JANUARY 23, 2017 ADDENDUM NO. 2 FOR SERVICING AND SUPPLYING OF ACTIVATED CHARCOAL FILTER CELLS FOR AIR HANDLING UNITS SPECIFICATION NO.

Size: px
Start display at page:

Download "JANUARY 23, 2017 ADDENDUM NO. 2 FOR SERVICING AND SUPPLYING OF ACTIVATED CHARCOAL FILTER CELLS FOR AIR HANDLING UNITS SPECIFICATION NO."

Transcription

1 JANUARY 23, 2017 ADDENDUM NO. 2 FOR SERVICING AND SUPPLYING OF ACTIVATED CHARCOAL FILTER CELLS FOR AIR HANDLING UNITS SPECIFICATION NO For which Bids were due in the office of the Chief Procurement Officer, Department of Procurement Services, Bid & Bond Room 103, City Hall, 121 N. LaSalle Street, Chicago, IL at 11:00 a.m., Central Time on January 27, The following additions and revisions are incorporated into the above-referenced Specification (the "Contract Documents") as noted. All other provisions and requirements as originally set forth, except as amended by previous addenda, remain in full force and are binding. Any additional work required by this Addendum shall conform to the applicable provisions of the original Contract Documents. BIDDER MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL EXECUTION PAGE. SECTION 1. NOTICE OF REVISIONS/CHANGES/CLARIFICATIONS BID OPENING HAS BEEN POSTPONED TO FEBRUARY 3, 2017 Change 1: Change 2: The Bid Opening Date has been postponed to February 3, For which Bids are due in the Department of Procurement Services, Bid & Bond Room, Room 103, City Hall, 121 N. LaSalle Street, Chicago, Illinois, 60602, at 11:00 a.m., Central Time. Delete the existing Section 5.14 and replace it in its entirety with the following revised Section 5.14: (subsection a. and b. have been updated) 5.14 Activated Charcoal Filter Cells (Line Items 1 18) For Line Items 1 through 18, pricing should be based on servicing and reactivating the existing charcoal. In the event additional virgin carbon is required to make up charcoal lost during the reactivation process, the Contractor will not be compensated for the lost carbon; however if the City requests replacement of the carbon media or the carbon media cannot be reactivated, only then, will the Contractor be compensated at the Line Item 23 bid price. The use of Line Item 23, purchase of raw (virgin) carbon must be preapproved by the Chicago Department of Aviation. The Contractor is responsible for the following services and must include each of these services in the unit cost for each Line Items 1 through 18: Page 1 of 5

2 a. Pre-and Post-Reactivation Testing Of Charcoal Filter Cells For each group of Air Handling Units (AHU) not to exceed 10 separate AHUs, the Contractor must take an appropriate random sample and perform all necessary tests to determine the presence of pollutants, contaminants and impurities in the charcoal. The Contractor is also responsible for determining if the charcoal is in compliance with the hardness, density, and size characteristics as specified in section Activated Charcoal Characteristics. The testing methods, at a minimum, shall be testing for EPA Toxicity Characteristic Leaching (TCLP) for Volatile Organic Compounds (VOCs), TCLP for Semivolatile Organic Compounds (SVOCs) and contact ph between 2 and 12. The sampling procedure consists of taking a 100 gram sample of the carbon from one Air Handling Unit (AHU) from each group of AHUs before and after reactivation. Each pre and post sample shall be tested for possible contaminants. The pre and post 100 gram sample test results shall be included in a detailed monthly report stating the findings of both tests for review by CDA prior to the installation of the carbon. The report must be submitted to CDA at the end of the month. A report of the testing results must be completed for testing done during the preceding month and must be submitted to CDA no later than three weeks into the following month. The report must contain the following: 1. Name, address, and telephone number of the laboratories (IEPA - Illinois Environmental Protection Agency certified or equivalent) which performed the tests. 2. Identification of pollutants, contaminants, and impurities by weight, volume or percentage, and/or deficiencies pertaining to physical characteristics as described in the Detailed Specification Activated Charcoal Characteristics. 3. Number of tests performed, location/building, Air Handling Unit IDs within the selected test group, and date(s) of the test(s). 4. Copies of laboratory tests results. If the pollutants, contaminants and/or impurities can be removed by the reactivation process, the carbon can then be reactivated. If the pollutants, contaminants, and/or impurities cannot be removed by the reactivation process and/or the charcoal does not meet the physical characteristics, the Contractor must legally dispose of the defective carbon and replace with new carbon. The Contractor must immediately submit a written action plan to the Commissioner to remedy the situation. The Contractor must include in its base bid price the cost of all tests and reports. b. Reactivation of Charcoal Filter Cells The Contractor must reactivate the spent charcoal of all Charcoal Filter Cells which exist at various locations at Chicago O Hare International Airport unless directed by the City to provide new virgin charcoal. The Contractor must reactivate the charcoal filter cells at a facility approved by the Commissioner which may be located anywhere in the Page 2 of 5

