-cm) minimum of approved rootzone medium with loader or dozer. Avoid leaving ruts in the gravel base. B. Rootzone medium should be water-settled and fine graded. C. Rootzone medium should be consolidated with roller to dry density, between 87- lbs and 100-lbs per cubic foot. Maintain moisture content between 8% and 10% during install. D. Spread soil amendments and fertilizer before spreading fibers. 3.3 FIBER INSTALLATION A. Place bags of fibers approximately 15-ft by 15-ft grid. B. Spread fibers by hand or with a modified straw blower at a rate of approximately or 1-lb per 12- sq. ft. for sports turf. (See section 1.2) C. Mix fiber into rootzone to specified depth (generally 3 to 4-inches (12.7-cm) for sports turf using approved rototiller, a reverse tiller is highly recommended. (See section 2.2 MATERIALS). When using Rotodairon or Blecavator, 3 passes in different directions are generally sufficient. Other tillers may require up to 5 passes. Do not exceed 5 passes. D. Check rate of fibers per square foot during application by placing 1-square yard sheets of plastic at random locations over the area. After spreading, remove sheets and weigh retained fibers to make sure proper weight is achieved. Continuous monitoring should be done to verify spreading rate matches design SOD REINFORCEMENT

18 City of Parkland March 5, 2014 Pine Trails Park 100% Submittal Improvements rate. E. Strong winds may require wetting area of soil and fibers to reduce fiber displacement. 3.4 WATERING / CONSOLIDATION A. Thoroughly soak surface after tilling. Soil should be moistened to minimum depth of 9-inches (23cm) and kept moist. B. Consolidate with vibratory roller to dry density between 87 and 100-lbs per cubic foot. For high or low areas, or irregularities hand-rake to final grade and re-roll. C. Surface is ready for planting with seed, stolons, or sod. If using sod, match soil type with soil medium. 3.5 MAINTENANCE A. Maintain same as normally for un-stabilized grass areas. 3.6 REPAIRS A. If sand mix with StaLok Fiber is removed and discarded, replace with excess material (see 2.3). B. Repair grass area same as normally for un-stabilized grass areas. END OF SECTION SOD REINFORCEMENT

19 SHEET NO. DRAWING TITLE LIMITS OF CONSTRUCTION / LIMITS OF CLEARING ABRV DESCRIPTION PROPERTY LINE SINGLE ROW SILT FENCE INLET SEDIMENT FILTER FLOATING TURBIDITY BARRIER EXISTING ELEVATION BORING LOCATION AND I.D. EXISTING TREES TO BE REMOVED SHEET NO. DRAWING TITLE EXISTING STORM DRAIN TO BE REMOVED EXISTING ELECTRICAL DUCTBANK, COMMUNICATIONS DUCTBANK, AND BURIED ELECTRIC TO BE REMOVED EXISTING PAVEMENT TO BE REMOVED CONCRETE REINFORCED CONCRETE NEW PAVEMENT 2 03/17/14 INDEX SHEET NUMBERING 1 03/07/ /17/14 ISSUED FOR REV DATE SHEET NO. DRAWING TITLE FIBER REINFORCED SOD LIMITS SAMPLE POINT PROPOSED ELEVATION CATCH BASIN DEAVON C. UTER, P.E. FLORIDA REG. NO SANITARY MH SANITARY MH NUMBER 2 STORM STRUCTURE NUMBER SHEET NO. DRAWING TITLE STORM SEWER STORM MH CHAIN LINK FENCE SHEET NO. LEGEND, ABBREVIATIONS, AND INDEX OF DRAWINGS CLIENT: PROJECT: SHEET TITLE SHEET NO. SHEET NO. DRAWING TITLE DRAWING TITLE DRAWING TITLE CITY OF PARKLAND TRAILS END. PARKLAND, FLORIDA PINE TRAIL PARK SHEET NO. DRAWING TITLE JOB NO.: PROJECT ENG: DRAWN: CHECKED: D. UTER C. DANIELS M. SAMITA APPROVED: SHEET NO. C001 D. UTER REV.

