ADDENDUM NO. 1. Manchester Boston Regional Airport, City of Manchester, NH
|
|
- Helen Lamb
- 7 years ago
- Views:
Transcription
1 Hoyle, Tanner Project No ADDENDUM NO. 1 Manchester Boston Regional Airport, City of Manchester, NH Construct Relocated Roadway Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg- NOK & Ammon Center This Addendum forms part of the Contract Documents modifies the original Drawings Specifications dated March This Addendum consists of 13 pages of modifications to the contract documents. Bidders shall acknowledge receipt of this addendum by writing the words "Addendum No. 1" on the line provided for such on page P-1 of the Bid Form. Failure to do so may disqualify the bidder his bid. QUESTIONS/CLARIFICATIONS 1. Q: For the fence, are we reusing the existing fabric on new posts? A: No. New posts new fabric. See special provision specification Q: Security Guards, for phase one, how are the persons responsible for securing the fence openings being paid for? A: Gates being used for accessing the airside during phases one four must have a security guard which will be paid for under item Openings in the fence during phase one will also require a Security Guard who is dedicated to protecting the opening not performing other duties. The Security Guard protecting the fence openings will also be paid for under item 618.8, see Addendum Item 1 below. 3. Q: What is the budget for this project does it match the engineer s estimate? A: The budget is $4.2 million dollars the engineer s estimate is within the budget. 4. Q: Do we need builders risk or all risk insurance if so how much. A: Specification section supplemental general provisions paragraph IV.B.4 indicates that builders risk /or all risk property damage insurance is required at 100% of the completed value of the project. Builders Risk is not required for this project but All Risk insurance is required. 5. Q: Spec section , do we need to include effort to make all survey info, such as rims, inverts, pipe sizes, etc, picked up for the as-built record drawings AGIS compatible. A: No, using Special Condition paragraph b as a guide, the following items need to be included in the GIS compatible file: 2, 3, 4, 5/Rims only, 6 8. K:\093145\Specs\Adendum No 1\Addendum No. 1.docx Page 1 of 13
2 Specification No ADDENDUM NO. 1 Page 2 of Q: Why isn t there a mobilization item? A: Until recently FAA did not allow a mobilization item intending that these costs are distributed amongst the other items of the contract. However, mobilization is now allowed the item will be added to the contract. See Addendum Items 2 3 below. 7. Q: Is there escalation clause for Fuel or Asphalt? A: No FAA does not allow escalation clauses. 8. Q: Will there be 10% retainage on pay applications? A: Yes, see general provision paragraph 90-06, Partial Payments. Also refer to Special General Provision section VIII for exceptions to the General Provisions. 9. Q: Are aerial photos required? A: Yes, see special conditions paragraph , Project Photographs. 10. Q: The building demolition pay items aren t tied to particular structures? A: Yes they are, refer to the general plans. 11. Q: Was there any consideration to using multiple items for the outlet pipe hoods since price varies by size? A: The pay items for outlet pipe hoods have been separated by hood size, see addenda items 3 7 below. 12. Q: Can we use the NHDOT bid form? A: No, the form in the specification must be used. 13. Q: Do we need to search for FAA certifications that need to be part of the bid? A: No, what is in the proposal package is what needs to be submitted with the bid. 14. Q: Can you confirm project item is for bituminous sidewalk? A: Yes it is. 15. Q: Project item is listed in the bid tab as bituminous sidewalk, normally that item is for concrete sidewalk, is it supposed to be bituminous? A: No it isn t, it should be concrete. See addendum Items 3 4 below 16. Q: Do all pipes need to be video inspected? A: All sewer pipes need to be video inspected see special provision section 612. Drainage pipes will be as ordered by the engineer, see supplemental specification section 603.
3 Specification No ADDENDUM NO. 1 Page 3 of Q: Why are we required to hold our bids until September 30th? A: Because that is the end of the federal fiscal year there is a potential that FAA grant won t offer the grant until that time. However it is the intent of the Airport to start the project prior to obtaining the grant on or about 4/29/2015 with the intent of completing the project before Thanksgiving. Should the project not get started in a timely fashion the end date will be adjusted based on a 210 calendar day duration. 18. Q: What manufacturer was used for the design of the parking booths? A: We are not tied to a particular manufacturer as long as the booth meets the requirements of the project. However the existing booths were manufactured by Par-Kut International. Addendum Item 1 SPECIFICATIONS INSERT the following attached supplemental specification to the technical specification section: Section 618, Uniformed Officers Flaggers After supplemental specification section 615, Traffic Signs. Addendum Item 2 INSERT the following attached general provision section to the general provision section: General Provision Section 105, Mobilization. After general provision section 100, Contractor Quality Control Program. Addendum Item 3 REPLACE pages P-12, P-17 P-30 with the attached REVISED proposal pages. Addendum Item 4 INSERT the following on Page P-45, third paragraph, #1: After Name(s) Address(s) Addendum Item 5 INSERT the following on Page P-45, after fourth paragraph, prior to REQUIRED ASSURANCE. : Prior to contract award, the successful bidder shall provide the Airport with the following: 1. Written signed documentation of commitment to use a DBE subcontractor(s) whose participation it submits to meet a contract goal,
