TO ALL HOLDERS OF PLANS AND SPECIFICATIONS:

Size: px
Start display at page:

Download "TO ALL HOLDERS OF PLANS AND SPECIFICATIONS:"

Transcription

1 ABCD October 27, 2016 TO ALL HOLDERS OF PLANS AND SPECIFICATIONS: 102 Asma Boulevard Suite 305 Lafayette, LA (337) LA WATS(800) FAX (337) RE: South Sewage Treatment Plant Improvements Phase II Part A Sludge Dewatering Facilities Lafayette Consolidated Government Lafayette Utilities System (DSA No ) ATTENTION: Attached is ADDENDUM NO. 1 for the subject project. Please include it in your set of specifications and consider it when making your bid. Sincerely, DOMINGUE, SZABO & ASSOCIATES, INC. ^ Chris Richard, PE CKR/ Enclosure(s) S:\ \ \ADDENDUM\4568 ADDENDUM 1 TRANS LETTERHEAD DOCX

2 ADDENDUM TO CONTRACT DOCUMENTS AND SPECIFICATIONS South Sewage Treatment Plant Improvements Phase II Part A Sludge Dewatering Facilities Lafayette Consolidated Government Lafayette Utilities System (DSA No ) ADDENDUM NO. 1 October 27, 2016 The following items shall take precedence over referenced to counterparts in the specifications, contract drawings and any other documents in conflict herewith. NOTE: BIDDER IS REQUIRED TO ACKNOWLEDGE RECEIPT OF ADDENDUM IN THE SPACE PROVIDED ON THE BID FORM Item No. 1 Refer to the Specifications and Contract Documents, Section NOTICE TO CONTRACTORS; NOTE the bid date has been changed. Bids will be taken until 10:00 a.m. Central Time on the 16 th day of November Item No. 2 Refer to the Specifications and Contract Documents, Section Reciprocating Positive Displacement Pumps; DELETE the furnishing of the 5 reciprocating positive displacement pumps. The 5 pumps will be provided by the Owner to the Contractor for installation on this project. The Contractor shall include all work associated with installation of the pumps provided by the Owner as specified in the contract documents and shown on the plans including all labor, equipment, tools, and materials associated with coordination of delivery, unloading, storing, installing, supervision, electrical, controls, field painting, piping, gauges, supports, pads, coordination of start-up and training, etc. The only items being deleted from the bid are the furnishing of the pumps from suction flange to discharge flange, pump spare parts, O&M manuals, davit crane and winch. Item No. 3 Refer to the Specifications and Contract Documents, Section Piping, Section Page 3; DELETE paragraph 6 Polyvinyl Chloride (PVC) 2 and Smaller and REPLACE with the following paragraph: Polyvinyl Chloride (PVC) 3 and Smaller: 160 psi working pressure, SDR 26, conforming to ASTM D2241 IPS, pipe shall be furnished with elastomeric gasketed joints and shall be NSF approved for potable water applications. Item No. 4 Refer to the Specifications and Contract Documents, Section Piping; ADD the following paragraph: Fittings for PVC (2 and smaller): Brass goods and fittings shall be made of red brass of composition All threads shall be standard in Addendum No. 1

3 accordance with AWWA Standard C-800 for service fittings and shall be manufactured by established manufacturers regularly engaged in the manufacture of brass water fittings. Item No. 5 Refer to the Specifications and Contract Documents, Section Vertical Turbine Pumps; ADD the following paragraph: Each pump shall be furnished with a column or "CAN" to house the pump bowl section below the base of the pump station slab. The CAN shall be a minimum of 24 in diameter with 1/2" thick walls and equipped with a 1/2 thick by 3 wide collar for installation in the pump station floor. The length of the CAN shall be sufficient to provide the pump manufacturer's recommended minimum clearance for the total length of the pump stages required while operating at the minimum water level in the pump station shown on the drawings. The length of the CAN shown on the drawings is a minimum; the pump manufacturer may provide longer CANS as required. The pump manufacturer shall verify ALL CAN dimensions with the pump being provided to ensure that the pump operates as specified (e.g. entrance velocity, non-cavitating, etc). If a different diameter or length of CAN is required for the pump being provided, the manufacture shall provide the appropriate CAN at no direct pay. The CAN shall be supplied by the pump manufacturer. For painting of CAN, refer to Section Painting. Item No. 6 As a GENERAL NOTE OF CLARIFICATION Buried 2 EPW piping shall be PVC. Item No. 7 Refer to the Plans, Sheets 4: Contractor shall assume that up to 18 of unsuitable material will be removed and disposed of off-site. Item No. 8 Item No. 9 Refer to the Plans, Sheet 25. DELETE reference to 2 gate valves. All PVC valves used for polymer or polymer solution shall be 2 true union ball valves. Refer to the Plans, Sheet 32. NOTE OF CLARIFICATION: Pump cans shall be a minimum of 24 diameter by 6-8 long. The pump manufacturer shall verify can dimensions for pump performance issues and increase if needed at no direct pay. Item No. 10 Refer to the Plans, Sheet 33. DELETE reference to PVC EPW piping. 8 and 4 EPW piping shall be ductile iron pipe. Item No. 11 Refer to the Plans, Sheet E1.02 Electrical Site Plan Dewatering Building; a. Replace entire sheet with the attached revised Sheet E1.02R1. See clouded area for light pole foundation detail. b. Pole Lights P1 and P2 and wall lights W shall be circuited to Panel HSD-7. Contractor to provide a battery backed up astronomical time clock for the lighting circuit. Circuit to be ¾ conduit with 3 #12. Item No. 12 Refer to the Plans, Sheet E2.01 Electrical First Floor Lighting; a. Emergency lighting circuit to be tied to HSD Addendum No. 1

