CITY OF SANTA ANA PROPOSAL PROJECT NOS.: , , , DOWNTOWN PARKING FACILITY IMPROVEMENTS

Size: px
Start display at page:

Download "CITY OF SANTA ANA PROPOSAL PROJECT NOS.: , , , DOWNTOWN PARKING FACILITY IMPROVEMENTS"

Transcription

1

2 PROPOSAL BID PROPOSAL TO: CITY COUNCIL OF THE CITY OF SANTA ANA FROM: REQUIREMENT: The undersigned bidder declares that they have carefully examined the location of the proposed work, that they have examined the Contract Documents in its entirety and hereby proposes to furnish all material and do all the work required to complete the said work in accordance with said plans and the specifications for the unit price(s) or lump sum(s) set forth in the following schedule: Item Description Quantity Unit Unit Price Amount 1 Parking Structure Improvements Third & Birch 2 Parking Structure Improvements Third & Broadway Parking Structure Improvements Fifth & Main 4 Parking Structure Improvements Fifth & Spurgeon 5 Restroom Improvements Fifth & Spurgeon 6 Parking Lot Improvements Third & Bush 7 Paint Parking Structure Third & Birch 8 Paint Parking Structure Third & Broadway 9 Paint Parking Structure Fifth & Main 10 Paint Parking Structure Fifth & Spurgeon 11 SKIDATA Parking Control System Third & Birch 12 SKIDATA Parking Control System Third & Broadway 1 SKIDATA Parking Control System Fifth & Main 14 SKIDATA Parking Control System Fifth & Spurgeon P1 of P16

3 PROPOSAL Item Description Quantity Unit Unit Price Amount 15 SKIDATA Parking Control System Third & Bush 16 Parking Control Management Central Station Fifth & Main 17 Alley Improvements Unclassified Excavation 17 CY $ $ 18 Alley Improvements Brick Pavement 840 SF $ $ 19 Alley Improvements Steel Pipe Concrete Filled Bollard 5 EA $ $ TOTAL BASE BID $ The lowest responsible bidder shall be selected based on the total base bid. The City reserves the right to award the Base Bid, and any, all, or none of the addalternate bid items (if any). * The quantity for this bid item is shown for bid comparison only. This bid item shall not be subject to the 25% limit as stated in Section 2 of the Standard Specifications. The actual amount for this item will be dictated by the actual quantity used, and the Agency reserves the right to increase or decrease the quantity of this item accordingly. This bid item is considered a Specialty Item per Section 2.2 of the Standard Specifications. TIME FOR COMPLETION OF IMPROVEMENTS AND LIQUIDATED DAMAGES The undersigned bidder hereby proposes to complete the Work for the total base bid amount shown above, within eighty (80) working days after the commencement date stated in the Notice to Proceed. The liquidated damages amount, in lieu of the amount specified in Subsection 69 of the Standard Specifications, shall be $4,500 per calendar day. Name of Firm Signature of BIDDER Title (If an individual, so state. If a firm or copartnership, state the firm name and give the names of all individual copartners composing the firm. If a corporation, state legal name of corporation, and names of President, Secretary, Treasurer and Manager, thereof.) P2 of P16

4 CITY OF SANTA ANA The unit prices paid for the items listed in the Contractor s Proposal as defined herein shall be considered full compensation for furnishing all labor, materials, tools, and equipment, and doing all work involved in furnishing and installing the materials complete and in place, in accordance with the details shown on the Plans, as specified herein, and as directed by the Engineer. All incidental work which is neither shown on the Plans nor otherwise specified, and which is necessary to complete the improvements as shown on the Plans and as specified in the Contract Documents (defined in the Contract/Agreement), shall be furnished and installed as though such work were shown on the Plans or specified in the Contract Documents, and no additional compensation shall be allowed therefore. The scope of work includes, but is not limited to, each bid item listed in the Contractor s Proposal and as described in the following. GENERAL ITEMS Bid Item No. 1 Parking Structure Improvements Third & Birch Payment for bid item Parking Structure Improvements Third & Birch shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all demolition; all castinplace concrete; bollards; miscellaneous work within the parking structure to prepare site for parking control system; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional compensation will be allowed therefor. Bid Item No. 2 Parking Structure Improvements Third & Broadway Payment for bid item Parking Structure Improvements Third & Broadway shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all demolition; bollards; miscellaneous work within the parking structure to prepare site for parking control system; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. Parking Structure Improvements Fifth & Main Payment for bid item Parking Structure Improvements Fifth & Main shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all demolition; all castinplace concrete; concrete spandrel replacement; bollards; miscellaneous work within the parking structure to prepare site for parking control system; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional 1 of 5

