Addendum #1: BID #17B-028 VCSA, LSSA & NSU WWTP Tank Grit Removal & Painting
|
|
- Rodger Fisher
- 5 years ago
- Views:
Transcription
1 VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 940 LAKESHORE DRIVE, SUITE 200 THE VILLAGES, FLORIDA PHONE: (352) * FAX: (352) melissa.schaar@districtgov.org Addendum #1: BID #17B-028 VCSA, LSSA & NSU WWTP Tank Grit Removal & Painting June 5, 2017 A. Notice to Contractors: Whenever a conflict appears between this addendum and the initial solicitation, or plans, this addendum shall prevail, and as such shall constitute a binding portion of the contract documents. All provisions of the original specifications shall remain in force, except as specifically modified or changed herein. B. Additions, Deletions, Revisions and/or Clarifications: This addendum forms a part of the Contract Documents and modified the original Quote Documents as noted below and supersedes all contrary information and requirements. Contractors shall acknowledge receipt of this Addendum. VENDOR QUESTION(S) AND ANSWER(S): Q1. Can grit removal be done at the same time? A1. Yes, except the two (2) NSU tanks cannot be worked on simultaneously. The NSU tanks must also be scheduled 1-2 weeks apart. Q2. Can I have an estimate project value for the VCSA, LSSA and NSU Wastewater Treatment Plant (WWTP) Tank Grit Removal and Painting project? A2. The amounts from the capital plan are as follows: VCSA - 111,000 LSSA - 98,000 NSU - 43,500 Total = 252,500 Q3. In the LSSA tank, we observed expansion joint spalling in a few places. If this is to be repaired in conjunction with this project, can you provide the specifications required by the engineer? A3. Areas of spalling shall be repaired in accordance with the surface preparation and application requirements of the material supplier for the cementitious resurfacer system to be used. See below for Revised Bid Forms with an added Additional Services section which addresses spalling repair. The Additional Services are not included for award purposes. Page 1 of 7
2 Q4. There is a lightning arrestor system installed on the tops of the walls for the tanks. Are these going to be removed during the project to access those areas for coatings? A4. The tops of walls are not being coated. If a Contractor needs to remove a lightning arrestor system for an area that is to be coated, it will be the Contractor s responsibility to test the resistance of the system before it is removed, remove and reinstall the system, and then retest the resistance to ensure that conditions have been restored. Q5: At the LSSA site, do you want the joints painted? A5. Yes Q6: At NSU site, do you want the walls pressure washed, cleaned and minor repairs fixed? A6. The walls should be pressure washed to remove debris buildup. If areas of cracking or spalling are identified, they shall be reviewed with the owner and CH2M. If repair is warranted, they shall be repaired and billed in accordance with the Additional Services section which has been added to the Revised Bid Form (see below). Q7: Do you want all cracks found addresses as needed? A7. See response to question 6 Q8: Do you want an analysis and testing of materials? A8. The Contractor is responsible for any analysis and testing of materials that may be required by the disposal site selected by the Contractor. Q9: Is there a way to get a copy of the pre bid attendants for the oxidation ditches? A9. See below. REVISIONS: PROJECT SPECIFICATIONS PAINT MANUFACTURER (page 17 of ITB #17B-028) Delete: Coating manufacturer representative shall conduct a site visit after completion of surface preparation and prior to any coating application to ensure that surface preparation has met specifications. Delete: Coating manufacturer representative shall conduct site visits, up to five (5) per week, during the coating application process to ensure that the application meets proper quality control and specifications. Insert: Coating manufacturer representative shall conduct coating millage checks during and after application to ensure that the specifications are being met and application procedures followed. APPROVED EQUALS: Resurfacer: TNEMEC Co. (Tnemec Series 218 Mortarclad) Coating: TNEMEC Co. (Tnemec Series 47 TNEME-TAR) Tnemec Repair System Of The Concrete: Tnemec Series 217 MortarCrete Tnemec Series 215 Surfacing Epoxy Page 2 of 7