4 Item No. 13 Refer to the Plans, Sheet E2.02 Electrical Second Floor Lighting; a. Emergency lighting circuit to be tied to HSD-5. Item No. 14 Refer to the Plans, Sheet E4.02 Electrical Panel Schedules and Details; a. Cable schedule Cables C1153A and C1153B: Remove Ultrasonic and replace with Pressure Transducer. b. Cable schedule Cables C1140 shall be a 7c18 from S/S to the SCADA Main Control Panel. c. Cable Schedule Cables C1140A, C1140B and C1140C, shall be from the VFD Sludge Transfer Pump to the SCADA Main Control Panel. d. Camera Pole Detail Clarification: Pole height and mounting height of camera shall be Item No. 15 A copy of the minutes of the Pre-bid Meeting is attached as Exhibit A. Item No. 16 PRIOR APPROVAL LIST: The following manufacturers equipment may be considered for use on this project (they have received prior approval subject to the following): The Engineer may allow minor deviations subject to the Engineer s judgment as to whether such deviations would detract from the quality, reliability or function of the equipment. The equipment manufacturer shall be responsible for any and all redesign required to accommodate their equipment. All drawings and calculations detailing the deviations from the plans and specifications shall be submitted to the Engineer with the shop drawings for approval. Drawings must be in AutoCad 2015 or more recent format and must be stamped by an Engineer licensed in the State of Louisiana. Submit both hard copies and electronic copies for approval. Prior approval of other manufacturers equipment shall in no way relieve the Contractor of responsibility for submitting the specified shop drawings for approval or complying fully with ALL provisions of the specifications and drawings Addendum No. 1

5 If prior approved equipment is used, the contractor shall, at his own expense, make any changes or additions in the structures, piping, electrical, etc. as necessary to accommodate the equipment. If engineering is required due to substitution of prior approved equipment, the contractor shall furnish and pay for all such engineering services. No qualifications or exceptions listed in prior approval submittals shall in any way alter or serve as substitute provisions relative to this contract. Section Description of Items Approved Mfr Bridge Crane and Monorail Hoist CES/Gaffey All Cranes Standard Crane & Hoist OMI Crane Systems Louisiana Crane & Electrical Services Fabricated Gates Whipps, Inc Progressive Cavity Pumps Moyno Instrumentation and Controls Tesco Controls, Inc. Received by: Signed: Dated: Company: FAX THIS SIGNED PAGE TO DOMINGUE, SZABO & ASSOCIATES, INC. AT ; OR RESPOND TO ACKNOWLEDGING RECEIPT OF ADDENDUM End of Addendum No. 1 ABCD Addendum No. 1

6 1304 BERTRAND DRIVE SUITE A6 LAFAYETTE, LOUISIANA (337) * FAX (337) Mechanical Contact: SHANE HERNANDEZ shane@meconsulting.com Electrical Contact: SCOTTY BAUDOIN scotty@meconsulting.com PROJECT No.:

7 October 25, 2016 EXHIBIT A RE: South Sewage Treatment Plant Improvements Phase II Part A Sludge Dewatering Facilities Lafayette Consolidated Government Lafayette Utilities System (DSA No ) The meeting was convened at 2:00 p.m. on Thursday, October 20, 2016 at the South Sewage Treatment Plant. A list of attendees is attached. 1. The Project Design Team was Introduced as follows: Domingue, Szabo & Associates, Inc. Chris Richard, PE, Project Manager Sarah Richard, E.I. Design Engineer M&E Consulting (Mechanical and Electrical Engineers) David Carroll, PE, Corne Lemaire (Architect) Paul Lemaire, AIA Lafayette Utilities System was represented by; James Meaux, Project Engineer Todd Guidry, Operations Supervisor David Bertrand, Maintenance Supervisor 2. The bid date was discussed. The bid opening is scheduled for 10:00 a.m. on November 2, The engineer s estimate of probable construction cost is $4.65 million. 4. Contract time is 365 calendar days. 5. Shawn Moore with LCG Purchasing Department went over the requirements for bidding. Those submitting electronic bids will not need to submit a hard copy at bid time, but a hard copy will need to be submitted within 48 hours of the bid opening. 6. The scope of the project was discussed. 7. Site Security was discussed. Site shall remain secure and fencing will need to be maintained at all times. All work on the City s wastewater plant site will be coordinated with the City. 8. Site clearing was discussed. The entire site shall be cleared, graded and areas outside of work area stabilized first. Piping in area of future digesters shall also be completed early in the process. Second Phase of improvements at the plant will likely begin construction before this project is complete (separate bid). Page 1 S:\ \ \Correspondence\Pre bid Meeting Minutes docx

