SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

Similar documents
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

SECTION GENERAL EXCAVATION

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

SECTION MEASUREMENT AND PAYMENT

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

DOCUMENT ADDENDA AND MODIFICATIONS

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE CITY OF BRECKSVILLE,

SECTION 14 EMBANKMENT

SANBORN COUNTY

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

SECTION TRENCHING

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

COUNTY OF SUTTER ENCROACHMENT PERMIT

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

SECTION MEASUREMENT AND PAYMENT

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017

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

TO ALL PROSPECTIVE BIDDERS: The original specifications for the project noted above are hereby modified as described below:

SECTION UNCLASSIFIED EXCAVATION AND GRADING

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

Chapter 3: Permit Procedures and Requirements

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

SECTION MAINTENANCE OF EXISTING CONDITIONS

Construction Specification for General Excavation

SPECIAL SPECIFICATION 6666 Charter Communications System

Application for Right of Way Permit

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION

SECTION SITE GRADING. Part 1 - General Work Included Related Requirements Reference Standards...

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

COUNTY OF CHIPPEWA APPLICATION FOR UTILITY PERMIT on COUNTY HIGHWAY RIGHT OF WAY

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

SECTION TRENCHING & BACKFILLING

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS

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

DIVISION 4100 SITEWORK

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

SECTION 1100 GRADING 1102 MATERIALS AND DEFINITIONS.

CHAPTER 3 EXCAVATIONS

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 800 EROSION AND SEDIMENT CONTROL

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR

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

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

SECTION EMBANKMENT

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

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

SPECIAL PROVISION Detours, Barricades, Warning Signs, Sequence of Work, etc.

CITY OF KANSAS CITY, MISSOURI

COUNTY OF LAC QUI PARLE APPLICATION FOR UTILITY PERMIT on COUNTY HIGHWAY RIGHT OF WAY

SECTION PAYMENT PROCEDURES

Excavate drilled shafts in accordance with Item 416, Drilled Shaft Foundations.

SHORT FORM CONTRACT CONTENTS SECTION I INSTRUCTIONS TO BIDDERS. 4. Bidders must be certified to work in the Shoreland Zone.

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

SOUTHSIDE TOWNSHIP ROADWAY STANDARDS POLICY Adopted September 7, 2004

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

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

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

SECTION EXCAVATION AND EMBANKMENT. B. Subbase Grading A samples for gradation analysis.

Addendum No. 1 Page 1 of 2

SECTION MEASUREMENT AND PAYMENT

Job Order Sewer Repair Services

Finance & Technology Administrator (815) ext 223

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

BASE BID FORM FY 2015

REGIONAL CONSTRUCTION STANDARDS

Sample. Bid Proposal. Not Valid for Use

Notice to Bidders Page 1 of 6

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

CITY OF SAFETY HARBOR 750 MAIN STREET, SAFETY HARBOR, FLORIDA PHONE: 727/ FAX: 727/

Project # Brown County PCN i40h Replace Section Line Road Culvert

SECTION 1500 REMOVALS

SECTION TRENCHING, BACKFILLING AND COMPACTION. B. Provide necessary sheeting, shoring and bracing.

ITEM 706 PIPE SLOPE DRAIN

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

CITY OF ELIZABETHTON Building Department Excavations and Cuts Permit Application

NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

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

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

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

SECTION 10 - TRENCHING AND BACKFILLING

SPECIAL PROVISION Description of Project, Scope of Contract, and Sequence of Work

BID # 19-6 UNDERGROUND ULITILITY SERVICE CONTRACT SECTION C SPECIFICATIONS OWNER

CITY OF TACOMA Department of Public Utilities Tacoma Power

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

SECTION EARTHWORK; EXCAVATION, FILLING AND GRADING. A. Excavating soil and other material for surface improvements.

SECTION 18 - EARTHWORK TABLE OF CONTENTS

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

QUANTITIES MOBILIZATION PAVT, REM EROSION CONTROL, INLET PROTECTION, FABRIC DROP 12 EA AGGREGATE BASE AGGREGATE BASE, CONDITIONING SHOULDER, CL II

Public Works Department

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

CONTRACT SPECIFICATIONS FOR

ITEM 430 CONSTRUCTION OF UNDERGROUND UTILITIES

SECTION 903 EROSION CONTROL

Transcription:

RES. NO. PROPOSAL FOR THE COMPLETION OF 2015-28 TO THE SATISFACTION OF THE BUTLER COUNTY COMMISSIONERS AND THE COUNTY ENGINEER: SAID WORK CONSISTING OF TYLERSVILLE ROAD IMPROVEMENTS, PHASE I TO THE COUNTY COMMISSIONERS OF BUTLER COUNTY, OHIO: THE UNDERSIGNED HAVING FULL KNOWLEDGE OF THE SITE, PLANS AND SPECIFICATIONS FOR THE ABOVE IMPROVEMENT, HEREBY AGREES TO FURNISH ALL SERVICES, LABOR, MATERIAL AND EQUIPMENT NECESSARY TO COMPLETE THE SAME BY August 28, 2015 ACCORDING TO THE PLANS AND SPECIFICATIONS. (THE BIDDER IS REQUIRED TO FILL IN UNDER "UNIT PRICES," A UNIT PRICE OPPOSITE EACH ITEM FOR WHICH THERE IS A QUANTITY GIVEN IN THE "APPROXIMATE QUANTITIES." THE "GRAND TOTAL BID AMOUNT" OF THE TOTALS IN THE "AMOUNT" COLUMN SHALL EQUAL THE TOTAL BID GIVEN BELOW.) THE UNDERSIGNED FURTHER AGREES TO ACCEPT THE FOLLOWING "UNIT PRICES" IN COMPENSATION FOR ANY SMALL ADDITIONS OR DEDUCTIONS CAUSED BY ANY CHANGES OR ALTERATIONS IN THE PLANS OR SPECIFICATIONS OF THE WORK. ITEMIZED PROPOSAL SPEC OR ITEM DESCRIPTION APPROX. UNIT PRICE TOTAL AMT. BID ITEM NO. AND UNIT OF MEASURE QUANTITY DOLLARS-CTS. DOLLARS-CTS. SPECIAL NOTES FOR CONTRACT Bidding Requirements and Conditions Specifications Governing this Project Description: The State of Ohio Department of Transportation Construction and Material Specifications effective January 1, 2010 its revisions and supplements will govern this project. Butler County will be substituted where the specification refers to the Director. Excluded 2010 specifications: Section 102.01 (see proposal note), 102.03 (A), 102.06, 102.09, 102.10, 102.11, 102.14, 103.02, 103.04, 103.06, 105.05, 105.13, 107.04, 107.13, 108.01, 108.02 (A), 108.08, 108.09, 108.11, 109.06, 109.09, 109.10, 109.12 (A), 109.12 (B), 109.12 (D), 109.12 (E).

General and Sub Contractor Qualifications Description: This item shall consist of the General Contractor and all Subcontractors providing work on the project being in good standing on the Ohio Department of Transportation s approved contractor listing for the type of construction required by the project. Contractor must submit a certification of qualifications showing they are a pre-qualified contractor registered through Ohio Department of Transportation for the type of construction work being performed. NONCOMPLIANCE WILL VOID THE CONTRACTORS BID. Sub Contractors Description: The contractor may not award more than 50% of this contract to a subcontractor per section 108.01 State of Ohio Department of Transportation Construction and Material Specifications. Landscape Subcontractors not on the ODOT prequalified list must submit written proof of successfully performing the type of work of which they will be performing on this project on a minimum of three recent ODOT projects and are strictly limited to performing the following; Item 652, Placing Stockpiled Topsoil Item 653, Topsoil Furnished and Placed Item 654, Renovating Existing Soil Item 657, Riprap for Tree Protection Item 658, Tree Root Aeration Item 659, Seeding and Mulching Item 660, Sodding Item 661, Planting Tree, Shrubs, Perennials and Vines Item 662, Landscape Watering Item 666, Pruning Existing Trees Item 670, Erosion Protection Item 671, Erosion Control Mats SS 832, Construction Seeding and Mulching SS 832, Perimeter Filter Fabric Fence SS 832, Filter Fabric Ditch Check SS 832, Inlet Protection SS 832, Construction Ditch Protection

SS 832, Construction Mulching SS 832, Winter Seeding and Mulching The Butler County Engineer reserves the right to reject any subcontracting landscaper who in the opinion of the Engineer has not successfully performed Work on any Butler County project. Bid Guaranty No bid will be considered unless accompanied by a guaranty, payable to the Board of County Commissioners, Butler County, Ohio, in the form of either [1] the Bid Guaranty and Contract Bond prescribed by Ohio Revised Code Sections 153.54(B) and 153.571 for the full amount of the bid, or [2] a certified check, cashier's check, or letter of credit, as provided in Ohio Revised Code Sections 153.54(A)(2) and 153.54(C) in the amount of 10% of the bid. If bid guaranty is in the form of a Bid Guaranty and Contract Bond, it must be accompanied by [a] a current Power of Attorney from the surety, and [b] a current Certificate of Compliance from the Ohio Department of Insurance, indicating that the surety has authority to transact business as a surety in the State of Ohio. Contract Bond If the bidder enters into a contract, the bidder shall provide a Contract Bond meeting the requirements of Ohio Revised Code Sections 153.54(C) and 153.57, unless the bidder has already provided satisfactory Bid Guaranty and Contract bond with the bid. The Contract Bond must be accompanied by [a] a current Power of Attorney from the surety, and [b] a current Certificate of Compliance from the Ohio Department of Insurance, indicating that the surety has authority to transact business as a surety in the State of Ohio.

107.12 Responsibility for Damage Claims and Liability Insurance: The entire specification 107.12 of the State of Ohio, Department of Transportation, Construction and Material Specifications Manual dated January 1, 2010 applies, with the following additions: The Butler County Commissioners, its officers, agents and employees / the Butler County Engineer's Office, its officers, agents and employees are to be named as additional insured s with all rights. O.U.P.S. Locate Work Order Form Description: The contractor will be required to fill out this form prior to starting any construction. Item: Clearing and Grubbing The contractor shall visit the project site and be fully familiar with the existing conditions of the project. Clearing and Grubbing includes properly preparing the site for installing embankment. In addition to the normal requirements of Clearing and Grubbing the contractor is fully responsible for removing and properly disposing of any accumulated trash, debris or any other material(s) unsuitable for establishing an embankment upon. Excavation and Embankment Payment for all excavation shall be made under Item 203, Excavation and payment for all embankment shall be under Item 203, Embankment, which shall include payment for furnishing suitable material from sources other than excavation if needed to complete embankments or the Engineer deems the excavated material unsuitable for embankment. There will be no extra charge for excavating shale or rock during any phase of construction on this project. Excavation will be bid at a unit price regardless of what is to be excavated.

Item 614: Maintenance of Traffic All Maintenance of Traffic and Road Closure devices shall conform to the Plans and the current Ohio Manual of Uniform Traffic Control Devices, its supplements and revisions with this addition: If in the Opinion of the Engineer, when the inadvertent, accidental or intentional removal of, disturbance of or damage to Road Closure barricades would cause an imminent danger to the traveling public; the Contractor shall cause the barricades to be fixed to the barricade stand(s) and/or support(s) whereby the barricade cannot be easily removed from the stand(s) or support(s) and shall fix the barricades in place by anchoring the bottoms of the barricades together with non-welded, 255 lb rated, chain. The chain shall be placed at the bottom of the barricade stand(s) and support(s) and shall lay on the ground in its entirety. In addition to the plan M.O.T. notes the Maintenance of Traffic shall be restricted as follows; All existing through and turn lanes on Tylersville Road shall remain open and unrestricted to traffic from 6:00 AM to 10:00 PM. From 10:00 PM to 6:00 AM on Tylersville Road one through lane in each direction and the existing center turn lanes shall remain open and unrestricted to traffic. With the Engineer s Permission existing Tylersville right turn drop lanes may be closed from 10:00 PM to 6:00 AM. The proposed work on Dudley Drive must be completed before starting the work on Kingsgate Way. On Dudley Drive; one through lane in each direction and one left turn shall remain open and unrestricted to traffic from 6:00 AM to 10:00 PM. Dudley Drive may be reduced to one lane in each direction from 10:00 PM to 6:00 AM. To Perform the proposed work; Kingsgate Way may be reduced to one lane in each direction for seven, (7), calendar days. At all other times all of the existing or all of the completed traffic lanes shall remain open and unrestricted to traffic. Any required signal head adjustment or signal timing adjustment for the above work is incidental to Item 614, Maintenance of Traffic.

Documents and Records and Availability Description: The contractor agrees to make available for inspection or reproduction by Butler County all records, books and documents of every kind and description which relate to this contract as Butler County may request from time to time. Prevailing Wage Requirement Description: All work performed within the contract is subject to Prevailing Wage Requirements. The most current prevailing wage rates may be accessed through the website noted below: http://198.234.41.198/w3/webwh.nsf?opendatabase The General Contractor must provide a wage report weekly sent to the Butler County Engineer's Office attn. Melissa Taylor. Failure to provide the wage report will cause the withholding of payment estimates until such wage reports are received and reviewed. Item 107.12: Workers Compensation Insurance Description: The entire specification applies and the contractor must supply a statement showing their Workers Compensation Insurance is in effect and in good standing. Drug Free Work Place The contractor shall show proof and/or certification of compliance with the Drug Free Work Place requirements. The contractor shall use the form included in bid packet or if no form is provided, the contractor shall provide the appropriate form. Failure to complete and submit the required form(s) may cause the bidders proposal to be rejected. This form shall be submitted with the bid. Progress Schedule The contractor shall prepare and submit a Progress Schedule to the

Engineer as per 108.02, B. Payment for the Progress Schedule and subsequent updates are incidental to all contract items. The Engineer reserves the right to adjust without penalty the construction start date and construction completion date(s); as to be determined by delivery schedules and delivery dates for the proposed signal poles, signal mast arms, sign poles, sign mast arms and signs. The Contractor shall submit hard delivery dates for the poles and mast arms and receive approval from BCEO before starting any work on the Project. Furthermore the Engineer reserves the right to modify the Start date and Completion date without penalty in the event the existing utilizes are not relocated in time to start the proposed work. Payment Process for Work Completed Description: Pay estimates will be processed every four weeks for payment of work approved. No quantity will be recorded as completed without the associated material tickets reviewed and approved by the field inspector. Lump Sum Items will be paid on a percentage of project completion or when the item is complete. Senate Bill 11, Domestic Steel Bill Description: Domestic Steel use requirements as specified in section 153.011 of the Ohio Revised Code apply to this project. Copies of the section of the 153.011 of the revised code can be obtained from any of the offices of the Department of Administration Services. Project Material Certification Process Description: This item shall consist of the general contractor providing a material certification along with actual Certified test Data (specification 101.061) testing results attached, prior to incorporating into or utilizing any material in all phases of construction. The general contractor shall provide actual testing of all materials by utilizing an independent testing lab approved by the Butler County Engineer's Office. All materials must

