ADDENDUM NO. 1 APRIL 24, 2017

Size: px
Start display at page:

Download "ADDENDUM NO. 1 APRIL 24, 2017"

Transcription

1 DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS PRIVATE PROJECT NO. 1 DERBY DESTINATION: DRIVE, SITE & STORM TO SERVE DERBY DESTINATION DEVELOPMENT ADDITION, DERBY, SEDGWICK COUNTY, KANSAS RIC PROJECT NO ADDENDUM NO. 1 APRIL 24, 2017 BID DATE: Monday, May 1, :00 p.m. The following additions, deletions, modifications or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. In the event of conflict between plans and specifications and this addendum, the addendum shall take precedence. Any modifications necessary to incorporate the revisions shall be included in the appropriate bid prices. Bidders shall acknowledge receipt of this addendum in the space provided on the Bid Form. The Contract Documents are hereby corrected, modified and/or amended in the following manner: BID SUBMISSION A1.1 Modification: Advertisement for Bid & Instructions to Bidders: Sealed bid packages may be submitted to either Renaissance Infrastructure Consulting 5015 NW Canal Street, Suite 100, Riverside, Missouri or The City of Derby Kansas, City Hall 611 North Mulberry Road, Suite 300, Derby, Kansas by 5:00 p.m., Monday, May 1, PRE-BID MEETING INFORMATION A1.2 The Pre-Bid Meeting Agenda, Pre-Bid Meeting Minutes and Pre-Bid Sign-In Sheet are attached to this Addendum for informational purposes. CONTRACT DOCUMENTS A1.3 DOCUMENT 00300, BID FORM: Deletion: Remove the entire Document Bid Form and replace with the Bid Form attached. Clarification: The Contract will be awarded based on the lowest combined total bid and read aloud as combined total bid price. Individual projects will not be awarded Addendum No. 1 1 RIC Project No

2 separately. The CONTRACTOR shall sign and submit the Agreement with the bonds and other documents required within six (6) calendar days after the date of OWNER S Notice of Award. A1.4 SECTION 01030, SPECIAL PROJECT PROCEDURES Reference Page 1 Addition: Add Item 6. Job Office/Trailer The CONTRACTOR will be required to provide a job office/trailer on site throughout the duration of the project. The job office/trailer shall be provided with lighting and ventilation at a minimum. It shall be the responsibility of the CONTRACTOR to pay all applicable fees (utility, rental, etc.) associated with the job office/trailer. The job office/trailer shall be utilized for weekly coordination meetings and monthly draw meetings for the OWNER and his designees. The OWNER and his designees shall be allowed room to store plans, test samples, etc. in a designated area in the job office/trailer. The job office trailer shall be sized to accommodate a minimum of 10 individuals. A minimum of 10 folding chairs and a table shall be available for use during meetings. Cost of the job office/trailer shall be subsidiary to the mobilization line item. A1.5 SECTION 01150, METHOD OF MEASUREMENT AND BASIS OF PAYMENT Reference Page 8, Item 24, Erosion Control Clarification: NOI/SWPPP for the project has been approved by KDHE. The Contractor shall comply with all requirements of the NOI/SWPPP and be responsible for maintaining the necessary SWPPP documentation throughout the duration of the project. A1.6 SECTION 02206, EXCAVATION, TRENCHING AND BACKFILLING FOR UTILITIES DRAWINGS: Reference Page 8, Item 3.3.5, Backfilling Under Pavement Clarification: Flowable fill shall be utilized for all utility (Storm, Sanitary, Water) road crossings for the Public and Private Projects. Jetted sand will not be allowed. A1.7 Drawing 01, Title Sheet for all three (3) Plan Sets Modification: Remove KANSAS GAS SERVICE and replace with KANSAS GAS SERVICE Clarification: The Contractor shall provide the City with plan review and inspection fees totaling 7% of the construction cost for each of the four (4) Public Projects prior to beginning work. The 7% fee is not required for the Private Project. No additional City Permits are required for this Contract. A1.8 Street and Storm Sewer Improvements, Drawing 03, General Notes Addition: Add Item Dia. Manhole, EA, 1 to West Freedom Road Quantities Table Addendum No. 1 2 RIC Project No

3 A1.9 Street and Storm Sewer Improvements, Drawing 57, Storm Sewer Plan and Profile Modification: Remove Sta Line D for 5 Dia. MH (D4) in plan view and replace with Sta Line D. A1.10 Street and Storm Sewer Improvements, Drawing 58, Storm Sewer Plan and Profile Modification: Remove Sta Line D for 4 Dia. MH (D6) in plan view and replace with Sta Line D. A1.11 Waterline Improvements, Drawing 01, Title Sheet, SUMMARY OF QUANTITIES Modification: Remove 6 PVC and replace with 6 DIP. A1.12 Waterline Improvements, Drawing 01, Title Sheet, SUMMARY OF QUANTITIES Modification: Remove 8 Gate Valve Quantity 5 and replace with 8 Gate Valve Quantity 6. END OF ADDENDUM NO.1 Addendum No. 1 3 RIC Project No

