2. Section 00300, Bid Form: REPLACE entire section with the attached Bid Form. Adjustments were made to Bid Form Attachment A.

Size: px
Start display at page:

Download "2. Section 00300, Bid Form: REPLACE entire section with the attached Bid Form. Adjustments were made to Bid Form Attachment A."

Transcription

1 1700 East Iron Ave. Salina, KS phone fax Arizona California Colorado Kansas Missouri Nebraska New Mexico Oklahoma Texas Utah 1 December 2017 ADDENDUM NO. 2 RE: City of Conway Springs, Kansas Water Treatment Plant Bid Package No. 2 KDHE Project No WCI File: /03/8670/8600 To All Prospective Bidders: The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged. A. PROJECT MANUAL 1. CLARIFICATION A milestone will be added to the construction of the project. All site earthwork must be complete by June 1, 2018 to accommodate the construction of Bid Package No. 3 Water Storage Tower. 2. Section 00300, Bid Form: REPLACE entire section with the attached Bid Form. Adjustments were made to Bid Form Attachment A. 3. Section , Supplementary Conditions, Page : SC-5.06 Property Insurance; REMOVE entire paragraph SC-5.06 only from the Supplementary Conditions regarding deductible requirements. 4. Section , Supplementary Conditions, Page : ADD the following paragraphs to SC-5.06 Property Insurance: 5.06 PROPERTY INSURANCE Delete paragraph 5.06.A of the General Conditions in its entirety and insert the following in its place: A. Unless otherwise provided in the Supplementary Conditions, Contractor shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: Wilson & Company, Inc., Engineers & Architects Relationships SHARED OWNERSHIP COLLABORATION INTENSITY DISCIPLINE SOLUTIONS

2 Page 2 In the first sentence of paragraph 5.06.B of the General Conditions, Replace Owner with Contractor in the sentence starting with Owner shall purchase and maintain. 5. Section 01170, Special Construction Permits, Page : CLARIFICATION that the Sumner County Road and Bridge County-Right-of-Way Encroachment permits have been previously submitted and approved by the County. There is no fee for these crossing permits. 6. Section 01170, Special Construction Permits, Page : Part 1; ADD the following paragraph 1.6 after paragraph 1.5: 1.6 SUMNER COUNTY ROAD AND BRIDGE MOVE PERMITS The Contractor will be required by the County to get a permit for all loads over weight, over length, over height, or over width in addition to any existing annual permits previously held with the State by the Contractor. There is a $25.00 fee for these permits. 7. Section & 01300A: CLARIFICATION that Bid Package No. 2 is not an American Iron and Steel (AIS) job. Any reference to AIS in these sections shall be removed. 8. Section 02610, Water Pipe and Appurtenances, Page : Part 2; ADD the following paragraph 2.7 after paragraph 2.6: 2.7 GRIT STRAINER A. System Description: 1. Max. Flow Rate: 600 gpm (min.). 2. Pipe Size: 6-inch. 3. Pressure Rating: 285 psi. 4. Provide 2-inch drain connection with shutoff valve. 5. Provide bolted, quick open cover. 6. Provide stainless steel 1/8 inch mesh wire for straining of pebbles. 7. Tee strainer. B. Materials of Construction: 1. End connections: 150 lb flanges to match piping connections. 2. Body: Ductile Iron. C. Model/Manufacturer: 1. Model Style T manufactured by Keckley Company. 2. Substitution: Under provisions of Section Section 11260, Gas Chlorination Equipment and Appurtenances, Page : Part 2, 2.1; REPLACE paragraph B. No Substitutions with B. Superior Gas Chlorinators; Fort Pierce, Florida. 10. Section 11260, Gas Chlorination Equipment and Appurtenances, Page : Part 2, 2.1; ADD paragraph E. No Substitutions.

3 Page Section 11295, Valves, Hydrants and Appurtenances, Page : Part 2, 2.2; ADD paragraph B. below: B. Yard Hydrant: 1. Frost proof yard hydrant design bury depth. 3. Inlet: ¾ NPT brass cating 4. Outlet: ¾ brass hose thread. 5. Padlockable. 6. Lever control with variable flow. 7. Automatic self-adjusting plunger. 8. Drains below the frost line once hydrant is shut off. 9. Pipe and threads are galvanized to prevent rust. 12. Section 11300, Meters, Page : Part 2, 2.1, H., 1.; ADD or equal to the end of Paragraph Section 11400, Treatment Equipment, Page : Part 3, 3.6; CLARIFICATION that the payment terms outlined in paragraph 3.6 are voided and the terms used will be those terms outlined in the Layne quote in Section 11400A (page 9) Exhibit. 14. Section 11400A, Exhibit Treatment Equipment: CLARIFICATION that the price as outlined within Layne s quote will be honored by Layne through January 15 th, Section 11600, Chemical Metering Pump & Appurtenances, Page : Part 2, 2.1. B.; ADD Blue-White Industries to the list as an acceptable manufacturer. The Blue- White product must meet or exceed the Steener Pump specified capabilities. 16. Section 13770, Cell Liner System, Page : Part 2, 2.2, B., 2.; ADD the following sentence to the end of Paragraph 2.: To be used to connect (between) vents on opposite sides of the cell, located under the secondary liner. Contractor responsible for determining number of vents required to protect each cell. Geocomposite required for each vent. 17. Section 13770, Cell Liner System, Page : Part 2, 2.2, B., 4.; REPLACE paragraph 4. With the following Paragraph 4.: 4. Intermediate Geonet Liner (Conduction Layer): 18. Section 16231, Standby Generator, Page : Part 2, 2.1, A.,; ADD MTU Onsite Energy to the list of acceptable manufacturers.