4 Specification No ADDENDUM NO. 1 Page 4 of 13 Addendum Item 6 2. Written signed confirmation from the DBE(s) that it is participating in the contract as provided in the contractor s commitment; 3. If the contract goal is not met, evidence of good faith efforts. 4. Confirmation that the firms to be used are registered as DBE firms with NHDOT INSERT the following attached proposal page to the proposal section: P-51 Airport Bidders List After page P-50. Addendum Item 7 REPLACE special provision section 604, Catch Basins, Drop Inlets Manholes with the attached special provision to the technical specification section: Attachments: 1) Pre-bid Sign in sheet 2) Supplemental Specification 618 3) Section 105 Mobilization 4) Proposal Pages P-12, P-17 P-30 5) Proposal Page P-51 6) Special Provision Specification
5 Specification No ADDENDUM NO. 1 Page 5 of 13
6 Specification No ADDENDUM NO. 1 Page 6 of 13
7 Specification No ADDENDUM NO. 1 Page 7 of 13 SUPPLEMENTAL SPECIFICATION AMENDMENT TO SECTION 618 UNIFORMED OFFICERS AND FLAGGERS Add to Construction Requirements: Item Security Guards 3.8 Security guards must be provided at airside access gates during periods when access to the airside is required for the performance of the contractors work at all times there are any openings in the airside perimeter fence. The security guards must be approved by the Airport. Currently the Airport has approved contracted with US Security Associates for this function. Add to Method of Measurement: 4.2 Security guards will be measured by the actual numbers of hours authorized, as determined by the Engineer. Add to Basis of Payment: 5.3 The hours authorized for Security Guards will be paid for at the Contract unit price per hour. Add to Pay items units: Security Guards Hour END OF SECTION
8 Specification No ADDENDUM NO. 1 Page 8 of 13 SECTION 105 MOBILIZATION DESCRIPTION. This item shall consist of work operations, but is not limited to, work operations necessary for the movement of personnel, equipment, material supplies to from the project site for work on the project except as provided in the contract as separate pay items POSTED NOTICES. Prior to commencement of construction activities the Contractor must post the following documents in a prominent accessible place where they may be easily viewed by all employees of the prime Contractor by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster Equal Employment Opportunity is the Law in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL Notice to All Employees Poster; Applicable Davis-Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner BASIS OF MEASUREMENT AND PAYMENT. Based upon the contract lump sum price for Mobilization partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up delivery of all Project Closeout materials as required by 90-11, the final 10%. END OF SECTION 105
9 Specification No ADDENDUM No. 1 Page P-12 Construct Relocated Roadway Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS OUTLET PIPE HOOD, 0-15 PIPE DIA., for the unit price per each of: OUTLET PIPE HOOD, 18 PIPE DIA. for the unit price per each of: OUTLET PIPE HOOD, 24 PIPE DIA. for the unit price per each of: CATCH BASINS TYPE B, for the unit price per unit of: EA 46 EA 7 EA 2 U CATCH BASINS TYPE B, 5-FOOT DIAMETER, for the price per unit of: U CATCH BASINS TYPE B, 6-FOOT DIAMETER, for the price per unit of: U SPECIAL CATCH BASINS (AIRCRAFT LOADING), for the price per unit of: U DRAINAGE MANHOLES, for the price per unit of: U 5 Page 9 of 13
10 Specification No ADDENDUM No. 1 Page P-17 Construct Relocated Roadway Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS ' PERIMETER FENCE W/ WILDLIFE SKIRT & BARBED WIRE, for the unit price per linear foot of: LF 2, RESETTING CHAIN LINK FENCE WITH ALIM. COATED STEEL FABRIC, 10 HIGH, for the unit price per linear foot of: LF " BITUMINOUS SIDEWALK (F), for the unit price per square yard of: SY " CONCRETE SIDEWALK (F), for the unit price per square yard of: STRAIGHT GRANITE SLOPE CURB 6" HIGH, for the unit price per linear foot of: SY 11 LF 120 Page 10 of 13
11 Specification No ADDENDUM No. 1 Page P-30 Construct Relocated Roadway Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct Relocated Parking for: Airport Parking Lot s C & D, Freudenberg-Nok & Ammon Center BASE BID ITEMS ITEM NO. ITEM DESCRIPTION AND UNIT PRICE BID WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE DOLLARS CTS TOTAL PRICE DOLLARS CTS TEMPORARY LIGHTING, for the price per unit of: U BOLLARDS, for the unit price per each of: EA MOBILIZATION, for the unit price per unit of: MISCELLANEOUS TEMPORARY EROSION AND SEDIMENT CONTROL, for the unit price per allowance of: U 1 $$ $$ $15, $15, Fifteen Thous No FREUDENBERG LANDSCAPING, for the price per unit of: U RELOCATION OF PRE- FABRICATED BUS SHELTER, for the price per unit of: U 1 Page 11 of 13