SECTION 1 STALOK FIBER FOR TURF PARKING / EVENT STAGING AND FIRE LANES

SECTION 1 STALOK FIBER FOR TURF PARKING / EVENT STAGING AND FIRE LANES SECTION 1 Stabilizer Solutions, Inc. 205 S. 28 th St. Phoenix, AZ 85034 800-336-2468 (Fax) 602-225-5902 Website: stabilizersolutions.com E-Mail: info@stabilizersolutions.com STALOK FIBER FOR TURF PARKING

More information

Project Manual Index of Specifications Shenandoah Schools Concession Building

Project Manual Index of Specifications Shenandoah Schools Concession Building INDEX OF SPECIFICATIONS Division 0..BIDDING AND CONTRACT REQUIREMENTS 00 11 13 Advertisement for Bids 00 21 13 Instructions to Bidders 00 41 00 Bid Forms 00 43 13 Bid Security Form 00 72 00 General Conditions

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Notice to Bidders

More information

SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS

SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS INDIANA UNIVERSITY BIDDING REQUIREMENTS NOTICE TO BIDDERS BID FORM INSTRUCTIONS TO BIDDERS CONTRACTOR S BID FOR PUBLIC WORK - FORM 96 (REVISED 2005) MINORITY,

More information

Franklin Hall Renovation TABLE OF Document Indiana University Bloomington

Franklin Hall Renovation TABLE OF Document Indiana University Bloomington VPS Project No. 2013022.00 Page 1 SPECIFICATIONS VOLUME I INTRODUCTORY INFORMATION Document 000010 - Table of Contents... 6 Document 000011 - Certification and Seals... 2 Document 000012 - Project Directory...

More information

Watercrest - Sand Hill - Columbia, SC TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS

Watercrest - Sand Hill - Columbia, SC TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS Watercrest - Sand Hill - Columbia, SC 00 0110-1 TABLE OF CONTENTS DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS INTRODUCTORY INFORMATION Document 00 0101 Document 00 0110 Project Title Page CONTRACTING

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Notice to Bidders

More information

PAULDING COLLEGE & CAREER ACADEMY

PAULDING COLLEGE & CAREER ACADEMY PAULDING COLLEGE & CAREER ACADEMY 000110 OF THE PROJECT MANUAL FOR THE CONSTRUCTION OF: PAULDING COLLEGE & CAREER ACADEMY DALLAS, GEORGIA DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000101 TITLE

More information

TABLE OF CONTENTS Public Safety Building

TABLE OF CONTENTS Public Safety Building DOCUMENT 00 01 10 - TABLE OF CONTENTS VOLUME I DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 01 10 Table of Contents 00 31 32 Geotechnical Data DIVISION 01 GENERAL REQUIREMENTS 01 10 00 Summary

More information

ADDENDUM 2 - JULY 14, 2015

ADDENDUM 2 - JULY 14, 2015 7/9/2015 The Professional(s) of Record above has signed for the following specification sections: DIVISION 1 GENERAL REQUIREMENTS Section 01 10 00 Summary of Work Section 01 25 00 Substitution Procedures

More information

Division 00 Procurement and Contracting Requirements

Division 00 Procurement and Contracting Requirements SECTION 00 01 10 TABLE OF CONTENTS Division SECTION NO. VOLUME ONE Title SECTION TITLE Division 00 Procurement and Contracting Requirements 00 11 00 Invitation to Bidders 00 21 00 Instructions to Bidders

More information

Stabilizer Solutions, Inc. All Rights Reserved. Page 1 of 5

Stabilizer Solutions, Inc. All Rights Reserved. Page 1 of 5 SECTION 32 11 00 STABILIZER FOR STABILIZED AGGREGATE PAVEMENT: FIRELANES, DRIVEWAYS AND PARKING LOTS Stabilizer Solutions, Inc. 33 South 28 th Street Phoenix, AZ 85034 USA toll free 800.336.2468 p 602.225.5900

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Notice to Bidders

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION Section 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Invitation

More information

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities Division 1 Requirements Design and Construction Quality Campus Master Plans Texas Tech University System Operating and Building Maintenance Project Administration Historically Underutilized Business (HUB)

More information

Issued for Bid West Alexandria, OH 05/2018 WWTP Improvements Contract 2 TABLE OF CONTENTS

Issued for Bid West Alexandria, OH 05/2018 WWTP Improvements Contract 2 TABLE OF CONTENTS 669.7403.001 West Alexandria, OH 05/2018 WWTP Improvements Contract 2 TABLE OF CONTENTS Page C-111 Advertisement for Bids 1-2 C-200 Instruction to Bidders 1-10 C-410 Bid Form for Construction Projects

