ADDENDUM #1 BL Construction of Club Drive Park: Phase II

Size: px
Start display at page:

Download "ADDENDUM #1 BL Construction of Club Drive Park: Phase II"

Transcription

1 October 25, 2017 ADDENDUM #1 BL Construction of Club Drive Park: Phase II 1389 Peachtree Street, NE Suite 200 Atlanta, GA Phone: Principals: William Tunnell Jerry Spangler Thomas Walsh Caleb Racicot Adam Williamson Bryan Bays Heather Hubble Associates: Rebekah Calvert Ben Woodrow Giles David Lintott Alex Fite-Wassilak Lionel Johnson Sarah McColley Q1. Playground area. What is the surfacing type that is being requested under the play equipment? A1. The playground surface is an engineered wood fiber play surface. See sheet L Q2. For the shelter - are you requesting a fabric shade material or a steel shelter? A2. The shelter structure being called out is of metal construction with a standing seam roof. See sheet L Q3. What is the project s estimated Cost/Value or Budget? A3. There is approved funding for this project. Gwinnett County expects each contractor to bid a competitive price. Award will be made to the lowest responsive and responsible bidder. Q4. Boardwalk (A) drawing L-4.00 shows the boardwalk length at 67-65' with 21-67' square wood deck section. Is this structure supported on 8"x8" posts that are supported on reinforced concrete pads see (L-501) that are supported on HELICAL PIERS? If so are there one or two helical piers embedded in each concrete pad. Also I do not see how many concrete pads there are if any. A4. Boardwalk (A) is supported by 8 x 8 posts with reinforced concrete footers as shown in detail 1/L The base bid should include the posts and footings as detailed, as well as Unit Price #13 in the attached revised Bid Schedule and Schedule of Unit Prices. Q5. Boardwalk (B) Drawing L-501, shows 8"x8" posts supported on reinforced concrete pads that are supported on Helical Piers. Are all 8"x8" posts supported by helical piers? If so how many concrete pads are there and are there one or two piers per pad. I see the alternate supports for Boardwalk (B) replacing the concrete piers with helical piers. I also see the abutment and the helical piers there. A5. Boardwalk (B) is supported by three concrete piers which are detailed in 2/S-2 and D/S-2. This is included in the base bid. Alternate #2 includes work associated with constructing the three concrete piers in Boardwalk (B) with a helical foundation.

2 BL ADDENDUM #1 Construction of Club Drive Park: Phase II October 25, 2017 Sheet L-5.01 is related to Boardwalk (A). Boardwalk (A) is supported by 8 x 8 posts with reinforced concrete footers as shown in detail 1/L The base bid should include the posts and footings as detailed. Q6. (B) Boardwalk-Please verify there are no helical piers for the RAMP. I see 8"x 8" posts on Ramp however I believe this is for the railings only. A6. There are three concrete piers in Boardwalk (B). These piers are located and detailed in sheets S-1 and S-2. The 8 x8 posts called out in Boardwalk (B) are only to support the railing, and are connected to the boardwalk rim (per note 2 in 1/L-5.02). There are helical piers included in the bridge abutment wall, as shown in detail 1/S-2. This is included in the base bid. Alternate #2 includes work associated with constructing the three concrete piers supporting Boardwalk (B) with a helical foundation. Q7. Drawing L-5.01 shows footing pad detail that has helical piers as a possibility, if soil is not able to hold the load capacity. Should we submit our quote as a unit price for all footing pads? A7. Boardwalk (A) is supported by 8 x 8 posts with reinforced concrete footers as shown in detail 1/L The base bid should include the posts and footings as detailed, as well as Unit Price #13 in the attached revised Bid Schedule and Schedule of Unit Prices. Q8. Could we please obtain a.dwg file for the grading plan for Club Drive Park Phase 2? A8. DWG files will be made available to the awarded vendor after the formal Notice to Proceed has been issued by the County. Q9. Are there any irrigation requirements? A9. See Landscape Warranty and Maintenance requirements stipulated in the specifications, Section Turf and Grasses and Section Plants. Q10. I do not see all the necessary information on the (A) Boardwalk from sheet L I've completed the take-off on the (B) Boardwalk- (6) helical piers for the abutment, (10) helical piers for the boardwalk supports, and (18) helical piers for the (9) concrete pads under each 8X8 post. Also (B) has a ramp with no concrete pads and 8X8 supports. Should I go with the (14) concrete pads for Boardwalk A? There isn't a detail that shows how many pads there are. A10. Boardwalk (A) is supported by 8 x 8 posts with reinforced concrete footers as shown in detail 1/L The base bid should include the posts and footings as detailed, as well as Unit Price #13 in the attached revised Bid Schedule and Schedule of Unit Prices. There are three concrete piers in Boardwalk (B). These piers are located and detailed in sheets S-1 and S-2. The 8 x8 posts called out in Boardwalk (B) are only to support the railing, and are connected to the boardwalk rim (per note 2 Page 2 of 3

