4. Section 01170, Special Construction Permits, Page : Part 1; ADD the following paragraph 1.5 after paragraph 1.4:

Size: px
Start display at page:

Download "4. Section 01170, Special Construction Permits, Page : Part 1; ADD the following paragraph 1.5 after paragraph 1.4:"

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 Storage Tower Bid Package No. 3 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. Section 00410, Bid Form: REPLACE entire bid form with the attached bid form. CLARIFICATION - only change was to add a line item for the logo for each tower. 2. Section 00520, Agreement Between Owner & Contractor, Page : Article 4, 4.02, A.; REPLACE the Final Payment requirement with the following date January 21, Section 00800, Supplementary Conditions, Page : SC-6.05 Property Insurance; REMOVE entire paragraph SC-6.05 only from the Supplementary Conditions regarding deductible requirements. 4. Section 01170, Special Construction Permits, Page : Part 1; ADD the following paragraph 1.5 after paragraph 1.4: 1.4 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. 5. Section 09900, Painting: CLARIFICATION that the concrete floor (ground elevation concrete floor of the tower) does not require painting in any type of tower. Wilson & Company, Inc., Engineers & Architects Relationships SHARED OWNERSHIP COLLABORATION INTENSITY DISCIPLINE SOLUTIONS

2 Page 2 6. Section 09900, Painting, Page : Part 3, 3.9, F.; ADD the following Sherwin Williams painting systems: Primer: Sherwin-Williams Macropoxy 5500 LT mils DFT Finish: Sherwin-Williams Macropoxy 5500 LT mils DFT 7. Section 09900, Painting, Page : Part 3, 3.10, G.; ADD the following Sherwin Williams painting systems: Primer: Sherwin-Williams Macropoxy 5500 LT mils DFT Finish: Sherwin-Williams Macropoxy 5500 LT mils DFT 8. Section 09900, Painting, Page : Part 3, 3.10, J.; ADD the following Sherwin Williams painting systems: Primer: Sherwin-Williams Macropoxy mils DFT Finish: Sherwin-Williams Hi-Solids mils DFT 9. Section 09900, Painting, Page : Part 3, 3.10, K.; ADD the following Sherwin Williams painting systems: Primer: and Field Primer: Finish: Structural steel and joists - one coat shop applied gray primer Sherwin-Williams Macropoxy mils DFT Sherwin-Williams Macropoxy mils DFT 10. Section 09901, Tower Painting, Page : Part 3, 3.3; REMOVE the entire Paragraph 3.3 Containment and all sub-paragraphs. 11. Section 09901, Tower Painting: CLARIFICATION that shop priming is allowable per AWWA D Section 09901, Tower Painting, Page : Part 2, 2.4, A., 3.; REPLACE only the Sherwin Williams interior painting systems with the following: Primer: Corothane I GalvaPac 2K Zinc-rich mils DFT Stripe Coat (on welded seams): Macropoxy mils DFT Intermediate: Macropoxy mils DFT Finish: Macropoxy mils DFT

3 Page Section 09901, Tower Painting, Page : Part 2, 2.4, A., 4.; REPLACE only the Sherwin Williams exterior painting systems with the following: Primer: Intermediate: Finish Coats (1 coat): Logo: Corothane I GalvaPac 2K Zinc-rich mils DFT Acrolon mils DFT Fluorokem mils DFT Fluorokem mils DFT 14. Section 09901, Tower Painting, Page : Part 2, 2.4, A., 4.; CHANGE requirement for the Tnemec finish coat from 2 coats to 1 coat. 15. Sections 11605, 11610, 11615, 11620, 11625: CLARIFICATION regarding lighting along tank ladders and platforms. Provide LED, damp location light fixtures to light ladders and platforms to provide an average of 10 fc and minimum of 5 fc along the height of the ladder within the water tower. Fixtures shall be mounted adjacent to the ladder. Follow OSHA standards on clearance around the ladder. Provide a switch at the base of the tower. Maximum vertical spacing of fixtures shall be 25 ; the lowest fixture shall be maximum of 8 above slab. Provide fixtures at the top and bottom of ladders and at the interior of access tubes (where applicable) and at the required spacing to meeting the footcandle requirements. Provide a minimum of one fixture above each platform. 16. Sections 11600, 11605, 11610, 11615, 11620, 11625: CLARIFICATION regarding lightning protection for the tanks. Provide lightning protection per NFPA 780 and AWWA. The minimum design shall be based on: Two down conductors spaced at 180 degrees shall be run the height of the tower. The down conductors shall be a minimum of 28 strand by 14 gauge copper. Bond down conductors to steel and fasten to interior every 3. Provide a counterpoise ring around the tower, using the same size (strand and gauge) conductor as the down conductor. The counterpoise ring shall have a minimum of four ¾ x 10 ground rods installed vertically and equally spaced around the base of the tank. 17. Sections 11600, 11605, 11610, 11615, 11620, 11625: CLARIFICATION that an FAA obstruction light is not required due to the FAA determination letter located within Appendix O. An extension for the obstruction determination has been granted by the FAA. Provisions shall be provided in all tower types for a future obstruction light. Provisions including mounting bracket and electrical conduit for future light 18. Sections 11605, 11610, 11615: CLARIFICATION that all references to access tubes to be 48 in diameter.