3 United States. Removal of spent charcoal from the charcoal filter cells, cleaning, reconditioning, refining and/or repairing the charcoal filter cells as specified must be done at the Contractor s facility. In order to safeguard the coconut shell charcoal being utilized in the Airport s charcoal filter cells against damage, contamination, exchange, loss and/or substitution that may result during packaging, loading, shipments, unloading, reactivation and storage, the Contractor must ensure that : The Airport s charcoal will be carefully segregated at loading and unloading dock for storage and shipments. The Airport s charcoal will be processed separately in order to eliminate any accidental commingling, contamination, exchange, and/or substitution. As the contract requires that the Contractor sample test the carbon from each group of Air Handling Units after the cells have been removed from service before reactivating the charcoal, the Contractor shall take a 100 gram sample for the reactivated carbon to then test the carbon again before refilling the cells with it, the Contractor will need to supply the carbon at the beginning of the contract in order to have enough carbon available to meet the one day turnaround from removal of a cell at the airport to its reinstallation the next business day at the airport. Therefore, at no additional cost to the City, the Contractor must, at the beginning of the contract, provide an adequate amount of virgin carbon to be used during the initial removal and replacement of the activated charcoal filter cells and then continue to utilize the surplus of reactivated charcoal thereafter during the life of the contract. At the conclusion of the contract the Contractor will retain possession of any surplus charcoal. The Contractor s charcoal processing agency must have significant experience in the reactivation of charcoal of the charcoal filter cells similar to those that exist at the Chicago O Hare International Airport. The Contractor s charcoal reprocessing facility must be in compliance with all the applicable Federal, U.S. EPA, OSHA, State and local rules and regulations. The Contractor further agrees and understands that the charcoal reprocessing (reactivation) agency must comply with all current and future Federal, State, OSHA and U.S. EPA rules and regulations and Local applicable laws and regulations. It is up to the Contractor to determine the proper equipment and procedure for reactivation however, it must be acceptable to the City. Activated Charcoal Filter Cells- Reactivation or of Charcoal Filter Cells must be in compliance with Federal, U.S. EPA, OSHA, State and Local applicable laws, rules and regulations. During the life of this Contract, if it is found that the Airport s charcoal has been contaminated, polluted, exchanged, mixed or substituted by the Contractor and/or its charcoal reprocessing agency with other agencies charcoal, the Contractor will be completely responsible for the cost of testing of all the activated charcoal filter cells of the Chicago O Hare International Airport at no cost to the City. Consequently, the Contractor must replace all the contaminated, substituted and/or unacceptable charcoal from the activated charcoal filter cells at no cost to the City. The Contractor must also pay the cost of all damages, losses, disruptions and inconvenience to the public health and safety, public property and the normal conduct of business that may occur at the Airport due to such negligence by the Contractor and/or its charcoal Page 3 of 5

4 reprocessing agency. c. Cleaning Of Cells All cells are to be scraped with a wire brush or similar tool to remove rust and/or scale from exterior surfaces. A high pressure (125 minimum-psig), small nozzle air hose is to be used to remove any contaminated activated charcoal from the internal parts of the cells. d. Painting of Cells All charcoal filter cells are to be repainted with one coat of Hanna XB 290, Benjamin Moore CM20 Rapid Dry Enamel, Sherwin Williams Industrial Enamel B54Z-400 Series, or approved equal, at a ratio of four parts thinner to one part paint. During the process of painting, extreme care must be exercised so that pores of the filters are not choked or clogged which could potentially restrict the flow of air. The cells are to be painted on an as needed basis and /or as directed by the Commissioner; at a minimum, each cell shall painted at least once during the term of the contract unless the given cell has been replaced by a new cell. During the Contract and at the conclusion of the Contract, all cells must be in good repair and the painted surfaces must be free of chips, nicks and rust. e. Refilling of Cells Refilling of cells with activated charcoal is to be arrived at by allowing no void spaces between the top of the charcoal and the end cap of the filter cells. New gaskets are to be used. Cells must be vibrated and void space filled to the top of an end cap before shipment. The Contractor must furnish all necessary labor, material, products, and equipment and disposal services for removing, reconditioning, refilling and replacing the activated charcoal filter cells, to fully conform to the Specifications. The Contractor, upon refurbishing the activated charcoal filter cells as hereinafter specified, must deliver and reinstall the cells at Chicago O Hare International Airport at the locations designated by the Commissioner. f. Activated Charcoal Characteristics The activated charcoal must meet the following characteristics: Carbon Tetrachloride Activity - 60% by weight (minimum); Carbon Tetrachloride Retentivity - 35% by weight (minimum); Hardness (strength) 95 %( minimum); Vibrated Apparent Density 0.50 g/ml (minimum); Kindling Point -340 C (minimum) Grains of irregular configuration Particle Size Distribution (Tyler Screen) - Nominal 4 x 8 Retained on 6 Mesh - 10% Max. Passing 6 retained on 8 Mesh - 40% Min. Passing 8 retained on 10 Mesh - 40% Min. Page 4 of 5

5 SECTION 2. QUESTIONS, RESPONSES AND CHANGES Question 1: Pre reactivation Does the airport want a TCLP test done on a sample per air handler with a separate lab report per air handler? Or do they require a sample from each air handler tested together as a representative sample on a monthly basis meaning would there be one lab report per month for multiple air handlers? Response 1 : Question 2: Response 2 : The TCLP test should be done for a group of Air Handling Units (AHU) not to exceed 10 separate AHUs at a time. The Contractor must take an appropriate random sample and perform all necessary tests to determine the presence of pollutants, contaminants and impurities in the charcoal. The Contractor shall submit a lab report per month for multiple AHUs during the Contract term. Post reactivation What type of test is the airport requiring for post reactivation? Is it a TCLP test or are they looking for a test that certifies the reactivated carbon? Is this per air handler (separate report per ahu) which would be very difficult or since carbon is typically reactivated in large volumes, would this be a representative sample of all the carbon in each batch that is reactivated, meaning one report per volume reactivation? CDA is looking for a test that certifies the reactivated carbon is free of pollutants, contaminants and impurities. The testing methods, at a minimum, shall be testing for EPA Toxicity Characteristic Leaching (TCLP) for Volatile Organic Compounds (VOCs), TCLP for Semivolatile Organic Compounds (SVOCs) and contact ph between 2 and 12. The Contractor shall submit a representative sample of all carbon reactivated in each batch, one report per batch. END OF ADDENDUM NO. 2 CITY OF CHICAGO JAMIE L. RHEE DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER Page 5 of 5

October 9, 2013 ADDENDUM No. 1 FOR

October 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 information

January 4, 2016 ADDENDUM NO. 1. For

January 4, 2016 ADDENDUM NO. 1. For January 4, 2016 ADDENDUM NO. 1 For CHICAGO O HARE INTERNATIONAL AIRPORT Maintenance, Repair, Replacement and New Installation of Combustion Control Systems for High Temperature Water (HTW) Generation System

More information

June 1, 2018 ADDENDUM NO. 1 SPECIFICATION NO FOR. Comprehensive Landscape Services Region VII Specification No

June 1, 2018 ADDENDUM NO. 1 SPECIFICATION NO FOR. Comprehensive Landscape Services Region VII Specification No June 1, 2018 ADDENDUM NO. 1 SPECIFICATION NO. 284964 FOR Comprehensive Landscape Services Region VII Specification No. 284964 This document contains: I. Revisions to the Specification II. Questions submitted

More information

JANUARY 25, 2016 ADDENDUM NO. 3 FOR. ORD Baggage Service Road Retaining Wall Repair

JANUARY 25, 2016 ADDENDUM NO. 3 FOR. ORD Baggage Service Road Retaining Wall Repair JANUARY 25, 2016 ADDENDUM NO. 3 FOR ORD Baggage Service Road Retaining Wall Repair Specifications and Contract Documents Number: 132110 CDA Project Number: H6163.15-02 For which bids are scheduled to be

More information

DEPARTMENT OF PROCUREMENT SERVICES - CITY OF CHICAGO DECEMBER 9, 2013 ADDENDUM NO. 1 FOR METERS AND REPLACEMENT PARTS FOR WATER METERS

DEPARTMENT OF PROCUREMENT SERVICES - CITY OF CHICAGO DECEMBER 9, 2013 ADDENDUM NO. 1 FOR METERS AND REPLACEMENT PARTS FOR WATER METERS DEPARTMENT OF PROCUREMENT SERVICES - CITY OF CHICAGO DECEMER 9, 2013 ADDENDUM NO. 1 FOR METERS AND REPLACEMENT PARTS FOR WATER METERS Specification No. 116187 For which ids were due in the Department of

More information

1993 Specifications CSJ SPECIAL SPECIFICATION ITEM Tunnel Painting

1993 Specifications CSJ SPECIAL SPECIFICATION ITEM Tunnel Painting 1993 Specifications CSJ 8075-18-005 SPECIAL SPECIFICATION ITEM 4514 Tunnel Painting 1. Description. This Item shall govern for the painting of the walls and ceiling of a tunnel. The intent is to provide

More information

PARKING ENFORCEMENT SERVICES. Specification No

PARKING ENFORCEMENT SERVICES. Specification No DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO May 29, 2018 ADDENDUM NO. 2 This document contains: REQUEST FOR PROPOSAL (RFP) PARKING ENFORCEMENT SERVICES Specification No. 562237 I. Notice of Proposal

More information

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building. ADDENDUM #1 EXTERIOR REPAIRS YOUTH SERVICES BUREAU 63 LINDEN STREET MANCHESTER, CT 06040 BID #15/16-68 S/P+A PROJECT NO. 15.207 DATE: March 15, 2016 The following changes to the Drawings and Project Specifications

More information

ADDENDUM NUMBER 1 SPECIFICATION NUMBER: POLICE VEHICLES

ADDENDUM NUMBER 1 SPECIFICATION NUMBER: POLICE VEHICLES ADDENDUM NUMBER 1 SPECIFICATION NUMBER: 98480 POLICE VEHICLES For which bids (without pricing) must be submitted to the Bid and Bond Room, City Hall, 121 North LaSalle Street, Room 301, Chicago, Illinois

