Pier C North Damaged Pile Repairs. Pre-Bid Meeting April 24, :00 AM. Agenda Items

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

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

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

Addendum 2 Electrical Clarifications. 1. Drawing E2: Delete typical detail references: 3. Drawing E2: Add detail reference at pole A 7: 2 P age

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

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

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

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

Addendum No. TWO Date:

Notice to Bidders Page 1 of 6

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

The Home Depot U.S.A., Inc. Instructions to Bidders

REQUISITION & PROPOSAL

PROPOSAL OF, a corporation. an individual doing business as

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

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

COUNTY OF SAN JOAQUIN

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

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

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

ADDENDUM NO. 1 MAY 8, 2018

City of Eagle Point 2017 Paving Instruction to Bidders

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

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

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

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

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

Attached please find the revised Plan Sheet C3 Proposed Conditions Plan.

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

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

DOCUMENT BID FORM. Village of Middle Point

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

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

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

Appendix A - Pictorial overhead view of work area. See drawings and technical specifications for actual work scope

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

SECTION BID FORM

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

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion

Jetty and Revetment Repairs

SECTION NEW MARTINSVILLE FIREMAN S DOCK BIDS DUE: 4:30 PM LOCAL TIME ON FRIDAY JANUARY 30 TH, 2015

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

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL (RFP) No.: J-19 PRECONSTRUCTION AND CONSTRUCTION SERVICES, MEDIUM VOLTAGE SUBSTATION REPLACEMENT, LAS POSITAS COLLEGE

Gadsden City Schools

5. Provide PhilaPort s Diverse Vendor List:

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

Main Building Auditorium

AG Permit Set Addendum #03 Addendum Date: 9/26/2016

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

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

Generator for Maintenance/Police Complex

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

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

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

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

ADDENDUM NO. ONE (1)

REQUISITION & PROPOSAL

ADVERTISEMENT TO BID PARTIAL

Herrington Architects PC 101 Richard Arrington Jr. Blvd. S. Birmingham, AL phone fax

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

ADDENDUM NO. 1. X is not extended, remains: 2:00 p.m. _ is extended until: _ posting date is extended until:

REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013

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

Tender for Concrete Driveway Reinstatement Works at Denarau Business Park - Nadi

UNC Charlotte Science Building Project Early Package 1. Pre-Bid Meeting: November 14, 2017

ADDENDUM NO. 2 Page 1 of 13

DOCUMENT BID PROPOSAL

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

FENCING AND FENCE REPAIR

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8

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

REQUEST FOR QUOTATION INVITATION

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

4. Clarification: The site will be available starting on Wednesday June 14, 2017.

1. Instructions to Bidders AIA Document A701, 1997 Section of the above referenced IFB is hereby amended and restated as follows:

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents.

ADDENDUM NO. 1 DES MOINES PUBLIC SCHOOLS WINDSOR ELEMENTARY SCHOOL EXTERIOR MASONRY RESTORATION PROJECT 5912 UNIVERSITY AVENUE DES MOINES, IOWA 50311

The following shall be incorporated into the Contract Documents dated 12 MARCH 2018.

Sewer Capital Improvement Program Wastewater Treatment Plant No. 3 Generator Banking Sealed Bid No A/E Project No. 2282

Mabton Canal Improvement Project MP Reservoir

The Bid Date has changed to 03/16/2010 at 2:30 PM.

CITY OF FULTON, MISSOURI INVITATION FOR BID

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

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

Finance & Technology Administrator (815) ext 223

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

PROJECT NO DATE: 3/17/2016. ADDENDUM NO. 1 Fountain Heights Pool Restroom Renovations DEPT. OF PLANNING, ENG. & PERMITS

Connecting Revitalizing Preserving Celebrating

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

City of Augusta SIDEWALK REPLACEMENT PROGRAM

ADDENDUM NO. 2. All Prospective Bidders

FORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE

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

West Valley Library Parking Lot Repair with Porous Asphalt

Transcription:

Pier C North Damaged Pile Repairs Pre-Bid Meeting April 24, 2012 10:00 AM Agenda Items 1. SCOPE: Repair of 71 damaged piles. The piles are 16 and 18 square precast concrete piles that were installed around 1939. 2. PERFORMANCE SPECIFICATION: Required to meet the Minimum Pile Working Loads as shown in the specifications. Two repair options given on plans. 3. Contractor must submit Stamped Engineer s Design demonstrating compliance with the Performance Specification requirements with his bid. 4. ANY BID WITHOUT THE STAMPED DESIGN AT BID OPENING WILL BE CONSIDERED NONRESPONSIVE. 5. PERIOD OF PERFORMANCE 120 Calendar Days 6. LIQUIDATED DAMAGES.033% of Bid Price 7. Submit RFI questions in writing to Aimee Williams at email awilliams@asdd.com 8. All questions should be submitted by 5:00 PM, Tuesday, May 1, 2012 9. Last addendum will be furnished by 5:00 PM, Friday, May 4, 2012 10. BID OPENING 8 MAY AT 2:00 PM. 11. Bids may be hand delivered to Killian Room between 1:30 and 2:00 PM the day of bid opening. 12. If bids are sent by Courier, they must be sent to 1400 State Docks Blvd, Room 216 by 1:00 PM on day of bid opening. 13. Per Paragraph 3.0 on Page I-3 INSTRUCTIONS TO BIDDERS, bids must include: Before submitting his proposal, the Contractor shall comply with the following: (a) The Proposals shall be filled in ink on the form provided herein and all blank spaces in the form shall be fully filled. The signature shall be in long hand and the complete form shall be without interlineations, alteration or erasure.

(b) If the Bidder is a corporation organized in a state other than Alabama, attach to the Proposal a certificate from the Secretary of State showing that the Corporation is qualified to transact business in Alabama. (c) Attach a certified check or Bid Bond in the amount of 5% of the Proposal, but not more than $10,000 made payable to the Alabama State Port Authority. (d) Non-resident (out of state) Contractors shall attach all items included by SP-6. (e) Attach a copy of the State Contractor s License to Proposal. (f) Attach completed Affidavit and Certificate of Compliance included by SP-16. One copy of Item (a) through (f) should be placed in a sealed envelope with the bidder s name, Contractor s License number, the project, and the time and date of bid opening shown on the outside. AND Stamped Engineer s Design submittal 14. Existing Construction ongoing Storage Yard is under construction. Coordination required with Ben M. Radcliff. 15. Laydown area will be available at the riverend corner. 16. Water - Coordinate with ASPA Maintenance 17. Access Requirements: SP-15 lists requirements. All workers must have TWIC and Contractor s ID badge. All vehicles used by contractor must have current vehicle decals. 18. Schedule of Prices Item 6 Represents the total linear feet of crack area as shown on the Pile Inspection Plan (Sheet S1.0) Item 5 Represents the linear feet of repair jacket to be used for the repairs based on Item 6 and Contractor s design. Item 4 Represents the basis for any increases or decreases in total repair jacket. Item 3 Represents the Lump Sum Price for pile repairs based on Items 5 and 6. Item 2 - Contractor to provide Independent Diver for QA inspections

SCHEDULE OF PRICES Item Description Approx. Quantities Unit Unit Price Dollar Amount 1 Mobilization/Demobilization, 1 Lump Sum $ $ Bonding,Permits, Access Credentials 2 Independent Diver 1 Lump Sum $ $ 3 Pile Repairs. See Notes 1 3 Below 1 Lump Sum $ $ 4 Unit Cost to install 1 Linear Foot of Pile Repair Jacket. See Notes 1 3 Below 5 Total Linear feet of Repair Jackets (to be submitted on bid form by Contractor) 6 Total linear feet of Pile Damage (from Pile Inspection Plan) 1 Linear Foot $ Not Included in Bid Price Linear Foot Enter Amount of Linear Feet 164 Linear Foot X X TOTAL BID $ Not Included in Bid Price Not Included in Bid Price (In Words) Dollars IDENTIFY MANUFACTURER OF REPAIR JACKETS NOTES: 1. Pile Repairs (Item 3) shall include all effort and expense not associated with Bid Items 1 and 2. 2. Unit Price (Item 4) shall be Dollar Amount for Pile Repairs (Item 3) divided by total lineal feet of Repair Jackets (Item 5) 3. Unit Price shall be basis for negotiating additives or deducts on Pile Repairs

ALABAMA STATE PORT AUTHORITY - PIER C NORTH

ALABAMA STATE PORT AUTHORITY - PIER C NORTH

ALABAMA STATE PORT AUTHORITY - PIER C NORTH

ALABAMA STATE PORT AUTHORITY - PIER C NORTH