4 Page Sections 11600, 11605, 11610, 11615, 11620, 11625: CLARIFICATION of reporting and inspection. The tower shall be inspected and associated reports submitted by the Tower Contractor as indicated in D Section 11, D Section 11, and D Section 9 as applicable per the type of tower provided. All costs associated with the testing, inspection, or reporting for the submitted reports are the responsibility of the Contractor. At a minimum the following information shall be submitted: Report of installation and construction of piles Manufacturer s report of steel material Report of field measurements for compliance with tolerances for designated shall plates. Report and certification of weld inspection Record of location of radiographs Settlement monitoring Conformance to ASTM standards of concrete testing agencies Certification of welding inspectors Report of inspection of deep foundation construction Minimum compaction requirements for backfill Verification of compliance for concrete materials and mixtures Inspection of concrete reinforcement and embedments Reports of concrete testing during construction Reports of tests on hardened concrete Report of visual inspection of steel tank for compliance with tolerances Report of visual inspection of steel tank welding Report of inspection of attachments to support structure Report of leak testing of the tank Report of painting inspection. 20. Section 11600, Multi-Column Elevated Tower, : Part 2, 2.3, J, 1., b.; REPLACE last sentence of paragraph b. with the following: A safety door shall be provided at the base of the ladder. 21. Section 11605, Single Pedestal Elevated Tower, : Part 2, 2.3, N., 2.; DELETE paragraph 2. entirely referencing 10 x10 overhead door: 22. Sections 11610, 11615, 11620, 11625, Doors: For the sections identified above, REMOVE the 3 x 7 ground elevation access door. Only the 10 x10 ground elevation door will be required at ground level. 23. Section 11615, 11620, 11625, Composite Elevated Towers: CLARIFICATION that AWWA D107 latest revision will govern concrete materials/requirements. 24. Section 11615, Welded Composite Elevated Tower, : Part 2, 2.2, F.; DELETE entire first sentence of paragraph F which states as follows: Wall forms shall not be disturbed or removed for a minimum period of twenty four (24) hours after concrete placement.

5 Page Section 11615, Welded Composite Elevated Tower, : Part 2, 2.2, H., 3.; CHANGE reference to minimum concrete pour height from 6 feet to 4 feet. 26. Section 11615, Welded Composite Elevated Tower, : Part 2, 2.2, Q.; CHANGE reference to minimum pedestal diameter of 24 feet to 20 feet. 27. Section 11615, Welded Composite Elevated Tower, : Part 2, 2.5, L., 1., b., 1); CLARIFICATION that the stainless steel pipe used within the pedestal shall have a diameter-to-thickness ratio of 130 or less and have a minimum thickness of 14 gauge. 28. Section 11615, Welded Composite Elevated Tower, : Part 2, 2.5, L., 3., a.; DELETE reference in parenthesis stating (minimum ¼ wall thickness). 29. Section 11615, Welded Composite Elevated Tower, : Part 2, 2.5, L., 3., a.; CLARIFICATION that the carbon steel pipe within the tower tank shall be a minimum of ¼ thickness. 30. Section & 11625, Bolted Composite Towers: ADD the following requirement to both bolted composite water towers: Provide an interior concrete support structure utility rail at the top of the concrete support structure in order to assure access for maintenance of piping. B. DRAWINGS 1. Sheet G-002, General Notes, Legend & Control Points: Water Storage Tank Design Criteria; ADD the following note: 18. Contractor is responsible for providing all electrical work downstream of Panelboard LB EXCEPT the lighting, receptacles, and wiring as indicated on sheet E-121 in Bid Package No. 2. Panelboard LB will be provided as referenced in Bid Package No. 2 within a 15 feet perimeter of the tower foundation. 2. Sheet G-002, General Notes, Legend & Control Points: Water Storage Tank Design Criteria; ADD the following note: 19. Coordinate all work with other contracts. 3. Sheet C-101, Water Storage Tower Site Plan: CLARIFICATION that the tower contractor will be responsible for all excavation, backfill, and compaction (earthwork) for the foundation and tower install. Bid Package No. 2 will be responsible for a final grade elevation of and the indicated contours on sheet C-101 prior to tower contractor arrival. Earthwork and soils modifications for foundation and tower installation will be the responsibility of the tower contractor.

