Plan Addendum Summary And Approval Page 1

3y ago
32 Views
2 Downloads
9.00 MB
42 Pages
Last View : 29d ago
Last Download : 3m ago
Upload by : Casen Newsome
Transcription

PLAN ADDENDUM SUMMARY AND APPROVALPROJECT 29 Hunter Separation to North of Blanchard InterchangeDate:11/2/2020Lead Designer:Bid Opening Date: 11/13/2020JOB#:18988Sam WelchAddendum#:31PLAN SHEET CHANGESSection SheetDescription61Revised plan note 202-P01 to include 1” of bituminous base.62Revised plan note 302-P01 to 302-P02 due to duplicate number.81Revised quantity for items 202-0021 and 202-0136.111Revised quantities in the pavement removals summary table.308 - 10Added description for the 1” bit base to be included in the pavement removal item.401-19Moved the 1” mainline base aggr measured quantity from the Remove AggregateBase & Surfacing to the Removal of Pavement bid item.511-2Added Steel Pipe Corrugations or Spiral Ribs and Steel Pipe Minimum Thickness piperequirements for the Pipe Conduit – Approach options.1102Added 4 multi-directional bases to the summary.CHANGES MADE TO BID ITEMS FOR JOBSpecCodeDescription2022020021 REMOVE AGGREGATE BASE & SURFACING0136 REMOVAL OF isedQuantity116,173104,682SUPPLEMENTAL DESIGN DATA CHANGESDescriptionThe Existing Continuous Reinforcement.pdf was updated to show the as built information.APPROVALShould the revisions described above be processed as a plan addendum?XYesNoKirk J. Hoff /s/Kirk J. Hoff, P.E. – Design EngineerPlan Addendum Summary and Approval11/4/2020DatePage 1

PROPOSAL FORMBID OPENING: November 13, 2020Job 003North Dakota Department of TransportationPageRev:BID ITEMS5 of 1511/4/2020Project: IM-8-029(135)088 (PCN-18988)Bidder must type or neatly print unit prices in numerals, make extensions for each item, andtotal. Do not carry unit prices further than three (3) decimal places.Item Spec CodeNo. No. No. DescriptionUnitApprox.Quantity001103 0100 CONTRACT BONDL SUM1.002201 0330 CLEARING & GRUBBINGL SUM1.003202 0021 REMOVE AGGREGATE BASE & SURFACINGTON004202 0101 REMOVAL OF CONCRETEEA2.005202 0105 REMOVAL OF STRUCTUREL SUM1.006202 0136 REMOVAL OF PAVEMENTTON007202 0169 REMOVAL OF END SECTION-ALL TYPES & SIZESEA103.008202 0174 REMOVAL OF PIPE ALL TYPES AND SIZESLF5,949.009202 0312 REMOVE EXISTING FENCELF69,171.010202 0350 REMOVAL OF TEMPORARY BYPASSEA8.011203 0101 COMMON EXCAVATION-TYPE ACY89,396.012203 0109 TOPSOILCY70,972.013203 0113 COMMON EXCAVATION-WASTECY20,407.014210 0050 BOX CULVERT EXCAVATIONEA1.015210 0210 FOUNDATION FILLCY3,500.016210 0405 FOUNDATION PREPARATION-BOX CULVERTEA1.116,173.104,682.Unit Price 000Amount 00

PROPOSAL FORMBID OPENING: November 13, 2020Job 003North Dakota Department of TransportationPageRev:BID ITEMS6 of 1511/4/2020Project: IM-8-029(135)088 (PCN-18988)Bidder must type or neatly print unit prices in numerals, make extensions for each item, andtotal. Do not carry unit prices further than three (3) decimal places.Item Spec CodeNo. No. No. DescriptionUnitApprox.Quantity017216 0100 WATERM GAL2,876.018220 0100 PREPARE STOCKPILE SITEL SUM1.019220 0200 RESTORE STOCKPILE SITEL SUM1.020251 0200 SEEDING CLASS IIACRE127. 100021251 1000 WETLAND SEEDACRE1. 600022251 2000 TEMPORARY COVER CROPACRE120. 600023253 0101 STRAW MULCHACRE247. 700024255 0102 ECB TYPE 2SY3,210.025256 0100 RIPRAP GRADE ICY114.026256 0200 RIPRAP GRADE IICY299.027260 0100 SILT FENCE UNSUPPORTEDLF66,293.028260 0101 REMOVE SILT FENCE UNSUPPORTEDLF66,293.029261 0112 FIBER ROLLS 12INLF85,115.030261 0113 REMOVE FIBER ROLLS 12INLF9,870.031302 0101 SALVAGED BASE COURSECY93,144.032401 0050 TACK COATGAL8,063.Unit Price 000Amount 00