5 Bid Item No. 4 Parking Structure Improvements Fifth & Spurgeon Payment for bid item Parking Structure Improvements Fifth & Spurgeon shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all demolition work for items other than those associated with the proposed Restroom & Alley Improvements; all castinplace concrete; bollards; miscellaneous work within the parking structure to prepare site for parking control system; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. 5 Restroom Improvements Fifth & Spurgeon Payment for bid item Restroom Improvements shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all work needed for the restroom improvements. Work includes, but is not limited to, demolition work; castinplace concrete; exterior treatment including brick veneer and trim; wall openings and new walls; exterior lighting; all pipe and tube railings; all joint sealants; all doors and frames; all door hardware; all gypsum board; all tiling; all resilient tile flooring; all signage; all generalduty valves for plumbing piping; all plumbing fixtures, supply and discharge lines; water heater; all electrical equipment, fixtures, and work associated with the restroom improvements; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. 6 Parking Lot Improvements Third & Bush Payment for bid item Parking Lot Improvements Third & Bush shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all demolition; all castinplace concrete including concrete curb and ramp; ADA access ramp detectable strip; bollards; miscellaneous work within the parking lot to prepare site for parking control system; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. 7 Paint Parking Structure Third & Birch Payment for bid item Paint Parking Structure Third & Birch shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all painting work. Work includes all surface preparation and painting work for this parking structure shown in Appendix F of these specifications; painting of bollards; striping and marking; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. 8 Paint Parking Structure Third & Broadway Payment for bid item Paint Parking Structure Third & Broadway shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all painting work. Work includes all surface preparation and painting work for this parking structure shown in Appendix F of these specifications; painting of bollards; and for furnishing all labor, materials, 2 of 5

6 tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. 9 Paint Parking Structure Fifth & Main Payment for bid item Paint Parking Structure Fifth & Main shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all painting work. Work includes all surface preparation and painting work for this parking structure shown in Appendix F of these specifications; paint work for the concrete spandrel replacement; painting of bollards; striping and marking; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional compensation will be allowed therefor. Bid Item No. 10 Paint Parking Structure Fifth & Spurgeon Payment for bid item Paint Parking Structure Fifth & Spurgeon shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all painting work. Work includes all surface preparation and painting work for this parking structure shown in Appendix F of these specifications; all paint work shown for the Restroom and Alley Improvements; painting of bollards; striping and marking; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. 11 SKIDATA Parking Control System Third & Birch Payment for bid item SKIDATA Parking Control System Third & Birch shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all work associated with the removal of the existing parking control system, and installation of the new parking control system and new communication system. Bid item work includes removal of existing parking control equipment; new parking control system for this structure including, but not limited to, onfoot pay stations, ticket dispensers, ticket readers, barrier gates, detection loops; all electrical equipment and work needed for the parking control system and associated panelboard; all communication equipment and work including conduit, cables, wireless equipment, routers, and equipment for communication to the management central station; and for furnishing all labor, materials, tools, equipment and all incidentals necessary for doing all the work as specified herein, and no additional Bid Item No. 12 SKIDATA Parking Control System Third & Broadway Payment for bid item SKIDATA Parking Control System Third & Broadway shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all work associated with the removal of the existing parking control system, and installation of the new parking control system and new communication system. Bid item work includes removal of existing parking control equipment; new parking control system for this structure including, but not limited to, onfoot pay stations, ticket dispensers, ticket readers, barrier gates, detection loops; all electrical equipment and work needed for the parking control system and associated panelboard; all communication equipment and work including conduit, cables, wireless of 5

