• No results found

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

N/A
N/A
Protected

Academic year: 2021

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

Copied!
15
0
0

Loading.... (view fulltext now)

Full text

(1)

1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax Arizona California Colorado Kansas Louisiana Missouri Nebraska New Mexico Texas Utah 14 February 2017 ADDENDUM NO. 1

RE: City of Garden City, Kansas Harvest Street Drainage City Project No. W2016-014 WCI File: 16-100-063-00/03 To All Prospective Bidders:

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

A. PROJECT MANUAL

1. Section 00003, Table of Contents, Page 00003-2: ADD the following to Division 3 – Concrete list. 03000 Concrete Pavement

2. Section 00200, Instructions to Bidders, Page 00200-8:

Article 6 – Pre-Bid Conference, REPLACE Section 6.01 with the following: 6.01 No Pre-Bid conference will be held for this project.

3. Section 00200, Instructions to Bidders, Page 00200-14: ADD the following paragraphs to Article 19 Section 19.02.

19.02.3 In determining the lowest responsible bidder, in addition to price, the Governing Body shall consider the following:

A. The ability, capacity, and skill of the bidder to perform the contract or provide the service required.

B. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference.

C. The character, integrity, reputation, judgment, experience, and efficiency of the bidder.

D. The quality of performance of previous contracts or services by the bidder.

E. The previous and existing compliance of the bidder with the laws and ordinances relating to the contract or service.

(2)

19.02.4 For all public improvements not utilizing federal or state funds, in determining the lowest responsible bidder, the Governing Body may also consider the domicile of a bidder. If there are bids from a bidder having a principal place of business in Finney County, Kansas (local bidder), and a bidder with a principal place of business outside of Finney County, Kansas, and the lowest bid is submitted by a bidder which is not a local bidder, the Governing Body may award the bid to the local bidder, under the following conditions: A. On public improvements with a cost of $250,000 or less, the amount of the bid of

the local bidder is not more than 1% greater than the amount of the low bid; or B. On public improvements with a cost of over $250,000, the amount of the bid of the

local bidder is not more than .5% greater than the amount of the low bid; and C. All other factors set forth in Section 1, (a) through (f) are substantially in conformity

with those factors as applied to the low bidder; and

D. The local bidder agrees in writing to meet the low bid within 48 hours (two business days) after receiving notification from the City.

19.02.05 If no responsible bidder proposes to enter into the contract at a price not exceeding the engineer's estimated cost, or if no responsible bidder submits a bid that is within two percent (2%) of the engineer's estimate, all bids shall be rejected and the same proceedings as before shall be repeated. In the event a responsible bidder submits a bid that is the lowest bid and the bid only exceeds the engineer's estimate by two percent (2%) or less of the total estimated cost of the project, the Governing Body may let the contract to such lowest responsible bidder if the lowest responsible bidder agrees to reduce its bid to an amount equal to the engineer's estimate, within 48 hours (two business days) of notice of the results of the bidding procedure. In the event such a bidder does not choose to reduce its bid to meet the engineer's estimate, then the Governing Body shall reject all bids. 4. Section 00410, Bid Form, Pages 00410-1 thru 00410-7:

REPLACE the entire Bid Form from the Project Manual with the attached Bid Form. For clarification, the following general changes were made to the bid form.

• Bid Form Attachment B was modified to reflect revised quantities for “Concrete

Pavement (8" Uniform)(AE)”. 5. Division 3 – Concrete:

ADD the following Specification section:

Section 03000, Concrete Pavement, Pages 03000-1 thru 03000-5 B. DRAWINGS

1. Sheet No. 1 of 30, Title Sheet:

Add Alternate No. 1 Estimate of Quantities: DELETE the following quantity: “6. Concrete Pavement (8” Uniform) (AE) 278 Sq. Yd.”. Add Alternate No. 1 Estimate of Quantities ADD the following quantity:

(3)

ADDENDUM NO. 1 Page 3 of 3

This ADDENDUM is hereby made a part of the Bidding Documents to the same extent as though contained in the original documents. Work to be included shall not be limited to narrative description contained herein, but shall also include adjustments or revisions to other work not mentioned, in order to accomplish the Work described.

