MILL CREEK / PEAKS BRANCH / STATE THOMAS DRAINAGE RELIEF TUNNEL PROJECT

Size: px
Start display at page:

Download "MILL CREEK / PEAKS BRANCH / STATE THOMAS DRAINAGE RELIEF TUNNEL PROJECT"

Transcription

1 ADDENDUM NO. 1 for MILL CREEK / PEAKS BRANCH / STATE THOMAS DRAINAGE RELIEF TUNNEL PROJECT Project Numbers PB06T523, PB06T524, PB06T525, PB06T536, TW12S769 DWU Contract Numbers F / F August 9, 2017 Page 1 Date: August 9, 2017 To: All Bidders Subject: Addendum No. 1 to the Contract Documents for MILL CREEK / PEAKS BRANCH / STATE THOMAS DRAINAGE RELIEF TUNNEL PROJECT Project Numbers PB06T523, PB06T524, PB06T525, PB06T536, TW12S769 DWU Contract Numbers F / F The following constitutes ADDENDUM No. 1 to the Special Provisions and Proposal, and/or Contract Documents for the referenced project. 1. Revised the following in the Advertisement for Bids and Notice to Bidders Item X. Delivering Bids:... WILL BE RECEIVED AT THE OFFICE OF THE PURCHASING AGENT OF THE CITY OF DALLAS, TEXAS, CITY HALL, ROOM 3FN, 1500 MARILLA STREET, UNTIL 1:00 PM ON FRIDAY, THE 8th DAY OF SEPTEMBER, 2017, AND WILL BE PUBLICLY OPENED AND READ AT 2:00 PM ON FRIDAY, THE 8th DAY OF SEPTEMBER, 2017, BY THE PURCHASING AGENT. LATE BIDS WILL BE RETURNED UNOPENED. 2. Notice to Bidders Item D - Pre-bid and Post-Bid Inquiries: Delete the last sentence of this item and replace with the following: Prebid inquiries must be submitted by noon on August 25, Inquiries received after this date may be ignored. 3. The slides presented at the Pre-bid meeting may be downloaded at the following webpage: 4. The sign-in sheet for the Pre-bid meeting may be downloaded at the following webpage: 5. A video of the Pre-bid meeting may be downloaded at the following webpage: TWM-FRM-241 Revision: 2 Effective Date: 5/13/16 Document Name: Addendum Letter

2 ADDENDUM NO. 1 for MILL CREEK / PEAKS BRANCH / STATE THOMAS DRAINAGE RELIEF TUNNEL PROJECT Project Numbers PB06T523, PB06T524, PB06T525, PB06T536, TW12S769 DWU Contract Numbers F / F August 9, 2017 Page 2 6. A list of M/WBE vendors, based on the commodity codes for this project, may be downloaded at the following webpage: Please note that companies listed in Notice to Bidders paragraph F are unavailable to assist the Bidders in the preparation of their bid and to assist the successful bidder in the prosecution of the work due to their current or past involvement on the project, even if they are included in the aforementioned list of M/WBE vendors. 7. Attached is the plan-holders list as of August 8, (Addendum No. 1 p-7 through p-12) 8. Attached are responses to questions received via . (Addendum No. 1 p-13 through p-16) 9. Delete SPECIAL PROVISION A-17 in its entirety and replace with the attached SPECIAL PROVISION A-17. (Addendum No. 1 p-17 and p-18) 10. Delete the second paragraph of SPECIAL PROVISION A-29 and replace with the following: Forms 1, 7, 8, 24, and 25 shall be completed and submitted with the bid. 11. Delete the fourth paragraph of SPECIAL PROVISION A-61 and replace with the following: The CONTRACTOR shall provide armed security personnel at Site O whenever personnel employed by the OWNER or Owner's Agents are present at Site O. Armed security personnel shall have no responsibilities other than security when personnel of the Owner or Owner s Agents are present at Site O. 12. Add the following SPECIAL PROVISION A-62: A-62 CONFLICT OF INTEREST Contractor and its employees, agents or associates are required to make regular, timely, continual and full disclosures to the Director of all significant outside interests and responsibilities that may give rise to a direct or indirect conflict of interest, including, but not limited to, any and all significant outside interests and responsibilities that could reasonably be expected to impair independence of judgment in Contractor s performance of all of the services under this Contract. Such disclosures must be made no later than ten (10) days following the event giving rise to the potential or actual conflict of interest for the duration of the TWM-FRM-241 Revision: 2 Effective Date: 5/13/16 Document Name: Addendum Letter

3 ADDENDUM NO. 1 for MILL CREEK / PEAKS BRANCH / STATE THOMAS DRAINAGE RELIEF TUNNEL PROJECT Project Numbers PB06T523, PB06T524, PB06T525, PB06T536, TW12S769 DWU Contract Numbers F / F August 9, 2017 Page 3 Contract term. A potential or actual conflict of interest exists when commitments and obligations to the City or widely recognized professional norms are likely to be compromised in Contractor s performance of its duties under this Contract by the existence of Contractor s other professional or business relationships, contracts, obligations, or commitments. Failure to disclose such a conflict of interest may result in the City s immediate termination of this Contract by the City Manager. 13. Delete SPECIAL PROVISION B-22, BID ITEM NO. 2, and replace with the following: BID ITEM NO. 2 DELETE TUNNEL FROM STATION TO STATION AND ASSOCIATED ELEMENTS Technical Specification: THIS IS A DEDUCTIVE BID ITEM. This item removes construction of the 30-foot diameter tunnel from Station to Station including excavation, support and concrete lining; Tunnel Lateral E, including excavation, initial support, concrete lining and the Tunnel Main connection (Project Item Nos. P177, P178 and P179); Intake F Drop Shaft (Project Item No. P180); Tunnel Lateral F including excavation, initial support and concrete lining (Project Item Nos. P181 and P183), and connection to the existing junction structure (Project Item No. P182); and Shaft Top F (Project Item No. P1721F). If selected, this item slightly alters the tunnel alignment between Station and , changes the size of the Intake E Drop Shaft (Item No. P176) to a 25-foot finished diameter shaft; changes the location of the Intake E Drop Shaft; changes the length of 11-foot by ~12-foot concrete box for Intake Structure E to 126 feet from 30 feet (Item P1721E); increases the inside diameter of the Intake Structure E circular section to 25 feet from 18 feet; increases the wall thickness of the Intake Structure E circular section to 2-3 from 1-6 ; and changes the grating for the top of Shaft E to the grating shown on Sheets SF-101 and SF-102. Refer to Addendum No. 1 Sheets A1-001 through A1-007 for additional information. Measurement and Payment: A LUMP SUM DEDUCT amount shall be entered in the appropriate schedule for this item. The Contract Amount for Bid Item No. 1 (Schedule 1 Base Bid) shall be reduced by the DEDUCT amount bid for this item if the schedule containing this item is selected. TWM-FRM-241 Revision: 2 Effective Date: 5/13/16 Document Name: Addendum Letter