4 Pre-Bid Meeting Agenda April 19, :30 a.m. Derby Destination Development Introductions Pass around sign-in sheet Project Scope: The bid consists of five (5) projects consisting of three (3) Plan Sets and a book of Contract Documents and Specifications; Public Project No. 1 East Freedom Street Public Project No. 2 West Freedom Street Public Project No. 3 Waterline Improvements Public Project No. 4 Sanitary Sewer Improvements Private Project No. 1 Derby Destination: Drive, Site & Storm The Work consists of a variety of civil infrastructure improvements including but not limited to the following; excavation including detention, compaction of a net haul-in site, asphalt pavement, curb and gutter, sidewalk, storm sewer, sanitary sewer, waterline and appurtenances, landscaping, erosion and sediment control, traffic signalization and coordination with various dry utilities. Read Advertisement for Bid All Questions Must be Received by 5:00 p.m., Monday, April 24, 2017 in writing. Direct all questions to Mr. Anthony Philipsheck, Project Engineer, Renaissance Infrastructure Consulting, aphilipsheck@ric-consult.com, Final Addendum will be issued by 5:00 p.m., Wednesday April 26, Receive Bids: Until 5:00 p.m., Monday, May 1, 2017 at RIC 5015 NW Canal Street, Suite 100 Riverside, Missouri Open Bids & Read Aloud: 11:00 a.m., Tuesday, May 2, 2017 at Derby City Hall Read Instructions to Bidders Contractor will be required to Execute the agreement and provide bonding within four (4) calendar days from date of Notice of Award is delivered to Bidder. Owner shall return an Executed Agreement to the Bidder within three (3) calendar days from the date of receipt of acceptable bonds and Agreement. Notice to Proceed shall be issued within one (1) calendar day of the execution of the Agreement by the Owner. Read Information Available to Bidders Review Bid Form A 5% Bid Security is Required. Bidder s Qualification Statement, Item 9.a. on Bid Form. A tabulation of Subcontractors and Suppliers shall be identified, Item 9.b. on Bid Form. Bid Bond Form

5 Partial Pay Request Form An Excel copy of the Partial Pay Request form will be available. Notice of Award Agreement Executed within four (4) Calendar Days with all applicable bonds. Notice to Proceed The Contract Time shall commence to run on the date of the Notice to Proceed. Before the start of Work three (3) copies of the certificate of insurance must be delivered to the Owner. Agreement The Agreement shall be between the successful Contractor and Derby Destination Developers, LLC. Contract Time: Substantial Completion shall be achieved within 195 calendar days from date of Notice to Proceed. Milestone 1: Work for turnover of Lot 7 to Tenant, shall be completed by July 24, Work shall be in accordance with Technical Specifications, Section Summary of Work. Milestone 2: Work to switch Access to Lot 7, shall be completed by October 6, Work shall be in accordance with Technical Specifications, Section Summary of Work. Liquidated Damages for delay shall apply for Milestone 1, Milestone 2 and Substantial Completion at a rate of $2, a day for each day that expires after the times specified. A geotechnical report is available as Attachment A in the back of the Specifications. A SWPPP for the property is part of the Contract Documents and will be available to the successful bidder. Performance and Maintenance Bond Payment Bond Statutory Bond Read Section Summary of Work Milestone 1 (See Exhibit) Milestone 2 (See Exhibit) Utility Coordination (Westar, KGS, etc.) QUESTIONS? Conclude.

