ADDENDUM #1 Walker Woods Pump Station Replacement PW

Size: px
Start display at page:

Download "ADDENDUM #1 Walker Woods Pump Station Replacement PW"

Transcription

1 April 10, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Walker Woods Pump Station Replacement PW A. The following additions, deletions, revisions, and/or amendments to the original drawings and specifications are hereby made a part thereof, and a part of the contract documents. All provisions of said documents shall remain in force and effect, except as herein amended. B. This supplement to the specifications is issued prior to the receipt of bids. All work covered in this supplement shall be included in the original quotation; and the supplement will be considered part of the Contract Documents. Bidder must acknowledge receipt of this Addendum on the Bid Form. Please consider the following and incorporate it into your bid: II. QUESTIONS/ANSWERS: Q: Will there be a pre-bid meeting, or site visit for this project? A: There will not be a pre-bid meeting for this project. Site visits may be scheduled by contacting Bob LaFountain from Public Works at Q: Could you furnish information regarding liquidated damages for this project? A: Information regarding liquidated damages for this project can be found on page one of the Bid Form and Section , paragraph 1.03 as shown below. *BIDDER hereby agrees to commence WORK under this contract on or before a date to be specified in the NOTICE TO PROCEED and to fully complete the PROJECT within One Hundred Eighty (180) calendar days thereafter. Liquidated damages of $500 per day will be in effect with this PROJECT, refer to Section , paragraph

2 III. REVISIONS 1. Replace Specification Section ITB Invitation to Bidders with the attached Specification Section ITB Invitation to Bidders, which includes changes to paragraph, II A. 2. Replace Specification Bid Form with the attached Specification Bid Form. 3. In Specification , page 6, under Contract Drawings, correct These drawings consist of a total of eleven (11) sheets to a total of fourteen (14) sheets. 4. Replace Specification Unit Prices with the attached Specification Unit Prices. End of Addendum #1 If you have any questions, please contact me at (302) or bwolfgang@dover.de.us. Sincerely, Barry Wolfgang Acting Contract and Procurement Manager City of Dover (302) Fax (302) bwolfgang@dover.de.us 2

3 Addendum Receipt Record ITB PW We have received and reviewed the following Addenda (if applicable): 1. _Addendum #1, dated _April 10, , dated. 3., dated. FIRM NAME: BY: PRINTED: TITLE: DATED: ADDRESS: PHONE: FAX: FEDERAL: ID# 3

4 BID NUMBER: PW SECTION ITB INVITATION TO BIDDERS Sealed Bids, three (3) copies and one (1) electronic copy, will be received by the City of Dover, City of Dover Procurement Office, 710 William Street, Dover, DE no later than 2:00 P.M. on Wednesday, April 18, 2018 for the general construction of the Walker Woods Pump Station Replacement project, at which time the bids will be opened publicly and read aloud. I. NAME OF SOLICITING GOVERNMENT City of Dover, Delaware City Hall The Plaza P.O. Box 475 Dover, Delaware II. PURPOSE OF REQUEST A. The work under this project includes maintenance of sanitary flow during the entirety of the work, bypass pumping, demolition of existing pumping station, installation of a new bypass piping connection with shutoff valves, connection to an existing force main, installation and relocation of a new vacuum primed pumping skid complete with two (2) Smith and Loveless 4B2X centrifugal pumps, one (1) pump control panel complete with circuit breaker, motor starters - Variable Frequency Drives (VFD s), level control system consisting of a level transducer and backup floats, installation of a concrete riser with access keyway, wet well access ladder, new electrical equipment rack and pad, new electric meter socket, new main disconnect, manual transfer switch, generator receptacle, branch circuit panel board, disconnect switches, replacement of the existing SCADA RTU with a HighTide SCADA RTU, coordination with City of Dover to integrate interconnection of new pump control panel to proposed HighTide SCADA RTU, new site lighting and site restoration. It is anticipated that this project will be completed within one hundred eighty (180) calendar days. B. The Contractor shall and will furnish and deliver to the City all labor, materials and equipment to successfully complete the work of this Contract, of which all construction documents are a part, and which is generally described as the replacement and relocation of a vacuum prime pumping skid, installation of a new bypass piping connection, rehabilitation of the existing wet well, electrical work, sediment and erosion control, traffic control, surface restoration and all other appurtenances and incidental items of the work complete and in place. III. C. The City of Dover (the City) invites written bids from qualified contractors that are interested in providing services, as outlined below. SCOPE OF WORK A. The work to be done is covered in the Construction Documents (Drawings) titled Walker Woods Pump Station Replacement and in the project technical specifications titled Walker Woods Pump Station Replacement, Section mary B. All implements, machinery, tools, maintenance of traffic (traffic control), erosion and sediment control, equipment, and material, shall be provided by the contractor, including ITB-1