3 BL ADDENDUM #1 Construction of Club Drive Park: Phase II October 25, 2017 in 1/L-5.02). There are helical piers included in the bridge abutment wall, as shown in detail 1/S-2. This is included in the base bid. Alternate #2 includes work associated with constructing the three concrete piers supporting Boardwalk (B) with a helical foundation. Q11. I see on drawing L-5.01 the footing pad detail that mentions how the Helical Piers for the pads will be used if the soil cannot hold the required load capacity. Can you let me know if all the footing pads under the 8" X 8" posts can be submitted as a UNIT PRICE? A11. Boardwalk (A) is supported by 8 x 8 posts with reinforced concrete footers as shown in detail 1/L The base bid should include the posts and footings as detailed, as well as Unit Price #13 in the attached revised Bid Schedule and Schedule of Unit Prices. Q12. Could we obtain a geotechnical report if available? A12. See Appendix A and Appendix B of the Project Manual. Q13. Were there any soil borings performed at the site? A13. See Appendix A and Appendix B of the Project Manual. Q14. Could the contractor perform soil tests on site before the bid? A14. Contractors will not be allowed to perform soil tests on site before the bid due to time constraints and the County s inability to verify third party information and its conformation to the design. Geotechnical information has been provided in the appendices of the project manual for all contractors to use prior to bid. Q15. Regarding alternate 1, is the acetylated lumber only to be installed for the benches and decking boards only, excluding all other joists, framing, and railing lumber? A15. That is correct. Alternate #1 is only related to the lumber for the Floating bench and adjacent decking boards. Attachments: Prebid Conference Sign-In Sheet Revised Bid Schedule Revised Schedule of Unit Prices Thank you, Bryan Bays Sr. Principal, TSW Page 3 of 3

4

5 ADDENDUM 1: REVISED BID SCHEDULE GWINNETT COUNTY, GEORGIA Page 8R CONSTRUCTION OF CLUB DRIVE PARK: PHASE II BL FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. BID SCHEDULE The Bidder has carefully examined and fully understands the Contract, Plans and Specifications and other Documents hereto attached, and has made a personal examination of the Site of the proposed Work, and has satisfied himself as to the actual conditions and requirements of the Work, and hereby proposes and agrees that if his bid is accepted, he will contract with Gwinnett County according to the bidding Documents entitled Construction of Club Drive Park Phase II and Addenda, as well as the existing conditions of the project, and conditions affecting the Work, the undersigned proposes to furnish all services, labor and materials required by them in accord with said documents, personal observations of the site conditions, including the total sums for Unit Price Items 1 through 10 below, for the sum as follows: ($ ), which sum is hereinafter called Base Bid. Dollars The undersigned agrees to commence work within 10 days of the date of Notice to Proceed issued by Gwinnett County Purchasing Office and to commit adequate forces on-site to substantially complete all Work, including punch list items and clean-up, as determined by the County within 300 calendar days. Gwinnett County will charge the Contractor One Thousand Dollars and no cents ($1,000.00), per day for liquidated damages for every day beyond 300 calendar days that the Work is not complete. UNIT PRICE SCHEDULE Should rock or other unforeseen conditions be encountered, and for other indicated construction items, the Base Bid shall include performing the work below. The stated unit prices include only those items listed in Section , Unit Prices. The costs for the total quantity of items listed in the unit price schedule shall be included in the base bid construction costs and are in addition to the work described in the construction plans and specifications. In the case of a totaling error, the Bid Unit Price will prevail. Payment for Unit price items will be for actual quantities furnished and installed in place. No Item Unit Qty Unit Price Total 1 Demolition and Removal of Concrete and Asphalt Paving CY 10 2 Rock Excavation CY Excavation and removal of debris and unsuitable soil CY Fill with suitable soil CY Fill with compacted crushed stone CY Concrete Paving SY 20 7 Silt Fence (Sd1-S with steel post and woven wire fence backing) LF 200 Company

