SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1

Size: px
Start display at page:

Download "SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1"

Transcription

1

2

3 SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1 PROJECT IDENTIFICATION: Pima Canal, Reach BW-IA, SCIDD Lateral and Private Ditches Relocations. CONTRACT IDENTIFICATION (NUMBER AND DATE): This information will be provided after the agreement is signed. THIS PROPOSAL/BID IS SUBMITTED TO: Geneva Gooden, Materials Manager, Gila River Indian Community, P.O. Box 97, 315 W. Casa Blanca Road, Sacaton, AZ Enter Into Agreement. The undersigned BIDDER/OFFEROR proposes and agrees, if this Proposal/Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Proposed Price and within the Times indicated in this Proposal/Bid Form and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER/OFFEROR Accepts. BIDDER/OFFEROR accepts all of the terms and conditions of the Proposal/Bid Solicitation or Invitation to submit the Proposal/Bid and Instructions to Bidders/Offerors, including without limitation those dealing with the disposition of Proposal/Bid security. This Proposal/Bid will remain subject to negotiations prior to acceptance for a minimum of 28 days after the day of receipt of the Proposal/Bid. BIDDER/OFFEROR will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Proposal/Bidding Requirements within 7 days after the date of OWNER's Notice of Award. 3. BIDDER/OFFEROR Representations. In submitting this Proposal/Bid, BIDDER/OFFEROR represents, as more fully set forth in the Agreement, that: a. BIDDER/OFFEROR has examined and carefully studied the Proposal/Bidding Documents and the following Addenda receipt of all which is hereby acknowledged: (List Addenda by Number and Date) ADDENDA NO. DATE Pima-Maricopa Irrigation Project Proposal/Bid Form

4 b. BIDDER/OFFEROR has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishing of the Work. c. The BIDDER/OFFEROR is aware that the Work is to be performed over part of the calendar year: Calendar Year 2013 (ending December 31, 2013) The amount of Work will depend on the Total Contract Amount for the successful Proposal/Bid compared to the OWNER s budget and will be defined accordingly in the Agreement. Should such funding not be available, BIDDER/OFFEROR understands that OWNER may choose to terminate the project or suspend work pending receipt of sufficient funds for completion of the Work. d. BIDDER/OFFEROR is familiar with and is satisfied as to all applicable federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. e. BIDDER/OFFEROR has carefully studied all 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 of the General Conditions. BIDDER/OFFEROR accepts the determination set forth in paragraph SC-4.2. of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which BIDDER/OFFEROR is entitled to rely as provided in paragraph 4.2. of the General Conditions. BIDDER/OFFEROR acknowledges that such reports and drawings are not Contract Documents and may not be complete for BIDDER/OFFEROR's purposes. BIDDER/OFFEROR acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the site. BIDDER/OFFEROR has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by BIDDER/OFFEROR and safety precautions and programs incident thereto. BIDDER/OFFEROR does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination Pima-Maricopa Irrigation Project Proposal/Bid Form

5 of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. f. BIDDER/OFFEROR is aware of the general nature of Work to be performed by OWNER and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. g. BIDDER/OFFEROR has correlated the information known to BIDDER/OFFEROR, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. h. BIDDER/OFFEROR has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER/OFFEROR, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. Where conflicts, errors, ambiguities or discrepancies have been discovered in or between Contract Documents and/or other related documents, and where said conflicts, etc., have not been resolved through the interpretations or clarifications by ENGINEER as described in the Instructions to Bidders/Offerors, because of insufficient time or otherwise, BIDDER/OFFEROR has included in the Proposal/Bid the greater quantity or better quality of Work, or compliance with the more stringent requirement resulting in a greater cost. i. This Proposal/Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER/OFFEROR has not directly or indirectly induced or solicited any other BIDDER/OFFEROR to submit a false or sham Bid; BIDDER/OFFEROR has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER/OFFEROR has not sought by collusion to obtain for itself any advantage over any other BIDDER/OFFEROR or over OWNER. 4. Unit Price Proposal/Bid Schedule. The Proposal/Bid must be submitted on the Unit Price Proposal/Bid Schedule without modification. BIDDER/OFFEROR is responsible for verifying all quantities prior to submittal of the proposal and to notify ENGINEER of any identified discrepancies between proposal/bid form quantities shown and quantities on plans. BIDDER/OFFEROR will submit proposal/bid form using shown quantities, regardless of any identified discrepancies, unless notified in writing by ENGINEER to do otherwise. Pima-Maricopa Irrigation Project Proposal/Bid Form