5 the labor necessary for the removal of the existing pumping station and the installation of the new pumping station and shall furnish and do everything necessary to make the work perfect, complete, neat and finished. The Contractor shall leave all the work to be done under this Contract in this condition at the time the work is finally inspected. IV. STATEMENT OF QUALIFICATIONS (SOQ) A. All contractors submitting bids shall include the following: an acceptable experience record, an acceptable equipment schedule and any other documents deemed necessary by the City of Dover. Below is a detailed list of the items that must be submitted to the City of Dover on the date of the bid opening. 1. Business name and contact person, together with the address, telephone number, facsimile number and address, of the office from which the services will be provided. 2. Proof of insurance, complying with the Instructions to Bidders Section, including the following documentation: Certificate of Insurance Declaration Page Insurance policy documents 3. A financial statement prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one (1) year old. In the case that the bid date falls within the time that a new statement is being prepared, the previous statement shall be updated by proper verification. 4. Identify the personnel who will manage and supervise this project, as well as the staff responsible for jobsite safety, quality control and other specialties. Provide each person s title and project-specific responsibilities, and resume. Lack of detailed information on the resumes may result in a less favorable evaluation. Provide an organization chart diagram if necessary to clearly explain the lines of authority, duties & responsibilities. 5. The bidder shall provide documentation showing satisfactory performance as the prime contractor (General Contractor) responsible for the complete construction of five (5) similar projects within the past five (5) years. Projects considered similar are defined as those with two or more of the following characteristics: Experience in construction of similar sized pump station projects Experience in construction of any sized pump station projects Experience with pump station construction in the State of Delaware Bidders past performance and experience working with proposed subcontractors Contractor s understanding of the project s intent, goals and objectives 6. Documentation that the business is licensed, insured and authorized to do work in the State of Delaware and the City of Dover ITB-2

6 V. COMPENSATION 7. A minimum of three (3) references must be provided. Governmental references preferred. For each reference listed, the information provided should consist of the following: (1) Name and mailing address of the owner/business (2) Name and telephone number of your contact person within said business Provide a list of references the City may contact in order to assist in the evaluation of your past performance. Please limit these references to owners of projects that involved the installation of pump stations. 8. The City s plan is to complete the proposed work by the end of December Provide documentation stating that your business has the available equipment, manpower resources and ability to meet the proposed schedule. 9. Provide documentation that shows that your business has a current safety plan and or policy in place and conducts periodic safety training. 10. Information on the nature and magnitude of any litigation or proceeding whereby, during the past three (3) years, a court or any administrative agency has ruled against the bidder in any matter related to the professional activities of the bidder. Similar information shall be provided for any current or pending litigation or proceeding. 11. A statement to the effect that the selection of the bidder shall not result in a conflict of interest with any other party which may be affected by the work to be undertaken. Should any potential or existing conflict be known by a bidder, said bidder must specify the party with which the conflict exists or might arise, the nature of the conflict, and whether or not the proposer would step aside or resign from the engagement or representation creating the conflict. (The City reserves the right to select more than one firm to perform the required services to avoid conflict of interest and other similar occurrences.) 12. Any additional information that you feel will be beneficial to the City in evaluating your qualifications to perform the proposed scope of work. A. The bid should clearly state the fee to be charged for the proposed work and should be provided on the attached Bid Form three (3) copies. END OF SECTION ITB ITB-3

