PROJECT MANUAL FENCING FOR PEPSI WATER TANK & ROCKTOWN WATER TANK FOR TOWN OF KINGSTREE KINGSTREE, SOUTH CAROLINA

Size: px
Start display at page:

Download "PROJECT MANUAL FENCING FOR PEPSI WATER TANK & ROCKTOWN WATER TANK FOR TOWN OF KINGSTREE KINGSTREE, SOUTH CAROLINA"

Transcription

1 PROJECT MANUAL FENCING FOR PEPSI WATER TANK & ROCKTOWN WATER TANK FOR TOWN OF KINGSTREE KINGSTREE, SOUTH CAROLINA APRIL 2016

2 TABLE OF CONTENTS PROJECT MANUAL FENCING FOR PEPSI WATER TANK & ROCKTOWN WATER TANK FOR TOWN OF KINGSTREE KINGSTREE, SOUTH CAROLINA DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS Table of Contents Advertisement for Bids Bid Form Contract Notice to Proceed South Carolina Illegal Immigration Reform Act Contractor Certification DIVISION 2 - SITE WORK Chain Link Fences & Gates TABLE OF CONTENTS

3 SECTION ADVERTISEMENT FOR BIDS Owner: Town of Kingstree Separate sealed bids for the Fencing for the Pepsi Water Tank & Rocktown Water Tank for the Town of Kingstree will be received at Kingstree Town Hall, 401 North Longstreet Street, Kingstree, SC until 2:00 PM on May 5, 2016, and will be opened and read. The work to be completed as a part of this project consists of providing all required materials, equipment. and labor necessary to remove existing fencing and gates and install new fencing and gates at the existing Pepsi Water Tank and Rocktown Water Tank. The Contract Documents may be examined at the following location: Owner: 401 North Longstreet Street, Kingstree, SC No bid will be considered unless the bidder is legally qualified under the provisions of the South Carolina Contractor s Licensing Law (South Carolina Code of Laws as amended on April 1, 1999, Chapter 11, Sections through ). No bidder may withdraw the bid within sixty (60) days after the actual date of the opening and thereof. The Owner reserves the right to waive any informality or to reject any or all bids. ADVERTISEMENT FOR BIDS

4 SECTION BID FORM FENCING FOR PEPSI WATER TANK & ROCKTOWN WATER TANK FOR TOWN OF KINGSTREE, SC TABLE OF ARTICLES ARTICLE 1 BID RECIPIENT... 2 ARTICLE 2 BIDDER S ACKNOWLEDGEMENTS... 2 ARTICLE 3 BIDDER S REPRESENTATIONS... 2 ARTICLE 4 FURTHER REPRESENTATIONS... 3 ARTICLE 5 BASIS OF BID... 3 ARTICLE 6 TIME OF COMPLETION... 4 ARTICLE 7 ATTACHMENTS TO THIS BID... 4 ARTICLE 8 BID SUBMITTAL... 4 BID FORM

5 ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: Town of Kingstree, 401 North Longstreet Street, Kingstree, SC Bids are to be delivered to: Town of Kingstree, 401 North Longstreet Street, Kingstree, SC The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 - BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged. Addendum No. Addendum Date Initials B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities). E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site, which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. BID FORM

6 G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given Owner written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. ARTICLE 4 - FURTHER REPRESENTATIONS 4.01 Bidder further represents that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation. B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. C. Bidder has not solicited or induced any individual or entity to refrain from bidding. D. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. ARTICLE 5 - BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following unit prices: Item No. Description Unit Estimated Quantity Unit Price Bid Price 1 Remove & Dispose of Existing Fencing & Gates LS 1 $ $ 2 New 6-Foot High Chain Link Fence w/ 3-Strand Barb Wire (including posts, foundations & related work) LF 796 $ $ 3 12-Foot Double Swing Gate & Accessories EA 2 $ $ Total Bid: $ Dollars Cents BID FORM

7 Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to complete the finish work as stipulated in the Bid Documents. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities. ARTICLE 6 - TIME OF COMPLETION 6.01 The time by which the Work is to be completed is as follows: Fencing for the Pepsi Water Tank & Rocktown Water Tank for the Town of Kingstree is to be substantially completed within thirty (30) days after the date when the contract time commences to run as provided in the Notice to Proceed, and completed and ready for final payment within ten (10) days thereafter. ARTICLE 7 - ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a condition of this Bid: A. South Carolina Illegal Immigration Reform Act Contractor Certification ARTICLE 8 - BID SUBMITTAL 8.01 This Bid submitted by: An Individual Name (typed or printed): By: (Individual s signature) Title: Doing business as: (SEAL) A Partnership Partnership Name: (SEAL) By: (Signature of general partner -- attach evidence of authority to sign) Title: Name (typed or printed): A Corporation Corporation Name: State of Incorporation: (SEAL) BID FORM

8 Type (General Business, Professional, Service, Limited Liability): By: (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: Attest Date of Authorization to do business in [South Carolina] is / /. (CORPORATE SEAL) A Joint Venture Name of Joint Venture: First Joint Venturer Name: (SEAL) By: (Signature of first joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venturer Name: (SEAL) By: (Signature of second joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Bidder's Business Address Telephone No.: Fax No.: SUBMITTED on, BID FORM

