ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO (2 pages)

Size: px
Start display at page:

Download "ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO (2 pages)"

Transcription

1 ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO (2 pages) July 18, 2014 NOTICE TO ALL PLAN HOLDERS/BIDDERS This Addendum is issued to all registered plan holders pursuant to the Conditions of the Contract. This Addendum serves to clarify, revise, and supersede information in the Project Manual, Drawings, and previously issued Addenda. This addendum and its attachments shall become a part of the plans and specifications and shall apply to the bid proposals for the above named project. The bidder(s) shall notify all affected subcontractors, material suppliers, and others to incorporate necessary cost and schedule updates, to the bid proposal and the work changes affected by this Addendum. The Bidder shall acknowledge receipt of this Addendum in the appropriate space on the Bid Form. Bidders must also acknowledge receipt by to kelley@kelleynetwork.com In the event of conflict between plans and specifications and this addendum, the addendum shall take precedence. Any modifications necessary to incorporate the revisions shall be included in the appropriate bid prices. The bid documents are hereby corrected, modified, and/or amended in the following manner: 1. BID FORM The attached Bid Form will replace the Bid Form contained in the Original Bid Specifications and will be used to submit bids. Bid Form modifications include the following additions: The additional bid line items for commercial meters by sizes. The addition of a bid line item for curb stop replacement. The addition of a bid line item for residential backflow preventer replacement. The addition of a bid line item for meter box replacement. The addition of a bid line item for meter box adjustment. The addition of hand held data collection device & Toughbook 53. 1

2 SC 6.10.B Taxes, add the following to the end: B. The CONTRACTOR S attention is directed to the recent changes in the Alabama Department of Revenue Sales and Use Tax Division Administrative Code, Chapter , Section 77 entitled Exemption For Certain Purchases By Contractors and Subcontractors In Conjunction With Construction Contracts With Certain Governmental Entities. Contractors shall bid the project accordingly and plan to submit the required applications (Sales and Use Tax Certificate of Exemption Form ST.EXC-01 1/14) Vertical Turbine Well Pump H. The motor shall be premium efficiency, 1.15 service factor, and suitable for use on 480 volt, three phase, 60Hz electric service. 2

3 BID FORM Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General Contractors of America Construction Specifications Institute EJCDC No (1996 Edition) Copyright 1996 National Society of Professional Engineers 1420 King Street, Alexandria, VA American Consulting Engineers Council th Street, N.W., Washington, DC American Society of Civil Engineers 345 East 47th Street, New York, NY

4 Bid Form PROJECT IDENTIFICATION: Riverside, Alabama THIS BID IS SUBMITTED TO: 379 Depot Street Riverside, Alabama 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 The declares that he understands that when quantities of Work for which unit price bids are requested, are shown in the Advertisement Invitation for Bids, and in the Proposal, such quantities are approximate only and are subject to either increase or decrease, that, should the quantities of any of the Work items increase, the Bidder proposed to perform the additional Work at the unit prices bid by him, that should the quantities of any of the Work items be decreased, payment will be made only for the actual quantities of Work performed and such payment will be based upon the unit prices bid by him, and that he shall make no claim for profits anticipated on the decrease in quantities of Work. Actual quantities will be paid for as the Work progresses, in accordance with the provisions of the Contract Agreement, and such quantities shall be subject to final measurements and determinations made upon completion of the Work Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. Addendum No. Addendum Date

5 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all the following if supplied: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times 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 correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted Bidder further represents that 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 agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER

6 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): BASE BID Item Unit Total No. Quantity Unit Description Price Price 1 1 LS Mobilization $5,000 $5, EA 3 1 EA 4 12 EA 5 1 EA 6 30 EA EA New 5/8 x ¾ AMR Meter Furnish & Install (1)(2) New 1 AMR Meter Furnish & Install (1)(2) New 2 AMR Meter Furnish & Install (1)(2) New 3 AMR Meter Furnish & Install (1)(2) ¾ Curb Stop, Ford B W Complete with lock out wing or approved equal. Furnish & Install. ¾ Backflow Preventer, Dual Check Watts Model LF710-U2. Furnish & Install EA 30 EA 1 EA Meter Box Replacement. Furnish & Install Meter Box Adjustment. Furnish & Install. Hand Held Data Collection Device & Toughbook 53 with Training. Furnish