6 GWINNETT COUNTY, GEORGIA Page 9R CLUB DRIVE PARK: PHASE II BL River Rock Ton 2 9 Sod (Tiftuf Bermudagrass) SF Mulch CY Woven Geotextile Fabric SF 12, Cast In Place Concrete CY Helical Piles for Boardwalk (A) 22 x 39 Foundation Base bid to include pile depth of 22-0 LF piles = 858 LF ALTERNATE NO. 1: ACETYLATED WOOD BENCHES AND DECKING All work associated with upgrading pressure treated 2x4 lumber to acetylated wood for the floating benches and adjacent 2 x 4 decking. See Alternates specification section ADD $ Dollars ALTERNATE NO. 2: INSTALL ALTERNATE CONCRETE PILE WITH HELICAL FOUNDATION All work associated with furnishing and constructing concrete piles with helical foundations to support Timber Boardwalk B in lieu of concrete piers. See Alternates specification ADD/(DEDUCT) $ Dollars The undersigned proposes that should any of the above Add Alternates be accepted and incorporated into the Contract, the Base Bid will be altered as indicated. The undersigned represents that the unit prices listed above are complete as specified in Section , Unit Prices, acknowledges that the quantities are not guaranteed, and agrees that payment will be for the actual in-place quantities installed per the plans or as directed by the County. Prices must be entered, for all the blanks in the schedule. If there is an error in the calculation for the total amount entered, the bid unit price multiplied by the Estimated Quantity will be the bid amount that is considered included in the Base Bid. Removal of rock or providing unit items in excess of the estimated amount will be paid at the unit price, upon verification by the County s geotechnical firm and/or site representative. The quantity of rock and/or unsatisfactory materials will be verified by the County s representative or geotechnical firm. Should the amount included in the Base Bid for any of these items not be encountered, a change order will be initiated to refund to the County the difference at the bid unit price. The undersigned acknowledges receipt of the following addenda, listed by number and date appearing on each: Addendum No. Date Addendum Date Certification Of Non-Collusion in Bid Preparation (Signature) (Date) Company

7 GWINNETT COUNTY, GEORGIA Page 10R CLUB DRIVE PARK: PHASE II BL In compliance with the attached specifications, the undersigned offers and agrees, if this quote is accepted by the Board of Commissioners within ninety (90) days of the date of quote opening, to furnish any or all of the items upon which prices are quoted, at the price set opposite each item, delivered to the designated point(s) within the time specified in the quote schedule. By submission of this bid, I understand that Gwinnett County uses Electronic Payments for remittance of goods and services. Vendors should select their preferred method of electronic payment upon notice of award. For more information on electronic payments, please refer to the Electronic Payment information in the instructions to bidders. Legal Business Name (If your company is an LLC, you must identify all principals to include addresses and phone numbers in your submittal) Federal Tax ID Address Does your company currently have a location within Gwinnett County? Yes No Representative Signature Print Authorized Representative's Name Telephone Number Fax Number Address Company

