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.

Similar documents
SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

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

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

Main Building Auditorium

NORWEST ENGINEERING Consulting Engineers N.E. 122nd Ave., Suite 207 Portland, Oregon (503)

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

ADDENDUM NO. 1 APRIL 24, 2017

THIRD STREET WATER MAIN REPLACEMENT PROJECT

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

Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual.

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION:

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

Highlands Housing Authority

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

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

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

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

BID FORM (LUMP SUM CONTRACT)

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

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

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

2. Section 00300, Bid Form: REPLACE entire section with the attached Bid Form. Adjustments were made to Bid Form Attachment A.

Finance & Technology Administrator (815) ext 223

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

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

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

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

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

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

REQUEST FOR QUALIFICATIONS

SEQUOIA UNION HIGH SCHOOL DISTRICT

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION

CHARLES COUNTY GOVERNMENT ITB NO WAKEFIELD PUMPING STATION UPGRADE

Addendum No. 1 Page 1 of 2

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

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

INVITATION TO BID CITY OF HOPKINSVILLE

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport

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

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

ADDENDUM NO. 1. DATE: January 20, All Planholders. Abonmarche Consultants, Inc. Michael C. Morphey, P.E. Senior Project Engineer

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

Construction Contract Basics

BID FORM - LUMP SUM BID

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

Forsyth County Procurement

Pavement Rehabilitation Project

Black Creek Consolidated Drain (Dirkes Drain)

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

Village of Arlington Heights. Sewer Back-up Rebate Program

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

SECTION MEASUREMENT AND PAYMENT

2016 CONCRETE REPLACEMENT PROJECT

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Architectural Services

INSPECTION AND ACCEPTANCE FOR MAINTENANCE

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015

School Risk Assessment

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

This Page Left Blank Intentionally

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

CITY OF LYNWOOD. Specification for Correlator-Based Leak Detection Study

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

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016

HORTICULTURE SITE IMPROVEMENTS PROJECT

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

Document B252TM 2007

Item #19 - CC Agenda - 06/09/ Sanitary Sewer Rehabilitation Project Plan Approval [Page 1 of 118]

GENERAL INFORMATION AND INSTRUCTIONS FOR PREPARING CONSULTANT S PREQUALIFICATION STATEMENT

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

SOLICITATION ADDENDUM NO. 1 RFP THE FOLLOWING CHANGES TO THE ABOVE CITED SOLICITATION ARE ANNOUNCED.

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

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

III) SURFACING, LINING, BALLAST-REGULATING AND BOLT TIGHTENING CITY OF HAMMOND

CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING. Bid Document. Specifications, Proposal and Contract Documents

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

Scott Eagle Attack Thermal Imaging Camera

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

BID SCHEDULE. COMPLETION of this project is expected PURSUANT TO CONTRACT DOCUMENTS. Description Scheduled Unit Total Value Unit Price Price.

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

RFP: Escanaba WWTP Raw Sewage Pump 2016

Horticulture Modular Building Foundation and Site Work Project

Aurora Public Schools. Modular Placement at Crawford Elementary & CDC Laredo. Project Manual

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

4. Section 01170, Special Construction Permits, Page : Part 1; ADD the following paragraph 1.5 after paragraph 1.4:

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

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

PLEASE QUOTE PRICES FOB DESTINATION TO BE DELIVERED TO ITEM DESCRIPTION/SPECIAL INSTRUCTIONS QUANTITY UNIT PRICE EXTENDED PRICE

ATTACHMENT D SCOPE OF SERVICES

INVITATION TO BID (Request for Proposal)

Depot Park Gazebo Project

Transcription:

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 deletions to the Plans and Specifications for the CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP project and hereby becomes a part of said Plans and Specifications. Where an item on the original Plans and Specifications is amended, voided, or superseded by a modification contained in the ADDENDUM, the provisions of such item not specifically amended, voided, or superseded shall remain in effect. CONTRACT TECHNICAL SPECIFICATIONS 1. SECTION 00 41 10, REPLACE SECTION IN ITS ENTIRETY with Attached. The contract time provided on Page 4 has been modified. 2. APPENDIX C EXISTING 400 HP AND 500 HP VFD REPLACEMENT, DELETE PROPOSAL DATED JANUARY 4, 2017. The Proposal Dated January 2, 2017 pages 1-12 is correct. CONTRACT DRAWINGS 1. SHEET 4 OF 15, REPLACE WITH ATTACHED. CONTRACTOR QUESTIONS 1. Please confirm the type of fittings on 36x18 tee for connection of new waterline? See Contract Drawing 4 of 15 shown in this addendum. 2. What is the depth of the proposed connection? The estimated depth is +/- 6.0-feet. Ground elevation is approximately 1094 and pipe centerline elevation is approximately 1088. 3. On Sheet 3 of 15 there is a proposed pipe support. In the Detail B-B on sheet 7, there shows a 6 x 5 concrete block that does not go over the top of the pipe as a thrust collar would. Please confirm this and the size are correct. This will be a much deeper excavation. Section B-B of Sheet 7 is correct. Page 1 of 2

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP 4. Please clarify the wall penetration in Detail A of sheet 5 of 15. Specifically, what is the 18 wall sleeve, MJ, Tapped for studs? It is a mechanical joint wall sleeve, tapped for studs. Detail can be seen in the American Ductile Iron catalog Page 7-2. 5. How long can the 36 DIP waterline be taken out of service to make the tie in? The downtime shall be limited to 6-hours and shall be coordinated with Water Treatment Plant superintendent. 6. Are there any utilities, besides the waterline in the vicinity? See note on Sheet 4 of 15 of this addendum. 7. Can the existing waterline be emptied for the tie in? Yes. 8. Please confirm the contractor will be responsible for moving the equipment currently in the place of the new pump? Confirmed. See Sheet 4 of 15 of this addendum. 9. Due to scheduling constraints, can the substantially completed contract time be revised to 180 days or 90 days after the receipt of all equipment, whichever is longer? This will allow for flexibility for the City water shutdown to make the tie in to the system. The contract time has been revised to 120 days or 30 days after delivery of all major equipment. 10. Is a utility contractor license required to bid this job? A utility contractor s license is required to do the utility work installation. Please acknowledge receipt of ADDENDUM NO. 1 by initialing and providing company name in the spaces provided below either e-mail to andy@cec.engineering. Thank you. YES,, of has received ADDENDUM NO. 1 Page 2 of 2

This BID is submitted to: City of Cumming 100 Main Street Cumming, GA 30040 1. The undersigned BIDDER proposes and agrees, if this BID is accepted, to enter into an agreement with the OWNER in the form included in the Contract Documents to perform and furnish all WORK as specified or indicated in the contract Documents for the TOTAL PRICE BID and within the BID times indicated in this BID and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement For Bids and Information For Bidders, including without limitation those dealing with the disposition of the BID security. This BID will remain subject to acceptance for ninety (90) days after the day of BID opening, or for such longer period of time that BIDDER may agree to in writing upon request of the OWNER. BIDDER will sign and deliver the required number of counterparts of the Agreement with the Bonds, Certifications of Insurance, and other documents required by the Bidding Requirements within ten (10) days after the date of the OWNER s Notice of Award. 3. In submitting this BID, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda receipt of all which is hereby acknowledged (list Addenda by Addendum Number and Date): Addendum No. Date Received Addendum No. Date Received (b) (c) BIDDER has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishing of the WORK, and BIDDER has not relied upon any oral representations by employees or agents of OWNER or ENGINEER. BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the WORK. Page 1 of 6

(d) (e) (f) (g) (h) (i) BIDDER has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or continuous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions. BIDDER acknowledges that such reports and drawings are not Contract Documents and may not be complete for BIDDER s purposes. BIDDER acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the WORK or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by BIDDER and safety precautions and programs incident thereto. BIDDER does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this BID for performance and furnishing of the WORK in accordance with the times, price and other terms and conditions of the Contract Documents. BIDDER is aware of the general nature of WORK to be performed by OWNER and OTHERS at the site that relates to WORK for which this BID is submitted as indicated in the Contract documents. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the WORK for which this BID is submitted. Page 2 of 6