9 SECTION CONTRACT THIS AGREEMENT is by and between (hereinafter called Owner ) and doing business as an individual/a partnership/a corporation/a joint venture (strike out inapplicable terms), with its primary office in,. Owner and Contractor, in consideration of the mutual covenants set forth herein, agree as follows: ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Fencing for Pepsi Water Tank & Rocktown Water Tank ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Fencing for Pepsi Water Tank & Rocktown Water ARTICLE 3 - ENGINEER 3.01 There is no Engineer for this Project. The Owner will assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones for final payment as stated in the Contract Documents are of the essence of the Contract Dates for Substantial Completion and Final Payment A. Contractor agrees that the work: Fencing for the Pepsi Water Tank & Rocktown Water Tank Improvements for the Town of Kingstree is to be substantially completed within thirty (30) days after the date when the contract time commences to run as provided in the Notice to Proceed, and completed and ready for final payment in accordance with the general conditions within ten (10) days thereafter. CONTRACT

10 4.03 Liquidated Damages A. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $50 for each day that expires after the time specified in Paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to Paragraphs 5.01.A below: A. For all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in the Bid Form attached hereto as part of these Contract Documents. ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment which will be processed by Owner Progress Payments; Retainage A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor s Applications for Payment on or about the 15th day of each month during performance of the Work as provided in Paragraphs 6.02.A.1 and 6.02.A.2 below. All such payments will be measured by the schedule of values established in the Bid Form (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, including but not limited to liquidated damages: a. 90% of Work completed (with the balance being Retainage). If the Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to Owner and Engineer, Owner, on recommendation of Engineer, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional Retainage. b. 90% of cost of materials and equipment not incorporated in the Work (with the balance being Retainage). CONTRACT

11 6.03 Final Payment 2. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 95% of the Work completed, less such amounts as may be estimated of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. A. Upon final completion and acceptance of the Work, Owner shall pay the remainder of the Contract. ARTICLE 7 - INTEREST 7.01 All moneys not paid when due shall bear interest at the rate of 1-1/2% per annum. ARTICLE 8 CONTRACTOR S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Agreement Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has obtained and carefully studied (or assumes responsibility for doing so) all examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto. E. Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. F. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. G. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. H. Contractor has given Owner written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Owner is acceptable to Contractor. CONTRACT

12 I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (Section 00520). 2. Exhibits to this Agreement (enumerated as follows): a. Contractor s Bid (Section 00410) 6. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Notice to Proceed (Section 00550). B. The documents listed in Paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. ARTICLE 10 - MISCELLANEOUS Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents Successors and Assigns A. Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall CONTRACT

13 be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. One counterpart each has been delivered to Owner and Contractor. All portions of the Contract Documents have been signed or identified by Owner and Contractor or on their behalf. This Agreement will be effective on this day of, 2016 (which is the Effective Date of the Agreement). OWNER: Town of Kingstree CONTRACTOR: By: Title: By: Title: [CORPORATE SEAL] Attest: Title: Address for giving notices: [CORPORATE SEAL] Attest : Title: Address for giving notices: 401 North Longstreet Street Kingstree, SC License No.: (Where applicable) Agent for service or process: CONTRACT

14 SECTION NOTICE TO PROCEED Dated: Project: Fencing for Pepsi Water Tank & Rocktown Water Tank Owner: Town of Kingstree Owner's Contract No.: Contract: Fencing for Pepsi Water Tank & Rocktown Water Tank Engineer's Project No.: P Contractor: Contractor's Address: You are notified that the Contract Times under the above contract will commence to run on. On or before that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 4 of the Agreement, the date of Substantial Completion is and the date of readiness for final payment is. Before you may start any Work at the Site, Paragraph 2.01.B of the General Conditions provides that you and Owner must each deliver to the other (with copies to Engineer and other identified additional insureds) certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents. Contractor Owner Town of Kingstree by: Authorized Signature Title Given by: Authorized Signature Manager Title Date Date NOTICE TO PROCEED

15 03/2009 SOUTH CAROLINA ILLEGAL IMMIGRATION REFORM ACT CONTRACTOR CERTIFICATION In accordance with the requirements of the South Carolina Illegal Immigration Reform Act, ( Contractor ) hereby certifies that it is currently in compliance with the requirements of Title 8, Chapter 14 of the S.C. Code Annotated and will remain in compliance with such requirements throughout the term of its contract with ( Owner ). Contractor hereby acknowledges that in order to comply with requirements of S.C. Code Annotated Section (B), it will: 1. Register and participate in the federal work authorization program (E-Verify) to verify the employment authorization of all new employees; and require agreement from its subcontractors, and through the subcontractors, the sub-subcontractors, to register and participate in the federal verification the employment authorization of all new employees. OR 2. Employ only workers who: a. Possess a valid South Carolina driver s license or identification card issued by the South Carolina Department of Motor Vehicles; or b. are eligible to obtain a South Carolina driver s license or identification card in that they meet the requirements set forth in S.C. Code Annotated Sections through ; or c. possess a valid driver s license or identification card from another state where the license requirements are at least as strict as those in South Carolina, as determined by the South Carolina Department of Motor Vehicles Contractor agrees to provide to Owner any documentation required to establish the applicability of the South Carolina Illegal Immigration Reform Act to the Contractor, subcontractor, or subsubcontractor. Contractor further agrees that it will provide Owner with any documentation required to establish that the Contractor and any subcontractors or sub-subcontractors are in compliance with the requirements of Title 8, Chapter 14 of the S.C. Code Annotated. Date: By: Title:

16 SECTION CHAIN LINK FENCES AND GATES PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designations only. ASTM INTERNATIONAL (ASTM) A. ASTM A116 - Metallic-Coated, Steel Woven Wire Fence Fabric. B. ASTM A90/A90M Standard Test Method for Weight of Coating on Iron and Steel Articles with Zinc or Zinc-Alloy Coatings. C. ASTM A153 - Zinc Coating (Hot-Dip) on Iron and Steel Hardware. D. ASTM A702 Steel Fence Posts and Assemblies, Hot Wrought. E. ASTM A780 Repair of Damage and Uncoated Areas Hot-Dip Galvanized Coatings F. ASTM A446 - Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process, Structural (Physical) Quality. G. ASTM B117 Operating Salt Spray (Fog) Apparatus H. ASTM F567 - Installation of Chain-Link Fence. I. ASTM F669 - Strength Requirements of Metal Posts and Rails for Industrial Chain Link Fence. J. ASTM F Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded, for Fence Structures. K. ASTM F Protective Coatings on Steel Framework for Fences. L. Chain Link Fence Manufacturers Institute (CLFMI) - Product Manual. 1.4 SUBMITTALS FOR REVIEW A. Section Submittals. B. Product Data: Provide data on fabric, posts, bars & rails, accessories, fittings and hardware. CHAIN LINK FENCES AND GATES

17 1.5 QUALITY ASSURANCE A. Perform Work in accordance with manufacturer's instructions and ASTM F567. PART 2 PRODUCTS 2.1 COMPONENTS A. Line Posts: tubular section, 2.88 inch O.D., 3.65 lbs./ft. B. Corner, Terminal, and Pull Posts: Tubular section, 2.88 inch O.D., 5.79 lbs./ft. C. Gate Posts: Tubular section, 4.0 inch nominal diameter, adequate weight to withstand all stresses imposed by the gate. D. Top and Brace Rail: Tubular section, 1.66 inch diameter, 2.27 lbs./ft. E. Gate Frame: 2 inch diameter for welded fabrication. F. Fabric: 2 inch diamond mesh interwoven wire, 9 gage thick, top and bottom salvage twisted tight and barbed. G. Tension Wire: 7 gage thick steel, single strand. H. Tension Rod: 3/8 inch thick steel. I. Brace Bar: 3/16 inch x 3/4 inch steel. J. Tie Wire: No. 9 aluminum alloy steel wire; or flat aluminum bands 1/16 inch x 3/8 inch. 2.2 ACCESSORIES A. Caps: Cast steel galvanized; sized to post diameter, set screw retainer. B. Fittings: Sleeves, bands, clips, rail ends, tension bars, fasteners and fittings; steel. C. Extension Arms: Cast steel galvanized, to accommodate 3 strands of barbed wire, single arm, sloped to 45 degrees. D. Gate Hardware: Center gate stop and drop rod; two 180 degree gate hinges per leaf and hardware for padlock. E. Concrete: Type specified in Section F. Barbed wire: ASTM A121 design number R, 12 ½ gauge, Type Z Class 3, 0.80 oz/ft² zinc coated double-strand twisted line wire with 14 CHAIN LINK FENCES AND GATES

18 gauge, (0.080 ) Type Z Class 3, 0.70 oz/ft² (215g/m²) zinc coated 4 point barbs spaced an average of 5 on center. 2.3 CHAIN LINK SWING GATE A. Fabricate chain link swing gates in accordance with ASTM F900. Gate frame to be of welded construction. Weld areas to be protected with zinc-rich paint per ASTM A780. The gate frame members are to be spaced no greater than 8 0 apart horizontally or vertically. Exterior members to be OD pipe, interior members when required shall be OD pipe. Chain link fabric to match specification of fence system. Fabric to be stretched tightly and secured to vertical outer frame members using tension bar and tension bands spaced 12 on center and tied to the horizontal and interior members 12 on center using 9 gauge galvanized steel ties. B. Hinges, hot dip galvanized pressed steel or malleable iron, structurally capable of supporting gate leaf and allow opening and closing without binding. Non-liftoff type hinge design shall permit gate to swing 180. C. Latch: Galvanized forked type capable of retaining gate in closed position and have provision for padlock. Latch shall permit operation from either side of gate. D. Double gates: Provide galvanized drop rod with center gate stop pipe or receiver to secure inactive leaf in the closed position. Provide galvanized pressed steel locking latch, requiring one padlock for locking both gate leaves, accessible from either side. E. Gate holdback: Provide galvanized gate hold back keeper for each gate leaf over 5 wide. Gate keeper shall consist of mechanical device for securing free end of gate when in full open position. 2.4 FINISHES A. Components and Fabric: Galvanized to ASTM A123; 2.0 oz/sq ft coating. B. Hardware: Galvanized to ASTM A153, 2.0 oz/sq ft coating. C. Accessories: Same finish as fabric. PART 3 EXECUTION 3.1 CHAIN LINK FABRIC INSTALLATION A. Fabric: Install fabric on security side, pull fabric taut; thread the tension bar through fabric and attach to terminal posts with tension bands spaced maximum of 15 (381 mm) on center and attach so that fabric remains in tension after pulling force is released. Install fabric so that it is 2 (50 mm) +/- 1 (25 mm) above finish grade. CHAIN LINK FENCES AND GATES

