Architectural Specification Items. Section Instructions to Bidders, Page , Paragraph 1.15, Subparagraph A: Revise to read:

Size: px
Start display at page:

Download "Architectural Specification Items. Section Instructions to Bidders, Page , Paragraph 1.15, Subparagraph A: Revise to read:"

Transcription

1 March 29, 2018 ADDENDUM C TO DRAWINGS AND SPECIFICATIONS FOR: Renovation and Addition at Laura Dodge Elementary School Omaha Public Schools RDG Project No. R , File 35.1 RDG Planning & Design 900 Farnam on the Mall, Suite 100 Omaha, NE (402) NOTICE TO BIDDERS This Addendum modifies the original Contract Documents and Project Manual dated March 1, Bidders must acknowledge receipt of the Addendum on the Bid Form. Unless otherwise indicated, the work described herein shall comply with, and be equal in all respect to, the original Contract Specifications and Drawings. Include all incidental work required to properly complete the work whether stated herein or not. ADDENDA TO THE PROJECT MANUAL Architectural Specification Items CGS-1 Section Instructions to Bidders, Page , Paragraph 1.15, Subparagraph A: Revise to read: A. All Bidders (Contractors and Subcontractors) (Prime General Contractors) are required to attend and participate in a Pre-Bid Conference where specific questions and project considerations will be addressed. CGS-2 Section Bid Form Single Prime Contract: Bid Form has been revised to include new Alternate No. 3 (Page ). Entire Bid Form is being reissued. See attached Pages through CGS-3 Section Allowances, Page , 3.3 SCHEDULE OF ALLOWANCES: modify as follows: A. Allowance No. 1 Lump-Sum Allowance: Include the Sum of $15,000 for masonry tuckpointing of existing masonry. CGS-4 Section Alternates, Page , Paragraph 3.1: Add new Subparagraph C as follows: C. Add Alternate Bid No. 3: Provide Door 177B as Storm Defend SD-TH350 per Division 08 Section FEMA-Compliant Window and Door Assemblies, Page , Paragraph 2.2, Subparagraph C. Delete 90-minute fire rating in Door Schedule, on Sheet A Structural Specification Items No items this addendum. Mechanical Specification Items CMS-1 Section HVAC Equipment: Add new section. Section issued to add plate and frame heat exchangers. See attached Pages through R ADDENDUM C - 1

2 Electrical Specification Items No items this addendum. ADDENDA TO THE DRAWINGS Civil Drawing Items No items this addendum. Landscape Drawing Items No items this addendum. Architectural Drawing Items CGD-1 Sheet A10.01 Door Schedule & Door/Frame Types, Door Schedule: A. At Door 177B, change Panel Type to P2, Frame Type to F1, and delete 90-minute fire rating per Base Bid. B. Per Alternate 3, change Panel Type to P4 sim., and Frame Type to F4. C. At Door 170B-1, change Panel Type to P2 and Frame Type to F1. Structural Drawing Items No items this addendum. Mechanical Drawing Items No items this addendum. Electrical Drawing Items No items this addendum. ALL OTHER REQUIREMENTS OF THE PLANS AND SPECIFICATIONS REMAIN IN EFFECT. THIS ADDENDUM SHALL BE ATTACHED AND MADE A PART OF THE PLANS AND SPECIFICATIONS. RDG PLANNING & DESIGN END OF ADDENDUM C DH/jm Enclosure: Section Bid Form Single Prime Contract Section HVAC Equipment By Nick Schulz, AIA, Partner for RDG Schutte Wilscam Birge, Inc. R ADDENDUM C - 2