8 ADDENDUM 1: REVISED UNIT PRICE SCHEDULE GWINNETT COUNTY, GEORGIA Page 1R CONSTRUCTION OF CLUB DRIVE PARK: PHASE II BL SECTION UNIT PRICES 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for unit prices. B. Related Requirements: 1. Section "Contract Modification Procedures" for procedures for submitting and handling Change Orders. 2. Section "Quality Requirements" for general testing and inspecting requirements. 1.3 DEFINITIONS A. Unit price is a price per unit of measurement for materials, equipment, or services, or a portion of the Work, added to or deducted from the Contract Sum by appropriate modification, if the scope of Work or estimated quantities of Work required by the Contract Documents are increased or decreased. B. Quantities: The schedule of unit prices contains quantities that are in addition to the materials and work required to complete the project per the drawings and specifications. The base bid shall include the cost of completing the project plus the cost for the quantities and items listed in the Schedule of Unit Prices. 1.4 PROCEDURES A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead, and profit. B. Measurement and Payment: Measurement and payment to be as per Section , Paragraph 3.1. C. Owner reserves the right to reject Contractor's measurement of work-in-place that involves use of established unit prices and to have this work measured by the owner s Representative. D. List of Unit Prices: A schedule of unit prices is included in Part 3. Specification Sections referenced in the schedule contain requirements for materials described under each unit price. UNIT PRICES R

9 GWINNETT COUNTY, GEORGIA Page 2R CONSTRUCTION OF CLUB DRIVE PARK: PHASE II BL PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 SCHEDULE OF UNIT PRICES A. Unit Price 1: Demolition and removal of concrete and asphalt paving from site. 1. Description: Saw cutting, demolition and removal concrete and asphalt paving from site including disposal off site and replacement with satisfactory fill material or engineered fill from off site, as required, according to Section "Earth Moving" and Section Construction Waste Management and Disposal. 2. Unit of Measurement: Cubic yard of concrete or asphalt excavated, based on survey of volume removed, as verified by Owner s testing agent. 3. Quantity (in addition to the amount shown on the drawings): 10 Cubic Yards B. Unit Price 2: Rock Excavation. 1. Removal of rock encountered and requiring excavation as defined in the Specifications. 2. Purpose: To adjust the contract sum when actual quantity is determined. 3. Unit of measurement: Cubic Yard 4. Include only the following in the unit price: Excavation to plan subgrade, hauling and disposal off site, cost of providing sufficient and suitable fill material or engineered fill from off site, as required, according to Section "Earth Moving," from subgrade to original level of rock removed, overhead and profit. 5. Include all other costs in the contract base bid. 6. Method of measurement: Measurement will be made and verified by the County for actual quantities as outlined in the Specifications. 7. Quantity to be included in the contract sum: 100 Cubic Yards. C. Unit Price 3: Excavation and Removal of debris and unsuitable soil. 1. Description: Debris and unsatisfactory soil excavation and disposal off site, as required, according to Section "Earth Moving." 2. Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. Survey to be prepared by registered land surveyor in the state of GA, or Owner s testing agent. 3. Quantity (in addition to the amount shown on the drawings): 1250 Cubic Yards D. Unit Price 4: Fill with suitable soil. 1. Replacement of excavated debris and unsuitable soil with satisfactory fill material or engineered fill from off site, as required, according to Section "Earth Moving." 2. Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. Survey to be prepared by registered land surveyor in the state of GA, or Owner s testing agent. 3. Quantity (in addition to the amount shown on the drawings): 1250 Cubic Yards UNIT PRICES R