7 THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK ITB-4

8 WALKER WOODS PUMP STATION REPLACEMENT BID NO.: PW CITY OF DOVER, DELAWARE BID FORM Date: Bid of (hereinafter called BIDDER ), organized and existing under the laws of the State of Delaware doing business as *. To the City of Dover (hereinafter called OWNER ). In compliance with the Invitation to Bidders, BIDDER hereby proposes to perform all WORK for the Walker Woods Pump Station Replacement project, Bid No PW, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. The BIDDER has examined the Drawings and Specifications with related documents and the site of the proposed work, being familiar with all of the conditions surrounding the construction of the proposed project including materials and supplies, and to construct the project in accordance with the CONTRACT DOCUMENTS at the price stated below. The price is to cover all expenses incurred in performing the work required under the Contract Documents of which this Bid is a part. The BIDDER declares that the attached Specifications and the Drawings therein referred to have been carefully examined and are understood. It is proposed and agreed if the Bid is accepted to contract with the City of Dover the required work in the manner set forth in the Specifications and shown by the Drawings. *Corporation, Partnership, or Individual as applicable. BIDDER hereby agrees to commence WORK under this contract on or before a date to be specified in the NOTICE TO PROCEED and to fully complete the PROJECT within One Hundred Eighty (180) calendar days thereafter. Liquidated damages of $500 per day will be in effect with this PROJECT, refer to Section , paragraph BIDDER acknowledges receipt of the following ADDENDUM (if applicable): The BIDDER declares that the only person, firm or corporation, or persons, firms or corporations, that has or have any interest in this bid or in the Contract or Contracts proposed to be taken is or are the undersigned; that this bid is made without any connection or collusion with any person, firm or corporation, making a bid for the same work. BF-1

9 Items to be included with Bid: Completed Bid Form (3 Copies and one 1 electronic copy) Bidders Statement of Qualifications _ Bid Bond (10% of the total amount of the BID) The bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within 10 days and deliver. The names and addresses of all members of a firm or the names, addresses, and titles of every officer of a corporation as the case may be, must be given here by the member if the firm or by the officer or agent of the corporation who signs the Bid. Respectfully submitted: Signature Title Date License Number (if applicable) Company Name Address Telephone No. SEAL (If BID is by a corporation) If a Partnership, state names and addresses of Partners here: BF-2

10 WALKER WOODS PUMP STATION REPLACEMENT BID NO.: PW CITY OF DOVER, DELAWARE BID FORM BIDDER agrees to perform the work described in the CONTRACT DOCUMENTS for the following prices: SCHEDULE OF UNIT PRICES ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL 1 Bonds and Insurance 2 Mobilization/Demobilization 3 Installation, Maintenance, and Removal of Erosion and Sediment Controls 4 Bypass Sanitary Sewer Flow 5 Maintenance of Traffic Unclassified Excavation and Backfill Below Subgrade Miscellaneous Unclassified Excavation and Backfill Furnish and Install Monitoring System (HighTide) Pump Station Demolition, Disposal, and Abandonment 10 Reconnection to Ex. Force Main C.Y. 100 $ $ C.Y. 100 $ $ Each 11 Macadam Within Pump Station Fence S.F. 620 $ $ 12 4" DIP CL52 Force Main L.F. 40 $ $ 13 4 CIP Suction Piping L.F. 25 $ $ 14 2 DIP Water Main L.F. 10 $ $ 15 4 Sch. 80 PVC L.F. 10 $ $ 16 Davit Arm Base Each 1 17 Precast Concrete Riser (5-foot Dia.) with access keyway Each $ 18 Wet Well Lining 19 Emergency Bypass Connection BF-3

