Addendum No. 1. City of Chicago Department of Water Management Bureau of Engineering Services
|
|
- Madeleine Higgins
- 5 years ago
- Views:
Transcription
1 Addendum No. 1 City of Chicago Department of Water Management Bureau of Engineering Services South Water Purification Plant Filter Backwash Controls Replacement DWM PROJECT NO SPECIFICATION NO Below are addendum items for the South Water Purification Plant Filter Backwash Controls Replacement Project #13-202, Specification , for which bids will be opened in the Office of the Department of Procurement Services, Room 103, City Hall Chicago, Illinois 60602, on April 28, 2016, at 11:00 AM Chicago Time. BIDDER WILL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL PAGE NOTICE OF ADDENDUM April 14, 2016 Book 1 Terms and Conditions for Construction 1. None. Book 2 Instructions and Execution Documents 1. None. Book 3 Technical Specifications 1. Specification Section a. ADD the following paragraph after Paragraph 1.03: 1.04 WARRANTIES CONSTRUCTION. B. The Contractor shall repair or replace defective materials and workmanship during the Contract Period and for one (1) year from the date of Substantial Completion of the project, at no additional cost to the City, when so directed by the Commissioner or the Chief Procurement Officer. Any equipment, materials, and workmanship repaired or replaced shall have the warranty period extended for a SPECIFICATION NO.:
2 period of one (1) additional year from the date of repairs and/or replacements. C. The Contractor shall operate and maintain all Work including, but not limited to, mechanical, electrical, controls, temporary systems, etc., until such time that Substantial Completion is obtained. To achieve Substantial Completion, turn-over of as-built documents, operations and maintenance manuals, and operator training are required to be complete. D. The warranty period for all systems and equipment shall commence at substantial completion of the project, and not at the time of delivery, installation, or initial startup. 2. Specification Section a. DELETE Section in its entirety and REPLACE with the attached revised version of this Section. 3. Specification Section a. ADD the following paragraph after Paragraph 1.07: 1.08 WARRANTIES CONSTRUCTION. B. The Contractor shall repair or replace defective materials and workmanship during the Contract Period and for one (1) year from the date of Substantial Completion of the project, at no additional cost to the City, when so directed by the Commissioner or the Chief Procurement Officer. Any equipment, materials, and workmanship repaired or replaced shall have the warranty period extended for a period of one (1) additional year from the date of repairs and/or replacements. C. The Contractor shall operate and maintain all Work including, but not limited to, mechanical, electrical, controls, temporary systems, etc., until such time that Substantial Completion is obtained. To achieve Substantial Completion, turn-over of as-built documents, operations and maintenance manuals, and operator training are required to be complete. D. The warranty period for all systems and equipment shall commence at substantial completion of the project, and not at the time of delivery, installation, or initial startup. 4. Specification Section a. DELETE paragraph 1.01.A.2 and REPLACE with the following: C. Concrete equipment pads and curbs. SPECIFICATION NO.:
3 b. ADD the following paragraphs after Paragraph 1.02.B: C. SECTION CONCRETE FORMS AND ACCESSORIES D. SECTION CONCRETE REINFORCEMENT c. ADD the following paragraph after Paragraph 1.08: 1.09 WARRANTIES CONSTRUCTION. B. The Contractor shall repair or replace defective materials and workmanship during the Contract Period and for one (1) year from the date of Substantial Completion of the project, at no additional cost to the City, when so directed by the Commissioner or the Chief Procurement Officer. Any equipment, materials, and workmanship repaired or replaced shall have the warranty period extended for a period of one (1) additional year from the date of repairs and/or replacements. C. The Contractor shall operate and maintain all Work including, but not limited to, mechanical, electrical, controls, temporary systems, etc., until such time that Substantial Completion is obtained. To achieve Substantial Completion, turn-over of as-built documents, operations and maintenance manuals, and operator training are required to be complete. D. The warranty period for all systems and equipment shall commence at substantial completion of the project, and not at the time of delivery, installation, or initial startup d. ADD the following paragraph after Paragraph 3.03.A.5: 6. Equipment Pads to receive floor sealer. e. DELETE paragraph 3.03.C and REPLACE with the following: C. Provide 3/4" chamfer on all corners of exposed concrete. f. DELETE paragraph 3.06.C in its entirety. 5. Specification Section a. DELETE paragraph 1.02.B and REPLACE with the following: B. SECTION SELECTIVE DEMOLITION b. ADD the following paragraphs after Paragraph 1.02.B: C. SECTION ASBESTOS REMEDIATION c. DELETE Paragraph 1.06.A and REPLACE with the following: SPECIFICATION NO.:
4 A. Handle and store in a manner prescribed by the manufacturer and in accordance with SECTION DELIVERY, STORAGE AND HANDLING. Avoid damaging materials. d. ADD the following paragraph after Paragraph 1.06: 1.07 WARRANTIES CONSTRUCTION. 6. Specification Section a. DELETE paragraph 1.01.A in its entirety. b. DELETE Paragraph 1.02.B and REPLACE with the following: B. SECTION ASBESTOS REMEDIATION c. DELETE Paragraph 1.07.A.1 and REPLACE with the following: 1. As conditions warrant, demolish Terrazzo at existing joints otherwise create joint parallel to existing joints. d. ADD the following paragraph after Paragraph 1.07: 1.08 WARRANTIES CONSTRUCTION. e. ADD the following paragraph after Paragraph 3.04.D: E. Control and collect water and dust produced by grinding operations. Protect filters and other operating equipment and adjacent construction from detrimental effects of grinding operations. 7. Specification Section a. DELETE Section in its entirety and REPLACE with the attached revised version of this Section. 8. Specification Section a. DELETE paragraph 1.03.B.5 and REPLACE with the following: 5. Submit complete detailed engineering drawings of the Kiosk structure. Detailed drawings will include details of the method used to interconnect wall panels, roof and base assemblies and glazing details. Catalogue cuts and/or promotional literature will not be accepted. Furnish Engineering calculations by a Structural Engineer licensed in the state of Illinois verifying compliance with City of Chicago Building Code Requirements for loads with the Shop Drawing submittal. b. ADD the following paragraph after Paragraph 1.07: SPECIFICATION NO.:
5 1.08 WARRANTIES CONSTRUCTION c. DELETE Paragraph 2.03.A and REPLACE with the following: A. General: Fabricate Kiosk structure from an integrated set of mutually dependent components for assembly on Project site. All materials used must be of the specified materials and equal to approved samples. All work shall be completed in a thorough, workman-like manner by qualified individuals. Structure shall be designed using the design criteria noted below. Structure shall not have any noticeable vibrations or rattles when all systems are in operation nor from wind or thermal effects. No visible or concealed steel pieces shall be unfinished (unpainted). c. ADD the following Paragraph after Paragraph 2.03.I.4: 5. Provide condenser pump for drainage. d. DELETE Paragraph 2.04.D.1 and REPLACE with the following: 1. Locate bottom of controls and operable parts (i.e. electrical outlets, data outlets, phone outlets, light switches and thermostat) no lower than 30 inches and top of controls and operable parts no higher than 42 inches above the floor where reach is unobstructed. Where side reach is obstructed, locate bottom of controls and operable parts no lower than 30 inches and top of controls and operable parts no higher than 42 inches above the floor. Bidders Request for Information Question # 1: Bid Item: G-1, Spec Number: , Drawing Number: N/A, Subject: Haz Waste Generator For existing materials to be demolished, the Contractor will assume the liability for compliance with all the disposal requirements. Will the Department assume the responsibility of the "Generator" for the Haz Waste manifest? Yes. Question # 2: Bid Item: G-1, Spec Number: , Drawing Number: E dwgs, Subject: Hazardous Area Classifications Please identify the hazardous area classifications and there locations in the plant, if any. (i.e. Class I Div. 1, Class 1 Div. 2, etc.) There are not any explosion-proof areas where work will be performed as part of this project. Refer to Contract Drawings E-3 and E-4 for the area classification plans, which identify the Damp, Wet, and Corrosive areas in the Filter Building. SPECIFICATION NO.:
6 Question # 3: Bid Item: G-1, Spec Number: A, Drawing Number: E-94, Subject: Chlorine Systems Equipment The electrical panel schedules provided on drawing E-94 do not appear to have any loads that are critical to the Chlorine systems. Are there other electrical equipment located in the Filter building that feed the Chlorine systems called out in ? No. Question # 4: Bid Item: G-1, Spec Number: , Drawing Number: G-2, Subject: Contractor Laydown Drawing G-2 identifies the location of the Contractor and Commisioner field offices. Can it be assumed that this location would be the general location of the Contractors laydown and storage facilities as well? What would be the approximate size of the laydown allotted to the contractors? Yes. Laydown area will be coordinated during construction. Question # 5: Bid Item: G-1, Spec Number: , Drawing Number: G-2, Subject: Contractor Laydown Drawing G-2 identifies the location of the Contractor and Commissioner field offices. Can it be assumed that this location would be the general location of the Contractors parking area as well? Approximately how many parking spaces will be allotted to the Contractor? For Bidding purposes assume 10 paved parking spaces. Additional parking adjacent to the trailers will also be allowed. Any disturbed areas are to be restored per Specification Question # 6: Bid Item: G-1, Spec Number: , Drawing Number: N/A, Subject: Telephone/Internet Setup Will the Contractor be able to setup T1/phone/fax lines for the onsite office trailers from an existing demarcation point in the plant or will the Contractor need to carry costs for the local telephone carrier to provide new service lines to the site? These services are to be provided independently from the plant. Question # 7: Bid Item: G-1, Spec Number: , Drawing Number: N/A, Subject: Security Access Will the Contractor be responsible for the costs of the background checks and/or the personnel badging required for site access? These costs will be absorbed by the Commissioner. SPECIFICATION NO.:
7 Question # 8: Bid Item: G-1, Spec Number: , Drawing Number: M-2, Subject: Flowmeter Impulse Line Sizes Drawing M-2 Note 5 indicates to remove impulse lines for master backwash and surface wash flow meters. What size are the impulse lines? The size varies, but is small diameter as shown in the Details on the same drawing. Question # 9: Bid Item: G-1, Spec Number: , Drawing Number: M-4, Subject: Detail B Instrument Tubing Please provide scaled drawing or field measurement of instrument tubing to be removed per Detail B. The piping is shown in details on the same drawing. There are no scaled drawings. Question # 10: Bid Item: G-1, Spec Number: , Drawing Number: M-6, Subject: Note 3 Clarification Please confirm whether the Contractor is to assume that all 8 spare isolation valves required to be provided under Note 3 on drawing M-6 will be installed during this Contract. It is likely, however, this will be dependent on what is found during construction. Question # 11: Bid Item: G-1, Spec Number: , Drawing Number: M-7, Subject: Hydraulic System As-Builts Keyed notes 3, 4, and 5 indicate pipe to be demolished. The pipe to be demolished extend beyond the limits of the photos. Please provide as-built drawings or quantities. Piping to be demolished is shown on Contract Drawing M-6. Sections and as-built drawings are not available. Question # 12: Bid Item: G-1, Spec Number: , Drawing Number: M-8, Subject: Hydraulic System As-Builts Keyed notes 3 through 8 indicate pipes, tanks, and appurtenances to be demolished. The pipe to be demolished extend beyond the limits of the photos. Please provide asbuilt drawings or quantities. Piping to be demolished is shown on Contract Drawing M-6. Sections and as-built drawings are not available. SPECIFICATION NO.:
8 Question # 13: Bid Item: G-1, Spec Number: , Drawing Number: M-9, Subject: Exhaust Vent Piping The exhaust vent piping to be demolished for the emergency gas driven pump extends beyond the limits of the photo in Detail U. Please provide as-built drawings or field measurement quantities for this piping. The exhaust vent piping is to be demolished within the room. See Keyed Note 6 on Contract Drawing M-9. Question # 14: Bid Item: G-1, Spec Number: , Drawing Number: N/A, Subject: Access to work throughout the year Spec B.3 lists the number of filters that can be taken out of service during specific times of the year. Please confirm that the Contractor will be allowed to perform work related to this contract unrestricted throughout the year, so long as the work does not impact more filters than the allowed number to be out of service at the times specified and the work does not conflict with SWPP Operations. Confirmed. The details of the ongoing Contractor activities will be coordinated during construction. Question #15: Bid Item: G-1, Spec Number: , Drawing Number: M-14, Subject: Actuator Floor Stands Drawing M-14, Details B & D show 2 different types of actuator floor stand installations of which one type is significantly more expensive. Please advise how many of each type are required so all contractors are bidding on the same quantities. These details are for Filters 81 thru 120. The actual number of installations of each type will be based on the field measurements taken for each filter. Question #16: Bid Item: G-1, Spec Number: , Drawing Number: M-14, Subject: Actuator Floor Stands Please provide make and model number for the floor stands. Provide floor stand compatible with actuator. Question #17: Bid Item: G-1, Spec Number: N/A, Drawing Number: S-1, Subject: General Notes Drawing S-1, General notes. There are 2 note no. 12, 2 note no. 13, and 2 note no. 14. Please correct numbering. Notes should be renumbered 1 through 17. SPECIFICATION NO.:
9 Question #18: Bid Item: G-1, Spec Number: N/A, Drawing Number: S-2, Subject: General Notes Drawing S-2, General notes. Please correct numbering of the notes. Notes should be renumbered 1 through 17. Question #19: Bid Item: G-1, Spec Number: N/A, Drawing Number: S-3, Subject: General Notes Drawing S-3, General notes. Notes 5, 6, and 7 are missing. Please provide. There are no notes that are missing. Notes should be renumbered 1 through 13. Question #20: Bid Item: G-1, Spec Number: N/A, Drawing Number: S-4, Subject: General Notes Drawing S-4, General notes. Notes 8 through 11 are missing. Please provide. There are no notes that are missing. Notes should be renumbered 1 through 11. Question #21: Bid Item: G-1, Spec Number: N/A, Drawing Number: S-4, Subject: Note reference Drawing S-4, Elevation view for the long filter control console new work, in the top left of the section view starting with the words "Once Existing" at the end of the sentence states to see note 6. Note 6 describes reinforcement. Should this reference note 4? Yes, it should reference Note 4. Question #22: Bid Item: G-1, Spec Number: N/A, Drawing Number: S-4, Subject: Rust Removal Drawing S-4, there are notes indicating to cut, grind, and to remove rust. Please advise if these surfaces are to remain bare/uncoated or if they are to be painted. If painted, please provide paint system to be used. Once rust is removed, surfaces should be painted in accordance with Specification Section , Paragraph 3.02.D.1. Question #23: Bid Item: G-1, Spec Number: N/A, Drawing Number: Various, Subject: Color Photos The following color photos we not included in the supplemental information: Dwg. M-2 detail D photo, Dwg. M-9 detail R photo, Dwg. M10 detail F photo, Dwg. M-12 detail E photo. Please provide indicated color photos. These photos will be provided as part of this addendum. SPECIFICATION NO.:
10 Question #24: Bid Item: G-1, Spec Number: , Drawing Number: N/A, Subject: Pressure Washing Gallery Walls Specification section , item 22 indicates that the exposed filter walls are to be pressure washed and refers to specification section for requirements. Specification section is for concrete restoration and does not provide requirements for pressure washing. Please provide specification for pressure washing and the desired finish. This specification section will be re-issued as part of this addendum. Question #25: We would ask that AUMA Electric Actuators SA/SAR be added as an Acceptable Manufacture / Model in Spec Section Page 10 Paragraph 5. AUMA Actuator is the world s largest manufacture of Electric Actuators, its standard features as well as it s Modular and Flexible design allowing it to manipulated and installed in limited access locations easily make the AUMA Actuator perfectly suited for this project. Substitutions of materials are addressed in the Contract Specifications. Question # 26: Referencing Specification Section(s): Paragraph 3.11 E2e, Paragraph 3.12 A.3, and Paragraph 1.06 C2, all refer to the submittal of copies of signed/executed manifests to the Commissioner. Will the City of Chicago, Department of Water Management claim generator status and sign the manifests for the disposal of hazardous waste removed from the South Water Purification Plant site? Yes. SPECIFICATION NO.:
SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS
SECTION 01 00 00 GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Summary of Work: 1. General 2. Contract. B. Contract Considerations: 1. Schedule of values. 2. Applications for payment. 3.
More informationC 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 informationCITY OF PORTSMOUTH, NEW HAMPSHIRE GREENLAND WELL PUMP STATION REPLACEMENT ADDENDUM NO. 1
Addendum No. 1 September 26, 2016 Page 1 of 8 CITY OF PORTSMOUTH, NEW HAMPSHIRE GREENLAND WELL PUMP STATION REPLACEMENT ADDENDUM NO. 1 This Addendum forms part of the original contract drawings and specifications
More informationBID ADDENDUM. 1 of 1. State Project No: H27-Z381 ADDENDUM NO.: PROJECT NAME: 1600 Hampton St. Building Roof Replacement
BID ADDENDUM State Project No: H27-Z381 PROJECT NAME: 1600 Hampton St. Building Roof Replacement ADDENDUM NO.: One ADDENDUM ISSUE DATE: January 24, 2019 TO ALL BIDDERS: This addendum is issued for the
More informationSECTION CONCRETE ABOVE GROUND FUEL STORAGE
SECTION 23 13 23 CONCRETE ABOVE GROUND FUEL STORAGE SPEC WRITER NOTES: 1. Use this section only for NCA projects. 2. Delete between //----// if not applicable to project. Also delete any other item or
More informationSECTION CONVECTORS
SECTION 23 82 33 PART 1 - GENERAL 1.1 DESCRIPTION SPEC WRITER NOTES: 1. Use this section only for NCA projects. 2. Delete between // // if not applicable to project. Also delete any other item or paragraph
More informationTITLE: Construction Services for the US-1 South Re-Pump and Booster Pump Station Project
Procurement Department Bid Office Customer Center 1 st Floor, Room 002 21 W. Church Street Jacksonville, Florida 32202 June 06, 2018 ADDENDUM NUMBER: One (1) TITLE: Construction Services for the US-1 South
More informationADDENDUM NO. 1. TO SCOPE OF WORK: Section 0220, Form 01004/5
ADDENDUM NO. 1 TO SCOPE OF WORK: Section 0220, Form 01004/5 PROJECT: Tankless Water Heaters Installation Glenn Edge and Rich Martin Apartments and Main Office Water Heater Replacement New Memorial Community
More informationSECTION INSTALLATION OF OWNER-FURNISHED PRODUCTS
SECTION 13 00 50 INSTALLATION OF PART 1 GENERAL 1.1 GENERAL A. Furnish and install all tools, supplies, materials, equipment, appurtenances, and labor necessary for the installation, testing, and placing
More informationSERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS
SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS INDIANA UNIVERSITY BIDDING REQUIREMENTS NOTICE TO BIDDERS BID FORM INSTRUCTIONS TO BIDDERS CONTRACTOR S BID FOR PUBLIC WORK - FORM 96 (REVISED 2005) MINORITY,
More informationOctober 9, 2013 ADDENDUM No. 1 FOR
DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO This document contains: October 9, 2013 ADDENDUM No. 1 FOR LIQUID CHLORINE Specification No. 109812 I. Revisions to the Specification II. Questions Submitted
More informationSolicitation Number: FA B-A001 Project Numbers: RKMF Demo Base Gymnasium & RKMF Demo Pool Facilities.
Solicitation Number: FA4861-14-B-A001 Project Numbers: RKMF 13-0134 Demo Base Gymnasium & RKMF 130135 Demo Pool Facilities Responses to RFIs 1. Does all the building material get hauled off base? Response:
More informationSECTION FUEL-FIRED UNIT HEATERS
SECTION 23 55 33 PART 1 - GENERAL 1.1 DESCRIPTION A. This Section includes gas-fired unit heaters. SPEC WRITER NOTES: 1. Use this section only for NCA projects. 2. Delete between // // if not applicable
More informationSpecifications and Documents
Specifications and Documents City of West Haven, Connecticut Water Pollution Control Facility Secondary Sludge Building Pump Station Upgrade Bid No. 207-03 ADDENDUM NO. A. SCOPE. This Addendum No. consists
More informationADDENDUM #4 FOR THE WEST VALLEY FACILITIES INCREMENT 2 REPLACEMENT PROJECT WEST VALLEY COLLEGE
ADDENDUM #4 FOR THE WEST VALLEY FACILITIES INCREMENT 2 REPLACEMENT PROJECT AT WEST VALLEY COLLEGE Owner West Valley-Mission Community College District Saratoga, California Bid #01-1516 12-22-15 WEST VALLEY-MISSION
More informationSECTION BASIC ELECTRICAL MATERIALS AND METHODS
SECTION 26 05 05 BASIC ELECTRICAL MATERIALS PART 1 - GENERAL 1.1 SUMMARY A. Section includes the limited scope construction materials and methods for application with electrical installations as follows:
More informationSee attached answers to questions and requests for clarification received.
Office of the Vice President 971 Elmore Drive and Chief Financial Officer PO Box 115250 Procurement Services Gainesville, FL 32611-5250 http://procurement.ufl.edu/ (352) 392-1331 Fax 352-392-8837 June
More informationSECTION ROOF MOUNTED ATTIC EXHAUST VENT
SECTION 07 72 00 ROOF MOUNTED ATTIC EXHAUST VENT **This is a CSI Three-Part Specification using CSI MasterFormat 2004-2010 Section Numbers and Titles. This specification must be edited to suit your particular
More informationEXECUTION REQUIREMENTS
PART 1 - GENERAL 1.1 SUMMARY A. Section includes: Execution requirements. B. Related Requirements: 1. Specification Sections 2 through 49. PART 2 - PRODUCTS (Not Used). PART 3 - EXECUTION 3.1 SAFETY 01
More informationADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport
ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport DATE: August 26, 2015 BIDS CLOSE: September 14, 2015, at 2:30 p.m., Local Time TO
More informationModification: Modify the paragraph by deleting "wastewater and replace it with brine.
defective land or areas, or (ii) correct such defective Work, materials, supplies or equipment or, if the defective Work, materials, supplies or equipment has been rejected by OWNER, remove it from the
More informationEAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT
EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT Addendum No. 2 Attachment B Contract Document Revisions Specifications: TABLE OF CONTENTS ADDENDUM NO. 2 Attachment B Contract
More informationProject No: Pakenham Branch Library, Pakenham, Ontario Section DECEMBER, 2016 Page 1 of 5
DECEMBER, 2016 Page 1 of 5 1 GENERAL 1.01 SUBMITTALS.1 Provide submittals in accordance with Section 01 33 00 - Submittal Procedures..2 Two weeks prior to Substantial Performance of the Work, submit to
More informationADDENDUM NO. 2 Consisting of 3 pages and Attachments
10404-125 Street, Edmonton, AB. T5N 1T2 Tel: 780.455.5975 Fax: 780.454.2397 info@cdyarchitect.com ADDENDUM NO. 2 Consisting of 3 pages and Attachments PROJECT: Maina Centre Ville Phase II, Beaumont, Alberta
More informationA. Remove Table of Contents and insert new attached Table of Contents.
ADDENDUM NO. 01 PROJECT Colby Glass E.S. Window Upgrades and ADA Work PROJECT NO. 16043 DATE February 07, 2018 TO: All Prime Contract Bidders and all others to whom Drawings and Specifications have been
More informationSECTION PLUMBING PIPING AND PUMPS
10560 Fern Avenue Stanton, CA 90680 Phone: (800) 761-8055 Phone: (714) 761-8055 Fax: (714) 761-3710 E-mail: danny@mgcoupling.com Website: www.mgcoupling.com This MANU-SPEC utilizes the Construction Specifications
More informationTexas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017
Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017 Plumbing - 220000 Without limiting the application of all of the Contract Documents to the Subcontract,
More informationREQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County
REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County Proposals Due: 10:00 A.M., Thursday, March 28, 2019 Address Proposals
More informationThis Addendum forms a part of the Contract Documents and modifies the Drawings and Project Manual as hereinafter indicated.
BIDDER RESPONSES RIARNG P-6 ADDITION TO ALL BIDDERS OF RECORD: This Addendum forms a part of the Contract Documents and modifies the Drawings and Project Manual as hereinafter indicated. ADDENDUM 001 2/14/2019
More informationSECTION HVAC AIR CLEANING DEVICES
SECTION 23 40 00 PART 1 - GENERAL 1.1 DESCRIPTION SPEC WRITER NOTES: 1. Use this section only for NCA projects. 2. Delete between // // if not applicable to project. Also delete any other item or paragraph
More informationADDENDUM #4. Lanier Filter Plant Ozone System Safety Improvements BL079-14
September 24, 2014 ADDENDUM #4 Lanier Filter Plant Ozone System Safety Improvements BL079-14 Q1. Please clarify how many submarine doors the perimeter gaskets and gasket hardware must be replaced on. A1.
More informationlegend. #1 is a gas relief valve? If so does Enbridge supply with station?
Michael Pacholok, Director Purchasing and Materials Management Division City Hall, 8 th Floor, West Tower 00 Queen Street West Toronto, Ontario M5H N Joanne Kehoe Manager Construction Services May 4, 06
More informationTABLE OF CONTENTS VOLUME 1. DIVISION 00 - INTRODUCTORY INFORMATION, BIDDING REQUIREMENTS, CONTRACT FORMS & CONDITIONS OF THE CONTRACT Pages
TABLE OF CONTENTS VOLUME 1 DIVISION 00 - INTRODUCTORY INFORMATION, BIDDING REQUIREMENTS, CONTRACT FORMS & CONDITIONS OF THE CONTRACT Pages SCHEDULE OF DRAWINGS...... 1 PROJECT PERSONNEL & DIRECTORY......
More informationVEHICLE BARRIERS
10120 Gottschalk Pkwy. Chagrin Falls, OH 44023-5456 Phone: 800-516-9287 Phone: 440-543-8660 Fax: 440-543-8661 E-mail: innosales@innoplast.com Website: www.innoplast.com This MANU-SPEC utilizes the Construction
More informationAddendum No. 3 Glendale Office Addition TMWA Project No Bid No August 25, 2011
Addendum No. 3 Glendale Office Addition TMWA Project No. 03-017 Bid No. 1112-083 August 25, 2011 The following information, clarifications, changes, and modifications are by reference incorporated into
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 informationASHCROFT PUMP STATIONS 2 & 3 CAPACITY IMPROVEMENTS PROJECT ACSA Project No Addendum 1 June 20, 2018
ASHCROFT PUMP STATIONS 2 & 3 CAPACITY IMPROVEMENTS PROJECT ACSA Project No. 2014-10 Addendum 1 June 20, 2018 ALBEMARLE COUNTY SERVICE AUTHORITY ALBEMARLE COUNTY, VIRGINIA Prepared for: Albemarle County
More informationADDENDUM NUMBER TWO (2) DATE: May 1, 2015
ADDENDUM NUMBER TWO (2) DATE: May 1, 2015 PROJECT: FROM: TO: Tenant Improvements for: RELOCATION OF TIME INC. LIFESTYLE GROUP KPS GROUP, INC. 2101 First Avenue North Birmingham, Alabama 35203 All Bidders
More informationProject 6668 Kerrisdale Senoirs Centre-5851 West Boulevard,Vancouver, BC Division 02080
PART 1 GENERAL 1.0 Instructions To Bidders Hazardous Materials Contractors are responsible for the information as provided in the Invitation to Tender including all available documents, meeting minutes,
More informationMAKE THE FOLLOWING ADDITIONS, MODIFICATIONS OR DELETIONS TO THE DRAWINGS AND SPECIFICATIONS:
ADDENDUM NO. 1 CITY OF PORT ARANSAS ELLIS MEMORIAL EXISTING LIBRARY RENOVATIONS AND REPAIRS CSP #2016-22 700 W. AVE A PORT ARANSAS, TX 78373 Issue Date: 01/07/2019 The following additions, deletions, modifications,
More informationSARASOTA COUNTY GOVERNMENT PROCUREMENT 1660 Ringling Blvd., 3 rd Floor Sarasota, Florida Telephone Fax
SARASOTA COUNTY GOVERNMENT PROCUREMENT 1660 Ringling Blvd., 3 rd Floor Sarasota, Florida 34236 Telephone 941-861-5266 Fax 941-861-5129 ADDENDUM NO.1 BID # : #153025CS CCSWDC Leachate Lift Station Rehabilitation
More informationPROJECT SPECIFICATIONS
PROJECT SPECIFICATIONS CITY OF PORTLAND BUREAU OF ENVIRONMENTAL SERVICES PROJECT SPECIFICATIONS FOR ANKENY PUMP STATION UPGRADE BES project number E07833 STANDARD REQUIREMENTS (DIVISION 0) GENERAL REQUIREMENTS
More informationSECTION 807 PUMP STATION REHABILITATION
SECTION 807 PUMP STATION REHABILITATION 807-1 DESCRIPTION: Rehabilitation of pump stations shall be defined as the cleaning, removal, repair and/or replacement of any and/or all components including but
More information1.07 SUPPLEMENTS PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION
1.07 SUPPLEMENTS d. Complete using typewriter or electronic printing. 3. Include detailed lubrication instructions and diagrams showing points to be greased or oiled; recommend type, grade, and temperature
More informationResponse: The due date for receipt of proposals has been extended. Please see Amendment
1) Question: Bid Date Due to the complexity, size, and prebid legwork required on a project of this scope, we request that the bid date be extended 45-60days. We appreciate your consideration of this request.