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

April 8, 2015 ADDENDUM NO. 2 FOR. Structural Bridge Repair at O Hare and Midway International Airports SPECIFICATION NO RFQ Number: 4722

April 8, 2015 ADDENDUM NO. 2 FOR. Structural Bridge Repair at O Hare and Midway International Airports SPECIFICATION NO RFQ Number: 4722 April 8, 2015 ADDENDUM NO. 2 FOR Structural Bridge Repair at O Hare and Midway International Airports SPECIFICATION NO. 124208 RFQ Number: 4722 For which Bids were due in the office of the Chief Procurement

More information

SPECIFICATIONS - DETAILED PROVISIONS Section Bolted Steel Tanks for Water Storage C O N T E N T S

SPECIFICATIONS - DETAILED PROVISIONS Section Bolted Steel Tanks for Water Storage C O N T E N T S SPECIFICATIONS - DETAILED PROVISIONS Section 13312 - Bolted Steel Tanks for Water Storage C O N T E N T S PART 1 - GENERAL... 1 1.01 REQUIREMENT... 1 1.02 QUALITY ASSURANCE... 2 1.03 SUBMITTALS... 2 1.04

More information

Bidders Name: DOCUMENT 330 BID FORM

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

More information

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

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

More information

Addendum No. 1. City of Chicago Department of Water Management Bureau of Engineering Services

Addendum No. 1. City of Chicago Department of Water Management Bureau of Engineering Services 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. 13-202 SPECIFICATION NO.

More information

DEAN + TYLER + BURNS ARCHITECTURE

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

More information

APPENDIX A TECHNICAL SPECIFICATIONS FORM ITN FACILITIES REPAIR AND MAINTENANCE OF GENERATORS

APPENDIX A TECHNICAL SPECIFICATIONS FORM ITN FACILITIES REPAIR AND MAINTENANCE OF GENERATORS SCOPE OF WORK It is intent of JEA to to obtain a qualified Contractor to perform the scheduled and emergency repair and maintenance of over 506 generators throughout the JEA service territory in the following

More information

JULY 11, 2016 ADDENDUM NO. 4 FOR DECORATING SERVICES FOR SEASONAL DISPLAY AND SPECIAL EVENTS SPECIFICATION NO

JULY 11, 2016 ADDENDUM NO. 4 FOR DECORATING SERVICES FOR SEASONAL DISPLAY AND SPECIAL EVENTS SPECIFICATION NO JULY 11, 2016 ADDENDUM NO. 4 FOR DECORATING SERVICES FOR SEASONAL DISPLAY AND SPECIAL EVENTS SPECIFICATION NO. 138460 For which Bids are due in the office of the Chief Procurement Officer, Department of

More information

TOWN OF BLOOMSBURG Columbia County, Pennsylvania TOWN HALL EXTERIOR TRIM PAINTING PROJECT BID SPECIFICATIONS

TOWN OF BLOOMSBURG Columbia County, Pennsylvania TOWN HALL EXTERIOR TRIM PAINTING PROJECT BID SPECIFICATIONS TOWN OF BLOOMSBURG Columbia County, Pennsylvania TOWN HALL EXTERIOR TRIM PAINTING PROJECT BID SPECIFICATIONS PART 1 GENERAL CONDITIONS A. INSTRUCTIONS TO BIDDERS INVITATION TO BID TOWN HALL EXTERIOR TRIM

More information

PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM 1 AND RETURN WITH YOUR BID. FAILURE TO ACKNOWLEDGE THIS ADDENDUM COULD CONSTITUTE REJECTION OF YOUR BID.

PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM 1 AND RETURN WITH YOUR BID. FAILURE TO ACKNOWLEDGE THIS ADDENDUM COULD CONSTITUTE REJECTION OF YOUR BID. Office of the Vice President 971 Elmore Drive and Chief Financial Officer PO Box 115250 Procurement Services Gainesville, FL 32611-5250 http://purchasing.ufl.edu/ (352) 392-1331 Fax 352-392-8837 April

More information

Specification: , Pipe, Fittings, Valves and Accessories

Specification: , Pipe, Fittings, Valves and Accessories November 25, 2013 ADDENDUM NO. 1 FOR PIPE, FITTINGS, VALVES AND ACCESSORIES SPECIFICATION NO. 116811 RFQ NO. 4419 For which bids are scheduled to open in the Bid & Bond Room 301, City Hall, 121 N. LaSalle

More information

Bolton & Menk, Inc Premier Drive Mankato, MN June 2, 2015

Bolton & Menk, Inc Premier Drive Mankato, MN June 2, 2015 ADDENDUM NO. 1 City of Saint James, MN Tower Coating Improvements Bid Date: June 5, 2015 Bid Time: 2:00 p.m. BMI Project No. M17.110096 Bolton & Menk, Inc. 1960 Premier Drive Mankato, MN 56001 June 2,

More information

ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1

ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1 ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1 Plan holders of the F. HOEFLICH DITCH PETITION PROJECT NO. 142 are hereby notified

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION EVERETT MIDDLE SCHOOL ADDENDUM NO.