6 Proposal/Bid Schedule P-MIP Pima Canal, Reach BW-IA, SCIDD Lateral and Private Ditches Relocations. Scope of Work The scope of work for the Lateral and Private Ditches Relocations includes, but is not limited to, coordination with San Carlos Irrigation and Drainage District (SCIDD), coordination with private land owners and growers, maintaining irrigation deliveries including bypass pumping, diversion and care of streams, soil erosion and sediment control, removal of the existing lateral and ditch structures, removal and salvage of canal gates and turnout gates, removal of field ditch check gates and field port gates, lateral and ditch excavation and embankment, riprap with geotextile fabric, reinforced concrete structures, lateral and ditch trenching/trimming, concrete lateral and ditch lining, hand placed concrete lining and mechanical work. The earthwork includes, but is not limited to, survey, clearing and grubbing, excavation and earthfill, borrow, trenching/trimming the lateral and ditches prism and on-site material management and disposal. Excavated materials will be used to construct the earthfill embankments. Also included in this scope are reinforced concrete structures. The new structures include, but are not limited to, check and turnout structures, headwall structures, and other structures. Equipment work includes, but is not limited to, canal gates and ditch gates. Mechanical work includes, but is not limited to, reinforced concrete pipe. Also included are walkways, handrails, and other appurtenances. Unit Price Proposal/Bid Schedule SCIDD Lateral ADDENDUM No.1 May 17, 2013 NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST 1 002(1) CLEARING AND GRUBBING AC (1) 3 003(2) 4 003(3) 5 003(4) 6 003(5) 7 003(6) REMOVE CONCRETE LINING, RIPRAP, & RUBBLE AT TURNOUT WIER REMOVE AND SALVAGE CHECK AND TURNOUT GATES REMOVE CHECK OR CHECK-DROP STRUCTURE REMOVE DROP STRUCTURE REMOVE TURNOUTS, TURNOUT PIPE, AND OUTLET DITCHES REMOVE AND SALVAGE GUARDRAIL, CLEMANS- LS 1 EA 8 EA 4 EA 2 EA 4 LF 30 $ $ Pima-Maricopa Irrigation Project Proposal/Bid Form

7 Unit Price Proposal/Bid Schedule SCIDD Lateral ADDENDUM No.1 May 17, 2013 NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST FELIX ROAD 8 003(7) 9 003(8) (1) (2) (3) (4) REMOVE EXISTING HEADWALL AND 38 FEET OF PIPE, STA REMOVE MISCELLANEOUS STRUCTURES AND OBSTRUCTIONS MOBILIZATION AND DEMOBILIZATION ENVIRONMENTAL OR ARCHEOLOGICAL INTERRUPTIONS IRRIGATION WATER SUPPLY DURING CONSTRUCTION FURNISH AND INSTALL AIR RELEASE / AIR VACUUM VALVE LS 1 $ $ LS 1 $ $ LS 1 $ $ EA 1 $ $ WK 10 $ $ EA 1 $ $ (5) TRAFFIC CONTROL LS 1 $ $ NOT USED NOT USED (1) (2) (1) (1) (2) (3) (4) LATERAL OVER- EXCAVATION (ALLOWANCE) STRUCTURE OVER- EXCAVATION (ALLOWANCE) UNTREATED STABLIZED BASE, T=6-INCHES (CLEMANS-FELIX ROAD) OWNER PRE-ORDRED PRE- CAST CHECK-DROP STRUCTURE (ALLOWANCE) INSTALL PRE-CAST CHECK- DROP STRUCTURE OWNER PRE-ORDERED PRE-CAST DROP STRUCTURE (ALLOWANCE) INSTALL PRE-CAST DROP STRUCTURE CY 1,349 $ $ CY 140 $ $ SY 46 $ $ EA 3 $ 24, $ 73, EA 3 $ $ EA 1 $ 20, $ 20, EA 1 $ $ Pima-Maricopa Irrigation Project Proposal/Bid Form