4 Page 4 B. DRAWINGS 1. Sheet No. A-10, Water Treatment Plan Floor Plan: Detail C1 Water Treatment Plant Floor Plan; CHANGE Window Type E in Office Room No. 101 to Window Type C. 2. Sheet No. S-103, Water Treatment Plant Mezzanine Plan: DELETE reference to decking in Structural Note No Sheet No. CS-101, Water Treatment Plant Site Grading Plan: Detail A1 Water Treatment Plant Site Grading Plan; CLARIFICATION that contours for the drainage swale on the west/south side of the property will be adjusted to reduce the amount of extra soil from the project. The goal is to balance the earthwork on the site. 4. Sheet No. CS-102, Water Treatment Plant Piping & Site Drive Plan: Detail A1 Water Treatment Plant Piping & Site Drive Plan; ADD a 2 corporation stop at the 6 x2 DIP reducing tee providing water service for the water treatment plant and yard hydrant. 5. Sheet No. CS-102, Water Treatment Plant Piping & Site Drive Plan: Detail A1 Water Treatment Plant Piping & Site Drive Plan; REVISE note indicating 2100 L.F. of barb wire fence to 2100 L.F. of Woven Wire Fence. Note: All other fence on project can be barb wire fence. 6. Sheet No. CS-102, Water Treatment Plant Piping & Site Drive Plan: CLARIFICATION for general note 12. Please reference attached site plan for the proposed fencing at Well No Sheet No. CS-501, Civil Details Detail G9, Air/Gas Vent Detail; REPLACE entire detail with attached detail CS-501A2. 8. Sheet No. CS-506, Water Treatment Plant Access Drive: CLARIFICATION that contractor is responsible for maintaining an adequately maintained road for access to the water treatment plant site and homes along access throughout construction. 9. Sheet No. D-101, Water Treatment Plant Piping Plan: Detail C1, Water Treatment Plant Process Piping Plan; CLARIFICATION that the square connected horizontally to the blind flange of the suction piping of the high service pumps (near V211) is PIT Sheet No. D-502, Miscellaneous Details: Detail E1, Phosphate Feed System; ADD a note near the phosphate feed drum for one calibration column. The column will be fixed to the wall near the drum to calibrate the pump. 11. Sheet No. D-601, Valve & Equipment Schedules: CHANGE to the Valve Schedule. Valve Nos. V201, V211, V204, & V214 shall be 6 valves. All references to these valves throughout the drawings shall be revised to 6.

5 Page Sheet No. D-602, Valve & Equipment Schedules: ADD the following flow meter to the Flow Meter Schedule Supplied by: Contractor Tag: -- Service: Yard Hydrant Service Type: Floating Ball Fluid: Potable Water Size (in.): 1.5 Installer: Contractor Location: WTP Site 13. Sheet No. D-602, Valve & Equipment Schedules: CLARIFICATION to the Pump Schedule. The recycle (P4200) and brine (P5100) pump are supplied by the treatment system provider. 14. Sheet No. M-101, Mechanical Site Plan: CLARIFICATION on the propane tank. The Co-op can only provide the gas for the tank. Contractor is responsible for supplying and providing the tank. No specific supplier required for the tank. 15. Sheet Nos. E-100 & E-101: CLARIFICATION that both sheets E-100 and E-101 Project Names in the title block should be replaced with the following: City of Conway Springs - Water Treatment Plant - Bid Package No. 2 all work as identified on E-100 and E-101 shall be included within the Water Treatment Plant, Bid Package No. 2 pricing. 16. Sheet No. E-100, Electrical Demolition Plan: Detail A1 and Detail C1; CLARIFICATION that the existing direct buried control wires for the existing water supply wells (12,13,14,15,16,&18) do not need to be removed between wells and the City maintenance building. Only removal of wires required are those at the well sites and at the City maintenance building that are above grade and any removal required for new construction. 17. Sheet Nos. E-103 & E-104, Well Nos. 13, 15, 19, 20: CLARIFICATION that the darkened sample tap near the air valve in the valve vault is existing and provided as a part of Bid Package No Sheet Nos. E-103 & E-104, Well Nos. 13, 15, 19, 20: CLARIFICATION that the flow meters will utilize a remote mounted transmitter as supplied by Bid Package No. 1. Contractor will be responsible for mounting transmitter to RTU as well as providing wiring between transmitter, meter, and RTU.