(j) This BID is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, associates, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham BID; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER. 4. UNIT PRICES have been computed in accordance with paragraph 11.03 of the General Conditions. All specific cash allowances are included in the price(s) and have been computed in accordance with paragraph 11.02 of the General Conditions. BIDDER acknowledges that quantities are not guaranteed and are solely for the purpose of comparison of BIDS, and final payment for all Unit Price BID items will be based on actual quantities provided, determined as provided in the Contract Documents. 5. BIDDER declares that he understands that the quantities shown on the proposal are subject to adjustment by either increase or decrease, and that should the quantities of any of the items or WORK be increased, the undersigned proposes to do the additional work at the Unit Prices stated herein; and should the quantities be decreased, BIDDER also understands that payment will be made on actual quantities at the Unit Price bid and will make no claim for anticipated profits for any decrease in the quantities and that actual quantities will be determined upon completion of WORK, at which time adjustment will be made to the Contract Amount by direct increase or decrease. 6. BIDDER will complete the WORK in accordance with the Contract Documents for the prices listed in the following Bid Schedule. Page 3 of 6

BID SCHEDULE All BID Items shall include all costs for furnishing all labor, materials, equipment, supplies, allowances and all other costs including permit fees, taxes, insurance, miscellaneous costs, overhead and profit incurred for the WORK, complete in place and ready for continuous service. Item Description Unit Approx. Qty. Unit Price Total Price 1. 900-HP Raw Water Pump Installation LS 1 $ $ 2. Existing 400 HP and 500 HP VFD Replacement LS 1 $ $ 3. Contingencies LS 1 $ 50,000.00 $ 50,000.00 TOTAL AMOUNT BID (ITEMS 1 THROUGH 3, INCLUSIVE) $ Total Price Bid (In Words): The amount of Total Price Bid shall be shown in both figures and words. In case of a discrepancy, the amount shown in words shall govern. In the event of a discrepancy between the Unit Price bid and the extension, the Unit Price will be deemed intended by the Bidder and the extension adjusted. In the event of a discrepancy between the sum of the extended amounts and the Bid total, the sum of the extended amounts shall govern. 1. BIDDER agrees that the WORK will be Substantially Completed within 120 consecutive calendar days or 30 days after delivery of all major equipment, from the date when the Contract Time commences to run as provided in paragraph 2.03 of the General Conditions. BIDDER accepts the provisions of the Agreement as to Liquidated Damages in the event of failure to complete the WORK within the time(s) specified in the Agreement. Page 4 of 6

2. The following documents are attached and made a condition of this BID: a. Required Bid Security in the form of Bid Bond, Certified Check, or Cashier s Check. (Strikeout inapplicable terms.) b. BIDDERS who submit Bid Security in the form of a Certified Check of Cashier s Check are bound by the Terms of Bid Bond as if submitted on the attached Bid Bond form. The address of BIDDER indicated below. BIDDER S NAME: Primary Contact Person: Secondary Contact Person: Bidder s Street Address: Bidder s Mailing Address (if different from above): Bidder s Telephone Number: Bidder s Fax Number: 3. Terms used in this BID which are defined in the General Conditions will have the meanings indicated in the General Conditions. THIS BID SUBMITTED on, 20. A Corporation Corporation Name: (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature) Page 5 of 6

Title: Attest: (Signature) (CORPORATE SEAL) Business Address: Telephone Number: Fax Number: Date of Qualification to do business is: EXPERIENCE AND REFERENCES The BIDDER shall list that work he has done of a nature similar to that BID for, and give references that will afford the OWNER an opportunity to judge his experience, skill, business standing, and financial ability. The full names and residences of persons and firms interested in the foregoing BID, as principals, are as follows: Page 6 of 6

PUMP #1 VFD 450 HP EXISITNG 1 1 2" COPPER AIR PIPE PUMP #2 VFD 400 HP 2" COPPER AIR PIPE PUMP #5 VFD 900 HP 1 1 4" BALL VALVE 1 1 1 4" COPPER AIR PIPE CONTRACTOR SHALL REMOVE EXISTING 600HP MOTOR ON THE PUMP PAD AND PLACE IT AT OTHER LOCATION ON THE PUMP HOUSE FLOOR A PUMP #7 900 HP PUMP #9 900 HP (FUTURE) AIR COMPRESSOR AND TANK 3'- 4 1 2"± EXISTING 30"DIP PROPOSED 6" X 90 BEND DIP FLG 3'- 4 1 2"± 2'-0" EXISTING CONCRETE WALKWAY PROPOSED PIPE SUPPORT PROPOSED 6" X 90 BEND DIP FLG PROPOSED PUMP DISCHARGE EXPANSION JOINT BY AMERICAN BOA (SEE DETAIL) PROPOSED PRESSURE GUAGE AIR DRYER EXISTING 18" DIP PROPOSED 6" DIP PROPOSED 18" CV PROPOSED 18" SPOOL FLG PROPOSED PRESSURE GUAGE 10'-2" PROPOSED 18" X 6" TEE FLG 2" COPPER AIR PIPE LIMIT OF CONSTRUCTION LOUVER PROPOSED 18" MAG METER 1'-3" EXISTING 18" WELDED-ON OUTLET 1 EXISTING 36" DIP 18" FLEX RING JOINT FIELD VERIFY BEFORE FABRICATING NEW PIPE REMOVE EXISTING RESTRAINED JOINT PLUG 1 PROPOSED 18" DIP REPAIR EXISTING CONCRETE WALKWAY PROPOSED 18" DIP (RESTRAIN ALL JOINTS) B 2'-0" 4'-10" LOUVER EXISTING 4" DRAIN PIPE 5'-0" NOTE: JOINT MUST BE RESTRAINED 8'-6" EXISTING PAVEMENT REPAIR EXISTING CONCRETE CURB & GUTTER AND ASPHALT PAVEMENT PROPOSED 18" BUTTERFLY VALVE, MJ, MEGALUG BOTH ENDS 47'± RESTRAIN ALL JOINTS PROPOSED 18" SLEEVE, MJ MEGALUG BOTH ENDS PIPING PLAN SCALE: 3 8" = 1'-0" PROPOSED PIPE SUPPORT B PROPOSED 18" X 90 BEND MJ, MEGALUG BOTH ENDS LIMIT OF CONSTRUCTION A PROPOSED CONCRETE BLOCKING (SEE DETAIL FOR DIMENSION) MARKER BALL LOCATION DUCT BANKS 18" DIP c Copyright 2017 Civil Engineering Consultants, Inc. THESE DRAWINGS AND THEIR REPRODUCTIONS ARE THE PROPERTY OF THE ENGINEER AND MAY NOT BE REPRODUCED, PUBLISHED OR USED IN ANY WAY WITHOUT THE WRITTEN PERMISSION OF THIS ENGINEER. NOTE: 1. EXISTING FEATURES WERE TAKEN FROM CONSTRUCTION RECORD DRAWINGS. CONTRACTOR SHALL FIELD VERIFY FOR CORRECTNESS. 2. LOCATIONS OF ALL UTILITIES AND PIPING SHOWN ON THIS PLAN ARE TAKEN FROM CONSTRUCTION RECORD DRAWINGS. THEY ARE APPROXIMATE AND SOME UTILITIES MAY EXIST BUT NOT BE SHOWN. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR, OR HIS AGENT, TO DETERMINE THE EXACT LOCATION OF EXISTING UTILITIES BEFORE WORK. 1 CITY OF CUMMING 900 HP RAW WATER INTAKE PUMP PIPING PLAN 110 Samaritan Drive, Suite 201 Cumming, GA 30040 (770) 977-5747 1 2/8/17 ADDENDUM # 1 www.cecincga.com DATE: JANUARY 18, 2017 DATE REVISION SHEET 4 OF 15