12 Specification No ADDENDUM No. 1 Page P-51 AIRPORT BIDDERS LIST All bidders are to provide the following information with their bid: Bidder s (firm) name: Address: Is your firm a certified DBE? Yes No Age of firm: Annual gross receipts: Less than $500,000 $500,000 to $1 million $1 2 million $2 5 million Greater than $5 million Page 12 of 13
13 Specification No ADDENDUM NO. 1 Page 13 of 13 SPECIAL PROVISION SECTION 604 CATCH BASINS, DROP INLETS, AND MANHOLES ITEM OUTLET PIPE HOOD DESCRIPTION 1.1 This work shall consist of furnishing installing an outlet pipe hood as shown on plans details. MATERIALS 2.1 The materials shall consist of a glass reinforced resin composite outlet hood with an antisiphon device, access port, all necessary mounting hardware. CONSTRUCTION REQUIREMENTS 3.1 The Contractor shall make submittal for approval prior to construction. 3.2 Outlet pipe hoods are to be constructed as shown on plans details in accordance with manufacturer s recommended installation procedure. METHOD OF MEASUREMENT 4.1 Outlet Pipe Hoods will be measured per each will include all materials work required for complete installation of this item. BASIS OF PAYMENT 5.1 The accepted quantity of Outlet Pipe Hoods will be paid for at the contract unit price per each, complete in place, as directed by the Engineer shall include all other work required or incidental to the completion of this item. Pay item units: Outlet Pipe Hood, 0-15 Pipe Dia. Each Outlet Pipe Hood, 18 Pipe Dia. Each Outlet Pipe Hood, 24 Pipe Dia. Each END OF SECTION
STORM WATER PROJECT COST ESTIMATES & LOCATION MAPS. Appendix F
STORM WATER PROJECT COST ESTIMATES & LOCATION MAPS Appendix F RIVERDALE CITY CAPITAL FACILITIES PLAN STORM DRAINAGE Engineer's Cost Estimate January 2009 Project Name: 4400 South Street - Piping and Collection
More informationADDENDUM #2 FORMAL BID 2015-174
ADDENDUM #2 FORMAL BID 2015-174 KITSAP COUNTY PARKS DEPARTMENT LOBE FIELD IMPROVEMENTS PHASE 1 TO: FROM: All Respondents Colby Wattling, Buyer CLOSING DATE: December 16, 2015 at 3:00PM (UNCHANGED) REF
More informationVILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER ST-09-06 BID PROPOSAL
VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER ST-09-06 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the North Industrial
More informationCITY OF SAN ANTONIO. Issued By: Transportation and Capital Improvements Date Issued: February 10, 2016 ID NO.: 23-01472-05-03
CITY OF SAN ANTONIO Issued By: Transportation and Capital Improvements Date Issued: February 10, 2016 ID NO.: 23-01472-05-03 (010) FORMAL INVITATION FOR BIDS (IFB) to CONTRACT 2016-2017 TASK ORDER CONTRACT
More informationWILDCAT CANYON ROAD SPECIFICATION NO. 16-11001 SLIDE REPAIR BIDDER'S PROPOSAL (continued)
BIDDER'S PROPOSAL (continued) Item Estimated No. Description Quantity Unit Unit Cost Total Cost BASE BID 1 Traffic Control 1 LS $ $ 2 Construction Area Signs 1 LS $ $ 3 Excavation Safety 1 LS $ $ 4 Reset
More informationTABLE OF CONTENTS. Manhole, Frame, and Cover Installation (includes Drop Manhole) Additional Manhole Depth
TABLE OF CONTENTS NO. MP-1 MP-2 MP-3 MP-4 MP-4.01 MP-4.02 MP-4.03 MP-5 MP-5.01 MP-5.02 MP-5.03 MP-5.04 MP-5.05 MP-5.06 MP-5.07 MP-5.08 MP-5.11 MP-5.12 MP-5.13 MP-5.14 MP-5.15 MP-5.16 MP-5.18 MP-5.19 MP-5.20
More information--------------------------------------------------------------------------------------------------------------------------
Request for Bid Front Street & Mud Island Interceptor Rehab Addendum # 1 to RFB No. 179821.71.0404 January 19, 2016 The following information encompasses Addendum # 1 for the above referenced RFB. Bidders
More informationADDENDUM NO. 2. Contract Documents for REPLACEMENT OF PHOENIX STREET BRIDGE OVER THE TANKERHOOSEN RIVER VERNON, CONNECTICUT
ADDENDUM NO. 2 Contract Documents for REPLACEMENT OF PHOENIX STREET BRIDGE OVER THE TANKERHOOSEN RIVER VERNON, CONNECTICUT Bridge No. 1460008 (existing) Bridge No. 06806 (new) TO ALL BIDDERS: Anchor Engineering
More informationFY08 SEWER POINT REPAIRS BID TABULATION
6-07-831 Page 1 of 12 1 FOR CLEANING AND TELEVISING EXISTING SEWERS, AS SPECIFIED, ANY REQUIRED CLEANING, ANY LOCATION, ANY LENGTH OF SEWER, COMPLETE IN PLACE, FOR VARIOUS PIPE DIAMETERS. A. EXISTING "
More informationADVERTISEMENT FOR BIDDERS
ADVERTISEMENT FOR BIDDERS Sealed Bids will be received by the City of Lookout Mountain, Georgia, 1214 Lulu Lake Road, Lookout Mountain, Georgia 30103, Attention: Brad Haven, City Manager until: for the
More informationBUSINESS DEVELOPMENT INITIATIVE SMALL BUSINESS PROGRAM GUIDANCE FOR RESERVING CONTRACTS
Construction/Maintenance Contracts and Design/Build Low Bid Contracts 1. Districts are responsible for reviewing their work program and identifying contracts that are good candidates for the Business Development
More informationRiverside County Transportation Department Summary of Bids
Bids Open: 2 pm Date: Wednesday, March 4, 2015 BASE BID SCHEDULE 1 - Rudell Road Reconstruction Project NO. CODE CONTRACT PROJECT No. B3-0470 and C4-0069 COUNTY'S ESTIMATE 1 All American Asphalt Corona,
More informationLos Angeles County Department Of Public Works. Land Development Division. Bond Calculation Sheets