3 SECTION BID FORM SINGLE PRIME CONTRACT PROPOSAL TO For the following work: located at 3520 MAPLEWOOD BOULEVARD, in Omaha, Nebraska. Proposal of a corporation organized and existing under the laws of the State of or a partnership consisting of or an individual, trading as The undersigned, as Bidder, declares that the only person or parties interested in this Proposal as principals are those named herein that this proposal is made, without collusion with any other person, firm or corporation: that he/she has carefully examined the form of Contract, Instructions to Bidders, Addenda, Specifications and the Drawings therein referred to and that he/she has carefully examined the locations, conditions and classes of material for the proposed Work; and agrees that he/she will provide all necessary machinery, tools, apparatus and other means of construction and will do all Work and furnish all the materials called for in the Contract Documents in the manner therein prescribed. In submitting this bid, the undersigned agrees: 1. That the Owner has the right to reject any and all bids including this bid and to waive any technicalities in any bid. 2. To hold my bid open for a period of sixty (60) calendar days from the date of receipt. 3. The Bidder further agrees to pay as Liquidated Damages the Sum of Five Hundred Dollars ($500.00) per calendar day for failure to complete the Work by the Time of Substantial Completion. 4. To accept the provisions of the instruction to bidders regarding disposition of bid security. 5. To enter into and execute a Contract, if awarded, on the basis of this bid. 6. To accomplish the Work in accordance with Contract Documents. The undersigned further agrees to execute and deliver a Contract, Performance and Payment Bonds in the form set forth in these Bidding Documents within fourteen (14) calendar days from date of notification of acceptance of proposal, and in case the undersigned fails, refuses or neglects to execute and deliver the Contract within the time specified, the undersigned will be considered as having abandoned said proposals and as having defaulted in the offer to do the work and furnish labor and materials as specified in said proposal, and the cashier s check (or bid bond) shall be forfeited to the Omaha Public Schools by reason of such failure and such default and said check and the funds represented hereby shall be the property of the Omaha Public Schools absolutely. Upon the same conditions and contingencies as to the time of default of executing the Contract with Performance Bond and Payment Bond, in the form provided with the Contract Documents, in those cases where a bidder s bond has been indicated as acceptable and such bond having been filed, the Omaha Public Schools shall have the immediate right to call upon the principal and sureties to pay the principal sum of said bond. The undersigned further agrees that the bid security may be retained by the Omaha Public Schools provided the undersigned is one of the three (3) lowest and most advantageous bidders, otherwise to be returned as therein provided. R BID FORM SINGLE PRIME CONTRACT

4 The undersigned certifies that this proposal is made in strict conformity with all of the conditions, contingencies and requirements set forth, stated in every part of the Drawings, Specifications, Advertisement for Bids, Instruction to Bidders, General Conditions, Supplementary Conditions, and all other parts setting for the specification for the performance of heretofore described Work and without collusion or connection with any other person, partnership, company, firm, association or corporation offering bids on this Work. The Bidders further certify that included in the proposal are the stipulated sums set forth in Division 01 Section Allowances. Project Time of Completion: The undersigned agrees: Substantial Completion shall be no later than 12:00 midnight on. Final Completion shall be no later than 12:00 midnight on. Time is of the essence and these dates are absolute deadlines. Base Bid: Total amount for the furnishing of all labor, materials, services, equipment and appliances required in conjunction with and properly incidental to all Work, in conformance with drawings and specifications. TOTAL BID: $ Dollars (In Words) (In Figures) Allowances: Refer to Division 01 Section Allowances (if applicable) for detailed description of work included in each allowance. 1. Allowance No. 1: Repointing of Existing Masonry $15, Allowance No. 2: Construction Contingency Allowance $125, Alternate Bids: Refer to Project Manual Division 01 Section Alternates for detailed description of Work included in each Alternate Bid. In the spaces below, state amounts, both in words and figures, to be deducted from Base Bid, in the event that described Alternate Bids are accepted. Include all variation in profit, overhead, bonds, insurance and similar related items. Time of completion shall not be changed if any or all Alternate Bids are accepted. A No Bid or omission of bid on any alternate may cause the total proposal to be rejected. The Owner reserves the right to accept or reject any Alternate in the order of his/her own choosing. The undersigned agrees to hold Alternate bid prices for sixty (60) calendar days after Notice to Proceed. Alternate No. 1: Replace existing ceiling-mounted basketball backstops with new backstops (two) for a complete new system. See Division 11 Section Gymnasium Equipment. Include demolition of old equipment. ADD: $ Dollars (In Words) (In Figures) Alternate No. 2: Repaint existing lockers. See Division 09 Section High-Performance Coatings (Electrostatic Painting). ADD: $ Dollars (In Words) (In Figures) R BID FORM SINGLE PRIME CONTRACT