4 ADDENDUM NO. 1 for MILL CREEK / PEAKS BRANCH / STATE THOMAS DRAINAGE RELIEF TUNNEL PROJECT Project Numbers PB06T523, PB06T524, PB06T525, PB06T536, TW12S769 DWU Contract Numbers F / F August 9, 2017 Page BID FORMS: Delete SCHEDULE 6 DEDUCTIVE BID ALTERNATIVE 1: DELETE STATE THOMAS EXTENSION and replace with the attached SCHEDULE 6 DEDUCTIVE BID ALTERNATIVE 1: DELETE STATE THOMAS EXTENSION. The only change is the ending station to be consistent with the PRELIMINARY drawings for Site E and Shaft E presented in item 19 below. (Addendum No. 1 p-19) A revised Excel workbook with the Bid Form is included with this Addendum No SECTION 01100, CONSTRUCTION SCHEDULE AND CONSTRAINTS: Delete paragraph 1.3.B.1 replace with the following: 1. Submit the Primavera training certification and résumé for the scheduling consultant along with project history for review by Owner s Representative at pre-construction conference. 16. SECTION 03300, CAST-IN-PLACE CONCRETE: Delete paragraph 2.01.F.5 and replace with the following: 5. Fly ash: Fly ash is prohibited on any exposed concrete but is permitted on unexposed concrete such as the piers; however, slag and other non-cement cementitious materials are prohibited in the Dewatering Station building construction. 17. SECTION 03300, CAST-IN-PLACE CONCRETE: Delete paragraph 2.04.J and replace with the following: J. Classification and Use: 1. Classification. Min. 28-day Compressive Max. Water- Cement Ratio Min. Portland Cement Content (Sacks per C.Y.)* Class Strength A B * If the required strength is not secured with the minimum cement content as specified, add cement or provide other aggregates as necessary. 2. Use: Unless otherwise specified, use the specified classes of concrete in the following locations: Class A: Structural concrete other than piers. Class B: Piers. TWM-FRM-241 Revision: 2 Effective Date: 5/13/16 Document Name: Addendum Letter

5 ADDENDUM NO. 1 for MILL CREEK / PEAKS BRANCH / STATE THOMAS DRAINAGE RELIEF TUNNEL PROJECT Project Numbers PB06T523, PB06T524, PB06T525, PB06T536, TW12S769 DWU Contract Numbers F / F August 9, 2017 Page SECTION 16483, MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVES (VFDS) Add the following to the list of acceptable manufacturers in paragraph 2.1.A: 5. WEG. 19. DRAWING CN-103: Under PROJECT CONSTRAINTS AND REQUIREMENTS, delete the last sentence of Note 6 that reads, Operations associated with main tunnel excavation are prohibited at Shaft F. This deletion does not change the project requirements, but it eliminates possible ambiguity. 20. DRAWING ST-701: Move the heavy line crossing the tunnel at Station to Station Delete Note 2 and replace with the following: 2. DEDUCTIVE BID ATERNATIVE NO. 1, WHICH DELETES THE TUNNEL BETWEEN STATION TO STATION , ALTERS SLIGHTLY THE ALIGNMENT OF THE SHORTENED TUNNEL BETWEEN STATION AND DRAWING SO-106: Detail 07, TYPICAL LADDER RUNG, delete the call-out that reads, LADDER RUNG SHALL BE STAINLESS STEEL 1" MIN DIAMETER ROD., and add the following: NOTES: 1. LADDER RUNG SHALL BE STAINLESS STEEL 1" MINIMUM DIAMETER ROD. 2. THE LADDER RUNG SHALL BE FABRICATED WITH A BAR THAT PROVIDES A CORRUGATED, KNURLED OR DIMPLED SURFACE TO PREVENT SLIPPING IN ACCORDANCE WITH OSHA REQUIREMENTS. 3. STAINLESS STEEL MANHOLE STEPS MEETING APPLICABLE OSHA REQUIREMENTS MAY BE USED IN LIEU OF THE LADDER RUNG SHOWN ON THIS DRAWING. 22. DRAWING MS-201: Delete Detail 05, CAST IRON MANHOLE FRAME AND COVER, and replace with the 28-1/8 INLET FRAME AND COVER shown on Page 2004 of File 251D (Standard Construction Details, City of Dallas). 23. DRAWINGS A1-001 through A1-007: Add the attached DRAWINGS A1-001 through A1-007 to the Bid documents. These drawings depict the tunnel layout and shaft plans if Deductive Bid Alternative 1, Delete State Thomas Extension, is chosen. These additional drawings shall be used for bidding purposes ONLY. (Addendum No. 1 p-20 through p-26) TWM-FRM-241 Revision: 2 Effective Date: 5/13/16 Document Name: Addendum Letter

6

7 Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-7

8 Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-8

9 Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-9

10 Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-10

11 Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-11

12 Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-12

13 ADDENDUM NO. 1 QUESTIONS AND ANSWERS 1. QUESTION: Is WEG an acceptable Variable Frequency Drive Manufacturer? ANSWER: Subject to compliance with the Contract Documents, WEG is an acceptable manufacturer. Section is revised by this Addendum No. 1 to add WEG to the list of acceptable manufacturers. 2. QUESTION: Reinforced Concrete Notes 3.01 on Sheet CN-105, states that "all the concrete shall meet the latest requirements of the ACI 318 Building Code for structural concrete". Note 3.08 states that the "mixes shall be designed per NCTCOG Class F concrete with a compressive strength of 4200 psi for walls, footings, and slabs." ACI 318 requirements are different from NCTCOG requirements, so which one will prevail? ANSWER: Concrete mixtures shall be designed and provided per the requirements for NCTCOG Class F concrete. Concrete placement shall be in accordance with the requirements of ACI 318 unless noted otherwise in the Contract Documents. 3. QUESTION: According to Specification 03300, paragraph 2.04.J, there are several classes of concrete listed as A, B, and C. Do these classifications prevail for all concrete besides the CIP Lining (Section 03302) or as stated on the plans "NCTCOG Class F Mixes with a compressive strength of 4200 psi for walls, footings, and slabs"? Which will prevail for all structural concrete? ANSWER: Section is intended to cover only the Dewatering Station building; reference Section 03300, paragraph 1.01.A. Concrete for other structures, pavements, and sidewalks shall be as specified elsewhere in the Contract Documents. Section is revised by this Addendum No. 1 to clarify this provision. 4. QUESTION: Specification Section 03300, paragraph 2.01.F.5 states that fly ash is not permitted. On the plans and General Notes it is not spelled out, but in NCTCOG and the 2011 Addendum, fly ash is allowed. Will fly ash, slag, or other cementitious products be acceptable in all mixes or which ones? If so, which cementitious products and at what maximum replacement will it be allowed? ANSWER: Section is intended to cover only the Dewatering Station building. Fly ash may be used for building piers (and other locations) provided the concrete mix design conforms to the contract requirements. Fly ash and other cementitious materials are prohibited in concrete mixes utilized for exposed concrete in the Dewatering Station building. Section is revised by this Addendum No. 1 to clarify this provision. 5. QUESTION: SP-301: Dewatering Station and Section refer to concrete as "Hard Rock Concrete (HRC)". Does this terminology, besides 145 pcf for unit weight, describe the type of aggregate as well? Typical "hard rock" is an igneous rock term, for example a granite, quartzite, rhyolite, etc. Please verify an igneous rock material is required/specified and not the local limestone available in the Dallas Metro Area. ANSWER: Igneous rock material is not required for concrete aggregates. Unless noted otherwise, concrete shall utilize ASTM C33 normal-weight aggregates. (Note: The general notes on Sheets SP-301 apply solely to the Dewatering Station building.) Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-13