More information

FRANKLIN VILLAGE APARTMENTS Building I Franklin Street Morristown, NJ Block: 3901 Lots: 4,5,6

FRANKLIN VILLAGE APARTMENTS Building I Franklin Street Morristown, NJ Block: 3901 Lots: 4,5,6 PROJECT MANUAL for: FRANKLIN VILLAGE APARTMENTS Building I Morristown, NJ 07960 Block: 3901 Lots: 4,5,6 Owner: Atlantic Health Investment Corp. 200 American Road Morris Plains, NJ 07950 Architect NETTA

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION Section 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Invitation

More information

CM ASSIGNMENT OF TEMPORARY FACILITIES see included IU Project Site Requirements

CM ASSIGNMENT OF TEMPORARY FACILITIES see included IU Project Site Requirements SECTION A CM INSTRUCTIONS TO BIDDERS SECTION B BID CATEGORY DESCRIPTIONS & BID FORMS BC-07: Building HVAC and Plumbing BC-08: Building Electric BC-09: General Trades BC-10: Masonry BC-11: Precast Structural

More information

VOLUME 4 DIVISION SPECIFICATIONS

VOLUME 4 DIVISION SPECIFICATIONS Page 1 Section Title Consultant Pages VOLUME 4 DIVISION 00-01 SPECIFICATIONS Division 00 - Procurement and Contracting Requirements 00 01 07 SEALS PAGE All 5 00 01 11r6 TABLE OF CONTENTS All 7 00 21 13r1

More information

TABLE OF CONTENTS VOLUME 1. DIVISION 00 - INTRODUCTORY INFORMATION, BIDDING REQUIREMENTS, CONTRACT FORMS & CONDITIONS OF THE CONTRACT Pages

TABLE OF CONTENTS VOLUME 1. DIVISION 00 - INTRODUCTORY INFORMATION, BIDDING REQUIREMENTS, CONTRACT FORMS & CONDITIONS OF THE CONTRACT Pages TABLE OF CONTENTS VOLUME 1 DIVISION 00 - INTRODUCTORY INFORMATION, BIDDING REQUIREMENTS, CONTRACT FORMS & CONDITIONS OF THE CONTRACT Pages SCHEDULE OF DRAWINGS...... 1 PROJECT PERSONNEL & DIRECTORY......

More information

PROCUREMENT AND CONTRACTING DOCUMENTS GROUP

PROCUREMENT AND CONTRACTING DOCUMENTS GROUP PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00 11 00 Notice To Bidders 00 21 00 Instructions To Bidders 00 22 00 Supplementary Instructions To Bidders

More information

ADDENDUM NO. 2 Consisting of 3 pages and Attachments

ADDENDUM NO. 2 Consisting of 3 pages and Attachments 10404-125 Street, Edmonton, AB. T5N 1T2 Tel: 780.455.5975 Fax: 780.454.2397 info@cdyarchitect.com ADDENDUM NO. 2 Consisting of 3 pages and Attachments PROJECT: Maina Centre Ville Phase II, Beaumont, Alberta

More information

PROJECT MANUAL FOR: HUMPHREYS CO. SHERRILL BUILDING RENOVATIONS: NEW URGENT CARE CLINIC & EXTENSION SERVICE OFFICE

PROJECT MANUAL FOR: HUMPHREYS CO. SHERRILL BUILDING RENOVATIONS: NEW URGENT CARE CLINIC & EXTENSION SERVICE OFFICE PROJECT MANUAL FOR: HUMPHREYS CO. SHERRILL BUILDING RENOVATIONS: NEW URGENT CARE CLINIC & EXTENSION SERVICE OFFICE HUMPHREYS COUNTY BOARD OF SUPERVISOR BELZONI, MISSISSIPPI APRIL 20, 2016 EMILY POOLE ARCHITECTURE,

More information

APPLICATION AND CERTIFICATE FOR PAYMENT

APPLICATION AND CERTIFICATE FOR PAYMENT AND CERTIFICATE FOR PAYMENT TO OWNER: MASTER TEMPLATE - SAVE PROJECT FILE 1 DATE: 10/5/2012 PERIOD TO: ARCHITECT: PROJECT NO: CONTRACTOR'S FOR PAYMENT Application is made for payment, as shown below, in