More informationSECTION SANITARY WASTE INTERCEPTORS
SECTION 22 13 23 SPEC WRITER NOTES: 1. Use this section only for NCA projects. 2. Delete between //----// if not applicable to project. Also delete any other item or paragraph not applicable in the section
More informationDIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT
TABLE OF CONTENTS INTRODUCTORY INFORMATION 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Notice to Bidders
More informationAddendum No. 2 May 13, 2017
Addendum No. 2 May 13, 2017 Project: St. Joseph s Health Center Chamberlain, South Dakota Project No. 2617 Architect: Architecture Incorporated Opening: Thursday, May 19, 2016 2:00 p.m. CT Barger Room,
More information603 Summit Avenue, Suite 102 Greensboro, N.C Voice/FAX (336)
Ricky L. Loman, AIA Architect 603 Summit Avenue, Suite 102 Greensboro, N.C. 27405-7700 Voice/FAX (336) 273-7999 ADDENDUM: Number 1 ISSUED: March 14, 2017 SUBJECT: New Agriculture & Equipment Storage Barn
More informationREVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET
REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's
More informationPlease acknowledge receipt of both Addendum No. 0 1 (issued
Bids for the construction of Water Supply Well PW-14 (), will be received by the City of Westerville, Ohio until the revised closing date and time indicated in this Addendum No. 02 and will be publicly
More information5GLOBAL. specification guide summary PART 1 GENERAL
This MANU-SPEC utilizes the Construction Specifications Institute (CSI) Manual of Practice, including MasterFormat, SectionFormat, and PageFormat. A MANU-SPEC is a manufacturerspecific proprietary product
More informationSHORING & UNDERPINNING 02250
Subsidiary of Hubbell Power Systems 210 North Allen St. Centralia, MO 65240 Phone: (573) 682-8414 Fax: (573) 682-8660 E-mail: hpscontact@hps.hubbell.com www.abchance.com This MANU-SPEC utilizes the Construction
More informationSECTION COMMON WORK RESULTS FOR ELECTRICAL
PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.
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 informationSECTION UNDERGROUND STORAGE TANK REMOVAL
SECTION 02 65 00 UNDERGROUND STORAGE TANK REMOVAL SPEC WRITER NOTE: 1. Delete text between // // not applicable to project. Edit remaining text to suit project. 2. Consider including unit prices for additional
More informationSUBJECT: ADDENDUM No. 1 FILE: Finished Water Pump Station Electrification Phase 2 WT7074
Water Division 202 Fleming Hill Road Vallejo CA 94589 707.648.4307 April 4, 2017 TO: Prospective Bidders SUBJECT: ADDENDUM No. 1 FILE: Finished Water Pump Station Electrification Phase 2 WT7074 The following
More informationNEW MIDDLE SCHOOL PROJECT
Monthly Report October 2017 INTRODUCTION P.J. Dick Incorporated is pleased to present to the Chartiers Valley Board of School Directors the following Construction Report for the Chartiers Valley Middle
More informationADDENDUM TO THE CONTRACT. for the. Glacier Fire Station Roof Replacement Contract No. BE18-074
ADDENDUM TO THE CONTRACT for the ENGINEERING DEPARTMENT Glacier Fire Station Roof Replacement Contract No. BE18-074 ADDENDUM NO.: ONE CURRENT DEADLINE FOR BIDS: December 14, 2017 PREVIOUS ADDENDA: NONE
More informationSAN DIEGO STATE UNIVERSITY PACIFIC CORNERSTONE ARCHITECTS TENOCHCA HALL PROJECT NO FAN COIL UNITS, RESTROOM AND FINISH RENOVATION
SECTION 02 41 14 SELECTIVE BUILDING DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for systematic removal of site improvements or portions of exterior and interior of buildings
More informationEnergy Transfer Station Installation Only, Carleton to Sexton District Energy
ADDENDUM FORM INVITATION TO TENDER: #2015-021 ADDENDUM NO: 1 DATE ISSUED: February 23, 2015 ISSUED BY: Mike Drane DESCRIPTION: INSTRUCTIONS: Energy Transfer Station Installation Only, Carleton to Sexton
More informationLEVEL TWO NUMBERS AND TITLES. Introductory Information. Bidding Requirements. Contracting Requirements. Facilities and Spaces. Systems and Assemblies
MasterFormat LEVEL TWO NUMBERS AND TITLES Introductory Information 00001 Project Title Page 00005 Certifications Page 00007 Seals Page 00010 Table of Contents 00015 List of Drawings 00020 List of Schedules
More informationNOTICE TO BIDDERS OF RECORD
NOTICE TO BIDDERS OF RECORD ADDENDUM NO. 02 ROOF REPLACEMENT: MOUNT NITTANY MIDDLE SCHOOL 656 BRANDYWINE DRIVE STATE COLLEGE, PA 16801 HLA # - March 28, 2016 This Addendum forms a part of the Contract
More informationRFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION
RFB # 18-0197 ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION The following information was conveyed and discussed
More informationADDENDUM NO. 3 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS DATED JULY 2017 FLORIDA GOVERNMENTAL UTILITY AUTHORITY PROJECT NO.
ADDENDUM NO. 3 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS DATED JULY 2017 FLORIDA GOVERNMENTAL UTILITY AUTHORITY PROJECT NO. PS 061 SEVEN SPRINGS WASTEWATER TREATMENT FACILITY IMPROVEMENTS PASCO COUNTY,
More informationApril 9, Addendum No. 3. Central Park Pumping Station Electrification Project DWM PROJECT NO SPECIFICATION NO.