7 11 1 LS SCADA System, Monitor and Control Two Separate Well Sites Reading a Singular Ground Storage Tank location LS 13 1 LS 14 1 LS YD LF 17 8 EA Well #1 Replacement of existing well pump, 75 HP motor, control panel and electrical gear, 150 KW generator with automatic switch gear and VFDs; Connection of existing flow meter signal to new equipment and SCADA; Coordinate Installation of 3 Phase Power with APLCO. Well #2 Site Work Improvements to existing Well Site: site grading, weed filter fabric, replace approximately 50 chain link fencing matching existing fence; routing existing 4-20 ma signal from existing flow meter signal into building, Installing Wall Pack Security Lights Disconnect Existing Interconnection Between Well #1 and Well #2 & Reconnect to existing 6 Water Main on McKessie Road. All Fittings, Valves, Valve Boxes, Markers, concrete kicker, and miscellaneous materials to make connection complete. Grade existing Well #2 Access Road; Excavated and Remove unsuitable base and replace with stone; Place Compacted Block Mix for 530 x 10 Wide Gravel Access Drive to Well #2. 10 PVC C900 DR18, Pressure Class 235 Waterline with Tracer Wire 10 Gate Valve, MJMJ

8

9 18 3 EA LB 20 1 LS 21 1 LS 22 1 LS 23 1 LS 24 1 LS 25 1 LS 26 1 LS 27 1 LS Automatic Air Relief Valve Assembly DIP Fittings with Mechanical Joints Ends and Retainer Glands used for deflection in the main alignment. Reconnection of Existing 6 Water Main on Smith Street to new main. Reconnection of Existing 6 Water Main on Smith Street to new main. Reconnection of Existing 6 Water Main on Morris Avenue to new main. Reconnection of Existing 10 Water Main on Sugar Farms Road to New Main. Reconnection of Existing 2-1/2 Water Main on Doctor Stewart Drive to New Main. Reconnection of Existing 6 Water Main on Riverview Drive to New Main. Reconnection of Existing 6 Water Main on unnamed Road to New Main. Reconnection of Existing 6 Water Main on Shine Road to New Main

10 SY 29 1 LS YD EA CY LF SY LF 36 5 EA 37 8 EA Asphalt Paving, Sub-base, Base, Binder and Wear Course. Disconnect Existing Interconnection between Well #1 & Well #2 & Reconnection to existing water main on McKessie Road making Well #2 separate from Well #1. Furnish & Install all valves, fittings, valve boxes, markers, & concrete kickers to make connection complete. (Work must be performed while Well #1 is operational) Class B Concrete. Reconnect Existing Service Meter Connection to New Main, ¾ Tapping saddles, Fittings, and Valve. Crusher Run Stone to be used as extra pipe bedding and as directed by the engineer. Seeding and Mulching. Rip-Rap. Erosion /Sediment Control Furnish, Install, Maintain Valve Boxes with Extension and Carsonite Marker. Fire Hydrant, Fire Hydrant Tee and Valve Assembly. GRAND TOTAL $ (1) The breakdown of meter sizes are estimated. Contractor agrees to coordinate the acquisition of exact quantities to match field quantities on a unit basis, with no further compensation made for coordination of additional meter orders that may be required. (2) All meters shall be lead free

11 Unit Prices have been computed in accordance with paragraph B of the General Conditions. Bidder acknowledges that 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 provided, determined as provided in the Contract Documents Not Used 6.01 Bidder agrees that the Work will be substantially complete within 180 calendar days after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph B of the General Conditions within 185 calendar days after the date when the Contract Times commence to run. Engineer and Owner understand the time constraints placed by the power company s installation of the power line may create a conflict and will be observed and excluded from the counted days Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement Bidder will submit with his bid package references stating his qualifications to perform the work required. A minimum of three references and validation of performing a minimum of 5 miles of pipeline work of similar size and type of construction The following documents are attached to and made a condition of this Bid: A. Required Bid security of 5% of the total bid not to exceed $10,000, or the form of the bid bond provided in this Project Manual. B. A tabulation of Subcontractors, Suppliers and other individuals and entities required to be identified in this Bid; C. Required bidder qualifications statement with supporting data as detailed in the Instruction to Bidders The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on,

12 If Bidder is: An Individual Name (typed or printed): By: Doing business as: Business address: (Individual s signature) (SEAL) Phone No.: FAX No.: A Partnership Partnership Name: (SEAL) By: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): Business address: Phone No.: FAX No.:

13 A Corporation Corporation Name: (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: Attest Business address: (Signature of Corporate Secretary) (CORPORATE SEAL) Phone No.: FAX No.: Date of Qualification to do business is

14 A Joint Venture Joint Venturer Name: (SEAL) By: (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: FAX No.: Joint Venturer Name: (SEAL) By: (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: FAX No.: Phone and FAX Number, and Address for receipt of official communications: