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

Similar documents
Generator for Maintenance/Police Complex

Addendum Date: January 11, This Addendum No. 1 is issued by Talbert & Bright, Inc., 4810 Shelley Drive, Wilmington, NC 28405

SUMMARY TO MINUTES OF PRE-BID CONFERENCE FOR T-HANGAR REPLACEMENT

UNC Charlotte Parking Lot 8 Expansion Charlotte, North Carolina SCO #: McAdams Project #: CLT-17010

Addendum No. 1 Page 1 of 2

ADDENDUM NO. 1 PRE-BID CONFERENCE: GENERAL: Great West Engineering, Inc N. Lakeharbor Lane Boise, Idaho (208)

ADDENDUM NO. 1 MAY 8, 2018

BIRMINGHAM CITY SCHOOLS (BCS) OPERATIONAL CENTER COMPLEX BID PACKAGE #1 SITE WORK

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

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

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 01. Coliseum, Toxicology, Poulton, & MRC Decks Western Carolina University SCO ID: Atlas Engineering Job No.

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

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

10:00 AM, Wednesday, May 6, Peters Creek Sanitary Sewer Rehabilitation Project

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

Addendum No. 1 Issue Date: March 29, 2016

TRIAD ENGINEERING CONSULTANTS, INC.

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:]

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

ADDENDUM NO. ONE (1)

MIRACOSTA COLLEGE. [X] MiraCosta College Bid Opportunities Website /FAX

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY

TABLE OF CONTENTS COVER PAGE 1 NO TABLE OF CONTENTS ADDENDUM ACKNOWLEDGEMENT

UNC Charlotte Residence Hall Phase XVI Early Site Utilities Package SCO ID: B JPA Project #: 18NCC016

COUNTY OF SAN JOAQUIN

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

Mainelli Wagner & Associates, Inc.

Northeast Middle School Cooling Tower Replacement Project

JANUARY 25, 2016 ADDENDUM NO. 3 FOR. ORD Baggage Service Road Retaining Wall Repair

ALL BIDDERS OF RECORD, CONSULTANTS, OWNER:


COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1

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

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

2. Clarification: The building address is 801 Henderson Street.

ADVERTISEMENT FOR BIDS

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

ADDENDUM #1 TO THE SPECIFICATION FOR THE CONSTRUCTION OF THE 115KV STONEBREAK RD. TRANSITION STATION THE TOWN OF MALTA AND A PORTION OF THE 115KV

Request For Proposals

I. General Information. A. Project Team & Contacts: Role Company Name Phone City of Johnson City Jeff Owner Water & Sewer Harmon, PE Department

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

ADVERTISEMENT FOR BIDS

Date: October 11, 2018 Comm #: SCO ID #: A Code: Item: 307 Clark Nexsen #: 6958

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

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

Date: March 2, 2018 Comm #: SCO ID #: A Code: Item: 332 Clark Nexsen #: 6222-B

Notice to Bidders Page 1 of 6

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

REQUEST FOR PROPOSAL DEMOLITION & REMOVAL OF THE OLD TOWN HALL 2278 US ROUTE 4 EAST

ADDENDUM NO. 1 Date of Issue: 08/31/2010 CONSTRUCTION PROPOSAL LAKE CHARLES HARBOR AND TERMINAL DISTRICT. for PLC PROJECT NO.

SUBJECT: ADDENDUM #1 IFB # Taxiway A Rehabilitation - Bid Package 1 at Myrtle Beach International Airport (MYR) NOTICE of REVISIONS:

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form.


FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )

~lamance <tount!' 9'~UUJ ;i)epwdment 124 We6t ElmStltm (j,taluun,.ncjjdli &vwfina 27253!Jefepfwae(336) :Jax(336)

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

CITY OF TACOMA Department of Neighborhood and Community Services

November 16, 2017 Addenda #1

City of Eagle Point 2017 Paving Instruction to Bidders

PRE-BID MEETING August 10, :00 P.M.