April 9, 208 Addendum No. 3 Central Park Pumping Station Electrification Project DWM PROJECT NO. 3-02 SPECIFICATION NO. 46286A For which bids which were to be opened in the office of the Department of
More informationADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.
TO: ALL HOLDERS OF CONTRACT DOCUMENTS FOR: City of Carlsbad, New Mexico Sanitary Sewer Interceptor 118 Upgrades Phase I Wade M. Chacon P.E. HDR Project Manager/Engineer Bid # 2016-32 ADDENDUM NUMBER ONE
More informationADDENDUM NUMBER TWO. for SWIM TEAM LOCKER ROOM RENOVATIONS REBID UNIVERSITY OF SOUTH CAROLINA COLUMBIA, SOUTH CAROLINA. DATE OF ISSUE: June 19, 2014
ADDENDUM NUMBER TWO for SWIM TEAM LOCKER ROOM RENOVATIONS REBID UNIVERSITY OF SOUTH CAROLINA COLUMBIA, SOUTH CAROLINA DATE OF ISSUE: June 19, 2014 TO: ALL BIDDERS OF RECORD This Addendum is issued pursuant
More informationTARRANT 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 informationSECTION SANITARY WASTE INTERCEPTORS
SECTION 22 13 23 SANITARY WASTE INTERCEPTORS PART 1 - GENERAL 1.1 DESCRIPTION SPEC WRITER NOTES: 1. Delete between //----// if not applicable to project. Also delete any other item or paragraph not applicable
More informationTG10.5 Fire Protection and Suppression
TG10.5 Fire Protection and Suppression Questions are numbered in the order received. Numbers missing in the sequence have been answered in a previous response set. Question 007 012 014 Submission Date
More informationADDENDUM #1 Dated: August 14, Lubna Drive Water Booster Station Effective Water Storage Improvements Project Town of Christiansburg
Town of Christiansburg Lubna Drive Booster Station 8/14/2015 ADDENDUM #1 Dated: August 14, 2015 Lubna Drive Water Booster Station Effective Water Storage Improvements Project Town of Christiansburg 1.
More informationBUREAU Joe Iuviene, AIA January 20, 2017
architectural BUREAU Joe Iuviene, AIA January 20, 2017 Alterations & Additions NEW TOWN HALL for TOWN OF AUSTERLITZ 816 State Route 203, Spencertown, New York 12165 ADDENDUM NO. 1 This addendum amends
More informationPART 1 / GENERAL SECTION ALUMINUM PLATE PANEL SYSTEM. ALPLY Insulated Panels. Alply TECH WALL Aluminum Plate System 2002
SECTION 07 42 13 ALUMINUM PLATE PANEL SYSTEM ALPLY Insulated Panels Alply TECH WALL Aluminum Plate System 2002 PART 1 / GENERAL 1.1 SYSTEM DESCRIPTION A. Preformed Aluminum Plate System for Screen wall
More informationADDENDUM TO THE CONTRACT. for the. Eaglecrest Learning Center Contract No. E ADDENDUM NO.: ONE CURRENT DEADLINE FOR BIDS: December 17, 2013
ADDENDUM TO THE CONTRACT for the ENGINEERING DEPARTMENT Eaglecrest Learning Center Contract No. E14 076 ADDENDUM NO.: ONE CURRENT DEADLINE FOR BIDS: December 17, 2013 PREVIOUS ADDENDA: NONE ISSUED BY:
More informationNORTH HARRIS COUNTY REGIONAL WATER AUTHORITY GROUND STORAGE. Section GROUND STORAGE TANK (GST) MODIFICATIONS, CLEANING AND DISINFECTION
Section 13207 GROUND STORAGE PART 1 GENERAL 1.01 SUMMARY This Section includes the furnishing and installation of surface water inlet piping, appurtenances, cleaning and disinfection of existing ground
More informationSECTION ALTERATION PROJECT PROCEDURES
SECTION 013516 ALTERATION PROJECT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for protection of existing facilities during construction operations. 2. Demolition and removals
More informationWhapmagoostui & Waskaganish Addendum no AR01 August 15, 2017 Cree Daycare Centres Cree Nation Government RRA 1728 Page 1 of 6
RRA 1728 Page 1 of 6 Rubin & Rotman 270 Prince, suite 200 Montreal, Quebec H3C 2N3 514-861-5122 514-861-5383 The following information supplements and/or supersedes the bid documents issued on 07/24/2017.
More informationGENERAL REQUIREMENTS
CITY OF BRAMPTON LANDSCAPE SPECIFICATIONS SECTION 01001-1 PART 1 GENERAL 1.1 Work Covered By Contract Documents.1 Work covers, in general terms: demolition, removals, site preparation and complete construction
More informationSAN FRANCISCO UNIFIED SCHOOL DISTRICT 2006 PROPOSITION A BOND PROGRAM 300 SENECA NEW ACADEMIC CAMPUS ADDENDUM NO. 1
SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2006 PROPOSITION A BOND PROGRAM 300 SENECA NEW ACADEMIC CAMPUS ADDENDUM NO. 1 PROJECT: 300 Seneca New Academic Campus DATE: September 23, 2013 300 Seneca Ave., S.F.,
More informationColorado River Aqueduct Pumping Plants 230 kv Disconnect Switches Replacement
DATE: July 15, 2011 ADDENDUM NUMBER: 2 MODIFYING: Specifications No. 1698 PROJECT: Colorado River Aqueduct Pumping Plants 230 kv Disconnect Switches Replacement BID TIME AND DATE: 2:00 p.m., July 19, 2011
More informationDecember 2, Enclosed is Addendum No. 1 to SEPTA's Sealed Bid No AMJP Frazer Shop & Yard Expansion Contract 2 (Re-Bid GC).