Each Bidder shall acknowledge receipt of this ADDENDUM in the space provided on the Bid Form. WILSON & COMPANY

L. Tyler Glissman Project Manager

(4)

SECTION 00410 BID FORM

Harvest Street Drainage Improvements

ARTICLE 1 - BID RECIPIENT

1.01 This Bid is submitted to:

City of Garden City, Kansas Public Works office

301 N. 8th Street Garden City, KS 67846

1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents.

ARTICLE 2 - BIDDER’S ACKNOWLEDGEMENTS

2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. Bidder will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen days after the date of OWNER's Notice of Award.

ARTICLE 3 - BIDDER’S REPRESENTATIONS

3.01 In submitting this Bid, Bidder represents that:

A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda:

Addendum No. Addendum Date

B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site to the extent of the Bidding Documents and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost,

progress, and performance of the Work.

D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or

(5)

EJCDC® C-410, Bid Form for Construction Contracts.

Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved.

16-100-063-03 Bid Form 00410-2

subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings.

E. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder’s safety precautions and programs.

F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents.

G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents.

H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder.

I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work for which this Bid is submitted. J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has

complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents.

ARTICLE 4 - BIDDER’S CERTIFICATION

4.01 Bidder certifies that:

A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation;

B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;

C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and

D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D:

(6)

1. “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process;

2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial

non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. “collusive practice” means a scheme or arrangement between two or more Bidders, with or

without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and

4. “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the e execution of the Contract.

ARTICLE 5 - BASIS OF BID

5.01 Bidder must complete all of the Base Bid and Add Alternate No. 1. Listed below. Bidder will complete the Work including all equipment, materials, labor and installation in accordance with the Contract Documents for the following prices (in words):

BASE BID - HARVEST STREET DRAINAGE IMPROVEMENTS - TOTAL BID PRICE:

(written)

Dollars ($ ).

ADD ALTERNATE NO. 1 - HARVEST STREET DRAINAGE IMPROVEMENTS - TOTAL BID PRICE:

(written)

Dollars ($ ).

Bidder acknowledges that (1) each Bid Unit Price includes an amount considered by Bidder to be adequate to cover Contractor’s overhead and profit for each separately identified item, and (2) estimated 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, determined as provided in the Contract Documents. The Unit Price Items detailed in Bid Form Attachment A and/or B shall be used to formulate the Total Bid Price for Unit Price work above.

(7)

EJCDC® C-410, Bid Form for Construction Contracts.

Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved.

16-100-063-03 Bid Form 00410-4

BASE BID

BID FORM ATTACHMENT A: HARVEST STREET DRAINAGE IMPROVEMENTS

1 Mobilization L.S. 1

2 Construction Staking L.S. 1

3 Removal of Existing Structures L.S. 1

4 Common Excavation CU. YD. 90

5 Slope Protection (Riprap Stone) CU. YD. 30 6 Concrete Pavement (8" Uniform)(AE) SQ. YD. 148

7 Valley Gutter Special SQ. YD. 284

8 Aggregate Base (AB-2)(6") SQ. YD. 418

9 Manhole (Reinforced Concrete) EACH 1

10 Drain Basin (Nyoplast) EACH 4

12 18" Storm Sewer (HDPE) L.F. 68

13 24" Storm Sewer (HDPE) L.F. 302

14 30" Storm Sewer (HDPE) L.F. 310

15 End Section (CS)(30") EA. 1

16 Traffic Control L.S. 1

17 Seeding L.S. 1

18 Temporary Erosion Control L.S. 1

Total Base Bid Price

** Bidder acknowledges that the quantities for this base bid are based on Harvest Street Drainage, Garden City, Kansas – Project No. W2016-014 Plans – Dated January 2017, designed by Wilson and Company and/or drawings or exhibits within the technical specifications.