7 equipment, routers, and equipment for communication to the management central station; and for furnishing all labor, materials, tools, equipment and all incidentals necessary for doing all the work as specified herein, and no additional Bid Item No. 1 SKIDATA Parking Control System Fifth & Main Payment for bid item SKIDATA Parking Control System Fifth & Main shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all work associated with the removal of the existing parking control system, and installation of the new parking control system and new communication system. Bid item work includes removal of existing parking control equipment; new parking control system for this structure including, but not limited to, onfoot pay stations, ticket dispensers, ticket readers, barrier gates, detection loops; all electrical equipment and work needed for the parking control system and associated panelboard; all communication equipment and work including conduit, cables, wireless equipment, routers, and equipment for communication to the management central station; and for furnishing all labor, materials, tools, equipment and all incidentals necessary for doing all the work as specified herein, and no additional Bid Item No. 14 SKIDATA Parking Control System Fifth & Spurgeon Payment for bid item SKIDATA Parking Control System Fifth & Spurgeon shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all work associated with the removal of the existing parking control system, and installation of the new parking control system and new communication system. Bid item work includes removal of existing parking control equipment; new parking control system for this structure including, but not limited to, onfoot pay stations, ticket dispensers, ticket readers, barrier gates, detection loops; all electrical equipment and work needed for the parking control system and associated panelboard; all communication equipment and work including conduit, cables, wireless equipment, routers, and equipment for communication to the management central station; and for furnishing all labor, materials, tools, equipment and all incidentals necessary for doing all the work as specified herein, and no additional Bid Item No. 15 SKIDATA Parking Control System Third & Bush Payment for bid item SKIDATA Parking Control System Third & Bush shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all work associated with the removal of the existing parking control system, and installation of the new parking control system and new communication system. Bid item work includes removal of existing parking control equipment; new parking control system for this lot including, but not limited to, onfoot pay station; all electrical equipment and work needed for the parking control system and associated panelboard; all communication equipment and work including conduit, cables, wireless equipment, routers, and equipment for communication to the management central station; and for furnishing all labor, materials, tools, equipment and all incidentals necessary for doing all the work as specified herein, and no additional compensation will be allowed therefor. 4 of 5

8 Bid Item No. 16 Parking Control Management Central Station Fifth & Main Payment for bid item Parking Control Management Central Station shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all work associated with the new management central station. Bid item work includes all electrical equipment and work needed for the management central station and associated panelboard; all communication equipment and work including conduit, cables, wireless equipment, routers, and equipment for communication from the management central station; new management central station and equipment and furnishings; and for furnishing all labor, materials, tools, equipment and all incidentals necessary for doing all the work as specified herein, and no additional compensation will be allowed therefor. Bid Item No. 17 Alley Improvements Unclassified Excavation Payment for bid item Alley Improvements Unclassified Excavation shall be at the contract unit price bid per cubic yard listed in the Bid Proposal, and shall include full compensation for all excavation work for the alley improvements. Work includes, but is not limited to, removal of existing Portland cement concrete; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional compensation will be allowed therefor. Payment for unclassified fill, if any, shall be paid for at the unit price for unclassified excavation. Payment for overexcavation shall be paid for at the unit price for unclassified excavation. Bid Item No. 18 Alley Improvements Brick Pavement Payment for bid item Alley Improvements Brick Pavment shall be at the contract unit price bid per square foot listed in the Bid Proposal, and shall include full compensation for all brick pavement work needed for the alley improvements. Work includes, but is not limited to, castinplace concrete including concrete band; brick pavement; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. 19 Alley Improvements Steel Pipe Concrete Filled Bollard Payment for bid item Alley Improvements Steel Pipe Concrete Filled Bollard shall be at the contract unit price bid per each unit listed in the Bid Proposal, and shall include full compensation for all bollard work for the alley improvements. Work includes, but is not limited to, castinplace concrete including foundation; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional 5 of 5