PROPOSAL FORMBID OPENING: November 13, 2020Job 003North Dakota Department of TransportationPageRev:BID ITEMS7 of 1511/4/2020Project: IM-8-029(135)088 (PCN-18988)Bidder must type or neatly print unit prices in numerals, make extensions for each item, andtotal. Do not carry unit prices further than three (3) decimal places.Item Spec CodeNo. No. No. DescriptionUnitApprox.Quantity033401 0060 PRIME COATGAL91,721.034401 0160 BLOTTER MATERIAL CL 44TON2,163.035411 0100 MILLING PAVEMENT SURFACETON1,112.036430 0042 SUPERPAVE FAA 42TON18,381.037430 1000 CORED SAMPLEEA038430 2000 PATCHINGTON500.039430 5803 PG 58S-28 ASPHALT CEMENTTON1,088.040550 0302 8.5IN NON-REINF CONCRETE PVMT CL AE-DOWELEDSY041602 1131 CLASS AE-3 CONCRETE-BOX CULVERTCY680. 200042602 1135 BRIDGE APPROACH SLAB-REMOVE & REPLACESY168. 800043602 1250 PENETRATING WATER REPELLENT TREATMENTSY1,010.044602 2000 REMOVE AND RESET ANCHOR BOLTSEA21.045602 2105 CURB REPAIRSF046612 0114 REINFORCING STEEL-GRADE 60-BOX CULVERTLBS047624 3002 DOUBLE BOX BEAM RAIL RETROFIT - E-RAILLF048650 0805 DECK SPALL REPAIRSF43.247,189.623. 700129,173.343. 90018.Unit Price 000Amount 00

PROPOSAL FORMBID OPENING: November 13, 2020Job 003North Dakota Department of TransportationPageRev:BID ITEMS8 of 1511/4/2020Project: IM-8-029(135)088 (PCN-18988)Bidder must type or neatly print unit prices in numerals, make extensions for each item, andtotal. Do not carry unit prices further than three (3) decimal places.Item Spec CodeNo. No. No. DescriptionUnitApprox.Quantity049702 0100 MOBILIZATIONL SUM1.050704 0100 FLAGGINGMHR2,000.051704 1000 TRAFFIC CONTROL SIGNSUNIT11,548.052704 1045 ATTENUATION DEVICE-TYPE B-75EA2.053704 1048 PORTABLE RUMBLE STRIPSEA2.054704 1052 TYPE III BARRICADEEA45.055704 1060 DELINEATOR DRUMSEA316.056704 1067 TUBULAR MARKERSEA246.057704 1070 DELINEATOREA437.058704 1072 FLEXIBLE DELINEATORSEA845.059704 1081 VERTICAL PANELS-BACK TO BACKEA6.060704 1087 SEQUENCING ARROW PANEL-TYPE CEA6.061704 1088 SEQUENCING ARROW PANEL-TYPE C-CROSSOVEREA2.062704 1090 FLASHING BEACONEA2.063704 1500 OBLITERATION OF PAVEMENT MARKINGSF7,970.064704 3510 PRECAST CONCRETE MED BARRIER-STATE FURNISHEDEA80.Unit Price 000Amount 00

PROPOSAL FORMBID OPENING: November 13, 2020Job 003North Dakota Department of TransportationPageRev:BID ITEMS9 of 1511/4/2020Project: IM-8-029(135)088 (PCN-18988)Bidder must type or neatly print unit prices in numerals, make extensions for each item, andtotal. Do not carry unit prices further than three (3) decimal places.Item Spec CodeNo. No. No. DescriptionUnitApprox.Quantity065706 0400 FIELD OFFICEEA1.066706 0500 AGGREGATE LABORATORYEA1.067706 0550 BITUMINOUS LABORATORYEA1.068706 0600 CONTRACTOR'S LABORATORYEA1.069709 0100 GEOSYNTHETIC MATERIAL TYPE GSY408,288.070709 0155 GEOSYNTHETIC MATERIAL TYPE RRSY586.071710 0100 TEMPORARY BYPASSEA4.072714 0820 PIPE CONC REINF 30IN CL IIILF8.073714 4105 PIPE CONDUIT 24INLF2,077.074714 4106 PIPE CONDUIT 24IN-APPROACHLF286.075714 4110 PIPE CONDUIT 30INLF1,647.076714 4113 PIPE CONDUIT 30IN-APPROACHLF36.077714 4120 PIPE CONDUIT 42INLF105.078714 4125 PIPE CONDUIT 48INLF518.079714 4135 PIPE CONDUIT 60INLF204.080714 4140 PIPE CONDUIT 66INLF102.Unit Price 000Amount 00