(8)

ADD ALTERNATE NO. 1

BID FORM ATTACHMENT B: HARVEST STREET DRAINAGE IMPROVEMENTS Bid

Item Item Description Unit

Estimated

Quantity Unit Price Amount

1 Mobilization L.S. 1

2 Construction Staking L.S. 1 3 Removal of Existing Structures L.S. 1 4 Common Excavation CU. YD. 120 6 Concrete Pavement (8" Uniform)(AE) SQ. YD. 444 7 Valley Gutter Special SQ. YD. 341 8 Aggregate Base (AB-2)(6") SQ. YD. 705 10 Drain Basin (Nyoplast) EACH 2 11 12" Storm Sewer (HDPE) L.F. 129 12 18" Storm Sewer (HDPE) L.F. 38 13 24" Storm Sewer (HDPE) L.F. 116 16 Traffic Control L.S. 1

17 Seeding L.S. 1

18 Temporary Erosion Control L.S. 1

Total Base Bid Price

** Bidder acknowledges that the quantities for this Add Alternate No.1 bid are based on Harvest Street Drainage, Garden City, Kansas – Project No. W2016-014 Plans – Dated January 2017, designed by Wilson and Company and/or drawings or exhibits within the technical specifications.

(9)

EJCDC® C-410, Bid Form for Construction Contracts.

Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved.

16-100-063-03 Bid Form 00410-6

ARTICLE 6 - TIME OF COMPLETION

6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement.

6.02 Bidder accepts the provisions of the Agreement as to liquidated damages.

ARTICLE 7 - ATTACHMENTS TO THIS BID

7.01 The following documents are submitted with and made a condition of this Bid:

A. Required Bid security; in the form of 5% percent of Bidder’s maximum Bid price; B. List of Subcontractors Form 00411-1.

ARTICLE 8 - DEFINED TERMS

8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions.

(10)

ARTICLE 9 - BID SUBMITTAL BIDDER: By: Signature Printed Name Title:

(If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: Signature Printed Name Title: Submittal Date:

Address for giving notices:

Telephone Number: Fax Number:

Contact Name and email address:

(11)

16‐100‐063‐03  Concrete Pavement  03000‐1  SECTION 03000

CONCRETE PAVEMENT PART 1 - GENERAL

1.1 SECTION INCLUDES

A. The work covered by this section of the specifications consist of furnishing all labor, equipment,

appliances and materials and in performing all operations in connection with the construction of concrete pavement mixed in a central plant, and spread and compacted on a prepared subgrade in accordance with these specifications and in close conformity with the lines, grades, thickness and typical cross sections as shown on the plans or established by the Engineer.

1.2 SUBMITTALS FOR REVIEW

A. Section 01300 Submittals: Procedures for submittals.

B. Product Data: Provide data on concrete admixtures.

C. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of

materials, project conditions, weather, test results, or other circumstances warrant adjustments. PART 2 - PRODUCTS

2.1 CONCRETE MATERIALS

A. Mix concrete in accordance with ASTM C94.

B. All aggregate shall meet requirements of section 1102 of KDOT 2007 Spec Book.

C. Only Type C or E Accelerating Admixtures may be used, Chloride Accelerators are not allowed.

D. High-Early Strength Concrete – to be used when opening of traffic in 8 to 12 hours is desired. Use

Type III cement or non-corrosive non-chloride additive to obtain the desired strength.

E. All concrete mixtures shall be air entrained accomplished by addition of an approved air entraining

agent. Air content shall be determined on each day of production as early and as frequently as necessary until the air content is consistently acceptable. The intended content of finished concrete is 6.0% and the “target” air content in front of the paver shall be determined to account for air loss during consolidation of concrete during slip form paving.

F. Fly ash may be used as a partial replacement for Portland cement and blended hydraulic cement,

when indicated in the Contact Documents. Fly ash shall meet requirements of Section 2004 (KDOT 2007). Fly ash shall not exceed 20% of cement replacement.

(12)

2.2 MIX DESIGNATIONS

Concrete Mix Designations

Location Mix Designation W/C

ratio

Max.

Slump Air Notes

Sidewalk, Curb & Gutter CM-520-4000 CM-520-F-4000 0.42 3.5" 6% ±1% Pavement CM-611-4000 CM-611-F-4000 0.42 3" 6% ±1% 10% extra rock Patching CM-752-5000 0.42 3" 6% ±1% no flyash

Flowable Fill FF-60/120 -- -- -- 1 Darafill egg

CM = City Mix, 520 = lbs of Cement, F = Flyash allowed, 4000 = 28 day compresive strength (psi) FF= Flowable Fill, 60/120 lbs cement/flyash

PART 3 - EXECUTION

3.1 CONCRETE PAVEMENT

A. Unless otherwise noted, concrete pavement shall be air entrained (AE), have a 3 inch maximum slump

and shall reach a 4,000 psi twenty-eight (28) day compressive strength. Testing shall be the responsibility of the City.

B. Construction joints shall be tied with 24” No. 4 deformed bars on 24” centers. Concrete pavement shall

be tied to the curb & gutter using 18” deformed No. 4 bars on 24” centers. Construction joints shall also be keyed.

C. When Non-Reinforced Dowel Jointed (NRDJ) Pavement is specified, dowel baskets shall be of the size

and spacing identified on the drawings.

D. Construction joints and saw cuts shall be sealed with cold applied chemically cured joint sealant, using

foam backer rod, or hot pour sealant material. Joints may be sealed upon completion of all pavement, under traffic, rather than on a phased basis.

E. Concrete pavement may be opened to traffic on a phased basis, or completion of major intersections, as

(13)

16‐100‐063‐03  Concrete Pavement  03000‐3 

 

3.2 PLACING

At the Contractor’s option, the slip form or fixed form paving method may be used.

A. Slip Form Paving.

1. The contractor may use standard manufacture, slip form paving equipment capable of spreading,

consolidating, screeding and float finishing freshly placed concrete in one pass. Such equipment shall be capable of producing a homogeneous pavement to the specified cross-section, profile and density, and shall be automatically controlled in regard to line and grade.

2. Moisten dry subgrade to minimize absorption of water from the fresh concrete. Subgrade shall not be

muddy, soft, frozen, or covered with standing water when concrete is placed.

3. Use a standard manufacture longitudinal finisher capable of producing a smooth surface to the

specified cross-section. The longitudinal finisher may operate either mechanically or manually. Adjust and operate the longitudinal finisher (in conjunction with the finishing screed) so that a small roll of mortar is carried ahead of the float.

B. Fixed Form Paving.

1. Forms. Use straight, metal forms having adequate strength to support the equipment. Each section shall be a minimum of 10 feet in length. Use forms with a depth equal to the prescribed edge thickness of the concrete, a base width at least equal to the depth of the forms and without a horizontal joint. Flexible or curved forms must be approved by the Engineer. The Engineer may approve the use of wood forms in areas requiring hand finishing. Secure the forms in place to withstand the impact and vibration of the consolidating and finishing equipment without visible

spring or settlement. Extend flange braces outward on the base a minimum of ⅔ the height of the

form. Remove forms with battered top surfaces or bent, twisted or broken forms. Do not use repaired forms until they have been inspected and approved by the Engineer. Do not vary the top

face of the form from a true plane more than ⅛ inch in 10 feet, and do not vary the vertical face of

the form by more than ¼ inch. The forms shall contain provisions for locking the ends of abutting form sections together tightly, and for secure setting.

2. Base Support. Provide a foundation under the forms that is compact and true to the specified grade

so that the whole length of the form will be set firmly in contact with the grade.

3. Form Setting. Set forms sufficiently in advance of the point where concrete is being placed so that

line and grade may be checked. After the forms have been correctly set, thoroughly tamp the grade mechanically at both the inside and outside edges of the base of the forms. Tightly lock form sections, free from play or movement in any direction. Do not deviate the form from true line by more than ¼ inch at any point. No excessive settlement or springing of forms under the finishing machine is permitted. Clean and oil forms before the placing of concrete.

4. Grade and Alignment. Check the alignment and grade elevations of the forms immediately before

placing the concrete and make any necessary corrections. When any form has been disturbed or any grade has become unstable, reset and recheck the form.

(14)

5. Placing & Finishing. Use an approved roller or razor finishing screed capable of finishing the pavement to the required grade, section and density. Operate the finishing screed so that a small roll of mortar is carried ahead of the screed.

6. Removing Forms. Unless otherwise provided, do not remove forms from freshly placed concrete

until it has set for a minimum of 12 hours, except auxiliary forms used temporarily in widened areas. Remove forms carefully to avoid damage to the pavement.

3.3 TEXTURING

1. Burlap Drag:Use a drag consisting of a seamless strip of damp burlap, artificial turf or cotton fabric.

Use a drag that produces a uniform, gritty texture when pulled longitudinally along the full width of the pavement. Use only drags that are clean and free of encrusted mortar.

2. Grooving Equipment:Use standard manufacture transverse or longitudinal grooving equipment

capable of covering the width of the pavement in a single pass. Use grooving equipment with a metal comb that is capable of producing a uniform pattern of grooves approximately 3/16 inch

wide, spaced at ¾ inch centers and ⅛ to ¼ inch deep. Small or irregular areas may be grooved by

hand methods.

a. Before final finishing is completed and before the concrete has taken its initial set, the edges of

the slab shall be carefully finished with an edger.

b. Float Finish: After the surface stiffens enough to support the operation, float with hand floats or

powered disc floater. Check the concrete surface to insure level and smoothness, cutting down high spots and filling in low areas.

c. Broom Finish: Immediately after the concrete has received a float finish, produce a coarse

transverse scored texture by drawing a concrete broom across the surface. Striations shall be perpendicular to the direction of traffic.

d. With jointer or saw, cut control joints to ¼ of the depth of the slab. Consult the City Engineer

for joint spacing requirements. Where control joints meet, they shall not form tees or angles of less than 70º. Where tees or reentrant corners are unavoidable, a 4-foot length of #4 rebar shall be embedded in the top half of the slab as a crack stop.

3.4 CURING AND PROTECTION

1. Protection from Mechanical Injury: During the curing period, the concrete shall be protected from damaging mechanical disturbances, such as load stresses, heavy shock, and excessive vibration. All finished concrete surfaces shall be protected from damage caused by construction equipment or materials, application of curing procedures, pedestrian traffic, rain or running water. Concrete injured by any of the above actions shall be removed and replaced at the expense of the Permit holder.

2. Cold Weather Placement: When placing concrete after the first frost or when the mean daily temperatures are below 40º F, the following requirements apply. Use a specified accelerator in the concrete. Maintain concrete temperature at a minimum of 55º F for not less than the time required for the duration of barricade placement. Do not place concrete without approval of the City Engineer on days when the temperature at 9:00 a.m. is below 30º F. Do not place concrete until the outside air

(15)

16‐100‐063‐03  Concrete Pavement  03000‐5 

 

temperature is 35º F and rising and stop pouring when the temperature reaches 40º F and is falling. When concrete has been placed and the temperature may drop below 35º F, spread insulated curing blankets over the concrete to prevent freezing of the concrete. These blankets should be left on at least 2 days to assure proper curing, if the temperatures remain below 40º F. Concrete injured by frost action shall be removed and replaced at the expense of the Permit holder.

3. Hot Weather Placement: When air temperature is expected to exceed 95º F, the Permit holder shall

use hot weather placement procedures in placing, finishing, protecting, and curing the concrete. The temperature of the concrete at the time of placement shall not exceed 90º F. Provide protection to prevent rapid drying. Start finishing and curing as soon as possible. Water reducing retarding admixture may be used.

4. Use white pigmented, wax-resin based curing compound, ASTM C309, Type II, Class B, if

required by the City Engineer.

References

Related documents

Acknowledging the lack of empirical research on design rights, our paper wishes to investigate the risk of piracy and the perceptions of the registered and unregistered design

BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following UNIT COST BID...

Another alternative to bankruptcy, for people on a low income, is a debt relief order. The fee for a debt relief order is £90, which covers the OR’s costs for administering your

TDR’s mission is “To foster an effective global research effort on infectious diseases of poverty and promote the translation of innovation to health impact in

Since Temporal Profile is an algorithm which generated image of the road by overlapping road region on the car dash camera video as time elapse, it will includes the unique

The aim of the Master’s programme is to provide a broad education in Computer Science with the possiblity of deepening and specializing within the area of computer science, the

The BA (Hons) International Culinary Arts programme is designed to enable students to attain a critical understanding of the culinary industry and equip students with the

Fax requests for choosing erie community college transcripts to get official and prepare for a complete your request.. If you with proper id number through the username should