9 ALIGN ALIGN 8 BRICK PAVEMENT DETAIL EXISTING CONC. TO REMAIN DARK GRAY PAINT TO MATCH ADJACENT BLDG. 2 5S A407 5S A407 2'0" OPENING 2'0" 2'4" 2 5S A407 5S A407 OPENING 7'0" 9'0" 4" SECOND LEVEL GROUND LEVEL 5S A40 REF. SCALE: NTS 1/2" 7 1 5S A407 PUNCHED GALV. METAL STEEL SIGN M CUTOUT ANTIGRAFFITI COATING DARK GRAY PAINT TO MATCH ADJACENT BLDG. 4 SACKED CONCRETE FINISH DARK GRAY PAINT TO MATCH ADJACENT BLDG. PUNCHED GALV. METAL STEEL SIGN W CUTOUT ANTIGRAFFITI COATING RESTROOM EXTERIOR ELEVATION FROM ALLEY 7 1 5S A407 BRICK VENEER CAULKING AND BACKER ROD TRIM 29 ALIGN 10'0" 1'0" CONC. BAND TO MATCH EXISTING ADJACENT PAVEMENT CONC.BAND TO MATCH EXISTING ADJACENT PAVEMENT C L EXISTING BRIDGE LINE ABOVE 7/8" 4" 7/8" SACKED CONCRETE FINISH CONCRETE STEP DETAIL TRIM DETAIL 10'0" EXISTING PRECAST 4" CONC. BAND TO MATCH EXISTING ADJACENT PAVEMENT EXISTING BRICK PAVEMENT EXISTING BRICK PAVEMENT /4" ALIGN SCHLUTER EDGE TRIM ALUM. SATIN OR EQUIV. BRICK VENEER BRICK VENEER TRIM RESTROOM EXTERIOR PAVING OPENING DETAIL TRIM DETAIL 0 4' 8' 1/4" = 1'0 REVISIONS REFERENCES L I C E NS ED A RCH MICHAEL R. MERINO I T EC T S T A T E No. C22969 Exp O F CA L I I A F OR N PUBLIC WORKS AGENCY SHEET 27 47

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

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

More information

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

CITY OF SANTA ANA PROPOSAL PROJECT NO.: CHESTNUT AVE & BUSH/CYPRESS BIKE LANES FAID#: U58DP005861

CITY OF SANTA ANA PROPOSAL PROJECT NO.: CHESTNUT AVE & BUSH/CYPRESS BIKE LANES FAID#: U58DP005861 PROPOSAL BID PROPOSAL TO: CITY COUNCIL OF THE CITY OF SANTA ANA FROM: REQUIREMENT: The undersigned bidder declares that they have carefully examined the location of the proposed work, that they have examined

More information

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

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

More information

Table of Contents for Guide Specifications

Table of Contents for Guide Specifications Table of Contents for Guide Specifications 01270A Measurement and Payment 01355A Environmental Protection 01356A Storm Water Pollution Prevention Measures 01421 Basic Storm Water Pollution Prevention Plan

More information

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum Page 1 of 6 DESIGN STANDARDS FOR: MEASUREMENT AND PAYMENT Where bids are utilities for construction, repair or alteration for Public Work park projects, the following bid item descriptions and units of

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

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

BID FORM - 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

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION CONTRACTOR S PROPOSAL COMPANY ADDRESS CITY, STATE, ZIP ( ) TELEPHONE NUMBER City of Hesperia 9700 Seventh Avenue Hesperia, CA 92345 Ladies and Gentlemen: STATE LICENSE NUMBER Pursuant to the Public Notice

More information

QUEEN ALEXANDRA COMMUNITY CENTRE

QUEEN ALEXANDRA COMMUNITY CENTRE BRICK REPOINTING AND NEW BARRIER FREE RAMP 180 BARNARDO AVENUE PETERBOROUGH, ON. ARCHITECTURAL A1 A1 A2 SITE PLAN AND DEMOLITION NOTATION NEW CONSTRUCTION DETAIL PLANS AND SECTIONS NEW CONSTRUCTION SECTION

More information

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

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

More information

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02 2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: March 3, 2015 To: Prospective Contractors From: Jack Fleming, PE City of El Centro 1275 W. Main St. El Centro, CA 92243 Telephone:

More information

SECTION UNIT PRICES. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

SECTION UNIT PRICES. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. SECTION 012200 PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. B. Examine all conditions as they exist at the project prior to submitting

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

SECTION ALTERNATES

SECTION ALTERNATES SECTION 01 23 00 - ALTERNATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