More information

DESIGN & CONSTRUCTION GUIDELINES

DESIGN & CONSTRUCTION GUIDELINES DESIGN & CONSTRUCTION GUIDELINES EDITION: USF FACILITIES MANAGEMENT - DC 5 DCG FACILITIES MANAGEMENT DESIGN & CONSTRUCTION PHONE: (813) 974-2845 4202 E. FOWLER AVENUE, OPM 1000 TAMPA, FLORIDA 33620-7550

More information

CSO / BSU NW2 NORTH RESIDENTIAL NEIGHBORHOOD PHASE #2 VOLUME 1 PROCUREMENT AND CONTRACTING DOCUMENTS GROUP

CSO / BSU NW2 NORTH RESIDENTIAL NEIGHBORHOOD PHASE #2 VOLUME 1 PROCUREMENT AND CONTRACTING DOCUMENTS GROUP VOLUME 1 PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00 01 01 Project Title Page 00 01 10 Table of Contents 00 01 15 List of Drawing Sheets 00 21

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

TABLE OF CONTENTS Updated 1/2014 SECTION TITLE DATE

TABLE OF CONTENTS Updated 1/2014 SECTION TITLE DATE TABLE OF CONTENTS SECTION TITLE DATE Division 00 Procurement and Contracting Requirements 000101... Project Title Page 000116... CAD Standards 001116... Invitation to Bid 002113... Instructions to Bidders

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

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

KU West Campus LEEP II High Bay Facility Project # , A (c)

KU West Campus LEEP II High Bay Facility Project # , A (c) Number Revision Title Rev Date Discipline Bulletin Drawings B-West Structural Category S051 0 General Notes - Sheet 1 7/31/13 Structural Bid Package B- West Campus S052 0 General Notes - Sheet 2 7/31/13

More information

EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT

EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT Addendum No. 2 Attachment B Contract Document Revisions Specifications: TABLE OF CONTENTS ADDENDUM NO. 2 Attachment B Contract

More information

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB #4320 2014 RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents

More 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

RIVERSIDE CHURCH OF CHRIST. Lafayette, LA

RIVERSIDE CHURCH OF CHRIST. Lafayette, LA SECTION 000010 INVITATION FOR BIDS Bids for will be received in the office of Church Development Construction Services, 708 S. Rosemont Road, Suite #101,, until 12:00 noon Local Prevailing Time on Friday,

More information

TABLE OF CONTENTS SECTION TITLE PAGE. Bidder s Signature Page List of Subcontractors Construction Agreement Guaranty...

TABLE OF CONTENTS SECTION TITLE PAGE. Bidder s Signature Page List of Subcontractors Construction Agreement Guaranty... TABLE OF CONTENTS SECTION TITLE PAGE Forms Notice to Contractors... 1 Bid Proposal... 4 A. Unit Price Schedule... 5 B. Bid Form... 10 C. Reservation... 10 D. Subcontractors... 10 E. Notice... 10 F. Disclosure...

More information

SECTION BID FORM. Garfield Street Drainage Improvements

SECTION BID FORM. Garfield Street Drainage Improvements SECTION 00410 BID FORM Garfield Street Drainage Improvements ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: City of Lindsborg, Kansas City Clerk s Office 101 S. Main Street Lindsborg, KS 67456

More information

4.1.3 Project Manual

4.1.3 Project Manual 4.1.3 Project Manual (*Section requires Filed Sub-Bid) PROCUREMENT AND CONTRACTING REQUIREMENTS GROUP Division 00 Procurement and Contracting Requirements Section 00 01 03 Project Directory Section 01

More information

LEVEL TWO NUMBERS AND TITLES. Introductory Information. Bidding Requirements. Contracting Requirements. Facilities and Spaces. Systems and Assemblies

LEVEL TWO NUMBERS AND TITLES. Introductory Information. Bidding Requirements. Contracting Requirements. Facilities and Spaces. Systems and Assemblies MasterFormat LEVEL TWO NUMBERS AND TITLES Introductory Information 00001 Project Title Page 00005 Certifications Page 00007 Seals Page 00010 Table of Contents 00015 List of Drawings 00020 List of Schedules