14 6. QUESTION: Plan Sheet CN-103: Project Constraints and Requirements Note 4 states, "All personnel, equipment, concrete, and other materials and items required to construct the Tunnel Main concrete liners shall enter the tunnel through the Outfall Shaft at Site O, Shaft C at Site C, and/or Shaft F." Note 6 states, "Tunnel construction at Site C and Site F is limited to the following... and construction of main tunnel concrete liner..." At the pre-bid it was stated that introducing concrete into the main tunnel for the tunnel liner was only allowed at Site O and Site F. Please verify if the Contractors will be allowed to induce concrete for lining the main tunnel from Site C, if this work is awarded. ANSWER: Shaft C may be used for constructing the main tunnel concrete liner. 7. QUESTION: Section A - Proposal Requirements and General Conditions A-17: Inspection Overtime states," inspection overtime will be charged to the CONTRACTOR, with the number of Inspectors to be determined by the Owners Representative " Please let the Contractors know the anticipated number of inspectors the Owners Representative will require so we can price this possible cost appropriately. ANSWER: There will be one inspector per each active work site. Special Provision A-17 is revised by this Addendum No. 1 to clarify this provision. 8. QUESTION: Section A - Proposal Requirements and General Conditions A-61: Site Security states, "CONTRACTOR shall provide armed security personnel at Site O 24 hours a day, 7 days a week as long as the CONTRACTOR, OWNER, OR Owners agents are utilizing offices at Site O. At the pre-bid it was stated that security is only required if there are personnel onsite. Please clarify if the Contractors are required to provide security services for the entire duration offices are being utilized at Site O or only if there is personnel physically onsite. ANSWER: The CONTRACTOR may benefit from security 24 hours a day, 7 days a week; however, Special Provision A-61 is revised by this Addendum #1 to require armed security only when OWNER or OWNER s agent personnel are present onsite. 9. QUESTION: If Deductive Bid Alternative 1, Delete State Thomas Extension, is chosen by the Owner, will there be adjustments made to the tunnel alignment at Site E to help in the retrieval of the machine and to minimize the extent of hardscape restoration; will the Site E Shaft location and dimensions change; and does the Owner want this shaft completely backfilled and restored? ANSWER: The tunnel alignment will be adjusted and the Shaft E location and dimensions will change to aide in machine retrieval. These adjustments eliminate the need to excavate or backfill an additional shaft to retrieve the machine., Reference response to Question No. 11 below. 10. QUESTION: If Deductive Bid Alternative 1, Delete State Thomas Extension, is chosen by the Owner, are there plans for a future launch shaft and/or alternate temporary structure? ANSWER: No. Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-14

15 11. QUESTION: For the Deductive Bid Alternative 1, Delete State Thomas Extension, please provide a revised shaft drawing for Site E to facilitate the TBM removal, please provide a revised intake structure plan, and please advise how you would like the Contractor to perform the closure at Site E. ANSWER: If Deductive Bid Alternative 1, Delete State Thomas Extension, is chosen, detailed engineering drawings will be added or revised to move the tunnel slightly off its current alignment, the shaft would be moved to be over the end of the tunnel, and details would be added or revised. Shaft E would be enlarged to a 25-foot finished diameter similar to Shaft F. This Addendum #1 provides additional PRELIMINARY drawings depicting the end of the tunnel if Deductive Bid Alternative 1 is selected, and these additional drawings shall be used for bidding purposes ONLY. 12. QUESTION: Can concrete for the tunnel liner enter the tunnel at Site E if Site F is removed through Deductive Bid Alternative 1? ANSWER: No. 13. QUESTION: To alleviate concerns and allow the bidders a sense of their possible standing within the results, we formally request that the Base Bid Total AND the (4) Deductive Alternative Totals be read aloud at the bid opening. ANSWER: The policy of Dallas Business Development and Procurement Services Department is to read only one number for each bid, regardless of alternative bids. Only the total of Schedules 1 through 5 will be announced at the bid opening. 14. QUESTION: Per Special Provision A-12, Business Inclusion and Development - M/WBE Participation, Under Compliance Procedures, both paragraphs A & B: "The apparent low bidder / most advantageous proposer must complete and submit the appropriate forms within 5 days after notification of INTENT to AWARD the contract is issued to the Contractor.". At the pre-bid, it was stated that forms 2-4 BDPS-FRM-204, 213, & 214 were to be submitted by the low bidder within 5 days after the BID OPENING. Please clarify which is correct. ANSWER: Referencing Special Provision A-12, Compliance Procedures, on page A-19. The apparent low bidder / most advantageous proposer must complete and submit the appropriate forms within five days after the notification of Intent to Award the contract is issued to the CONTRACTOR. 15. QUESTION: Are W/MBE forms and Escrow Documents to be submitted within 5 days and within 3 days, respectively, of the bid opening. ANSWER: The submittal of neither the W/MBE forms nor Escrow Documents is tied to the date of bid opening. Reference Special Provision A-12, Compliance Procedures, on page A-19; The apparent low bidder / most advantageous proposer must complete and submit the appropriate forms within five days after the notification of Intent to Award the contract is issued to the CONTRACTOR. Reference Special Provision A-46; The apparent low bidder will be notified as soon as practicable after an initial evaluation of the bids. Within three (3) business days after notification, the apparent low bidder shall assemble and submit to the OWNER a copy of all information and calculations used by the bidder to determine their bid prices for this project. This information and calculations are referred to as the Escrow Bid Documents. Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-15

16 16. QUESTION: Per A-12, General Conditions, Business Inclusion and Development - M/WBE Participation, BID Plan Credit paragraph: will the market area, Dallas County, or Dallas City Limits be used when measuring the compliance and obtaining the M/WBE goal? ANSWER: No. Reference Special Provision A-55 Priority of Contract Documents and Paragraph K in the Notice to Bidders. Special Provision A-55 places the Notice to Bidders at a higher priority than the Special Provisions, and the last sentence of Paragraph K in the Notice to Bidders states, Local (Dallas County) M/WBE participation is preferred; however, for a project of this size, the City will not limit the BIDDER s options for certified M/WBE subcontracting opportunities. 17. QUESTION: Per Section A-17, General Conditions, Inspection Overtime. In the second paragraph of section 2 Shafts and Tunnels: "No overtime will be charged for inspection of work that falls on Monday through Saturday, within the tunnel work schedule." Three paragraphs further down subparagraph #1 states the Contractor will be charged "Weekdays and Saturdays starting 1/2 hour before the tunnel work schedule to 1/2 hour after the tunnel work schedule." Please clarify if overtime will be assessed during the scheduled tunnel work. ANSWER: Inspection Overtime for tunnel work will be charged to the Contractor only on Sundays, City holidays, and non-scheduled work on any other days. Special Provision A-17 is revised by this Addendum No. 1 to clarify this provision. 18. QUESTION: Per Section A-25, General Conditions, Award of Contract: " right to select or not select Deductive Bid Alternatives the City's sole discretion right to reject any or all bids and to accept or reject any or all schedules." If this project is awarded, what is the base scope of work? How are we to know which Contractor is apparent low at the public bid opening? ANSWER: The base project is Schedules 1 through 5. The total of Schedules 1 through 5 will be announced at the bid opening, and the Bidder with the lowest total for Schedules 1 through 5 will be the apparent low bidder. 19. QUESTION: Per Section A-29, General Conditions, Forms Section: "Forms 1, 2, 7, 8, 24, and 25 shall be completed and submitted with bid." Directly below that statement, Form 2 is required to be turned in after the notification of intent to award. Please list all the forms that must be submitted with the bid. ANSWER: Forms 1, 7, 8, 24, and 25 shall be completed and submitted with bid; Form 2 shall be submitted after notification of Intent to Award. Special Provision A-29 is revised by this Addendum No. 1 to make wording in the preceding paragraph consistent with the list of forms to be submitted with the bid. 20. QUESTION: Form 8 Safety Record Affidavit, Form 24 Environmental Record Affidavit, and Form 25 Cement Preference Certificate require a Texas Notary Public, witnessing a corporate officer signature. Can a Public Notary from another state be used? ANSWER: Yes; simply strike though Texas under the notary signature and print the state of the notary. 21. QUESTION: We request a 4-week extension to turn in bids. ANSWER: A one-week time extension is granted and is included in this Addendum No. 1, but there will be no further time extensions. Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-16

17 A-17 INSPECTION OVERTIME 1. Shafts and Tunnel Prior to commencing shaft excavation, the CONTRACTOR shall submit to Owner s Representative the CONTRACTOR s proposed regular work schedule for shaft and tunnel construction, hereinafter referred to as tunnel work schedule. Owner s Representative will staff Inspectors to cover the CONTRACTOR s planned tunnel work schedule. No overtime will be charged for inspection of work that falls on Monday through Saturday, within the tunnel work schedule. No Inspection overtime will be charged if the OWNER requires an inspector to work more than 8 hours per day and/or 40 hours per week to facilitate coverage of the work within the tunnel work schedule on Monday through Saturday. No Inspection overtime will be charged if the OWNER, for any reason, requires the CONTRACTOR to perform shaft or tunnel work outside the aforementioned work schedule. Except in an emergency situation, the CONTRACTOR shall be required to furnish in writing to the Owner s Representative, not less than 36 hours in advance, a request to perform shaft or tunnel construction work outside the tunnel work schedule, on Sunday, on a City holiday, or on any day on which the City Offices are closed for normal business. Overtime inspection on Sunday or a City holiday will be scheduled at the discretion of the Owner s Representative; the CONTRACTOR is not guaranteed that the request overtime inspection will be accommodated, and it is not guaranteed that the unscheduled shaft or tunnel work may proceed on a Sunday or a City holiday without inspector(s) present. 2. Surface and Near-surface Improvements For information regarding overtime inspection related to surface and near-surface Improvements, and for payment therefor, refer to the North Central Texas Council of Government (NCTCOG) Public Works Standard Specifications, Fourth Edition 2004, Item and the latest City of Dallas Addendum to the NCTCOG Public Works Standard Specifications. Replace the $50 per hour rate with $150 per hour. Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-17

18 A-17 INSPECTION OVERTIME (continued) 3. Reimbursement from Contractor Reimbursements for inspection overtime of Trinity Watershed Management Inspectors, whether their own inspectors or contracted inspectors, shall be made directly to the City of Dallas Trinity Watershed Management department. Checks should be made payable to the City of Dallas and mailed or hand carried to: Trinity Watershed Management 1500 Marilla Street, 6DS Dallas, Texas Unless otherwise specified in the CONTRACT, inspection overtime will be charged to the CONTRACTOR at a rate of $ per hour per Inspector with one (1) inspector for each active work site. There shall be a 4-hour minimum for each inspector, unless the overtime is an extension of a workday. Inspection fees will be accumulated during the monthly estimate period. A statement of charges for the estimate period will be provided to the CONTRACTOR. PAYMENT IS DUE WITHIN TEN (10) DAYS AFTER THE DATE OF THE INVOICE, and the statement of charges must be paid prior to the OWNER processing the next submitted estimate. If payment is not made as due, the OWNER reserves the right to deduct or withhold amounts due from the monthly progress payment or final payment, pursuant to Item 109.4, Payment Withheld, of the Standard Specifications. Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-18

19 STORM DRAINAGE IMPROVEMENTS - MILL CREEK/ PEAKS BRANCH/STATE THOMAS DRAINAGE RELIEF PROJECT SCHEDULE 6 DEDUCTIVE BID ALTERNATIVE 1: DELETE STATE THOMAS EXTENSION Item Number Quantity Unit Description Unit Bid Price (in figures) Beginning of SCHEDULE 6 DEDUCTIVE BID ALTERNATIVE 1: DELETE STATE THOMAS EXTENSION 2 1 LS For DELETE TUNNEL FROM STATION TO STATION AND ASSOCIATED ERROR ELEMENTS, complete in place 1-Sep-2017 Total Amount Bid (in figures) Subtotal for SCHEDULE 6 DEDUCTIVE BID ALTERNATIVE 1: DELETE STATE THOMAS EXTENSION: ERROR Note: If Schedule 6 is selected, the Contract Amount for Bid Item No. 1 in Schedule 1 (Base Bid) shall be reduced by this Schedule 6 DEDUCT Amount. S6-1 of 1 SCHEDULE 6: Deductive Bid Alt. No. 1 Delete State Thomas Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-19 REVISED BY ADDENDUM NO. 1.

20 S APPLE ST. N BASE BID: TUNNEL MAIN HORIZONTAL SCALE IN FEET INTAKE E SCHEDULE 6 DEDUCTIVE BID ALT. No. 1 ADDITIONAL CONCRETE INTAKE STRUCTURE E (DBL 11'x~12' CONC. BOX - REFER TO SECTION 2/SE-104) 424 P1721E TUNNEL MAIN ' SUBSURFACE EASEMENT SCHEDULE 6 DEDUCTIVE BID ALT. No. 1 COD 922 STA TUNNEL MAIN END TUNNEL MAIN CONSTRUCT DROP SHAFT AND INTAKE STRUCTURE E SHAFT DIAMETER = 25' I.D. FL = (REFER TO ADDENDUM No. 1 SHEETS A1-002 THROUGH A1-007) BASE BID: DROP SHAFT, INTAKE STRUCTURE E, AND LATERAL E 433 BASE BID: LINE E1, LATERALS, AND INLETS NOTE: SAN JACINTO ST. PT STA ' I.D. TUNNEL COD REFER TO SHEETS CE-001 THROUGH SE-601 FOR ADDITIONAL INFORMATION. COD 423a NO. DATE REVISION DESCRIPTION 920 DATE: 8/7/2017 PENTABLE: HALFF_MON_PENTABLE.TBL TIME: 4:39:30 PM SCALE: 1: USER: ah2823 PLOT DRIVER: PDF_2D_MON_HW_MR_300.plt FILE NAME: I:\25000s\25299\CADD\Sheets\25299_AM-NO1-SKETCH01.dgn SCHEDULE 6 DEDUCTIVE BID ALT. No c COD 423b e 423d HASKELL AVE. ADDENDUM No. 1 - SCHEDULE 6 DEDUCTIVE BID ALT No. 1 Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-20 A GREENVILLE AVE., SUITE 200 DALLAS, TEXAS (214) (TEL) DESIGN TRINITY WATERSHED MANAGEMENT DRAWN TBPE REGISTRATION NO. 312 MILL CREEK/PEAKS BRANCH/STATE THOMAS HALFF HALFF HALFF ASSOCIATES, INC. TBPE REGISTRATION NO. 312 PRELIMINARY - FOR REVIEW AND BIDDING ONLY These documents are for Interim Review and not intended for Construction or Permit Purposes. They were prepared by, or under the supervision of: TODD WOODSON /7/2017 DRAINAGE RELIEF PROJECT CITY OF DALLAS, TEXAS DATE MARCH 2017 PE# SHAFT E PLAN SCALE AS NOTED NOTES AVO Date FILE NO. 421Q 5780