6 Page 6 4. Sheet C-301, Water Storage Tower Details: General Note 3., C.; CHANGE paragraph C. to NOT USED. 5. Sheet Nos. C-301, C-302, C-303, C-304, C-305, Water Storage Tower Details: The following adjustments shall be made to for all tower types: ADJUST the SDS under the design response accelerations to ADJUST the SD1 under the design response accelerations to ADJUST the Response Coefficient to 3.0. 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\Tower Improvements\Addendum No. 2\Addn #2.doc

7 SECTION BID FORM Water Storage Tower Bid Package No. 3 City of Conway Springs, Kansas WCI Project No USDA Project No Bid Form

8 TABLE OF CONTENTS ARTICLE 1 - BID RECIPIENT ARTICLE 2 - BIDDER S ACKNOWLEDGEMENTS ARTICLE 3 - BIDDER S REPRESENTATIONS ARTICLE 4 - BIDDER S CERTIFICATION ARTICLE 5 - BASIS OF BID ARTICLE 6 - TIME OF COMPLETION ARTICLE 7 - ATTACHMENTS TO THIS BID ARTICLE 8 - DEFINED TERMS ARTICLE 9 - BID SUBMITTAL Bid Form

9 ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: City of Conway Springs, Kansas 208 W. Spring Ave. Conway Springs, KS 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 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. ARTICLE 2 - BIDDER S ACKNOWLEDGEMENTS 2.01 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. ARTICLE 3 - BIDDER S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: Addendum No. Addendum Date No. 1 11/02/2017 B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site to the extent of the Bidding Documents and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that Bid Form

10 have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Bidder has considered the information known to Bidder itself; 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 any 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; and (3) Bidder s safety precautions and programs. F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. G. 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. H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder. I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work for which this Bid is submitted. J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. K. Bidder acknowledges and agrees to abide by all USDA-RD requirements as presented within the bidding documents, specifications, and appendices. ARTICLE 4 - BIDDER S CERTIFICATION 4.01 Bidder certifies that: A. 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; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D: Bid Form

11 ARTICLE 5 - BASIS OF BID 1. corrupt practice means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process; 2. 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 noncompetitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. 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 4. 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 e execution of the Contract Bidder has the option to complete any or all of the Water Storage Towers. If the Bidder chooses to not bid one or any of the Water Storage Towers, the Bidder shall write Not Bid in the space provided for the Total Bid Price for the Water Storage Tower the Bidder chooses not to bid. The work Bidder chooses to bid shall include all equipment, materials, labor and installation in accordance with the Contract Documents for the price(s) included in Bid Form Attachment A and following hereafter: MULTI-COLUMN TOWER TOTAL BID PRICE*: (written) Dollars ($ ). SINGLE PEDESTAL TOWER TOTAL BID PRICE*: (written) Dollars ($ ). FLUTED PILLAR TOWER TOTAL BID PRICE*: (written) Dollars ($ ). WELDED COMPOSITE TOWER TOTAL BID PRICE*: (written) Dollars ($ ) Bid Form

12 BOLTED STEEL COMPOSITE TOWER TOTAL BID PRICE*: (written) Dollars ($ ). BOLTED GLASS COMPOSITE TOWER TOTAL BID PRICE*: (written) Dollars ($ ). *All specified cash allowances are included in the price(s) set forth above, and have been computed in accordance with Paragraph of the General Conditions Bid Form

13 BID FORM ATTACHMENT A : WATER STORAGE TOWER: Item Item Description Unit Amount Multi-Column Tower 1 Mobilization 2 Water Storage Tower Elevated Water Storage Tower Foundation 3 Connection to Valve Vault 4 Logo Single Pedestal Tower Multi-Column Tower - Total Bid Price 1 Mobilization 2 Water Storage Tower Elevated Water Storage Tower Foundation 3 Connection to Valve Vault 4 Logo Fluted Pillar Tower Single Pedestal Tower - Total Bid Price 1 Mobilization 2 Water Storage Tower Elevated Water Storage Tower Foundation 3 Connection to Valve Vault 4 Logo Welded Composite Tower Fluted Pillar Tower - Total Bid Price 1 Mobilization 2 Water Storage Tower Elevated Water Storage Tower Foundation 3 Connection to Valve Vault 4 Logo Welded Composite Tower - Total Bid Price Bid Form