8 9. Submittal of as-built drawings was discussed. The contractor shall submit progress as-builts with each pay request, mostly for underground utilities and other items that cannot be documented later. A complete set of as-builts will be submitted upon completion of the project. 10. Payment for stored materials was discussed. Stored materials will be paid for if the invoices are submitted and verified by the engineer and the material is stored at a secure site. Some material may be stored at the South Sewage Treatment Plant. The contractor will be responsible for coordination with the City for storage at the plant. 11. Permits were discussed. The permits from the Office of the State Fire Marshal and the Louisiana Department of Health have been obtained. The plans have been submitted and reviewed by LCG Metro Code. The Contractor will be required to obtain the necessary permits from LCG Metro Code for construction. 12. Addendum No. 1 was discussed. The meeting minutes of the prebid meeting will be issued with Addendum No Deadline for prior approval is Monday October 24, 2016 at 2:00 PM. 14. Clearing of the site on the north east side of the plant across the plant entrance drive was discussed. The contractor will be allowed to use this area for staging if desired. Upon completion of the clearing, grading, seeding, fencing and the establishment of vegetation, the Contractor may request that the City accept the area for maintenance. Upon an inspection and recommendation by the Engineer, the City will accept the area for lawn maintenance. Note if the City accepts the area for maintenance, the Contractor will not be allowed to use the area for any construction activity. 15. The warranty was discussed. ALL warranties (contractor and manufacturer) shall commence on the date of recordation of the final acceptance of the entire project. The General Contractor shall make all necessary arrangements with subcontractors, manufacturers, suppliers and others providing warranties to coordinate the terms of the specified warranties upon the date of recordation of final acceptance. All cost associated with extensions of warranties as required to meet this requirement shall be included in the base bid. Unless stated otherwise in the specifications, all warranties (contractor and manufacturer) shall be for a period of one year. 16. Pre-bid visitation was discussed. Anyone wishing to visit the plant site shall coordinate the visit with Todd Guidry ( ). 17. The meeting was adjourned and all interested parties were invited to visit the project site. These minutes are a general summary of topics discussed at the subject meeting. Any comments, requested revisions, or omissions should be brought to the attention of Chris Richard with Domingue, Szabo & Associates, Inc. and should be in writing. Revised minutes will be issued if significant revisions or additions are required. Sincerely, DOMINGUE, SZABO & ASSOCIATES, INC. ^ Chris Richard, P.E. xc: Plan Holders Page 2 S:\ \ \Correspondence\Pre bid Meeting Minutes docx

9

10

TITLE: Construction Services for the US-1 South Re-Pump and Booster Pump Station Project

TITLE: 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 information

ASHCROFT 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 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 information

ADDENDUM #1 Dated: August 14, Lubna Drive Water Booster Station Effective Water Storage Improvements Project Town of Christiansburg

ADDENDUM #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 information

RIVER OAKS PUMP STATION RENOVATIONS/MODIFICATIONS, PHASE II for the LAFAYETTE CONSOLIDATED GOVERNMENT LAFAYETTE, LOUISIANA (DS&A #4628.

RIVER OAKS PUMP STATION RENOVATIONS/MODIFICATIONS, PHASE II for the LAFAYETTE CONSOLIDATED GOVERNMENT LAFAYETTE, LOUISIANA (DS&A #4628. ADDENDUM TO CONTRACT DOCUMENTS AND SPECIFICATIONS RIVER OAKS PUMP STATION RENOVATIONS/MODIFICATIONS, PHASE II for the LAFAYETTE CONSOLIDATED GOVERNMENT LAFAYETTE, LOUISIANA (DS&A #4628.02) ADDENDUM NO.

More information

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION

RFB # 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 information

ADDENDUM NO. 5. Except as hereinafter specified, the work shall be in accordance with the drawings and specifications.

ADDENDUM NO. 5. Except as hereinafter specified, the work shall be in accordance with the drawings and specifications. ADDENDUM NO. 5 ITB-CD-CME-16-10 Southern Well Field Expansion: Equip 5 Wells and New Raw Water Main Phase 2 ISSUE DATE: August 22, 2016 DUE DATE: August 25, 2016 @ 2:00 p.m. SUBJECT: Addendum No. 5 INTENT:

More information

ADDENDUM NO.2 REQUEST FOR PROPOSALS FOR CITY OF PALM COAST

ADDENDUM 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 information

SPECIAL SPECIFICATION 3504 Septic Tank System

SPECIAL SPECIFICATION 3504 Septic Tank System 1993 Specifications CSJ s 3136-01-126, etc. & 0683-01-070, etc. SPECIAL SPECIFICATION 3504 Septic Tank System 1. Description. This Item shall govern for all materials, equipment and labor necessary for

More information

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02620 PART 1 GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required to install High Density Polyethylene (HDPE) pressure pipe, fittings, and appurtenances

More information

INVITATION FOR BID FOR GENERAL CONTRACTORS

INVITATION FOR BID FOR GENERAL CONTRACTORS INVITATION FOR BID FOR GENERAL CONTRACTORS Arlington Public Schools Purchasing Department BID TITLE: BID #: ARLINGTON PUBLIC SCHOOLS REMOVAL AND REPLACEMENT OF THE STADIUM BLEACHERS AND PRESS BOX AT WAKEFIELD

More information

CITY OF TACOMA Department of Public Utilities Tacoma Power

CITY OF TACOMA Department of Public Utilities Tacoma Power CITY OF TACOMA Department of Public Utilities Tacoma Power ADDENDUM NO. 2 DATE: August 11, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0130F TPU Eductor Waste Decant Facility NOTICE TO ALL