6 Page Sheet Nos. E-121, Valve Vault Plan: Sheet Keyed Notes; REVISE Note 9 to state that the panel will be mounted to wall of water tower OR provide and install panel board on an equipment rack dependent upon tower selection. This ADDENDUM is hereby made a part of the Bidding Documents to the same extent as though contained in the original documents. Work to be included shall not be limited to narrative description contained herein, but shall also include adjustments or revisions to other work not mentioned, in order to accomplish the Work described. Each Bidder shall acknowledge receipt of this ADDENDUM in the space provided on the Bid Form. WILSON & COMPANY Craig Stockebrand Civil Engineer M:\WWW\ \DOCS\PROJECT MANUAL\Addendum No. 2\Addn #2.doc

7 KDHE Project No.: 2844 Wilson & Company File: BID RECIPIENT 1.1 This Bid is submitted to: City of Conway Springs, Kansas 208 W. Spring Ave. Conway Springs, KS SECTION BID FORM Water Treatment Plant Bid Package No. 2 City of Conway Springs, Kansas 1.2 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2. BIDDER S ACKNOWLEDGEMENTS 2.1 Bidder accepts all of the terms and conditions of the 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 Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. Bidder will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen days after the date of Owner's Notice of Award. 3. BIDDER S REPRESENTATIONS 3.1 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement that: Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged: Addendum No. Addendum Date No. 1 11/02/ Bidder has familiarized itself with the nature and extent of the Bidding Documents and visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. EJCDC C-300 Bid Form for Construction Contracts Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved Bid Form

8 3.1.3 Bidder is familiar with and is satisfied as to all Laws and Regulations that may affect cost, progress, and performance of the Work Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in SC-4.02 as containing reliable "technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in SC-4.06 as containing reliable "technical data." Bidder has considered the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder s safety precautions and programs Based on the information and observations referred to in Paragraph above, Bidder does not consider that further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted Bidder acknowledges and agrees to abide by all KDHE requirements as presented within the bidding documents, specifications, and appendices. 4. BIDDER S CERTIFICATION 4.1 Bidder certifies that: This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; EJCDC C-300 Bid Form for Construction Contracts Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved Bid Form

9 5. BASIS OF BID Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.1.4: a. corrupt practice means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process; b. fraudulent practice means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; c. collusive practice means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and d. coercive practice means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract Bidder will complete the Work including all equipment, materials, labor and installation in accordance with the Contract Documents for the following price(s): TOTAL LUMP SUM BID PRICE*: (written) Dollars ($ ). *Note: The Owner pre-negotiated equipment prices, the following bid allowance, and all items included as a part of Bid Form Attachment A are to be included in the Lump Sum Bid Price above. BID ALLOWANCE: The following allowances shall be included in the Lump Sum Bid Price. The contractor s profit and overhead shall be included in the Contract Price so that if these allowances are authorized, no additional Contractor s profit or overhead shall be included. These allowances cannot be expended without a written directive from the Engineer. Allowance No. 1 Include the stipulated sum of $25, EJCDC C-300 Bid Form for Construction Contracts Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved Bid Form

10 BID FORM ATTACHMENT A: WATER TREATMENT PLANT BID PACKAGE NO. 2 Note: All items below considered to be Lump Sum work items. Water Treatment Plant On-Site Work Owner Pre-Negotiated Equipment Price.$ 552, Water Treatment Plant, Complete... $ Allowance No $ 25, Sub-Total $ Water Treatment Plant Off-Site Work Water Treatment Plant Access Drive......$ Existing Well House 11 Demolition....$ Existing Well House 13 Demolition....$ Abandonment of Connection No. 1 (Supply). $ Abandonment of Connection No. 3 (Supply).....$ Sub-Total.$ Total Bid Package No. 2 Work.$ EJCDC C-300 Bid Form for Construction Contracts Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved Bid Form