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

TABLE OF CONTENTS DIVISION 1 GENERAL REQUIREMENTS

TABLE OF CONTENTS DIVISION 1 GENERAL REQUIREMENTS AIA General Conditions... GC-1 to GC-44 Amendments to General Conditions... AM-1 to AM-2 Supplements to General Conditions... SU-1 to SU-7 00200 Instructions To Bidders... 1 3 00201 Contractor s Bidding

More information

DOCUMENT BID DOCUMENT

DOCUMENT BID DOCUMENT DOCUMENT 00 40 00 BID DOCUMENT 1 Submit bids in compliance with Document 00 21 00Instructions to Bidders. Fill in blanks which pertain to the project or indicate N/A. The Owner reserves the right to reject

More information

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST City of North Royalton Mayor Robert A. Stefanik Community Development, Building Division Dan Kulchytsky Building Commissioner 11545 Royalton Road, North Royalton, OH 44133 Phone: 440-582-3000 Fax: 440-582-3089

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

Kimberly School District New Elementary School

Kimberly School District New Elementary School Kimberly School District New Elementary School Bids to complete work as defined will be accepted, from invited contractors, by Starr Corporation until March 21st, 2017 at 2:00 PM. Bids may be delivered

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

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS*** 00005B *** *** BOLD ITALICIZED Item is bound within this specification manual. Regular non-italicized Item is not bound within this specification manual, however item is part of the contract. Contents

More information

Northwestern Facilities

Northwestern Facilities Northwestern Facilities NU Master Specification - Issuances Record & Summary of Changes Only the most current version of an NU Master Specification is included as a PDF for download on this website. The

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

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

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

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

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

SECTION PAYMENT PROCEDURES

SECTION PAYMENT PROCEDURES SECTION 012900 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract including General and Supplementary Conditions and other Division 01 Specifications Sections apply

More information

Schedule of Values Cruise Terminal 2 Expansion

Schedule of Values Cruise Terminal 2 Expansion Schedule of Values The Schedule of Values outlined below is intended to reflect the standard format that would be used in a Contractors Application for Payment. Values reflect materials and labor. General

More information

Item # 1: Attached are the revised Table of Contents and Specifications added: Section Cabinets and Vanities

Item # 1: Attached are the revised Table of Contents and Specifications added: Section Cabinets and Vanities ADDENDUM NO. 1 Proposed Residence 422 Hickory Street Buffalo, New York 14204 February 15, 2019 Long Associates, Architects 189 Kenmore Avenue Buffalo, New York 14223 This addendum is issued to amend the

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

April 4, ADDENDUM NO. 1 This Addendum and attachments consists of: 47-Pages. ITB Northwood ABC Elementary School Roof Replacement

April 4, ADDENDUM NO. 1 This Addendum and attachments consists of: 47-Pages. ITB Northwood ABC Elementary School Roof Replacement Anchorage School District Purchasing Warehouse 4919 Van Buren Street Anchorage, Alaska 99517 Phone (907) 742-8621 April 4, 2018 ADDENDUM NO. 1 This Addendum and attachments consists of: 47-Pages TO: SUBJECT:

More information

ADDENDUM 3 - JULY 24, 2015

ADDENDUM 3 - JULY 24, 2015 CAMINO REAL REGIONAL MOBILITY AUTHORITY EL PASO STREETCAR PROJECT SPECIAL SPECIFICATION EP-MSF Maintenance and Storage Facility. Description. Construct the Maintenance and Storage Facility (MSF) building

More information

TABLE OF CONTENTS. (Δ = Rev 06/08)

TABLE OF CONTENTS. (Δ = Rev 06/08) TABLE OF CONTENTS (Δ = Rev 06/08) INTRODUCTION REQUEST FOR REVISION FORMS TAB A TABLE OF CONTENTS TAB B PROCEDURES B-9 Record Drawings B-10 Variance Procedure B-11 Surface Water Procedures (New Section)

More information

Invitation to Bid. RLS Construction Group requests your firm to submit a quotation on the following project:

Invitation to Bid. RLS Construction Group requests your firm to submit a quotation on the following project: RLS CONSTRUCTION GROUP Phone: 717-502-6680 Fax: 717-502-6681 www.rlscg.com Invitation to Bid RLS Construction Group requests your firm to submit a quotation on the following project: Project: Location:

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

PROJECT SPECIFICATIONS

PROJECT SPECIFICATIONS PROJECT SPECIFICATIONS CITY OF PORTLAND BUREAU OF ENVIRONMENTAL SERVICES PROJECT SPECIFICATIONS FOR ANKENY PUMP STATION UPGRADE BES project number E07833 STANDARD REQUIREMENTS (DIVISION 0) GENERAL REQUIREMENTS

More information

Village of Northbrook

Village of Northbrook Village of Northbrook Overhead Sanitary Sewer Program (Village Cost Sharing 50% of Eligible Costs, Up To $5,000) Visit the Village s website at www.northbrook.il.us/permits and click on Residential Permits

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

AMENDMENT OF SOLICITATION

AMENDMENT OF SOLICITATION Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION PAGE 1 Metropolitan Washington Airports Authority 1A. AMENDMENT OF SOLICITATION NO. 1B. DATED Procurement

More information

ADDENDUM NO Refer to Specifications Section Alternates. Clarifications to alternate descriptions are as follows:

ADDENDUM NO Refer to Specifications Section Alternates. Clarifications to alternate descriptions are as follows: ADDENDUM NO. 1 TO THE DRAWINGS AND SPECIFICATIONS FOR THE New Dishman-McGinnis Elementary School Bowling Green Independent Schools Bowling Green, Kentucky BG 12-256 RTA 1209 March 11, 2013 To All Plan

More information

TABLE OF CONTENTS. (Δ = Rev 11/15) Update #7

TABLE OF CONTENTS. (Δ = Rev 11/15) Update #7 TABLE OF CONTENTS ( = Rev 11/15) Update #7 INTRODUCTION REQUEST FOR REVISION FORMS TAB A TABLE OF CONTENTS TAB B PROCEDURES B-4 International Suite of Codes (New) B-9 Record Drawings B-10 Variance Procedure

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

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

TABLE OF CONTENTS. (Δ = Rev 04/17) Update #8

TABLE OF CONTENTS. (Δ = Rev 04/17) Update #8 TABLE OF CONTENTS ( = Rev 04/17) Update #8 INTRODUCTION REQUEST FOR REVISION FORMS TAB A TABLE OF CONTENTS TAB B PROCEDURES B-4 International Suite of Codes B-9 As-Builts and Record Drawings B-10 Variance

More information

1.5 Other than persons listed above, number of full-time office employees: 1.6 Number of full-time, permanent field employees:

1.5 Other than persons listed above, number of full-time office employees: 1.6 Number of full-time, permanent field employees: 1.4 Names of officers, owners, partners and principals. Identify relationship of each to firm and if active in firm: 1.5 Other than persons listed above, number of full-time office employees: 1.6 Number

More information

f. Sign Installer/Hanger must submit the following to qualify for a license: i. Certificate of Insurance 1. $300,000 Minimum Liability Coverage

f. Sign Installer/Hanger must submit the following to qualify for a license: i. Certificate of Insurance 1. $300,000 Minimum Liability Coverage City of Arkansas City Contractor s License Application Information 1. Contractor must completely fill out the license application. 2. Decide what type of license to obtain. (Definitions on the back of

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

PAWLEYS ISLAND TOWN HALL

PAWLEYS ISLAND TOWN HALL DOCUMENT 001116 - INVITATION TO RE-BID 1.1 PROJECT INFORMATION A. Notice to Bidders: Prequalified bidders are invited to submit bids for Project as described in this Document according to the Instructions

More information

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

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

More information

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

CAMPUS STANDARDS HANDBOOK

CAMPUS STANDARDS HANDBOOK CAMPUS STANDARDS HANDBOOK OFFICE OF PHYSICAL PLANNING AND CONSTRUCTION UNIVERSITY OF CALIFORNIA, SANTA CRUZ Italics indicate recent revisions. THESE STANDARDS ARE PROVIDED TO UCSC CONSULTANTS FOR GUIDANCE

More information

SECTION TRENCHING

SECTION TRENCHING SECTION 31 23 17 TRENCHING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavating trenches for utilities and utility structures. 2. Bedding. 3. Backfilling and compacting to subgrade elevations.