6 Derby Destination Development: Pre-Bid Meeting 10:30 a.m., Wednesday, April 19 th, 2017 Meeting Minute Notes: 1. PSI will be full-time inspector for Private Project No All projects (Private and Public) will be awarded to the overall lowest bidder. 3. No city permits will be required by the City of Derby for any of the projects. 4. All sealed bids may be submitted to the RIC Riverside office or the City of Derby City Hall by 5:00pm Monday, May 1, Send addendum to all Plan Holders of Record in addition to all individuals on the meeting s signin sheet. 6. Turn bonding period to working days or increase calendar days to allow for more time. Time shall be amended by final addendum. 7. The Overall Project (Public 1-4 & Private 1) is a Kansas Star Bond Project: Need a complete & correct pay application to ensure timely payment. Monthly Pre-draw meetings will be scheduled and held. 195 calendar days from the Notice to Proceed to substantial completion. 8. Milestones 1 & 2 were outlined according to the Summary of Work. 9. SWPPP has been approved by KDHE. 10. Bonds may be restructured by final addendum. 11. Contractors will be required to coordinate with Westar Energy and Kansas Gas Service- An Existing Telecommunication pedestal to be relocated on East Freedom coordinate with utility. Taxation will be clarified by final addendum (Sales Tax?) Who signs the Star Bond Agreement/Underwriter to be clarified by final addendum? 12. Public projects 1-4 all require 7% fee. No additional City Permits required. 13. Private Project No. 1 does not require the City s 7% fee. 14. Irrigation design/installation shall be in accordance with the performance specification outlined in the technical specifications for both public and private systems. 15. The earthwork quantities are unadjusted, no shrink or swell. They constitute the difference between the existing grade and the proposed final grade. 16. CAD files will be available to the successful bidder only. 17. Will there be a measured amount of earthwork quantity at the end of the project? Owner under direction of Engineer will make adjustment to amount of earthwork if a major discrepancy is discovered and can be verified. 18. A typo exists on Private Project line Items on Bid Form. No line items are missing. A new Bid Form will be issued by addendum. 19. A 6 dia. Storm Water Manhole is missing on Bid form for West Freedom. Will be corrected on new Bid Form. 20. Public Project No. 3 Waterline Improvements, a line item for end-of-line fire hydrant will be added to the Bid Form, Quantity 2. The end-of-line hydrant is a full fire hydrant assembly per the detail that utilizes a reducer in-line in lieu of a tee for connection to the main. 21. We will mail 1st addendum Monday direct to sign-in & pre-bid & plan holder of record.

7

8

9 BID FORM PROJECT IDENTIFICATION: Public Project No. 1 East Freedom Street Public Project No. 2 West Freedom Street Public Project No. 3 Waterline Improvements Public Project No. 4 Sanitary Sewer Improvements Private Project No. 1 Derby Destination: Drive, Site & Storm This Bid is submitted to: Derby Destination Developers, LLC (OWNER) c/o Renaissance Infrastructure Consulting (ENGINEER) 5015 NW Canal Street, Suite 100 Riverside, Missouri The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents 2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for sixty (60) days after the day of Bid opening. BIDDER will sign and submit the Agreement with the bonds and other documents required by the Bidding Requirements within six (6) calendar days after the date of OWNER S Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledge): DATE NUMBER Addendum No

10 b. BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. c. BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions which are identified in the Special Conditions as provided in paragraph 4.2 of the General Conditions, and accepts the determination set forth in the Special Conditions of the extent of the technical data contained in such reports and drawings upon which BIDDER is entitled to rely. d. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraphs and of the General Conditions; and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by BIDDER for such purposes. e. BIDDER has reviewed and checked all information and data shown or indicated on the Contract Document with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph of the General Conditions. f. BIDDER has correlated the results of such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. g. BIDDER has given ENGINEER written notice of all conflict, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to Addendum No

11 submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 4. BIDDER agrees to perform all Work described in the contract documents for the following unit prices or lump sum. Note: Bids shall include all applicable sales taxes and fees. For tax exempt status, see Section PUBLIC PROJECT NO. 1 - EAST FREEDOM STREET Item No. Item Description Quantity Unit Unit Cost $ Cost $ 1 Mobilization 1 L.S. 2 Clearing, Grubbing & Demolition 1 L.S. 3 Topsoil (Stockpile & Regrade) 815 C.Y. 4 Unclassified Excavation 3,734 C.Y. 5 Embankment (Contractor Furnished) 11 C.Y. 6 Compaction of Earthwork (All Types) 3,745 C.Y. 7 Bituminous Surface Course (2 ) 2,067 S.Y. 8 Bituminous Base Course (3 ) 2,067 S.Y. 9 Geogrid Reinforced Crushed Rock Base (5") 2,532 S.Y. 10 Reinforced Concrete Entrance Pavement (8 ) 189 S.Y. 11 Geogrid Reinforced Crushed Rock Base (7 ) 189 S.Y. 12 Concrete Curb and Gutter 902 L.F. 13 Concrete Sidewalk (4 ) 338 S.Y. 14 Concrete Sidewalk with Integral Retaining Wall 312 L.F. 15 Sidewalk Ramps ADA (6 ) 1,084 S.F. 16 Detectable Warning Surface 166 S.F. 17 Concrete Cross Walk with Surface Pavers 143 S.Y. 18 Pavement Markings 1 L.S. 19 Permanent Signage 5 Ea. 20 Traffic Control 1 L.S Storm Sewer (RCP Class III) 57 L.F Storm Sewer (RCP Class III) 274 L.F x4 Type 1A Curb Inlet 2 Ea Dia. Manhole 1 Ea. 25 Landscaping 1 L.S. 26 Lawn Sprinkler System 1 L.S. 27 Inlet Protection (New & Existing) 21 Ea. 28 Silt Fence 484 L.F. 29 Seed 1 L.S. Addendum No