11 ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL 20 Pump Station and Meter Vault, Complete 21 4 Flapper Valve Each $ Black Iron Fence and Gate, Complete Water Service Extension and Yard Hydrant Site Restoration (Topsoil, Seed and Mulch Disturbed Areas) Pavement Restoration (Ex. Driveway) 1 S.F. 50 $ $ 26 Site Pole Light w/ Fixture Each $ 27 Electrical Work, Complete 28 Transformer Upgrade Allowance ALTERNATES TOTAL STIPULATED SUM $ _65,000 A. Description 1. The undersigned Bidder proposes the amount below be added to or deducted from the Base Bid if particular alternates are accepted by Owner. Amounts listed for each alternate include costs of related coordination, modification, or adjustment. (See Section ALTERNATES for more detail) 2. If the alternate does not affect the Contract, the Bidder shall indicate "NO CHANGE." 3. If the alternate does not affect the Work of this Contract, the Bidder shall indicate "NOT APPLICABLE." 4. The Bidder shall be responsible for determining from the Contract Documents the effects of each alternate on the Contract Time and the Contract. 5. Owner reserves the right to accept or reject any alternate, in any order, and to award or amend the Contract accordingly within 60 days of the Notice of Award unless otherwise indicated in the Contract Documents. 6. Acceptance or non-acceptance of any alternates by the Owner shall have no effect on the Contract Time unless the "Schedule of Alternates" Article below provides a formatted space for the adjustment of the Contract Time. B. Schedule of Alternates Alternate No. 1: 6-foot chain link fence with 12-foot wide gate. a. ADD DEDUCT NO CHANGE NOT APPLICABLE. b. Dollars ($ ). BF-4

12 Contractor s Name Signature Title Date Note: Contractor shall supply documentation to answer all requirements in the statement of Qualification section, located in Section ITB. Local Vendor Preference Circle One: Rule 1 Rule 2 Rule 3 None Minority Vendor Preference Circle One: Yes No END OF SECTION BF BF-5

13 THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK BF-6

14 SECTION UNIT PRICES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for unit prices. B. Related Requirements: 1. Section Alternates for bid items that may be added or deducted from the base bid amount. 2. Section "Contract Modification Procedures" for procedures for submitting and handling Change Orders. 3. Section "Quality Requirements" for general testing and inspecting requirements. 1.3 DEFINITIONS A. Unit price is an amount incorporated in the Agreement, applicable during the duration of the Work as a price per unit of measurement for materials, equipment, or services, or a portion of the Work, added to or deducted from the Contract by appropriate modification, if the scope of Work or estimated quantities of Work required by the Contract Documents are increased or decreased. 1.4 PROCEDURES A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead, and profit. B. Measurement and Payment: See individual Specification Sections for work that requires establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections. C. Owner reserves the right to reject Contractor's measurement of work-in-place that involves use of established unit prices and to have this work measured, at Owner's expense, by an independent surveyor acceptable to Contractor

15 D. List of Unit Prices: A schedule of unit prices is included in Part 3. Specification Sections referenced in the schedule contain requirements for materials described under each unit price. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 PROJECT BREAKDOWN A. Schedule Of Unit Prices 1. Bonds and Insurance a. Description: Bonds and insurance required to perform the scope of work b. Unit of Measure: 2. Mobilization/Demobilization a. Description: Staging, site preparation, movement of equipment. b. Unit of Measure: 3. Installation, Maintenance, and Removal of Erosion and Sediment Controls a. Description: Furnish, install, and maintain materials as required by the Contract. b. Unit of Measure: 4. Bypass Sanitary Sewer Flow a. Description: Furnish, setup, monitoring, and maintenance of bypass flow operations including pumps, piping, and valves necessary for fail-safe operation. b. Unit of Measure: 5. Maintenance of Traffic a. Description: Furnish, supply, setup, and maintenance of traffic control activity, including flagging and signage in accordance with DelDOT standards. b. Unit of Measure: 6. Unclassified Excavation and Backfill Below Subgrade a. Payment: Price and payment shall be full compensation for furnishing all labor, equipment, excavation, dewatering, open cut, backfilling, compacting, shoring and bracing, and compaction testing for replacement of material below subgrade as directed by Engineer. b. Measurement: per cubic yard. 7. Miscellaneous Unclassified Excavation and Backfill a. Payment: Price and payment shall be full compensation for furnishing all labor, equipment, excavation, dewatering, open cut, backfilling, compacting, shoring and bracing, and compaction testing for excavation and backfill in as directed by the City of Dover, Department of Public Works, not paid under other bid items. b. Measurement: per cubic yard. 8. Furnish and Install Monitoring System (HighTide) a. Description: Furnish and install pump station monitoring equipment including setup and connection to web hosted service. b. Unit of Measure: Each

16 9. Pump Station Demolition, Disposal, and Abandonment a. Description: Description: Complete demolition, removal, and disposal of existing pumps, controls and materials noted on the Drawings, including items salvaged by Owner. Legal and appropriate disposal of equipment and materials deemed property of the Contractor. b. Unit of Measure:. 10. Reconnection to Existing Force Main a. Description: Furnish and install including materials including fittings, excavation, backfill and compaction, and trench restoration, with seed and protective mulch. b. Unit of Measure: 11. Macadam Within Pump Station Fence a. Description: Furnish, place, grade and compact macadam and subbase for pump station work area. b. Unit of Measure: Square Foot DIP CL52 Force Main a. Description: Furnish, place, grade and compact aggregate for driveway and pump station work area. b. Unit of Measure: Linear feet taken horizontally CIP Suction Piping a. Description: Furnish and install including excavation, pipe bedding, backfill and compaction, and trench restoration with seed and protective mulch. b. Unit of Measure: Linear feet taken horizontally DIP Water Main a. Description: Furnish and install including excavation, pipe bedding, backfill and compaction, and trench restoration with seed and protective mulch. b. Unit of Measure: Linear feet taken horizontally Sch. 80 PVC a. Description: Furnish and install including excavation, pipe bedding, backfill and compaction, and trench restoration with seed and protective mulch. b. Unit of Measure: Linear feet taken horizontally. 16. Davit Arm Base a. Description: Furnish and install davit arm base as detailed on the drawings to fit the existing equipment owned by the City of Dover DPW. b. Unit of Measure: Each 17. Precast Concrete Riser with Access Keyway a. Description: Obtain and install the concrete riser and access keyway to the existing wet well, include any fittings, seals and gaskets. b. Unit of Measure: Each 18. Wet Well Lining a. Description: Repair interior and exterior concrete, and furnish and install wet well lining. b. Unit of Measure: 19. Emergency Bypass Pump Connection a. Description: Furnish and install including materials detailed on the Drawings. b. Unit of Measure: sum

17 20. Pump Station and Meter Vault, Complete a. Description: Complete in-place, operating and accepted pump station and meter vault including furnish and install pump station, piping, valves, meter, fittings, bends and materials; excavation, backfill, patching and restoration. b. Unit of Measure: inch Flapper Valve a. Description: Furnish and install valve within new pump station b. Unit of Measure: Each 22. Black Iron Fence and Gate, Complete a. Description: Furnish and install black iron fence and gate around the pump station site as shown on the drawings and described in Section Black Iron Fences and Gates. b. Unit of Measure: 23. Water Service Extension and Yard Hydrant a. Description: Furnish and install equipment and materials for work described on the Drawings. b. Unit of Measure: 24. Site Restoration (Topsoil, Seed, and Mulch Disturbed Areas) a. Description: Furnish and place seed mix and protective mulch for disturbed and restored vegetative areas. b. Unit of Measure: 25. Pavement Restoration a. Description: Furnish and place asphalt pavement surface over properly bedded and compacted soils b. Unit of Measure: per square foot 26. Site Pole light with Fixture a. Description: Furnish and install pole and light fixture for site lighting following City of Dover Standards and specifictions herein. b. Unit of Measure: Each 27. Electrical Work a. Description: Furnish and install equipment and materials for Electrical work described on the Drawings. b. Unit of Measure: 28. Transformer Upgrade a. Description: A lump sum allowance will be made to the City of Dover Electric Department for all work to upgrade the transformer and all its components. b. Unit of Measure: END OF SECTION

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

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

More 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

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SOLICITATION NO.: B-10-031-MF SAWS JOB NO. 07-6500 DESCRIPTION: DOS RIOS WATER RECYCLING

More information

Sample. Bid Proposal. Not Valid for Use

Sample. Bid Proposal. Not Valid for Use BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

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

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

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

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project 00900 ADDENDUM #1 Issued to: All Document Holders of Record Date: February 16, 2016 Project: Bayfield Waterline Replacement Project This Addendum forms a part of the Contract described above. The original

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More 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

General Water Bid Items Item No.

General Water Bid Items Item No. 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

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

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01. BASIS FOR MEASUREMENT AND PAYMENT Measurement and Payment will be made for only those items included in the Schedule of Unit Prices or Contract

More information

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices. SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds

More 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

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) Bid Form TxDOT CSJ No. 17HGRCKPT Project: Aransas County Airport - 2017 Hangar Project Project Description: Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1A

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet. BID FORM TxDOT CSJ 1812CONRO Project Description: TW Extension, Lighting and Signage Improvements Base Bid: The project consists of the extension of existing 50 TW approximately 2,640 feet. The proposed

More information

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

More information

PROPOSAL AND BID FORM (Submit in triplicate)

PROPOSAL AND BID FORM (Submit in triplicate) Bidder SECTION 00300 PROPOSAL AND BID FORM (Submit in triplicate) Proposal of: (hereinafter called "Bidder" or "Contractor"), organized and existing under the laws of the State of doing business as a partnership

More information

Addendum No. 1 Issue Date: March 29, 2016

Addendum No. 1 Issue Date: March 29, 2016 Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South

More information

BID FORM (LUMP SUM CONTRACT)

BID FORM (LUMP SUM CONTRACT) BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an

More information

BASE BID Description Written & Numeric Price

BASE BID Description Written & Numeric Price PROPOSAL Proposal TxDOT CSJ No. Project : Airfield drainage improvements to alleviate storm water conveyance issues at in Liberty, TX. The improvements include: re-grading of existing concrete lined infields,

More information

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01026 PART 1 GENERAL 1.1 SECTION INCLUDES A. Explanation and Definitions B. Measurement C. Payment D. Schedule of Values E. Application for Payment 1.2 EXPLANATION AND DEFINITIONS A. The following

More information

ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO (2 pages)

ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO (2 pages) ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO. 010167-01 (2 pages) July 18, 2014 NOTICE TO ALL PLAN HOLDERS/BIDDERS This Addendum is issued to all registered plan holders

More information

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

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

More information

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged. 1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax 6 March 2018 Arizona California Colorado Kansas Louisiana Missouri Nebraska New Mexico Texas Utah ADDENDUM NO. 2 RE: City of Kingman,

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

More information

A D D E N D U M N O. 4

A D D E N D U M N O. 4 A D D E N D U M N O. 4 TO: PROJECT: All Prospective Bidders (T78) Drainage Improvements TxDOT CSJ No. Klotz Project No. 0500.041.002 ISSUE DATE: January 30, 2017 The following information is provided to

More 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

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT Effective September 6, 2018, Addendum No. 3 (THREE), {Pages 1-7 and the applicable attachment(s)}, is associated

More information

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project

More information

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of a Partnership consisting of an Individual doing business as. TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction

More 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

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances 2004 Specifications CSJ 2250-01-021, etc SPECIAL SPECIFICATION 5243 Water and Sewer System and Appurtenances 1. Description. This Item governs for the furnishing of all equipment, labor and materials to