14 Item Item Description Unit Amount Bolted Steel Composite Tower 1 Mobilization 2 Water Storage Tower Elevated Water Storage Tower Foundation 3 Connection to Valve Vault 4 Logo Bolted Glass Composite Tower Bolted Composite Tower - Total Bid Price 1 Mobilization 2 Water Storage Tower Elevated Water Storage Tower Foundation 3 Connection to Valve Vault 4 Logo Bolted Composite Tower - Total Bid Price Bid Form

15 5.02 ALTERNATES: The Owner reserves the right to accept or reject the following alternates. 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 Bid Price for the associated Tower will be modified accordingly. Items identified as adjustments, their costs will include the difference in cost from Total Bid Price. (Circle Add or Deduct for each Alternate) (Circle Mat Foundation or Ring Wall Foundation for the type of foundation provided in the Alternate price) *Please note that if an alternate bid is submitted, Bidder shall provide the required bid submittal information for both the base bid tower/foundation AND the alternate tower/foundation (sketches/dimensions/sizes/quantities/etc.).* Alternate No. 1: Work includes the adjustment of all labor, materials, and equipment for the installation of the Multi-Column Tower foundation from a deep foundation system to a shallow mat or ring wall foundation system. The work shall include, but is not limited to, the excavation, backfill, concrete, reinforcement, design, testing, and all other incidental and appurtenant work required to complete this item. Complete only if submitting bid for a Multi- Column Tower. A bid for this alternate is not required. Mat Foundation Ring Wall Foundation Price Add / Deduct $ Alternate No. 2: Work includes the adjustment of all labor, materials, and equipment for the installation of the Single Pedestal Tower foundation from a deep foundation system to a shallow mat or ring wall foundation system. The work shall include, but is not limited to, the excavation, backfill, concrete, reinforcement, design, testing, and all other incidental and appurtenant work required to complete this item. Complete only if submitting bid for a Single Pedestal Tower. A bid for this alternate is not required. Mat Foundation Ring Wall Foundation Price Add / Deduct $ Alternate No. 3: Work includes the adjustment of all labor, materials, and equipment for the installation of the Fluted Pillar Tower foundation from a deep foundation system to a shallow mat or ring wall foundation system. The work shall include, but is not limited to, the excavation, backfill, concrete, reinforcement, design, testing, and all other incidental and appurtenant work required to complete this item. Complete only if submitting bid for a Fluted Pillar Tower. A bid for this alternate is not required. Mat Foundation Ring Wall Foundation Price Add / Deduct $ Alternate No. 4: Work includes the adjustment of all labor, materials, and equipment for the installation of the Welded Composite Tower foundation from a deep foundation system to a Bid Form

16 shallow mat or ring wall foundation system. The work shall include, but is not limited to, the excavation, backfill, concrete, reinforcement, design, testing, and all other incidental and appurtenant work required to complete this item. Complete only if submitting bid for a Welded Composite Tower. A bid for this alternate is not required. Mat Foundation Ring Wall Foundation Price Add / Deduct $ Alternate No. 5: Work includes the adjustment of all labor, materials, and equipment for the installation of the Bolted Steel Composite Tower foundation from a deep foundation system to a shallow mat or ring wall foundation system. The work shall include, but is not limited to, the excavation, backfill, concrete, reinforcement, design, testing, and all other incidental and appurtenant work required to complete this item. Complete only if submitting bid for a Bolted Steel Composite Tower. A bid for this alternate is not required. Mat Foundation Ring Wall Foundation Price Add / Deduct $ Alternate No. 6: Work includes the adjustment of all labor, materials, and equipment for the installation of the Bolted Glass Composite Tower foundation from a deep foundation system to a shallow mat or ring wall foundation system. The work shall include, but is not limited to, the excavation, backfill, concrete, reinforcement, design, testing, and all other incidental and appurtenant work required to complete this item. Complete only if submitting bid for a Bolted Glass Composite Tower. A bid for this alternate is not required. Mat Foundation Ring Wall Foundation Price Add / Deduct $ Bid Form

17 5.03 LIFE CYCLE COST COMPARISON (LCCC) INFORMATION: Bidder is to compete the information below for those towers that bidder submitted a bid. If the Bidder chose to not bid any of the Water Storage Towers, the Bidder shall write Not Bid in the space provided for the LCCC for that tower. Incomplete LCCC information for any tower that a bid was submitted, will be grounds for removing tower from consideration. Multi-Column Tower Life Cycle Cost Information Description Unit Quantity Interior Paintable Area (water containment area only) Sq.Ft. Exterior Paintable Area Sq.Ft. Single Pedestal Tower Description Unit Quantity Interior Paintable Area (water containment area only) Sq.Ft. Exterior Paintable Area Sq.Ft. Fluted Pillar Tower Description Unit Quantity Interior Paintable Area (water containment area only) Sq.Ft. Exterior Paintable Area Sq.Ft. Welded Composite Tower Description Unit Quantity Interior Paintable Area (water containment area only) Sq.Ft. Exterior Paintable Area Sq.Ft. Bolted Steel Composite Tower Description Unit Quantity Interior Reseal (water containment area only) L.F. Exterior Reseal L.F. Bolted Glass Composite Tower Description Unit Quantity Interior Reseal (water containment area only) L.F. Exterior Reseal L.F. ARTICLE 6 - TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete and will be 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. ARTICLE 7 - ATTACHMENTS TO THIS BID 7.01 The following documents are submitted with and made a condition of this Bid: A. Required Bid security on Bid Bond Form 00431; B. List of Subcontractors Form ; Bid Form

18 C. If Bid amount exceeds $10,000, signed Compliance Statement (RD 400-6). Refer to specific equal opportunity requirements set forth in the Supplemental General Conditions; D. If Bid amount exceeds $25,000, signed Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions (AD-1048); E. If Bid amount exceeds $100,000, signed RD Instruction 1940-Q, Exhibit A-1, Certification for Contracts, Grants, and Loans. F. General design sketch for each tower and foundation the Bidder submits a bid for. 1. General plan must show major dimensions including tank diameter, height of low and high water levels, sizes of all principal and secondary members, thicknesses of plates/panels, arrangement of members, size of foundation, and approximate quantities of concrete and rebar. G. General design sketch for each tower and alternate foundation the Bidder submits a bid for. 1. General plan must show major dimensions including tank diameter, height of low and high water levels, sizes of all principal and secondary members, thicknesses of plates/panels, arrangement of members, size of foundation, and approximate quantities of concrete and rebar. ARTICLE 8 - DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions Bid Form

19 ARTICLE 9 - BID SUBMITTAL BIDDER: By: Signature Printed Name Title: (If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: Signature Printed Name Title: Submittal Date: Address for giving notices: Telephone Number: Fax Number: Contact Name and address: END OF SECTION Bid Form

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

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

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

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

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 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

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

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

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

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

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

2. Section 00300, Bid Form: REPLACE entire section with the attached Bid Form. Adjustments were made to Bid Form Attachment A. 1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax Arizona California Colorado Kansas Missouri Nebraska New Mexico Oklahoma Texas Utah 1 December 2017 ADDENDUM NO. 2 RE: City of Conway

More information

SECTION CONTRACT C1 & C2, ADDENDUM #3

SECTION CONTRACT C1 & C2, ADDENDUM #3 SECTION 00 91 13.04 CONTRACT C1 & C2, ADDENDUM #3 Addendum No. 3 Issue Date: December 5, 2016 Project Name: Noble County Courthouse HVAC Improvements Project Owner: Noble County Commissioners Contract:

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

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

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

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

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

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

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

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

Dick s Sporting Goods Demolition Package

Dick s Sporting Goods Demolition Package REQUEST FOR PROPOSAL FOR COMPETITIVE SEALED PROPOSALS TO PROVIDE: Dick s Sporting Goods Demolition Package at Salt Lake City, UT 2425 E. Camelback Rd. Suite 750 Phoenix AZ 85016 Notice of Extended Payment

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. 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

CONTRACT DRAWINGS AND SPECIFICATIONS FOR EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE PWD CIP NO

CONTRACT DRAWINGS AND SPECIFICATIONS FOR EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE PWD CIP NO June 8, 2015 TO CONTRACT DRAWINGS AND SPECIFICATIONS FOR EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE PORTLAND WATER DISTRICT, PORTLAND, ME A. GENERAL 1. The attention of all prospective Bidders

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

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

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

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

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

ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP # February 1, 2018

ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP # February 1, 2018 ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP #2018-09-01 NOTICE TO PROSPECTIVE BIDDERS February 1, 2018 Prospective bidders are hereby informed of the following corrections, additions,

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

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

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

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 No. 5. JBWRF Biosolids Improvements and District Maintenance Building No. 2

Addendum No. 5. JBWRF Biosolids Improvements and District Maintenance Building No. 2 Addendum No. 5 JBWRF Biosolids Improvements and District Maintenance Building No. 2 December 21, 2018 The following changes, additions, deletions and clarifications are made a part of the Contract Documents

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

**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

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

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

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

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

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR PARKVIEW / LANTRIP RETAINING WALL REPLACEMENT Project Number KIL001C ISSUED FOR BID Submission Deadline: Tuesday, December 19 th, 2017 at 2 p.m. Submit

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

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades Dayton Metropolitan Housing Authority 111071 Rosemont/Hoch Electrical Upgrades Addendum No. 3 August 10, 2011 DMHA 400 Wayne Ave. Dayton, OH 45410 Re: 1432-1438 Rosemont oh5-12b 261 Hoch Street oh5-18d

More information

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents.

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents. PROJECT NO. 13-130.03 Splash Pad at Lakeside Park ADDENDUM #4 `` Splash Pad at Lakeside Park Pell City, AL WBA No. 13-130.03 OWNER: City of Pell City 1905 First Ave. North Pell City, AL 35125 ph. (205)338-2244

More information

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

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

Project No. C0040-E. This Addendum addresses the following changes/additions/deletions for the above referenced project:

Project No. C0040-E. This Addendum addresses the following changes/additions/deletions for the above referenced project: SECTION 00900 ADDENDUM #1 PROJECT INFORMATION Project No. C0040-E Project Name: Levee Relief Well Construction Project Bid Due Date: Monday, October 17, 2011 @ 10:00 am (Local Time) ADDENDUM INFORMATION

More information

SECTION LIGHTNING PROTECTION SYSTEM

SECTION LIGHTNING PROTECTION SYSTEM SECTION 16670 - LIGHTNING PROTECTION SYSTEM PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division

More information

SECTION FACILITY LIGHTNING PROTECTION

SECTION FACILITY LIGHTNING PROTECTION PART 1 - GENERAL 1.1 DESCRIPTION SECTION 26 41 00 FACILITY LIGHTNING PROTECTION SPEC WRITER NOTE: Delete between //----//if not applicable to project. Also delete any other item or paragraph not applicable

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

John Barton Architect, LLC

John Barton Architect, LLC John Barton Architect, LLC Bid Addendum # One Via email, please confirm receipt Re: RIO RANCHO HIGH SCHOOL WINDOWS AND EXTERIOR IMPROVEMENTS PROJECT #: 083006-15- 001 ITB #: 2016-001- FAC RIO RANCHO PUBLIC

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

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

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru TABLE OF CONTENTS PAGE INVITATION TO BID...00050-1 thru 00050-2 INSTRUCTIONS TO BIDDERS...00200-1 thru 00200-9 BID FORM...00400-1 thru 00400-8 Attachments: Bid Bond (EJCDC Form C-430)...00400.A-1 thru

More information

Newport News Public Schools

Newport News Public Schools PURCHASING DEPARTMENT Newport News Public Schools 757-591-4525/ FAX 757-591-4634 12465 WARWICK BOULEVARD NEWPORT NEWS, VIRGINIA 23606-3041 Addendum #2 TO: RE: ALL BIDDERS IFB #012-0-2016LC Carver ES HVAC

More information

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport DATE: August 26, 2015 BIDS CLOSE: September 14, 2015, at 2:30 p.m., Local Time TO

More information

INVITATION FOR BIDS BID CALL NO. 002/2018

INVITATION FOR BIDS BID CALL NO. 002/2018 INVITATION FOR BIDS BID CALL NO. 002/2018 Aguatuya is seeking qualified contractors to provide Design Build services for the implementation of the Ucurena wastewater treatment plant in the Municipality

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

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 ADDENDUM No. 2 DATED JULY 2, 2013 TO THE PROJECT MANUAL and PLANS

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE 2 BRIDGE STRUCTURE EXTENSIONS. Manassas Regional Airport ADDENDUM NO. 2

RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE 2 BRIDGE STRUCTURE EXTENSIONS. Manassas Regional Airport ADDENDUM NO. 2 RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE 2 BRIDGE STRUCTURE EXTENSIONS Manassas Regional Airport ADDENDUM NO. 2 April 19, 2013 This Addendum is hereby made a part of the Contract Documents and Specifications

More information

ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1. September 9, to the BIDDING DOCUMENTS for

ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1. September 9, to the BIDDING DOCUMENTS for AUSTIN ARCHITEXAS DALLAS ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1 September 9, 2014 to the BIDDING DOCUMENTS for ELLIS COUNTY COMPLEX Records Storage Building Waxahachie, Texas

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

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

More information

TCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II

TCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II SECTION 052100 - STEEL JOISTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections

More information

Colorado River Aqueduct Pumping Plants 230 kv Disconnect Switches Replacement

Colorado River Aqueduct Pumping Plants 230 kv Disconnect Switches Replacement DATE: July 15, 2011 ADDENDUM NUMBER: 2 MODIFYING: Specifications No. 1698 PROJECT: Colorado River Aqueduct Pumping Plants 230 kv Disconnect Switches Replacement BID TIME AND DATE: 2:00 p.m., July 19, 2011

More information

ADDENDUM No. 2. ITB No GEDDES DAM GATE RECOATING AND REPAIRS. Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time)

ADDENDUM No. 2. ITB No GEDDES DAM GATE RECOATING AND REPAIRS. Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time) ADDENDUM No. 2 ITB No. 4564 GEDDES DAM GATE RECOATING AND REPAIRS Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be made to the

More information

SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL

SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL This section covers the furnishing and installation of ductile iron water pipe, fittings, thrust restraint and pipe disinfection. Ductile Iron Pipe MATERIALS

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

STRUCTURAL PRECAST CONCRETE RAMP, STEP, AND ELEVATED PLATFORM UNITS

STRUCTURAL PRECAST CONCRETE RAMP, STEP, AND ELEVATED PLATFORM UNITS Section 03412 Page 1 PART 1: General 1.1 Summary STRUCTURAL PRECAST CONCRETE RAMP, STEP, AND ELEVATED PLATFORM UNITS A. Provide pre-cast concrete ramp, step and elevated platform units for handicapped

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

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

SECTION GROUNDING AND BONDING FOR ELECTRONIC SAFETY AND SECURITY

SECTION GROUNDING AND BONDING FOR ELECTRONIC SAFETY AND SECURITY PART 1 - GENERAL 1.1 DESCRIPTION SECTION 28 05 26 GROUNDING AND BONDING FOR ELECTRONIC SAFETY AND SECURITY SPEC WRITER NOTE: Delete // // if not applicable to project. Also delete any other item or paragraph

More information

BID FORM. (Firm) FOR CONSTRUCTION OF RECYCLED WATER STORAGE POND RELINING, POND NO. 1/2 [PROJECT NO. D1904]

BID FORM. (Firm) FOR CONSTRUCTION OF RECYCLED WATER STORAGE POND RELINING, POND NO. 1/2 [PROJECT NO. D1904] BID M BY (Firm) Rancho California Water District 42135 Winchester Road Post Office Box 9017 Temecula, CA 92589-9017 Attention: Heath McMahon, Construction Contracts Manager The undersigned declares, as

More information

BIDDERS HANDOUT Please provide to all bidders who inquire about the City of Granite Shoals Quarry Parks Projects

BIDDERS HANDOUT Please provide to all bidders who inquire about the City of Granite Shoals Quarry Parks Projects IN IN ORDER ORDER TO TO SUBMIT SUBMIT COMPLETE COMPLETE BID, BID, FULL FULL BID BID PACKAGE PACKAGE MUST MUST BE BE REQUESTED REQUESTED FROM FROM CITY CITY HALL HALL BIDDERS HANDOUT Please provide to all

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

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

FENCING AND FENCE REPAIR

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

More information

PAWLEYS ISLAND TOWN HALL

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

More information

ADDENDUM NO. 1. Bidders are hereby informed that the construction Plans and/or Specifications are modified as follows:

ADDENDUM NO. 1. Bidders are hereby informed that the construction Plans and/or Specifications are modified as follows: Page 1 of 4 06-25-2013 ADDENDUM NO. 1 TO: PLANS AND SPECIFICATIONS FOR STATE OF MISSOURI Roof Replacement, Bldg. #28 Farmington Correctional Center 1012 West Columbia Street, Farmington, MO 63640 Project

More information

A D D E N D U M N O. 1

A D D E N D U M N O. 1 A D D E N D U M N O. 1 TO: PROJECT: All Prospective Bidders (LVJ) Signage, Gate and Pavement Marking Improvements TxDOT CSJ No. Project No. 007250 (0500.051.000) ISSUE DATE: October 25, 2017 The following

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

Section SPHEROID ELEVATED WATER STORAGE TANK

Section SPHEROID ELEVATED WATER STORAGE TANK Section 13210 SPHEROID ELEVATED WATER STORAGE TANK Note to Contract Specifier Specification clauses requiring revision or insert are highlighted and underlined. Specification notes are highlighted and

More information

SECTION GROUNDING AND BONDING

SECTION GROUNDING AND BONDING SECTION 16060 GROUNDING AND BONDING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification

More information

SPECIAL INSPECTION AND OBSERVATION PROGRAM City of Walnut Creek Building Division. Project Address:

SPECIAL INSPECTION AND OBSERVATION PROGRAM City of Walnut Creek Building Division. Project Address: SPECIAL INSPECTION AND OBSERVATION PROGRAM City of Walnut Creek Building Division Permit Application #: Project Address: Purpose: To meet the requirements of City of Walnut Creek Municipal Code Section

More information

UAF Combined Heat & Power Replacement (CPHR)

UAF Combined Heat & Power Replacement (CPHR) davis JV UAF Combined Heat & Power Replacement (CPHR) REQUEST FOR BIDS Limited 2015 Mechanical Scope PROPOSALS DUE: THURSDAY JULY 2 ND, 2015 2:00PM LOCAL ALASKA TIME Submit to: Haskell Corporation /Davis

More information

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 February 07, 2017 ITB NO. 17-17 MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY

More information

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB County Contacts: Ken Bowman Las Animas County Maintenance Super Phil Dorenkamp Las Animas County Admin Kim Chavez Las Animas County HR EMS

More information

CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION

CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION ADDENDUM #4 DATE: 02/08/2016 PROJECT: CONTRACT No: 40604 BID DATE, TIME: 02/11/2016, 2:00PM NOTICE TO ALL CONTRACTORS

More information

NOTICE TO BIDDERS FOR THE

NOTICE TO BIDDERS FOR THE NOTICE TO BIDDERS FOR THE STRUCTURAL REPAIRS, APPLICATION OF 150 MIL THICK POLYURETHANE FOR INTERNAL LINING OF RESERVOIR 4A, REMOVAL AND REPLACEMENT OF A 7.5 HP PUMP, PIPES, FITTINGS, ELECTRICAL CONDUITS,

More information

THE CITY OF LAKE FOREST

THE CITY OF LAKE FOREST THE CITY OF LAKE FOREST SPECIFICATIONS FOR Barrell Memorial Gate Restoration Project at the Lake Forest Cemetery January 4, 2019 TABLE OF CONTENTS SECTION 00030... 4 ADVERTISEMENT FOR BIDS... 4 SECTION

More information

SECTION FIRE HYDRANTS

SECTION FIRE HYDRANTS SECTION 21 11 10 PART 1. GENERAL 1.1 SUMMARY: A. Work consists of furnishing and installing new fire hydrants, (boot with ductile iron retainer gland, standpipe and hydrant complete) plus constructing

More information

C o u n t y o f F a i r f a x, V i r g i n i a

C o u n t y o f F a i r f a x, V i r g i n i a 001961 Page 2 C o u n t y o f F a i r f a x, V i r g i n i a A D D E N D U M DATE: August 2, 2016 ADDENDUM NO. 4 TO: REFERENCE: FOR: DUE DATE/TIME: ALL PROSPECTIVE BIDDERS Government Center Generator System

More information

Allegany College of Maryland Softball Field Murphy & Dittenhafer Project No Willowbrook Road, Cumberland, MD 21502

Allegany College of Maryland Softball Field Murphy & Dittenhafer Project No Willowbrook Road, Cumberland, MD 21502 Addendum No. 2 June 12, 2018 Allegany College of Maryland Softball Field Murphy & Dittenhafer Project No. 17118 12401 Willowbrook Road, Cumberland, MD 21502 Abbreviations: ACM: Allegany College of Maryland,

More information

NOTICE TO BIDDERS FOR THE

NOTICE TO BIDDERS FOR THE NOTICE TO BIDDERS FOR THE STRUCTURAL REPAIR, APPLICATION OF 200 MIL THICK POLYURETHANE FOR INTERNAL LINING OF RESERVOIR 4A, REMOVAL AND REPLACEMENT OF AN EXISTING RETAINING WALL, A 7.5 HP PUMP, PIPES,

More information

SECTION GROUND STORAGE TANK

SECTION GROUND STORAGE TANK SECTION 13210 GROUND STORAGE TANK PART 1 GENERAL 1.01 Summary A. Section Includes: Provision for welded steel storage tank design, fabrication, construction and erection, including tank accessories. B.

More information

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

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

More information