3 REVISED VCCDD BID FORM VCSA & LSSA OXIDATION DITCH GRIT REMOVAL Oxidation Ditch Cleaning (cost for labor & equipment to clean the tank) Hauling of Removed Grit & Debris (hauling cost to the disposal facility) Disposal of Removed Grit & Debris (disposal facility cost) VILLAGE CENTER SERVICE AREA WWTP 1 LS 123 Cubic Yard 150 Ton OXIDATION DITCH PAINTING 1 Surface Prep & Cleaning 1 LS 2 Painting (Primer & Final Coat) 1 LS OXIDATION DITCH NO. 2 GRIT REMOVAL Oxidation Ditch Cleaning (cost for labor & equipment to clean the tank) Hauling of Removed Grit & Debris (hauling cost to the disposal facility) Disposal of Removed Grit & Debris (disposal facility cost) LITTLE SUMTER SERVICE AREA WWTP 1 LS 18 Cubic Yard 22 Ton OXIDATION DITCH NO. 2 PAINTING 1 Surface Prep & Cleaning 1 LS 2 Painting (Primer & Final Coat) 1 LS VCSA & LSSA COMBINED BID TOTAL: Page 3 of 7
4 ADDITIONAL SERVICES VCSA & LSSA (VCCDD) OF PROJECT QTY UNIT PRICE Concrete Spalling Repair VCSA & LSSA 1 SF Concrete Crack Injection VCSA & LSSA 1 LF NOTE(S): Bid price shall include all labor, tools, equipment and materials needed to complete the project per specifications. Projects will be awarded to one Contractor based on the lowest responsible and responsive Bidder. The VCCDD & NSCUDD Combined Bid Grand Total is the only pricing that shall be utilized for bid award. When completing your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the District s bid documents. Inclusion of additional terms and conditions such as those which may be on your company s standard forms may result in your bid being declared non-responsive. All price information to be used in the Bid review must be on this Bid form. District reserves the right to adjust any quantity upward or downward as may be warranted or necessary. The District maintains the right to utilize other vendors/contractors to address any unforeseen conditions as they may arise. "The undersigned, as Bidder, hereby declares that he/she has informed himself/herself fully in regard to all conditions to the work to be done, and that he/she has examined the BID and Specifications for the work and comments hereto attached. The Bidder agrees, if this Bid is accepted, to contract with thevillage Center Community Development District in the form of an Agreement, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, labor and service necessary to complete the work covered by the Bid and Agreement Documents for this Project. The Bidder agrees to accept in full compensation for each item the prices named in the schedules incorporated herein. Bidder agrees to supply the products or services at the prices proposed above in accordance with the terms, conditions and specifications contained in this Bid. Authorized Agent Name, Title (Print) Authorized Signature Date Name of Bidder s Firm: This document must be completed and returned with your Submittal Page 4 of 7
5 REVISED NSCUDD BID FORM OXIDATION DITCH NO. 2 GRIT REMOVAL Oxidation Ditch Cleaning (cost for labor & equipment to clean the tank) Hauling of Removed Grit & Debris (hauling cost to the disposal facility) Disposal of Removed Grit & Debris (disposal facility cost) NORTH SUMTER UTILITIES WWTP 1 LS 123 Cubic Yard 150 Ton SURGE TANK GRIT REMOVAL Oxidation Ditch Cleaning (cost for labor & equipment to clean the tank) Hauling of Removed Grit & Debris (hauling cost to the disposal facility) Disposal of Removed Grit & Debris (disposal facility cost) 1 LS 30 Cubic Yard 37 Ton NSU BID TOTAL ADDITIONAL SERVICES NSU (NSCUDD) OF PROJECT QTY UNIT PRICE Concrete Spalling Repair - NSU 1 SF Concrete Crack Injection-NSU 1 LF NOTE(S): Bid price shall include all labor, tools, equipment and materials needed to complete the project per specifications. Projects will be awarded to one Contractor based on the lowest responsible and responsive Bidder. The VCCDD & NSCUDD Combined Bid Grand Total is the only pricing that shall be utilized for bid award. When completing your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the District s bid documents. Inclusion of additional terms and conditions such as those which may be on your company s standard forms may result in your bid being declared non-responsive. All price information to be used in the Bid review must be on this Bid form. District reserves the right to adjust any quantity upward or downward as may be warranted or necessary. The District maintains the right to utilize other vendors/contractors to address any unforeseen conditions as they may arise. Page 5 of 7