5 Alternate No. 3: Modify exterior door at storm shelter. See Division 01 Section Alternates. ADD: $ Dollars (In Words) (In Figures) Additional Work: The undersigned Contractor agrees to furnish all labor, materials and equipment for any additional work (except subcontracted work) ordered by the Owner and for which no pre-agreed price has been fixed for the direct cost of the extra labor and materials plus fifteen percent (15%) for overhead and profit. For additional work to be performed by subcontractors and for which no preagreed price has been fixed, the Contractor agrees to secure a reasonable price from the appropriate subcontractors and to provide the work for the subcontract price plus five percent (5%) for overhead and profit. Bid Bond: The bid security attached without endorsement, having a value of five percent (5%) of the total aggregate amount bid under the base bids price is to become the property of the Omaha Public Schools in the event the Contract and Bonds are not executed within the time set forth above, and liquidated damages for delay and additional work caused thereby. Number of Signed Sets of Documents: The Contract and all Bonds will be prepared in not less than five (5) counterpart (original signed) sets. The Proposal: The Drawings, Specifications, this proposal and such further terms and provisions as may be provided by the Board of Education, shall become a part of the Contract. The undersigned hereby declares that he/she has inspected the location and has carefully examined the Drawings and Specifications and Contract Documents relating to the Work covered by the bid. The undersigned further declares that he/she will provide all necessary tools and equipment, do all Work, and furnish all materials, and do everything required to carry out the above mentioned Work covered by this proposal, in strict accordance with the Contract Documents and the requirements pertaining thereto, for the sum or sums above set forth. Proposal amounts shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern. The Bidder acknowledges receipt and incorporation into this bid of the following Addenda: No.: Dated: The undersigned agrees that these submitted requirements constitute contractual obligations contingent only upon award of Contract by the Omaha Public Schools. The undersigned also understands that as a part of the bid procedures for the Project being bid, the undersigned must show a good faith effort to achieve S/DBE goals by soliciting bids and proposals from certified S/DBE subcontractors as evidenced by Forms A and B attached to this bid proposal. R BID FORM SINGLE PRIME CONTRACT

6 Naming Subcontractors: It is required that a Subcontractor be named for each of the categories of work listed below and submitted with the bid proposal. If work will be performed by your own forces, so state. Failure to name the subcontractor for each category of work listed may cause the total proposal to be rejected. After receipt of initial Subcontractor list, substitution(s) of the Subcontractor(s) listed may be made only with written approval of the Owner. MASONRY CARPENTRY ROOFING GLAZING PAINTING MECHANICAL PLUMBING R BID FORM SINGLE PRIME CONTRACT

7 FIRE SUPPRESSION ELECTRICAL COMMUNICATIONS S/DBE Business Opportunities: The undersigned certifies by submitting this Proposal that the undersigned has afforded subcontractors participating in the City of Omaha Emerging Small Business or Small Business program the opportunity to submit bids for finishing labor and/or materials for the project. The undersigned shall attach to this Proposal the completed S/DBE Contact/Solicitation List (Form A) and the Evidence of Good Faith Effort Form (Form B). Failure of Contractor to comply with the requirements of this paragraph, including failure to complete and submit to Omaha Public Schools completed Forms A and B, may result in the rejection of the Proposal. The undersigned agrees that these submitted requirements constitute contractual obligations contingent only upon award of Contract by the Omaha Public Schools. Bidder: By: Title: Address: (Legal Firm Name) (Signature) (Typed Name) Telephone No.: Fax No.: ATTACHMENTS: 1. Bid Bond 2. Form A S/DBE Contact/Solicitation List 3. Form B -- Evidence of Good Faith Effort Form END OF PROPOSAL R BID FORM SINGLE PRIME CONTRACT

8 FORM A General Contractor s S/DBE Contact/Solicitation List General Contractor: Project: Please list all S/DBE contractors participating in the City of Omaha Emerging Small Business or Small Business program that were contacted by the General Contractor about bidding opportunities for the project or that submitted bids to furnish labor and/or materials. Name and Address of S/DBE Contractor Person Contacted Type of Work Bid Submitted (Y/N) Bid Accepted (Y/N) Indicate Tier 1 or Tier 2 Certification Dollars of Subcontract Amount Percentage of Total Contract R BID FORM SINGLE PRIME CONTRACT