8 Unit Price Proposal/Bid Schedule SCIDD Lateral ADDENDUM No.1 May 17, 2013 NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST (5) (6) (7) (8) (9) (10) (11) (12) (13) (14) (15) (16) (1) OWNER PRE-ORDERED PRE-CAST CHECK & CLEMANS-FELIX ROAD PIPE INLET STRUCTURE (ALLOWANCE) INSTALL PRE-CAST CHECK & CLEMANS-FELIX ROAD PIPE INLET STRUCTURE OWNER PRE-ORDERED PRE-CAST CLEMANS-FELIX ROAD PIPE OUTLET STRUCTURE (ALLOWANCE) INSTALL PRE-CAST CLEMANS-FELIX ROAD PIPE OUTLET STRUCTURE OWNER PRE-ORDERED PRE-CAST TURNOUT STRUCTURE (ALLOWANCE) INSTALL PRE-CAST TURNOUT STRUCTURE OWNER PRE-ORDERED PRE-CAST TERMINAL SPILLWAY STRUCTURE (ALLOWANCE) INSTALL PRE-CAST TERMINAL SPILLWAY STRUCTURE OWNER PRE-ORDERED PRE-CAST INLET STRUCTURE (ALLOWANCE) INSTALL PRE-CAST INLET STRUCTURE STRUCTURAL CONCRETE, F c=4000 PSI, DRAINAGE APRONS STRUCTURAL CONCRETE, F c=4000 PSI, MISCELLANEOUS STRUCTURES (ALLOWANCE) REINFORCED CONCRETE PIPE, 24-INCH DIAMETER, C-76/C-443, CLASS V, WITH 1-1/2 SACK CEMENT/ABC SLURRY EA 1 $ 25, $ 25, EA 1 $ $ EA 1 $ 27, $ 27, EA 1 $ $ EA 4 $ 9, $ 37, EA 4 $ $ EA 1 $ 38, $ 38, EA 1 $ $ EA 1 $ 28, $ 28, EA 1 $ $ SF 363 $ $ CY 5 $ $ LF 246 $ $ Pima-Maricopa Irrigation Project Proposal/Bid Form

9 Unit Price Proposal/Bid Schedule SCIDD Lateral ADDENDUM No.1 May 17, 2013 NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST (2) (1) (2) (1) (2) (3) (4) (5) (6) (7) (8) (9) (10) REINFORCED CONCRETE PIPE, 30-INCH DIAMETER, C-76/C-443, CLASS V, WITH 1-1/2 SACK CEMENT/ABC SLURRY ROCK AND CONCRETE RUBBLE RIPRAP FROM LATERAL SALVAGE FOR TURNOUT OUTLET ROCK RIPRAP, 6-INCH, DRAINAGE OUTLETS OWNER PRE-PURCHASED 30-INCH ROUND GATE, CHECK-DROP STRUCTURES (C=5-9 )(ALLOWANCE) INSTALL 30-INCH ROUND GATE, CHECK-DROP STRUCTURES (C=5-9 ) OWNER PRE-PURCHASED 24-INCH ROUND GATE, CHECK-DROP STRUCTURE (C=5-6 )(ALLOWANCE) INSTALL 24-INCH ROUND GATE, CHECK-DROP STRUCTURE (C=5-6 )(ALLOWANCE) OWNER PRE-PURCHASED 24-INCH ROUND GATE, TURNOUTS (C=6-0 )(ALLOWANCE) INSTALL 24-INCH ROUND GATE, TURNOUTS (C=6-0 ) OWNER PRE-PURCHASED 18-INCH ROUND GATE, TERMINAL SPILL (C=4-9 )(ALLOWANCE) INSTALL 18-INCH ROUND GATE, TERMINAL SPILL (C=4-9 ) OWNER PRE-PURCHASED 24-INCH ROUND GATE, INLET (C=6-3 )(ALLOWANCE) INSTALL 24-INCH ROUND GATE, INLET (C=6-3 ) LF 161 $ CY 12 $ $ CY 8 $ $ EA 3 $ 3, $ 9, EA 3 $ $ EA 1 $ 2, $ 2, EA 1 $ $ EA 4 $ 2, $ 8, EA 4 $ $ EA 1 $ 1, $ 1, EA 1 $ $ EA 1 $ 2, $ 2, EA 1 $ $ Pima-Maricopa Irrigation Project Proposal/Bid Form

10 Unit Price Proposal/Bid Schedule SCIDD Lateral ADDENDUM No.1 May 17, 2013 NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST (1) (2) (3) SLIP FORMED LATERAL CONCRETE LINING, F c=3000 PSI, T=2-INCHES HAND PLACED LATERAL CONCRETE LINING, F c=3000 PSI, T=3-INCHES SHOTCRETE SLOPE PROTECTION, F c=3000 PSI, T=2-INCHES LF 9,298 $ $ LF 233 $ $ SY 296 $ $ 53 DAILY OVERHEAD RATE DAY** $ TOTAL SCIDD Lateral $ **Amount of BIDDER/OFFEROR s projected daily Project expenses in the event Work is suspended. Unit Price Proposal/Bid Schedule Private Ditches Relocations ADDENDUM No.1 NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST (9) (10) (11) (12) (13) (14) (15) REMOVE CONCRETE DITCH LINING WEST OF ATTAWAY ROAD AND STOCKPILE REMOVE CONCRETE DITCH LINING EAST OF ATTAWAY ROAD AND STOCKPILE REMOVE CONCRETE DITCH LINING, CLOSURES SOUTH OF CHUTE AND STOCKPILE REMOVE EXISTING FARM ROAD CROSSINGS REMOVE AND SALVAGE STEEL PIPE RAIL FENCE TO PRIVATE OWNER REMOVE AND RE-INSTALL STEEL PIPE RAIL FENCE REMOVE MISCELLANEOUS STRUCTURES AND OBSTRUCTIONS SY 2,112 $ $ SY 5,090 $ $ SY 313 $ $ EA 2 $ $ LF 30 $ $ LF 20 $ $ LS 1 $ $ Pima-Maricopa Irrigation Project Proposal/Bid Form