11 5.1.1 ALTERNATES: The Owner reserves the right to accept or reject the following alternates in any combination. Upon acceptance of the alternate(s) by the Owner, the named items shall be furnished, removed, or adjusted as shown on the Drawings and as specified. The Total Lump Sum will be modified accordingly. Items identified as adjustments, their costs will include the difference in cost from Total Lump Sum. 6. TIME OF COMPLETION (Circle Add or Deduct for each Price Adjustment on each Alternate) Alternate No. 1: Work includes the addition of furnishing and seal-coating concrete floors where indicated in schedule. The work shall include the coordination, labor, and equipment necessary along with all other incidental and appurtenant work required to coat, paint, and seal concrete floors, trench floors, and trench walls as indicated in schedule and to complete this item. Total Price Add / Deduct $ Alternate No. 2: Work includes the addition of furnishing and installing office furniture and cabinetry in Room 101. The work shall include the coordination, labor, and equipment necessary along with all other incidental and appurtenant work required to install steel office desks, cabinetry, desk chair, etc. and complete this item. Total Price Add / Deduct $ Alternate No. 3: Work includes the addition of furnishing and installing valve V955 inside the water tower valve vault. The work shall include the coordination, labor, equipment, and startup necessary along with all other incidental and appurtenant work required to install Valve V955, complete. Total Price Add / Deduct $ 6.1 Bidder agrees that the Work will be substantially complete on or before November 23, 2018 and will be completed and ready for final payment in accordance with Paragraph of the General Conditions on or before December 21, Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above. 7. ATTACHMENTS TO THIS BID 7.1 The following documents are submitted with and made a condition of this Bid: Required Bid security; List of Subcontractors Form ; KANSAS PUBLIC WATER SUPPLY LOAN FUND EJCDC C-300 Bid Form for Construction Contracts Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved Bid Form

12 8. DEFINED TERMS State of Kansas Act Against Discrimination Contract Provision Certification Form Demonstration of Compliance with DBE Good Faith Efforts Worksheet EPA Form (DBE Subcontractor Performance Form) EPA Form (DBE Subcontractor Utilization Form) EPA Form (Certification Regarding Lobbying) 8.1 The terms used in this Bid which have the meanings assigned to them as defined in the Instruction to Bidders, the General Conditions, and the Supplementary Conditions. 9. ADDRESS 9.1 Communications concerning this Bid shall be addressed to: 10. BID SUBMITTAL The address of Bidder indicated below This Bid is submitted by: If Bidder is: An Individual Name (typed or printed): By: (Individual s signature) Doing business as: A Partnership Partnership Name: By: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): EJCDC C-300 Bid Form for Construction Contracts Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved Bid Form

13 A Corporation Corporation Name: (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: (CORPORATE SEAL) Attest Date of Qualification to do business in is / /. A Joint Venture Name of Joint Venture: First Joint Venturer Name: (SEAL) By: (Signature of first joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venturer Name: (SEAL) By: (Signature of second joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: (Each joint venturer 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.) BIDDER's Business Address EJCDC C-300 Bid Form for Construction Contracts Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved Bid Form

14 Phone No. Fax No. SUBMITTED on, 20. END OF SECTION EJCDC C-300 Bid Form for Construction Contracts Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved Bid Form

15

16

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

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

NORWEST ENGINEERING Consulting Engineers N.E. 122nd Ave., Suite 207 Portland, Oregon (503)

NORWEST ENGINEERING Consulting Engineers N.E. 122nd Ave., Suite 207 Portland, Oregon (503) NORWEST ENGINEERING Consulting Engineers 4110 N.E. 122nd Ave., Suite 207 Portland, Oregon 97230 (503) 254-0110 ATTACHMENT B Request For Bid General Site Construction Bid Form Project: Location: Tacoma,

More information

THIRD STREET WATER MAIN REPLACEMENT PROJECT

THIRD STREET WATER MAIN REPLACEMENT PROJECT MARINA COAST WATER DISTRICT THIRD STREET WATER MAIN REPLACEMENT PROJECT CIP NO. OW-0240 June 2015 00010-1 Third Street Water Main Replacement Project CIP No. OW-0240 Document 00050 Marina Coast Water

More information

ADDENDUM NO. 1 APRIL 24, 2017

ADDENDUM NO. 1 APRIL 24, 2017 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

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

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

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

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

More information

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

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION:

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION: CONTRACT DOCUMENTS AND BID FORM PROJECT IDENTIFICATION: THIS BID IS SUBMITTED TO: MANDATORY PRE-BID CONFERENCE: FPL Remediation and Redevelopment City of Biddeford c/o Brian Phinney Environmental Codes

More information

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS Contract 1 GENERAL CONSTRUCTION Prepared for: VILLAGE OF ADDISON 35 TUSCARORA STREET ADDISON, NY 14801 Prepared by: LARSON DESIGN GROUP 1 West

More information

All Prospective Bidders. SUBJECT: Addendum #2. DATE: April 8, Huntley High School Athletic Field Improvements Bid Release #2

All Prospective Bidders. SUBJECT: Addendum #2. DATE: April 8, Huntley High School Athletic Field Improvements Bid Release #2 TO: All Prospective Bidders SUBJECT: Addendum #2 DATE: April 8, 2013 PROJECT: Huntley High School Athletic Field Improvements Bid Release #2 OWNER: Consolidated School District #158 Algonquin, IL CONSTRUCTION