9 FORM B Evidence of Good Faith Effort Form Bidder s Firm Name: Street Address: City: State: Zip Code: Telephone: Address: Name, phone number, and of person appointed to coordinate and administer the S/DBE Good Faith Efforts of your company for this bid submission. Name and Title: Telephone: Address: The below form and documentation will be used as evidence of the bidder completing a good faith effort to maximize solicitation and bidding opportunities to S/DBEs. Yes (X) No (X) EVIDENCE OF GOOD FAITH EFFORTS S/DBE LIST: The bidder utilized the City of Omaha Tier 1 and Tier 2 certification directory ("Directory") for soliciting bids from subcontractors and suppliers listed in the Directory. WORK PACKAGES: The bidder analyzed the scope of work and selected specific portions of the work to be performed by S/DBEs in order to increase the likelihood of meeting the S/DBE goals (including breaking down work scopes into smaller units to facilitate S/DBE participation). SOLICIT & FOLLOW-UP: The bidder solicited bid proposals from qualified subcontractors listed in the Directory for subcontracting opportunities via available means, including mailing, ing, web posting and community based advertisement. Bidder followed up with all S/DBEs that express an interest. Including any known S/DBE firms with pending City of Omaha certification. ADVERTISEMENT: The bidder has contacted S/DBE Community Organizations, trade association and publications, i.e. the North Omaha Contractors Association, The Nebraska Latino Contractor s Association, LLC, the United Minority Contractors Association, Contractor Development Services (CDS) and other organizations that outreach and support S/DBEs in the metropolitan area regarding subcontracting opportunities. GOOD FAITH NEGOTIATIONS: The bidder negotiated with or solicited bids in good faith from interested S/DBEs and did not reject any S/DBEs as unqualified without sound business reasons based on a thorough investigation of their capabilities. INFORMATION: The bidder provided interested S/DBEs with adequate information about the plans, specifications and requirements of the subcontract to enable the S/DBE firms to be able to submit bids and proposals to perform work. WRITTEN NOTICE(S): The bidder took the necessary steps to provide written notice in a manner reasonably calculated to inform S/DBEs of subcontracting opportunities and allowed sufficient time for them to participate effectively. COMMUNITY RESOURCES: The bidder used the services of available community organizations, small and/or disadvantaged business assistance offices and other organizations that provided assistance in the recruitment and placement of S/DBE firms. R BID FORM SINGLE PRIME CONTRACT

10 Yes (X) No (X) EVIDENCE OF GOOD FAITH EFFORTS CONTRACT RECORDS: The bidder has maintained the following records for each S/DBE that has bid on the subcontracting opportunity: 1. Name, address, and telephone number; 2. A description of information provided by the bidder or subcontractor; and 3. A statement of whether an agreement was reached, and if not, why not, including any reasons for concluding that the S/DBE was unqualified to perform the job. Provide all below requested additional information in each section. List all S/DBE distribution sources or organizations utilized to solicit S/BDE subcontractors/suppliers. Discuss all opportunities attended or arranged for attendance of contractor personnel S/DBE opportunity workshops, seminars, trade fairs, procurement conferences, etc. Document solicitations completed and indicate what advertisement mediums used for soliciting S/DBEs. Attach all applicable solicitations. R BID FORM SINGLE PRIME CONTRACT

11 Provide the process used by the contractor to analyses the packaging of work to promote as many S/DBE bidding opportunities as possible. Attach bid packages listing. Discuss efforts made to assist interested S/DBEs in obtaining a line of credit, bonding, insurance, necessary equipment or materials needed for S/DBE to submit competitive bids. If S/DBEs bids were submitted and not accepted, please identify why. I hereby affirm that the above information is true and complete to the best of my knowledge. I further understand and agree that if awarded the bid for this Project, this document must be attached thereto and become a binding part of the Contract Documents for the Project being bid. Name and Title of Authorized Official: Name & Title: Date: DOCS/ R BID FORM SINGLE PRIME CONTRACT

12 SECTION HVAC EQUIPMENT PART 1 - GENERAL 1.1 WORK INCLUDED A. Extent of HVAC equipment work required by this section is indicated on drawings and schedules, and/or specified in other specifications. B. Types of HVAC equipment materials and methods specified in this section include the following: 1. Heat Exchangers C. Provide the following electrical work as work of this section, in compliance with electrical specifications. 1.2 QUALITY ASSURANCE 1. All HVAC Equipment: Control and interlock wiring between operating controls, indicating devices and control panels. 2. Unit and Cabinet Heaters, and Fan Coils: Provide motor starting device and electrical disconnect means at each unit. A. Manufacturer's Qualifications: Firms who regularly engaged in manufacture of HVAC equipment, of types, materials and sizes required, whose products have been in satisfactory use in similar service for not less than five (5) years. B. Installer's Qualifications: Firm with at least three (3) years of successful installation experience on projects with HVAC equipment similar to that required for Project. C. Codes and Standards: 1.3 SUBMITTALS 1. ASME Compliance: Construct heat exchangers in accordance with ASME Boiler and Pressure Vessel Code, Section VIII "Pressure Vessels", Division 1. A. Product Data: Submit manufacturer's specifications for HVAC equipment showing dimensions, weights, capacities, ratings, performance characteristics, gages and finishes of materials and installation instructions. B. Shop Drawings: Submit assembly-type shop drawings showing unit dimensions, weight loadings, construction details, required clearances and field connection details. 1. Plate and Frame Heat Exchanger Additional Submittal Requirements: Provide factory specification sheet which is computer-generated to indicate the following for both hot and cold side of heat exchanger. a. Fluid Circulated. b. Total Flow Rate. c. Unit Flow Rate. d. Specific Heat. e. Specific Gravity. f. Thermal Conductivity. g. Viscosity. h. Inlet Temperature. R HVAC EQUIPMENT (172038) 2018 by FEI Issued: Addendum C