6 "The undersigned, as Bidder, hereby declares that he/she has informed himself/herself fully in regard to all conditions to the work to be done, and that he/she has examined the BID and Specifications for the work and comments hereto attached. The Bidder agrees, if this Bid is accepted, to contract with the North Sumter County Development District in the form of an Agreement, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, labor and service necessary to complete the work covered by the Bid and Agreement Documents for this Project. The Bidder agrees to accept in full compensation for each item the prices named in the schedules incorporated herein. Bidder agrees to supply the products or services at the prices proposed above in accordance with the terms, conditions and specifications contained in this Bid. Authorized Agent Name, Title (Print) Authorized Signature Date Name of Bidder s Firm: This document must be completed and returned with your Submittal Page 6 of 7
7 REVISED VCCDD & NSCUDD COMBINED BID FORM PROJECT AREAS VCSA, LSSA & NSU QTY UNIT AMOUNT 1 VCSA & LSSA BID TOTAL 1 LS 2 NSU BID TOTAL 1 LS VCCDD & NSCUDD COMBINED BID GRAND TOTAL COMBINED BID ADDITIONAL SERVICES VCSA, LSSA & NSU (VCCDD & NSCUDD) OF PROJECT QTY UNIT PRICE Concrete Spalling Repair - VCSA, LSSA & NSU Concrete Crack Injection - VCSA, LSSA & NSU 1 SF 1 LF NOTE(S): Bid price shall include all labor, tools, equipment and materials needed to complete the project per specifications. Projects will be awarded to one Contractor based on the lowest responsible and responsive Bidder. The VCCDD & NSCUDD Combined Bid Grand Total is the only pricing that shall be utilized for bid award. When completing your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the District s bid documents. Inclusion of additional terms and conditions such as those which may be on your company s standard forms may result in your bid being declared non-responsive. All price information to be used in the Bid review must be on this Bid form. District reserves the right to adjust any quantity upward or downward as may be warranted or necessary. The District maintains the right to utilize other vendors/contractors to address any unforeseen conditions as they may arise. It shall be the responsibility of the BIDDER to perform whatever test and/or calculations as are necessary to determine quantities required for the performance of the work described herein. The undersigned, as Bidder, hereby declares that he/she has informed himself/herself fully in regard to all conditions to the work to be done, and that he/she has examined the BID and Specifications for the work and comments hereto attached. The Bidder agrees, if this Bid is accepted, to contract with the Village Center Community Development District and North Sumter Count Utility Dependent District in the form of an Agreement, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, labor and service necessary to complete the work covered by the Bid and Agreement Documents for this Project. The Bidder agrees to accept in full compensation for each item the prices named in the schedules incorporated herein. Bidder agrees to supply the products or services at the prices proposed above in accordance with the terms, conditions and specifications contained in this Bid. Authorized Agent Name, Title (Print) Authorized Signature Date Name of Bidder s Firm: This document must be completed and returned with your Submittal Page 7 of 7
8
VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 1071 CANAL STREET THE VILLAGES, FLORIDA PHONE: (352) * FAX:
VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 1071 CANAL STREET THE VILLAGES, FLORIDA 32162 PHONE: (352) 751-6700 * FAX: (352) 751-6715 E-mail: melissa.schaar@districtgov.org Addendum #1:
More informationAddendum #1: RFP #15P-003 Landscape and Irrigation Maintenance for District 3 and Village Center Areas of District 3 July 3, :00 pm
VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 1071 CANAL STREET THE VILLAGES, FLORIDA 32162 PHONE: (352) 751-6700 * FAX: (352) 751-6715 E-mail: angel.dixon@districtgov.org Addendum #1:
More informationCHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS
CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 July 18, 2017 ITB NO. 18-02 WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS ADDENDUM
More informationADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA
ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in
More informationBolton & Menk, Inc Premier Drive Mankato, MN June 2, 2015
ADDENDUM NO. 1 City of Saint James, MN Tower Coating Improvements Bid Date: June 5, 2015 Bid Time: 2:00 p.m. BMI Project No. M17.110096 Bolton & Menk, Inc. 1960 Premier Drive Mankato, MN 56001 June 2,
More informationADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1
ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1 Plan holders of the F. HOEFLICH DITCH PETITION PROJECT NO. 142 are hereby notified
More informationCHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) TEMI DRIVE CONSTRUCTION
CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 October 7, 2014 ITB NO. 15-10 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES)
More informationADDENDUM # 1 TO INVITATION FOR BID
2/22/2018 ADDENDUM # 1 TO INVITATION FOR BID : IFB #18-09 The above numbered solicitation is amended as set forth below. The hour and date specified for receipt of offers: is not extended; X is extended
More informationFLORIDA DEPARTMENT OF TRANSPORTATION
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 4/16/2015 RE: BID #: ITB-DOT-14/15-7013LV BID/RFP TITLE: District Seven Storm Drain Video Inspection Services OPENING DATE: April 27, 2015 @ 12:00
More informationFor Addendum No. 6 Revised Bid Form Page 1 of 7. Revised Bid Form
For Addendum No. 6 Revised Bid Form Page 1 of 7 Revised Bid Form Deliver bid to: CITY OF FREDERICK PURCHASING DEPARTMENT 111 AIRPORT DRIVE EAST FREDERICK MARYLAND 21701 CITY OF FREDERICK WWTP ENR UPGRADE
More informationPURCHASING DEPARTMENT
PURCHASING DEPARTMENT The bid listed below has had addenda issued. Documents are available over the Internet at http://www.norwalkct.org Adobe Acrobat reader is required to view this document. If you do
More informationA D D E N D U M N O. 4
A D D E N D U M N O. 4 TO: PROJECT: All Prospective Bidders (T78) Drainage Improvements TxDOT CSJ No. Klotz Project No. 0500.041.002 ISSUE DATE: January 30, 2017 The following information is provided to
More informationADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF
ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds
More informationMEMORANDUM. 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 informationPURCHASING DEPARTMENT. Project # Addendum # # of pages Original Issue Date April 24, 2015
PURCHASING DEPARTMENT The bid listed below has had addenda issued. Documents are available over the Internet at http://www.norwalkct.org Adobe Acrobat reader is required to view this document. If you do
More informationADDENDUM NO. 1 - OUTLINE AND SUMMARY INFORMATION
CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street P.O. Box 172760 Bozeman, Montana 59717-2760 Phone: (406) 994-5413 Fax: (406) 994-5665 ADDENDUM NO. 1 - OUTLINE AND SUMMARY INFORMATION
More informationCHARLES 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 informationInvitation for Bid - Standard Office Furniture / Task Chair
Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described
More informationBASE BID Description Written & Numeric Price
PROPOSAL Proposal TxDOT CSJ No. Project : Airfield drainage improvements to alleviate storm water conveyance issues at in Liberty, TX. The improvements include: re-grading of existing concrete lined infields,
More information2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02
2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: March 3, 2015 To: Prospective Contractors From: Jack Fleming, PE City of El Centro 1275 W. Main St. El Centro, CA 92243 Telephone:
More informationBID 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 informationADDENDUM #1 BL Construction of Club Drive Park: Phase II
October 25, 2017 ADDENDUM #1 BL094-17 Construction of Club Drive Park: Phase II 1389 Peachtree Street, NE Suite 200 Atlanta, GA 30309 Phone: 404.873.6730 www.tsw-design.com Principals: William Tunnell