More information

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

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

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

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

More information

(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

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original PROJECT BID NO EPWU PEM CONSULTANT SUBMITTED ON / / as a 95% (A) original RESUBMITTED ON / / as a 95% (B) revision 1.0 FRONT COVER 1.1 1.2 1.3 1.4 Title begins with location key words, otherwise with program/project

More information

Bolton & Menk, Inc Premier Drive Mankato, MN June 2, 2015

Bolton & Menk, Inc Premier Drive Mankato, MN June 2, 2015 ADDENDUM NO. 1 City of Saint James, MN Tower Coating Improvements Bid Date: June 5, 2015 Bid Time: 2:00 p.m. BMI Project No. M17.110096 Bolton & Menk, Inc. 1960 Premier Drive Mankato, MN 56001 June 2,

More information

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

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

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

Highlands Housing Authority

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

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

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

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2 revard Central Services Florida's Coast CENTRAL SERVICES GROUP Telephone (321) 617 7390 PURCHASING SERVICES Fax (321) 617-7391 Brevard County Government Center 2725 Judge Fran Jamieson Way, Bldg. C, Suite

More information

Construction Contract Basics

Construction Contract Basics PDHonline Course P120 (2 PDH) Construction Contract Basics Instructor: Kevin D. Waddell, P.E. 2012 PDH Online PDH Center 5272 Meadow Estates Drive Fairfax, VA 22030-6658 Phone & Fax: 703-988-0088 www.pdhonline.org

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

ADDENDUM NO. 1. Mallory Valley Utility District Technical Specifications & Design Criteria for Water Supply & Distribution Facilities

ADDENDUM NO. 1. Mallory Valley Utility District Technical Specifications & Design Criteria for Water Supply & Distribution Facilities ADDENDUM NO. TO Mallory Valley Utility District Technical Specifications & Design Criteria for Water Supply & Distribution Facilities Date of Addendum: December, 00 Hethcoat & Davis, Inc. 78 Franklin Road,

More information

Scope of Work Bid Package C-4 - West Polished Concrete

Scope of Work Bid Package C-4 - West Polished Concrete Scope of Work Bid Package C-4 - West Polished Concrete CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools,

More information

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents Document (00 21 13) Rudolph/Libbe Inc. www.rlcos.com 6494 Latcha Rd. Walbridge, Ohio 43465 v: 419.241-5000 f: 419.837.9373 Table of Contents 1.0 General Instructions 1.1 Document Hierarchy 1.2 Safety 1.3

More information

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION EVERETT MIDDLE SCHOOL ADDENDUM NO.

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION EVERETT MIDDLE SCHOOL ADDENDUM NO. SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION ADDENDUM NO. 1 PROJECT: 450 CHURCH STREET DATE: 13 FEBRUARY 2015 San Francisco, 94114 OWNER:

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

All service lines shall conform to the following requirements:

All service lines shall conform to the following requirements: 505 WATER SERVICE INSTALLATION 505.1 DEFINITION A service line is comprised of the piping and related appurtenances including the connection installed from the Des Moines Water Works water main to the

More information

Item #19 - CC Agenda - 06/09/ Sanitary Sewer Rehabilitation Project Plan Approval [Page 1 of 118]

Item #19 - CC Agenda - 06/09/ Sanitary Sewer Rehabilitation Project Plan Approval [Page 1 of 118] [Page 1 of 118] RD S Item #19 - CC Agenda - 06/09/2014 [Page 2 of 118] 1150 BAY 1130 YST AL 2640 OLD CR 1200 2430 2685 2683 NO 2655 RT H 2605 2625 SH OR ED R 2565 2545 2515 2485 CRYSTAL BAY 2465 2455 2445

More information

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. SEVEN Date: 07.11.17 Project: A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA A7.1

More information

SPECIFICATIONS - DETAILED PROVISIONS Section Horizontal Centrifugal Water Pumps C O N T E N T S

SPECIFICATIONS - DETAILED PROVISIONS Section Horizontal Centrifugal Water Pumps C O N T E N T S SPECIFICATIONS - DETAILED PROVISIONS Section 11931 - Horizontal Centrifugal Water Pumps C O N T E N T S PART 1 - GENERAL... 1 1.01 PUMP - GENERAL... 1 1.02 CERTIFIED PUMP CURVES... 1 1.03 NPSH REQUIREMENTS...