ADDENDUM NO. 1. March 3, 2017

ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015

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

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. Bid # D03211 Bid Opening: 1:00PM Location: East Carolina University

BID ADDENDA No. 01. UNCC - CID Phase II Wi Fi. DATE: April 17, 2015

Please acknowledge receipt of this Addendum No. 01 on the Bid Schedule submitted with your sealed Bid

Job Order Sewer Repair Services

ADVERTISEMENT TO BID PARTIAL

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

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements

U. S. COAST GUARD TRACEN YORKTOWN YORKTOWN, VIRGINIA

CITY OF TACOMA Department of Public Utilities Tacoma Power

Date: October 24, 2018 Comm #: SCO ID #: A Code: Item: 307 Clark Nexsen #: 6958

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

ADDENDUM NO. 3, February 8, Renovations to the Existing Shelby County Center Architect s job no. 2598/BN

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?

SPRR TUPELO ST. R UNION CITY BLVD. ZON PADRE PASEO DEEP CREEK ROAD ARDENWOOD COYOTE HILLS REGIONAL PARK PROJECT LIMITS PATTERSON RANCH ROAD BLVD. COMM

1. The Meeting Minutes and Sign-In Sheet from the Pre-Bid Meeting held on July 18, 2017 are attached and considered part of the Contract Documents.

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

COUNCIL ROCK SCHOOL DISTRICT ADMINISTRATION & BUSINESS OFFICES The Chancellor Center 30 North Chancellor Street Newtown, PA ADDENDA No.

LSCC MISC. PROJECTS (PACKAGE D) MILLSAP BUILDING ROOF REPLACEMENT Addendum 3

All Record Holding Contract Documents. This Addendum is issued to all registered plan holders pursuant to the Conditions of the Contract.

SECTION BID FORM. Garfield Street Drainage Improvements

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

ADDENDUM 1 August 28, Construction & Facility Management Office 1636 Gold Star Drive Raleigh, NC 27607

TRIAD ENGINEERING CONSULTANTS, INC.

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion

INVITATION FOR BID (IFB) IFB NO. GSWA

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

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

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

PRE-BID CONFERENCE AGENDA. Lime Sludge Drying Beds Maintenance. for Lewis & Clark Regional Water System, Inc. Tea, South Dakota

The Tender Documents shall be amended and will become part of the Contract Documents.

COUNTY OF SAN JOAQUIN

Please ensure receipt of this Addendum is acknowledged on page 1 of the Form of Tender.

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

This document shall become attached to and part of the Construction Documents for the aforementioned project.

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

Tucson International Airport (TUS) Rehabilitate Taxiway D, Shoulders and Connectors

Transcription:

Addendum 2 Electrical Clarifications 1. Drawing E2: Delete typical detail references: 2. Drawing E2: Add detail reference at pole A 4: 3. Drawing E2: Add detail reference at pole A 7: 2 P age

4. Drawing E4, Detail F: Correct height reference from 60 to 80 : 3 P age

This is Addendum No. 1. Advertisement for Bids Sealed proposals will be received by the North Carolina State Port Authority (NCSPA) until 3:00 pm on February 6, 2018, in Room 100 A of the North Carolina Maritime Building, 2202 Burnett Boulevard, Wilmington NC 28401, for the construction of Contract C-1196(W), Container Yard Expansion 2018 at the Port of Wilmington, at which time and place bids will be publicly opened and read. A project information sheet and complete plans and specifications may be obtained beginning January 9, 2018 from Talbert & Bright, Inc., 4810 Shelley Drive, Wilmington NC 28405, (910) 763-5350. Document sets may be obtained for a non-refundable charge of $150.00 per set. A pre-bid meeting and site tour are scheduled for January 16, 2018 at 1:30 pm in the large conference room in the NCSPA Materials Management Building, 2508 Burnett Boulevard, Wilmington. The NCSPA reserves the unqualified right to reject any and all proposals. Owner: North Carolina State Ports Authority (NCSPA) Mark A. Blake, PE Director of Engineering and Maintenance 2202 Burnett Boulevard Wilmington NC 28401 910-251-5674 (Phone) 910-251-5686 (Fax) Talbert & Bright, Inc. 4810 Shelley Drive Wilmington, North Carolina 28405 910-763-5350 (Phone) Corrected January 10, 2018 910-762-6281 (Fax)