19 B. Secure fabric using wire ties to line posts at 15 (381 mm) on center and to rails and braces 24 (610 mm) on center, and to the tension wire using hog rings 24 (610 mm) on center. Tie wire shall be secured to the fabric by wrapping it two 360 degree turns around the chain link wire pickets. Cut off any excess wire and bend back so as not to protrude so as to avoid injury if a pedestrian may come in contact with the fence. 3.2 CHAIN LINK FRAMEWORK INSTALLATION A. Install chain link fence system in accordance with ASTM F567 and manufacturer s instructions. B. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 or more. C. Space line posts uniformly. D. Concrete set posts: Excavate holes in firm, undisturbed or compacted soil. Holes shall have diameter 4 times greater than outside dimension of post, and depths approximately 6 deeper than post bottom. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. Set post bottom 36 below surface when in firm, undisturbed soil. Place concrete around posts in a continuous pour. Trowel finish around post and slope to direct water away from posts. Drive Anchor set line posts: With protective cap, drive post 36 (914 mm) into ground. Excavate a 6 diameter by 6 deep section around post to accommodate the drive anchor shoe clamp. Drive the 2 diagonal drive anchor angle blades into the soil and securely tighten the angle blades to post via the shoe clamp, backfill hole. E. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. F. Bracing: Install horizontal brace and truss assembly at mid-height or above for fences 6 and over at each fabric connection to the terminal post. The diagonal truss rod is installed at the point where the brace rail is attached to the terminal post and diagonally down to the bottom of the adjacent line post. Place the truss rod in tension by adjusting the turnbuckle. G. Tension wire: Install tension wires so that it will be located 4 up from bottom the fabric. If top rail is not specified, install the tension wire so that it will be located 4 down from the top of the fabric. Stretch and install tension wire before installing the chain link fabric and attach it to each post using wire ties. H. Top rail: Connect ends with sleeves forming a rigid connection, allow for expansion and contraction. I. Center Rails: Install mid rails between line posts and attach to post using rail end or line rail clamps. CHAIN LINK FENCES AND GATES

20 J. Bottom Rails: Install bottom rails between posts and attach to post using rail end or line rail clamps. 3.3 BARBED WIRE INSTALLATION A. Uniformly space and stretch barbed wire between terminal posts. Attach barbed wire to the terminal posts using brace bands and snap and secure barbed wire into each line post barb arm slot. B. Install barbed tape in accordance with ASTM F CHAIN LINK GATE INSTALLATION A. Swing gates: Installation of swing gates and gate posts shall be per ASTM F567. Direction of swing shall be outward Gates shall be hung plumb in the closed position with minimal space from grade to bottom of gate leaf. Double gate drop bar receiver shall be set in a minimum concrete footing 6 diameter by 24 deep. Gate leaf holdbacks shall be installed on all double gates and all gate leafs greater than 5 in width. END OF SECTION CHAIN LINK FENCES AND GATES

SECTION CHAIN LINK FENCING

SECTION CHAIN LINK FENCING SECTION 02835 - CHAIN LINK FENCING 1.0 GENERAL 1.1 Furnish and install chain link fencing complete in place with gates and accessories as specified herein and as shown on the Contract Drawings. 1.2 Reference

More information

SECTION CHAIN LINK FENCES

SECTION CHAIN LINK FENCES SECTION 02 44 40 PART 1 - GENERAL 1.1 DESCRIPTION A. Work included: Provide chain link fence system where shown on the Drawings, as specified herein, and as needed for a complete and proper installation.

More information

ITEM 555 CHAIN LINK FENCING

ITEM 555 CHAIN LINK FENCING ITEM 555 AFTER MARCH 1, 2012 CHAIN LINK FENCING 555.1 Description. This item shall govern for furnishing the quantities of chain link fencing and gates as shown on the plans, including all posts, bracing

More information

SECTION CHAIN LINK FENCING

SECTION CHAIN LINK FENCING Section 02444 1 SECTION 02444 CHAIN LINK FENCING PART 1 - GENERAL 1.01 DESCRIPTION A. Requirement. Under these specifications, the Contractor shall furnish all materials, labor, tools, and equipment required

More information

SECTION CHAIN LINK FENCES AND GATES (GALVANIZED) A. Fence framework, fabric, gates, and accessories.

SECTION CHAIN LINK FENCES AND GATES (GALVANIZED) A. Fence framework, fabric, gates, and accessories. SECTION 02830 CHAIN LINK FENCES AND GATES (GALVANIZED) 1.0 GENERAL 1.1 Section Includes A. Fence framework, fabric, gates, and accessories. B. Excavation for post bases; concrete footing for posts. C.

More information

CONSOLIDATED EDISON COMPANY OF NEW YORK, INC. 4 IRVING PLACE NEW YORK, NY DISTRIBUTION ENGINEERING DISTRIBUTION EQUIPMENT

CONSOLIDATED EDISON COMPANY OF NEW YORK, INC. 4 IRVING PLACE NEW YORK, NY DISTRIBUTION ENGINEERING DISTRIBUTION EQUIPMENT CONSOLIDATED EDISON COMPANY OF NEW YORK, INC. 4 IRVING PLACE NEW YORK, NY 10003 DISTRIBUTION ENGINEERING DISTRIBUTION EQUIPMENT SPECIFICATION EO-1124 REVISION 3 November 2013 EFFECTIVE DATE November 11,

More information

SECTION CHAIN LINK FENCES AND GATES (PARK)

SECTION CHAIN LINK FENCES AND GATES (PARK) SECTION 02821 CHAIN LINK FENCES AND GATES (PARK) PART I GENERAL 1.1 SECTION INCLUDES A. Installation of chain link fences, and gate units provided by single source including erection accessories, fittings,

More information

CITY OF MOUNT DORA LIFT STATION CHAINLINK FENCE AND GATE SPECIFICATIONS

CITY OF MOUNT DORA LIFT STATION CHAINLINK FENCE AND GATE SPECIFICATIONS CITY OF MOUNT DORA LIFT STATION CHAINLINK FENCE AND GATE SPECIFICATIONS PART 1 - GENERAL 1.01 SUMMARY A. Section Includes furnishing and installing chain-link fabric fence, gate, and appurtenances. 1.02

More information

SECTION CHAIN LINK FENCES AND GATES

SECTION CHAIN LINK FENCES AND GATES SECTION 32 31 13 CHAIN LINK FENCES AND GATES SPEC WRITER NOTE: 1. Delete text between // // not applicable to project. Edit remaining text to suit project. 2. Use this section in specifying permanent chain