13 i. Outlet Temperature. j. Pressure Drop. k. Operating Pressure. C. Wiring Diagrams: Submit manufacturer's electrical requirements for power supply wiring to terminal units. Submit manufacturer's ladder-type wiring diagrams for interlock and control wiring. Clearly differentiate between portions of wiring that are factory-installed and portions to be field-installed. D. Samples: Submit three (3) samples of each type of cabinet finish furnished. E. Maintenance Data: Submit maintenance instructions, including lubrication instructions, "trouble-shooting" maintenance guide filter replacement, motor and drive replacement, and spare parts lists. Include this data, product data, and shop drawings in Maintenance Manuals. 1.4 DELIVERY, STORAGE, AND HANDLING A. Handle HVAC equipment and components carefully to prevent damage, breaking, denting and scoring. Do not install damaged HVAC equipment or components; replace with new. B. Store HVAC equipment and components in clean, dry place. Protect from weather, dirt, fumes, water, construction debris and physical damage. C. Comply with manufacturer's rigging and installation instructions for unloading HVAC equipment and moving them to final location. PART 2 - PRODUCTS 2.1 WATER-TO-WATER-PLATE & FRAME HEAT EXCHANGERS A. General: Provide water-to-water plate and frame type heat exchanger of capacity scheduled and of the construction specified herein. Heat exchangers shall be constructed for 100 PSIG design pressure. B. Materials: 1. Plates: Type 304 or 316 Stainless Steel 2. Frame: Carbon Steel - Epoxy Painted 3. Gaskets: Nitrile rubber, EPDM, Butyl or Viton 4. Piping Connections: Flanged or screwed C. Manufacturers: Subject to compliance with requirements, provide water-to-water plate & frame heat exchangers of one (1) of the following: PART 3 - EXECUTION 3.1 EXAMINATION 1. Bell & Gossett 2. Howe 3. TACO 4. Graham A. Examine areas and conditions under which HVAC equipment is to be installed. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to Installer. R HVAC EQUIPMENT (172038) 2018 by FEI Issued: Addendum C

14 3.2 INSTALLATION OF HEAT EXCHANGERS A. Water-to-Water Heat Exchangers: 1. Water Piping: Provide piping as indicated, including union, shutoff valve, and thermometer on each inlet and outlet connection; relief valve on tube bundle outlet, with outlet piped to floor drain; and 1/2- inch drain valve on shell drain connection. Provide pressure gage across both high and low side of heat exchangers with 1/2-inch interconnecting piping and valves. 3.3 ADJUSTMENT AND CLEANING A. General: After construction is completed, including painting, clean unit exposed surfaces, vacuum clean terminal coils and inside of cabinets. B. Retouch any marred or scratched surfaces of factory-finished cabinets, using finish materials furnished by manufacturer. C. Install new filter units for fan coils requiring same. 3.4 SPARE PARTS A. General: Furnish to Owner, with receipt, five (5) spare gaskets for each plate and frame heat exchanger. END OF SECTION R HVAC EQUIPMENT (172038) 2018 by FEI Issued: Addendum C

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4 RE: ITB: PORTLAND COMMUNITY COLLEGE 12000 SW 49 th Avenue Portland, Oregon 97219 Sylvania Campus Bookstore Remodel Dated: February 22, 2017 April 11, 2017 ADDENDUM NO. 4 This addendum, together with the

More information

THE CITY OF MT. PLEASANT, MICHIGAN

THE CITY OF MT. PLEASANT, MICHIGAN THE CITY OF MT. PLEASANT, MICHIGAN CITY HALL 320 W. Broadway 48858-2312 (989) 779-5300 (989) 773-4691 fax PUBLIC SAFETY 804 E. High 48858-3595 (989) 779-5100 (989) 773-4020 fax PUBLIC WORKS 1303 N. Franklin