More information

ADDENDUM TO CONTRACT DOCUMENTS AND SPECIFICATIONS. Wastewater Treatment Plant Upgrade For the City of Youngsville, LA

ADDENDUM TO CONTRACT DOCUMENTS AND SPECIFICATIONS. Wastewater Treatment Plant Upgrade For the City of Youngsville, LA ADDENDUM TO CONTRACT DOCUMENTS AND SPECIFICATIONS Wastewater Treatment Plant Upgrade - 2008 For the City of Youngsville, LA ADDENDUM NO. 1 May 4, 2010 The following items shall take precedence over referenced

More information

legend. #1 is a gas relief valve? If so does Enbridge supply with station?

legend. #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 information

SECTION POLYVINYL CHLORIDE (PVC) WATERLINE

SECTION POLYVINYL CHLORIDE (PVC) WATERLINE SECTION 02632 POLYVINYL CHLORIDE (PVC) WATERLINE PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required, and install polyvinyl chloride (PVC) waterline,

More information

ADDENDUM NO. 1 MILES CITY WASTEWATER IMPROVEMENTS PHASE II PART 3, Section 3.9, Subsection A Please Modify the following subsection to read:

ADDENDUM NO. 1 MILES CITY WASTEWATER IMPROVEMENTS PHASE II PART 3, Section 3.9, Subsection A Please Modify the following subsection to read: ADDENDUM NO. 1 PHASE II-2016 Date of Addendum: June 7, 2016 Date of Bid Opening: June 14, 2016 CONTRACT DOCUMENTS AND SPECIFICATIONS 1. TECHNICAL SPECIFICATIONS Section 02221-Trench Excavation and Backfill

More information

CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION

CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION ADDENDUM #4 DATE: 02/08/2016 PROJECT: CONTRACT No: 40604 BID DATE, TIME: 02/11/2016, 2:00PM NOTICE TO ALL CONTRACTORS

More information

ADDENDUM #1 TO THE SPECIFICATION FOR THE CONSTRUCTION OF THE 115KV STONEBREAK RD. TRANSITION STATION THE TOWN OF MALTA AND A PORTION OF THE 115KV

ADDENDUM #1 TO THE SPECIFICATION FOR THE CONSTRUCTION OF THE 115KV STONEBREAK RD. TRANSITION STATION THE TOWN OF MALTA AND A PORTION OF THE 115KV ADDENDUM #1 TO THE SPECIFICATION FOR THE CONSTRUCTION OF THE 115KV STONEBREAK RD. TRANSITION STATION IN THE TOWN OF MALTA AND A PORTION OF THE 115KV LUTHER FOREST STATION IN THE TOWN OF STILLWATER SARATOGA

More information

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

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 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

CITY OF PUNTA GORDA, FLORIDA

CITY OF PUNTA GORDA, FLORIDA CITY OF PUNTA GORDA, FLORIDA PHONE: (941) 575-3351 FAX: (941) 575-3340 EMAIL: pgpurch@pgorda.us PROCUREMENT DIVISION 326 West Marion Avenue Punta Gorda, Florida, 33950 October 9, 2014 SOLICITATION #F2013124/CONS-PIPEREPL/WWTP

More information

INVITATION FOR BID (IFB):

INVITATION FOR BID (IFB): DATE: May 8, 2018 ADDENDUM NO. 1 INVITATION FOR BID (IFB): B180022132 RPD Furnish & Install Ballistic Glass Lobby Counters IFB #B180022132 WAS ISSUED: Wednesday April 25, 2018 RECEIPT DATE: May 23, 2018

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

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

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

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

More information

GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM

GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM 1. GENERAL 1.01 DESCRIPTION GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM A. The Contractor shall furnish all labor, equipment and materials necessary

More information

SECTION 501 GRAVITY SEWERS. U. No pipe length used shall be less than 5 feet.

SECTION 501 GRAVITY SEWERS. U. No pipe length used shall be less than 5 feet. SECTION 501 GRAVITY S PART 2 MATERIALS 2.1 PIPE SIZE, TYPE, AND STRENGTH D. Only concrete or polyvinyl chloride sewer pipe shall be used for sewer line construction unless otherwise approved by the City

More information

March 6, Subject: Addendum No. 2 Invitation for Bid No Toyota Park Transit Center Phase II. Ladies and Gentlemen:

March 6, Subject: Addendum No. 2 Invitation for Bid No Toyota Park Transit Center Phase II. Ladies and Gentlemen: March 6, 2018 Subject: Addendum No. 2 Toyota Park Transit Center Phase II Ladies and Gentlemen: This Addendum No. 2 is being issued to provide responses to questions submitted by potential bidders and

More information

SECTION PACKAGE BOOSTER PUMP STATIONS

SECTION PACKAGE BOOSTER PUMP STATIONS SECTION 331223 PACKAGE BOOSTER PUMP STATIONS Scope: The Contractor shall install a pump station at two locations to be determined by the Owner. These pump stations shall be designed to deliver flow to

More information

APPENDIX C TECHNICAL SPECIFICATIONS HIGH DENSITY POLYETHYLENE (HDPE) PIPE AND FITTINGS

APPENDIX C TECHNICAL SPECIFICATIONS HIGH DENSITY POLYETHYLENE (HDPE) PIPE AND FITTINGS PART 1 GENERAL 1.01 DESCRIPTION: C TECHNICAL SPECIFICATIONS HIGH DENSITY POLYETHYLENE (HDPE) PIPE AND FITTINGS Scope This section specifies high density polyethylene pipe (HDPE) and fittings for water