PROPOSAL FORMBID OPENING: November 13, 2020Job 003North Dakota Department of TransportationPageRev:BID ITEMS10 of 1511/4/2020Project: IM-8-029(135)088 (PCN-18988)Bidder must type or neatly print unit prices in numerals, make extensions for each item, andtotal. Do not carry unit prices further than three (3) decimal places.Item Spec CodeNo. No. No. DescriptionUnitApprox.Quantity081714 4229 PIPE CONDUIT ARCH 58IN X 36INLF1,416.082714 4236 PIPE CONDUIT ARCH 73IN X 45INLF382.083714 7030 PIPE PVC 12INLF420.084714 7036 PIPE PVC 18INLF530.085714 9660 REMOVE & RELAY END SECTION-ALL TYPE & SIZESEA3.086714 9912 FLAP GATE 24INEA3.087720 0110 RIGHT OF WAY MARKERSEA23.088720 0125 ALIGNMENT MONUMENTSEA28.089720 0130 IRON PIN R/W MONUMENTSEA26.090720 0135 IRON PIN REFERENCE MONUMENTSEA12.091752 0126 FENCE SMOOTH WIRE 3 STRAND-STEEL POSTLF69,662.092752 0993 FENCE TERMINALEA23.093752 2100 VEHICLE GATEEA1.094752 2996 CORNER ASSEMBLY-STEEL POSTEA26.095752 3996 DOUBLE BRACE ASSEMBLY-STEEL POSTEA38.096754 0110 FLAT SHEET FOR SIGNS-TYPE XI REFL SHEETINGSF83.Unit Price 000Amount 00

PROPOSAL FORMBID OPENING: November 13, 2020Job 003North Dakota Department of TransportationPageRev:BID ITEMS11 of 1511/4/2020Project: IM-8-029(135)088 (PCN-18988)Bidder must type or neatly print unit prices in numerals, make extensions for each item, andtotal. Do not carry unit prices further than three (3) decimal places.Item Spec CodeNo. No. No. DescriptionUnitApprox.Quantity097754 0112 FLAT SHEET FOR SIGNS-TYPE IV REFL SHEETINGSF28.098754 0150 DELINEATORS-TYPE AEA166.099754 0160 DELINEATORS-TYPE BEA57.100754 0166 DELINEATORS-TYPE EEA14.101754 0168 DELINEATORS-TYPE DEA9.102754 0206 STEEL GALV POSTS-TELESCOPING PERFORATED TUBELF182.103754 0210 GALV STEEL POST-STANDARD PIPELF226.104754 0214 GALV STEEL POSTS-W-SHAPE POSTS(TWO OR MORE)LF982.105754 0534 PANEL FOR SIGNS-TYPE IV REFLECTIVE SHEETINGSF992.106754 0556 INTERSTATE MILE POSTS-TYPE BEA11.107754 0557 INTERSTATE MILE POSTS-TYPE CEA2.108754 0592 RESET SIGN PANELEA13.109754 0801 OBJECT MARKERS - TYPE IEA2.110754 0803 OBJECT MARKERS - TYPE IIIEA2.111754 0805 OBJECT MARKERS - CULVERTSEA128.112754 1100 CLASS AE CONCRETE-SIGN FOUNDATIONSCY6. 300Unit Price 000Amount 00