More information

DEAN + TYLER + BURNS ARCHITECTURE

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

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO Bid Proposal Form C.I.P. NO. 2016-012 PROJECT: BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND ATTACHMENTS AS REQUIRED SUBMITTED BY: (Bidder s Name) In accordance with the City of Commerce s Notice

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

More information

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax ADDENDUM 707 Minnesota Ave., Suite 506 Kansas City, Kansas 66101 Tel. 913.287.1900 Fax. 816.300.4102 www.wskfarch.com A r c h i t e c t u r e I n t e r i o r D e s i g n I l l u s t r a t I o n P l a n

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings Spring Lake Public Schools Spring Lake, MI March 2018 RE: High School Storage Buildings Advertisement for bids Bid Proposal Sealed bids for Spring Lake Public Schools-High School Storage Buildings will

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

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

ALL PROSPECTIVE CONTRACTORS, PLAN ROOMS AND SUPPLIERS

ALL PROSPECTIVE CONTRACTORS, PLAN ROOMS AND SUPPLIERS Architect: Studio 2H Design, LLC 1721 4 th Avenue North, Suite 101 Birmingham, Alabama 35203 (205) 264-9988 July 26, 2018 ADDENDUM NO. 5 UA Project No.: 712-17-1081 EDA Investment No.: 04-79-07154 B.C.

More information

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

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

More information

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

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

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464

More information

TARRANT COUNTY PURCHASING DEPARTMENT

TARRANT COUNTY PURCHASING DEPARTMENT JACK BEACHAM, C.P.M., A.P.P. PURCHASING AGENT TARRANT COUNTY PURCHASING DEPARTMENT JANUARY 24, 2017 BID NO. 2017-064 ADDENDUM #1 ROB COX, C.P.M., A.P.P. ASSISTANT PURCHASING AGENT TARRANT COUNTY DICK ANDERSEN

More information

ADDENDUM #001 Date: March 21, 2019

ADDENDUM #001 Date: March 21, 2019 ADDENDUM #001 Date: March 21, 2019 Wayne State College Bowen Hall JJA Project: 3529 Sealant Replacement and Exterior Renovations Drawings & Specifications 1111 Main Street; Wayne, Nebraska 68787 Dated:

More information

ADVERTISEMENT FOR BIDS

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

More information

DOCUMENT ADDENDUM

DOCUMENT ADDENDUM ADDENDUM NO. [6] Date: May 22, 2018 DOCUMENT 00 90 00 ADDENDUM RE: FROM: WESTERN TECHNICAL COLLEGE INDOOR SHOOTING RANGE 11177 COUNTY RD A SPARTA, WI 54656 HSR Associates, Inc 100 Milwaukee Street La Crosse,

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017 Addendum No. 1 DATE: October 16, 2017 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Respondents SUBJECT: Addendum No. 1 PROJECT NAME: IT Office Remodel JJC PROJECT NO.: B17027

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. FOUR Date: 07.17.17 Project: REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA A4.1 GENERAL

More information

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4. OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, RFP NO.: 618-009 RFP OPENING DATE: APRIL 16, 2018 @ 3:00 PM ADDENDUM #4 April 9, 2018 THIS ADDENDUM IS TO PROVIDE ANSWERS TO THE FOLLOWING QUESTIONS: NOTE:

More information

ADDENDUM NO. 3 February 28, 2017

ADDENDUM NO. 3 February 28, 2017 ADDENDUM NO. 3 February 28, 2017 Project: From: To: Grimsley High School Auditorium Roof Replacement 801 Westover Terrace Greensboro, North Carolina 27408 Terracon Consultants, Inc. 7327-G West Friendly

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

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

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

More information

DOCUMENT POST BID INTERVIEW

DOCUMENT POST BID INTERVIEW DOCUMENT 00 45 90 POST BID INTERVIEW PART 1 GENERAL 1.01 SUMMARY By request of the District, this Section requires the apparent low bidder to attend and participate in a Post Bid Interview with the Construction

More information

Addendum No. 1 Page 1 of 1

Addendum No. 1 Page 1 of 1 Addendum No. 1 Page 1 of 1 DATE: February 26, 2018 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Steam Pipe System Replacement w/

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF

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

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

BID Addenda No. Date Issued Addenda No. Date Issued

BID Addenda No. Date Issued Addenda No. Date Issued BID - 004113 BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract

More information

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

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

More information

MBE ATTACHMENT -1B WAIVER GUIDANCE

MBE ATTACHMENT -1B WAIVER GUIDANCE MBE ATTACHMENT -1B WAIVER GUIDANCE GUIDANCE FOR DOCUMENTING GOOD FAITH EFFORTS TO MEET MBE PARTICIPATION GOALS In order to show that it has made good faith efforts to meet the Minority Business Enterprise

More information

WINDOW REPLACEMENT FOR ARCHITECT'S NO NORWOOD ELEMENTARY SCHOOL. A. Project Name: Window Replacement for Norwood Elementary School.