More information

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015 T S G TSG Architects AIA 427 Saint George, Suite 300 Gonzales, Texas 78629 8 3 0. 6 7 2. 7 8 0 1 8 3 0. 6 7 2. 4 3 4 0 f a x Member of the American Institute of Architects To: All Approved Contractors

More information

SERVICE LINES, METERS AND APPURTENANCES

SERVICE LINES, METERS AND APPURTENANCES AUGUST02 SECTION 02646 SERVICE LINES, METERS AND APPURTENANCES PART 1 - GENERAL 1.1 DESCRIPTION A. This section concerns materials and installation of corporation stops, curb stops, service lines, meters,

More information

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER CONTRACTOR

More information

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02620 PART 1 GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required to install High Density Polyethylene (HDPE) pressure pipe, fittings, and appurtenances

More information

Scope of Work Bid Package C-3 - West Precast Concrete

Scope of Work Bid Package C-3 - West Precast Concrete Scope of Work Bid Package C-3 - West Precast Concrete CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools,

More information

Fire Protection Underground Piping. ASCE Meeting 12/17/14 Columbia, SC

Fire Protection Underground Piping. ASCE Meeting 12/17/14 Columbia, SC Fire Protection Underground Piping Columbia, SC What We ll Cover Today 2 Applicable NFPA standards Shop Drawing Requirements State Fire Marshal s Review Sprinkler Act Fire Sprinkler System Specification

More information

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the CONTRACT AGREEMENT This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the "City") and Contractor as of the date the last party to this Contract Agreement signed below. W I T N E

More information

EL DORADO COUNTY REGIONAL FIRE PROTECTION STANDARD

EL DORADO COUNTY REGIONAL FIRE PROTECTION STANDARD EL DORADO COUNTY REGIONAL FIRE PROTECTION STANDARD Fire Water Supply without a Purveyor Residential & Commercial STANDARD #D-003 EFFECTIVE 01-04-2016 1. PURPOSE 1.1. The California Fire Code (CFC) requires

More information

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS (PRESSURE PIPE)

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS (PRESSURE PIPE) SECTION 02623 HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS (PRESSURE PIPE) PART 1 - GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install high density

More information

Construction Family of Documents

Construction Family of Documents Construction Family of Documents The EJCDC Construction Family Documents (C-Series) is intended for engineered construction projects. The current edition (2013) is endorsed by both the Construction Specifications

More information

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion Page 1 of 5 REQUEST FOR PROPOSALS Syracuse City is seeking the services of a qualified engineering consultant

More information

Synthetic Turf Replacement Scheels Overland Park Soccer Complex Overland Park, KS. November 18, 2016 ADDENDUM #1

Synthetic Turf Replacement Scheels Overland Park Soccer Complex Overland Park, KS. November 18, 2016 ADDENDUM #1 Synthetic Turf Replacement Scheels Overland Park Soccer Complex Overland Park, KS November 18, 2016 ADDENDUM #1 This addendum forms a part of the Contract Documents and modifies the original Bid Documents

More information

DEPARTMENT OF PROCUREMENT SERVICES - CITY OF CHICAGO DECEMBER 9, 2013 ADDENDUM NO. 1 FOR METERS AND REPLACEMENT PARTS FOR WATER METERS

DEPARTMENT OF PROCUREMENT SERVICES - CITY OF CHICAGO DECEMBER 9, 2013 ADDENDUM NO. 1 FOR METERS AND REPLACEMENT PARTS FOR WATER METERS DEPARTMENT OF PROCUREMENT SERVICES - CITY OF CHICAGO DECEMER 9, 2013 ADDENDUM NO. 1 FOR METERS AND REPLACEMENT PARTS FOR WATER METERS Specification No. 116187 For which ids were due in the Department of

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

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732)

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732) THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ 08904 PHONE (732)572-4420 February 10, 2017 Window Replacements at Samuel J Kronman Building and Park Terrace

More information

2016 CONCRETE REPLACEMENT PROJECT

2016 CONCRETE REPLACEMENT PROJECT CITY OF DELTA, COLORADO CONTRACT DOCUMENTS FOR 2016 CONCRETE REPLACEMENT PROJECT Prepared By: City of Delta 360 Main Street Delta, Colorado 81416 (970) 874-7566 ext 216 CITY OF DELTA PUBLIC WORKS DEPARTMENT

More information

GILA RIVER INDIAN COMMUNITY GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # ADDENDUM NO. 2 September 14, 2011

GILA RIVER INDIAN COMMUNITY GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # ADDENDUM NO. 2 September 14, 2011 TO: All Bidders From: Gila River Indian Community, Property and Supply Department The following addendum to the George Webb Village Subdivision Infrastructure construction project is made. Acknowledgment

More information

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement PROJECT MANUAL Volume 1 Project: Clayton Greenway System -Mark s Creek Bridge Replacement Owner: Town of Clayton Construction Manager: Lysaght & Associates Issued August 9, 2017 COVER SHEET 000000-1 TABLE