PROPOSAL FORMBID OPENING: November 13, 2020Job 003North Dakota Department of TransportationPageRev:BID ITEMS12 of 1511/4/2020Project: IM-8-029(135)088 (PCN-18988)Bidder must type or neatly print unit prices in numerals, make extensions for each item, andtotal. Do not carry unit prices further than three (3) decimal places.Item Spec CodeNo. No. No. DescriptionUnitApprox.Quantity113754 1104 REMOVE SIGN FOUNDATIONEA40.114760 0001 RUMBLE STRIPS - CONCRETE SHOULDERMILE26. 520115762 0200 RAISED PAVEMENT MARKERSEA31,001.116762 1104 PVMT MK PAINTED 4IN LINELF350,592.117762 1108 PVMT MK PAINTED 8IN LINELF4,066.118762 1124 PVMT MK PAINTED 24IN LINELF42.119762 1140 PVMT MK PAINTED CURB TOP & FACELF95.120764 0131 W-BEAM GUARDRAILLF1,020.121764 0145 W-BEAM GUARDRAIL END TERMINALEA18.122764 0151 REMOVE W-BEAM GUARDRAIL & POSTSLF983.123764 1050 RESET W-BEAM GUARDRAILLF350.124764 2081 REMOVE END TREATMENT & TRANSITIONEA4.125900 1000 TEMPORARY STREAM DIVERSIONEA1.126930 8230 SHORINGEA2.127930 8644 SILICONE SEALANTLF66.128930 8686 AGGREGATE SLOPE PROTECTIONSY955.Unit Price 000Amount 00

PROPOSAL FORMBID OPENING: November 13, 2020Job 003North Dakota Department of TransportationPageRev:BID ITEMS13 of 1511/4/2020Project: IM-8-029(135)088 (PCN-18988)Bidder must type or neatly print unit prices in numerals, make extensions for each item, andtotal. Do not carry unit prices further than three (3) decimal places.Item Spec CodeNo. No. No. DescriptionUnitApprox.Quantity129930 9612 SPALL REPAIRSF24.130930 9639 APPROACH SLAB LIP REPAIRLF76.TOTAL SUM BIDUnit Price 000Amount 00

Revised: 11/2/20NOTESSTATEPROJECT NO.SECTIONNO.SHEETNO.NDIM-8-029(135)08861The existing continuous reinforcement details are included in the supplemental data.100-P01STATIONING: The stationing used in the plans is based off SCL HWY029 MedianAlignment, unless stated otherwise.105-P01UTILITIES: No utility relocations or adjustments are planned. All utilities on the projectneed to be protected and remain in existing location.107-300202-P02REMOVE AGGREGATE BASE & SURFACING: The existing bituminous pavementthicknesses are averages based on previous construction plans and maintenance data.Actual thicknesses may vary.202-P03REMOVAL OF TEMPORARY BYPASS: Remove the temporary ramp connections andramp connection detours when no longer needed to maintain traffic.CONSTRUCTION TRAFFIC ACCESS: Access areas within the right of way only atinterchanges. The Engineer may allow temporary access at other locations.This work consists of:1. Saw cutting the pavement to be removed at the edge of the finished shoulder.2. Constructing an aggregate slough at the edge of the saw cut.3. Shaping the median foreslopes to 6:1 and placing topsoil. This includes thetopsoil stockpiled in the Interstate median and on the backslope.4. Removal, hauling, and disposal of all materials.5. Reshaping existing slopes on ditch blocks as shown on the Ditch Block Detail.To obtain temporary access, provide an access plan containing the following information: A traffic control plan; A traffic impact analysis; A safety analysis; A COA; and An environmental impact analysis.Include all labor and equipment costs for removing, hauling, and disposing off materials,removal and replacement of topsoil, and shaping of median slopes, foreslopes, and ditchblock slopes in the unit price bid for “Removal of Temporary Bypass”.To be considered for approval, the following minimum conditions must be met in theaccess plan: Construction traffic will not be allowed to cross the interstate median or lanes of trafficbeing used by the public at grade; The access plan must show that there will be methods in place, at all times, to preventpublic traffic from using the access; A plan to restore the area disturbed by the access, including right of way fences, topreexisting or better condition.All work necessary to provide the access plan, comply with the plan, and to restore thearea to its pre-exiting condition must be completed at no additional cost to theDepartment.107-P01SHRINKAGE: 25 percent additional volume is included for shrinkage in earthembankment.203-360COMPACTION AND DENSITY CONTROL: Compact material as specified in Section203.04 E.2.b, "ND T-99".Manipulate embankment material with disking equipment.203-P01HEIGHT RESTRICTION FOR CONSTRUCTION EQUIPMENT: Between RP 100 andRP 102, equipment is restricted to a height of 35 feet or less due to Hillsboro MunicipalAirport restrictions. Equipment height will be measured from the centerline of the roadwayand will include the extended box height of end dumps.108-100WEEKLY PLANNING & REPORTING MEETING: A weekly planning and reportingmeeting is required.201-P01CLEARING AND GRUBBING: Along with clearing, grubbing, removing, and disposal ofvegetation and debris, there are three mature trees of unknown diameter that will need tobe removed. Include all work associated with removal of the trees in the price bid for“Clearing and Grubbing.”202-P01203-010REMOVAL OF PAVEMENT: Removal of pavement consists of removing and salvagingconcrete pavement, reinforced concrete pavement, doweled jointed pavement, andapproximately 1” bituminous base underneath the concrete.Do not stockpile concrete chunks, rebar, or fabric on the highway right of way. Includethe cost for removal of reinforcing steel in the price bid for “Removal of Pavement.”11/2/2020 10:29:16 AMR:\project\80029088.135\design\Sheets\Addendum 1\006NT 001 notes.docmTOPSOIL: There will be excess topsoil in the interstate median due to the fact that themedian crossovers and ramp connections will remain in-place after the project iscomplete. Excess topsoil will remain property of the NDDOT. Stockpile excess topsoil inthe Grandin Interchange and Blanchard Interchange ramp quadrants.The Engineer will approve the stockpile location and boundary of the excess topsoilstockpile prior to placement. Do not stockpile excess topsoil within the ditch bottom orwetlands.203-P02CONTRACTOR FURNISHED PROCTORS: Determine the optimum moisture anddensity, as specified in ND T 99, for each type of material encountered that requirescompaction control.Perform a multi-point test using a minimum of 4 points. Submitthe results to the Engineer along with a split sample of eachmaterial.The Engineer will perform comparison tests using the sameprocedure on the split sample. The Engineer’s results will beused for determining in place density of material.The cost of testing will not be paid for separately but to beincluded in the bid price for “Common Excavation-Type A”.