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

Colorado River Aqueduct Pumping Plants 230 kv Disconnect Switches Replacement

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

More information

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

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

More information

A NEW PRE-K BUILDING FOR BIG SPRING LAKE KINDERGARTEN SCHOOL FOR THE ALBERTVILLE CITY BOARD OF EDUCATION ALBERTVILLE, ALABAMA

A NEW PRE-K BUILDING FOR BIG SPRING LAKE KINDERGARTEN SCHOOL FOR THE ALBERTVILLE CITY BOARD OF EDUCATION ALBERTVILLE, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. FOUR Date: 09.24.18 Project: A NEW PRE-K BUILDING FOR BIG SPRING LAKE KINDERGARTEN SCHOOL FOR THE ALBERTVILLE CITY BOARD OF EDUCATION

More information

SECTION 1043 FENCE MATERIAL

SECTION 1043 FENCE MATERIAL SECTION 1043 FENCE MATERIAL 1043.1 Scope. This specification covers the material required in the construction of chainlink fence and woven wire fence. 1043.2 Basis of Acceptance. The basis of acceptance

More information

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC 29691 Robyn M. Courtright, CPPO, Procurement Director Tronda Spearman, CPPB, Assistant Procurement Director Telephone: 864-638-4141

More information

SECTION CHAIN LINK FENCES AND GATES

SECTION CHAIN LINK FENCES AND GATES SECTION 32 31 13 CHAIN LINK FENCES AND GATES PART 1 GENERAL 1.1 SUMMARY A. This Section includes materials applicable for commercial/industrial and security vinyl coated chain link fence and framework.

More information

MERCHANTS METALS. A. ASTM F552 Standard Terminology Relating to Chain Link Fencing

MERCHANTS METALS. A. ASTM F552 Standard Terminology Relating to Chain Link Fencing MERCHANTS METALS SECTION 32 31 13 COLORBOND CHAIN LINK FENCE AND GATES 2014 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. DIVISION 01 - GENERAL REQUIREMENTS: Drawings, quality, product and performance requirements,

More information

SECTION 1208 CHAIN LINK FENCING DESCRIPTION

SECTION 1208 CHAIN LINK FENCING DESCRIPTION SECTION 1208 CHAIN LINK FENCING 1208-1 DESCRIPTION This item covers the requirements for furnishing materials and constructing new chain link fences and gates in accordance with the details included herein

More information

Houston Community College 3200 Main Parking Garage November 15, 2010 Houston Community College

Houston Community College 3200 Main Parking Garage November 15, 2010 Houston Community College SECTION 323113 - CHAIN LINK FENCES AND GATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification

More information

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS DOCUMENT 00085B ADDENDUM ADDENDUM NO. 1

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS DOCUMENT 00085B ADDENDUM ADDENDUM NO. 1 ADDENDUM Date of Addendum: December 30 th, 2015 PROJECT NAME: Fencing for Sportspark PROJECT NO: GO1507 BID DATE: Tuesday, January 5 th, 2016 FROM: City of Friendswood Department of Public Works 1306 Deepwood

More information

ANTI RAM SECURITY CHAIN LINK FENCE - 4, MPH SECTION

ANTI RAM SECURITY CHAIN LINK FENCE - 4, MPH SECTION ANTI RAM SECURITY CHAIN LINK FENCE - 4,000 LB @ 20 MPH SECTION 32 31 13.53 2015

More information

SECTION 2831 ITEM F-162 CHAIN-LINK FENCES

SECTION 2831 ITEM F-162 CHAIN-LINK FENCES SECTION 2831 ITEM F-162 CHAIN-LINK FENCES PART 1 - GENERAL 1.1 DESCRIPTION. This item shall consist of furnishing and erecting a chain-link fence in accordance with these specifications and the details

More information

AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT

AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT Issuance Date: March 24, 2016 Closing Date: March 31, 2016 APPROVED

More information

TITLE: CAMP JOHNSON OVERPASS / HWY 17 BYPASS SECURITY FENCE UPGRADES

TITLE: CAMP JOHNSON OVERPASS / HWY 17 BYPASS SECURITY FENCE UPGRADES CONTRACT # N40085-15B-0457 PROJECT # 15R036CN MACC # 15-0457 MAXIMO# 4608934 TITLE: CAMP JOHNSON OVERPASS / HWY 17 BYPASS SECURITY FENCE UPGRADES ATTACHMENTS: 1. 15-0457 CJ OVERPASS SECURITY UPGRADES Site

More information

A. ASTM A121 Specification for Metallic-Coated Carbon Steel Barbed Wire. B. ASTM A392 Specification for Zinc-Coated Steel Chain-Link Fence Fabric

A. ASTM A121 Specification for Metallic-Coated Carbon Steel Barbed Wire. B. ASTM A392 Specification for Zinc-Coated Steel Chain-Link Fence Fabric SECTION 32 31 13 CHAIN LINK FENCE AND GATES 2015 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. DIVISION 01 - GENERAL REQUIREMENTS: Drawings, quality, product and performance requirements, general and supplemental

More information

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project. TO: ALL HOLDERS OF CONTRACT DOCUMENTS FOR: City of Carlsbad, New Mexico Sanitary Sewer Interceptor 118 Upgrades Phase I Wade M. Chacon P.E. HDR Project Manager/Engineer Bid # 2016-32 ADDENDUM NUMBER ONE

More information

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

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

More information

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

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

More information

DOCUMENT BID FORM. Village of Middle Point

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

More information

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

SECTION FENCING. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. SECTION 323100 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