SECTION A1 EXCAVATION AND BACKFILL GENERAL

SECTION A1 EXCAVATION AND BACKFILL GENERAL SECTION A1 EXCAVATION AND BACKFILL GENERAL The work under this section shall include all excavation to such width and depth as shown on the drawings, specified herein, or ordered by the Engineer. Such

More information

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

Bid Form. To the Texas Department of Transportation hereinafter called the Agent. Bid Form TxDOT CSJ No. 1809HILLS Project: 2017 Airport Improvements Project Description: Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal

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

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # 2016-04 PROJECT SPECIFICATIONS TABLE OF CONTENTS SECTION 100 GENERAL... 1 SECTION 200 MATERIALS... 1 CONSTRUCTION METHODS... 1 SECTION

More information

BID FORM (LUMP SUM CONTRACT)

BID FORM (LUMP SUM CONTRACT) BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an

More information

Division 09 FINISHES TABLE OF CONTENTS

Division 09 FINISHES TABLE OF CONTENTS Division 09 FINISHES TABLE OF CONTENTS 09 1000 GENERAL... 3 A. RELATED SECTIONS... 3 B. MAINTENANCE OF FINISHES... 3 C. PUBLIC AREAS... 3 D. CUTTING AND PATCHING... 3 E. CLEANING... 3 F. RECOMMENDED FLOORING

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2018.05 EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0 The bid opening date is Thursday March 15, 2018 at 11:00 a.m. The following changes

More information

CIRCLE K SUB-CONTRACTOR BID FORM

CIRCLE K SUB-CONTRACTOR BID FORM CIRCLE K SUB-CONTRACTOR BID FORM Store No: 3308 Address: 8985 Will Clayton Pkwy Date: Bid Due September 17, 2014 Sub Contractor: Trade CONSTRUCTION TAX Construction Tax EXCAVATION / DIRT WORK Cut / Fill

More information

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES Section SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL... 39-1 39-2 PRECAST CONCRETE MANHOLES... 39-1 39-2.01 Precast Concrete Storm Drain Manholes... 39-1 39-3 SADDLE MANHOLES... 39-2 39-3.01 Saddle

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS Section Page 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01 Aggregate Base... 14.1 14-3.02 Asphalt

More information

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building. ADDENDUM #1 EXTERIOR REPAIRS YOUTH SERVICES BUREAU 63 LINDEN STREET MANCHESTER, CT 06040 BID #15/16-68 S/P+A PROJECT NO. 15.207 DATE: March 15, 2016 The following changes to the Drawings and Project Specifications

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

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12 SCOPE SUMMARY: DIVISION: 0 - LEGAL DOCUMENTS Complete; DIVISION: 1 - GENERAL REQUIREMENTS As Applicable; SECTION: - ATTACHED SKETCH Complete; Geotechnical Engineering Report as prepared by Building and

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

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

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

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford Seymour Road Replacement Bridge Addendum #1 April 27, 2015 To: From: Cc: All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford RE: Construction Bid Information

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

SPACE TYPE: OUTSIDE PARKING (STRUCTURE)

SPACE TYPE: OUTSIDE PARKING (STRUCTURE) SPACE TYPE: OUTSIDE PARKING (STRUCTURE) Construction Criteria The unit costs for Outside Parking (Structure) space types are based on the construction quality and design features in the following table.

More information

BILL NO. 1 GENERAL ITEMS. Item No. Description Lump Sum Prices Excluding HST

BILL NO. 1 GENERAL ITEMS. Item No. Description Lump Sum Prices Excluding HST Page 1 SECTION 00 72 00 - GENERAL CONDITIONS BILL NO. 1 GENERAL ITEMS 1 Bonds... $ 2 Insurance... $ 3 Permits and fees... $ 4 Warranty certificates... $ 5 Supervision... $ SECTION 01 32 17 - SCHEDULE 6

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

DOCUMENT ADDENDUM No. 2

DOCUMENT ADDENDUM No. 2 DOCUMENT ADDENDUM No. 2 PART 1 GENERAL 1.1 DOCUMENT INCLUDES A. Clarifications 1.2 CONSTRUCTION CONTRACT A. The Construction Contract is known as SU095 9 th Street and SU096 Downs Drive Storm Drain Projects.