21 12225 GREENVILLE AVE., SUITE 200 DALLAS, TEXAS (214) (TEL) TBPE REGISTRATION NO EDISON PL., SPRINGFIELD, NEW JERSEY (973) (TEL) TBPE REGISTRATION NO. F COWI. TBPE REGISTRATION NO. F PRELIMINARY - FOR REVIEW AND BIDDING ONLY These documents are for Interim Review and not intended for Construction or Permit Purposes. They were prepared by, or under the supervision of: Keith Gaspar /8/2017 PE# Date Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-21

22 ± GREENVILLE AVE., SUITE 200 DALLAS, TEXAS (214) (TEL) TBPE REGISTRATION NO EDISON PL., SPRINGFIELD, NEW JERSEY (973) (TEL) TBPE REGISTRATION NO. F COWI. TBPE REGISTRATION NO. F PRELIMINARY - FOR REVIEW AND BIDDING ONLY These documents are for Interim Review and not intended for Construction or Permit Purposes. They were prepared by, or under the supervision of: Keith Gaspar /8/2017 PE# Date Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-22

23 12225 GREENVILLE AVE., SUITE 200 DALLAS, TEXAS (214) (TEL) TBPE REGISTRATION NO EDISON PL., SPRINGFIELD, NEW JERSEY (973) (TEL) TBPE REGISTRATION NO. F COWI. TBPE REGISTRATION NO. F PRELIMINARY - FOR REVIEW AND BIDDING ONLY These documents are for Interim Review and not intended for Construction or Permit Purposes. They were prepared by, or under the supervision of: Keith Gaspar /8/2017 PE# Date Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-23

24 12225 GREENVILLE AVE., SUITE 200 DALLAS, TEXAS (214) (TEL) TBPE REGISTRATION NO EDISON PL., SPRINGFIELD, NEW JERSEY (973) (TEL) TBPE REGISTRATION NO. F COWI. TBPE REGISTRATION NO. F PRELIMINARY - FOR REVIEW AND BIDDING ONLY These documents are for Interim Review and not intended for Construction or Permit Purposes. They were prepared by, or under the supervision of: Keith Gaspar /8/2017 PE# Date Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-24

25 ± ± GREENVILLE AVE., SUITE 200 DALLAS, TEXAS (214) (TEL) TBPE REGISTRATION NO EDISON PL., SPRINGFIELD, NEW JERSEY (973) (TEL) TBPE REGISTRATION NO. F COWI. TBPE REGISTRATION NO. F PRELIMINARY - FOR REVIEW AND BIDDING ONLY These documents are for Interim Review and not intended for Construction or Permit Purposes. They were prepared by, or under the supervision of: Keith Gaspar /8/2017 PE# Date Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-25

26 12225 GREENVILLE AVE., SUITE 200 DALLAS, TEXAS (214) (TEL) TBPE REGISTRATION NO EDISON PL., SPRINGFIELD, NEW JERSEY (973) (TEL) TBPE REGISTRATION NO. F COWI. TBPE REGISTRATION NO. F PRELIMINARY - FOR REVIEW AND BIDDING ONLY These documents are for Interim Review and not intended for Construction or Permit Purposes. They were prepared by, or under the supervision of: Keith Gaspar /8/2017 PE# Date Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Addendum No. 1 p-26

Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel. Pre-Bid Meeting July 25, 2017

Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel. Pre-Bid Meeting July 25, 2017 Mill Creek / Peaks Branch / State Thomas Drainage Relief Tunnel Pre-Bid Meeting July 25, 2017 Pre-Bid Meeting Agenda Introductions Overview Project Summary Stormwater Management Business Diversity Plan

More information

Mill Creek/Peaks Branch/State- Thomas Drainage Relief Tunnel

Mill Creek/Peaks Branch/State- Thomas Drainage Relief Tunnel Mill Creek/Peaks Branch/State- Thomas Drainage Relief Tunnel Mobility Solutions, Infrastructure & Sustainability Committee January 22, 2018 Sarah Standifer, Director Trinity Watershed Management Overview

More information

1:00 PM ON FRIDAY, THE

1:00 PM ON FRIDAY, THE ADDENDUM 3 Per Addendum No. 2, BIDS WILL BE RECEIVED AT THE OFFICE OF THE PURCHASING AGENT OF THE CITY OF DALLAS, TEXAS, CITY HALL, ROOM 3FN, 1500 MARILLA STREET, UNTIL 1:00 PM ON FRIDAY, THE 18th DAY

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

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 1. THIS ADDENDUM IS HEREBY MADE AS PART OF THIS CONTRACT SPECIFICATION. THIS ADDENDUM IS ISSUED

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

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

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

More information

ADDENDUM #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

FACILITIES MANAGEMENT

FACILITIES MANAGEMENT FACILITIES MANAGEMENT Design & Construction REQUEST FOR PROPOSAL Third Party Testing and Special Inspections Parking Lots and Ramps Arts Campus Parking Reconfiguration Phase 2 Project #0674501 Addendum

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

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE DIVISION 1 GENERAL REQUIREMENTS SECTION 01 32 16 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. All drawings and technical specifications, Notice to Bidders, Instructions and Information to Bidders, Bid Proposal

More information

Memorandum. CITY OF DALLAS Report Number E18-001

Memorandum. CITY OF DALLAS Report Number E18-001 Memorandum CITY OF DALLAS Report Number E18-001 DATE: January 18, 2018 TO: SUBJECT: T.C. Broadnax, City Manager Sarah Standifer, Director Department of Trinity Watershed Management Michael Frosch, Director

More information

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/ Connecting South Dakota and the Nation Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota 57501-5405 605/773-3464 FAX: 605/773-6215 May 6, 2011 RE: 0009-391

More information

REGIONAL CONSTRUCTION STANDARDS

REGIONAL CONSTRUCTION STANDARDS REGIONAL CONSTRUCTION STANDARDS SIXTH EDITION Publication Update 6.5 (Full Committee Approved Proposed Revision 6.5 Storm Sewer Joint Wrap - Section 302 As Publication Update 6.5) March 27, 2018 Copyright

More information

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB #4320 2014 RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents

More information

WYOMING DEPARTMENT OF TRANSPORTATION. SUPPLEMENTARY SPECIFICATION FOR STRUCTURAL CONCRETE WITH QUALITY CONTROL and QUALITY ACCEPTANCE