ADVERTISEMENT TO BID PARTIAL

ADVERTISEMENT TO BID PARTIAL ADVERTISEMENT TO BID The City of Elkton will receive separate, sealed Bids for their East Main Street Lift Station Generator Pad Addition Project until 10:30 a.m. local time, Tuesday, January 8, 2019 at

More information

CW 3550 Chain Link and Drift Control Fence TABLE OF CONTENTS

CW 3550 Chain Link and Drift Control Fence TABLE OF CONTENTS January 2014 SPECIFICATION CW 3550 R3 CW 3550 Chain Link and Drift Control Fence TABLE OF CONTENTS 1. GENERAL CONDITIONS... 1 3. DESCRIPTION... 1 5. MATERIALS... 1 5.1 Drift Control Fence... 1 5.1.1 Approved

More information

A. Product Data shall be provided for each type of product indicated.

A. Product Data shall be provided for each type of product indicated. 32 31 13 CHAIN LINK FENCES AND GATES SECTION 1 GENERAL 1.1 SUMMARY This Section includes the following: 1. Chain Link Fences 2. Gates for Chain Link Fences. See electrical specifications for electrical

More information

Bear Exhibit Fence Upgrades. The following modifications are hereby made part of the contract documents:

Bear Exhibit Fence Upgrades. The following modifications are hereby made part of the contract documents: ADDENDUM TO BID T2017-04 Metropolitan Park District Department of Planning, Design and Development 4702 South 19 th Street Tacoma WA 98405 Date Prepared: November 17, 2017 Bid Number: T2017-04 Addendum

More information

CHAIN LINK FENCES AND GATES

CHAIN LINK FENCES AND GATES SECTION 02831 CHAIN LINK FENCES AND GATES PART 1 GENERAL 1.01 SUMMARY A. Alternate Material for Fence Post and Framing Material: Where schedule 40 galvanized steel is specified, the following will be accepted:

More information

SECTION CHAIN LINK FENCES AND GATES

SECTION CHAIN LINK FENCES AND GATES SECTION 32 31 13 SPEC WRITER NOTES: Use this section only for NCA projects. Delete text between // // not applicable to project. Edit remaining text to suit project. PART 1 - GENERAL 1.1 SUMMARY A. Section

More information

SECTION BID FORM. Garfield Street Drainage Improvements

SECTION BID FORM. Garfield Street Drainage Improvements SECTION 00410 BID FORM Garfield Street Drainage Improvements ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: City of Lindsborg, Kansas City Clerk s Office 101 S. Main Street Lindsborg, KS 67456

More information

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

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

More information

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

More information

SECTION CHAIN-LINK FENCES AND GATES 02821/1

SECTION CHAIN-LINK FENCES AND GATES 02821/1 SECTION 02821 - CHAIN-LINK FENCES AND GATES 02821/1 PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Chain-Link Fences: 2. Gates: horizontal slide or swing. 3. Fences installed where

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

Special Provision No. 541S01 October OPSS 541, Construction Specifications for Chain Link Fence, is deleted and replaced with the following:

Special Provision No. 541S01 October OPSS 541, Construction Specifications for Chain Link Fence, is deleted and replaced with the following: CHAIN LINK FENCE - Item No. GATES - Item No. Special Provision No. 541S01 October 1998 AMENDMENT TO OPSS 541, DECEMBER 1990 OPSS 541, Construction Specifications for Chain Link Fence, is deleted and replaced

More information

SECTION CHAIN LINK FENCES AND GATES

SECTION CHAIN LINK FENCES AND GATES SECTION 02831 CHAIN LINK FENCES AND GATES PART 1 GENERAL 1.01 REFERENCES AND CODES A. Florida Department of Education, Office of Educational Facilities - State Requirements for Educational Facilities -

More information

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project 00900 ADDENDUM #1 Issued to: All Document Holders of Record Date: February 16, 2016 Project: Bayfield Waterline Replacement Project This Addendum forms a part of the Contract described above. The original

More information

MO: Tl RSA: 1406B

MO: Tl RSA: 1406B MO: Tl425-02 SECTION 323113- CHAIN LINK FENCES AND GATES PART 1- GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division

More information

CHAIN LINK FENCES AND GATES

CHAIN LINK FENCES AND GATES SECTION 02831 CHAIN LINK FENCES AND GATES PART 1 GENERAL 1.01 REFERENCES AND CODES A. Florida Department of Education, Office of Educational Facilities - State Requirements for Educational Facilities -

More information

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

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

More information

extrudesection 00301 BID FORM PROJECT IDENTIFICATION: CONSTRUCTION OF PROPOSED DRAINAGE IMPROVEMENTS THIS BID IS SUBMITTED TO: THE CITY OF FREDERICKSBURG, TEXAS, herein after referred to as OWNER. 1. Enter

More information

SECTION BID FORM

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

More information

Addendum No. 1 Issue Date: March 29, 2016

Addendum No. 1 Issue Date: March 29, 2016 Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South

More information

Bidders Name: DOCUMENT 330 BID FORM

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

More information

CONSTRUCTION SPECIFICATION FOR CHAIN LINK FENCE

CONSTRUCTION SPECIFICATION FOR CHAIN LINK FENCE ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 541 DECEMBER 1990 CONSTRUCTION SPECIFICATION FOR CHAIN LINK FENCE 541.01 SCOPE 541.02 REFERENCES 541.03 DEFINITIONS 541.05 MATERIALS TABLE OF CONTENTS

More information

IMMEDIATE RESPONSE REQUESTED

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

More information

TOWN OF OSOYOOS PERIMETER FENCING OSOYOOS LANDFILL

TOWN OF OSOYOOS PERIMETER FENCING OSOYOOS LANDFILL TOWN OF OSOYOOS PERIMETER FENCING OSOYOOS LANDFILL CONTRACT DOCUMENTS AND SPECIFICATIONS TRUE Consulting August 2011 Job No. 302-706 PLANHOLDER REGISTRATION FORM Request for Tender No. 302-706 PERIMETER