Los Angeles County Department Of Public Works Land Development Division Bond Calculation Sheets Effective July 1, 2015 COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS LAND DEVELOPMENT DIVISION ROADS COST
More informationBUSINESS DEVELOPMENT INITIATIVE SMALL BUSINESS PROGRAM GUIDANCE FOR RESERVING CONTRACTS
Construction/Maintenance Contracts and Design/Build Low Bid Contracts 1. Districts are responsible for reviewing their work program and identifying contracts that are good candidates for the Business Development
More informationPROJECT COST ESTIMATE ASSUMPTIONS AND EXCLUSIONS
C PROJECT ESTIMATE ASSUMPTIONS AND EXCLUSIONS In support of the alternatives development process, preliminary cost estimates were prepared for each of the three Candidate Build Alternatives. The cost estimates
More information2014 Inlet Rehab Project II Various Locations
2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS
More informationFY11 Sanitary Sewer Main Rehab and Point Repair Bid Tabulation
644-10-569 Page 1 of 9 1 FOR CLEANING AND TELEVISING EXISTING SEWERS, AS SPECIFIED, ANY REQUIRED CLEANING, ANY LOCATION, ANY LENGTH OF SEWER, COMPLETE IN PLACE, FOR VARIOUS PIPE DIAMETERS. A. EXISTING
More informationAddendum Number 1 Request for Bids #15-004 BUD BENDER PARK REHABILITATION PROJECT City Project No. CB 1302
Addendum Number 1 Request for Bids #15-004 City Project CB 1302 To all prospective bidders under specifications for Request for Bids #15-004, the Bud Bender Park Rehabilitation Project, City Project CB
More informationChapter 22. Lump Sum Project Guidelines
Chapter 22 Lump Sum Project Guidelines 22.1 General...22-1 22.2 Project Selection...22-3 22.3 Plans Preparation...22-5 22.4 Preliminary Estimate...22-7 22.5 Specifications...22-9 22.6 Contracts Administration...22-11
More informationLegacy Trail Extension Feasibility Study. Preliminary Cost Estimate
Preliminary Cost Estimate February 2015 Category item Unit Unit Cost Quantity Cost Notes Trail Corridor (Combined Trail length ~ 25,800' + Separated Trail length ~ 13,700' = Total Length ~ 39,500' or 7.5
More informationTOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES
TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington Department of Public Works is seeking proposals for the purpose
More informationSub-Bid Contractor Update Statement. Tab A - Invitation for Bids. Tab B - Instructions to Bidders
INTRODUCTORY INFORMATION TABLE OF CONTENTS 00 0101 PROJECT TITLE PAGE PROCUREMENT REQUIREMENTS (PROJECT MANUAL) Tab A - Invitation for Bids Tab B - Instructions to Bidders Tab C Bid Form for General Bids
More informationSECTION 02530 STORM DRAINAGE STRUCTURES. 1. Trench excavation, backfill, and compaction; Section 02250.
02530-1 of 5 SECTION 02530 STORM DRAINAGE STRUCTURES 02530.01 GENERAL A. Description Storm drainage structure construction shall include, but not necessarily be limited to, furnishing and installing or
More informationProject Name: Project No.: CONTRACTOR BID FORM. BID FROM: Name: Address:
This bid form must be filled out but is for MPOWER processing purposes only. It does not replace the contractors bid. Your contractors bid should additionally be attached. Project Name: Project No.: CONTRACTOR
More informationCONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR
PH 231.946.5874 FAX 231.946.3703 WWW.gourdiefraser.com CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR Little Traverse Bay Bands of Odawa Indians Nine Mile Point Boat Launch Hayes Township, Charlevoix
More informationSEWER PIPELINE AND MANHOLE REHABILITATION FOR VARIOUS LOCATIONS WITHIN THE CITY OF BEVERLY HILLS, CALIFORNIA CITY OF BEVERLY HILLS
SEWER PIPELINE AND MANHOLE REHABILITATION FOR VARIOUS LOCATIONS WITHIN THE CITY OF BEVERLY HILLS, CALIFORNIA CITY OF BEVERLY HILLS RESPONSE TO BIDDER S QUESTIONS Question #1: Is the Contractor required
More informationThe Change in Status is used to start, suspend or resume time charges on a project or to indicate that the project is completed.
CONSTRUCTION STATUS The Change in Status is used to start, suspend or resume time charges on a project or to indicate that the project is completed. Depending on the type of completion date shown in the
More informationCity of Balch Springs, Texas. Request for Proposal (RFP 2016-2-15) Pipe Bursting Sewer Line Replacement
City of Balch Springs, Texas Request for Proposal (RFP 2016-2-15) Pipe Bursting Sewer Line Replacement Balch Springs is a city in Dallas County, Texas, United States. It is a suburb of Dallas and part
More informationRHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY NEWPORT, RHODE ISLAND CONTRACT NO. 15-08
RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY NEWPORT, RHODE ISLAND CONTRACT NO. 15-08 STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE)
More informationVOLUME V GUIDELINES FOR DESIGN CONSULTANT TABLE OF CONTENTS APPENDIX B: MASTER CONSTRUCTION SPECIFICATIONS AND PREPARATION GUIDE, DIVISIONS 0-10
VOLUME V GUIDELINES FOR DESIGN CONSULTANT TABLE OF CONTENTS APPENDIX B: MASTER CONSTRUCTION SPECIFICATIONS AND PREPARATION GUIDE, DIVISIONS 0-10 SECTION B1: PREPARATION GUIDE B1.1 INTRODUCTION... B1-1
More informationADVERTISING, SALE & AWARD
ADVERTISING, SALE & AWARD PRIMARY ROLES & RESPONSIBILITIES PRIMARY TASK ODOT LPA DEVELOP BID PROPOSAL If project estimate exceeds $500,000, submit engineer estimate to LPA Coordinator to obtain DBE goal.