Container Yard Expansion 2018 Port of Wilmington NCSPA Contract No. C 1196 (W) PRE BID MEETING AGENDA Container Yard Expansion 2018 January 16, 2018, 1:30 PM Item No. Topic 1. Introductions & Sign In Sheet 2. Overview of Contract Documents, Project Specifics, Phasing/Construction Sequence 3. Safety and Security Requirements Port is an area of heightened security Access to port prior to bid is by notification unless familiar with the Port of Wilmington and required check in and check out with security. Notify WTRY if in close proximity of rail tracks. WTRY Operations Manager Darren Hartsfield (910)228 8512. Site visits must be coordinated with Barry Addertion (910 251 5676; Barry.Addertion@ncports.com). Prior notice is required. Pictures and measurements are permitted. Contractors are required to obtain TWIC (Transportation Worker Identification Credentials). Contractor can obtain escort status and escort up to 5 workers for 1 TWIC card holder. All escorted individuals must be in the near proximity of escort. TWIC website : www.tsa.gov/for industry/twic No firearms, weapons, alcohol or drugs are allowed on NCSPA property. Police to stop and search vehicles. OSHA regulations are to be followed while on site. No disruption to NCSPA / WTRY operations is allowed without prior approval. Work will occur next to active rail tracks. Communication required with WTRY. 4. Contractor use of temporary utilities, facilities, and parking. 5. Liquidated damages are $1000 per day. 6. Total project duration is 180 calendar days. 7. Bid Requirements: Carefully read instructions in Notice to Bidders Observe bid envelope marking requirements FedEx and mailed bids MUST clearly denote project bid information on the outer envelope Review bid documents required, Bid bond of 5% is required MBE Goal: 10% of contract amount allocated to Minority Business Enterprises. Submit Identification of HUB Certified/Minority Business Participation form with bid. North Carolina State Ports Authority Page 1 of 2 Project No. 10343

Container Yard Expansion 2018 Port of Wilmington NCSPA Contract No. C 1196 (W) 8. Bidding Schedule: Last day Contractor questions Friday January 26, 2018 by 5:00pm Addendum Issued January 29, 2018 by 5:00 pm Bid Opening Date February 6, 2018 at 3:00 pm *Bid opening is at Port of Wilmington Maritime Building. 2202 Burnett Boulevard Conference room 100A Wilmington, NC 9. Contractor Questions Any additional questions after the meeting need to be submitted in writing to Talbert & Bright Inc. (Eric Stumph estumph@tbiilm.com). All questions must be submitted by 5:00 pm on Friday January 26, 2018. 10. Project Site Visit / TWIC Escort Required? Notes: North Carolina State Ports Authority Page 2 of 2 Project No. 10343

North Carolina State Ports Authority (NCSPA) Container Yard Expansion 2018 Port of Wilmington NCSPA Contract No. C 1196(W) Pre Bid Conference (bidder attendance not mandatory) Tuesday, January 16, 2018, 1:30 pm Large Conference Room, NCSPA Materials Management Building 2508 Burnett Boulevard, Wilmington NC Agenda Appendix Date/Time/Place for submittal of SEALED BIDS: February 6, 2018, 3:00 PM local time, Room 100 A, North Carolina Maritime Building, 2202 Burnett Boulevard, Wilmington NC 28401. Bidding Information Refer to specification book for Advertisement (page A 1), Notice to Bidders (pp A 3 to A 4), Instructions to Bidders (pp A 5 to A 12), Supplementary Instructions to Bidders (page A 61), Form of Proposal (pp C 1 to C 12), Minority Business Participation Items (pp C 13 to C 22) and Form of Bid Bond (page C 23). Bidder & Sub Bidder Questions, Addenda Please submit questions in writing to the Designer, Talbert & Bright, Inc. via fax at (910) 762 6281 or e mail at estumph@tbiilm.com. Per Supplementary Instructions to Bidders, Item 3 (page A 61), submit written questions no later than 10 calendar days prior to the date set for receipt of bids. Addendum No.1 is the Designer telephone correction notice and corrected advertisement of January 10, 2018 (acknowledge on Form of proposal, page C 12). Addendum No. 2 will include the Pre Bid Conference agenda, attendance list, notes and Q & A items. Available Data Copies of old drawings of Warehouse No. 8 (a.k.a. DRI) building are available for review at this meeting, at the NCSPA Engineering office (2202 Burnett Boulevard) and at the office of Talbert & Bright. Subsurface exploration data, subsurface utility engineering (SUE) data and environmental data are included in Section D of the specification book. Work Scope Warehouse No. 8 (DRI Building) asbestos abatement (roof panels, siding panels, office area flooring) and demolition. 1 P age