10 GWINNETT COUNTY, GEORGIA Page 3R CONSTRUCTION OF CLUB DRIVE PARK: PHASE II BL E. Unit Price 5: Fill with compacted crushed stone. 1. Description: Replacement of excavated debris and unsuitable soil with #57 stone or GAB, as required, according to Section "Earth Moving." 2. Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. Survey to be prepared by registered land surveyor in the state of GA, or Owner s testing agent. 3. Quantity (in addition to the amount shown on the drawings): 1250 Cubic Yards F. Unit Price 6: Concrete paving. 1. Concrete paving is to be installed on site per Project Drawings. Materials used shall be with satisfactory according to Section Cast-In-Place Concrete, Section Concrete Paving, and Section Concrete Paving Joint Sealants. 2. Unit of Measurement: Square yard of concrete installed, based on survey of volume installed. 3. Quantity (in addition to the amount shown on the drawings): 20 Square Yards G. Unit Price 7: Silt Fence (Sd1-S). 1. Description: Furnishing and installing Class C Silt Fence on site. Materials used shall be in accordance with contract drawing. 2. Unit of Measurement: Linear Foot of Class C Silt Fence, based on survey of length installed. 3. Quantity (in addition to the amount shown on the drawings): 200 Linear Feet H. Unit Price 8: River Rock 1. Description: Furnishing and installing river rock as specified in the landscape details. 2. Unit of Measurement: Tons, based on survey of amount installed. 3. Quantity (in addition to the amount shown on the drawings): 2 tons I. Unit Price 9: Sod (Tiftuf Bermudagrass). 1. Description: Furnishing and installing Tiftuf Bermudagrass sod. 2. Unit of Measurement: Square foot based on survey of amount installed.. 3. Quantity (in addition to the amount shown on the drawings): 2500 Square feet. J. Unit Price 10: Mulch 1. Description: Furnishing and installing shredded hardwood mulch in accordance with the landscape specification. 2. Unit of Measurement: Cubic Yard, based on survey area installed. 3. Quantity (in addition to the amount shown on the drawings): 30 Cubic Yards K. Unit Price 11: Woven Geotextile Fabric. 1. Description: Furnishing and installing woven geotextile fabric when required by site conditions and directed by Owner s representative. Materials used shall be in accordance with Section Earth Moving. UNIT PRICES R

11 GWINNETT COUNTY, GEORGIA Page 4R CONSTRUCTION OF CLUB DRIVE PARK: PHASE II BL Unit of Measurement: Square feet based on survey of amount installed. 3. Quantity (in addition to the amount shown on the drawings): 12,000 Square Feet L. Unit Price 12: Cast In Place Concrete. 1. Cast In Place Concrete is to be installed on site per Project Drawings. Materials used shall be with satisfactory according to Section Cast-In-Place Concrete, and Section Concrete Paving Joint Sealants. 2. Unit of Measurement: Cubic Yard of concrete installed, based on survey of volume installed or Owner s testing agent to verify. 3. Quantity (in addition to the amount shown on the drawings): 10 Cubic Yards M. Unit Price 13: Helical Foundation for Boardwalk (A) 1. Description: Payment is full compensation for all tools, safety devices, labor, equipment and other necessary items to install a helical pile foundation for the concrete footers supporting Boardwalk (A). Helical piles are to be designed in accordance with recommendations for Wooden Pedestrian Walkway in Appendix A of the Project Manual. 2. Unit of Measurement: Linear foot of helical pile installed. 3. Quantity (in addition to the amount shown on the drawings): 858 Linear Feet. END OF SECTION UNIT PRICES R

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

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

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

JUDD STREET LIFT STATION DEWATERING CONTRACT

JUDD STREET LIFT STATION DEWATERING CONTRACT JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

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

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. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) Bid Form TxDOT CSJ No. 17HGRCKPT Project: Aransas County Airport - 2017 Hangar Project Project Description: Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1A

More information

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

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

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012 PART FIVE DOCUMENTS FOR SITE AND INFRASTRUCTURE 31 00 00. EARTHWORK 31 10 00. SITE CLEARING.1 STRUCTURE REMOVAL: Include

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

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

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO. 16-01 RESTORATION OF THE HISTORIC TRANSPORTATION CENTER PHASE III BID RECEIPT: o Sealed bids shall be received

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

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

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Project: Multiple Park Demolition Project Bid#P

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Project: Multiple Park Demolition Project Bid#P August 20, 2014 Re: P2014-04 Multiple Park Demolition To Small Works Roster: Demolition Contractors REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Project: Multiple Park Demolition Project Bid#P2014-04

More information

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

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

More information

ADDENDUM NO. 1. 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

Forsyth County Procurement

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

More information

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

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2017.02 Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 The following changes are made to the Proposal, Specifications and Plans: SPECIFICATIONS:

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

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project BID INSTRUCTIONS Montour County Courthouse Retaining Wall Repair Project The Montour County Commissioners are receiving bids for the Courthouse Retaining Wall Repair Project. The parking lot is located

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

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

ADDENDUM 3 Contractor Questions Essex County Courthouse Square Drainage Improvements IFB Responses Issued March 30, 2016

ADDENDUM 3 Contractor Questions Essex County Courthouse Square Drainage Improvements IFB Responses Issued March 30, 2016 ADDENDUM 3 Contractor Questions IFB 2016-154-01 Responses Issued March 30, 2016 Sealed Bids are due no later than 3:00 PM, April 4, 2016 at the Essex County Purchasing Office, 202 S. Church Lane, Tappahannock,

More information

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T Request for Bids

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T Request for Bids REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T-2016-0210-05410910 Request for Bids The Metropolitan Park District of Tacoma will receive sealed

More information

REQUEST FOR PROPOSAL ARCHITECTURAL & ENGINEERING SERVICES OTTAWA COUNTY ROAD COMMISSION COOPERSVILLE AREA MAINTENANCE COMPLEX

REQUEST FOR PROPOSAL ARCHITECTURAL & ENGINEERING SERVICES OTTAWA COUNTY ROAD COMMISSION COOPERSVILLE AREA MAINTENANCE COMPLEX REQUEST FOR PROPOSAL ARCHITECTURAL & ENGINEERING SERVICES OTTAWA COUNTY ROAD COMMISSION COOPERSVILLE AREA MAINTENANCE COMPLEX The Ottawa County Road Commission is seeking the submittal of written proposals

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

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

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

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

More information

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/ Connecting South Dakota and the Nation Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota 57501-5405 605/773-3464 FAX: 605/773-6215 May 6, 2011 RE: 0009-391

More information

ADDENDUM No. 6. ITB No. 4424: W.R. Wheeler (Swift Run) Service Center PUD Non-motorized Improvements Phase 1

ADDENDUM No. 6. ITB No. 4424: W.R. Wheeler (Swift Run) Service Center PUD Non-motorized Improvements Phase 1 ADDENDUM No. 6 ITB No. 4424: W.R. Wheeler (Swift Run) Service Center PUD Non-motorized Improvements Phase 1 Due: June 9, 2016 at 2:00 p.m. (local time) The following changes, additions, and/or deletions

More information

CONSTRUCTION SPECIFICATION FOR EXCAVATING AND BACKFILLING - STRUCTURES

CONSTRUCTION SPECIFICATION FOR EXCAVATING AND BACKFILLING - STRUCTURES ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 902 DECEMBER 1983 CONSTRUCTION SPECIFICATION FOR EXCAVATING AND BACKFILLING - STRUCTURES 902.01 SCOPE 902.02 REFERENCES 902.03 DEFINITIONS TABLE OF

More information

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

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

ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013

ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013 ADDENDUM NO. 1 for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA Posting Date: June 20, 2013 BIDDERS SHALL CONFORM TO THE FOLLOWING CHANGES AS A PART OF THE BID DOCUMENTS, WHICH SHALL BECOME

More information

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

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

More information

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

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

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

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

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

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

Demolition and Replacement of the James River Fishing Pier. 3:00 p.m., July 15, 2014 (UNCHANGED)

Demolition and Replacement of the James River Fishing Pier. 3:00 p.m., July 15, 2014 (UNCHANGED) ADDENDUM 3 City of Newport News IFB #2014-6955-2049 June 24, 2014 Office of Purchasing, Office of the Purchasing Agent 4 th Floor, City Hall, 2400 Washington Avenue Newport News, VA 23607 Phone: (757)

More information

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids CITY OF THREE RIVERS, MICHIGAN Specifications for Bids Tree and/or Stump Removal Performance Bids The City of Three Rivers is committed to the concept of performance bids. All vendors are encouraged to

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

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

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

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

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

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS Section Page 19-1 TRENCH EXCAVATION... 19.1 19-1.01 Exploratory Excavation... 19.1 19-1.02 Trench Width... 19.1 19-1.02.A Storm Drain

More information

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT ADDENDUM #3 Date of Addendum February 23, 2018 1. The Contract Provisions

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

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

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

REQUEST FOR CONSTRUCTION BIDS May 23, 2017 REQUEST FOR CONSTRUCTION BIDS May 23, 2017 Cambridge Greenway Trail / Railroad Bridge Replacement Flood Mitigation Project 1.0 Project Background A former railroad bridge that currently carries the Cambridge

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

VANDERBILT UNIVERSITY

VANDERBILT UNIVERSITY VANDERBILT UNIVERSITY CAMPUS PLANNING & CONSTRUCTION PROJECT MANUAL GUIDELINES INTRODUCTION These instructions are intended to guide the Architect in preparing the Project Manual for Vanderbilt University

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

Highlands Housing Authority

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

More information

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project RES. NO. PROPOSAL FOR THE COMPLETION OF 2015-28 TO THE SATISFACTION OF THE BUTLER COUNTY COMMISSIONERS AND THE COUNTY ENGINEER: SAID WORK CONSISTING OF TYLERSVILLE ROAD IMPROVEMENTS, PHASE I TO THE COUNTY

More information

TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION Ext. 395 Needed to Obtain Permit:

TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION Ext. 395 Needed to Obtain Permit: TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION 355-7575 Ext. 395 Needed to Obtain Permit: 1. Building Permit Application, and/or residential plumbing permit application, as applicable, to be

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

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

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

MECHANICAL SYSTEM REPLACEMENT BROWN COUNTY COURTHOUSE 200 EAST COURT STREET MOUNT STERLING, ILLINOIS 62353

MECHANICAL SYSTEM REPLACEMENT BROWN COUNTY COURTHOUSE 200 EAST COURT STREET MOUNT STERLING, ILLINOIS 62353 ARCHITECHNICS, INC. 510 MAINE STREET QUINCY, ILLINOIS 62301 PROJECT NO. : 5661A ADDENDUM NO.: 1 ISSUED: 12/4/2017 Project: MECHANICAL SYSTEM REPLACEMENT BROWN COUNTY COURTHOUSE 200 EAST COURT STREET MOUNT

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

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

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

CW 3530 MANUAL IRRIGATION SYSTEM TABLE OF CONTENTS

CW 3530 MANUAL IRRIGATION SYSTEM TABLE OF CONTENTS October 1990 CW 3530 MANUAL IRRIGATION SYSTEM TABLE OF CONTENTS 1. GENERAL CONDITIONS...1 3. DESCRIPTION...1 5. MATERIALS...1 5.1 General...1 5.2 Testing and Approval...1 5.3 Irrigation Pipe and Fittings...1

More information

CITY OF FARGO SPECIFICATIONS AGGREGATE BASES

CITY OF FARGO SPECIFICATIONS AGGREGATE BASES AGGREGATE BASES PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, accessories, and equipment necessary

More information

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

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

More information

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

ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH

ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH ADDENDUM NO. 1 TO CONTRACT DOCUMENTS DATED FEBRUARY 12, 2015 FOR ADDITION TO ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH Located at 8910 Gap Newport Pike Avondale, PA 19311 ARCHITECT 270 South Main Street,

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

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

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

More information

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09 INVITATION TO BID Invitation to Submittal Deadline: Wednesday, April 30, 2014 at 2:00 p.m. Mail bids to the following address: Curry County Administration 700 N. Main Street, Suite 10 Clovis, NM 88101

More information

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

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

More information

Pier C North Damaged Pile Repairs. Pre-Bid Meeting April 24, :00 AM. Agenda Items

Pier C North Damaged Pile Repairs. Pre-Bid Meeting April 24, :00 AM. Agenda Items Pier C North Damaged Pile Repairs Pre-Bid Meeting April 24, 2012 10:00 AM Agenda Items 1. SCOPE: Repair of 71 damaged piles. The piles are 16 and 18 square precast concrete piles that were installed around