WYOMING DEPARTMENT OF TRANSPORTATION. SUPPLEMENTARY SPECIFICATION FOR STRUCTURAL CONCRETE WITH QUALITY CONTROL and QUALITY ACCEPTANCE WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR STRUCTURAL CONCRETE WITH QUALITY CONTROL and QUALITY ACCEPTANCE SS-500G Page 1 of 18 This supplementary specification supplements, amends,

More information

To: Plan Holder Project: O Neill Ranch Well and Treatment Plant Project

To: Plan Holder Project: O Neill Ranch Well and Treatment Plant Project 5180 SOQUEL DR. SOQUEL, CA 95073 PO Box 1550 CAPITOLA, CA 95010 TEL 831-475-8500 FAX 831-475-4291 BOARD OF DIRECTORS To: Plan Holder Project: O Neill Ranch Well and Treatment Plant Project Dr. THOMAS LAHUE

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

RFQ Drainage Ditching and Culvert Replacement

RFQ Drainage Ditching and Culvert Replacement RFQ 2016-26 Drainage Ditching and Culvert Replacement The City of Dawson Creek requests quotes for drainage ditching and replacement of culverts in the area of 7 th Street and 122 nd Avenue. All contract

More information

REGIONAL CONSTRUCTION STANDARDS Proposed Revision Form

REGIONAL CONSTRUCTION STANDARDS Proposed Revision Form Proposed Revision To: REGIONAL CONSTRUCTION STANDARDS Proposed Revision Form General Provisions (Division 1) Technical Specifications (Divisions 2-8) Standard Details Change No. Hampton Roads Planning

More information

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. Addendum #1 Project: Coteau Street & Utility Improvements Bid Date: 1:00 P.M., Local Time, March 20, 2017 Bid Location: Office of the City Administrator/Clerk, City of Lake Benton 106 S. Center Street

More information

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original PROJECT BID NO EPWU PEM CONSULTANT SUBMITTED ON / / as a 95% (A) original RESUBMITTED ON / / as a 95% (B) revision 1.0 FRONT COVER 1.1 1.2 1.3 1.4 Title begins with location key words, otherwise with program/project

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS College of Pharmacy Building Construct Deep Foundations Special Inspections and Testing Services University of Iowa Project #0329505 Addendum #1 Issued: Thursday, October 06, 2016

More information

QUALITY CONTROL PROGRAM FOR PRECAST CONCRETE PRODUCTS SECTION 1902 QUALITY CONTROL PROGRAM FOR PRECAST CONCRETE PRODUCTS

QUALITY CONTROL PROGRAM FOR PRECAST CONCRETE PRODUCTS SECTION 1902 QUALITY CONTROL PROGRAM FOR PRECAST CONCRETE PRODUCTS SECTION 1902 QUALITY CONTROL PROGRAM FOR PRECAST CONCRETE PRODUCTS 1902.1 DESCRIPTION This specification covers precast concrete pipe, end sections, inlets, manholes, boxes, and related concrete accessories.

More information

ROAD COMMISSION FOR OAKLAND COUNTY SPECIAL PROVISION FOR QUALITY CONTROL AND ACCEPTANCE OF PORTLAND CEMENT CONCRETE

ROAD COMMISSION FOR OAKLAND COUNTY SPECIAL PROVISION FOR QUALITY CONTROL AND ACCEPTANCE OF PORTLAND CEMENT CONCRETE ROAD COMMISSION FOR OAKLAND COUNTY SPECIAL PROVISION FOR QUALITY CONTROL AND ACCEPTANCE OF PORTLAND CEMENT CONCRETE RCOC/CONST:SH/JO PAGE 1 OF 9 a. Description. This special provision establishes Portland

More information

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified? ADDENDUM NO. 1 July 26, 2017 223837 RE: FROM: TO: CITY OF BARRE HMGP STORM DRAIN IMPROVEMENT PROJECTS DuBOIS & KING, INC. P.O. Box 339 Randolph, Vermont 05060 (802) 728-3376 Prospective Bidders This Addendum

More information

ADDENDUM No. 2. ITB No GEDDES DAM GATE RECOATING AND REPAIRS. Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time)

ADDENDUM No. 2. ITB No GEDDES DAM GATE RECOATING AND REPAIRS. Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time) ADDENDUM No. 2 ITB No. 4564 GEDDES DAM GATE RECOATING AND REPAIRS Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be made to the

More information

COUNTY OF SAN JOAQUIN

COUNTY OF SAN JOAQUIN August 1, 2012 COUNTY OF SAN JOAQUIN General Services Department 44 North San Joaquin Street, Suite 590 Stockton, California 95202-2778 (209) 468-3357, Fax (209) 468-2186 GABRIEL E. KARAM Director Capital

More information

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project BID INSTRUCTIONS Montour County Courthouse Retaining Wall Repair Project The Montour County Commissioners are receiving bids for the Courthouse Retaining Wall Repair Project. The parking lot is located

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

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018 Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET Engineering Department RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018 The City of West Bend (City) is requesting

More information

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

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

More information

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

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING ADDENDUM No. 2 ITB No. 4561 WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING Bids Due: February 4, 2019 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be

More information

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed

More information

SPECIFICATIONS & SPECIAL PROVISIONS FOR DESIGN AND CONSTRUCTION CITY OF MONTCLAIR - ENGINEERING DIVISION

SPECIFICATIONS & SPECIAL PROVISIONS FOR DESIGN AND CONSTRUCTION CITY OF MONTCLAIR - ENGINEERING DIVISION SPECIFICATIONS & SPECIAL PROVISIONS FOR DESIGN AND CONSTRUCTION CITY OF MONTCLAIR - ENGINEERING DIVISION City of Montclair 5111 Benito Street, Montclair, CA 91763 Tel: (909) 625-9440 Fax: (909) 621-1584

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

ADVERTISEMENT TO BID PARTIAL

ADVERTISEMENT TO BID PARTIAL ADVERTISEMENT TO BID The City of Elkton will receive separate, sealed Bids for their East Main Street Lift Station Generator Pad Addition Project until 10:30 a.m. local time, Tuesday, January 8, 2019 at

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

ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1. September 9, to the BIDDING DOCUMENTS for

ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1. September 9, to the BIDDING DOCUMENTS for AUSTIN ARCHITEXAS DALLAS ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1 September 9, 2014 to the BIDDING DOCUMENTS for ELLIS COUNTY COMPLEX Records Storage Building Waxahachie, Texas

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 April 17, 2018 Please find the following addendum to the below mentioned QUOTE. Addendum No.: 1 Quote#: 310-00-18-08-1 Project Name: Greenleaves

More information

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1 DATE: May 18, 2016 TO: FROM: All Bidders/Proposers Willie Velez, CPPB Procurement Administrator City of Casselberry Purchasing Division SUBJECT: ITB-2016-0023, Oxford Road Complete Street Improvements

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

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE REQUEST FOR BIDS 1. RECEIPT OF BIDS The Town of Freeport will receive sealed Bids, clearly marked and addressed to: Bid for Culvert Replacement Project 2015-1, Freeport Town Engineer, Town Hall, 30 Main

More information

SECTION STORM DRAINAGE SYSTEM Excavating, Backfilling, and Compaction for Utilities Cast-in-place Concrete.