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 ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION CITY OF ALBANY Public Works Department ADDENDUM # ST-6-02 CROCKER LANE RECONSTRUCTION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and shall

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

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2 revard Central Services Florida's Coast CENTRAL SERVICES GROUP Telephone (321) 617 7390 PURCHASING SERVICES Fax (321) 617-7391 Brevard County Government Center 2725 Judge Fran Jamieson Way, Bldg. C, Suite

More information

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. 2017-1 43 SOUTH GRANVILLE WATER AND SEWER AUTHORITY H STREET BY-PASS

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

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

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION CITY OF ALBANY Public Works Department ADDENDUM #1 ST-13-04-2014, MAIN STREET REHABILITATION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and

More information

ADDENDUM 2 KODIAK ISLAND BOROUGH CHINIAK TSUNAMI CENTER AND LIBRARY Kodiak, AK

ADDENDUM 2 KODIAK ISLAND BOROUGH CHINIAK TSUNAMI CENTER AND LIBRARY Kodiak, AK ADDENDUM 2 KODIAK ISLAND BOROUGH LIBRARY Kodiak, AK March 7, 2018 TO ALL PLAN HOLDERS OF RECORD: This addendum forms part of and modifies the contract documents as noted below. Bidders must acknowledge

More information

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION 820-1 SCOPE OF WORK: SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION a. Furnish all labor, materials, equipment, and incidentals required for demolition and/or removal and disposal of existing

More information

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address:  Address: BID FORM TxDOT CSJ No. 1507JNCTN Project Description: T-Hangar Development Project Bid by: Name of Bidder Address: Telephone: FAX: Email Address: To the Texas Department of Transportation hereinafter called

More 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

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00410 BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith Engineering Services

More information

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM. HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 6/19/15 BID NO. ITB 15-044 ADDENDUM No. 2 Project.: Owner: Lake Josephine Drive resurfacing Highlands County BCC Attn:

More information

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 3 of 26 Addendum #1, RFB 16-217-05-17, May 13, 2016 be furnished to all bidders as an amendment to the solicitation, if such information

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

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

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

More information

PROPOSAL OF, a corporation. an individual doing business as

PROPOSAL OF, a corporation. an individual doing business as PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to instructions and invitations to bidders, the undersigned proposes

More information

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: April 22, 2009 To: Prospective Bidders/Plan Holders From: Abraham Campos, PE on behalf of City of El

More information

Request for Bid Group 1 Relay Addendum No. 1 to RFB No. 196548.71.0401 February 20, 2018 The following information encompasses Addendum No. 1 for the above referenced RFB. Bidders shall fully consider

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

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS March 6, 2006 ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS The attention of all Bidders submitting Proposals for the

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

Addendum No. TWO Date:

Addendum No. TWO Date: Addendum No. TWO Date: 11.12.2018 Project: HICKORY GROVE RE-PAVING OF DRIVES & PARKING FOR THE JEFFERSON COUNTY HOUSING AUTHORITY, BIRMINGHAM, ALABAMA MCKEE PROJECT NO. 18-229 The following modifications/

More information

PAWLEYS ISLAND TOWN HALL

PAWLEYS ISLAND TOWN HALL DOCUMENT 001116 - INVITATION TO RE-BID 1.1 PROJECT INFORMATION A. Notice to Bidders: Prequalified bidders are invited to submit bids for Project as described in this Document according to the Instructions

More information

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number: ADDENDUM # 01 Date: 5/4/2018 Reference: IFB Number: 118-22-5-11 The following questions were submitted for clarification and/or to request additional information. All questions that were submitted are

More information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

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

More information

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY: ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum

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

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement. MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More 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

ADDENDUM #1 FOR RFP #PC507 Tree Removal and Sewer/Water Line Rehab at Medical Center PH Community