12 PUBLIC PROJECT NO. 1 (Cont d) Item No. Item Description Quantity Unit Unit Cost $ Cost $ 30 Sod (Fescue b/t Curb and Sidewalk) 663 S.Y. 31 Traffic Signal Modification 1 L.S. PUBLIC PROJECT NO. 1 - SUBTOTAL $ PUBLIC PROJECT NO. 2 - WEST FREEDOM STREET Item No. Item Description Quantity Unit 1 Mobilization 1 L.S. 2 Clearing, Grubbing & Demolition 1 L.S. 3 Topsoil (Stockpile & Regrade) 883 C.Y. 4 Unclassified Excavation 3,885 C.Y. 5 Embankment (Contractor Furnished) 265 C.Y. 6 Compaction of Earthwork (All Types) 4,150 C.Y. 7 Bituminous Surface Course (2 ) 1,301 S.Y. 8 Bituminous Base Course (3 ) 1,301 S.Y. 9 Geogrid Reinforced Crushed Rock Base (5") 1,578 S.Y. 10 Reinforced Concrete Entrance Pavement (8 ) 176 S.Y. 11 Geogrid Reinforced Crushed Rock Base (7 ) 176 S.Y. 12 Concrete Curb and Gutter 815 L.F. 13 Concrete Sidewalk (4 ) 332 S.Y. 14 Concrete Sidewalk with Integral Retaining Wall 331 L.F. 15 Sidewalk Ramps ADA (6 ) 296 S.F. 16 Detectable Warning Surface 90 S.F. 17 Pavement Markings 1 L.S. 18 Permanent Signage 5 Ea Storm Sewer (RCP Class III) 35 L.F Storm Sewer (RCP Class III) 140 L.F Storm Sewer (RCP Class III) 544 L.F RC End Section w/ Toe Wall 1 Ea x5 Type 1A Curb Inlet 1 Ea x4 Type 1A Curb Inlet 1 Ea. 25 Landscaping 1 L.S. 26 Lawn Sprinkler System 1 L.S. 27 Inlet Protection (New & Existing) 2 Ea. 28 Silt Fence 645 L.F. 29 Seed 1 L.S. 30 Sod (Fescue b/t Curb and Sidewalk) 557 S.Y. Unit Cost $ Cost $ Addendum No

13 PUBLIC PROJECT NO. 2 (Cont d) Item No. Item Description Quantity Unit 31 6 Dia. Manhole 1 Ea. Unit Cost $ Cost $ PUBLIC PROJECT NO. 2 - SUBTOTAL $ PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS Item No. Item Description Quantity Unit Unit Cost $ Cost $ 1 8 PVC C900 2,770 L.F. 2 6 DIP 39 L.F DIP 40 L.F. 4 8 Gate Valve 6 Ea Butterfly Valve 1 Ea. 6 Fire Hydrant Assembly 6 Ea. 7 End-of-Line Fire Hydrant 2 Ea x8 Tapping Sleeve & Valve 2 Ea. 9 Seeding 1 L.S. 10 Erosion Control 1 L.S. PUBLIC PROJECT NO. 3 - SUBTOTAL $ PUBLIC PROJECT NO. 4 - SANITARY SEWER IMPROVEMENTS Item No. Item Description Quantity Unit Unit Cost $ Cost $ 1 8 PVC SDR 35 1,475 L.F. 2 6 PVC SCH 40 5 L.F. 3 4 Dia. Manhole 6 Ea. 4 4 Dia. Doghouse Manhole 2 Ea. 5 Connect to Existing Sanitary Stub 1 Ea. 6 Connect to Existing Sanitary Sewer 2 Ea. 7 Seeding 1 L.S. 8 Erosion Control 1 L.S. PUBLIC PROJECT NO. 4 - SUBTOTAL $ Addendum No