More informationPeralta 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 informationAddendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements,
ITB 2018-02 ADDENDUM NO. 2 Addendum No. 2 to ITB 2018-02 MEDART LIFT STATION BYPASS Issued February 15, 2018 SECTION 2.0 SCHEDULE OF EVENTS See dates added in RED below Failure to comply with this or any
More informationADDENDUM # 1 To: File IFB for: Automated/Automatic Gate Maintenance, Repair, and Replacement
818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org Procurement Department ADDENDUM # 1 To: File 1811-936-37-4857 IFB for: Automated/Automatic Gate Maintenance, Repair, and Replacement Scope of Work
More informationSAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1
SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SOLICITATION NO.: B-10-031-MF SAWS JOB NO. 07-6500 DESCRIPTION: DOS RIOS WATER RECYCLING
More informationPROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co
PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 3690 NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Commissioners Kitsap County 614 Division Street Port
More informationMasterson 24-Inch Water Main Extension Solicitation Number: CO Job No.: ADDENDUM 2 July 3, 2018
Masterson 24-Inch Water Main Extension Solicitation Number: CO-00177 Job No.: 18-1018 ADDENDUM 2 July 3, 2018 To Bidder of Record: This addendum, applicable to work referenced above, is an amendment to
More informationBID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION
BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION The work to be performed under this Contract shall consist of furnishing all equipment, materials, supplies, and manufactured articles
More informationPeralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department
Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department ADDENDUM No. 2 DATED JULY 2, 2013 TO THE PROJECT MANUAL and PLANS
More informationFLORIDA DEPARTMENT OF TRANSPORTATION
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 4 DATE: March 30, 2016 RE: BID/RFP #: BID/RFP TITLE: ITB-DOT-15/16-4013JR Districtwide Right of Way Asbestos Abatement Services for the Florida Department
More informationINFORMAL 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 NJDOT buyer via the e-mail noted in the solicitation. Proposals sent to any other e-mail
More informationCITY OF TACOMA Department of Neighborhood and Community Services
CITY OF TACOMA Department of Neighborhood and Community Services ADDENDUM NO. 3 DATE: January 31, 2017 REVISIONS TO: Request for Bids Specification No. NC16-0353F On-Call Building Demolition NOTICE TO
More informationCONTRACT DRAWINGS AND SPECIFICATIONS FOR EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE PWD CIP NO
June 8, 2015 TO CONTRACT DRAWINGS AND SPECIFICATIONS FOR EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE PORTLAND WATER DISTRICT, PORTLAND, ME A. GENERAL 1. The attention of all prospective Bidders
More informationSunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract Rebid: Region 002A
Contract 10-001 Rebid: Region 002A Page 1 of 6 Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects 2010-2011 Contract 10-001 Rebid: Region 002A ADDENDUM NO. 2 Issued: September
More informationADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF
ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HIGH SERVICE PUMP REPAIR ADDENDUM 3
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: D. Anthony Rubin Date Issued: April 15, 2014 BID NO.: 14-7033 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HIGH SERVICE PUMP REPAIR ADDENDUM
More informationAUTHORIZATION CALL FOR BIDS
AUTHORIZATION TO CALL FOR BIDS Authorization given: April 2, 2013 to CALL FOR BIDS by the Department of Public Works for: 2013 Trucking Asphalt Bid opening date to be April 16, 2013 at 1:30 P.M. in the
More informationThe following changes have been made to the solicitation package:
Port Manatee Warehouse 10 Roof Sealing (Initial Solicitation July 11, 2018, Revised by Addendum 1, July 30, 2018 Revised by Addendum 2, July 31, 2018 Revised by Addendum 3, July 31, 2018) Addendum 4 July
More informationSECTION 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 informationTitle and Summary. Title and Summary Page 1 Invitation to Bid FY
Title and Summary Invitation to Bid: Invitation to Bid Title: Invitation to Bid Publication: Invitation Composition: Invitation Amendments: Contracting Entity: Procurement Coordinator: No. FY10-0601 Playground
More informationBID 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 informationCHARLES COUNTY GOVERNMENT ITB NO WATER & SEWER LINE REPAIR, REPLACEMENT, AND CONSTRUCTION SERVICES
CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 September 22, 2016 ITB NO. 17-09 WATER & SEWER LINE REPAIR, REPLACEMENT, AND CONSTRUCTION
More informationGadsden City Schools
Bid # 2017-08 Specifications and Proposal For Athletic Uniform Contract Bid Opening: May 31, 2017 10:00 a.m. Note: All questions concerning these specifications and proposal should be directed in writing
More information707 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 informationThe 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 informationChilled Water Plant Improvements Project Solicitation Number: CO Job No.: ADDENDUM 2 February 9, 2016
Chilled Water Plant Improvements Project Solicitation Number: CO-00051 Job No.: 15-7502 To Respondent of Record: ADDENDUM 2 February 9, 2016 This addendum, applicable to work referenced above, is an amendment
More informationAddendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications
Addendum No. 2 Project No. 2016-01EL West Barbour Street 12kV Underground Reconductoring Revisions to Drawings and Specifications Pre-Bid Meeting Notes and Scope of Work Clarifications Replace Section
More informationAddendum # 1 Perdue Stadium Seating Bowl Improvements Date of Addendum: 09/07/16
Wicomico County Purchasing 125 N. Division St. Room B-3 Salisbury, MD 21801 Ph. 410-548-4805 Fax 410-334-3130 Email: purchasing@wicomicocounty.org Addendum # 1 Perdue Stadium Seating Bowl Improvements
More informationMarch 28, Addendum #4 IFB SA 1713 POTOMAC MILLS T23 WATER TANK REHABILITATION
Procurement Department P.O. Box 2266 Woodbridge, Virginia 22195-2266 Fax (703) 335-7954 March 28, 2017 Addendum #4 IFB SA 1713 POTOMAC MILLS T23 WATER TANK REHABILITATION THIS SOLICITATION IS HEREBY AMENDED
More informationJob Order Sewer Repair Services
Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified
More informationADDENDUM No. 2. ITB No GEDDES DAM GATE RECOATING AND REPAIRS. Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time)
ADDENDUM No. 2 ITB No. 4564 GEDDES DAM GATE RECOATING AND REPAIRS Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be made to the
More informationFLORIDA DEPARTMENT OF TRANSPORTATION
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: February 18, 2013 RE: Description: CHANGE: RFP Number: ITB-DOT-12/13-4014TB Districtwide Mowing, Debris Removal and Tree Services. 1. Revised Exhibit
More informationPLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM 1 AND RETURN WITH YOUR BID. FAILURE TO ACKNOWLEDGE THIS ADDENDUM COULD CONSTITUTE REJECTION OF YOUR BID.
Office of the Vice President 971 Elmore Drive and Chief Financial Officer PO Box 115250 Procurement Services Gainesville, FL 32611-5250 http://purchasing.ufl.edu/ (352) 392-1331 Fax 352-392-8837 April
More information1. Revision to page 170
ADDENDUM No. 2 IFB No.V-1208A Design, Build, Operate and Maintain a new turnkey CNG Fueling Station. Date: January 7, 2015 To Prospective Bidders: The purpose of this addendum is to clarify answers in
More informationSPECIFICATIONS FOR PAVING MATERIALS CITY OF ALLIANCE, OHIO
SPECIFICATIONS FOR PAVING MATERIALS CITY OF ALLIANCE, OHIO 2016 Alan Andreani, Ed. D. Mayor of Alliance Mike Dreger, Director Public Safety & Service 2016 PAVING SPECIFICATIONS AGGREGATES - The material
More informationSECTION 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 informationBID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of
BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of a Partnership consisting of an Individual doing business as. TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction
More informationcc: Bob Ruzinsky The Greater Dayton Regional Transit Authority
July 13, 2017 To: All Prospective Bidders Re: GD 17-13 Wright Stop Plaza Roof Replacement and Restoration Addendum No. 4 Please be aware of the following information regarding the above mentioned procurement.