ADDENDUM #1 FOR RFP #PC507 Tree Removal and Sewer/Water Line Rehab at Medical Center PH Community HOUSING AUTHORITY OF THE COUNTY OF SAN BERNARDINO PROCUREMENT AND CONTRACTS DEPARTMENT 715 E. BRIER DRIVE, SAN BERNARDINO, CA 92408 (909) 890-0644 FAX (909) 890-2349 http://www.hacsb.com/procurement.htm

More information

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

ADDENDUM NO. 1 APRIL 24, 2017

ADDENDUM NO. 1 APRIL 24, 2017 DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS

More information

REVISED BID FORM WILLIAM PATERSON UNIVERSITY OF NEW JERSEY. PROJECT NAME: Renovations & Addition to Hunziker Hall & Wing

REVISED BID FORM WILLIAM PATERSON UNIVERSITY OF NEW JERSEY. PROJECT NAME: Renovations & Addition to Hunziker Hall & Wing REVISED BID FORM WILLIAM PATERSON UNIVERSITY OF NEW JERSEY PROJECT NUMBER: WP-14-14-8/14 PROJECT NAME: Renovations & Addition to Hunziker Hall & Wing Bids are to be returned to The Office of Associate

More information

BID FORM. (Firm) FOR CONSTRUCTION OF

BID FORM. (Firm) FOR CONSTRUCTION OF BID FORM BY Rancho California Water District 42135 Winchester Road Post Office Box 9017 Temecula, CA 92589-9017 (Firm) FOR VIA VISTA GRANDE [PROJECT 20161], AVOCADO MESA [PROJECT 20162], AND CARANCHO WEST

More information

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015

More information

ADDENDUM NO. 1. GOODWYN, MILLS AND CAWOOD, INC st Avenue South Suite 100 Birmingham, Alabama Ph: Fax:

ADDENDUM NO. 1. GOODWYN, MILLS AND CAWOOD, INC st Avenue South Suite 100 Birmingham, Alabama Ph: Fax: ADDENDUM NO. 1 GOODWYN, MILLS AND CAWOOD, INC. 2701 1 st Avenue South Suite 100 Birmingham, Alabama Ph: 205-879-4462 Fax: 205-879-4493 To: ALL PLAN HOLDERS Date: March 24, 2017 Fax #: Pages: 10, including

More information

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. ACKNOWLEDGEMENT BY RESPONDENT Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. This undersigned acknowledges receipt of this Addendum No. 1

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

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

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

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE 1 PROJECT DESCRIPTION 2 2 PHYSICAL CONDITIONS/CONTRACT PLANS 2 3 PROJECT COORDINATION 3-5

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE 1 PROJECT DESCRIPTION 2 2 PHYSICAL CONDITIONS/CONTRACT PLANS 2 3 PROJECT COORDINATION 3-5 TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE 1 PROJECT DESCRIPTION 2 2 PHYSICAL CONDITIONS/CONTRACT PLANS 2 3 PROJECT COORDINATION 3-5 3.1 Intent of Plans and Specifications 3.2 Interpretation of

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

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

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient... BID PROPOSAL For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations...

More information

TELEPHONE: (215) Addendum No. 03

TELEPHONE: (215) Addendum No. 03 THE SCHOOL DISTRICT OF PHILADELPHIA SCHOOL REFORM COMMISSION Office of Capital Programs 440 North Broad Street, 3 rd Floor Suite 371 Philadelphia, PA 19130 TELEPHONE: (215) 400-4730 Addendum No. 03 Subject:

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

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications Addendum No. 2 Project No. 2016-01EL West Barbour Street 12kV Underground Reconductoring Revisions to Drawings and Specifications Pre-Bid Meeting Notes and Scope of Work Clarifications Replace Section

More information

extrudesection 00301 BID FORM PROJECT IDENTIFICATION: CONSTRUCTION OF PROPOSED DRAINAGE IMPROVEMENTS THIS BID IS SUBMITTED TO: THE CITY OF FREDERICKSBURG, TEXAS, herein after referred to as OWNER. 1. Enter

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information