14 PRIVATE PROJECT NO. 1 DERBY DESTINATION: DRIVE, SITE & STORM Item No. Item Description Quantity Unit Unit Cost $ Cost $ 1 Mobilization 1 L.S. 2 Clearing, Grubbing & Demolition 1 L.S. 3 Topsoil (Stockpile & Regrade) 36,485 C.Y. 4 Unclassified Excavation 23,936 C.Y. 5 Embankment (Contractor Furnished) 129,469 C.Y. 6 Compaction of Earthwork (All Types) 153,405 C.Y. 7 Bituminous Surface Course (2 ) 10,031 S.Y. 8 Bituminous Base Course (3 ) 10,031 S.Y. 9 Geogrid Reinforced Crushed Rock Base (5") 12,373 S.Y. 10 Reinforced Concrete Entrance Pavement (8 ) 208 S.Y. 11 Geogrid Reinforced Crushed Rock Base (7 ) 208 S.Y. 12 Concrete Curb and Gutter 4,886 L.F. 13 Concrete Sidewalk (4 ) 4,100 S.Y. 14 Sidewalk Ramps ADA (6 ) 1,528 S.F. 15 Detectable Warning Surface 260 S.F. 16 Concrete Cross Walk with Surface Pavers 269 S.Y. 17 Pavement Markings 1 L.S. 18 Permanent Signage 8 Ea. 19 Traffic Control 1 L.S Storm Sewer (RCP Class III) 115 L.F Storm Sewer (RCP Class III) 292 L.F Storm Sewer (RCP Class III) 294 L.F Storm Sewer (RCP Class III) 1,196 L.F " Storm Sewer (RCP Class III) 237 L.F Storm Sewer (RCP Class III) 1,250 L.F " Storm Sewer (RCP Class III) 333 L.F " Storm Sewer (RCP Class III) 535 L.F RC End Section with Toe Wall 2 Ea RC End Section with Toe Wall 1 Ea RC End Section with Toe Wall 1 Ea x8 Junction Box 2 Ea x5 Junction Box 1 Ea x4 Junction Box 2 Ea x5 Type 1A Curb Inlet 4 Ea x4 Type 1A Curb Inlet 11 Ea x4 Type 1A Curb Inlet 1 Ea x4 Type 1A Field Inlet 1 Ea Dia. Manhole 1 Ea. Addendum No

15 PRIVATE PROJECT NO. 1 (Cont d) Item No. Item Description Quantity Unit Unit Cost $ Cost $ 39 5 Dia. Manhole 1 Ea Dia. Manhole 1 Ea. 41 Rip-Rap Light 179 S.Y. 42 Temporary Construction Entrance 1 Ea. 43 Silt Fence 6,070 L.F. 44 Inlet Protection 15 Ea. 45 Sedimentation Basin & Diversion Dikes 1 L.S. 46 Concrete Pilot Channel in Detention Pond 1,262 S.Y. 47 Landscaping 1 L.S. 48 Lawn Sprinkler System 1 L.S. 49 Seed 1 L.S. 50 Sod (Fescue b/t Curb & Sidewalk) 3,131 S.Y. PRIVATE PROJECT NO. 1 - SUBTOTAL $ TOTAL BID (written as figures) $ Total Bid (written in words): Quantities are not guaranteed. Final payment will be based on actual quantities. 5. Bidder agrees that the work will be substantially complete and completed and ready for final payment in accordance with paragraph of the General Conditions on or before the dates or within the number of calendar days indicated in the agreement. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work on time. 6. The following are attached to and made a condition of this Bid: a. Required Bid Security in the form of bid bond. b. A tabulation of Subcontractors, suppliers and other persons and organizations required to be identified in this Bid. Addendum No

16 c. Required BIDDER S Qualification Statement with supporting data. d. (Add other documents as pertinent). 7. Communications concerning this Bid shall be addressed: 8. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. SUBMITTED on, 20. IF BIDDER IS: An INDIVIDUAL BY (SEAL) (Individual s Name) doing business as Business address: Phone No. A PARTNERSHIP By (Seal) (Firm Name) (General Partner) Business address: Phone No. A CORPORATION OR LIMITED LIABILITY COMPANY By (Seal) (Corporation or LLC Name) (Name of person authorized to sign) Addendum No

17 (Title) ATTEST: (Secretary) Business address: Phone No.: A JOINT VENTURE BY: (Name) (Address) BY: (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above). 9. BIDDERS QUALIFICATIONS AND SUBCONTRACTING To evaluate the BIDDERS qualifications for acceptance on this project, the OWNER requests the following: a. Previous Experience (Projects of similar construction detail). List five (5) projects Addendum No

18 b. List of Subcontractors that shall be used on this Project. Name Type of Work This report is an integral part of the proposal and must be submitted with Bid. Date:, 20 By: Title: Addendum No

A new Proposal Form is being issued with this Addendum, the following is an explanation of the changes, disregard originally issued form.