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

Project Information Session / Meet and Greet # 3

Project Information Session / Meet and Greet # 3 ATL WEST DECK COMPONENT Project Information Session / Meet and Greet # 3 Holder-Austin-Moody-Bryson, a Joint Venture October 10 th, 2017 Agenda 1. HAMB, a JV Company Overview 2. ATL West Deck Project Description

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

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

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

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

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

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS 6.1 DESCRIPTION This work shall consist of constructing curbs, gutters, sidewalks, ramps, local depressions and driveways of the form and dimensions shown

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

BUREAU Joe Iuviene, AIA January 20, 2017

BUREAU Joe Iuviene, AIA January 20, 2017 architectural BUREAU Joe Iuviene, AIA January 20, 2017 Alterations & Additions NEW TOWN HALL for TOWN OF AUSTERLITZ 816 State Route 203, Spencertown, New York 12165 ADDENDUM NO. 1 This addendum amends

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

BUILDING SCOPE OF WORK

BUILDING SCOPE OF WORK BUILDING SCOPE OF WORK 1. The Contractor shall furnish all supervision, materials, labor, equipment, tools, supplies, incidental items, etc, (unless noted otherwise) to complete all sections of the Building

More information

NOTICE OF ADDENDUM ADDENDUM 2 CONTRACT NO PROJECT NO UNIT WELL 31 WATER TREATMENT PLANT

NOTICE OF ADDENDUM ADDENDUM 2 CONTRACT NO PROJECT NO UNIT WELL 31 WATER TREATMENT PLANT February 20, 2017 NOTICE OF ADDENDUM ADDENDUM 2 CONTRACT NO. 7500 PROJECT NO. 10434 UNIT WELL 31 WATER TREATMENT PLANT Revise and amend the contract document(s) for the above project as stated in this

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

EXHIBIT B COMPETITIVE SEALED PROPOSAL FORM ALTERNATES AND UNIT PRICES DOWLING ELEMENTARY SCHOOL PORT ARTHUR INDEPENDENT SCHOOL DISTRICT

EXHIBIT B COMPETITIVE SEALED PROPOSAL FORM ALTERNATES AND UNIT PRICES DOWLING ELEMENTARY SCHOOL PORT ARTHUR INDEPENDENT SCHOOL DISTRICT EXHIBIT B COMPETITIVE SEALED PROPOSAL FORM ALTERNATES AND UNIT PRICES Submitted by: Date: DOWLING ELEMENTARY SCHOOL PORT ARTHUR INDEPENDENT SCHOOL DISTRICT Phone No.: To: Board of Trustees Port Arthur

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

1. FROM (Bidder): (Name)

1. FROM (Bidder): (Name) Tender No. [ ] Tender Forms Page 1 1. FROM (Bidder): (Name) (Address) TO: Alberta Transportation, Strategic Procurement Branch Main Floor, Twin Atria Building 4999 Avenue 5000 Edmonton, Alberta, T6B 2X3

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

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

RFB Waco City Hall Chiller Replacement. Date: 3/20/2018 RFP No: Commodity: Waco City Hall Chiller Replacement

RFB Waco City Hall Chiller Replacement. Date: 3/20/2018 RFP No: Commodity: Waco City Hall Chiller Replacement CITY OF WACO RFB 18-022 Waco City Hall Chiller Replacement Purchasing Services Post Office Box 20 Waco, Texas 602-20 Phone: 2 / 0-80 Fax: 2 / 0-8063 kaseyg@wacotx.gov www.waco-texas.com Date: 3//18 RFP

More information

ADDENDUM NO. 1. Description of BID 7664: Fossil Creek Trail Underpass at Trilby Road

ADDENDUM NO. 1. Description of BID 7664: Fossil Creek Trail Underpass at Trilby Road Financial Services Purchasing Division 215 N. Mason St. 2 nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS

More information

Bridge Manual - Part I - June CHAPTER 5 SPECIAL PROVISIONS AND ESTIMATE

Bridge Manual - Part I - June CHAPTER 5 SPECIAL PROVISIONS AND ESTIMATE Bridge Manual - Part I - June 2007 5-1 CHAPTER 5 SPECIAL PROVISIONS AND ESTIMATE 5.1 GENERAL This chapter is intended to instruct the Designer in the preparation and submission of Special Provisions and

