00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

Size: px
Start display at page:

Download "00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project"

Transcription

1 00900 ADDENDUM #1 Issued to: All Document Holders of Record Date: February 16, 2016 Project: Bayfield Waterline Replacement Project This Addendum forms a part of the Contract described above. The original Contract Documents and any prior Addenda remain in full force and effect except as modified by the following which shall take precedence over any contrary provisions in the prior documents. Each Bidder shall acknowledge receipt of this Addendum by affixing his signature below, by noting this Addendum on his Bid Form, and by attaching this Addendum acknowledgment page to his Bid. FEI Engineers, Inc Florida Road #C206 Durango, CO The undersigned acknowledges receipt of this Addendum and the Bid submitted is in accordance with information, instructions and stipulations set forth herein. Firm Name: By: Authorized Signature Title: BYFD-0175 Page 1 of Addendum #1

2 PROJECT QUESTIONS AND RESPONSES 1. Please review specs and literature provided for the Hydra-Stop Insta-Valve provided by Colorado Tap Master. Can this valve be used as an equivalent or approved equal to what is in the specs for the insertion valves? Response: No, the Hydra-Stop Insta-Valve does not appear to meet the AWWA 515 specification. 2. Bid item # 13- Should the 6 gate valves be 8 gate valves? Response: Bid Item No inch gate valves refers to the individual valves as shown on Drawing C1-02 and C1-03. The 8 inch valves along the waterline replacement on Drawing Sheets C2-01 and C2-02 are inclusive to Bid Item No. 6 Waterline Installation Sta 0+00 to Sta Station calls for a 45 bend, is that required? Response: The 45 bend notated on Sheet C2-02 at Sta may be eliminated. In general, the Contractor may field fit the waterline and adjust required bends and locations as necessary to maintain bury depth, to provide adequate offset from sewer, and to avoid crossing conflicts with other utilities. 4. We cross five sewer services with the new water line. The elevation of the existing sewer service is unknown. If we are within 18 inches of a sewer line, we must provide concrete encasement of the water line per detail 1 on C4-02. The contractor has no way of knowing how often this will occur. Please let us know how we should proceed. Response: The detail on Sheet C4-02 Sanitary Sewer-Water Main Crossing Detail applies to the crossing of the water main with sewer mains. Where the water main crosses sanitary sewer services, the minimum vertical separation between the outside of the water main and the outside of the sewer service shall be 18-inches. Where the water main and sanitary sewer service crossing separation is less than 18-inches and where a water main joint is within 10-ft of the crossing, the water main joint shall be encased with concrete. This work shall be incidental to Bid Item No. 6 Waterline Installation Sta 0+00 to Sta The gate valves on sheet C1-04 do not appear to be on the bid schedule. There is one 6, one 8, and one 10 gate valve. Response: Per Note 2 on Sheet C1-04, these valves shall be insertion type valves. The 6 inch valve, 8 inch valve and 10 inch valve shown on Sheet C1-04 correspond to Bid Items No. 14, 15 and 16 respectively. BYFD-0175 Page 2 of Addendum #1

3 CONTRACT DOCUMENTS DIVISION 0 SECTION pg 1 Delete Bids shall be on a lump sum and unit price basis as indicated in the Bid Form. And replace with Bids will be on a lump sum basis and unit price basis with schedule of sections and additive alternates as indicated in the Bid Form. The Work is generally described as follows: add the following, An additive alternate includes installation of 1250 linear feet of fiber conduit and 4 associated fiber pull boxes SECTION Remove Bid Form in its entirety and Replace with Bid Form attached to this Addendum #1. SECTION pg 2, Delete C. Total of Lump Sum Amount and Unit Price Work (subject to final Unit Price adjustment) $. Replace with the following: C. For Alternate A, as Unit Price Work, an amount equal to the sum of the extended prices (established for each separately identified item of Unit Price Work by multiplying the unit price times the actual quantity of that item): Item No. Description Unit Est Qty Bid Unit Price 17 Fiber Conduit Sta 0+00 to Sta Linear Foot Fiber Pull Boxes Each 4 TOTAL OF ALTERNATE A, BID UNIT PRICE ITEMS (Items 17 through 18) $ Bid Price The extended prices for Unit Price Work set forth as of the Effective Date of the Contract are based on estimated quantities. As provided in Paragraph of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer. The price of each alternate will be the amount added to or deleted from the base Bid if the Owner selects the alternate. D. Total of Lump Sum Amount and Unit Price Work (subject to final Unit Price adjustment) (excluding Alternate A) $. Total of Lump Sum Amount and Unit Price Work (subject to final Unit Price adjustment) (including Alternate A) $. BYFD-0175 Page 3 of Addendum #1

4 SECTION pg 2, 1.2, A. PROJECT DESCRIPTION Add the following: 6. Alternate A to include installation of conduit for future fiber connection. The fiber conduit will run parallel to the proposed waterline replacement and will include approximately four (4) pull boxes. SECTION pg 6, 1.4. ADDITIVE ALTERNATES Delete NONE and add the following: A. Section No. 17 Fiber Conduit Sta 0+00 to Sta : This bid item consists of all Work related to construction of new fiber conduit installed parallel to the proposed waterline. This will include the furnishing, handling, and installation of the 4 inch Class 200 PVC conduit, fittings, tracer wire, pull wire, trench stabilization and imported backfill material, miscellaneous structures, and appurtenances not specifically identified. The conduit will be installed in the same trench as the waterline. The fiber itself will be installed in the future. Work includes additional trench excavation, additional bedding and backfill, and additional asphalt patchback as required for the conduit only. If this Alternate is added by the Owner, the Contractor shall assume an additional asphalt patchback of 1 foot width. Additional patchback width is the Contractor s responsibility and is considered inclusive to this Work. Work includes any hauling required, the furnishing of fill, and the handling of all excavated material on the Site. Payment will be made at the unit price per linear foot. B. Section No. 18 Fiber Conduit Pull Boxes This bid item consists of all Work related to construction of new conduit pull boxes and connection to the fiber conduit. The pull boxes will be located approximately every 400 linear feet of conduit laid and will be installed at least 1 foot off the pavement along the East side of S. Mesa Drive; Contractor shall coordinate locations with the Owner. This will include the furnishing, handling, and installation of the conduit to from the conduit main to the pull boxes, connection to the pull boxes, tracer wire and pull wire to the boxes, the pull boxes, miscellaneous structures, and appurtenances not specifically identified. Works includes sawcut, trench excavation, bedding and backfill, final sawcut, and asphalt patchback for connections from the main conduit to the pull box. Outside of the pavement, Work includes trench excavation, bedding and backfill, and topsoil and seed for connections from the main conduit to the pull box. Work includes any hauling required, the furnishing of fill, and the handling of all excavated material on the Site. Payment will be made at the unit price per each. CONTRACT DRAWINGS SHEET C Add Sheet C4-03 to the plan set. If Altnerate A is included in the final Contract, then Sheet C4-03 will replace Civil Detail 6 Typical Trench and Bedding on Sheet C4-01. BYFD-0175 Page 4 of Addendum #1

5 BID FORM BAYFIELD WATERLINE REPLACEMENT TABLE OF CONTENTS Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations... 1 Article 4 Bidder s Certification... 2 Article 5 Basis of Bid... 3 Article 6 Time of Completion... 4 Article 7 Attachments to this Bid... 4 Article 8 Defined Terms... 4 Article 9 Bid Submittal... 5 Page BYFD-0175 Page i Bid Form Addendum #1 Bid Set 02/16/16

6 This page intentionally blank. BYFD-0175 Page ii Bid Form Addendum #1 Bid Set 02/16/16

7 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: Town of Bayfield 1199 Bayfield Parkway PO Box 80 Bayfield, CO 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 60 calendar 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 3.01 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 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 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, BYFD-0175 Page 1 of Bid Form - Addendum #1 Bid Set - 02/16/16

8 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. 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: 1. corrupt practice means the offering, giving, receiving, or soliciting of any thing 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 noncompetitive 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, noncompetitive 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. BYFD-0175 Page 2 of Bid Form - Addendum #1 Bid Set - 02/16/16

9 ARTICLE 5 BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following lump sum price(s): 1. Bonding, Mobilization, and Insurance (no more than 5.0% of total bid)... $ 2. Site Work... $ 3. Geotechnical Allowance... $ 6, Surveying Allowance... $ 2, Public Notification Allowance... $ 2, TOTAL LUMP SUM BID PRICE (Items 1 through 5)... $ 5.02 Bidder will complete the Work in accordance with the Contract Documents for the following Bid Unit Price(s): Item Est Bid Unit Description Unit No. Qty Price 6 Waterline Installation Sta 0+00 to Sta Linear Foot Fire Hydrant Installation Each Water Service Replacement along East side of S. Mesa Drive Water Service Connection along East side of S. Mesa Drive Water Service Replacement along West side of S. Mesa Drive Water Service Connection along West side of S. Mesa Drive Each 5 Each 5 Each 6 Each 5 12 Meter Excavation and Backfill Each Inch Gate Valves Each Inch Insertion Type Gate Valve Each Inch Insertion Type Gate Valve Each Inch Insertion Type Gate Valve Each 5 TOTAL OF BID UNIT PRICE ITEMS (Items 6 through 16) $ Bid Price 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 BYFD-0175 Page 3 of Bid Form - Addendum #1 Bid Set - 02/16/16

10 all unit price Bid items will be based on actual quantities, determined as provided in the Contract Documents For Alternate A, Bidder will complete the Work in accordance with the Contract Documents for the following Bid Unit Price(s) and as an amount added to the base bid if Owner selects the alternate: Item Est Bid Unit Description Unit No. Qty Price 17 Fiber Conduit Sta 0+00 to Sta Linear Foot Fiber Pull Boxes Each 4 TOTAL OF ALTERNATE A, BID UNIT PRICE ITEMS (Items 17 through 18) $ Bid Price 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. TOTAL OF LUMP SUM AND BID UNIT PRICES (EXCLUDING ALTTERNATE A) = TOTAL BID PRICE: $ TOTAL OF LUMP SUM AND BID UNIT PRICES (INCLUDING ALTTERNATE A) = TOTAL BID PRICE: $ 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 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement 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 Qualification Statement B Project References C Subconsultants and Suppliers Qualifications D Affidavit of Non-Collusions E Prospective Contractor Compliance Certificates F Bid Bond G Affidavit of Lawful Presence 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. BYFD-0175 Page 4 of Bid Form - Addendum #1 Bid Set - 02/16/16

11 ARTICLE 9 BID SUBMITTAL BIDDER Bidder s Name By: Signature Print Name Attest: Title (If Bidder is a corporation, a partnership, or a joint venture, attach evidence of authority to sign.) Signature Title Address for giving notices: Telephone Number: Fax Number: Contact Name: address: Submit Date: License No.: (where applicable) BYFD-0175 Page 5 of Bid Form - Addendum #1 Bid Set - 02/16/16

12 C4-03