A new Proposal Form is being issued with this Addendum, the following is an explanation of the changes, disregard originally issued form. Courtyards Phase ADDENDUM NO. 1 May 2, 2016 PROJECT: Courtyards at the Oaks Phase 2 Paving & Incidental Drainage Improvements BID DATE: Tuesday, May 3, 2016, at 2:00 PM City Hall, City of Derby 611 Mulberry

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

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

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

Bidders Name: DOCUMENT 330 BID FORM

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

More information

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

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

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

ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO (2 pages)

ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO (2 pages) ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO. 010167-01 (2 pages) July 18, 2014 NOTICE TO ALL PLAN HOLDERS/BIDDERS This Addendum is issued to all registered plan holders

More information

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM. HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 6/19/15 BID NO. ITB 15-044 ADDENDUM No. 2 Project.: Owner: Lake Josephine Drive resurfacing Highlands County BCC Attn:

More information

SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1

SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1 SECTION 00301 May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1 PROJECT IDENTIFICATION: Pima Canal, Reach BW-IA, SCIDD Lateral 2-31-1 and Private Ditches Relocations. CONTRACT IDENTIFICATION (NUMBER AND DATE):

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 This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141 BID FORM PROJECT DESCRIPTION Ellis Avenue Stream Improvements City of Glasgow, KY PROJECT NUMBER GRW Project No.: 4339 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Glasgow 126 East Public

More information

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

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 #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

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

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS TO: All Plan Holders and Prospective Bidders TITLE: Hills of Cedar Creek East Phase 2 PROJECT NO: LOCATION: OWNER: EGA181011 Council Bluffs, IA. City

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

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

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 3/08/16 ITB NO. 16-012 ADDENDUM No. 1 Project.: TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY Owner: Highlands County BCC

More information

Water Meter Material Contract City of Ashville DWSRF # FS All Record Holding Contract Documents

Water Meter Material Contract City of Ashville DWSRF # FS All Record Holding Contract Documents 105 W. 2 nd Street Tuscumbia, AL 35674 T (256) 248-7030 F 1-866-225-7488 PROJECT: Water Meter Material Contract City of Ashville DWSRF # FS010200-01 ADDENDUM NO. Two (2) DATE: February 20, 2018 TO: All

More information

ADDENDUM NO. 1. VILLAGE OF VERSAILLES North West Street Extension March 19, 2018

ADDENDUM NO. 1. VILLAGE OF VERSAILLES North West Street Extension March 19, 2018 ADDENDUM NO. 1 VILLAGE OF VERSAILLES North West Street Extension March 19, 2018 To: Planholders From: Mote & Associates, Inc. Phone: (937) 548-7511 214 West Fourth Street Fax: (937) 548-7484 Greenville,

More information

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

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

More information

DOCUMENT BID FORM. Village of Middle Point

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

More information

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

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

More information

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

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

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

More information

BID 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 NEW MARTINSVILLE FIREMAN S DOCK BIDS DUE: 4:30 PM LOCAL TIME ON FRIDAY JANUARY 30 TH, 2015

SECTION NEW MARTINSVILLE FIREMAN S DOCK BIDS DUE: 4:30 PM LOCAL TIME ON FRIDAY JANUARY 30 TH, 2015 SECTION 00 91 13.01 NEW MARTINSVILLE FIREMAN S DOCK ADDENDUM #2 ADDENDUM #2 ISSUE DATE: JANUARY 21, 2015 PROJECT NAME: NEW MARTINSVILLE FIREMAN S DOCK BIDS DUE: 4:30 PM LOCAL TIME ON FRIDAY JANUARY 30

More information

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: April 22, 2009 To: Prospective Bidders/Plan Holders From: Abraham Campos, PE on behalf of City of El

More information

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient... BID PROPOSAL For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations...

More information

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

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

More information

SECTION BID FORM (REVISED ) ADDENDUM No. 1

SECTION BID FORM (REVISED ) ADDENDUM No. 1 SECTION 00300 BID FORM (REVISED - 06-14-2010) ADDENDUM No. 1 PROJECT IDENTIFICATION: ITB No. 10-045 Sebring Parkway Phase II Signing and Pavement Markings Project No. 01101 THIS BID IS SUBMITTED TO: Highlands

More information

Sample. Bid Proposal. Not Valid for Use

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

More information

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

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

More information

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

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

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

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

More information

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

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

More information

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

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

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

IFB # R Blythe Creek Grinder Pump Eliminations

IFB # R Blythe Creek Grinder Pump Eliminations IFB # 2019-015R Blythe Creek Grinder Pump Eliminations ADDENDUM No. 1 ISSUE DATE: October 10, 2018 *******************************************************************************************************************

More information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

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

More information

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

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

More information

Forsyth County Procurement

Forsyth County Procurement August 1, 2017 Forsyth County Procurement Donna Kukarola, CPPO, CPPB, Procurement Director ADDENDUM #2 Bid 17-72-3340 For: Providing all materials, equipment and labor for the Jot em Down Road Water Tank

More information

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

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

More information

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet. BID FORM TxDOT CSJ 1812CONRO Project Description: TW Extension, Lighting and Signage Improvements Base Bid: The project consists of the extension of existing 50 TW approximately 2,640 feet. The proposed

More information

Project Location: Various, Anywhere, PA Bid Date: 7/16/ Rock Construction Entrance

Project Location: Various, Anywhere, PA Bid Date: 7/16/ Rock Construction Entrance To: Project Name: Bidding Company Site Work Project Contact: Address: Various Phone: Fax: Bid Number: Project Location: Various, Anywhere, PA Bid Date: 7/16/2014 Clarifications: This takeoff does not include

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

CITY AND COUNTY OF DENVER

CITY AND COUNTY OF DENVER 2-1.1b REMOVE COMBINATION CONCRETE CURB, GUTTER AND SIDEWALK (3'-11") 2-1.2a REMOVE 6" CONCRETE CURB AND/OR GUTTER S Holly: See near STA: 25+56 S Poplar 300 LF 25 LF 2-1.4 REMOVE HANDICAP CONCRETE CURB

More information

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address:  Address: BID FORM TxDOT CSJ No. 1507JNCTN Project Description: T-Hangar Development Project Bid by: Name of Bidder Address: Telephone: FAX: Email Address: To the Texas Department of Transportation hereinafter called

More information

Snow Removal Equipment Storage Building

Snow Removal Equipment Storage Building June 6, 2011 ADDENDUM 2 (Rev.1) For Snow Removal Equipment Storage Building URS Project No. 25338534 Prepared For 2933 Airport Blvd. Abilene, TX 79602 Prepared By URS Corporion 1950, North Stemmons Freeway

More information

Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual.

Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual. January 5, 2005 Traffic Signal Installation NE Lakewood Blvd. and NE Anderson Dr. Bid No. 06-075 ADDENDUM NO. 1 Contract Bidders: Enclosed is Addendum No. 1 to the above reference contract documents. Please

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

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

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Todd County Water District P.O. Box 520 2201 New Highway 68 West Elkton, KY 42220 RE: Novelis Water Supply Project: Contract No. 1 Waterline Extensions The Todd County Water District

More information

SECTION BID FORM

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

More information

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

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1 CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT- ENGINEERING DIVISION ADDENDUM DATE: 10/12/15 PROJECT: BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: 41506 BID DATE: 10/27/15 ADDENDUM

More information

IMMEDIATE RESPONSE REQUESTED

IMMEDIATE RESPONSE REQUESTED DATE: June 1, 2018 IMMEDIATE RESPONSE REQUESTED ADDENDUM NO. 3 Project No. 833450 Owner: City of Dexter Project: 2018 Wastewater Treatment Plant Improvements ADDENDUM ACKNOWLEDGMENT Upon receipt of this

More information

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

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION CITY OF ALBANY Public Works Department ADDENDUM # ST-6-02 CROCKER LANE RECONSTRUCTION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and shall

More information

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

CITY OF ELKO BID TABULATION FOR Sports Complex

CITY OF ELKO BID TABULATION FOR Sports Complex CITY OF ELKO BID TABULATION FOR Sports Complex 2017-2018 NAME Granite Construction Great Basin Engineering Contractors Road & Highway Builders CLEARING EARTHWORK 1 33701200 Mobilization @ Per Lump Sum

More information

DATE: March 31, 2017 NO. OF PAGES: 15 (Including Cover Page) CITY OF ARVIN SYCAMORE ROAD STORM DRAINAGE IMPROVEMENT PROJECT

DATE: March 31, 2017 NO. OF PAGES: 15 (Including Cover Page) CITY OF ARVIN SYCAMORE ROAD STORM DRAINAGE IMPROVEMENT PROJECT WATER & WASTEWATER MUNICIPAL INFRASTRUCTURE LAND DEVELOPMENT AGRICULTURAL SERVICES DAIRY SERVICES LAND SURVEYING & GIS PLANNING & ENVIRONMENTAL DISTRICT MANAGEMENT 1800 30th Street, Suite 280 Bakersfield,

More information

SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances

SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances 2004 Specifications CSJ 1316-01-034 & 0902-48-502 SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances 1. Description. Furnish all materials, equipment, labor and incidentals necessary

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

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

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

More information

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

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

PUBLIC WORKS DEPARTMENT THORNTON ROAD WIDENING PROJECT NO. PW1428

PUBLIC WORKS DEPARTMENT THORNTON ROAD WIDENING PROJECT NO. PW1428 PUBLIC WORKS DEPARTMENT BID FORMS FOR THORNTON ROAD WIDENING PROJECT NO. PW1428 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL Job Walk:

More information

City of Town & Country Wirth Tract Development

City of Town & Country Wirth Tract Development ENGINEER'S OPINION SUMMARY OF PROBABLE COSTS // BASED ON PRELIMINARY PLAN DATED // City of Town & Country Wirth Tract Development SUMMARY TOTAL GRADING AMOUNT,0. TOTAL SANITARY SEWER AMOUNT,0.0 TOTAL STORM

More information

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016 ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP #2017-01 NOTICE TO PROSPECTIVE BIDDERS June 7, 2016 Prospective bidders are hereby informed of the following corrections, additions, deletions, and/or modifications

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

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

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

BASE BID Description Written & Numeric Price

BASE BID Description Written & Numeric Price PROPOSAL Proposal TxDOT CSJ No. Project : Airfield drainage improvements to alleviate storm water conveyance issues at in Liberty, TX. The improvements include: re-grading of existing concrete lined infields,

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

YES, we received Addendum No. 1

YES, we received Addendum No. 1 TRANSMITTAL SHEET Date sent: Friday, April 6, 2018 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering Number of pages including this page: 36 CONFIRMATION

More information

A D D E N D U M N O. 4

A D D E N D U M N O. 4 A D D E N D U M N O. 4 TO: PROJECT: All Prospective Bidders (T78) Drainage Improvements TxDOT CSJ No. Klotz Project No. 0500.041.002 ISSUE DATE: January 30, 2017 The following information is provided to

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

E. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17

E. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17 S&L Gravel, Section B: Proposal Page 10701.0 - TRAFFIC CONTROL - LUMP SUM 1.00 $6,425.00 $6,425.00 $6,425.00 $10,000.00 10720.0 - TRAFFIC CONTROL SIGN - PORTABLE ARROW BOARD - DAYS 25.00 $25.00 $625.00

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

**BID OPENING DATE CHANGE Bid Open Date: Thursday, March 29, 2018 at 11:00 AM

**BID OPENING DATE CHANGE Bid Open Date: Thursday, March 29, 2018 at 11:00 AM WESLIE Engineering Group PROJECT: Douglas County Stateline Flowage Dam Reconstruction Project Addendum #1 Date: Tuesday, March 20, 2018 To: Prospective Bidders **BID OPENING DATE CHANGE Bid Open Date:

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

BID FORM. (Firm) FOR CONSTRUCTION OF

BID FORM. (Firm) FOR CONSTRUCTION OF BID FORM BY Rancho California Water District 42135 Winchester Road Post Office Box 9017 Temecula, CA 92589-9017 (Firm) FOR VIA VISTA GRANDE [PROJECT 20161], AVOCADO MESA [PROJECT 20162], AND CARANCHO WEST

More information

HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION

HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION Project Manual prepared for JACKSON COUNTY UTILITY AUTHORITY PREPARED BY: COMPTON ENGINEERING, INC. 1706 CONVENT AVE. PASCAGOULA, MISSISSIPPI

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

ADDENDUM NO. 1 PRE-BID CONFERENCE: GENERAL: Great West Engineering, Inc N. Lakeharbor Lane Boise, Idaho (208)

ADDENDUM NO. 1 PRE-BID CONFERENCE: GENERAL: Great West Engineering, Inc N. Lakeharbor Lane Boise, Idaho (208) Great West Engineering, Inc. 3363 N. Lakeharbor Lane Boise, Idaho 83703 (208) 576-6671 April 7, 2017 Whitman County Department of Public Works Carothers Road Solid Waste Facility Contact Water and Fire

More information

CITY OF PEACHTREE CITY HEADWALL REPLACEMENT - STORMWATER ADDENDUM #2

CITY OF PEACHTREE CITY HEADWALL REPLACEMENT - STORMWATER ADDENDUM #2 PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org CITY OF PEACHTREE CITY HEADWALL REPLACEMENT - STORMWATER ADDENDUM #2 The

More information

INSPECTION AND ACCEPTANCE FOR MAINTENANCE

INSPECTION AND ACCEPTANCE FOR MAINTENANCE Inspection and Acceptance For Maintenance Page 1 (Last revised 6/29/10) INSPECTION AND ACCEPTANCE FOR MAINTENANCE SELECTED LINKS TO SECTIONS WITHIN THIS SPECIFICATION Acceptance Sewer As Built Drwg Example

More information

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 3690 NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Commissioners Kitsap County 614 Division Street Port

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

PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR

PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR 99.0 PUBLIC AND PRIVATE IMPROVEMENTS CODE 99.0 PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR TABLE OF CONTENTS 99.1. ADMINISTRATION AND GENERAL REGULATIONS...2 99.1.1. Title...2

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

BID FORM - LUMP SUM BID

BID FORM - LUMP SUM BID BID FORM - LUMP SUM BID PROJECT: Livingston Northside Park and Soccer Fields Phase 1 Construction LOCATION: Livingston, Montana Ladies & Gentlemen: Pursuant to and in compliance with the Advertisement

More information

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1 DATE: May 18, 2016 TO: FROM: All Bidders/Proposers Willie Velez, CPPB Procurement Administrator City of Casselberry Purchasing Division SUBJECT: ITB-2016-0023, Oxford Road Complete Street Improvements

More information

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1 Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject

More information

Main Building Auditorium

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

More information