More informationBidding and Contract Requirements:
CITY OF LAREDO, TEXAS WATER UTILITIES DEPARTMENT 24-INCH TRANSMISSION MAIN ADDENDUM 7 June 10, 2016 To Bidder of Record: The following changes, additions, and/or deletions are hereby made a part of the
More informationFORM A: BID (See B8) 1. Project Title 2006 COMBINED SEWER RENEWALS - CONTRACT 11
Bid Opportunity No. 638-2006 Page 1 of 20 Template Version: C120060615 FORM A: BID (See B8) 1. Project Title 2. Bidder Name of Bidder Street City Province Postal Code Facsimile Number (Mailing address
More informationGreater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 July 13, 2015 TO: RE: Prospective Quoters Request for Quotation (RFQ) Survey Services The Greater Dayton Regional Transit Authority
More informationNOTICE TO POTENTIAL BIDDERS
NOTICE TO POTENTIAL BIDDERS Downloading the Plans, Specifications and other Bid Documents will NOT place you on the City s List of Plan Holders. This is important because only those on the City s List
More informationCONSTRUCTION OF PERIMETER FENCE - COMMERCIAL AND T&D OFFICE COMPOUND, ONVERWAGT
BILL Nr1 - PRELIMINARIES 1.0 PRELIMINARY PARTICULARS CONSTRUCTION OF PERIMETER FENCE - COMMERCIAL 1.1 Funding The funding shall be provided by the Guyana Power & light Inc., of 40 Main street, North Cummingsburg,
More informationSANITARY SEWER PROJECT COST ESTIMATES & LOCATION MAPS. Appendix D
SANITARY SEWER PROJECT COST ESTIMATES & LOCATION MAPS Appendix D RIVERDALE CITY CAPITAL FACILITIES PLAN SANITARY SEWER Engineer's Cost Estimate January 2009 Project Name: Riverdale Road - Rumbi Grill -
More information3. Amend the following: Item 410 Traffic Compacted Surface, Type C to Item 446 Cold Patch.
To Prospective Bidders: CITY OF TOLEDO, OHIO PARKSIDE AREA SSO ELIMINATION PHASE 2 GRAVITY RELIEF SEWER NO. 2011 Addendum No. 2 December 8, 2011 Information disclosed and/or questions raised since issuing
More informationDIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 - SPECIAL PROVISIONS
TEMPO PARK IMPROVEMENTS PROJECT # 2012-3-4202-86 1.01 SCOPE OF WORK DIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 - SPECIAL PROVISIONS The Contractor shall perform, furnish and complete the following
More informationAll other provisions of the contract documents, plans and specifications shall remain unchanged.
B. Supplementary Conditions a. Reference Page CS-5, Section 11.0 Insurance, Section C3.3-11 Insurance Item c.7: Delete paragraph and replace with the following: Environmental Impairment Liability Coverage
More informationRICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER **********
RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER ********** February 11, 2014 DESCRIPTION The Invitation to Bid and Very High
More informationHOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM
HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1 June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM This addendum consists of the following clarification: 1. Addendum #1 is attached and
More information2006-2008 MHD BRIDGE SECTION WEIGHTED AVERAGE UNIT PRICES GUIDELINES FOR THE USE OF THE WEIGHTED AVERAGE UNIT PRICE TABULATION SHEETS
2006-2008 MHD BRIDGE SECTION WEIGHTED AVERAGE UNIT PRICES GUIDELINES FOR THE USE OF THE WEIGHTED AVERAGE UNIT PRICE TABULATION SHEETS GENERAL 10/16/2008 The listed average unit prices are based on the
More informationAGREEMENT BETWEEN CONTRACTOR AND OWNER FOR CONSTRUCTION
AGREEMENT BETWEEN CONTRACTOR AND OWNER FOR CONSTRUCTION OWNER: PROJECT: LOCATION: ARCHITECT/ENGINEER: CONTRACTOR: WORK TO BE COMMENCED: WORK TO BE COMPLETED: THE REGENTS OF THE UNIVERSITY OF MICHIGAN UM
More informationTOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION
TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION April 25, 2014 DUE DATE/LOCATION: Friday, May 9, 2014 Bid forms and references are due by 9:30 A.M. at:
More informationCLEANING, INSPECTION, AND TESTING OF SEWERS
CLEANING, INSPECTION, AND TESTING OF SEWERS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Cleaning, Inspecting, and Testing Sanitary Sewers B. Cleaning, Inspecting, and Testing Storm Sewers C. Cleaning and
More informationAcceptance Codes APPENDIX - A. Acceptance Criteria
1111 Receipt of a satisfactory Test Report from WSDOT Materials Laboratory is required indicating the lot (or lots) or batch of material meets the requirement of the specifications under which it is listed.
More information225 statewide business consultants, 15 transportation consultants and 8 former CDOT engineers available to help you immediately!