SECTION STORM DRAINAGE SYSTEM Excavating, Backfilling, and Compaction for Utilities Cast-in-place Concrete. SECTION 02720 STORM DRAINAGE SYSTEM PART 1 GENERAL 1.01 SUMMARY A. Related Sections: 1. 02221 - Excavating, Backfilling, and Compaction for Utilities. 2. 03300 - Cast-in-place Concrete. 1.02 REFERENCES

More information

ADDENDUM NO. 1 NOVEMBER 8, 2016

ADDENDUM NO. 1 NOVEMBER 8, 2016 SAN ANTONIO WATER SYSTEM C_13 BROADWAY CORRIDOR PROJECT SEWER REHABILIATION PACKAGE 2.C AND 4.C SAWS JOB NO. 15-45111 (2.C) & 15-4514 (4.C) SOLICITATION NO. CO-00097 ADDENDUM NO. 1 NOVEMBER 8, 2016 TO

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Woodlawn Road Culvert & Slide Repair

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Woodlawn Road Culvert & Slide Repair CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2018-NC-009 for Replacement of Woodlawn Road Culvert & Slide Repair located in Nelson County Kentucky 06/18 REQUEST FOR BIDS Woodlawn Road Culvert & Slide

More information

4. Provide a revised Section 17 and Section 27 to PhilaPort s Instruction to Bidders (attached)

4. Provide a revised Section 17 and Section 27 to PhilaPort s Instruction to Bidders (attached) Philadelphia Regional Port Authority November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 2 Project 18-158.1 Site 2 Final Improvements at AutoPort This Addendum

More information

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

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

More information

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract

More information

SAN ANTONIO WATER SYSTEM 2013 REHABILITATION WORK ORDER CONSTRUCTION CONTRACT 4 SAWS Job No SAWS Solicitation No.

SAN ANTONIO WATER SYSTEM 2013 REHABILITATION WORK ORDER CONSTRUCTION CONTRACT 4 SAWS Job No SAWS Solicitation No. SAN ANTONIO WATER SYSTEM 2013 REHABILITATION WORK ORDER CONSTRUCTION CONTRACT 4 SAWS SAWS To Bidder of Record: ADDENDUM NO. 2 August 15, 2013 This addendum, applicable to work referenced above, is an amendment

More information

Wastewater Capital Projects Management Standard Construction Specification

Wastewater Capital Projects Management Standard Construction Specification CITY AND COUNTY OF DENVER ENGINEERING DIVISION Wastewater Capital Projects Management Standard Construction Specification 10.1 PRECAST CONCRETE PIPE 10.1.1 General This section covers material requirements,

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

ADMINISTRATIVE DIRECTIVE #CS-04

ADMINISTRATIVE DIRECTIVE #CS-04 HILLSBOROUGH COUNTY Office of the County Administrator ADMINISTRATIVE DIRECTIVE #CS-04 SUBJECT: EFFECTIVE DATE: UTILITY COORDINATION PROCEDURES FOR HILLSBOROUGH COUNTY CONSTRUCTION PROJECTS WITHIN COUNTY

More information

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE GENERAL Final restoration of areas within the public right-of-way associated with Street Excavation Permits shall be completed as determined

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

JOB BB0113 SHELL LAKE STR. & APPRS. (S) MARCH 10, 2015 LETTING QUESTIONS PREVIOUSLY ASKED UNDER JOB BB0106.

JOB BB0113 SHELL LAKE STR. & APPRS. (S) MARCH 10, 2015 LETTING QUESTIONS PREVIOUSLY ASKED UNDER JOB BB0106. JOB BB0113 SHELL LAKE STR. & APPRS. (S) MARCH 10, 2015 LETTING QUESTIONS PREVIOUSLY ASKED UNDER JOB BB0106. There are notes in the plans regarding driving the test pile without the use of a follower. The

More information

***************************************************************************************************************

*************************************************************************************************************** 02720 STORM DRAINAGE SYSTEM *************************************************************************************************************** SPECIFIER: CSI MasterFormat 2004 number 33 40 00. ***************************************************************************************************************

More information

This type of masonry shall consist of brick laid in full beds of cement mortar.

This type of masonry shall consist of brick laid in full beds of cement mortar. SECTION 11.0 DRAINAGE STRUCTURES 11.01 Scope of Work This item shall consist of installation and construction of storm drainage pipes, culverts, basins, headwalls, manholes, junction boxes, head ditches,

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

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. 1 DATE: August 4, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0130F TPU Eductor Waste Decant Facility NOTICE TO ALL

More information

TRENCHLESS CULVERT REHAB-2017

TRENCHLESS CULVERT REHAB-2017 TRENCHLESS CULVERT REHAB-2017 Project Number: NA Bid Number: 25-08JUN17 CONSTRUCTION BIO REQUEST Contract Documents, General Specifications, Technical Specifications, and Special Provisions BOONE COUNTY

More information

INVITATION TO BID City of Fort Morgan Streets Department Concrete Stormwater Project Materials

INVITATION TO BID City of Fort Morgan Streets Department Concrete Stormwater Project Materials NVTATON TO BD Streets Department The is accepting sealed bids for until 3:45 p.m. (our clock) on July 11, 2013 at City Hall located at 110 Main Street, Fort Morgan, Colorado 80701 at which time and place

More information

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

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

More information

PROJECT: George Pierce Park Gymnasium Addition ADDENDUM NO.: Addendum No. 5. PROJECT NUMBER: DATE OF ISSUE: December 15, 2015

PROJECT: George Pierce Park Gymnasium Addition ADDENDUM NO.: Addendum No. 5. PROJECT NUMBER: DATE OF ISSUE: December 15, 2015 PAGE 1 PROJECT: George Pierce Park Gymnasium Addition ADDENDUM NO.: Addendum No. 5 PROJECT NUMBER: 14088.00 DATE OF ISSUE: December 15, 2015 OWNER: Gwinnett County Parks & Recreation This addendum modifies

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

Greater New Haven Water Pollution Control Authority. New Haven, Connecticut

Greater New Haven Water Pollution Control Authority. New Haven, Connecticut Greater New Haven Water Pollution Control Authority New Haven, Connecticut Plans and Specifications for the Construction of CWF 2016-07 RE-BID - CSO Reduction Utilizing Green Infrastructure - West River

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

ADDENDUM NUMBER 3 AUGUST 18, Jackson County Utility Authority Project No Pascagoula/Moss Point WWTP Escatawpa WWTP Repairs

ADDENDUM NUMBER 3 AUGUST 18, Jackson County Utility Authority Project No Pascagoula/Moss Point WWTP Escatawpa WWTP Repairs ADDENDUM NUMBER 3 AUGUST 18, 2016 Jackson County Utility Authority Project No. 20150619124 Pascagoula/Moss Point WWTP Escatawpa WWTP Repairs FROM: BURK-KLEINPETER, INC. ENGINEERS, ARCHITECTS, PLANNERS,

More information

FACILITIES MANAGEMENT

FACILITIES MANAGEMENT FACILITIES MANAGEMENT Design & Construction August 18, 2017 Re: Request for Proposals- Third Party Testing and Special Inspections University of Iowa The University of Iowa, located in Iowa City, Iowa,

More information

ITEM 460 REINFORCED CONCRETE PIPE Description. This Item shall govern for the furnishing of reinforced concrete pipe.