More information

CONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE

CONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE ONTARIO PROVINCIAL STANDARD SPECIFICATION OPSS.PROV 772 NOVEMBER 2017 (Formerly OPSS 772, November 2012) Note: The PROV published in November 2017 replaces OPSS 772 COMMON, November 2012 with no technical

More information

CITY OF PEACHTREE CITY HEADWALL REPLACEMENT - STORMWATER ADDENDUM #2

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

More information

REQUEST FOR BIDS Public Works Contract SPECIFICATIONS FOR FENCE REPAIRS AND REPLACEMENT

REQUEST FOR BIDS Public Works Contract SPECIFICATIONS FOR FENCE REPAIRS AND REPLACEMENT REQUEST FOR BIDS Public Works Contract SPECIFICATIONS FOR FENCE REPAIRS AND REPLACEMENT DATE OF RELEASE: DATE OF CLOSING: RFB ID: July 18, 2013 at 8:00 am (cst) August 5, 2013 at 4:30 pm (cst) 0718201301

More information

CONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE

CONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 541 NOVEMBER 2005 CONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE TABLE OF CONTENTS 541.01 SCOPE 541.02 REFERENCES 541.03 DEFINITIONS 541.04 SUBMISSION

More information

Invitation to Bid MHM

Invitation to Bid MHM Invitation to Bid FENCE @ MHM Responses to an Invitation to Bid will be received by the Purchasing Coordinator, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for FENCE @ Merrol

More information

CONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE

CONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 772 NOVEMBER 2010 CONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE TABLE OF CONTENTS 772.01 SCOPE 772.02 REFERENCES 772.03 DEFINITIONS 772.04 DESIGN

More information

SECTION ORNAMENTAL WELDED STEEL FENCING

SECTION ORNAMENTAL WELDED STEEL FENCING SECTION 032300 ORNAMENTAL WELDED STEEL FENCING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01

More information

SECTION 410 FENCES All materials shall be new and without flaws or defects of any type GENERAL

SECTION 410 FENCES All materials shall be new and without flaws or defects of any type GENERAL SECTION 410 FENCES 410.1 GENERAL This work shall consist of the construction of fences and gates in substantial compliance with the specifications, lines, and grades shown on the plans or established by

More information

Automated Cantilevered Aluminum Sliding Gate

Automated Cantilevered Aluminum Sliding Gate Town of Derry, New Hampshire REQUEST FOR PROPOSALS B18-128 January 25, 2018 The Town of Derry - Department of Public Works is seeking proposals for: Automated Cantilevered Aluminum Sliding Gate Introduction

More information

SECTION ORNAMENTAL ALUMINUM FENCING

SECTION ORNAMENTAL ALUMINUM FENCING SECTION 032300 ORNAMENTAL ALUMINUM FENCING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification

More information

1. Fence and gate posts, rails, and fittings. 2. Chain-link fabric, reinforcements, and attachments.

1. Fence and gate posts, rails, and fittings. 2. Chain-link fabric, reinforcements, and attachments. SECTION 323113 - CHAIN LINK FENCES AND GATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification

More information

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

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

More information

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

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

More information

PROPOSAL FOR WROUGHT IRON PERIMETER FENCE WITH GATE TO CITY OF POMONA

PROPOSAL FOR WROUGHT IRON PERIMETER FENCE WITH GATE TO CITY OF POMONA PROPOSAL FOR WROUGHT IRON PERIMETER FENCE WITH GATE TO CITY OF POMONA The undersigned hereby proposes and agrees to perform all the work and improvements therein described, and to furnish all labor, materials,

More information

1. Include plans, elevations, sections, details, and attachments to other work.

1. Include plans, elevations, sections, details, and attachments to other work. SECTION 102213- PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to

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

MATERIAL SPECIFICATION FOR CHAIN-LINK FENCE COMPONENTS

MATERIAL SPECIFICATION FOR CHAIN-LINK FENCE COMPONENTS ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 1541 NOVEMBER 2005 (Reissued November 2010) MATERIAL SPECIFICATION FOR CHAIN-LINK FENCE COMPONENTS TABLE OF CONTENTS 1541.01 SCOPE 1541.02 REFERENCES

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

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY: ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum

More information

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

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

More information

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

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

More information

DENVER PUBLIC SCHOOLS DESIGN AND CONSTRUCTION STANDARDS This Standard is for guidance only. SECTION CHAIN LINK FENCING

DENVER PUBLIC SCHOOLS DESIGN AND CONSTRUCTION STANDARDS This Standard is for guidance only. SECTION CHAIN LINK FENCING PART 0 DESIGN STANDARDS 0.01 GENERAL DESIGN GUIDELINES A. Requirements vary. A/E shall consult with DPS project manager to determine extent and type of permanent site fencing to be employed. B. Provide

More information

Dick s Sporting Goods Demolition Package

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

More information

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

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

More information

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

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

More information

A. The work under this section consists of furnishing and installing gauge steel framing and bracing as indicated on the drawings and as specified.