Revised: 11/2/20NOTES261-P01PERMANENT FIBER ROLLS: If fiber rolls are to remain on the project, use fiber rolls thatare composed of 100 percent biodegradable jute netting that has a life expectancybetween 6 to 12 months.302-115BASE COURSE: Trim base course as specified in 302.04 C.2, "Surface Tolerance TypeC."302-P01HAULING: The shoulder of northbound I-29 can be used as a haul route. Do not drive onthe base course and/or geosynthetic material, except when the haul vehicle is dumping.When dumping, the haul vehicle is allowed to drive on the base course in the immediatevicinity of where the load is dumped. Re-establish subgrade surface tolerance per contractrequirements prior to placement of the salvaged base course.302-P02CONTRACTOR FURNISHED PROCTORS: Determine the optimum moisture anddensity, as specified in ND T 180 Method A or D, for aggregate for pipe.Perform a multi-point test using a minimum of 5 points. Submit the results to the Engineeralong with a split sample of each material.The Engineer will perform comparison tests using the same procedure on the splitsample. The Engineer’s results will be used for determining in place density of material.TRIMMING AND PRIME: Prime shoulders within one mile or within 48 hours of the trimmingoperations unless HMA paving is to take place within 24 hours of trimming.430-P01MAINTENANCE OF TRAVELED ROADWAY USING HOT MIX ASPHALT: TheContractor will be fully responsible for monitoring the condition of the traveled roadway,crossovers and ramp connections within the limits of the project.Patch with an approved mix any areas that have subsided more than one inch from theadjacent pavement, any rutting, sponginess and/or breakups as directed by the Engineer.Compact patched areas in accordance with Section 430.04 I.3 of the StandardSpecifications. Include all cost of equipment, labor, and materials, including asphaltcement and tack coat in the unit price bid for "Patching".11/2/2020 10:29:16 AMR:\project\80029088.135\design\Sheets\Addendum 1\006NT 001 notes.docmSHEETNO.NDIM-8-029(135)08862A quantity of 500 Tons of "Patching" has been provided for this purpose.430-P02CROSSROAD PAVING: Mill and overlay crossroads as close to the existing guardrail aspossible without damaging the guardrail. Any repairs needed to fix the damaged guardrailwill be at the Contractor’s expense. It is estimated that milling and paving would endapproximately 1 foot from the guardrail.550-P01CONCRETE PAVEMENT: The Department will waive the requirement to place thereinforcing steel, tie bars and dowel bar assemblies a minimum of 2,000 feet ahead of thepaving operation as stated in Sections 550.04 E.1 and 550.04 G.2 and allow the use ofthe roadway as a haul road at the Contractor’s request, provided the following conditionsare met: Repair all damaged areas. Provide an additional trimmer in advance of the paving operation. Construct the finished surface to within 0.10 feet of the proposed elevation with the firstpass of trimming equipment. Construct the finished surface to the specified surface tolerance prior to the placementof reinforcing steel, tie bars and dowel bar assemblies. Place the reinforcing steel and tie bars on approved supports securely, properly andaccurately in advancing of the paving operation.704-100TRAFFIC CONTROL SUPERVISOR: Provide a Traffic Control Supervisor.704-200PRECAST CONCRETE MEDIAN BARRIERS – STATE FURNISHED: Obtain 80 barriersfor use at the median crossovers from the NDDOT Maintenance Storage Yard atCasselton, ND (15482 37th St SE). Return barriers to the NDDOT Casselton MaintenanceStorage Yard.The cost of testing will not be paid for separately but to be included in the bid price for theapplicable size for Pipe Conduit pay items.401-P01SECTIONNO.Additionally, the contractor will be required to perform an initial inspection of the roadway,used by the traveling public before construction begins, and make all repairs inaccordance with the above requirements or as directed by the Engineer.If there is standing water where the installation will occur, silt fence is required.261-P02PROJECT NO.Provide a traffic control plan that minimizes disruption to traffic. Necessary traffic controldevices and flagging will be paid for under the normal contract bid item.TEMPORARY EROSION CONTROL WITHIN WETLANDS: Fiber rolls and silt fence havebeen provided for placement at the back-side of earthen berm at t