11 Unit Price Proposal/Bid Schedule Private Ditches Relocations ADDENDUM No.1 NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST (8) (9) (3) (3) (4) (5) IRRIGATION WATER SUPPLY DURING CONSTRUCTION PRIVATE IRRIGATION DITCH DRY UP (ALLOWANCE) DITCH OVER-EXCAVATION (ALLOWANCE) REINFORCED CONCRETE PIPE, 24-INCH DIAMETER, C-76/C-443, CLASS V, NO SLURRY SLIP FORMED CONCRETE DITCH LINING, F c=3000 PSI, T=1-1/2 INCHES HAND PLACED CONCRETE DITCH LINING, F c=3000 PSI, T= 3-INCHES TOTAL PRIVATE DITCHES RELOCATIONS WK 2 $ $ LS 1 $17, $17, CY 500 $ $ LF 48 $ $ LF 5,031 $ $ LF 234 $ $ $ Unit Price Proposal/Bid Schedule SUMMARY SCIDD Lateral AND Private Ditches Relocations ADDENDUM No.1 NO. BID # ITEM DESCRIPTION TOTAL COST SCIDD Lateral $ Private Ditches Relocations $ TOTAL PROJECT $ Schedule will be evaluated on the total amount bid for Items 1 through 66 Substantial Completion Time for the Schedule is 92 Calendar Days. Final Completion Time for Schedule is 92 Calendar Days. b. Award to the SUCCESSFUL BIDDER/OFFEROR will be based on the criteria set Pima-Maricopa Irrigation Project Proposal/Bid Form

12 forth in the RFP and Section The Contract Price to be entered on the Agreement will be the total amount proposed for Items 1 through 66 depending on funding and availability of permits and clearances. Check Box if Firm is Indian owned Completion. BIDDER/OFFEROR agrees that the Work will be substantially 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 and proposal/bid schedule. BIDDER/OFFEROR accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 6. Attached Documents. The following documents are attached to and made a condition of this Proposal/Bid: a. Required Proposal/Bid Security in the form of. b. A tabulation of all subcontractors, suppliers and other persons and organizations required to be identified in this Proposal/Bid Form. Earthwork: Structures: Pipe: Gates: Traffic Control: Paving: Other: c. Bidder's/Offeror s Experience Questionnaire and Qualification Statement with supporting data to be submitted with Proposal. d. Bidder's/Offeror s Financial Statement with supporting data to be submitted with Proposal. e. Bidder's/Offeror s Plan and Equipment Questionnaire Statement with supporting data to be submitted with Proposal. 1 Pursuant to the Gila River Indian Community 2008 Procurement Policy, Indian is defined as a member of a federally recognized Indian tribe. 7. Address for Communications. Pima-Maricopa Irrigation Project Proposal/Bid Form

13 8. Defined Terms. Communications concerning this Proposal/Bid shall be addressed to: Terms used in this Proposal/Bid which are defined in the General Conditions or Instructions will have the meanings indicated in the General Conditions or Instructions. SUBMITTED on, 2013 State Contractor License No.. If BIDDER/OFFEROR is: An Individual Pima-Maricopa Irrigation Project Proposal/Bid Form

14 By (SEAL) (Individual's name) doing business as Business address: Phone No.: A Partnership By (SEAL) Pima-Maricopa Irrigation Project Proposal/Bid Form

15 (Firm name) Business address: (General partner) Phone No.: A Corporation By (SEAL) (Corporation name) Pima-Maricopa Irrigation Project Proposal/Bid Form

16 (State of incorporation) By (SEAL) (Name of person authorized to sign) (Title) (Corporate Seal) Attest (Secretary) Business address: Phone No.: Pima-Maricopa Irrigation Project Proposal/Bid Form

17 A Joint Venture By (SEAL) (Name) (Address) By (SEAL) (Name) (Address) Phone number and address for receipt of official communications: NOTE: Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above. END OF SECTION Pima-Maricopa Irrigation Project Proposal/Bid Form

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

42

43

44