More information

SECTION IV. PIPELINE EXCAVATION AND BACKFILL

SECTION IV. PIPELINE EXCAVATION AND BACKFILL SECTION IV. PIPELINE EXCAVATION AND BACKFILL A. Description of Work B. Surface Types C. Backfill D. Surface Restoration A. DESCRIPTION OF WORK 1. Extent: Excavation of trenches for pipelines shall include

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

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

1.02 RELATED WORK: Refer to the following sections for related work: Section 4000-Concrete Materials and Methods

1.02 RELATED WORK: Refer to the following sections for related work: Section 4000-Concrete Materials and Methods SECTION 2000- EARTHWORK PART 1- GENERAL 1.01 SCOPE: This Section covers excavation, fill, and compaction of earth and rock for roadway, embankments, structural foundations, and planted areas. Topics include

More information

2016 CONCRETE REPLACEMENT PROJECT

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER

More information

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. 531 N. Nash Street Hortonville, WI 54944-0099 Phone: 920-779-6011 Fax: 920-779-6552 www.hortonvillewi.org REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. Date Issued: February 5, 2016 Date Due: March

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

DOCUMENT BID FORM - STIPULATED SUM

DOCUMENT BID FORM - STIPULATED SUM DOCUMENT 004113 BID FORM - STIPULATED SUM Architect s Project No. 2007024EXC Project: Excell Academy for Tenant: Excell Academy for Higher Learning, Inc. Higher Learning Interiors Package 6510 Zane Avenue

More information

GWINNETT COUNTY STORM SEWER PIPE STANDARDS

GWINNETT COUNTY STORM SEWER PIPE STANDARDS 1.0 Standard Specifications GWINNETT COUNTY STORM SEWER PIPE STANDARDS 1.1 Unless otherwise specifically set forth herein or in the Gwinnett County Standard Drawings, all of the materials, methods of the

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 1I-3 - Bioswales

Section 1I-3 - Bioswales BIOSWALES (Numbering pending) These specifications compliment the bioswale design portion of the Iowa Stormwater Management Manual in Chapter 2, Section 2I-3. Sections of the following documents, as referenced

More information

SECTION CONTROLLED LOW STRENGTH MATERIAL

SECTION CONTROLLED LOW STRENGTH MATERIAL SECTION 03300 CONTROLLED LOW STRENGTH MATERIAL PART 1 GENERAL 1.1 DESCRIPTION A. This Section specifies Controlled Low Strength Material (CLSM) to be used as described in this specification, including

More information

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

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

More information

DRIVEWAYS & APRONS & CURB CUTS (INCLUDING DRIVEWAY EXTENSIONS)

DRIVEWAYS & APRONS & CURB CUTS (INCLUDING DRIVEWAY EXTENSIONS) Community Development 1050 W Romeo Rd, Romeoville, IL 60446-1530 (815) 886-7200 Fax #: (815) 886-2724 Email: buildinginspections@romeoville.org DRIVEWAYS & APRONS & CURB CUTS (INCLUDING DRIVEWAY EXTENSIONS)

More information

REQUEST FOR PROPOSAL Asphalt & Concrete Repair

REQUEST FOR PROPOSAL Asphalt & Concrete Repair REQUEST FOR PROPOSAL 2017 Asphalt & Concrete Repair English Landing Elementary School Union Chapel Elementary School Lakeview Middle School Park Hill High School Prairie Point Elementary School Congress

More information

The Georgian Highlands Where Nature is your Amenity Guidelines to Property Owners Issue 1, July 22, 2003

The Georgian Highlands Where Nature is your Amenity Guidelines to Property Owners Issue 1, July 22, 2003 Guidelines to Property Owners Issue 1, July 22, 2003 The Georgian Highlands is an architecturally controlled community whose purpose is to ensure that the proposed homes are compatible with the theme of

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

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

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

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

More information

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