December 2, 2016 Dear Sir/Madam Enclosed is Addendum No. 1 to SEPTA's Sealed Bid No. 16-00249-AMJP Frazer Shop & Yard Expansion Contract 2 (Re-Bid GC). The bid opening date and time scheduled for Wednesday,
More informationSpecification Section XXXXX Interior Water walls
Specification Section XXXXX Interior Water walls PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification
More informationUniversity of Massachusetts Procurement Department 140 Hicks Way 407 Goodell Building Amherst, MA 01003
University of Massachusetts Procurement Department 140 Hicks Way 407 Goodell Building Amherst, MA 01003 May 16, 2016 Addendum #1 Contract Number: UMA16-25 Project Number: 1000730 Speedtype: 157194 Title:
More informationPUR-1241 ADDENDUM NO. 2 INVITATION TO BID GREENSAND FILTER SYSTEM AT ELK RIDGE WATER TREATMENT PLANT
WASHINGTON COUNTY PURCHASING DEPARTMENT Washington County Administration Building 100 West Washington Street, Room 320 Hagerstown, Maryland 21740-4748 Telephone: 240-313-2330, FAX: 240-313-2331 ADDENDUM
More informationInvitation to Bid # CC Project Title: High Zone 5.0 Million Gallon Reinforced Concrete Culinary Water Tank Project No.
Riverton City Purchasing Department 12830 South 1700 West Riverton, UT 84065 801-208-3175 Fax: 801-254-1810 May 5, 2017 ADDENDUM #3 Invitation to Bid # CC17-332 Project Title: High Zone 5.0 Million Gallon
More informationProject Manual Index of Specifications Shenandoah Schools Concession Building
INDEX OF SPECIFICATIONS Division 0..BIDDING AND CONTRACT REQUIREMENTS 00 11 13 Advertisement for Bids 00 21 13 Instructions to Bidders 00 41 00 Bid Forms 00 43 13 Bid Security Form 00 72 00 General Conditions
More informationSTANDARD SPECIFICATION FOR ALUMINUM FRAMING FOR RAILROAD PASSENGER SHELTERS
SOUTHEASTERN PENNSYLVANIA TRANSPORTATION AUTHORITY 1234 MARKET STREET, PHILADELPHIA, PA 19107 STANDARD SPECIFICATION FOR ALUMINUM FRAMING FOR RAILROAD PASSENGER SHELTERS REVISION DATE SPECIFICATION # F-S-304_
More informationTRIAD 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 informationDIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT
TABLE OF CONTENTS INTRODUCTORY INFORMATION 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Notice to Bidders
More informationSECTION FIRE HYDRANTS
SECTION 21 11 10 PART 1. GENERAL 1.1 SUMMARY: A. Work consists of furnishing and installing new fire hydrants, (boot with ductile iron retainer gland, standpipe and hydrant complete) plus constructing
More informationProject 6668 Second beach Concession-Stanley Park Drive,Vancouver, BC Division 02080
PART 1 GENERAL 1.0 Instructions To Bidders Hazardous Materials Contractors are responsible for the information as provided in the City of Vancouver Invitation to Tender including all available documents,
More informationSECTION STAINLESS STEEL WALL PANELS
SECTION 07400 PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Dry joint, Rainscreen stainless steel wall panel system. 2. Accessories including attachments, clips, sub girts, shims, and fasteners 3.
More informationPlease note: Drawings M105, M109, M203, M204, M205 and M207 were attached to ADDENDUM 2 and replace the previous drawings.
Procurement Department Bid Office Customer Center 1 st Floor, Room 002 21 W. Church Street Jacksonville, Florida 32202 June 20, 2016 ADDENDUM NUMBER: THREE (3) TITLE: 081-16 Arlington East WRF Secondary
More informationAdam Sweet 2KGAL DW AST DUAL FUEL STORAGE TANK FOR A GENERATOR - NO DRAWINGS 5/9/2017 False
Above Ground Concrete Encased Fuel Storage Tank System Category: Tanks Project ID #: 1004373561 Street Address: To Be Announced Woodstock CT Staff Estimate Value $60,000.00 06281 County: Windham Stage:
More informationSOUTH FLORIDA WATER MANAGEMENT DISTRICT SOLICITATION ADDENDUM
SOUTH FLORIDA WATER MANAGEMENT DISTRICT SOLICITATION ADDENDUM South Florida Water Management District Attn: Procurement Bureau B-1 Building, 2 nd Floor West 3301 Gun Club Road West Palm Beach, FL 33406
More informationADDENDUM NO.2 REQUEST FOR PROPOSALS FOR CITY OF PALM COAST
ADDENDUM NO.2 REQUEST FOR PROPOSALS FOR CITY OF PALM COAST WASTEWATER TREATMENT PLANT NO.2 MEMBRANE BIOREACTOR EQUIPMENT City Project No. RFP- U- 08-10 DATE: March 28, 2008 TO: Prospective Membrane Bioreactor
More informationAttachment A Repair Knee Brace on High Arch Salt Building Fayette County, Mill Run Stockpile #24 Project # Building #PA
I. Base Bidding Requirements This is a Base Bid project; the following describes the Base Bid requirements. Contractors are to provide bids for Base Bid #1. A. BASE BID #1: II. Work Included The following
More informationADDENDUM NO. 2. November 8, For: Wawona Hotel Heating Replacement CIF 5013
November 8, 2012 For: Wawona Hotel Heating Replacement CIF 5013 Issued by: The Yosemite National Park Concessionaire Delaware North Companies Parks & Resorts at Yosemite, Inc. (DNC) Yosemite National Park
More informationDivision 00 Procurement and Contracting Requirements
SECTION 00 01 10 TABLE OF CONTENTS Division SECTION NO. VOLUME ONE Title SECTION TITLE Division 00 Procurement and Contracting Requirements 00 11 00 Invitation to Bidders 00 21 00 Instructions to Bidders
More information