ITEM 460 REINFORCED CONCRETE PIPE Description. This Item shall govern for the furnishing of reinforced concrete pipe. AFTER MARCH 1, 2012 ITEM 460 REINFORCED CONCRETE PIPE 460.1 Description. This Item shall govern for the furnishing of reinforced concrete pipe. 460.2 Materials. A. Except as modified herein, materials,

More information

LITHOCRETE ARCHITECTURAL CONCRETE PAVING

LITHOCRETE ARCHITECTURAL CONCRETE PAVING LITHOCRETE ARCHITECTURAL CONCRETE PAVING PART 1 GENERAL 1.1 GENERAL CONDITIONS A. Requirements of "General Conditions of the Contract" and of Division 1, "General Requirements," apply to work in this Section

More information

B-PERMIT PLAN CHECK MANUAL

B-PERMIT PLAN CHECK MANUAL B-PERMIT PLAN CHECK MANUAL 11. PLAN SHEETS AND NOTES Preformatted B-Permit plans sheets can be downloaded from the internet on the Bureau of Engineering s website. The Plan sheets can be found under the

More information

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE ADDENDUM NO. B TO THE BID DOCUMENTS, dated 1/5/16 FOR THE CVUSD M&O/WAREHOUSE/PRINTING SERVICES TENANT IMPROVEMENT 667 Building & 750 Building #DO-15C1024 & #DO-15C1026 CONEJO VALLEY UNIFIED SCHOOL DISTRICT

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

SECTION BID FORM. Garfield Street Drainage Improvements

SECTION BID FORM. Garfield Street Drainage Improvements SECTION 00410 BID FORM Garfield Street Drainage Improvements ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: City of Lindsborg, Kansas City Clerk s Office 101 S. Main Street Lindsborg, KS 67456

More information

CLARIFICATIONS TO TECHNICAL SPECIFICATIONS SECTIONS

CLARIFICATIONS TO TECHNICAL SPECIFICATIONS SECTIONS C-44 Reservoir/STA System Discharge Project RFB: 6000000620 Addendum No. 1 March 2014 CLARIFICATIONS TO TECHNICAL SPECIFICATIONS SECTIONS HDR Engineering, Inc. SECTION 02401 DEWATERING, COFFERDAM AND BYPASS

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

SECTION 50 CONTROL OF WORK

SECTION 50 CONTROL OF WORK SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and

More information

The following clarifications, changes, additions, and/or deletions are hereby made part of the Contract Documents

The following clarifications, changes, additions, and/or deletions are hereby made part of the Contract Documents CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88 TH AVENUE TAMARAC, FL 33321 Committed to Excellence...Always ADDENDUM NO. 1 BID NO.13-19B BID NO. 13-20B CITY OF TAMARAC NW 108 TERRACE / NW

More information

UPRR INDUSTRIAL LEAD BRIDGE T-WALL RETAINING WALL SYSTEM 5.0 x 7.5 UNITS DESIGN UNIT 018 WORK PACKAGE 04

UPRR INDUSTRIAL LEAD BRIDGE T-WALL RETAINING WALL SYSTEM 5.0 x 7.5 UNITS DESIGN UNIT 018 WORK PACKAGE 04 UPRR INDUSTRIAL LEAD BRIDGE T-WALL RETAINING WALL SYSTEM 5.0 x 7.5 UNITS DESIGN UNIT 018 WORK PACKAGE 04 1. Description This work shall consist of the design, manufacture and construction of a T-WALL structure

More information

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW January 31, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project 18-0018PW A. The following additions, deletions, revisions, and/or

More information

SECTION 39 - MANHOLES TABLE OF CONTENTS

SECTION 39 - MANHOLES TABLE OF CONTENTS Section SECTION 39 - MANHOLES TABLE OF CONTENTS Page 39-1 GENERAL... 39.1 39-2 CONCRETE MANHOLES... 39.1 39-2.01 NOT USED... 39.1 39-2.02 Concrete Storm Drain Manholes... 39.1 39-3 SADDLE SEWER MANHOLES...

More information

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES Section SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL... 39-1 39-2 PRECAST CONCRETE MANHOLES... 39-1 39-2.01 Precast Concrete Storm Drain Manholes... 39-1 39-3 SADDLE MANHOLES... 39-2 39-3.01 Saddle

More information

Job Order Sewer Repair Services

Job Order Sewer Repair Services Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified

More information

CITY OF TACOMA Department of Public Utilities - Water Division

CITY OF TACOMA Department of Public Utilities - Water Division CITY OF TACOMA Department of Public Utilities - Water Division ADDENDUM NO. 1 DATE: October 12, 2015 REVISIONS TO: Request for Bids Specification No. WD15-0133F Water Main Replacement Project No. MRP 2014-27,

More information

PURCHASE OF HOT MIX ASPHALT THROUGH DECEMBER 2017

PURCHASE OF HOT MIX ASPHALT THROUGH DECEMBER 2017 FOR PURCHASE OF HOT MIX ASPHALT THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions... SP-1 SECTION 2 BIDDING... SP-1 2-1.01 General...

More information

FACILITIES MANAGEMENT

FACILITIES MANAGEMENT FACILITIES MANAGEMENT Design & Construction January 18, 2017 Re: Request for Proposals- Third Party Testing and Special Inspections for Concrete, Applied Fire-Proofing, and High Performance Coatings 0691801

More information

Sewerage Code WSA Addendum PART 4 - CONSTRUCTION

Sewerage Code WSA Addendum PART 4 - CONSTRUCTION Addendum to the Water Industry Technical Standards and National Codes of Practice DOCUMENT W2 Sewerage Code WSA 02-1999 Addendum PART 4 - CONSTRUCTION Gippsland Water Business Management System Detailed

More information

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018 155 Corey Avenue St. Pete Beach, FL 33706-1839 www.stpetebeach.org Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated

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

PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56

PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56 PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56 Additional Fees Additional fees may be charged by PennDOT consistent with Sections 411 and 420 of the State Highway Law and Regulations 441.4(d)

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

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

More information

DIVISION 300 TRENCHING SECTION 308 BORING AND JACKING 2.2 STEEL CASING PIPE

DIVISION 300 TRENCHING SECTION 308 BORING AND JACKING 2.2 STEEL CASING PIPE SECTION 308 BORING AND JACKING PART 2 MATERIALS 2.2 STEEL CASING PIPE E. Casing pipe length shall conform to City of Meridian Standard Drawing SW1 Casing Length Requirements. 2.4 CARRIER PIPE SKIDS A.

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's

More information

INDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS SCOPE... 2

INDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS SCOPE... 2 INDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS 410. 1 SCOPE... 2 410. 2 DEFINITIONS 2.1 Tunneling and Jacking... 2 2.2 Tunneling... 2 2.3 Jacking... 2 410. 3 MATERIALS 3.1 General...

More information

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012 PART FIVE DOCUMENTS FOR SITE AND INFRASTRUCTURE 31 00 00. EARTHWORK 31 10 00. SITE CLEARING.1 STRUCTURE REMOVAL: Include

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

SECTION WATER DISTRIBUTION SYSTEM

SECTION WATER DISTRIBUTION SYSTEM Conditions of Use/ Responsibility of Data Montgomery County Public Schools Facilities Guide DIVISION 2 - SITE WORK These guideline specifications are to be used by the A/E as a base document in the development

More information