More information

CW 3615 RIPRAP TABLE OF CONTENTS

CW 3615 RIPRAP TABLE OF CONTENTS December 2014 SPECIFICATION CW 3615 R4 CW 3615 RIPRAP TABLE OF CONTENTS 1. GENERAL CONDITIONS... 1 3. DESCRIPTION... 1 5. MATERIALS... 1 5.1 General... 1 5.2 Rock... 1 5.3 Random Stone Riprap... 1 5.4

More information

DIVISION PARKING STRUCTURES

DIVISION PARKING STRUCTURES DIVISION 13 00 40 PARKING STRUCTURES 1. Design Requirements 1.1. A parking design professional must be used to provide the functional and structural design of the facility. 1.2. A traffic analysis is required

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2016-NC-002 For Construction of Bloomfield EMS Station located in Bloomfield, Kentucky 02/12/2016 REQUEST FOR BIDS Bloomfield EMS Station Building The City

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

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS Section Page SECTION 14 RESTORATION OF SURFACES... 14.1 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01

More information

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017 PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING BID DATE: 9:00 a.m., August 31, 2017 1. Proposal Packets and Specifications will be available in the office of the City Clerk, 3 West Main Street,

More information

SECTION 806 MANHOLE REHABILITATION

SECTION 806 MANHOLE REHABILITATION SECTION 806 MANHOLE REHABILITATION 806-1 DESCRIPTION: This specification consists of all work, materials, labor and equipment required for manhole rehabilitation for the purpose of eliminating infiltration

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

ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS

ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS 701-1 DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts, and storm drains, removal of existing storm pipes, connections to existing

More information

Manufacturing Facilities Proposal

Manufacturing Facilities Proposal Manufacturing Facilities Proposal Construction proposal To assist business owners with expansion projects, Wisconsin Public Service has compiled information and renderings of common building types in business

More information

February 22, 2018 BIDDERS WILL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL PAGE

February 22, 2018 BIDDERS WILL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL PAGE February 22, 2018 Addendum No. 1/Bid Postponement DWM Sewer Improvement P-2017-06 Sewer Improvement Project PN-2017-06 SPECIFICATION NO. 292687 For which bids will be opened in the office of the Department

More information

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013 SPECIAL PROVISIONS - SP2014 BOOK Page 1 S-1 (2104) REMOVE AND REPLACE BITUMINOUS PAVEMENT (ADA) Always include SP2014-119 (PLANT MIXED ASPHALT PAVEMENT) or SP2014-121 (PLANT MIXED ASPHALT PAVEMENT FOR

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

SECTION CAST-IN-PLACE CONCRETE

SECTION CAST-IN-PLACE CONCRETE SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.01 SECTION INCLUDES A. The Contractor shall furnish all work and materials, including cement, sand and coarse aggregate, water, admixtures, curing

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL DATE: February 24, 2015 Shimizu North America LLC 909 3rd Avenue, 28th Floor New York, NY 10022 RFP Queries (646) 205-4722 Fax (212) 223-1930 PROJECT: The Japan Foundation New York

More information

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS Mountrail County, North Dakota Advertisement for Bid Supply and Application of Calcium Chloride, Magnesium Chloride or Approved Dust Control Product To Various Roads INTRODUCTION The Mountrail County Road

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS 1. INVITATION Sealed proposals for the following work will be received by the University of Kentucky, Construction Procurement Section, Peterson Service Building, 411 South Limestone,

More information

PURCHASE CONTRACT FLA15-

PURCHASE CONTRACT FLA15- Florida Lifts LLC FLORIDA LIFFS P.O. Box 7478 Boynton Beach, FL. 33474-78 LLC YOUR ELEVATOR AND LIFT EXPERTS Ph: 56-353-5438 Fax: 56-244-758 info@floridalifts.com FLA5- This contract dated as of is entered

More information

Completed. Project. Melbourne High School. Comprehensive Additions and Renovations

Completed. Project. Melbourne High School. Comprehensive Additions and Renovations Project Update Project Update September 8, 2006 January 06, 2010 Project Manager Project Manager Anibal Caussade Dennis Bonny Field Coordinator Field Coordinator Bud Ball Paul Friel Project Budget Project