More information

Inspection requests submitted by 2:30pm will be scheduled for the following business day unless otherwise requested.

Inspection requests submitted by 2:30pm will be scheduled for the following business day unless otherwise requested. Purpose 355 West Queens Road Single Family New Construction Required Inspection Stages Master Requirement GEN 110 Building Department: 604-990-2480, building@dnv.org, fax: 604-984-9683 The following procedure

More information

Prequalification Form

Prequalification Form 1.0 General Information Date: 1.1 Name of Firm _ County Telephone Toll Free Fax Website _ for Bid Purposes: Name Phone 1.2 Legal Identity: Sole Proprietorship Partnership Corporation Limited Liability

More information

SECTION MINOR CONCRETE

SECTION MINOR CONCRETE SECTION 03300 - MINOR CONCRETE CONTENTS: Part 1 - General... 1 1.01 Work Included... 1 1.02 Related Requirements... 1 1.03 Reference Standards... 1 1.04 Quality Assurance... 1 1.05 Measurement And Payment...

More 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

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

SECTION Stabilizer Apache Warning Track Mix for baseball or softball field surfacing

SECTION Stabilizer Apache Warning Track Mix for baseball or softball field surfacing Stabilizer Solutions, Inc. 33 S. 28 th St. Phoenix, AZ 85034 800-336-2468 (Fax) 602-225-5902 Website: stabilizersolutions.com E-Mail: info@stabilizersolutions.com SECTION 1 STABILIZER APACHE WARNING TRACK

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

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464

More information

ADDENDUM NO. 2 PROJECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No ARCHITECT:

ADDENDUM NO. 2 PROJECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No ARCHITECT: ADDENDUM NO. 2 PROJECT: ARCHITECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No. 7-7 PETERS AND ASSOCIATES, ARCHITECTS, P.C. 427 Dayton Circle, Suite Omaha, Nebraska 6837-5558 Date

More information

CITY OF FARGO SPECIFICATIONS AGGREGATE BASES

CITY OF FARGO SPECIFICATIONS AGGREGATE BASES AGGREGATE BASES 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, accessories, and equipment necessary

More information

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY: ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum

More information

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

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

SECTION EARTHWORK; EXCAVATION, FILLING AND GRADING. A. Excavating soil and other material for surface improvements.

SECTION EARTHWORK; EXCAVATION, FILLING AND GRADING. A. Excavating soil and other material for surface improvements. SECTION 31 20 00 PART 1 - GENERAL 1.1 SECTION INCLUDES A. Excavating soil and other material for surface improvements. B. Excavating soil and other material for drainage basins. C. Placing fill. D. Compaction

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

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title TABLE OF CONTENTS CONTRACT DOCUMENTS 00001 Inside Title Page 00003 Table of Contents 00004 List of Drawings 00020 Invitation to Bid 00100 Instructions to Bidders 00300 Bid 00500 Agreement 00610 Construction

More information

ADA BARRIER REMOVAL PHASE

ADA BARRIER REMOVAL PHASE ADDENDUM #3 For ADA BARRIER REMOVAL PHASE 2 Bid #5-1213 at WEST VALLEY COLLEGE Owner West Valley-Mission Community College District Saratoga, California November 9, 2012 WEST VALLEY MISSION COMMUNITY COLLEGE

More information

PROJECT MANUAL PROJECT LABOR AGREEMENT

PROJECT MANUAL PROJECT LABOR AGREEMENT June 30, 2017 ISSUED FOR BID: January 25, 2018 PROJECT MANUAL PROJECT LABOR AGREEMENT VOLUME 6 OF 6: DIVISIONS 26 33 City School District of Albany Albany High School Additions & Renovations Phase 1 CSArch

More information

Project Manual for the TCU ADDITION AND MEDICAL IMAGING RENOVATION. Lincoln, Nebraska. ESA Project No

Project Manual for the TCU ADDITION AND MEDICAL IMAGING RENOVATION. Lincoln, Nebraska. ESA Project No Project Manual for the TCU ADDITION AND MEDICAL IMAGING RENOVATION Lincoln, Nebraska ESA Project No. 14518 May 15, 2018 SECTION 00 01 07 PROJECT DIRECTORY MADONNA TCU ADDITION & IMAGING RENOVATION ARCHITECT

More information

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

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

More information