meet the specification(s) provided within the State of Ohio, Department of Transportation, Construction and Material Specifications manual, dated January 1, 2010. The costs for providing quality testing will be incorporated into the unit cost for the item without charge to the County. In the event the County institutes plant sampling and plant testing in addition to Material Certification, Specification 106.04 will apply. All Material suppliers shall be on ODOT's approved list. Field testing is to include the following; gradation testing for asphalt, (a minimum of one test per day per material), compaction testing for aggregate base, compaction testing for all types of asphalt pavement, compaction testing for any area that has embankment, (Each layer must be tested for compaction), testing of concrete includes a field; slump test, air entrainment test, temperature test and a minimum of four cylinders for each fifty cubic yards of any concrete incorporated into the work. Note: concrete incorporated into work includes but is not limited to structures, headwalls, curb, sidewalk, foundations or any other item that includes concrete. All testing is to be included in the unit price bid for the tested item. Example: gradation testing is to be included with the associated asphalt item. The contractor is to provide the name of their testing firm for Butler County Engineer s approval. SPECIFICATION, 101.061: Certified Test Data. Description: A test report from a manufacturer s or an independent laboratory approved by the Director listing actual test results of samples tested for compliance with specified Department requirements. Certified test data will be accepted from the manufacturer s laboratories if their products have been used satisfactorily on prior Department contracts and their test data has been confirmed. The report shall include a statement that the test data is representative of the material furnished to a Department project or supplier to which the material is shipped. The report shall be signed by a person having legal authority to act for the manufacturer or independent laboratory. Seeding and Mulching 659.00 Seeding and Mulching: All restoration areas on this project are designated to be free of stones 1 inch or greater. All areas shall be seeded with Class 1; Lawn Mixture seed mixes as defined in Table

659.09-1 of the State of Ohio, Department of Transportation, Construction and Material Specifications manual, dated January 1, 2010. The contractor shall use an automated process or machine to prepare the seed bed (rock hound) or equivalent. All other areas of the specification apply. Roadway LSM 50 Backfill Requirements Description: Any object, conduit, pipe or structure removed or installed within the existing or proposed roadway limits and any existing or proposed driveway limits will require LSM 50 as backfill. Limits of LSM- 50 shall extend two feet past the edge of berm or the edge of driveway and to the top of the subgrade. For removals: backfill the entire void left by the removal with LSM-50. For storm sewers (box culverts and concrete arches excepted), sanitary lines and water main: backfill the conduit or water main with granular material up to no more than one foot above the top of the conduit or water main and compact the granular material as per the ODOT CMS. Backfill the remainder of the void with high slump LSM-50. For any other object or structure backfill the entire void with LSM-50. All cost(s) associated with the LSM-50 backfill requirement are incidental to the pertinent Bid Item. Sub-grade repair Description: Contingency item includes all labor, equipment and material required for excavating soft subgrade and replacing with, 18" thick of #2 stone and 6" thick of item #304. This item is bid in cubic yards, the owner has the right to non-perform this item without penalty. Item Location of Private Electric Service This Item is to be used to find underground electric service(s) that are not covered by OUPS. With the approval of the Engineer, the Contractor shall hire a private underground utility location contractor for this work.

All Cost for this work shall be paid by the Bid Unit Price per hour. Item Relocate Private Light Pole Contingency Item to relocate existing light poles, (two near the Burger King parking lot and two near Thorton s parking lot); the Bid Unit Price includes all material, labor and equipment to perform this Work. Item Relocation of Motel Sign Contingency Item to relocate existing Motel Sign; the Bid Unit Price includes all material, labor and equipment to perform this Work. Item 2 inch PVC Irrigation line Contingency Item to be used at the direction of the Engineer in the event the existing irrigation line interferes with the work. Item Remove and Cap Sprinkler Head In the event that the existing irrigation line may be kept in its location but under the proposed sidewalk; this item will be used to remove the existing sprinkler head and cap the line. All costs are included in the Bid Unit price, Each. Finalization of Project Before final payment is made to the Contractor, the items listed below must be submitted to Butler County. a.) Waiver of Lien b.) Certification of Payroll Affidavit c.) Affidavit of Subcontractor and Supplier Payments d.) Final Invoice reflecting final quantities Standard Construction Drawings & Supplemental Specifications Description: Standard construction drawings and supplemental specifications can be found at www.dot.state.oh.us/cadd/.

Contract Time Line Description: This project will have a completion date August 28, 2015 with liquidated damages set in specification 108.07. Contract start date: January 29, 2015 Construction start date: April 6, 2015 Construction Completion date: August 28, 2015