More information

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid ALASKA RAILROAD CORPORATION 327 W. Ship Creek Ave. Anchorage, AK 99501 August 4, 2017 Request for Quote #17-205428 The Alaska Railroad Corporation (ARRC) is soliciting bid from interested concerns for

More information

MATERIAL ALLOWANCES AND UNIT PRICES

MATERIAL ALLOWANCES AND UNIT PRICES PART 1 - GENERAL 1.1 SECTION INCLUDES ADDITIONS AND RENOVATIONS TO WEST YORK AREA HIGH SCHOOL - #1231 SECTION 012200 MATERIAL ALLOWANCES AND UNIT PRICES A. Measurement and payment criteria applicable to

More information

Addendum # 1 Perdue Stadium Seating Bowl Improvements Date of Addendum: 09/07/16

Addendum # 1 Perdue Stadium Seating Bowl Improvements Date of Addendum: 09/07/16 Wicomico County Purchasing 125 N. Division St. Room B-3 Salisbury, MD 21801 Ph. 410-548-4805 Fax 410-334-3130 Email: purchasing@wicomicocounty.org Addendum # 1 Perdue Stadium Seating Bowl Improvements

More information

C. ASSE 1013 Performance Requirements for Reduced Pressure Principle Backflow Preventers.

C. ASSE 1013 Performance Requirements for Reduced Pressure Principle Backflow Preventers. PART 1: GENERAL 1.01 Purpose: A. This standard is intended to provide useful information to the Professional Service Provider (PSP) to establish a basis of design. The responsibility of the engineer is

More information

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's

More information

SECTION 3.0 SPECIFICATIONS FOR DRINKING WATER DISTRIBUTION SYSTEMS DESIGN

SECTION 3.0 SPECIFICATIONS FOR DRINKING WATER DISTRIBUTION SYSTEMS DESIGN 3.1 GENERAL SECTION 3.0 SPECIFICATIONS FOR DRINKING WATER DISTRIBUTION SYSTEMS DESIGN 3.1.1 The following specifications cover the general design, review of plans and specifications, and acceptance of

More information

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR TAXIWAY Y BRIDGE REINFORCEMENT FOR GROUP VI AIRCRAFT CONTRACT NO. 9500498 November 30, 2017 The Request

More information

ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION

ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION SECTION 74 AIRPORT OBSTRUCTION LIGHTS (FAA L-119) 74-1 GENERAL The Contractor shall perform all work required by the plans and specifications for construction of obstruction lights in accordance with the

More information

University of Massachusetts Procurement Department 140 Hicks Way 407 Goodell Building Amherst, MA 01003

University of Massachusetts Procurement Department 140 Hicks Way 407 Goodell Building Amherst, MA 01003 University of Massachusetts Procurement Department 140 Hicks Way 407 Goodell Building Amherst, MA 01003 May 16, 2016 Addendum #1 Contract Number: UMA16-25 Project Number: 1000730 Speedtype: 157194 Title:

More information

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 February 19, 2013 Request for Bids New Haven City Park Bock Field fencing The

More information

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING: BID SHEET FOR CIP 17-101 CIPP LINING OF SANITARY SEWER SYSTEM Item No. 16 17 18 19 20 21 Description and Bid Unit Price Brim Style Service Line Connection Sealing System Temporary Bypass Facilities Set

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

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 NAME: NAVAJO TRIBAL UTILITY AUTHORITY WASTEWATER TREATMENT PLANT UPGRADES

PROJECT NAME: NAVAJO TRIBAL UTILITY AUTHORITY WASTEWATER TREATMENT PLANT UPGRADES Solutions for Today Vision for Tomorrow ADDENDUM 5 DATE: June 16, 2016 PROJECT NAME: NAVAJO TRIBAL UTILITY AUTHORITY WASTEWATER TREATMENT PLANT UPGRADES PROJECT NO. 115111 TO: ALL PLAN HOLDERS OF RECORD

More information

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

More information

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

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

More information

Request for Quotation: S&E Door replacement

Request for Quotation: S&E Door replacement Request for Quotation: S&E Door replacement March 2, 206 Belmont College 68094 Hammond Road St. Clairsville, OH 43950 TABLE OF CONTENTS Overview...3. General Description...4 2. Installation Schedule...4

More information

EJCDC Contract Documents for America s Infrastructure Buy online at

EJCDC Contract Documents for America s Infrastructure Buy online at EJCDC Contract Documents for America s Infrastructure Buy online at www.booksforengineers.com N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

More information

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10 Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 BID OPENING: 1/30/2018, @ 2 pm EST ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) ADS Environmental Services 935 W Chestnut Street,

More information

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom Overview The (CBW) requests sealed bids from interested and qualified firms to provide a, on a one-time basis. Supplier shall furnish all labor, materials, tools, and equipment necessary for supplying