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION EVERETT MIDDLE SCHOOL ADDENDUM NO. SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION ADDENDUM NO. 1 PROJECT: 450 CHURCH STREET DATE: 13 FEBRUARY 2015 San Francisco, 94114 OWNER:

More 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

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

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

More information

MENTOR/PROTÉGÉ PROGRAM

MENTOR/PROTÉGÉ PROGRAM MENTOR/PROTÉGÉ PROGRAM UNDER 2-92-445, 2-92-535 and 2-92-740 LAST UPDATED: March 6, 2018 Chief Procurement Officer Jamie L. Rhee 1. These Rules pertain to the implementation of the City's for MBEs and

More information

Public Private Partnerships. Chicago Federation of Labor

Public Private Partnerships. Chicago Federation of Labor Public Private Partnerships Chicago Federation of Labor Illinois AFL-CIO - Neutral Chicago Federation of Labor - Neutral Individual Unions Some individual Building and Construction Trade Unions supported

More information

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

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

More information

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

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

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

Newport News Shipbuilding Contractor Environmental, Health and Safety Resource Manual Paint Tracking Requirements

Newport News Shipbuilding Contractor Environmental, Health and Safety Resource Manual Paint Tracking Requirements Newport News Shipbuilding Contractor Environmental, Health and Safety Resource Manual Paint Tracking Requirements Newport News Shipbuilding Page 1 PAINT TRACKING REQUIREMENTS 1. Applicability This section

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Water Slides Renovation/Restoration The Mundelein Park and Recreation District hereby requests bids for cleaning, waxing, and polishing the interior of three (3) water slides. Cleaning,

More information

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009

More information

ADDENDUM # 1 TO: FROM:

ADDENDUM # 1 TO: FROM: ADDENDUM # 1 TO: FROM: SUBJECT: DATE: bidders Somsri Bond, RA, LEEDap Assistant Architect for Research, University Architect s Office 20180123 - EA802 - Whitewater Hall - Rms 221,223,225-Interior Finishes

More information

CITY OF CHICAGO - DEPARTMENT OF PROCUREMENT SERVICES FRIDAY, JUNE 22, 2012 ADDENDUM NO. 2 REQUEST FOR PROPOSAL ( RFP ) FOR. Post Payment Energy Audit

CITY OF CHICAGO - DEPARTMENT OF PROCUREMENT SERVICES FRIDAY, JUNE 22, 2012 ADDENDUM NO. 2 REQUEST FOR PROPOSAL ( RFP ) FOR. Post Payment Energy Audit CITY OF CHICAGO - DEPARTMENT OF PROCUREMENT SERVICES FRIDAY, JUNE 22, 2012 ADDENDUM NO. 2 To REQUEST FOR PROPOSAL ( RFP ) FOR Post Payment Energy Audit SPECIFICATION NO.: 105201 For which Proposals are

More information

SEND ALL PROPOSALS DIRECTLY TO THE ADDRESS SHOWN BELOW.

SEND ALL PROPOSALS DIRECTLY TO THE ADDRESS SHOWN BELOW. REQUEST FOR PROPOSALS RFP# 2018-02 TITLE: PAINTING SERVICES ISSUSING AGENCY: TOWN OF WALLACE 316 East Murray Street Wallace, North Carolina 28466 ISSUE DATE: January 11, 2019 IMPORTANT NOTE: Indicate firm

More information

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

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

More information

NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL. PROJECT NAME: Anna High School Additions and Renovations. CLIENT NAME: Anna ISD. LOCATION: Anna, Texas

NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL. PROJECT NAME: Anna High School Additions and Renovations. CLIENT NAME: Anna ISD. LOCATION: Anna, Texas NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME: Anna High School Additions and Renovations CLIENT NAME: Anna ISD LOCATION: PROJECT NUMBER: 1772-01-01 PROPOSAL DATE: Thursday, June 14, 2018,

More information

TECHNICAL SPECIFICATIONS FOR LIQUID AMMONIUM SULFATE

TECHNICAL SPECIFICATIONS FOR LIQUID AMMONIUM SULFATE TECHNICAL SPECIFICATIONS FOR LIQUID AMMONIUM SULFATE 1. GENERAL The intent and purpose of this specification document is to provide for the delivery of liquid ammonium sulfate to TAMPA BAY WATER, a Regional

More information

Purchase Order and Quality Clauses

Purchase Order and Quality Clauses Purchase Order Clauses P01) DELIVERY PAPERWORK - shipments are to include all material traceability, packing sheets, certifications and test reports when the shipment arrives on our dock. Tech Manufacturing

More information

JUDD STREET LIFT STATION DEWATERING CONTRACT

JUDD STREET LIFT STATION DEWATERING CONTRACT JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,

More information

RENOVATIONS SIMPLE FORM FOR APARTMENT ALTERATIONS

RENOVATIONS SIMPLE FORM FOR APARTMENT ALTERATIONS RENOVATIONS SIMPLE FORM FOR APARTMENT ALTERATIONS To: 200 East 16th Street Housing Corp. c/o Orsid Realty Corp. 1740 Broadway New York, NY 10019 Re: Apartment No. 200 East 16th Street New York, NY 10003

More information

MAY 19, 2017 ADDENDUM NO. 3 FOR

MAY 19, 2017 ADDENDUM NO. 3 FOR MAY 19, 2017 ADDENDUM NO. 3 FOR REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT AT-RISK SERVICES FOR O HARE 21 AT O HARE INTERNATIONAL AIRPORT SPECIFICATION NO. 376113 For which Statements

More information

A D D E N D U M N O. 1

A D D E N D U M N O. 1 A D D E N D U M N O. 1 TO: PROJECT: All Prospective Bidders (LVJ) Signage, Gate and Pavement Marking Improvements TxDOT CSJ No. Project No. 007250 (0500.051.000) ISSUE DATE: October 25, 2017 The following

More information

ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015

ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015 ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015 To all prospective bidders: This Addendum is part of the Bid Documents and modifies the

More information

Supplier Quality Requirements Master List

Supplier Quality Requirements Master List Master List 1. Certificate Of Conformance: Certificate of Conformance must accompany each shipment. This certificate must include part numbers, standard / specification, latest applicable revision level

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

THERMO-LAG 3000 ARCHITECTURAL SPECIFICATION SUBLIMING FIRE RESISTANT MATERIAL ELECTRICAL RACEWAYS

THERMO-LAG 3000 ARCHITECTURAL SPECIFICATION SUBLIMING FIRE RESISTANT MATERIAL ELECTRICAL RACEWAYS THERMO-LAG 3000 Electrical ARCHITECTURAL SPECIFICATION SUBLIMING FIRE RESISTANT MATERIAL ELECTRICAL RACEWAYS PART 1 GENERAL 1.1 DESCRIPTION A. This section includes specifications for applying subliming,

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

3. Delete Sales Contract Exhibit 1-1, Price Proposal Page, and replace with the attached Revised Exhibit 1-1, Price Proposal Page.

3. Delete Sales Contract Exhibit 1-1, Price Proposal Page, and replace with the attached Revised Exhibit 1-1, Price Proposal Page. Metra... The way to really fly. 547 W Jackson Boulevard Chicago, IL 60661 312.322.6900 TTY 1 312.322.6774 September 16, 2016 Subject: Invitation for Bid No. 50544 Sale I Scrapping of Bi-Level Commuter

More information

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

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

More information

SPECIFIER SHALL REMOVE COMMENTS IN BOLD TEXT PRIOR TO SUBMITTING.

SPECIFIER SHALL REMOVE COMMENTS IN BOLD TEXT PRIOR TO SUBMITTING. This guide specification is to be used to develop an office master specification or specification for a project. In either case, this guide specification must be edited to fit the conditions of use. Particular

More information

SUPPLIER QUALITY REQUIREMENTS

SUPPLIER QUALITY REQUIREMENTS SUPPLIER QUALITY REQUIREMENTS Revision B January 2017 This document establishes general and special product assurance requirements clauses for use on the Purchase Order and is part of the Terms and Conditions

More information

PROJECT SPECIFICATIONS FOR THE REMOVAL OF PCB AND MERCURY

PROJECT SPECIFICATIONS FOR THE REMOVAL OF PCB AND MERCURY PROJECT SPECIFICATIONS FOR THE REMOVAL OF PCB AND MERCURY MARSHALL COURTS PHASE IV AND V 741 34 TH STREET NEWPORT NEWS, VIRGINIA ECS PROJECT NO. 47:3961 FOR VIA DESIGN ARCHITECTS, PC JUNE 9, 2017 PROJECT

More information

Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief

Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief 305.01 Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief Fiscal Officer. This document shall serve to enable responsible

More information

FORM Rexnord Industries, LLC Aerospace Division. Subject: Supplier Quality Assurance Requirements

FORM Rexnord Industries, LLC Aerospace Division. Subject: Supplier Quality Assurance Requirements Page: 1 of 5 This document establishes product assurance requirements for all supplies ordered under the Purchase Order, of which this form is part of, to assure that such supplies conform to required

More information

March 3, Addendum No. 1

March 3, Addendum No. 1 March 3, 2017 Addendum No. 1 North Branch Riverwalk: Underbridge Connection at Addison Street from Clark Park to California Park CDOT Project No. E-9-121 Specification No. 133860 For which proposals will

More information

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No PART 1 GENERAL 1.1 RELATED DOCUMENTS REQUIREMENTS COMMON TO ALL WORK CATEGORIES 1. Drawings and general provisions of the Contract, including General Special Conditions and other Division 1 Specification

More information

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

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

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-58 Issue Date: July 24, 2018 Project Name: Diesel Tank Mold Removal

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

VILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES. Part I: Proposal Information

VILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES. Part I: Proposal Information VILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES Part I: Proposal Information A General Information The Village of Vernon Hills is soliciting proposals for construction

More information

PURCHASING DEPARTMENT. Project # Addendum # # of Pages Original Issue Date. 7 (including title page) March 3, 2017

PURCHASING DEPARTMENT. Project # Addendum # # of Pages Original Issue Date. 7 (including title page) March 3, 2017 PURCHASING DEPARTMENT The bid listed below has had addenda issued. Documents are available over the Internet at http://www.norwalkct.org Adobe Acrobat reader is required to view this document. If you do

More information

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library I INVITATION TO BID FLOORING MATERIALS The is accepting sealed bids for the purchase and installation of Flooring Materials at the until 2:30 p.m. (our clock) on November 28, 2016 at City Hall located

More information

Striping Special Provisions

Striping Special Provisions Revised Standard Specifications Striping Special Provisions Special attention is directed to the revised Standard Specifications contained within Book 3 of the RFP (Provided in Bid Package). Standard Specification

More information

106 CONTROL OF MATERIALS SECTION 106 CONTROL OF MATERIALS

106 CONTROL OF MATERIALS SECTION 106 CONTROL OF MATERIALS SECTION 106 CONTROL OF MATERIALS 106.1 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS a. Sources of Supply. (1) Use sources of supply that will generate materials that meet quality requirements. Sources of

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

333-90TH STREET DALY CITY. CA ADDENDUM #1 CONTRACT BID DOCUMENTS FOR DOELGER SENIOR CENTER BOILER REPLACEMENT (101 LAKE MERCED BOULEVARD)

333-90TH STREET DALY CITY. CA ADDENDUM #1 CONTRACT BID DOCUMENTS FOR DOELGER SENIOR CENTER BOILER REPLACEMENT (101 LAKE MERCED BOULEVARD) CITY OF DALYCITY 333-90TH STREET DALY CITY. CA 9401 5-1895 PHONE: (650)99 1-8000 ADDENDUM #1 CONTRACT BID DOCUMENTS FOR DOELGER SENIOR CENTER BOILER REPLACEMENT (101 LAKE MERCED BOULEVARD) IN AND FOR THE

More information

CUMBERLAND COUNTY IMPROVEMENT AUTHORITY CUMBERLAND COUNTY SOLID WASTE COMPLEX SOIL ACCEPTANCE PROTOCOL

CUMBERLAND COUNTY IMPROVEMENT AUTHORITY CUMBERLAND COUNTY SOLID WASTE COMPLEX SOIL ACCEPTANCE PROTOCOL CUMBERLAND COUNTY IMPROVEMENT AUTHORITY CUMBERLAND COUNTY SOLID WASTE COMPLEX SOIL ACCEPTANCE PROTOCOL This protocol establishes procedures to be followed by waste generators petitioning the Cumberland

More information

ZONE 7 WATER AGENCY CWS 5 TURNOUT REPLACEMENT PROJECT # ADDENDUM NO. 3 April 02, 2019

ZONE 7 WATER AGENCY CWS 5 TURNOUT REPLACEMENT PROJECT # ADDENDUM NO. 3 April 02, 2019 ZONE 7 WATER AGENCY CWS 5 TURNOUT REPLACEMENT PROJECT # 275-18 ADDENDUM NO. 3 April 02, 2019 This Addendum No. 3 ( Addendum ) is dated the date set forth above and modifies certain Bidding Documents issued

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HIGH SERVICE PUMP REPAIR ADDENDUM 3

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HIGH SERVICE PUMP REPAIR ADDENDUM 3 SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: D. Anthony Rubin Date Issued: April 15, 2014 BID NO.: 14-7033 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HIGH SERVICE PUMP REPAIR ADDENDUM

More information

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

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

More information

SECTION LOW-VOLTAGE TRANSFORMERS

SECTION LOW-VOLTAGE TRANSFORMERS PART 1 GENERAL 1.1 DESCRIPTION SECTION 26 22 00 SPEC WRITER NOTE: Use this section only for NCA projects. Delete between // // if not applicable to project. Also, delete any other item or paragraph not

More information

COTULLA-LA SALLE COUNTY AIRPORT TERMINAL BID FORM

COTULLA-LA SALLE COUNTY AIRPORT TERMINAL BID FORM BID FORM TxDOT CSJ No. 16TBCOTLA Project Description: A new freestanding Airport Terminal building of approximately 3,780 SF with private offices, pilot lounge area, small storage, and restrooms to be

More information

March 28, Addendum #4 IFB SA 1713 POTOMAC MILLS T23 WATER TANK REHABILITATION

March 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 information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

NORTH HARRIS COUNTY REGIONAL WATER AUTHORITY GROUND STORAGE. Section GROUND STORAGE TANK (GST) MODIFICATIONS, CLEANING AND DISINFECTION

NORTH 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 information

3. If required, the contractor shall provide signs which comply with the Americans with Disabilities Act Accessibility Guidelines (ADAAG).

3. If required, the contractor shall provide signs which comply with the Americans with Disabilities Act Accessibility Guidelines (ADAAG). PART 1: GENERAL 1.01 Scope of Standard A. This standard provides general guidance concerning the specific preferences of Texas State University for signage designed and configured for exterior site installation.