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

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

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

2016 CALGREEN RESIDENTIAL CHECKLIST MANDATORY ITEMS City of San Carlos - Building Division 600 Elm Street, San Carlos, CA Phone:

2016 CALGREEN RESIDENTIAL CHECKLIST MANDATORY ITEMS City of San Carlos - Building Division 600 Elm Street, San Carlos, CA Phone: 2016 CALGREEN RESIDENTIAL CHECKLIST MANDATORY ITEMS City of San Carlos - Building Division 600 Elm Street, San Carlos, CA 94070 Phone: 650-802-4261 PURPOSE: The residential provisions of the 2016 CalGreen

More information

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904) CITY OF ATLANTIC BEACH BID NUMBER 1314-08 PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA 32233 (904) 247-5880 REQUEST FOR BID CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES

More information

DIVISION 9 FINISHES. This Article on Codes, Regulation and Standards shall apply to all Divisions of the Building Standards

DIVISION 9 FINISHES. This Article on Codes, Regulation and Standards shall apply to all Divisions of the Building Standards DIVISION 9 FINISHES This Article on Codes, Regulation and Standards shall apply to all Divisions of the Building Standards 1 Table of Contents SECTION 09 05 13 COMMON FINISHES 2 SECTION 09 51 23 ACOUSTICAL

More information

BUILDING PERMIT APPLICATION

BUILDING PERMIT APPLICATION TOWN OF LEICESTER 132 Main Street Post Office Box 197 Leicester, New York 14481 Phone: (585) 382-3231 FAX: (585) 382-9766 BUILDING PERMIT APPLICATION All Town of Leicester property owners are required

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

PROFESSIONAL DESIGN MANUAL INDEX

PROFESSIONAL DESIGN MANUAL INDEX PROFESSIONAL DESIGN MANUAL INDEX DIVISION A--GENERAL PROJECT REQUIREMENTS... A2-A15 A.1 INTRODUCTION... A-2 A.2 CODES COMPLIANCE (VERIFY CITY REQUIREMENTS)... A-5 A.3 SPECIAL SUBSURFACE AND LAND CONDITIONS...

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

JEFFERSON PARISH SHERIF S OFFICE

JEFFERSON PARISH SHERIF S OFFICE ADDENDUM NO. 1 TO THE BID DOCUMENTS FOR: NEW JEFFERSON PARISH SHERIFF S OFFICE 1 ST DISTRICT STATION 3620 HESSMERAVENUE METAIRIE, LOUISIANA 70002 JEFFERSON PARISH SHERIF S OFFICE Jefferson Parish Bid No.:

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

REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES

REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES If your home or business incurred damage, the engineering department, in conjunction with the Flood Mitigation Officer, will

More information

ADDENDUM 1. C. Bidders are requested to attach a copy of this Addendum to the Project Manual in their possession.

ADDENDUM 1. C. Bidders are requested to attach a copy of this Addendum to the Project Manual in their possession. ADDENDUM 1 Additions and Renovations to Sol Feinstone Elementary School 1090 Eagle Road Newtown, PA 18940 To: For: Prepared For: ALL BIDDERS Additions and Renovations to Sol Feinstone Elementary School

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

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

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

RFP/GRC/LSV/ : RENOVATION (CIVIL WORKS) AT SKALA SYKAMNIAS CHILDRENS PLAYGROUND BILL OF QUANTITIES

RFP/GRC/LSV/ : RENOVATION (CIVIL WORKS) AT SKALA SYKAMNIAS CHILDRENS PLAYGROUND BILL OF QUANTITIES RFP/GRC/LSV/2017-003: RENOVATION (CIVIL WORKS) AT SKALA SYKAMNIAS CHILDRENS PLAYGROUND BILL OF QUANTITIES 1/7 The Contractor shall consider in his price all costs or expenses of all requirements stipulated

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

DRAFT TECHNICAL SPECIFICATIONS FOR

DRAFT TECHNICAL SPECIFICATIONS FOR DRAFT TECHNICAL SPECIFICATIONS FOR DETROIT RIVER AOC STONY ISLAND HABITAT RESTORATION PROJECT THE DETROIT RIVER, WAYNE COUNTY, MICHIGAN FOR INFORMATION JANUARY, 2016 Prepared for: FRIENDS OF THE DETROIT

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