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

City of Grand Forks Staff Report

City of Grand Forks Staff Report City of Grand Forks Staff Report Committee of the Whole November 14, 2016 City Council November 21, 2016 Agenda Item: Grand Forks Regional Water Treatment Plant (GFRWTP) Construction Phase Submitted by:

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: OWNER: Shell and Core Improvements-1235 Mission Scope 3: Roofs 1 & 3 DATE: December 29, 2017 1235 Mission

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

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION From: TO THE CITY COUNCIL CITY OF CARLYLE, ILLINOIS EQUIPMENT FOR AUTOMATIC METER READING SYSTEM AND HOSTING SERVICES for the MUNICIPAL ELECTRIC and WATER UTILITY. The undersigned, having familiarized

More information

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017 REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 23, 2018 UPDATE: JANUARY 29, 2017 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD

More information

COUNTY OF SAN JOAQUIN

COUNTY OF SAN JOAQUIN August 1, 2012 COUNTY OF SAN JOAQUIN General Services Department 44 North San Joaquin Street, Suite 590 Stockton, California 95202-2778 (209) 468-3357, Fax (209) 468-2186 GABRIEL E. KARAM Director Capital

More information

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA I. PROJECT DESCRIPTION: The Crisp County Board of Commissioners is seeking proposals from qualified consulting

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

SECTION 4 - DESIGN STANDARDS FOR WATER DISTRIBUTION FACILITIES

SECTION 4 - DESIGN STANDARDS FOR WATER DISTRIBUTION FACILITIES SECTION 4 - DESIGN STANDARDS FOR WATER DISTRIBUTION FACILITIES 4.1 GENERAL REQUIREMENTS 4.1.1 Water and fire protection distribution facilities are to be provided solely for the purpose of supplying potable

More information

Exhibit A Scope of Services and Deliverables

Exhibit A Scope of Services and Deliverables Exhibit A Scope of Services and Deliverables Attachment to MnDOT Contract No. for Project Name Project # 16-TZ dated Scope of Services includes: Programming / Schematic Design Phase Design Development

More information

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION 820-1 SCOPE OF WORK: SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION a. Furnish all labor, materials, equipment, and incidentals required for demolition and/or removal and disposal of existing

More information

March 6, 2015 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA Addendum No. 1/RFP Y15-1023-CH DISASTER DEBRIS MONITORING SERVICES Proposal Opening Date: March 17, 2015 This addendum is hereby incorporated

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

DATE: August 22, All Proposers

DATE: August 22, All Proposers DATE: August 22, 2017 TO: All Proposers RE: Addendum No. 2 RFP for the Design of Lighting Upgrades for David L. Lawrence Convention Center Roadways and Sidewalks and North Shore Garage Interior and Exterior

More information

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

HURON PUBLIC WORKS BUILDING HURON, SOUTH DAKOTA BID NO R

HURON PUBLIC WORKS BUILDING HURON, SOUTH DAKOTA BID NO R HURON PUBLIC WORKS BUILDING HURON, SOUTH DAKOTA BID NO. 2017-26R Stone Group Architects Project No. 1731 ADDENDUM DATE: September 14, 2017 BID DATE: September 18, 2017 2:00 P.M. C.S.T. SCOPE OF THIS ADDENDUM:

More information

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan.

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Addenda - Documents used by the Owner to incorporate interpretations or clarifications, modifications,

More information

SECTION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

SECTION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS SECTION 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.1 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and

More information

MANHOLES, VAULTS AND CATCH BASINS SECTION A. Section Soil and Aggregate Materials. C. Section Storm Drainage Systems

MANHOLES, VAULTS AND CATCH BASINS SECTION A. Section Soil and Aggregate Materials. C. Section Storm Drainage Systems SECTION 02607-1 1.0 GENERAL 1.1 SCOPE: A. This section covers the work necessary for the construction of sanitary and storm system manholes, catch basins, and miscellaneous concrete structures complete.

More information

1.07 SUPPLEMENTS PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION

1.07 SUPPLEMENTS PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION 1.07 SUPPLEMENTS d. Complete using typewriter or electronic printing. 3. Include detailed lubrication instructions and diagrams showing points to be greased or oiled; recommend type, grade, and temperature

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

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS

Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS RFQ Term: 1/1/2016 1/1/2020 Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS Denver Water (DW), in an effort to improve the administration and efficiency, has initiated

More information

March 6, Subject: Addendum No. 2 Invitation for Bid No Toyota Park Transit Center Phase II. Ladies and Gentlemen:

March 6, Subject: Addendum No. 2 Invitation for Bid No Toyota Park Transit Center Phase II. Ladies and Gentlemen: March 6, 2018 Subject: Addendum No. 2 Toyota Park Transit Center Phase II Ladies and Gentlemen: This Addendum No. 2 is being issued to provide responses to questions submitted by potential bidders and

More information