SUBCONTRACTING ON CDOT CONSTRUCTION PROJECTS Ramp Up Ridgway! Connect2DOT Colorado Small Business Development Center Network (SBDC) program funded by CDOT Free training, consulting, and resources for small
More informationADDENDUM #1 Bid # 14021
DATE: February 20, 2014 TO: ALL PLAN HOLDERS FROM: Jay Hummel, Project Engineer SUBJECT: Addendum #1 to Sewer Lake Line Replacement at Meydenbauer Bay The enclosed changes and/or additions are hereby made
More informationFacilities Development Manual Chapter 19 Plans, Specifications and Estimates Section 5 Estimates
Facilities Development Manual Chapter 19 Plans, Specifications and Estimates Section 5 Estimates Wisconsin Department of Transportation FDM 19-5-1 General April 16, 2015 Section 5 of Chapter 19 is intended
More informationUNIT PRICE LIST January 2009
UNIT PRICE LIST January 2009 1 INTRODUCTION The purpose of the Unit Price List is to provide a resource for the preparation of cost estimates for subdivisions and permit projects and should be used only
More informationADDENDUM #2 November 4, 2015 IFB-15-881
ADDENDUM #2 November 4, 2015 IFB-15-881 Roof Replacement Housing Authority of Kansas City 920 Main Street, Suite 701 Kansas City, MO 64105 NOTICE TO ALL POTENTIAL RESPONDENTS The following addendum to
More informationHow To Build A Road In A Townhouse
FDOT DBE CERTIFICATION SPECIALTY/ SHEET WITH CAP SIZES Highway, Street, and Bridge Construction SIZE CAP ($ MIL) 237310 Asphalt Roadway $ 22.41 Application of prime and tack coats, leveling surfaces and
More informationSECTION 02400 - STORM DRAIN SYSTEM
SECTION 02400 - STORM DRAIN SYSTEM CONTENTS: Part 1 - General... 1 1.01 Work Included... 1 1.02 Related Requirements... 1 1.03 Reference Standards... 1 1.04 Quality Assurance... 1 1.05 Measurement And
More informationClose-Out Documents... 9
Water and Sanitary Sewer Service Connection Requirements Service Connection Requirements... 1 Application for Services... 2 Water Meter Application... 2 Wet Tap/Tie-in Connection Requirements... 3 Meter
More informationINVITATION TO BID OFFICE OF THE ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY ORLANDO, FLORIDA
INVITATION TO BID OFFICE OF THE ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY ORLANDO, FLORIDA Sealed Bids will be received in the office of the Orlando-Orange County Expressway Authority, 4974 ORL Tower
More informationMTA UNIVERSAL STATION PEDESTRIAN BRIDGE Los Angeles, CA. Project Manual and Specification 100% PE SUBMITTAL TABLE OF CONTENTS
Los Angeles, CA Project Manual and Specification DIVISION 1 GENERAL CONDITIONS 01 01 10 STATEMENT OF WORK 01 11 00 SUMMARY OF THE WORK 01 14 05 METRO (OWNER) - DIRECTED STOPPAGES 01 20 00 PRICE AND PAYMENT
More informationFDOT Specifications List
FDOT Specifications List TABLE OF CONTENTS DIVISION II CONSTRUCTION DETAILS CLEARING CONSTRUCTION SITE 110 Clearing and Grubbing... 152 EARTHWORK AND RELATED OPERATIONS 120 Excavation and Embankment...
More informationAnderson Ground Storage Tank No. 1 Painting and Rehabilitation Project SAWS Job No. 13-0129 Solicitation No. B-15-020-DD. ADDENDUM No.
Anderson Ground Storage Tank No. 1 Painting and Rehabilitation Project SAWS Job No. 13-0129 Solicitation No. B-15-020-DD ADDENDUM No. 1 June 26, 2015 This addendum, applicable to work designated above,
More informationDemo Existing Curb Demo Existing Asphalt Roadway Demo Asphalt Saw Cutting Protection Fence - 4 Snow Fence with T posts
SECTION 00300 BID FORM S For additions and deletions to the Contract, the following unit prices shall be applicable for the specific items listed. Unit Prices shall be complete, in place including required
More informationSpecial Specification 7021 Water Main and Sewer Line Replacements
Special Specification 7021 Water Main and Sewer Line Replacements 1. DESCRIPTION Furnish, install, or replace water pipe, water valves, water meters and boxes, water service connections, fire hydrant assemblies,
More informationBID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and
KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the
More informationContractor s Guide. April 2016
Contractor s Guide April 2016 The Minnesota Housing Finance Agency does not discriminate on the basis of race, color, creed, national origin, sex, religion, marital status, status with regard to public
More informationPROJECT T Sewer Line Replacement 7000 South Street 3000 East to Pippin Drive
COTTONWOOD IMPROVEMENT DISTRICT 8620 SOUTH HIGHLAND DRIVE SANDY, UT 84093 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR PROJECT T Sewer Line Replacement 7000 South Street 3000 East to Pippin Drive CONTRACT
More informationAIRPORT SECURITY FENCING. A. American Society for Testing and Materials (ASTM):
SECTION 02832 AIRPORT SECURITY FENCING PART 1-GENERAL 1.1 SUMMARY A. Section includes: Construct airport security chain-link fence and gate at specified areas and conforming lines, grades, details indicated
More informationFDOT DBE CERTIFICATION NAICS CODE GUIDE WITH CAP SIZES