More informationLOS 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 informationFORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE
FORMAL BID 2018-109 KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE BID SUBMISSION DEADLINE & LOCATION TUESDAY, FEBRUARY 27, 2018 3:00 PM Mailing Address: 614
More informationNovember 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1
Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject
More informationBID 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 informationADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015
ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015 To all prospective bidders: This Addendum is part of the Bid Documents and modifies the
More informationSAN 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 informationADDENDUM NO. 1. Bidders are hereby informed that the construction Plans and/or Specifications are modified as follows:
Page 1 of 4 06-25-2013 ADDENDUM NO. 1 TO: PLANS AND SPECIFICATIONS FOR STATE OF MISSOURI Roof Replacement, Bldg. #28 Farmington Correctional Center 1012 West Columbia Street, Farmington, MO 63640 Project
More informationPROJECT 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 informationA D D E N D U M N O. 1
A D D E N D U M N O. 1 TO: PROJECT: All Prospective Bidders (LVJ) Signage, Gate and Pavement Marking Improvements TxDOT CSJ No. Project No. 007250 (0500.051.000) ISSUE DATE: October 25, 2017 The following
More informationAnnual 2012 Asphalt Overlay Work Order Construction Contract Job No Solicitation No. B MR BID PROPOSAL. PROPOSAL OF, a corporation a
Job No. 12-0101 Solicitation No. B-12-013-MR BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction
More informationINFORMAL 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 e-mail and will be accepted no later than 10:00 AM on Wednesday, January
More informationREQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities. Advertisement for Bids
REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities Advertisement for Bids Bell County Water Control & Improvement District No. 1 (District) is soliciting Request for Bids for asphalt paving and
More informationCITY 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 informationIMMEDIATE 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 information2019 Annual Airfield Pavement Rehabilitation CONTRACT NO ADDENDUM NUMBER ONE
February 13, 2019 2019 Annual Airfield Pavement Rehabilitation CONTRACT NO. 201947110 ADDENDUM NUMBER ONE This Addendum Number One supersedes and/or supplements all portions of the Contract Documents with
More informationSAMPLE WORK PLAN. 2. Execute subcontractor agreements and gather forms and documentation required from each sub
SAMPLE WORK PLAN You have just been awarded a $500,000 construction contract as a prime bidder. You will perform 60% of the work in-house (including your suppliers) and 40% will be performed by 3 different
More informationFLORIDA DEPARTMENT OF TRANSPORTATION
ADDENDUM NO. 2 FLORIDA DEPARTMENT OF TRANSPORTATION RFP-DOT-12/13-4014TB ADDENDUM NO. 2 DATE: February 19, 2013 RE: Description: RFP Number: ITB-DOT-12/13-4014TB Districtwide Mowing, Debris Removal and
More informationNOTICE TO OFFERORS ADDENDUM NO. 2 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH
September 20, 2018 NOTICE TO OFFERORS ADDENDUM NO. 2 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH To Holders of Bid Proposals: Please make the following clarifications, additions,
More informationBid Form. To the Texas Department of Transportation hereinafter called the Agent.
Bid Form TxDOT CSJ No. 1809HILLS Project: 2017 Airport Improvements Project Description: Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal
More information8.10 ITB Fixed Price Fence Bid, presented by Vince Windham, Program Director, Purchasing, and recommended by the Superintendent for approval.
BoardDocs Pro Page 1 of2 Agenda Item Details Meeting Jul 09, 2018 - Regular Meeting Category Subject Access Type Fiscal Impact Budgeted Budget Source 8. Consent Agenda 8.10 ITB 18-18 Fixed Price Bid, presented
More informationINVITATION FOR BID (IFB) IFB NO. GSWA
INVITATION FOR BID (IFB) IFB NO. GSWA 003-18 LAYON LANDFILL CONSTRUCTION OF CELL 3 ADDENDUM NO. 1 OCTOBER 8, 2018 ALL BIDDERS MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE SPACE PROVIDED BELOW, AND
More informationFailure of a bidder to submit their bid using the attached revised bid form, page D-2 shall result in their bid being found non-responsive.
