Addendum No. 1 Issue Date: March 29, 2016

Size: px
Start display at page:

Download "Addendum No. 1 Issue Date: March 29, 2016"

Transcription

1 Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South Chestnut Street, Platteville, Wisconsin Engineer s Project No.: D Bid Opening: 1:00 p.m., C.S.T., Friday, April 1, 2016 To: Prospective Bidders This Addendum forms a part of the Contract Documents and modifies the original Contract Documents dated March 18, 2016 as noted below. Acknowledge receipt of this Addendum by inserting the number and issue date of this Addendum in the space provided on page of the Bid Form and submit with your Bid. Failure to do so may subject the Bidder to disqualification. General Contractors are responsible for assuring that all sub-contractors receive addendums. This Addendum consists of 2 page(s) with items and clarifications as listed below. There are 2 attachment(s) and No plan sheet(s). CHANGES TO THE PROCUREMENT AND CONTRACTING REQUIREMENTS 1. Section Bid Form REMOVE the entire Bid Form and add the new one that is attached. (pages to ) Summary of changes are as follows: Under Bonson Street: Quantity for Bid Item 22, 8 SDR 35 PVC Storm Sewer indicated, has been changed from 137 l.f. to 110 l.f. Bid Item 22A, 6 SDR 35 PVC Storm Sewer indicated, has been added. The quantity for this bid item is 40 l.f. Quantity for Bid Item 27, Connection to Downspout as specified and indicated, has changed from 2 each to 6 each. Quantity for Bid Item 44, Cast Iron Detectable Warning Field (2 x2 ) installed as specified and indicated, has changed from 17 each to 19 each. Addendum #1 Bonson and Short Street, Contract #1-16 Page of 2

2 CHANGES TO TECHNICAL SPECIFICATIONS 1. Section SUMMARY ADD the following after 1.7.B.9: 1.7.B.10 A temporary ADA accessible route from Furnace Street to the ADA ramp at left (First Congregational Church) will be required to be constructed once the sidewalk has been removed. Contractor responsible for coordinating the removal and subsequent replacement of the sidewalk and ramp with the First Congregational Church so as not to interfere with their daily or weekly operations. CHANGES TO DRAWINGS 1. Sheet C105 See attached sketch showing revision of 8 storm sewer stub from CB #20 (@ left) to left. 2. Sheet A101 For Alternate #1-16-D, the concrete pedestals that are to replace the stone pedestals may also be cast-in-place as long as they match the size, profile, color, and texture of the existing stone pedestals. Potential suppliers for the precast concrete pedestals are as follows: Architectural Precast Inc. Address: 417 WI-11, Browntown, WI Phone:(608) Advanced Precast Co Inc. Address: Lehmann Rd, Farley, IA Phone:(563) Edwards Cast Stone Company Address: 777 Edwards Road, Dubuque, IA Phone:(563) End of Addendum #1 Addendum #1 Bonson and Short Street, Contract #1-16 Page of 2

3

4 00410 BID FORM PROJECT IDENTIFICATION: Bonson & Short Street Reconstruction CONTRACTS: Contract #1-16 Bonson & Short Street Reconstruction BID DEADLINE: Friday, April 1, 2016 at 1:00 p.m., C.S.T. Proposal of (Name of Bidder) hereinafter called Bidder. ARTICLE 1 - BID RECIPIENT 1.1 This Bid is submitted to: hereinafter called Owner. City of Platteville 75 N. Bonson Street Platteville, WI ARTICLE 2 - BIDDER'S ACKNOWLEDGEMENTS 2.1 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. 2.2 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 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.1 In submitting this Bid, Bidder represents 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 which is hereby acknowledged. Addendum No.: Addendum Dated: Addendum No.: Addendum Dated: Addendum No.: Addendum Dated: Addendum No.: Addendum Dated:

5 B. Bidder has visited the Site and has become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, furnishing, 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, furnishing, and performance of the Work. D. Bidder has carefully studied all (if applicable): (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 SC-4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC No reports of explorations, tests of subsurface conditions, drawings of physical conditions in or relating to existing surface or subsurface structures, or reports and drawings of Hazardous Environmental Conditions are known to have been prepared for this Project. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing 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, furnishing, 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 furnishing and performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement

6 L. 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. M. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. N. Bidder has not solicited or induced any individual or entity to refrain from bidding. O. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. ARTICLE 4 - BASIS OF BID 4.1 Bidder will complete the Work in accordance with the Contract Documents for the following price(s):

7 Bid Schedule Contract #1-16 Bonson & Short Street Reconstruction Item No. Item Description Estimated Quantity Unit Unit Price Subtotal Price BONSON STREET 1 8 SDR 35 PVC Sanitary and 2 Post-Construction Televising of Sanitary Sewer as specified and 3 4 Diameter Precast Concrete Sanitary Sewer Manhole installed as 4 Connection to Existing Sanitary Sewer Pipe as 5 Replace Existing 4 Sanitary Sewer Lateral as 615 L.F. $ /L.F. =$ 615 L.F. $ /L.F. =$ 2 Each $ /Each =$ 3 Each $ /Each =$ 3 Each $ /Each =$ 6 Abandon Existing Sanitary Sewer as specified and LUMP SUM =$ 7 12 DR 18 PVC Water Main installed as specified and 8 8 DR 18 PVC Water Main 9 12 Gate Valve installed as 10 8 Gate Valve installed as 11 6 Fire Hydrant with 6 Hydrant Lead and 6 Gate Valve installed as specified and 15 L.F. $ /L.F. =$ 630 L.F. $ /L.F. =$ 1 EA. $ /EA. =$ 3 EA. $ /EA. =$ 2 Each $ /Each =$

8 12 Connection to Existing Water Main as specified and 13 Replace Existing Water Service with 1 Water Service as specified and 14 Reconnect Existing 1 Water Service as specified and 15 Install 2 Valve Box Risers 16 Abandon Existing Water Main as specified and Class III RCP Storm and Class III RCP Storm and Class III RCP Storm and DR 18 PVC Storm and DR 18 PVC Storm and 22 8 SDR 35 PVC Storm and 22A 6 SDR 35 PVC Storm and 23 4 SDR 35 PVC Storm and 24 6 HDPE Perforated Drain Tile for Subbase installed as 4 Each $ /Each =$ 2 EA $ /EA =$ 1 EA $ /EA =$ 4 EA. $ /EA. =$ LUMP SUM =$ 93 L.F. $ /L.F. =$ 220 L.F. $ /L.F. =$ 181 L.F. $ /L.F. =$ 75 L.F. $ /L.F. =$ 61 L.F. $ /L.F. =$ 110 L.F. $ /L.F. =$ 40 L.F. $ /L.F. =$ 70 L.F. $ /L.F. =$ 142 L.F. $ /L.F. =$

9 25 Connection to Existing Storm Sewer Pipe (24 or larger) as specified and 26 Connection to Existing Storm Sewer Pipe (< 24 ) as 27 Connection to Downspout as 28 5 Diameter Precast Concrete Storm Manhole 29 5 Diameter Precast Concrete Catch Basin 30 4 Diameter Precast Concrete Catch Basin 31 2 x 3 Precast Concrete Catch Basin installed as 32 Inlet Protection, Type D, 33 Abandon Existing Storm Sewer as specified and 34 Excavation as specified and 35 Geogrid Subgrade Reinforcement installed as 36 Breaker Run installed as 37 Crushed Aggregate Base Course (1.25 dia.) installed as 38 Concrete Curb and Gutter (24 ) installed as specified and 1 EA. $ /EA. =$ 1 EA. $ /EA. =$ 6 EA. $ /EA. =$ 1 EA. $ /EA. =$ 2 EA. $ /EA. =$ 1 EA. $ /EA. =$ 9 EA. $ /EA. =$ 13 EA. $ /EA. =$ LUMP SUM =$ 1,680 C.Y. LUMP SUM =$ 2,310 S.Y. $ /S.Y. =$ 1,555 TON $ /TON =$ 1,240 TON $ /TON =$ 1,105 L.F. $ /L.F. =$

10 39 Type E-1 Hot Mix Asphalt Pavement installed as 40 8 PCC Pavement installed as 41 8 Stamped and Colored PCC Pavement Crosswalk 42 4 Concrete Sidewalk 43 6 Concrete Sidewalk or Driveway installed as 44 Cast Iron Detectable Warning Field (2 x 2 ) 45 Landscaping completed as 46 Sediment Logs in Curb installed and maintained as 47 Tracking Pad installation and maintenance as 48 2 HDPE Schedule 40 Innerduct with Tracer Wire and Pull String installed as x36 x36 Polycrete Handhole installed as 485 TON $ /TON =$ 540 S.F. $ /S.F. =$ 180 S.F. $ /S.F. =$ 3,255 S.F. $ /S.F. =$ 870 S.F. $ /S.F. =$ 19 EA. $ /EA. =$ 555 S.Y. $ /S.Y. =$ 9 EA. $ /EA. =$ 4 EA. $ /EA. =$ 640 L.F. $ /L.F. =$ 1 EA. $ /EA. =$ Bonson Street Subtotal =$ SHORT STREET SDR 35 PVC Sanitary and SDR 35 PVC Sanitary and 5 L.F. $ /L.F. =$ 5 L.F. $ /L.F. =$

11 52 8 SDR 35 PVC Sanitary and 53 Post-Construction Televising of Sanitary Sewer as specified and 54 4 Diameter Precast Concrete Sanitary Sewer Manhole installed as 55 4 Diameter Precast Concrete Sanitary Sewer Drop Manhole installed as 56 Connection to Existing Sanitary Sewer Pipe as 57 Replace Existing 4 Sanitary Sewer Lateral as 58 Abandon Existing Sanitary Sewer as specified and 59 8 DR 18 PVC Water Main 60 6 DR 18 PVC Water Main 61 4 DR 18 PVC Water Main 62 8 Gate Valve installed as 63 4 Gate Valve installed as 64 6 Fire Hydrant with 6 Hydrant Lead and 6 Gate Valve installed as specified and 65 Connection to Existing Water Main as specified and 167 L.F. $ /L.F. =$ 177 L.F. $ /L.F. =$ 2 Each $ /Each =$ 1 Each $ /Each =$ 5 Each $ /Each =$ 2 Each $ /Each =$ LUMP SUM =$ 355 L.F. $ /L.F. =$ 25 L.F. $ /L.F. =$ 55 L.F. $ /L.F. =$ 2 EA. $ /EA. =$ 1 EA. $ /EA. =$ 1 Each $ /Each =$ 4 Each $ /Each =$

12 66 Replace Existing Water Service with 1 Water Service as specified and 67 Install 2 Valve Box Risers 68 Abandon Existing Water Main as specified and Class III RCP Storm and 70 6 HDPE Perforated Drain Tile for Subbase installed as 71 Connection to Existing Storm Sewer Structure as 72 5 Diameter Precast Concrete Catch Basin 73 4 Diameter Precast Concrete Catch Basin 74 2 x 3 Precast Concrete Catch Basin installed as 75 Inlet Protection, Type D, 76 Abandon Existing Storm Sewer as specified and 77 Excavation as specified and 78 Geogrid Subgrade Reinforcement installed as 79 Breaker Run installed as 4 EA $ /EA =$ 4 EA. $ /EA. =$ LUMP SUM =$ 336 L.F. $ /L.F. =$ 48 L.F. $ /L.F. =$ 1 EA. $ /EA. =$ 1 EA. $ /EA. =$ 2 EA. $ /EA. =$ 2 EA. $ /EA. =$ 7 EA. $ /EA. =$ LUMP SUM =$ 790 C.Y. LUMP SUM =$ 1,070 S.Y. $ /S.Y. =$ 750 TON $ /TON =$

13 80 Crushed Aggregate Base Course (1.25 dia.) installed as 81 Concrete Curb and Gutter (24 ) installed as specified and 82 Type E-1 Hot Mix Asphalt Pavement installed as 83 4 Concrete Sidewalk 84 6 Concrete Sidewalk or Driveway installed as 85 Cast Iron Detectable Warning Field (2 x 2 ) 86 Landscaping completed as 87 Sediment Logs in Curb installed and maintained as 88 Tracking Pad installation and maintenance as 89 2 HDPE Schedule 40 Innerduct with Tracer Wire and Pull String installed as 560 TON $ /TON =$ 575 L.F. $ /L.F. =$ 260 TON $ /TON =$ 1,150 S.F. $ /S.F. =$ 1,290 S.F. $ /S.F. =$ 6 EA. $ /EA. =$ 445 S.Y. $ /S.Y. =$ 4 EA. $ /EA. =$ 2 EA. $ /EA. =$ 290 L.F. $ /L.F. =$ Short Street Subtotal =$

14 GENERAL: 90 Mobilization, Bonds, and Insurance as specified and 91 Implementation of Traffic Control as specified and LUMP SUM LUMP SUM =$ =$ General Subtotal =$ CONTRACT #1-16 TOTAL =$

15 Alternate #1-16-A: Stamped and Colored Concrete on Bonson Street Item No. Item Description Estimated Quantity Unit Unit Price Subtotal Price 1A 2A 3A 8 Stamped and Colored PCC Pavement Crosswalk 4 Stamped and Colored Concrete Sidewalk installed as 6 Stamped and Colored Concrete Sidewalk or Driveway installed as Subtract: Remove a portion of Base Bid Item 42 (4 concrete sidewalk) due to installation of stamped and colored sidewalk. Subtract: Remove a portion of Base Bid Item 43 (6 concrete sidewalk or driveway) due to installation of stamped and colored sidewalk. 510 S.F. $ /S.F. =$ 1,080 S.F. $ /S.F. =$ 90 S.F. $ /S.F. =$ 510 S.F. $ /S.F. (Insert unit price from Base Bid Item 42 from above) 1,080 S.F. $ /S.F. (Insert unit price from Base Bid Item 43 from above) =$ =$ Alternate #1-16-A Total =$

16 Alternate #1-16-B: E. Mineral Street Reconstruction Item No. Item Description Estimated Quantity Unit Unit Price Subtotal Price 1B 8 SDR 35 PVC Sanitary and 2B Post-Construction Televising of Sanitary Sewer as specified and 3B Connection to Existing Sanitary Sewer Pipe as 4B Replace Existing 4 Sanitary Sewer Lateral as 5B 8 DR 18 PVC Water Main 6B 8 Gate Valve installed as 7B Connection to Existing Water Main as specified and 8B Replace Existing Water Service with 2 Water Service as specified and 9B Excavation as specified and 10B Geogrid Subgrade Reinforcement installed as 11B Breaker Run installed as 12B Crushed Aggregate Base Course (1.25 dia.) installed as 13B Concrete Curb and Gutter (24 ) installed as specified and 125 L.F. $ /L.F. =$ 125 L.F. $ /L.F. =$ 1 Each $ /Each =$ 1 Each $ /Each =$ 105 L.F. $ /L.F. =$ 1 Each $ /Each =$ 1 Each $ /Each =$ 1 EA $ /EA =$ 290 C.Y. LUMP SUM =$ 390 S.Y. $ /S.Y. =$ 275 TON $ /TON =$ 220 TON $ /TON =$ 205 L.F. $ /L.F. =$

17 14B Type E-1 Hot Mix Asphalt Pavement installed as 15B 4 Concrete Sidewalk 16B 6 Concrete Sidewalk or Driveway installed as 17B 8 Stamped and Colored PCC Pavement Crosswalk 18B Landscaping completed as 19B Sediment Logs in Curb installed and maintained as 20B Tracking Pad installation and maintenance as 80 TON $ /TON =$ 1,360 S.F. $ /S.F. =$ 100 S.F. $ /S.F. =$ 180 S.F. $ /S.F. =$ 65 S.Y. $ /S.Y. =$ 2 EA. $ /EA. =$ 1 EA. $ /EA. =$ Alternate #1-16-B Total =$

18 Alternate #1-16-C: Replace City Hall Steps Item No. Item Description Estimated Quantity Unit Unit Price Subtotal Price 1C Remove and Replace City Hall Steps as specified and LUMP SUM =$ Alternate #1-16-C Total =$ Alternate #1-16-D: Replace Pedestals Along City Hall Steps Item No. Item Description Estimated Quantity Unit Unit Price Subtotal Price 1D Remove and Replace Pedestals Adjacent to City Hall Steps as specified and LUMP SUM =$ Alternate #1-16-D Total =$ 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, determined as provided in the Contract Documents

19 BID SCHEDULE SUMMARY: CONTRACT #1-16: BONSON AND SHORT STREET RECONSTRUCTION Bonson Street Subtotal = $ Short Street Subtotal = $ General Subtotal = $ CONTRACT #1-16 TOTAL = $ ALTERNATE #1-16-A: STAMPED AND COLORED CONCRETE ON BONSON STREET ALTERNATE #1-16-A TOTAL = $ ALTERNATE #1-16-B: E. MINERAL STREET RECONSTRUCTION ALTERNATE #1-16-B TOTAL = $ ALTERNATE #1-16-C: REPLACE CITY HALL STEPS ALTERNATE #1-16-C TOTAL = $ ALTERNATE #1-16-D: REPLACE PEDESTALS ALONG CITY HALL STEPS ALTERNATE #1-16-D TOTAL = $

20 ARTICLE 5 - TIME OF COMPLETION 5.1 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 5.2 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the Contract Times. ARTICLE 6 - ATTACHMENTS TO THIS BID 6.1 The following documents are attached to and made a condition of this Bid: A. Required Bid security B. List of Project References C. List of Proposed Subcontractors ARTICLE 7 - DEFINED TERMS 7.1 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

21 ARTICLE 8 - BID SUBMITTAL 8.1 This Bid respectfully submitted by: BIDDER: (SEAL) Signature Name and Title (typed) Business Address ATTEST: Signature Name and Title (typed) Date City, State, and Zip Code Telephone No. Fax No. Address SUBMITTED on, 20. State Contractor License No. (if applicable)

22 ARTICLE 9 - SWORN STATEMENT I, being duly sworn, hereby certify that I have examined and carefully prepared this Bid from the Contract Documents and have checked such Contract Documents in detail before submitting this Bid; that all statements made herein are made on behalf of the above Bidder; that I have full authority to make such statements; that I have full authority to submit this Bid on behalf of the above Bidder; and that said statements are true and correct. Signature Name and Title Subscribed and sworn to before me this day of, 20. Notary Public County, My Commission expires