More information

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities. Advertisement for Bids

REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities. Advertisement for Bids REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities Advertisement for Bids Bell County Water Control & Improvement District No. 1 (District) is soliciting Request for Bids for asphalt paving and

More information

Special Provision No. 911F04 March 1997

Special Provision No. 911F04 March 1997 COATING STEEL RAILING SYSTEM(S) - Item No. Special Provision No. 911F04 March 1997 Definitions, Elimination of Pre-Start Material Sample, Material Requirements, Operational Constraints, Time Between Surface

More information

SECTION POLYCHLORINATED BIPHENYLS (PCB) REMOVAL

SECTION POLYCHLORINATED BIPHENYLS (PCB) REMOVAL SECTION 18200 POLYCHLORINATED BIPHENYLS (PCB) REMOVAL PART 1 GENERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division

More information

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02 2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: March 3, 2015 To: Prospective Contractors From: Jack Fleming, PE City of El Centro 1275 W. Main St. El Centro, CA 92243 Telephone:

More information

INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to: For legal address, contact contracting office.

INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to: For legal address, contact contracting office. INSTRUCTIONS TO BIDDERS PART ONE: GENERAL 1.1 Bid Proposals/Invitation to Tender 1.1.1 Sealed proposals shall be addressed to: For legal address, contact contracting office. and delivered enclosed in a

More information

Addendum # 1 Perdue Stadium Seating Bowl Improvements Date of Addendum: 09/07/16

Addendum # 1 Perdue Stadium Seating Bowl Improvements Date of Addendum: 09/07/16 Wicomico County Purchasing 125 N. Division St. Room B-3 Salisbury, MD 21801 Ph. 410-548-4805 Fax 410-334-3130 Email: purchasing@wicomicocounty.org Addendum # 1 Perdue Stadium Seating Bowl Improvements

More information

ALL PROSPECTIVE CONTRACTORS, PLAN ROOMS AND SUPPLIERS

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

More information

PURCHASE ORDER SUPPLEMENT

PURCHASE ORDER SUPPLEMENT PURCHASE ORDER SUPPLEMENT The following supplementary provisions as noted on the purchase order shall be applicable to the furnishing of the goods and services covered by the attached purchase order. The

More information

NEW YORK, N.Y. I0004 DIVISION OF MATERIEL. NOTICE =OF- ADDENDUM ADDENDUM #1

NEW YORK, N.Y. I0004 DIVISION OF MATERIEL.  NOTICE =OF- ADDENDUM ADDENDUM #1 NEW YORK, N.Y. I0004 DIVISION OF MATERIEL www.mta.infolnyctlprocurelnyctproc.htm NOTICE =OF- ADDENDUM ADDENDUM #1 BID OPENlNGlDUE DATE: AUG. 10,2010 2 Broadway New York, NY 10004 Thomas F. Prendergast

More information

TRIAD ENGINEERING CONSULTANTS, INC.

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

More information

Statement of Work Tree Planting Services 202 Parkway, Montgomery County

Statement of Work Tree Planting Services 202 Parkway, Montgomery County Statement of Work Tree Planting Services 202 Parkway, Montgomery County SPECIAL PROVISIONS Governing Specifications Service Requirements Purchase Order Validity Period Option to Renew Option to Extend

More information

REVISED SECTION REINFORCING STEEL FOR CONCRETE STRUCTURES. Approved:

REVISED SECTION REINFORCING STEEL FOR CONCRETE STRUCTURES. Approved: To: SUPERSEDED BY EB 06-057 EFFECTIVE 05/03/07 New York State Department of Transportation ENGINEERING INSTRUCTION EI 03-030 Title: REVISED SECTION 556 - REINFORCING STEEL FOR CONCRETE STRUCTURES Approved:

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

John Barton Architect, LLC

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

More information

AMSC N/A FSC 8030 DISTRIBUTION STATEMENT A. Approved for public release; distribution is unlimited.

AMSC N/A FSC 8030 DISTRIBUTION STATEMENT A. Approved for public release; distribution is unlimited. INCH POUND 4 April 1991 SUPERSEDING MIL T 5544B 24 February 1964 1. SCOPE MILITARY SPECIFICATION THREAD COMPOUND, ANTISEIZE, GRAPHITE PETROLATUM This specification is approved for use by all Departments

More information

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

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

More information

Purchase Order Quality Clause SCC20 Revision E, Effective 1/20/2015

Purchase Order Quality Clause SCC20 Revision E, Effective 1/20/2015 Clause A - Quality System Requirements All references to the term Government in any of the documents referenced below shall be replaced with the term Curtiss-Wright and/or the Government. All references

More information

ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN April 21, 2014 ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents for

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

ADDENDUM No. 1. ITB No Mack Pool Interior Ceiling and Trim Painting. Due: March 31, 2015, 2:00 P.M.

ADDENDUM No. 1. ITB No Mack Pool Interior Ceiling and Trim Painting. Due: March 31, 2015, 2:00 P.M. ADDENDUM No. 1 ITB No. 4370 Mack Pool Interior Ceiling and Trim Painting Due: March 31, 2015, 2:00 P.M. The following changes, additions, and/or deletions shall be made to the Invitation to Bid for Mack

More information