NAICS CODE Highway, Street, and Bridge Construction SIZE CAP ($ MIL) 237310 Asphalt Roadway (includes 300, 320, 327, 330, 334, 336, 337, 338) Application of prime and tack coats, leveling surfaces and
More informationCONSTRUCTION CONTRACT TERMINOLOGY
PAGE 1 ALLOWANCE - in bidding, an amount budgeted for an item for which no exact dollar amount if available; a contingency for unforeseen costs; the classification of connected parts or members according
More informationWelcome to the City of Chicago. Department of Procurement Services. Rahm Emanuel, Mayor Jamie Rhee, Chief Procurement Officer
Welcome to the Bid & Bond Room Rahm Emanuel, Mayor Jamie Rhee, Chief Procurement Officer The remains committed to the growth and development of small, minority and women-owned business enterprises and
More informationCHAPTER 5. Storm Sewer
CHAPTER 5 Storm Sewer A. Introduction All proposed developments shall have a properly designed and constructed storm water conveyance system. This chapter deals only with the conveyance system. Storm water
More informationNOTICE TO CONTRACTORS. CALL ORDER 700 FEDERAL PROJECT NO. STPD-6-2(122) LOCATION: US-34/US-6,CULBERTSON-McCOOK COUNTIES: HITCHCOCK RED WILLOW
NOTICE TO CONTRACTORS CALL ORDER 700 FEDERAL PROJECT NO. STPD-6-2(122) LOCATION: US-34/US-6,CULBERTSON-McCOOK COUNTIES: HITCHCOCK RED WILLOW The Nebraska Department of Roads will receive sealed bids in
More informationEXHIBIT A Accessible Truck Routes Map
EXHIBIT A Accessible Truck Routes Map ASHEVILLE, NORTH CAROLINA ROUTE: A ROUTE: B ROUTE: C ROUTE: D ROUTE: E EXHIBIT A EXHIBIT B Craven Street Improvements Map ASHEVILLE, NORTH CAROLINA EXHIBIT B EXHIBIT
More informationREQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES. Part I: Proposal Information
REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES Part I: Proposal Information A. General Information The Berwick Area School District is soliciting proposals for construction management services
More informationSECTION 08000 STORM DRAINAGE TABLE OF CONTENTS
SECTION 08000 STORM DRAINAGE 08010 DESIGN A. Location B. Sizing TABLE OF CONTENTS 08020 MATERIALS A. Pipe Materials B. Structure Materials C. Installation D. Inlets and Outlets 08030 INSPECTIONS AND TESTING
More informationDOCUMENT 009113 - ADDENDA ADDENDUM NUMBER ONE (1) A. Project Name: BHFC 16-001 New Single Family Dwelling Unit 1. 7264 Dahlia Circle
DOCUMENT 009113 - ADDENDA ADDENDUM NUMBER ONE (1) 1.1 PROJECT INFORMATION A. Project Name: BHFC 16-001 New Single Family Dwelling Unit 1. 7264 Dahlia Circle B. Owner: Brownsville Housing Finance Corporation.
More informationAGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES. Responsibilities of Construction Manager Scope of Construction Manager s Basic Services
AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES Article I Article II Article III Article IV Article V Article VI Article VII Article VIII Article IX Responsibilities of Construction Manager Scope of Construction
More informationCONSTRUCTION PERMIT REQUIREMENTS
CONSTRUCTION PERMIT REQUIREMENTS Any work to be done in the City right-of-way (ROW), in a utility easement, and certain work on private property, requires an Engineering Inspection Permit from the Department
More informationBuyer: Daniels, Joan E Phone (248)858-5481. Fax: (248)858-1677 Email: danielsj@oakgov.com
PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION PROPOSAL COVER SHEET Contact Information: Oakland County Purchasing Division Building 41 West - Lower Level
More informationSECTION 02150 REMOVAL OR ABANDONMENT OF EXISTING UTILITIES AND UNDERGROUND STRUCTURES. 1. Trench excavation, backfill, and compaction; Section 02250.
02150-1 of 6 SECTION 02150 REMOVAL OR ABANDONMENT OF EXISTING 02150.01 GENERAL A. Description Removal or abandonment of existing utilities and underground structures shall include, but not necessarily
More informationStorm Sewer Trenchless Upgrade Alternatives and Recommendations
Storm Sewer Trenchless Upgrade Alternatives and Recommendations Background Approximately 1,930 feet of the 40-inch and 42-inch CMP storm sewer pipe from manhole M22 to manhole M12 will be evaluated for
More informationDEVELOPMENT STANDARDS FOR FACILITIES & IMPROVEMENTS. The Virginia Tech/Montgomery Regional Airport Authority November 19, 2002
DEVELOPMENT STANDARDS FOR FACILITIES & IMPROVEMENTS The Virginia Tech/Montgomery Regional Airport Authority November 19, 2002 These Standards shall reflect all pre-existing agreements Adopted March 12,
More informationSECTION 00 0110 TABLE OF CONTENTS. H. 00 2115.01 - Proposed Material, Product or Equipment Substitution Request
SECTION 00 0110 PROCUREMENT AND CONTRACTING REQUIREMENTS 1.1 DIVISION 00 -- PROCUREMENT AND CONTRACTING REQUIREMENTS A. 00 0101 - Project Title Page B. 00 0105 - Certifications Page C. 00 0110 - Table
More informationCHAPTER 14: GUARDRAIL and BARRIERS
CHAPTER 14: GUARDRAIL and BARRIERS If you have any questions regarding guardrail, end treatments and/or pay items included in your plan, please contact the Project Design Services Unit or the Design Standards
More informationWork Breakdown Structure Element Dictionary Construction
Initiation CON 5.1 Initiation encompasses deliverables associated with the development, implementation and control of the project s schedule, budget and scope, including the solicitation for a contractor
More informationContract Administration
Chapter 5 Contract Administration Section 3 Change Orders 5-301 General 5-302 Change Order Policy 5-303 Purpose of Change Orders 5-304 Initiation of Change Orders 5-305 Preliminary Considerations 5-306
More informationARTICLE 11. INSURANCE AND BONDS
Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether
More informationGUIDANCE AND MODEL LANGUAGE
Document A503 2007 Guide for Supplementary Conditions INTRODUCTION Purpose of This Guide Arrangement of This Guide How to Use This Guide Choice of Location for Contract Provisions Modifications to the
More informationSUPPLEMENTAL SPECIFICATIONS CROSS SLOPE VERIFICATION:
September 22, 2009 Updated November 16, 2009 SUPPLEMENTAL SPECIFICATIONS CROSS SLOPE VERIFICATION: 1. DESCRIPTION: The cross slopes of the roadway are to be constructed as detailed in the plans and within
More informationFrom the Office of: MAHLUM ARCHITECTS 71 Columbia Street Floor 4 Seattle, WA 98104
MAHLUM SECTION 00 91 11 ADDENDUM No.1 Date: June 15, 2012 From the Office of: MAHLUM ARCHITECTS 71 Columbia Street Floor 4 Seattle, WA 98104 NOTICE TO ALL CONTRACTORS, SUBCONTRACTORS, AND SUPPLIERS This
More informationi,iidteeu r. rror"ns SILVER CREEK ROAD IMPROVEMENTS CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT T nw - c204-541200-207230129383
CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 SILVER CREEK ROAD IMPROVEMENTS City Project No. 01293 T nw - c204-541200-207230129383 i,iidteeu r. rror"ns ADDENDUM NO. 2 ISSUE
More informationCITY OF NAPLES PURCHASING DIVISION CITY HALL, 735 8 TH STREET SOUTH NAPLES, FLORIDA 34102 PH: 239-213-7100 FX: 239-213-7105 ADDENDUM NUMBER 1
CITY OF NAPLES PURCHASING DIVISION CITY HALL, 735 8 TH STREET SOUTH NAPLES, FLORIDA 34102 PH: 239-213-7100 FX: 239-213-7105 ADDENDUM NUMBER 1 NOTIFICATION DATE: BID TITLE: BID NUMBER: BID OPENING DATE
More informationREQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES. PASSENGER SCREENING CHECKPOINT CONSOLIDATION PROJECT PROJECT No.
REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES PASSENGER SCREENING CHECKPOINT CONSOLIDATION PROJECT PROJECT No. FY15-805-67 Manchester-Boston Regional Airport is soliciting Proposals from qualified
More informationARTICLE 2 SCOPE OF ARCHITECT'S BASIC SERVICES
KENTUCKY DEPARTMENT OF EDUCATION DIVISION OF FACILITIES MANAGEMENT AMENDMENT TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT AIA B141/CMa-1992 702 KAR 4:160 ARTICLE 2 SCOPE OF ARCHITECT'S BASIC
More informationADMINISTRATIVE PROCEDURES
ADMINISTRATIVE PROCEDURES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS HARRISBURG, PENNSYLVANIA MAY 2014 EDITION DEPARTMENT OF GENERAL SERVICES BUREAU OF CONSTRUCTION ADMINISTRATIVE PROCEDURES TABLE OF CONTENTS
More informationSECTION 33 41 13 PUBLIC STORM UTILITY DRAINAGE PIPING
SECTION 33 41 13 PUBLIC STORM PART 1 - GENERAL 1.01 SECTION INCLUDES A. Storm drainage piping, fittings, and accessories at proposed station areas and locations other than under and immediately adjacent
More informationMANAGING THE PROJECT RECORD
MANAGING THE PROJECT RECORD Project Record Filing System 2 Agency Submittals 2 Site Acquisition 3 Planning 3 Pre-Qualification of Bidders 3 Bidding 4 Construction 4 Inspection 4 Legal 5 Contracts 5 Accounting
More informationLOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST
LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST The following checklist has been developed to ensure that all required aspects of a project approved for Federal funding have been addressed and a responsible
More informationTruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015
Fairfield Center School Kitchen and Bathroom Renovation Project Specifications Owner: Fairfield Center School, 57 Park Street, Fairfield VT 05455 Franklin Central Supervisory Union, 28 Catherine Street,
More informationSAMPLE SCHEDULE OF VALUES APPLICATION & CERTIFICATE FOR PAYMENT
SAMPLE SCHEDULE OF S 1.00 General Conditions 1.01 Project Management 1.02 General Superintendent 1.03 Superintendents 1.04 Safety Engineer 1.05 Scheduling 1.06 Field Engineering 1.07 Bonds 1.08 Trailer
More informationAKA Which Is? Used When? Who s Responsible?
Open Proprietary Descriptive Performance Reference Cash Allowance Closed Prescriptive Base Bid Specifications AKA Which Is? Used When? Who s Responsible? Several (3-5) appropriate material/product/systems
More informationSan Benito County Local Transportation Authority. Request for Proposals: #2014-04 Bus Stop Improvement Plan. Addendum No. 2
San Benito County Local Transportation Authority Request for Proposals: #2014-04 Bus Stop Improvement Plan Addendum 2 Issue Date: January 8, 2015 330 Tres Pinos Road, Suite C7, Hollister, CA 95023 Ph:
More information