More information

SECTION ADDENDUM NUMBER ONE

SECTION ADDENDUM NUMBER ONE Softball Field Repairs and Upgrades 03 February 2012 University of South Carolina Upstate State Project Number: H34-I350 DP3 Architects Project Number: 11124 GENERAL INFORMATION SECTION 00 09 10 ADDENDUM

More information

University 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 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 information

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum

More information

Request for Proposal # Cane Creek Park Fiber Optic Cable Upfit

Request for Proposal # Cane Creek Park Fiber Optic Cable Upfit Request for Proposal # 2018-049 Cane Creek Park Fiber Optic Cable Upfit ADDENDUM NO. 1 ISSUE DATE: February 2, 2018 Bidders on this project are hereby notified that this Addendum shall be attached to and

More information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA ****************************************************************************************************

More information

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

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

More information

ALL BIDDERS shall acknowledge receipt of this Addendum No. 1 on the BID FORM or the BID will be deemed to be invalid for the purposes of this project.

ALL BIDDERS shall acknowledge receipt of this Addendum No. 1 on the BID FORM or the BID will be deemed to be invalid for the purposes of this project. LOS ANGELES COMMUNITY COLLEGES 770 Wilshire Boulevard, Los Angeles, CA 90017 Telephone: 213/891-2000 CITY EAST HARBOR MISSION PIERCE SOUTHWEST TRADE TECHNICAL VALLEY WEST ADMINISTRATIVE OFFICES Date: October

More information

Section FLUSHING HYDRANTS

Section FLUSHING HYDRANTS STANDARD SPECIFICATION Section 02520 PART 1 GENERAL 1.01 SUMMARY This Section includes: A. Flushing hydrants. B. Adjustment of flushing hydrants and gate valves. 1.02 MEASUREMENT AND PAYMENT A. Unit Prices.

More information

December 2, Enclosed is Addendum No. 1 to SEPTA's Sealed Bid No AMJP Frazer Shop & Yard Expansion Contract 2 (Re-Bid GC).

December 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 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

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:

More information

SECTION PIPE & PIPE FITTINGS PART 1 GENERAL

SECTION PIPE & PIPE FITTINGS PART 1 GENERAL SECTION 02610 PIPE & PIPE FITTINGS PART 1 GENERAL 1.01 DESCRIPTION A. This Section includes the material and bedding requirements for all pipe and pipe fittings for underground pressure and non-pressure

More information

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project I INVITATION TO BID Water Distribution Department The Water Distribution Department is accepting sealed bids for a until 2:45 p.m. (our clock) on March 8, 2018 at City Hall located at 110 Main Street,

More information

Model Specifications for Sclairpipe High Density Polyethylene (HDPE) Pipe

Model Specifications for Sclairpipe High Density Polyethylene (HDPE) Pipe This publication is intended for use as a guide to support the designer of piping systems. The recipient is encouraged to independently verify all information and agrees that such information is not to

More information

DGR PROJECT NUMBER:

DGR PROJECT NUMBER: P:\08\010\25\DWG\PIPELINE\TITLE.DWG Plot Date: 8/18/2014 1:52 PM 220TH ST. 210TH ST. 200TH ST. 190TH ST. IRONWOOD AVE. JACKSON AVE. 180TH ST. HWY 75 170TH ST. STANDPIPE "S" ROCK RAPIDS CITY OF HWY 9 DRAWINGS

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

Please acknowledge receipt of both Addendum No. 0 1 (issued

Please 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 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. Jefferson County Housing Authority Replacement of Sewer Pumps at Terrace Manor 2 ADDENDUM 1 PART 1 - GENERAL Project: Replacement of Sewer Pumps at Terrace Manor 2 Owner: Jefferson County Housing Authority

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

CITY OF GRAND RIVERS LIVINGSTON COUNTY, KENTUCKY

CITY OF GRAND RIVERS LIVINGSTON COUNTY, KENTUCKY CONTRACT I CONTRACT II CONTRACT III WASTEWATER TREATMENT PLANT INFLUENT PUMP STATION, FORCE MAIN, AND WATER MAIN EXTENSION WWTP & INFLUENT PUMP STATION ELECTRICAL CITY OF GRAND RIVERS LIVINGSTON COUNTY,

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: OWNER: Shell and Core Improvements-1235 Mission Scope 1: Stairs DATE: December 29, 2017 1235 Mission Street San Francisco, California SFUSD Project

More information

Hennepin County Transportation Department ADDENDUM

Hennepin County Transportation Department ADDENDUM Hennepin County Transportation Department ADDENDUM TO PLANS, SPECIFICATIONS AND SPECIAL PROVISIONS FOR SPAN WIRE AL REPLACEMENTS HENNEPIN COUNTY TRANSPORTATION DEPARTMENT (To be opened Tuesday, February

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 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 Cosumnes River College

More information

Invitation to Bid # CC Project Title: High Zone 5.0 Million Gallon Reinforced Concrete Culinary Water Tank Project No.