A. The work under this section consists of furnishing and installing gauge steel framing and bracing as indicated on the drawings and as specified. SECTION 05450 LIGHT GAUGE STEEL FRAMING SYSTEM PART 1 GENERAL 1.1 SUMMARY A. The work under this section consists of furnishing and installing gauge steel framing and bracing as indicated on the drawings

More information

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

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

More information

PLUMAS COUNTY FLOOD CONTROL & CONSERVATION DISTRICT 1834 East Main Street, Quincy, CA Telephone: (530)

PLUMAS COUNTY FLOOD CONTROL & CONSERVATION DISTRICT 1834 East Main Street, Quincy, CA Telephone: (530) PLUMAS COUNTY FLOOD CONTROL & CONSERVATION DISTRICT 1834 East Main Street, Quincy, CA 95971 Telephone: (530) 283-6268 THIS IS NOT AN ORDER Please state bid prices and delivery terms if applicable for the

More information

Advisory Circular PAGECONTROLCHART. Remove Pages Dated II Inscr t Pages Dated l/2/ thru 258-l 7/6/ l/2/90

Advisory Circular PAGECONTROLCHART. Remove Pages Dated II Inscr t Pages Dated l/2/ thru 258-l 7/6/ l/2/90 U.S. Department of Transportation Federal Aviation Administration Advisory Circular Subject: Change 8 to STANDARDS FOR SPECIFYING CONSTRUCTION OF AIRPORTS Date: 7/6/94 AC No: 150/53701OA Initiated by:

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

SECTION STRUCTURE MOUNT RAILING SYSTEM

SECTION STRUCTURE MOUNT RAILING SYSTEM SECTION 05520 STRUCTURE MOUNT RAILING SYSTEM Peak Fall Protection specializes in the design, engineering, fabrication, installation, and certification of fall protection safety systems. Our team of safety

More information

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

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

More information

NORTH HARRIS COUNTY REGIONAL WATER AUTHORITY PIPE HANGERS, Section PIPE HANGERS, SUPPORTS, AND RESTRAINTS

NORTH HARRIS COUNTY REGIONAL WATER AUTHORITY PIPE HANGERS, Section PIPE HANGERS, SUPPORTS, AND RESTRAINTS PART 1 GENERAL 1.01 SUMMARY Section 15140 PIPE HANGERS, This Section includes the furnishing and subsequent installation of: A. Pipe and equipment hangers, supports, and associated anchors B. Equipment

More information

Amendment to OPSS 772 (Nov 2012) Construction Specification for Chain-Link Fence

Amendment to OPSS 772 (Nov 2012) Construction Specification for Chain-Link Fence Engineering and Construction Services Division Standard Specifications for Road Works TS 772 April 2014 Amendment to OPSS 772 (Nov 2012) Construction Specification for Chain-Link Fence OPSS 772.05 OPSS

More information

SECTION CONTRACT C1 & C2, ADDENDUM #3

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

More information

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007 Sheet 1 of 7 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007 Delete SECTION 828 and replace with the following: SECTION 828 FENCING 828.1 DESCRIPTION

More information

SERIES SA30 STEEL/ALUMINUM FIXED DETENTION WINDOWS SECTION 08651

SERIES SA30 STEEL/ALUMINUM FIXED DETENTION WINDOWS SECTION 08651 SERIES SA30 STEEL/ALUMINUM FIXED DETENTION WINDOWS SECTION 08651 PART 1 GENERAL 1.1 DESCRIPTION A. Work Included: 1. Furnish all labor and materials to complete the fabrication of detention windows as

More information

PUBLIC SAFETY (661) Notice of Intended Action. Pursuant to Iowa Code section 103A.7, the Building Code Commissioner hereby

PUBLIC SAFETY (661) Notice of Intended Action. Pursuant to Iowa Code section 103A.7, the Building Code Commissioner hereby PUBLIC SAFETY (661) Notice of Intended Action Pursuant to Iowa Code section 103A.7, the Building Code Commissioner hereby gives Notice of Intended Action to amend Chapter 16, State Building Code Factory

More information

UNISTRUT CORPORATION GENERAL NOTES 1. THIS UNISTRUT SUPPORT SYSTEM IS DESIGNED TO SUPPORT A MAXIMUM UNIFORM LOAD OF PSF.

UNISTRUT CORPORATION GENERAL NOTES 1. THIS UNISTRUT SUPPORT SYSTEM IS DESIGNED TO SUPPORT A MAXIMUM UNIFORM LOAD OF PSF. 1. THIS SUPPORT SYSTEM IS DESIGNED TO 4. ALL CHANNEL & FITTINGS TO HAVE STANDARD 1. THIS SUPPORT SYSTEM IS DESIGNED TO 4. ALL CHANNEL & FITTINGS TO HAVE STANDARD 1. THIS SUPPORT SYSTEM IS DESIGNED TO 4.

More information

SECTION BID FORM (REVISED ) ADDENDUM No. 1

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

More information

SERIES STB30 STEEL FIXED THERMAL BREAK DETENTION WINDOWS SECTION 08651

SERIES STB30 STEEL FIXED THERMAL BREAK DETENTION WINDOWS SECTION 08651 SERIES STB30 STEEL FIXED THERMAL BREAK DETENTION WINDOWS SECTION 08651 PART 1 GENERAL 1.1 DESCRIPTION A. Work Included: 1. Furnish all labor and materials to complete the fabrication of detention windows

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

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

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

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

SECTION NON--STRUCTURAL METAL FRAMING

SECTION NON--STRUCTURAL METAL FRAMING The Collective Voice of America s Steel Framing Industry The Steel Framing Industry Association (SFIA) is dedicated to expanding the market for cold-formed steel in construction through programs and initiatives

More information

PASSAIC COUNTY TECHNICAL INSTITUTE CCA 1422 NEW S.T.E.M. BUILDING 2017

PASSAIC COUNTY TECHNICAL INSTITUTE CCA 1422 NEW S.T.E.M. BUILDING 2017 SECTION 02821 - CHAIN-LINK FENCES AND GATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification

More information