Section Sheet Description 6 1 Revised plan note 202-P01 to include 1” of bituminous base. 6 2 Revised plan note 302-P01 to 302-P02 due to duplicate number. 8 1 Revised quantity for items 202-0021 and 202-0136. 11 1 Revised quantities in the pavement removals summary table.

Related Documents:

Re: ADDENDUM SEVEN - DELAWARE STATE POLICE - TROOP 3- BID PACK 1 Dover, Delaware 2011116.00 ADDENDUM SEVEN The addendum forms a part of the contract documents and modifies the original bidding documents dated, October 9, 2013, modified by Addendum No. 1 dated 10-18-2013, Addendum No. 2 dated

Architecture. FY2013-2015 Enterprise Roadmap Addendum Change Summary Executive Summary Executive Summary The Addendum Executive Summary augments and updates the previous summary by describing the need to implement the MyVA initiative. It also explains the rationale for the Addendum versus publishing a full Enterprise Roadmap update.

1 New Relic Data Processing Addendum This Data Processing Addendum (Addendum _) including its Exhibits and Appendices forms part of the agreement (Agreement _) for the purchase of services between New Relic, Inc. a Delaware corporation with offices located at 188 Spear Street, Suite 1200, San Francisco, CA 94105 ( New Relic _) and the entity identified as Customer on

Services 14-19 ("WSCA-NASPO Master Agreement" or "Master Agreement"). The Master Agreement, as now or hereafter amended, is incorporated into this addendum ("Participating Addendum") as if set forth at length. This Participating Addendum covers the Data Communications Products and Services contracts led by the

Madeleine M. Leininger 795 Dr. Leininger’s Addendum 803 Discussion of Byerly, Kay, and Leininger Noel Chrisman 807 Dr. Chrisman’s Addendum 811 Care and Culture: An Introspective Commentary Agnes M. Aamodt 812 Dr. Aamodt’s Addendum 817 Notes of a Nurse-Anthropologist Pamela J. Brink 818 Dr. Brink’s Addendum 825 The Way of One Nurse .

Marketplace Addendum Effective November 18, 2021 Welcome to Citibank and thank you for choosing us for your banking needs. This Marketplace Addendum is a supplement to the Client Manual — Consumer Accounts. This Addendum incorporates all of the terms, conditions and definitions contained in the

City of Lynchburg Procurement Division 900 Church Street Lynchburg, Virginia 24504 Telephone No.: (434) 455-3970 Fax No.: (434) 845-0711 Addendum for Invitation for Bids Storage Building at Former Allen Morrison Site 14-902 Date: 4/30/14 From: Lisa Moss, Buyer VCA RE: Addendum No. 1 This Addendum supplements and amends the original Plans and .

Request for Proposal: Multiple Site Landscape Maintenance Services Addendum Number: Three DATE: 12/18/2020 To All Potential Proposers: This addendum is issued to modify the previously issued Request for Proposal, and is hereby made a part of the RFP document. Please attach this addendum to the documents in your possession and consider the