Invitation 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 information

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS (PRESSURE PIPE)

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS (PRESSURE PIPE) SECTION 02623 HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS (PRESSURE PIPE) PART 1 - GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install high density

More information

Closing Time: 2:00 P.M. CST, Friday, September 14, 2018 Opening Time: 2:01 P.M. CST, Friday, September 14, 2018

Closing Time: 2:00 P.M. CST, Friday, September 14, 2018 Opening Time: 2:01 P.M. CST, Friday, September 14, 2018 CITY OF WACO Purchasing Services Post Office Box 2570 Waco, Texas 76702-2570 Phone: 254-750-8062 Fax: 254-750-8063 KaseyG@wacotx.gov www.waco-texas.com Date: 09/10/2018 RFB No: 2018-052 Commodity: Greenleaf

More information

All Prospective Bidders. SUBJECT: Addendum #2. DATE: April 8, Huntley High School Athletic Field Improvements Bid Release #2

All Prospective Bidders. SUBJECT: Addendum #2. DATE: April 8, Huntley High School Athletic Field Improvements Bid Release #2 TO: All Prospective Bidders SUBJECT: Addendum #2 DATE: April 8, 2013 PROJECT: Huntley High School Athletic Field Improvements Bid Release #2 OWNER: Consolidated School District #158 Algonquin, IL CONSTRUCTION

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

NOTE TO PROSPECTIVE BIDDERS CONTRACT FOR HURRICANE ISAAC DAMAGE RENOVATION TO THE PONTCHARTRAIN CENTER. LH&J PROJECT No G

NOTE TO PROSPECTIVE BIDDERS CONTRACT FOR HURRICANE ISAAC DAMAGE RENOVATION TO THE PONTCHARTRAIN CENTER. LH&J PROJECT No G NOTE TO PROSPECTIVE BIDDERS CONTRACT FOR HURRICANE ISAAC DAMAGE RENOVATION TO THE PONTCHARTRAIN CENTER LH&J PROJECT No. 11-145G July 2, 2014 SEALED BIDS WILL BE RECEIVED BY THE CITY OF KENNER IN THE PURCHASING

More information

Colorado River Aqueduct Pumping Plants 230 kv Disconnect Switches Replacement

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

More information

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 BIDDERS OF RECORD, CONSULTANTS, OWNER:

ALL BIDDERS OF RECORD, CONSULTANTS, OWNER: ADDENDUM NUMBER ONE for Project No.: U-787-14-1 State Permanent Improvement Project No.: H27-Z167 COLUMBIA, SOUTH CAROLINA PREPARED BY: The Boudreaux Group 1330 Lady Street, Columbia, SC 29201 DATE OF

More information

SECTION 1 GENERAL NOTES

SECTION 1 GENERAL NOTES ISSUE DATE NOVEMBER 1st, 2011 SECTION 1 Page List Page Number Page Title COVER COVER GN-01 PAGE 1 GN-02 PAGE 2 GN-03 PAGE 3 GN-04 PAGE 4 GN-05 PAGE 5 GN-06 PAGE 6 GN-07 PAGE 7 : 1. (CCU) STANDARD SPECIFICATIONS

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

More information

VALLECITOS WATER DISTRICT SECTION POLYVINYL CHLORIDE (PVC) PRESSURE PIPE

VALLECITOS WATER DISTRICT SECTION POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART 1 - GENERAL 1.1 DESCRIPTION A. This section designates the requirements for the manufacture and installation of polyvinyl chloride, abbreviated PVC, pressure pipe. 1.2 RELATED WORK SPECIFIED ELSEWHERE

More information

Snow Removal Equipment Storage Building

Snow Removal Equipment Storage Building June 6, 2011 ADDENDUM 2 (Rev.1) For Snow Removal Equipment Storage Building URS Project No. 25338534 Prepared For 2933 Airport Blvd. Abilene, TX 79602 Prepared By URS Corporion 1950, North Stemmons Freeway

More information

Amendments to the 2002 Water System Standards

Amendments to the 2002 Water System Standards Amendments to the 2002 Water System Standards Description WSS Section Modified Approval Date Polyethylene Encasement and Division 200, Section 202 - Ductile Iron Pipe, 11/17/2016 Exterior Coating Fittings,

More information

PLUMBING BUILDING SCOPE OF WORK

PLUMBING BUILDING SCOPE OF WORK PLUMBING BUILDING SCOPE OF WORK 1. The Contractor shall furnish all supervision, materials, labor, equipment, tools, supplies, incidental items, including construction cleanup, etc for accomplishing the

More information

1ARCHITECTURE TABLE OF CONTENTS

1ARCHITECTURE TABLE OF CONTENTS TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00 0102 COVER 00 0107 SEALS PAGE 00 0111 TABLE OF CONTENTS DIVISION 01 - GENERAL REQUIREMENTS 01 1000 01 2000 01 2100 01 2300 01

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

Generator for Maintenance/Police Complex

Generator for Maintenance/Police Complex NOTICE TO ALL BIDDERS ADDENDUM NO. 1 TO TUCSON AIRPORT AUTHORITY 11/29/2018 In accordance with the Project Specifications and Contract Documents, and as noted in the Instructions to Bidders, Bidders on

More information

City of San Juan Bautista Well 6 Project ADDENDUM No. 1 July 6, 2018

City of San Juan Bautista Well 6 Project ADDENDUM No. 1 July 6, 2018 City of San Juan Bautista Well Project AENUM No. 1 July, 018 Notice is hereby given that the Bid ocuments for this project have been revised as prescribed by this Addendum. All bidders shall comply with

More information

Camino Real Regional Utility Authority Doña Ana County, New Mexico. CDM Smith Project No ADDENDUM NO.

Camino Real Regional Utility Authority Doña Ana County, New Mexico. CDM Smith Project No ADDENDUM NO. 6001 Indian School Road NE, Suite 310 Albuquerque, NM 87110 tel: 505243-3200 fax: 505243-2700 Camino Real Regional Utility Authority Doña Ana County, New Mexico CDM Smith Project No. 155410-213779 ADDENDUM

More information

TWIN VALLEY PUMP STATION IMPROVEMENTS - CITY OF FARMINGTON FARMINGTON, MI 48335

TWIN VALLEY PUMP STATION IMPROVEMENTS - CITY OF FARMINGTON FARMINGTON, MI 48335 TWIN VALLEY PUMP STATION IMPROVEMENTS - CITY OF FARMINGTON FARMINGTON, MI 48335 BIDS TO BE RECEIVED UNTIL 1:00 P.M., LOCAL TIME, WEDNESDAY, OCTOBER 28, 2015, AT THE OFFICE OF THE CITY CLERK LOCATED AT

More information

SOLICITATION ADDENDUM NO. 1 RFP THE FOLLOWING CHANGES TO THE ABOVE CITED SOLICITATION ARE ANNOUNCED.

SOLICITATION ADDENDUM NO. 1 RFP THE FOLLOWING CHANGES TO THE ABOVE CITED SOLICITATION ARE ANNOUNCED. Beaverton School District Capital Program Purchasing 16550 SW Merlo Road, Beaverton, OR 97006 Phone: 503-591-4539 SOLICITATION ADDENDUM NO. 1 RFP 15-0013 THE FOLLOWING CHANGES TO THE ABOVE CITED SOLICITATION

More information

RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE 2 BRIDGE STRUCTURE EXTENSIONS. Manassas Regional Airport ADDENDUM NO. 2

RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE 2 BRIDGE STRUCTURE EXTENSIONS. Manassas Regional Airport ADDENDUM NO. 2 RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE 2 BRIDGE STRUCTURE EXTENSIONS Manassas Regional Airport ADDENDUM NO. 2 April 19, 2013 This Addendum is hereby made a part of the Contract Documents and Specifications

More information

OSNI PONCA OFFICE REMODEL

OSNI PONCA OFFICE REMODEL OSNI PONCA OFFICE REMODEL PROJECT MANUAL OCTOBER 2016 SCHEMMER PROJECT NO. 06571.002 OSNI PONCA OFFICE REMODEL TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000115 LIST OF DRAWING

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

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion City of Tacoma Tacoma Public Utilities Tacoma Power REQUEST FOR BIDS PG14-0667F Alder Lake Park Sewage Treatment Expansion Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, April 14, 2015 Submittal

More information

TECHNICAL SPECIAL PROVISION FOR FINANCIAL PROJECT ID:

TECHNICAL SPECIAL PROVISION FOR FINANCIAL PROJECT ID: TECHNICAL SPECIAL PROVISION FOR 1001 WATER DISTRIBUTION SYSTEM FINANCIAL PROJECT ID: 200105-7-52-01 The official record of this Technical Special Provision is the electronic file signed and sealed under

More information

2. Question: Could not find a detail for Type A3 Expansion Joints? Answer: A Type A3 Expansion Joint detail has been added to sheet C4.7.

2. Question: Could not find a detail for Type A3 Expansion Joints? Answer: A Type A3 Expansion Joint detail has been added to sheet C4.7. February 3, 207 Office of the Director of Purchasing: Shelly Albert Purchasing Officer ADDENDUM NO. 3 RECONSTRUCTION OF SEVEN PARKING LOTS AT THE SCHOOL OF DENTAL MEDICINE LOCATED ON THE ALTON CAMPUS OF

More information

All subcontractor bidders are responsible for assuring that their subcontractors and vendors are properly apprised of the contents of this Addendum.

All subcontractor bidders are responsible for assuring that their subcontractors and vendors are properly apprised of the contents of this Addendum. ADDENDUM NUMBER: 2 PROJECT: UNC Charlotte Residence Hall Phase XIV - Elevator Bid Package DATE: May 28, 2015 OWNER: UNC Charlotte ARCHITECT: FWA Group NOTICE TO BIDDERS: This addendum is issued prior to

More information

2. A preconstruction meeting with the TWA s staff is required prior to initiating construction.

2. A preconstruction meeting with the TWA s staff is required prior to initiating construction. General: 1. Construct utilities in accordance to TWA approved plans and shop drawings. Any deviation from the approved plans shall be approved by the DEVELOPER S ENGINEER and TWA 2. A preconstruction meeting

More information

Section LANDSCAPE IRRIGATION

Section LANDSCAPE IRRIGATION Section 02811 PART 1 G E N E R A L 1.01 SECTION INCLUDES A. Pipe and fittings, valves, sprinkler heads, and accessories. B. Control system. 1.02 MEASUREMENT AND PAYMENT A. Unit Prices. 1. Payment for landscape

More information

SUBJECT: ADDENDUM No. 1 FILE: Finished Water Pump Station Electrification Phase 2 WT7074