NOVEMBER 17, 2017 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA ADDENDUM NO. 1, IFB Y18-715-CC LAKE LUCIE EQUESTRIAN TRAILHEAD PARKING AREA Bid Opening Date: November 30, 2017 This addendum is hereby
More informationADDENDUM 2 KODIAK ISLAND BOROUGH CHINIAK TSUNAMI CENTER AND LIBRARY Kodiak, AK
ADDENDUM 2 KODIAK ISLAND BOROUGH LIBRARY Kodiak, AK March 7, 2018 TO ALL PLAN HOLDERS OF RECORD: This addendum forms part of and modifies the contract documents as noted below. Bidders must acknowledge
More information**BID OPENING DATE CHANGE Bid Open Date: Thursday, March 29, 2018 at 11:00 AM
WESLIE Engineering Group PROJECT: Douglas County Stateline Flowage Dam Reconstruction Project Addendum #1 Date: Tuesday, March 20, 2018 To: Prospective Bidders **BID OPENING DATE CHANGE Bid Open Date:
More informationDOCUMENT 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 informationKANE COUNTY DIVISION of TRANSPORTATION
Carl Schoedel, P.E. irector of Transportation County Engineer KANE COUNTY IVISION of TRANSPORTATION 41W011 Burlington Road St. Charles, IL 60175 Phone: (630) 584-1170 Fax: (630) 584-5265 Section 17-00485-00-RS
More informationA 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 informationMemphis 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 informationFinance & Technology Administrator (815) ext 223
2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative
More informationCOTULLA-LA SALLE COUNTY AIRPORT TERMINAL BID FORM
BID FORM TxDOT CSJ No. 16TBCOTLA Project Description: A new freestanding Airport Terminal building of approximately 3,780 SF with private offices, pilot lounge area, small storage, and restrooms to be
More informationPurchasing Department Finance Group INVITATION TO BID
Purchasing Department Finance Group May 29, 2015 INVITATION TO BID The City of Norwalk is soliciting bids for Panasonic Portable Tough Book Computers with related peripheral and / or accessory equipment.
More informationADDENDUM NO. 1 Page 1 of 7
ADDENDUM NO. 1 Page 1 of 7 INVITATION TO BIDDERS Solicitation No. CO-00109 Sealed bids are requested by the San Antonio Water System for the construction of approximately 5,014 linear feet of chain link
More informationFLORIDA DEPARTMENT OF TRANSPORTATION
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 2/2/2016 RE: ITB-DOT-15/16-9030-GH RFP TITLE: FDOT Chiller Plant: Painting and Re-Roofing Subject: Bid Due Date, Scope and Bid Sheet Revisions
More informationADDENDUM # 1 TO: FROM:
ADDENDUM # 1 TO: FROM: SUBJECT: DATE: bidders Somsri Bond, RA, LEEDap Assistant Architect for Research, University Architect s Office 20180123 - EA802 - Whitewater Hall - Rms 221,223,225-Interior Finishes
More informationThe 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 informationBID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:
BID FORM TxDOT CSJ No. 1507JNCTN Project Description: T-Hangar Development Project Bid by: Name of Bidder Address: Telephone: FAX: Email Address: To the Texas Department of Transportation hereinafter called
More informationA 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 informationCOMMUNICATIONS NETWORK UPGRADES AT VARIOUS LOCATIONS CITY OF SIOUX FALLS, SOUTH DAKOTA Bid Request No ADDENDUM NO.
COMMUNICATIONS NETWORK UPGRADES AT VARIOUS LOCATIONS CITY OF SIOUX FALLS, SOUTH DAKOTA Bid Request No. 15-1079 2015 CONTRACTOR S BID DATE: PLACE FOR CONTRACTOR S TO SUBMIT BIDS: Thursday, June 25th, 2015,
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Water Slides Renovation/Restoration The Mundelein Park and Recreation District hereby requests bids for cleaning, waxing, and polishing the interior of three (3) water slides. Cleaning,
More informationSAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION EVERETT MIDDLE SCHOOL ADDENDUM NO.
SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION ADDENDUM NO. 1 PROJECT: 450 CHURCH STREET DATE: 13 FEBRUARY 2015 San Francisco, 94114 OWNER:
More informationextrudesection 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