Site Demolition (pavement, slabs, pile foundations, drainage, utilities, miscellaneous) Potential Petroleum Contaminated Soil & Groundwater Contractor s environmental consultant, contaminated soil and/or groundwater handling & disposal. Grading & Subgrade Preparation Drainage (pipes, inlets, manholes, strip drains). Drainage structures precast or cast in place, design by contractor s engineer, heavy wheel loads. Utilities (water, sewer, electrical, IT) High Mast Lighting Aggregate Base Course Bituminous Paving (B25.0C, I19.0C, Polymer Modified) Access & Staging, Work Area Limits (barriers and snow fence), Traffic Control, Erosion Control, Incidentals Contract Format The contract will be administered primarily in an itemized lump sum format, except certain items will be measured and paid on a unit price basis. Refer to pages C 2 and C 3 for details. Port Security and Access Requirements The Port of Wilmington is a secured port facility under the Maritime Transportation Security Act (MTSA). Refer to Section D, Appendix D 2 for 2017 Facility Access Requirements (TWIC cards and NCSPA Port Access Card) Trucking Considerations. Personal Vehicles. Port Operations, Port Traffic & Terminal Railroad Operations The project site is within and adjacent to active port operations area, including trucking, container operations, refrigerated goods operations, bulk cargo operations and rail siding operations. Access will be via the South Gate, which handles all container traffic. Truck traffic and container handling traffic in the South Gate area and on Industrial Road can be heavy during normal daytime operational hours (generally 7 am to 6 pm). The Contractor shall instruct all employees, sub contractors and suppliers regarding security and access requirements, trucking requirements and traffic considerations. The Contractor shall be responsible for planning and coordinating with Port Operations all large scale 2 P age

hauling operations (demolition debris, product and materials deliveries, aggregate base, bituminous pavement). Survey Requirements The Contractor shall provide surveying services as specified for layout and grade control and verification as specified. See Supplementary General Condition, Article 14e, pp A 64 through A 66. Questions???? Site Tour 3 P age

North Carolina State Ports Authority (NCSPA) Container Yard Expansion 2018 Port of Wilmington NCSPA Contract No. C 1196(W) Pre Bid Conference Notes 1. A Pre Bid Conference (bidder attendance not mandatory) and site tour was held on Tuesday, January 16, 2018 at 1:30 pm. The following points were noted: 2. Bidders and sub bidders seeking to visit the site should contact Mr. Barry Addertion prior to the visit (this includes current TWIC and Port Access Card holders as well as those needing escort). 3. Badging: Due to limitations on escorted access, bidders and sub bidders should plan for all workers to obtain both a federal TWIC card and a Port Access Card. See Appendix D 2 in the specification book. The cost is $127.50 for the federal TWIC card and $20 for the NCSPA Port Access Card. 4. Worker vehicles may be parked in the contractor s staging and work areas. Drivers need the TWIC and Port Access Card. Vehicles are subject to inspection. Do not carry weapons onto the Port. 5. The only involvement of the State Construction Office (SCO) in this project is electrical inspection. The SCO electrical inspector comes to Wilmington once per week (typically Wednesdays). 6. A question was raised as to whether bidders need to have an Unclassified GC license. See Addendum 2 item 4. 7. A question was raised as to whether the paving requirements which exceed NCDOT standards (stiffer polymer modified asphalt binder and higher compaction requirements) are required for the project. It was noted that these requirements could result in higher bid prices than standard NCDOT requirements. This pavement is intended to serve reach stacker equipment with very high wheel loads. The discussion points will be taken under advisement. Bidders are requested to submit any information regarding suggested changes to the paving requirements in writing to the design engineer for consideration. 8. A question was raised as to whether any asbestos containing materials (ACM) was scheduled to remain in place. For Warehouse 8 (DRI Building), all ACM is to be removed. In the case of potential buried pipe and conduit with ACM, it may be abandoned in place if below the pavement subgrade and/or below new utility and drainage pipe and structure subgrade. End of notes. 1 P age