WINDOW REPLACEMENT FOR ARCHITECT'S NO NORWOOD ELEMENTARY SCHOOL. A. Project Name: Window Replacement for Norwood Elementary School. WINDOW REPLACEMENT FOR ARCHITECT'S NO. 2638 NORWOOD ELEMENTARY SCHOOL DOCUMENT 00 9113A - ADDENDUM NO. 1 1.1 PROJECT INFORMATION A. Project Name: Window Replacement for Norwood Elementary School. B. Owner:

More information

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

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

More information

INVITATION FOR BIDS CCK ADDENDUM # 2 10/12/2018

INVITATION FOR BIDS CCK ADDENDUM # 2 10/12/2018 INVITATION FOR BIDS CCK-2365-19 ADDENDUM # 2 10/12/2018 ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. IMPORTANT: BID AND ADDENDUM MUST BE RECEIVED BY 10-18-2018

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

PAWLEYS ISLAND TOWN HALL

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

More information

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

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

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

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

More information

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015

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

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

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 138 MCKEE STREET MANCHESTER, CT BID NO. 16/17-5 ADDENDUM NO. 1 1. The bid opening has been

More information

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY 140 John James Audubon Parkway, Suite 201, Amherst, New York 14228 P 716.688.0766 F 716.625.6825 ADDENDUM NO. 1 Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley,

More information

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018 Sud Associates, P.A. Consulting Engineers Flat Iron Building, Suite 706, 20 Battery Park Avenue, Asheville, NC 28801 (828) 255-4691 Fax: (828) 255-4949 Ish Sud, Ph.D., P.E., President Fellow ASHRAE, LEED

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

TRIAD ENGINEERING CONSULTANTS, INC.

TRIAD ENGINEERING CONSULTANTS, INC. TRIAD ENGINEERING CONSULTANTS, INC. 2638 Willard Dairy Rd Providing High Point, NC Suite 100 Plumbing, Mechanical and 27265 (336) 454-0225 Electrical Engineering Services Since 1984 admin@triadengmep.com

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 11, 2017

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 11, 2017 Addendum No. 1 DATE: October 11, 2017 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Respondents SUBJECT: Addendum No. 1 PROJECT NAME: Remodel C-Building Restroom JJC PROJECT

More information

John Barton Architect, LLC

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

More information

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form. 1330 Lady St., Suite 500 (29201) P.O. Box 5695 Columbia, SC 29250 803 799 0247 p 803 771-6844 f Addendum No. 1 Project: Coastal Carolina University - University Place Dining Hall Project No.: C-805-15

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

DOCUMENT BID PROPOSAL

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

More information

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

April 4, ADDENDUM NO. 1 This Addendum and attachments consists of: 47-Pages. ITB Northwood ABC Elementary School Roof Replacement

April 4, ADDENDUM NO. 1 This Addendum and attachments consists of: 47-Pages. ITB Northwood ABC Elementary School Roof Replacement Anchorage School District Purchasing Warehouse 4919 Van Buren Street Anchorage, Alaska 99517 Phone (907) 742-8621 April 4, 2018 ADDENDUM NO. 1 This Addendum and attachments consists of: 47-Pages TO: SUBJECT:

More information

DIVISION 0 - CONDITIONS OF THE CONTRACT

DIVISION 0 - CONDITIONS OF THE CONTRACT SECTION 00200 - INSTRUCTIONS TO BIDDERS Montgomery County Public Schools Facilities Guide DIVISION 0 - CONDITIONS OF THE CONTRACT Described below are general and specific instructions provided to assist

More information

Project Location: 2220 E. League City Parkway, League City, Texas 77573

Project Location: 2220 E. League City Parkway, League City, Texas 77573 DOCUMENT 00020 - INVITATION TO BIDDERS TO FROM ALL INVITED BIDDERS Houston Methodist Medical Office Buildings 6550 Fannin Street, Suite SM201 Houston, Texas 77030 The bidders list for this Project has

More information

PROPOSAL AND BID FORM (Submit in triplicate)

PROPOSAL AND BID FORM (Submit in triplicate) Bidder SECTION 00300 PROPOSAL AND BID FORM (Submit in triplicate) Proposal of: (hereinafter called "Bidder" or "Contractor"), organized and existing under the laws of the State of doing business as a partnership

More information

Newport News Public Schools

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

More information

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

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 ADDENDUM #4 CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 CLASSROOM NOTIFICATION DEVICE INSTALLATION - DISTRICTWIDE Contra Costa College / Diablo College / Los Medanos College Date: May

More information

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

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

More information

The following shall be incorporated into the Contract Documents dated 12 MARCH 2018.

The following shall be incorporated into the Contract Documents dated 12 MARCH 2018. ADDENDUM NO. 1 DATE: March 28, 2018 PROJECT: OWNER: BID DATE: L Anse Area Schools Concession Building L Anse Area Schools Monday, April 9, 2018 at 2:00 PM The following shall be incorporated into the Contract

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

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

Architectural Services

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

More information

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016. ADDENDUM NUMBER ONE - June 15, 2016 CITY OF CLARKSVILLE TO: All Bidders of Record This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8,

More information

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019 DENNIS M. LARIOS, P.E. CHRISTOPHER J. ZELL, L.L.S. Lic. No. 58747 Lic. No. 49629 BRINNIER and LARIOS, P.C. PROFESSIONAL ENGINEERS & LAND SURVEYORS 67 MAIDEN LANE DESIGN KINGSTON, NEW YORK 12401 SUBDIVISIONS

More information

The Housing Authority of the County of Marin ( MHA ) 4020 Civic Center Drive. San Rafael, CA Addendum #1. Released October 3, 2016

The Housing Authority of the County of Marin ( MHA ) 4020 Civic Center Drive. San Rafael, CA Addendum #1. Released October 3, 2016 The Housing Authority of the County of Marin ( MHA ) 4020 Civic Center Drive San Rafael, CA 94903 Addendum #1 Released October 3, 2016 Addendum #1 to IFB MHA-010-2016 Re-Roofing, HVAC Unit Replacements

More information

PIKES PEAK PARKING RESTORATION TABLE OF CONTENTS

PIKES PEAK PARKING RESTORATION TABLE OF CONTENTS 23 HEATING, VENTILATING AND AIR CONDITIONING TABLE OF CONTENTS TABLE OF CONTENTS DIVISION 23 HEATING, VENTILATING AND AIR CONDITIONING - Basic HVAC Requirements 238239.19 - Wall and Ceiling Unit Heaters

More information

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School.

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School. ADDENDUM #1 Date: 7/24/2013 Project: Window-Door Replacement/Repair Kiser Middle School 716 Benjamin Parkway, Greensboro, NC Number of Pages: The following corrections, changes, additions, deletions, revisions,

More information

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

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

More information

JEFCO GYM HVAC ADDITIONS TO ARCHITECT'S NO AES, BES, CES, PGES, SRES B.C. NO

JEFCO GYM HVAC ADDITIONS TO ARCHITECT'S NO AES, BES, CES, PGES, SRES B.C. NO JEFCO GYM HVAC ADDITIONS TO ARCHITECT'S NO. 2825 AES, BES, CES, PGES, SRES B.C. NO. 2018554 DOCUMENT 00 9113A - ADDENDUM NO. A 1.1 PROJECT INFORMATION A. Project Name: JEFCO Gym HVAC Additions to AES,

More information

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS March 6, 2006 ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS The attention of all Bidders submitting Proposals for the

More information

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT Effective September 6, 2018, Addendum No. 3 (THREE), {Pages 1-7 and the applicable attachment(s)}, is associated

More information

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement. MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Delivery Method: Prequalification for Design-Bid-Build Contracts Issue Date: November 17, 2017 Project Name: SWaM 18-20 Pre-qualified Contractors Term Project Code: SWaM-18-20 Commodity/Service: Construction

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS 1. INVITATION ADVERTISEMENT FOR BIDS Sealed proposals for the following work will be received by the University of Kentucky, Capital Construction Procurement Section, Room #322 Peterson Service Building,

More information

Chapter 4 State Requirements for Educational Facilities Section 4.1

Chapter 4 State Requirements for Educational Facilities Section 4.1 providential cause, other impending danger to life safety, or pursuant to Section 1013.46(1)(b), F.S., the board can declare an emergency, can negotiate a contract with a design-build firm, design professional,

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

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

More information

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

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

More information

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

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

More information

SECTION AIR TERMINAL UNITS

SECTION AIR TERMINAL UNITS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. B. Related Sections:

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

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

More information

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

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

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