SUBJECT: 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 information

IMMEDIATE RESPONSE REQUESTED

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

More information

INVITATION TO BID. August 3, Dear Vendor,

INVITATION TO BID. August 3, Dear Vendor, INVITATION TO BID August 3, 2016 Dear Vendor, Enclosed you will find a bid package for a Route 13 Water Main Project Materials for the City of Seaford. All pertinent information is contained within. The

More information

ADDENDUM NO. 3. Project: GREENE COUNTY FSMF DOT BID PACKAGE #1

ADDENDUM NO. 3. Project: GREENE COUNTY FSMF DOT BID PACKAGE #1 ADDENDUM NO. 3 Project: GREENE COUNTY FSMF DOT-170005 BID PACKAGE #1 Index of Contents Addendum No. 3... 3 Pages Pre-Bid Meeting Agenda... 4 Pages Pre-Bid Meeting EDGE Requirements... 2 Pages Pre-Bid Meeting

More information

SECTION GENERAL ELECTRICAL REQUIREMENTS PART 1- GENERAL

SECTION GENERAL ELECTRICAL REQUIREMENTS PART 1- GENERAL 1.01 DESCRIPTION SECTION 16000 GENERAL ELECTRICAL REQUIREMENTS PART 1- GENERAL A. This Section includes the general provisions applicable to electrical work and testing of the completed electrical systems.

More information

1. B16.1 Cast Iron Pipe Flanges and Flanged Fittings, Class C 111 Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings

1. B16.1 Cast Iron Pipe Flanges and Flanged Fittings, Class C 111 Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings SECTION 33 34 00 SANITARY FORCE MAIN PART 1 GENERAL 1.1 SCOPE OF WORK A. This section specifies the requirements for furnishing and installing sanitary force main and appurtenances. The pipe shall be of

More information

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 The original Contract Documents entitled BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT are amended

More information

Attendees: Trey Storms, Veolia Water. Barbara Brown:

Attendees: Trey Storms, Veolia Water. Barbara Brown: Veolia Water Milwaukee LLC Jones Island Water Reclamation Facility, Effluent Service Water Pump #5 Discharge Valve Replacement Public Bid No. 36973 Thursday, June 29, 2017, 9:30 a.m Pre-bid Minutes Attendees:

More information

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL Page 312 VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS-12-01 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the IL ROUTE

More information

SYSTEM WIDE EXPANSION FACILITIES IMPROVEMENTS SOUTHEAST WATER USERS DISTRICT MANTADOR, NORTH DAKOTA MARCH 2017

SYSTEM WIDE EXPANSION FACILITIES IMPROVEMENTS SOUTHEAST WATER USERS DISTRICT MANTADOR, NORTH DAKOTA MARCH 2017 ADDENDUM NO. 1 APRIL 7, 2017 FOR This document was originally issued and sealed by Ryan Grubb, PE, Registration Number PE-10393 on 04-07-2017 and the original documents are stored at the office of Advanced

More information

DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO. January 2, 2018 ADDENDUM NO. 1 FOR

DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO. January 2, 2018 ADDENDUM NO. 1 FOR DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO January 2, 2018 ADDENDUM NO. 1 FOR Median and Boulevard Landscape Maintenance and Services North Region This document contains: Specification No. 220844

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

B. Pumps are to be manufactured by Flygt Pumps. No substitutes will be considered.

B. Pumps are to be manufactured by Flygt Pumps. No substitutes will be considered. I. General Requirements A. This bid is for furnishing and delivering pumps for use at the Southeast Pollution Control Treatment Plant, Cesar Chavez Pump Station, Channel Pump Station, Bruce Flynn Pump

More information

CITY OF TAMPA ADDENDUM NO. 1. DATE: September 15, Contract 11-C-00001; Wastewater Sewer Rehabilitation by Cured-in-Place Pipe (C.I.P.P.

CITY OF TAMPA ADDENDUM NO. 1. DATE: September 15, Contract 11-C-00001; Wastewater Sewer Rehabilitation by Cured-in-Place Pipe (C.I.P.P. CITY OF TAMPA Pam Iorio, Mayor CONTRACT ADMINISTRATION DEPARTMENT David L. Vaughn, AIA, Director ADDENDUM NO. 1 DATE: September 15, 2010 Contract 11-C-00001; Wastewater Sewer Rehabilitation by Cured-in-Place

More information

III. TECHNICAL SPECIFICATIONS DIVISION 56 BORED PIPE

III. TECHNICAL SPECIFICATIONS DIVISION 56 BORED PIPE III. TECHNICAL SPECIFICATIONS DIVISION 56 BORED PIPE PART I - GENERAL 56.01 SCOPE: The Contractor shall furnish all labor, material, equipment and supplies and shall perform all work necessary for the

More information

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT December 7, 2017 Please find the following addendum to the below mentioned BID. Addendum No.: 3 Bid#: 622-95-17-61-2 Project Name: Bedico Timberlane

More information

PROJECT NAME: NAVAJO TRIBAL UTILITY AUTHORITY WASTEWATER TREATMENT PLANT UPGRADES

PROJECT NAME: NAVAJO TRIBAL UTILITY AUTHORITY WASTEWATER TREATMENT PLANT UPGRADES Solutions for Today Vision for Tomorrow ADDENDUM 5 DATE: June 16, 2016 PROJECT NAME: NAVAJO TRIBAL UTILITY AUTHORITY WASTEWATER TREATMENT PLANT UPGRADES PROJECT NO. 115111 TO: ALL PLAN HOLDERS OF RECORD

More information