BREEZE SWEPT SUBDIVISION GRAVITY SEWER, FORCE MAIN, AND LIFT STATION DESIGN BIDDING AND CONSTRUCTION CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS

Size: px
Start display at page:

Download "BREEZE SWEPT SUBDIVISION GRAVITY SEWER, FORCE MAIN, AND LIFT STATION DESIGN BIDDING AND CONSTRUCTION CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS"

Transcription

1 BREEZE SWEPT SUBDIVISION GRAVITY SEWER, FORCE MAIN, AND LIFT STATION DESIGN BIDDING AND CONSTRUCTION CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS Jones Edmunds Project No ADDENDUM NO. 2 October 14, 2015 BIDS DUE: 10:00 A.M., Local Time, Friday, October 23, 2015 TO ALL CONTRACTORS BIDDING ON THIS PROJECT: The changes, additions, substitutions, and/or deletions contained in Addendum No. 2 are hereby made part of the Contract Documents fully and completely for the construction of the Breeze Swept Subdivision Gravity Sewer, Force Main, and Lift Station Design, Jones Edmunds Project No , for the City of Rockledge, dated September GENERAL PROJECT NOTES Some residents in the project area may refuse to allow any work on their properties. If this occurs, the Contractor shall notify the City immediately and only construct/install service to right-of-way line. IN DIVISION 0 BIDDING AND CONTRACTING REQUIREMENTS 1. SECTION 00200, INSTRUCTIONS TO BIDDERS Delete: In its entirety Replace with: Revised Section 00200, Instructions to Bidders, provided as Attachement #2 2. SECTION 00410, BID FORM: Delete: In its entirety ADDENDUM NO. 2

2 Replace with: Revised Section 00410, BID FORM, provided as Attachment SECTION 00520, Agreement, Article 10.06, second paragraph: Delete: March 17, 2015 IN DIVISION 1 GENERAL REQUIREMENTS 1. SECTION 01200, MEASUREMENT AND PAYMENT: Delete: In its entirety. Replace with: Revised Section 01200, Measurement and Payment, provided as Attachment 4. IN THE DRAWINGS Attachment 5 contains the revised and new drawings listed below. 1. DRAWING G2, LOCATION MAP AND DRAWING INDEX Delete: In its entirety Replace with: Revised Drawing No. G2, Location Map and Drawing Index, provided in Attachement DRAWING G5A, SEPTIC TANK LOCATIONS Add: Drawing G5A, Septic Tank Locations, provided in Attachment DRAWING G5B, SEPTIC TANK LOCATIONS Add Drawing G5B, Septic Tank Locations, provided in Attachment ADDENDUM NO. 2

3 4. DRAWING C1, AZALEA CIRCLE EASEMENT PLAN AND PROFILE Delete: In its entirety Replace with: Revised Drawing No. C1, Azalea Circle Plan and Profile, provided in Attachment DRAWING C4, OGDEN DRIVE EASEMENT PLAN AND PROFILE Delete: In its entirety Replace with: Revised Drawing No. C4, Ogden Drive Easement Plan and Profile, provided in Attachment DRAWING C7, OGDEN DRIVE EASEMENT PLAN AND PROFILE Delete: In its entirety Replace with: Revised Drawing No. C7, Ogden Drive Easement Plan and Profile, provided in Attachment DRAWING C14, SCOTT LANE EASEMENT PLAN AND PROFILE Delete: In its entirety Replace with: Revised Drawing No. C14, Scott Lane Easement Plan and Profile, provided in Attachment DRAWING C16, SCOTT LANE EASEMENT PLAN AND PROFILE Delete: In its entirety Replace with: Revised Drawing No. C16, Scott Lane Easement Plan and Profile, provided in Attachment ADDENDUM NO. 2

4 9. DRAWING C23, FORCE MAIN ROUTING PLAN AND SECTION FEC RAILWAY & US HWY 1 Delete: In its entirety Replace with: Revised Drawing No. C23, Force Main Routing Plan and Section Fec Railway & US HWY 1, provided in Attachment DRAWING D4, MANHOLE DETAILS Delete: In its entirety Replace with: Revised Drawing No. D4, Manhole Details, provided in Attachment DRAWING D5, TRENCH DETAILS Delete: In its entirety Replace with: Revised Drawing No. D5, Trench Details, provided in Attachment 5. ATTACHMENTS ATTACHMENT 1 ATTACHMENT 2 ATTACHMENT 3 ATTACHMENT 4 ATTACHMENT 5 RESPONSES TO BIDDERS QUESTIONS REVISED SECTION 00200, INSTRUCTIONS TO BIDDERS REVISED SECTION 00410, BID FORM REVISED SECTION 01200, MEASUREMENT AND PAYMENT REVISED DRAWINGS AND NEW DRAWINGS END OF ADDENDUM ADDENDUM NO. 2

5 ATTACHMENT 1 RESPONSES TO BIDDERS QUESTIONS

6 RESPONSES TO BIDDERS QUESTIONS Q1. On the bid-tab there are no SSMH s deeper than 20? The plans show M/H #15 at deep A1. Section 00410, Bid Form, has been updated to include manholes greater than 20 feet deep and is provided as Attachment 2. Q2. Can M/H s 15 & 16 be moved to the West to the center of that lot? This will give us more distance away from the house to the East. A2. Manhole has been moved to the west to provide greater distance from existing house. Drawings C6, C7, and C16 have been revised and are provided in Attachment 4. Q3. Can the property behind 40 & 42 Scott Ln be cleared and used as stockpile area? A3. Yes. Q4. Please verify Rock/Base/Subgrade thickness A4. Drawing Sheet D5 has been revised to clarify this and is provided in Attachment 5. Q5. At the Pre-Bid Meeting it was discussed that the estimate for the project was 1.8 to 2.2 million based on similar projects we have bid and constructed this project will exceed that amount. In short we believe it will be in the 3.5 to 4.0 million dollar range. If this is the case does the City have the funding resources to accommodate this and award the project? A5. It is our opinion thatthat bids will come in between $1.8 to $2.2M Our high estimate for the project is $2.5M. The availability of City funds will be determined by the City Council. Q6. The project in general will not allow two crews to be working at the same time in different areas, if we want to maintain reasonable access to the subdivision, with this in mind we request the project construction time be increased to 18 months. A6. The construction schedule cannot be increased beyond 270 days for substantial completion and 300 days for final completion due to grant funding requirements. Q7. Is previously performed factory performance testing acceptable? A7. Previously performed factory performance testing is not acceptable. Q8. The City of Rockledge prefers the Hydromatic H4H in place of the S4P. Please see the attached for manufacturers recommendation.

7 A8. The proposed pump will not work. The largest horsepower allowed for the 240V single phase service is 7.5 HP. Three-phase power is not available. Q9. 11.The pump motor is specified as Class I, Div I. Is an explosion proof rated pump/motor required for this service? A9. An explosion-proof pump/motor is required. Q10. The junction box is listed as explosion proof. Is this preferred over the City s standard SS junction box? A10. An explosion-proof junction box is required. It can be stainless steel, if one is available, with a Class 1 Div 1 rating. Q11. Intrinsically safe relays (ISR) are not currently used by the City of Rockledge. Are ISR s desired for this service? A11. ISRs are a requirement for this project. Q12. Several streets have gas lines, are we to assume that all lots have a gas service are we to assume the opposite side of the street has gas services, even though not shown on the drawings? A12. Gas line locations and services shall be determined by each utility during construction. Contractor shallrequest locates during construction. The best available data we have for gas lines is shown on the Drawings. Q13. Does the Owner/Engineer require a field office? A13. Please see Specification Section 01500, Temporary Facilities and Controls. Q14. The allowance for testing is most likely not enough for the required work. A14. The Allowance has been increased. Please see Attachment 3 for Revised Section 00410, Bid Form. Q15. Please verify the diameter of the deeper manholes. A15. Manhole diameters are 4 feet for all manholes, regardless of depth. Q16. Depending on the location of the septic tanks, the house connection and the proposed lateral, additional sidewalk, curb and driveway quantities may be required. A16. Yes, see Revised Section 01200, Measurement and Payment (Attachment 4), for Sewer Services for work included in the Bid Item. Q17. The Ring and Cover (USF-225-AS-ORS) does not match the detail. Please confirm.

8 A17. Drawing Sheet D4 has been revised to match the dimensions of USF-225-AS-ORS and is provided in Attachment 5. Q18. Bid Item #12, is Mill and Over Lay 2 of SP 9.5 this is Mill 2 and Replace 2 is that correct? A18. Bid Form and Drawing No. D5 (Attachment 5) have been revised to clarify the design of the roadway patches and overlay. There will not be any mill and overlay on the prject. SP 9.5 has been deleted and SP 12.5 added.. Q19. Any trench patching asphalt is to be included in the pipe line items? Is this correct? A19. No. Pavement for patch removal and replacement is included under Item 12, Removal and Replacement of Asphaltic Concrete Pavement. Q20. Is it your intention to have a minimum of 4 over the pipe trench (see detail on sheet D5) A20. Yes, but only for the pipe haunching as shown on the detail. Q21. There are several retaining walls that may need to be opened and repaired is this cost to be included in the laterals? A21. Yes. Q22. Are there any power fees we need to be concerned with? A22. No. Q23. Can more of the 6 FM be converted to Drill as opposed to Open Cut there could be a time and restoration savings. A23. The 6-inch force main within the Breeze Swept Subdivision will primarily be in the same trench as the sanitary sewer lines so directional drilling is not likely to be beneficial. Drilling within the US Hwy. 1 right-of-way, other than crossing, is not allowed. Q24. Also HDD the FM offsite? A24. HDD in the FDOT US Highway 1 right-of-way, except the crossing under US Hwy. 1, is not permitted. Q25. Will the City entertain HDD the FM in the green area/row with ARV at tie-in locations as an alternate? A25. See response A23.

9 Q26. Section , indicates the effective date of the contract is March 17, 2015; should it be 2016, is there an anticipated NTP date. A26. Anticipated Notice to Proceed date is November 4, 2015, but is subject to change by City Council. Q27. I was looking at the bore that crosses the RR tracks and East to Azalea Circle, the design specifies that you are 15' deep under the FDOT ROW. However if you follow that design the bore will go through the center of the storm drain. A27. See Revised Drawing Sheet C23, provided in Attachment 5.

10 ATTACHMENT 2 REVISED SECTION 00200, INSTRUCTIONS TO BIDDERS

11 SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS 1.01 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below: A. Issuing Office The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. B. Work and Project The work/project as described in Paragraph 1.0 of Section 00100, Advertisement for Bid. ARTICLE 2 COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the advertisement or invitation to bid may be obtained from the Issuing Office To assure that Bidders receive all addenda and or clarifications to the Bidding Documents in a timely manner, it is mandatory that all bidders obtain at least one set of Bidding Documents from the Engineer to be eligible to bid on this project. Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license for any other use Only bona fide general contractors, subcontractors, suppliers, individuals, or entity will be issued Bidding Documents. The requestor may be required to identify general contractor(s) that they are affiliated with or plan to submit a quote to. The Issuing Office reserves the right to investigate the intent of use of the Bidding Documents. If the Issuing Office determines that the requestor intends to use the Bidding Documents for any purpose other than bidding the Project, the request for Bidding Documents will be denied and any check tendered with such request will be returned. ARTICLE 3 QUALIFICATIONS OF BIDDERS 3.01 A. To demonstrate Bidder s qualifications to perform the Work, Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for in Section 00450, Construction Contractor s Qualification Statement for Engineered Construction. B. Bidders shall provide State of Florida Contractor s License Number INSTRUCTIONS TO BIDDERS

12 3.02 Bidder is advised to carefully review those portions of the Bid Form requiring Bidder s representations and certifications. ARTICLE 4 EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site. 2. Those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Copies of reports and drawings referenced in Paragraph 4.01.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02 of the General Conditions has been identified and established in Paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any technical data or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities, including Owner, or others. Bidder is responsible for verifying the existence, location, depth, and type of utility Hazardous Environmental Condition A. The Supplementary Conditions identify any reports and drawings known to Owner relating to a Hazardous Environmental Condition identified at the Site, that Engineer has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in Paragraph 4.03.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.06 of the General Conditions has been identified and established in Paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any technical data or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings INSTRUCTIONS TO BIDDERS

13 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions, and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated subsurface or physical conditions appear in Paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work, appear in Paragraph 4.06 of the General Conditions On request, Owner will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates A. Reference is made to Article 7 of the Supplementary Conditions for the identification of the general nature of other work that is to be performed at the Site by Owner or others (such as utilities and other prime contractors) that relates to the Work described by these Bidding Documents. On request, Owner will provide to each Bidder for examination access to or copies of contract documents (other than portions thereof related to price) for such other work. B. Paragraph 6.13.C of the General Conditions indicates that if an Owner safety program exists, it will be noted in the Supplementary Conditions It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, and the other related data identified in the Bidding Documents; B. visit the Site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work; D. carefully study all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in Paragraph 4.02 of the Supplementary Conditions as containing reliable "technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Paragraph 4.06 of the Supplementary Conditions as containing reliable "technical data"; INSTRUCTIONS TO BIDDERS

14 E. consider the information known to Bidder; 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 the 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, including applying any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder s safety precautions and programs; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents; G. become aware of the general nature of the work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents; H. promptly give Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by Engineer is acceptable to Bidder; and I. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. J. correlate the information known to the 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 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by Engineer are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 SITE AND OTHER AREAS 5.01 The Site is identified in the Bidding Documents. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of INSTRUCTIONS TO BIDDERS

15 materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. ARTICLE 6 INTERPRETATIONS AND ADDENDA 6.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer in writing. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda ed to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than 10 days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Engineer. ARTICLE 7 BID SECURITY 7.01 A Bid must be accompanied by Bid security made payable to Owner in an amount of 5% of Bidder s maximum Bid price and in the form of a certified check, bank money order, or a Bid bond (on the form attached) issued by a surety meeting the requirements of Paragraphs 5.01 and 5.02 of the General Conditions The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, Owner may consider Bidder to be in default, annul the Notice of Award, and the Bid security of that Bidder will be forfeited. Such forfeiture shall be Owner s exclusive remedy if Bidder defaults. The Bid security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of seven days after the Effective Date of the Agreement or 121 days after the Bid opening, whereupon Bid security furnished by such Bidders will be returned Bid security of other Bidders whom Owner believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening. ARTICLE 8 CONTRACT TIMES 8.01 The number of days within which, or the dates by which, the Work is to be (a) substantially completed and (b) finally completed and ready for final payment are set forth in Section 00410, Bid Form. ARTICLE 9 LIQUIDATED DAMAGES 9.01 Provisions for liquidated damages, if any, are set forth in the Agreement INSTRUCTIONS TO BIDDERS

16 ARTICLE 10 SUBSTITUTE AND OR-EQUAL ITEMS The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents, or those substitute or or-equal materials and equipment approved by Engineer and identified on the Bid Form. The materials and equipment described in the Bidding Documents establish a standard of required type, function and quality to be met by any proposed substitute or or-equal item. No item of material or equipment will be considered by Engineer as a substitute or or-equal unless written request for approval has been submitted by Bidder and has been received by Engineer at least 15 days prior to the date for receipt of Bids. Each such request shall conform to the requirements of Paragraph 6.05 of the General Conditions. The burden of proof of the merit of the proposed item is upon Bidder. Engineer s decision of approval or disapproval of a proposed item will be final. If Engineer approves any proposed item, such approval will be set forth in an Addendum issued to all prospective Bidders. Bidders shall not rely upon approvals made in any other manner. ARTICLE 11 SUBCONTRACTORS, SUPPLIERS AND OTHERS If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to Owner in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to Owner a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by Owner. If Owner or Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, Owner may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute in which case apparent Successful Bidder shall submit an acceptable substitute, Bidder s Bid price will be increased (or decreased) by the difference in cost occasioned by such substitution, and Owner may consider such price adjustment in evaluating Bids and making the Contract award If apparent Successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which Owner or Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions Contractor shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom Contractor has reasonable objection INSTRUCTIONS TO BIDDERS

17 ARTICLE 12 PREPARATION OF BID To assure that Bidders receive all addenda and or clarifications to the Bidding Documents in a timely manner, it is mandatory that all bidders obtain at least one set of Bidding Documents from Jones Edmunds & Associates, Inc. to be eligible to bid on this project. The Bid forms included in these Bidding Documents shall be used by the Bidder. Additional copies may be obtained from the Issuing Office All blanks on the Bid Forms shall be completed in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit price item, and unit price item listed therein A Bid by a corporation shall be executed in the corporate name by the president or a vicepresident or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown A Bid by an individual shall show the Bidder s name and official address A Bid by a joint venture shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown All names shall be printed in ink below the signatures The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form Postal and addresses and telephone number for communications regarding the Bid shall be shown The Bid shall contain evidence of Bidder s authority and qualification to do business in the state where the Project is located. The Bidder shall also be a state-certified Contractor in good standing and hold current registration with the Florida Construction Industry Licensing Board of the State Department of Professional Regulation. The type of license must be in a class that is related to the general nature of the construction to be performed on this project. The Bidder s State Contractor s license number for the state of the project shall be shown on the Bid form INSTRUCTIONS TO BIDDERS

18 ARTICLE 13 BASIS OF BID; COMPARISON OF BIDS Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. B. The total of all estimated prices will be the sum of the products of the estimated quantity of each item and the corresponding unit price. The final quantities and Contract Price will be determined in accordance with Paragraph of the General Conditions. C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum Lump Sum A. Bidders shall submit a Bid on a lump sum basis as described in the Bidding Documents and as provided for in the Bid Form Allowances A. For cash allowances the Bid price shall include such amounts as the Bidder deems proper for Contractor's overhead, costs, profit, and other expenses on account of cash allowances, if any, named in the Contract Documents, in accordance with Paragraph B of the General Conditions. ARTICLE 14 SUBMITTAL OF BID Each prospective Bidder is furnished with one copy of the Bidding Documents The following documents shall be submitted with and made a part of the Bid: A. Required Bid security in the form of a certified check or Bid Bond (Section 00430). B. Tabulation of Subcontractors and Suppliers (Section 00431). C. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids; D. Contractor s License No.:. E. Florida Trench Safety Act Certification (Section 00440). F. Construction Contractor s Qualification Statement for Engineered Construction (Section 00450). G. Sworn Statement under Section (3)(A), Florida Statutes, on Public Entity Crimes (Section 00451) INSTRUCTIONS TO BIDDERS

19 H. Bidder s Statement of Disputes, Litigation, Arbitration, and Surety Completion, Last Three (3) Years (Section 00452). I. Noncollusion Affidavit (Section 00453). J. Drug-Free Workplace Certificate (Section 00454) A Bid shall be submitted in duplicate no later than the date and time prescribed and at the place indicated in the advertisement or invitation to bid and shall be enclosed in a plainly marked package with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted), the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If a Bid is sent by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate package plainly marked on the outside with the notation BID ENCLOSED. A mailed Bid shall be addressed to City of Rockledge, 1600 Huntington Lane, Rockledge, Florida ARTICLE 15 MODIFICATION AND WITHDRAWAL OF BID A Bid may be modified or withdrawn by an appropriate document duly executed in the same manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids If within 24 hours after Bids are opened any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work. ARTICLE 16 OPENING OF BIDS Bids will be opened at the time and place indicated in the Advertisement or Invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids. ARTICLE 17 BIDS TO REMAIN SUBJECT TO ACCEPTANCE All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. ARTICLE 18 EVALUATION OF BIDS AND AWARD OF CONTRACT Owner reserves the right to award the Base Bid or the Base Bid plus the Additive Alternates. If both the Base Bid and Additive Alternates are awarded, it will be to the same contractor INSTRUCTIONS TO BIDDERS

20 18.01 Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to not be responsible. Owner may also reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder. Owner also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work in accordance with the Contract Documents If the Contract is to be awarded, Owner will award the Contract to the Bidder whose Bid is in the best interests of the Owner. ARTICLE 19 CONTRACT SECURITY AND INSURANCE Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth Owner s requirements as to performance and payment bonds and insurance. When the Successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by such bonds Provisions for indemnification by the Contractor are set forth in the Agreement, in Paragraph 6.20 of the General Conditions, as amended by the Supplementary Conditions, and are incorporated here by reference. ARTICLE 20 SIGNING OF AGREEMENT When Owner issues a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement along with the other Contract Documents which are identified in the Agreement as attached thereto. Within 15 days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner. Within 10 days INSTRUCTIONS TO BIDDERS

21 thereafter, Owner shall deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings with appropriate identification. END OF SECTION INSTRUCTIONS TO BIDDERS

22 ATTACHMENT 3 REVISED SECTION 00410, BID FORM

23 SECTION BID FORM PROJECT IDENTIFICATION: Breeze Swept Subdivision Gravity Sewer, Force Main, and Lift Station Design Jones Edmunds Project No Rockledge, Florida CONTRACT IDENTIFICATION AND NUMBER: Breeze Swept Subdivision Gravity Sewer, Force Main, and Lift Station Design Jones Edmunds Project No THIS BID IS SUBMITTED TO: City of Rockledge, Florida 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with the Owner as specified 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 To ensure that Bidders receive all addenda and or clarifications to the Bid Documents in a timely manner, it is mandatory that all bidders must obtain at least one set of Bid Documents from the Engineer to be eligible to bid on this project. The 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 the Bidder may agree to in writing upon request of the Owner In submitting this Bid, the Bidder represents the following, as set forth in the Agreement: A. The 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 BID FORM

24 B. The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect the cost, progress, and performance of the Work. C. The Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect the cost, progress, and performance of the Work. D. The Bidder has carefully studied all (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 Article 4 of the General Conditions. E. The 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 the Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by the Bidder and safety precautions and programs incident thereto. F. The 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. The Bidder is aware of the general nature of the work to be performed by the Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. The Bidder has correlated the information known to the 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. The Bidder has given the Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered during the bidding BID FORM

25 process and in the Bidding Documents, and the Engineer s written resolution thereof is acceptable to the 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 The 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; the Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; the 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 the Owner The Bidder will complete the Work in accordance with the Contract Documents for the following price(s): BASE BID Item No. Description Quantity Unit Unit Price Amount 1 Mobilization, Demobilization, and Sitework 1 LS $ $ (Max. 5% of Bid Amount) 2 Maintenance of Traffic 1 LS $ $ 3 Construct 6-Inch DR 18 PVC Force Main 3,800 LF $ $ 4 Furnish and Install 6-Inch Gate Valve and Valve Box 2 EA $ $ 5 Furnish and Install 24-Inch-x- 6-Inch Tapping Sleeve and 1 EA $ $ Valve with Valve Box 6 Furnish and Install Combination Air/Vacuum Valves and Vault 3 EA $ $ 7 Furnish and Install Ductile Iron Fittings a. 6-Inch 11 ¼ Bend b. 6-Inch 22 ½ Bend c. 6-Inch 45 Bend d. 6-Inch 90 Bend EA EA EA EA $ $ $ $ $ $ $ $ BID FORM

26 BASE BID Item No. Description Quantity Unit Unit Price Amount 8 Horizontal Directional Drill 14-Inch HDPE Pipe under US Highway 1 and Florida East Coast Railroad Tracks 1 LS $ $ Furnish and Install 6-Inch HDPE Pipe through 14-Inch 9 HDPE Sleeve under US Highway 1 and Florida East Coast Railroad Tracks 1 LS $ $ 10 Removal and Replacement of Concrete Curb and Gutter 1 LS $ $ 11 Removal and Replacement of Valley Gutter 60 LF $ $ 12 Removal and Replacement of Asphaltic Concrete Pavement 9.70 SY $ $ Construct Limerock Base and 13 Stabilized Subgrade (Option No. 1 or 2) 1 LS $ $ 14 Removal and Replacement of Concrete Sidewalk 25 SY $ $ 15 Removal and Replacement of Concrete Driveway 85 SY 16 Furnish and Install Sod to Match Existing 2,270 SY $ $ 17 Construct 4-Foot-Diameter Sanitary Sewer Manholes a. 4 to 6 feet deep b. 6 to 8 feet deep c. 8 to 10 feet deep d. 10 to 12 feet deep e. 12 to 14 feet deep f. 14 to 16 feet deep g. 16 to 18 feet deep h. 18 to 20 feet deep i. 24 to 26 feet deep EA EA EA EA EA EA EA EA EA $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ BID FORM

27 BASE BID Item No. Construct 8-Inch-Diameter PVC Gravity Sewers SDR 35 Pipe a. 4 to 6 feet deep b. 6 to 8 feet deep c. 8 to 10 feet deep d. 10 to 12 feet deep 18 SDR 26 Pipe e. 12 to 14 feet deep f. 14 to 16 feet deep g. 16 to 18 feet deep h. 18 to 20 feet deep i. 20 to 22 feet deep j. 22 to 24 feet deep k. 24 to 26 feet deep Construct Sewer Services 19 from Gravity Sewer Main to Right-of-Way Construct Lift Station and 20 Valve Vault Unsuitable Materials 21 Removal and Backfill Fill with A-3 Sand (Contingency) Description Quantity Unit Unit Price Amount 2,140 2,140 1,085 1, LF LF LF LF LF LF LF LF LF LF LF $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 143 EA $ $ 1 LS $ $ 400 CY $ $ 23 Quality Control Testing Allowance $60,000 $60, Payment Plus performance Bond (1.5% Maximum) TOTAL OF BASE BID PRICES: (use words) $ (figures) BID FORM

28 ADDITIVE ALTERNATE Item No. Description Quantity Unit Unit Price Amount Abandon Existing Gray 1 Water Tanks and Septic 286 EA $ $ Tanks 2 Remove Existing Gray Water Tanks and Septic Tanks 20 EA $ $ 3 Construct Sewer Services to Houses from Right-of-Way Line 286 EA $ $ TOTAL OF ADDITIVE ALTERNATE PRICES: (use words) $ (figures) TOTAL OF BASE BID: TOTAL OF ADDITIVE ALTERNATE BID: TOTAL OF BASE BID PLUS ADDITIVE $ $ $ Unit prices have been computed in accordance with Paragraph B of the General Conditions. The Bidder acknowledges that estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids, and that final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents The Bidder agrees that the Work will be substantially complete within 270 calendar days after the date when the Contract Times begin to run as provided in Paragraph 2.03 of the General Conditions, and will be completed and ready for final payment in accordance with paragraph B of the General Conditions within 300 calendar days after the date when the Contract Times begin to run The Bidder accepts the provisions of the Agreement as to liquidated damages if the Bidder fails to complete the Project within the times specified above, which shall be stated in the Agreement BID FORM

29 7.01 The following documents are attached to and made a condition of this Bid: A. Bid Security in the form of a certified check or Bid Bond. B. Tabulation of Subcontractors and Suppliers. C. Construction Contractor s Qualification Statement. D. Florida Trench Safety Act Certification. E. Public Entity Crimes Statement. F. Statement of Disputes, Litigation, and Surety Completion. G. Noncollusion Affidavit. H. Drug-Free Workplace Certificate 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 BID FORM

30 SUBMITTED on, 20. State Contractor License No.. If Bidder is: An Individual Name (typed or printed): By: (Individual s signature) Doing business as: Business address: Phone No.: Fax No.: A Partnership Partnership Name: By: (Signature of general partner attach evidence of authority to sign) Name (typed or printed): Business address: Phone No.: Fax No.: BID FORM

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

32 A Joint Venture Joint Venturer Name: 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: 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: (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.) BID FORM

33 (INSERT BID BOND FORM) BID FORM

34 (INSERT TABULATION OF SUBCONTRACTORS & SUPPLIERS) BID FORM

35 (INSERT CONSTRUCTION CONTRACTOR S QUALIFICATION STATEMENT FOR ENGINEERED CONSTRUCTION) BID FORM

36 (INSERT FLORIDA TRENCH SAFETY ACT CERTIFICATION) BID FORM

37 (INSERT SWORN STATEMENT UNDER SECTION (3)(A), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES) BID FORM

38 (INSERT BIDDER S STATEMENT OF DISPUTES, LITIGATION, ARBITRATION, AND SURETY COMPLETION WITHIN THE LAST 3 YEARS) BID FORM

39 ATTACHMENT 4 REVISED SECTION 01200, MEASUREMENT AND PAYMENT

40 SECTION MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. B. This Section covers methods of measurement and payment for items of work under this Contract. The total Contract Price shall cover all work required by the Contract Documents. All cost in connection with the proper and successful completion of the work, including furnishing all materials, equipment, and tools and performing all necessary labor and supervision to fully complete the work, shall be included in the unit price and lump-sum Bid prices. All materials and work not specifically set forth as a pay item in the Bid Form or Bid Schedule shall be considered a subsidiary/ancillary obligation of the Contractor and all costs in connection with these subsidiary/ancillary obligations shall be included in the Bid(s) to provide a complete and functional Project RELATED WORK (NOT USED) 1.03 SUBMITTALS (NOT USED) 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS (NOT USED) 1.06 QUALITY ASSURANCE (NOT USED) 1.07 WARRANTIES A. Warranties shall be in accordance with General Conditions, Supplementary Conditions, and Specification Section 01780, Warranties and Bonds DELIVERY, STORAGE, AND HANDLING A. The Contractor shall adhere to the requirements specified in Section 01650, Delivery, Storage, and Handling, for storing and protecting the items specified in this Section QUALIFICATIONS (NOT USED) MEASUREMENT AND PAYMENT

41 1.10 EXCAVATION, TRENCHING, AND CLEARING A. Except where otherwise specified, the unit price or lump-sum price bid for each item of work which involves excavation, trenching, trench boxes, clearing, grubbing, or disposal of cleared and grubbed materials shall include all costs for such work. No direct payment shall be made for clearing, grubbing, disposal of cleared or grubbed materials, excavation, trenching, backfilling, disposal of surplus excavated material, dewatering and purchasing and hauling of required fill material. All excavation and trenching shall be unclassified as to materials which may be encountered; in addition, trenches shall be unclassified as to depth, unless otherwise stated LUMP SUM A. For lump-sum items, payments shall be made to the Contractor in accordance with an accepted Progress Schedule of Values on the basis of actual work completed and accepted by the Owner at the final completion of the Project UNIT PRICE A. B. For unit price items, payment shall be made based on the actual amount of work accepted by the Owner and for the actual amount of materials in place at the final completion of the Project, as confirmed by the final measurements. After the work is completed and before final payment is made, the Engineer will make final measurements, with all required assistance from the Contractor, to determine the quantities of various items of work accepted as the basis for the final unit price payment PAYMENT FOR INCREASED OR DECREASED QUANTITIES A. B. When alterations in the quantities of unit price work not requiring a Change Order(s), as herein provided for, are ordered and performed, the Contractor shall accept payment in full at the Contract unit price multiplied by the actual quantities of work constructed and accepted by the Owner at the completion of the project. The actual percentage of each lump sum bid item completed by the Contractor and accepted by the Owner at the final completion of the Project will be paid to the Contractor MEASUREMENT AND PAYMENT

42 1.14 DELETED ITEMS A. Should any items contained in the Bid Schedule(s) be found unnecessary for the proper completion of the work contracted, the Engineer may eliminate such items from the Contract. This action shall in no way invalidate the Contract and no financial allowance or compensating payment for anticipated profit, overhead, etc., will be made for items so eliminated in making final payment to the Contractor PARTIAL PAYMENTS A. Partial payments shall be made monthly as the work progresses. Partial payment shall be made subject to the provisions of the General and Supplementary Conditions PAYMENT FOR STORED MATERIAL DELIVERED TO THE PROJECT A. B. When requested by the Contractor and at the discretion of the Owner, payment may be made for all or part of the value of acceptable materials and equipment to be incorporated into bid items, which have not been used, and which have been delivered to the construction site or placed in storage places acceptable to the Owner. The Contractor shall provide receipts for all stored material items requested for reimbursement which clearly identify the stored material item, where it is to be constructed, the unit cost of the item, as well as the total cost of the delivered item(s), the quantity of the item, the brand name of the item, and the supplier. Note that there are additional documentation requirements and storage requirements within the Contract Documents that must also be met before the Contractor can be reimbursed for these stored materials. No payment shall be made for fuels, supplies, installation or connection hardware, lumber, false work, or other similar materials or on temporary structures or other work (items) of any kind which are not a permanent part of the Contract. Items having a value of less than $2,500 shall not be compensated for as a stored material item FINAL PAYMENT A. If requested by the Engineer, the Contractor shall field verify all quantities in dispute by using visual observation, taped measurements, or other methods designated by the Engineer. The field verification shall be made in the presence of the Engineer and agreed to by both the Engineer and the Contractor. The Engineer will prepare a final adjusting Change Order which will adjust the final quantities of the project Bid Schedule to reflect the actual work accepted by the Owner and for which the Contractor will be compensated MEASUREMENT AND PAYMENT

43 1.18 SCHEDULE OF VALUES A. A schedule of values for the lump-sum bid items and some of the unit price bid items as required by the Engineer shall be submitted and accepted before the first pay request is approved by the Engineer. The schedule of values shall be based on the prices bid in the Bid Schedule(s). Prices bid in the Bid Schedule(s) cannot be changed in the schedule of values; they can only be broken down into more detail so that the Engineer can more accurately review and approve the Contractor s pay application for the completed work MISCELLANEOUS CONSTRUCTION ITEMS A. Resident Notification: Measurement for notification of residents per City s direction and coordinating with residents regarding access to their homes during construction shall not be made for payment, and all items shall be included in the lump-sum and unit prices of the work completed. Contractor shall place door hangers on each house in advance of construction as directed by the City. B. B. C. D. E. F. Color Audio-Video Taping: Measurement for pre- and post-construction color audio-video taping shall not be made for payment, and all items shall be included in the lump-sum and unit prices of the work completed. Construction Photographs: Measurement for construction photographs shall not be made for payment, and all items shall be included in the lump-sum and unit prices of the work completed. The Contractor shall take all precautions necessary to protect existing utilities, roads, and miscellaneous items from damage during construction. No separate payment shall be made for protection of existing utilities. The Contractor shall repair, relocate, or replace existing utilities, roadways, and miscellaneous items to pre-construction conditions. All repairs, relocations, and replacements necessary are considered incidental to the work and will be at the Contractor s cost, with no cost to the Owner. The unit-price bid items and lump-sum bid items for all pipe items shall constitute full compensation for furnishing, laying, jointing, and testing of pipe; dewatering; excavation and backfill; and cleanup. All force mains, which are to be paid for per linear foot in the Bid Schedule, will be measured for payment only on a horizontal plane after installation, unless otherwise noted MEASUREMENT AND PAYMENT

44 PART 2 G. The Contractor shall have the City observe and document the installation of each underground fitting on the project. If the installation of any fitting is not confirmed and documented by the City, it shall not be paid for by the Owner. PAY ITEM DESCRIPTIONS 2.01 BASE BID ITEMS The descriptions provided in the following Paragraphs are to be used by the Bidder in preparing the Bid Schedule(s). They generally indicate how the major workscope items and their respective costs are to be separated into the line items listed in the Bid Schedule(s). These descriptions are not fully representative nor all inclusive of the work required to complete the project in accordance with the Contract Documents. It is the Bidder's responsibility to include all required costs within the most appropriate line item(s). Bid Item No. 1 Mobilization, Demobilization, and Sitework: Measurement shall be based on the Engineer s determination of the actually completed and approved lump-sum Bid Item of work as shown and specified herein. Payment for mobilization, demobilization, and sitework shall be made at the lump-sum price shown on the Contractor s Bid Form and shall constitute full compensation for complete mobilization; demobilization; bypass pumping as required; meeting all provisions of the Trench Safety Act; furnishing labor, equipment, and materials necessary to provide and maintain all erosion and sedimentation control measures and to perform all excavation including rock, grubbing, clearing, transport, and disposal of unsuitable material; necessary filling to specified grades; backfilling; grading; dewatering; applying for, paying for, preparing, submitting, and obtaining NPDES permit, including permit application fees, as required; removing and restoring any landscaping and sod disturbed by the project on public and private property; replacement of traffic loops, and signage; preparation and submittal of record drawings as specified in the Contract Documents; resident notification of construction schedule as directed by the Owner and all other items necessary to perform and complete the improvements in the project areas in the City of Rockledge. Bid Item No. 2 Maintenance of Traffic: Measurement shall be based on the Engineer s determination of the actually completed and approved lump-sum Bid Item of work as shown and specified herein. Payment for this item shall be made at the lump-sum price shown in the Contractor s Bid Form based on the following criteria. The Contractor shall furnish all labor, flagmen, signage, barricades, and other equipment or incidentals necessary to provide traffic control and other requirements of the Owner, Florida east Coast Railroad, and Florida Department of Transportation (FDOT) Standard Specifications for all phases of work. The Contractor will be paid 40% upon delivery and set-up of the materials, and the remainder will be prorated equally over the construction duration. Final payment for this MEASUREMENT AND PAYMENT

45 item shall be made once the project reaches the Substantial Completion stage as approved by the Owner. Bid Item No. 3 Construct 6-Inch DR 18 PVC Force Main: Measurement shall be based on the completed and accepted laying length of pipe in linear feet actually placed as measured along the centerline of the complete pipe, including the length of fittings, valves, and specials measured along their centerlines. Payment will be made at the applicable Contract unit price shown on the Contractor s bid form. Payment shall constitute full compensation for furnishing all labor, equipment, and materials necessary to install the pipe and will include, but not be limited to fittings or adapters required to connect to existing force mains where applicable, earthwork, sheeting and shoring, grading and compaction, cleanup, trench safety provision, joint restraints, glands, gaskets, bolts, tracing wire, tracing wire risers, flushing, marking tape, labeling tape, and any other incidental necessary for a complete and operable system as designed. Bid Item No. 4 Furnish and Install 6-Inch Gate Valve and Valve Box: Measurement for this item shall be based on the number of valves furnished, installed, and accepted. Payment for this item shall be based on the unit price as shown on the Contractor s Bid Form and shall constitute full compensation for all labor, equipment, and materials necessary to furnish and install the valve and valve box, including but not limited to site preparation, earthwork, grading and compaction, gaskets, joint restraints, bolts, nuts, operator, tracing wire, valve box and concrete slab with valve identification disks, and any other incidental necessary for a complete and operable system as designed. Bid Item No. 5 Furnish and Install 24-Inch-x-6-Inch Tapping Sleeve and Valve with Valve Box: Measurement for this item shall be the actual number of tapping sleeves with valves and valve boxes furnished and installed. Payment for this item shall be based on the unit price as shown on the Contractor s Bid Form and shall constitute full compensation for all labor, equipment, and materials necessary to furnish and install the tapping sleeve, valve, and valve box, including but not limited to site preparation, earthwork, grading and compaction, gaskets, joint restraints, bolts, nuts, operator, tracing wire, valve box and concrete slab with valve identification disks, pressure testing, and any other incidental necessary for a complete and operable system as designed. Bid Item No. 6 Furnish and Install Combination Air/Vacuum Valves and Vault: Measurement shall be the actual number of combination air/vacuum valves and vaults furnished, installed, and accepted. Payment shall be made at the applicable Contract unit price and shall include full compensation for combination air/vacuum valve, pipe saddle, corporation stop, piping to valve, fittings, isolation valves, gravel bedding, valve box, H-20 traffic cover, excavation, MEASUREMENT AND PAYMENT

46 backfill, and appurtenances as shown and required for a complete assembly and installation. Bid Item No. 7 Furnish and Install Ductile Iron Fittings: Measurement for this item shall be the actual number of fittings, by type and size, furnished, installed, and accepted. Payment for this item shall be based on the unit price, by fitting type and size, as shown on the Bid Form. Payment shall constitute full compensation for all labor, equipment, and materials necessary to install the fitting, including but not limited to earthwork, grading, compaction, gaskets, joint restraints, bolts, nuts, tracing wire, and any other incidental necessary for a complete and operable system as designed. Bid Item No. 8 Horizontal Directional Drill 14-Inch HDPE Pipe Under US Highway 1 and Florida East Coast Railroad Tracks: Measurement shall be based on the approved lump-sum Bid Item for the directional drill made as shown on the Drawings and accepted by FDOT, Florida East Coast Railroad, the Engineer, and the Owner. Payment will be made at the applicable Contract lump-sum price for the directional drill and shall include all earthwork; trench safety provision; dewatering; jointing; HDPE pipe; required fittings and/or adapters at each end of the drill; joint restraints; backfill; compaction; flushing; pressure testing; tracing wire; and all labor, equipment, and materials required for installation, complete and ready for service. Pipe lengths shown on the Drawings for each drill are approximate only, and the actual length of pipe required to complete each drill shall be included in the lump-sum price for each drill. Payment shall also include reimbursement to Florida East Coast Railroad for flagmen and other costs required by the railroad for crossing of their tracks. Bid Item No. 9 Furnish and Install 6-Inch HDPE Pipe through 14-Inch HDPE Sleeve under US Highway 1 and Florida East Coast Railroad Tracks: Measurement shall be based on the approved lump-sum Bid Item for furnishing 6-inch HDPE pipe and installing it inside the 14-inch HDPE casing as shown on the Drawings, by size specified, and accepted by FDOT, Florida East Coast Railroad, the Engineer, and the Owner. Payment will be made at the applicable Contract lump-sum price for the directional drill and shall include all earthwork; trench safety provision; dewatering; jointing; fusible PVC pipe; casing spacers; required fittings or adapters at each end of the drill; joint restraints; backfill; compaction; flushing; pressure testing; tracing wire; and all labor, equipment, and materials required for installation, complete and ready for service. Pipe lengths shown on the Drawings for each drill are approximate only, and the actual length of pipe required to complete each drill shall be included in the lump-sum price for each drill MEASUREMENT AND PAYMENT

47 Bid Item No. 10 Removal and Replacement of Concrete Curb and Gutter: Measurement for removing and replacing concrete curb and gutter shall be the complete removal and replacement of curb and gutter as required for construction of the sanitary sewer mains and accepted by the Owner. Payment shall be made at the Contract lump sum price, for which the price and payment shall be full compensation for all necessary excavation, preparation, material disposal, labor, materials, formwork, equipment, transportation, and all other incidentals and work necessary to remove and replace the existing concrete curb and gutter, as specified in accordance with the Contract Documents. Removal and replacement of curb for service laterals shall be paid for under bid item for construction of service laterals. Bid Item No. 11 Removal and Replacement of Valley Gutter: Measurement for removing and replacing concrete valley gutter to match existing shall be the actual linear feet of valley gutter, or valley gutter, removed, replaced, and accepted by the Owner. Payment shall be made at the Contract unit price per linear foot, for which the price and payment shall be full compensation for all necessary excavation, preparation, material disposal, labor, materials, formwork, equipment, transportation, and all other incidentals and work necessary to complete this item as specified in accordance with the Contract Documents. Bid Item No. 12 Removal and Replacement of Asphaltic Concrete Pavement: Measurement shall be the actual number of square yards of asphaltic concrete pavement, removed, replaced, including asphalt patches, and accepted by the Engineer as specified in the Technical Specifications and Drawings, as approved by the Owner. Payment for this item shall be based on the unit price as shown on the Bid Form. Payment shall constitute full compensation for all labor, equipment, and materials necessary to remove and replace the asphaltic concrete roadways, including patches, but not limited to site preparation, earthwork, grading and compaction, raising existing manhole frames and covers and valve boxes where applicable, construction of compacted backfill, prime and/or tack coat, 1-1/2-inch SP 12.5 asphaltic surface course,, and any other incidental necessary as designed and specified to the complete satisfaction of the Owner. The 1-1/2 inch surface course shall extend the full width of the roads. Bid Item No. 13 Construct Limerock Base and Stabilized Subgrade: Measurement for payment for limerock base and stabilized subgrade shall be based on Engineer s determination of the actually completed and approved lump sum bid item of work, as shown and specified herein. Minimum thicknesses shall be per the Contract Drawings and Specifications. Payment for limerock base and stabilized subgrade shall be made at the Contract lump sum price, regardless of thickness, compaction, or LBR required, for which the price and payment shall be full compensation for all necessary preparation, limerock, stabilized subgrade, placing and compaction, tack coat, labor, equipment, transportation, and all other incidentals and work necessary to complete this item as specified in accordance MEASUREMENT AND PAYMENT

48 with the Contract Documents for complete installation of the limerock base and stabilized subgrade. Bid Item No. 14 Removal and Replacement of Concrete Sidewalk: Measurement shall be the actual number of square yards of concrete sidewalk removed, replaced, and accepted by the Engineer as specified on the Drawings for this item. Payment shall be made at the applicable unit price as shown on the Bid Form. Payment shall constitute full compensation for all labor, equipment, and materials necessary to remove and replace the concrete sidewalk, including but not limited to site preparation, earthwork, grading and compaction, handicap ramps if applicable, formwork, compacted backfill, concrete sidewalk disposal, and any other incidental necessary. Sidewalk construction must be approved by the Owner. Bid Item No. 15 Removal and Replacement of Concrete Driveway: Measurement shall be the actual number of square yards of concrete driveway removed, replaced, and accepted by the Engineer and Owner as specified in the Technical Specifications and Drawings. Payment for this item shall be based on the applicable unit price as shown on the Bid Form. Payment shall constitute full compensation for all labor, equipment, and materials necessary to remove and replace the concrete driveway to the original thickness of the driveway at a minimum, including but not limited to site preparation, earthwork, grading and compaction, formwork, construction of compacted backfill, and any other incidentals necessary. Concrete driveway construction must be approved by the Owner. Bid Item No. 16 Furnish and Install Sod to Match Existing: Measurement for sodding shall be the actual number of square yards of sod to match existing, completed and accepted by the Owner in accordance with the Specifications. Payment will be made at the applicable unit price bid, which shall include all labor, equipment, watering, and materials necessary to install and establish the sod. Sod installed under this bid item excludes removal and replacement required for installation of service lines to each house. Bid Item No. 17 Construct 4-Foot-Diameter Sanitary Sewer Manholes: Measurement for payment shall be the actual number of 4-foot-diameter sanitary manholes constructed, by depth, according to the Contract Documents. Payment shall be made at the Contract unit price, by manhole depth, measured vertically from the top of the manhole frame to the invert at the center of the manhole bottom. Prices for manholes shall be the installed price, complete, for the type, size, and depth of manhole. Prices shall be full compensation for furnishing and installing the manhole including excavation; dewatering; native soil backfilling; compaction; all sheeting, shoring, and bracing required to maintain the excavation in a safe condition; protecting existing structures, utilities, and property; replacing and removing all traffic signs and barriers required; furnishing all labor, materials, tools, and equipment for manhole construction including manhole frames, covers, stub-outs, plugs, connections to new MEASUREMENT AND PAYMENT

49 sewer lines, and specified interior and exterior coatings; testing; and all other incidentals and work necessary to complete this item as specified in accordance with the Contract Documents. All bypass pumping operations required to complete the manhole removal, and installation shall be included as part of the unit price. Bypassing pumps shall be the silent-pack-type units to minimize the sound associated with the work. Item No. 18 Construct 8-Inch-Diameter PVC Gravity Sewers: Measurement for payment to construct gravity sewers shall be the horizontal distance between manholes with no deduction made for spaces occupied by manholes, service fittings, or other appurtenances. The depth of the cut of the sewers shall be measured from existing grade elevations along the center line of the pipe and taken on 50-foot stations, down to the sewer invert elevation. The depth of the cut shall be divided into steps: first step 4 to 6 feet, second step 6 to 8 feet, and so on, at 2-foot intervals, unless otherwise specified in the Contract Documents. The method of measurement shall be the same for each specified pipe material. Payment for construction of gravity sewers shall be at the Contract unit price stated in the Contract for the depth of sewer installed, measured as specified. The unit prices set forth in the Contract shall constitute full compensation for SDR 26 or SDR 35 PVC piping as indicated on the Bid Form, connections to new manholes (including coring of structures as required), excavation, native soil backfilling, compaction, testing, sheeting and shoring driven and pulled and drag shields for trenches of all depths, placing and removing all traffic signs and barriers, and all other incidentals and work necessary to complete this item as specified in accordance with the Contract Documents. Service laterals shall be paid for separately as indicated in the Bid Form and this Section. All bypass pumping operations required to construct the gravity sewer main shall be included as part of the unit price for construction of the new gravity sewer. Bypassing pumps shall be the silentpack-type units to minimize the sound associated with the work. Bid Item No. 19 Construct Sewer Services from Gravity Sewer Main to Right-of-Way: Measurement for payment to construct sanitary sewer laterals to the right-of-way line shall be the number of laterals constructed, regardless of length or depth, and connected to the sanitary sewer main. Payment for construction of sanitary sewer laterals shall be made at the Contract unit price. A cleanout shall be constructed at each right-of-way line. The unit price shall include construction of new laterals from the new gravity sewer line to the right-of-way line and shall include wyes, fittings, couplings, bypass pumping, excavation, backfill, piping, fittings, testing, and connections to the new sewer mains. The Contractor shall be responsible for removal and replacement of sod, retaining walls, irrigation systems, driveways, sidewalks, curbing, and any other items on public property that are disturbed due to construction of new service lines to the right-of-way lines and all other incidentals and work necessary to complete this item as specified in accordance with the Contract Documents. Bypassing pumps shall be the silent-pack-type units to minimize the sound associated with the work MEASUREMENT AND PAYMENT

50 Bid Item No. 20 Construct Lift Station and Valve Vault: Measurement shall be the construction of a complete sanitary lift station as accepted by the Engineer and as specified in the Technical Specifications and Drawings. Payment for this item shall be made on the Contract lump sum price and shall constitute full compensation for all labor, equipment, and materials necessary to furnish and install a complete lift station and valve vault as indicated in the Contract Documents. Payment shall include sitework, demolition of concrete driveway, construction of new concrete driveway, fencing and gate with privacy slats, water service line and backflow preventer, concrete slabs, pre-cast concrete wet well with interior and exterior coatings, valve vault with coatings, electrical, instrumentation, controls, pumps, piping, fittings, valves, supports, jointing, excavation, dewatering, sheeting and shoring, testing, and any other incidental necessary as designed and specified to the complete satisfaction of the Owner. Bid Item No. 21 Unsuitable Materials Removal and Backfill Fill with A-3 Sand (Contingency): Measurement for payment shall be the actual number of cubic yards of unsuitable materials excavated, removed, and disposed of off site by the Contractor and replaced with A-3 sand, as approved by the Engineer. Payment shall be made at the Contract unit price per cubic yard for this item, for which the price and payment shall be full compensation for all tools, equipment, labor, transportation, excavation, and removal and disposal of unsuitable material, backfill with A-3 sand to final grades and all incidentals, and work necessary to complete the item as specified. No payment shall be made for this item without prior written approval from the Engineer. Failure to notify the Engineer in writing in advance and receive written approval from the Engineer for this item shall result in non-payment to the Contractor for this item. Bid Item No. 23 Quality Control Testing: Payment under this item shall be for each soils, paving, and concrete test specified and as requested by the Engineer. The Owner will approve an independent testing laboratory to perform tests on soils, bases, asphalt, and concrete within the scope of this contract. Reimbursement will be made by the Owner at the actual laboratory invoice amount for successful tests performed without Contractor markup of any kind. The Contractor shall coordinate and order the tests, and invoices shall be submitted to the Contractor for payment. Copies of invoices from the approved laboratory shall accompany the Contractor's periodic pay estimate to verify the reimbursement to be made. The Owner will only reimburse the Contractor for tests that meet the acceptance criteria of these specifications. The Owner will not reimburse for standby or return trip costs of the laboratory ADDITIVE ALTERNATES Bid Item No. 1 Abandon Existing Gray Water Tanks and Septic Tanks: Measurement for payment shall be the actual number of gray water and septic tanks abandoned in accordance with the Contract Documents and as accepted by the Engineer MEASUREMENT AND PAYMENT

51 Payment shall be made at the Contract unit price for abandonment of existing gray water and septic tanks, regardless of depth, size or tank material. Price shall be full compensation for removal and disposal of all septage as required in Chapter 64E-6, FAC and as approved by Florida Department of Health in Brevard County Environmental Health Services; bypass pumping; dewatering; backfilling septic tank; plugging all lines from septic tank to drainfield; compaction; all sheeting, shoring, and bracing required to maintain the excavation in a safe condition; protecting existing structures, utilities, and property; barriers required; and furnishing all labor, materials, tools, and equipment for septic tank abandonment. Abandonment of gray water and septic tanks shall occur only after all facilities served by the on-site system have been connected to the new gravity sewer system. The Contractor shall minimize disruption of the property owner's sewer service. The septic tank shall be disconnected from all facilities it serves. All disconnected septic tanks, and drain fields shall be abandoned in-place. If removal of drain field piping or gray water or septic tanks is required to construct new sewer services the work shall be paid for separately as indicated in the Bid Form and this Section. The Contractor shall be responsible for removal and replacement of landscaping, sod, retaining walls, irrigation systems, driveways, sidewalks, sheds, fencing, and any other items on private property that are disturbed due to abandonment of septic tanks. Bid Item No. 2 Remove Existing Gray Water Tanks and Septic Tanks: Measurement for payment to remove gray water and septic tanks shall be actual number of gray water and septic tanks removed and properly disposed of as directed by the Engineer. Payment for gray water and septic tank removal shall not be made without prior written approval from the Engineer. Failure to obtain written approval, prior to removal of septic tanks, shall result in non-payment to the Contractor. Payment for gray water and septic tank removal shall be made at the Contract unit price and shall include, but not be limited to removal of septic tank regardless of depth, size, or tank material; removal and disposal of all gray water and septage as required in Chapter 64E-6, FAC, and as approved by the Florida Department of Health in the Brevard County Environmental Health Services; bypass pumping; dewatering; plugging all lines from septic tank to drainfield; backfill; compaction; all sheeting, shoring, and bracing required to maintain the excavation in a safe condition; protecting existing structures, utilities, and property; barriers required; and furnishing all labor, materials, tools, and equipment for gray water or septic tank removal. Bypassing pumps shall be the silent-pack-type units to minimize the sound associated with the work. Removal of gray water or septic tanks shall occur only after all facilities served by the onsite system have been connected to the new gravity sewer system. The Contractor shall be responsible for removal and replacement of landscaping, sod, retaining walls, irrigation systems, driveways, sidewalks, sheds, fencing, and any other items on private property that are disturbed due to removal of septic tanks MEASUREMENT AND PAYMENT

52 Bid Item No. 3 Construct Sewer Services to Houses from Right-of-Way Line: Measurement for payment to construct sanitary sewer laterals shall be the number of laterals constructed, based on location of house outlet, regardless of length or depth, and connected to the sanitary sewer main. Payment for construction of sanitary sewer laterals shall be made at the Contract unit price based on location of the service outlet from house. Connection of the existing gray water lines to the new laterals shall be included in this work. A cleanout shall be constructed at each right-of-way line, at each 90 o bend/wye, and along the sewer lateral between each existing tank and the outside of the house. The unit price shall include construction of new laterals from the new gravity sewer line to each house outlet, wyes, fittings, couplings, bypass pumping, excavation, backfill, removal of existing drainfield piping, if required, piping, fittings, testing, and connections to the new sewer mains. The Contractor shall be responsible for removal and replacement of landscaping, sod, retaining walls, irrigation systems, driveways, sidewalks, curbing, sheds, fencing, and any other items on private property that are disturbed due to construction of new service lines, and all other incidentals and work necessary to complete this item as specified in accordance with the Contract Documents. Bypassing pumps shall be the silent-pack-type units to minimize the sound associated with the work. END OF SECTION MEASUREMENT AND PAYMENT

53 ATTACHMENT 5 REVISED DRAWINGS AND NEW DRAWINGS

54 F F E E D D C C B B A A 730 NE WALDO ROAD, GAINESVILLE, FLORIDA / (352) S WASHINGTON AVE, SUITE 210, TITUSVILLE, FLORIDA / (321)

55 F F E E D D C C B B A A 730 NE WALDO ROAD, GAINESVILLE, FLORIDA / (352) S WASHINGTON AVE, SUITE 210, TITUSVILLE, FLORIDA / (321)

56 F F E E D D C C B B A A 730 NE WALDO ROAD, GAINESVILLE, FLORIDA / (352) S WASHINGTON AVE, SUITE 210, TITUSVILLE, FLORIDA / (321)

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project. TO: ALL HOLDERS OF CONTRACT DOCUMENTS FOR: City of Carlsbad, New Mexico Sanitary Sewer Interceptor 118 Upgrades Phase I Wade M. Chacon P.E. HDR Project Manager/Engineer Bid # 2016-32 ADDENDUM NUMBER ONE

More information

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00410 BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith Engineering Services

More information

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

More information

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,

More information

DOCUMENT BID FORM. Village of Middle Point

DOCUMENT BID FORM. Village of Middle Point DOCUMENT 00300 BID FORM PROJECT IDENTIFICATION: Water Treatment Plant Replacement Village of Middle Point THIS BID IS SUBMITTED TO: Village of Middle Point 103 N. Adams Street Middle Point, OH 45863-0191

More information

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

More information

Addendum No. 1 Issue Date: March 29, 2016

Addendum No. 1 Issue Date: March 29, 2016 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

More information

CITY OF FLINT, MICHIGAN

CITY OF FLINT, MICHIGAN CITY OF FLINT, MICHIGAN DEPARTMENT OF PURCHASES & SUPPLIES PROJECT MANUAL FOR 2018 PHASE V HYDROVAC EXPLORATION Proposal No. 18-570 JANUARY 24, 2018 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FLINT Department

More information

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE Specifications For Shermco Project 91000154 Panora Substation Construction Panora Municipal Electric Panora, Iowa April 21, 2017 BID ISSUE Prepared Under Direction of: Michael Thorson Shermco Industries

More information

HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION

HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION Project Manual prepared for JACKSON COUNTY UTILITY AUTHORITY PREPARED BY: COMPTON ENGINEERING, INC. 1706 CONVENT AVE. PASCAGOULA, MISSISSIPPI

More information

SECTION BID FORM

SECTION BID FORM Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,

More information

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC 29691 Robyn M. Courtright, CPPO, Procurement Director Tronda Spearman, CPPB, Assistant Procurement Director Telephone: 864-638-4141

More information

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

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

More information

Mabton Canal Improvement Project MP Reservoir

Mabton Canal Improvement Project MP Reservoir 100% Submittal Mabton Canal Improvement Project MP 12.48 Reservoir Specifications Prepared By Sunnyside Valley Irrigation District 120 South 11th Street Sunnyside, WA 98944 June 2010 BIDDING REQUIREMENTS

More information

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141 BID FORM PROJECT DESCRIPTION Ellis Avenue Stream Improvements City of Glasgow, KY PROJECT NUMBER GRW Project No.: 4339 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Glasgow 126 East Public

More information

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM. HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 6/19/15 BID NO. ITB 15-044 ADDENDUM No. 2 Project.: Owner: Lake Josephine Drive resurfacing Highlands County BCC Attn:

More information

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR PARKVIEW / LANTRIP RETAINING WALL REPLACEMENT Project Number KIL001C ISSUED FOR BID Submission Deadline: Tuesday, December 19 th, 2017 at 2 p.m. Submit

More information

extrudesection 00301 BID FORM PROJECT IDENTIFICATION: CONSTRUCTION OF PROPOSED DRAINAGE IMPROVEMENTS THIS BID IS SUBMITTED TO: THE CITY OF FREDERICKSBURG, TEXAS, herein after referred to as OWNER. 1. Enter

More information

BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE

BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE The Towns of Readfield and Winthrop, acting by and through the Maranacook Lake Outlet Dam Committee, are

More information

Attached please find the revised Plan Sheet C3 Proposed Conditions Plan.

Attached please find the revised Plan Sheet C3 Proposed Conditions Plan. ADDENDUM NO. 1 124002-4A RE: FROM: TO: Depot Street Drainage Improvements Charlestown, New Hampshire DuBois & King, Inc. P.O. Box 339 Randolph, Vermont 05060 (802) 728-3376 Prospective Bidders DATE: June

More information

THIRD STREET WATER MAIN REPLACEMENT PROJECT

THIRD STREET WATER MAIN REPLACEMENT PROJECT MARINA COAST WATER DISTRICT THIRD STREET WATER MAIN REPLACEMENT PROJECT CIP NO. OW-0240 June 2015 00010-1 Third Street Water Main Replacement Project CIP No. OW-0240 Document 00050 Marina Coast Water

More information

SECTION BID FORM. Garfield Street Drainage Improvements

SECTION BID FORM. Garfield Street Drainage Improvements SECTION 00410 BID FORM Garfield Street Drainage Improvements ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: City of Lindsborg, Kansas City Clerk s Office 101 S. Main Street Lindsborg, KS 67456

More information

THE CITY OF LAKE FOREST

THE CITY OF LAKE FOREST THE CITY OF LAKE FOREST SPECIFICATIONS FOR Barrell Memorial Gate Restoration Project at the Lake Forest Cemetery January 4, 2019 TABLE OF CONTENTS SECTION 00030... 4 ADVERTISEMENT FOR BIDS... 4 SECTION

More information

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru TABLE OF CONTENTS PAGE INVITATION TO BID...00050-1 thru 00050-2 INSTRUCTIONS TO BIDDERS...00200-1 thru 00200-9 BID FORM...00400-1 thru 00400-8 Attachments: Bid Bond (EJCDC Form C-430)...00400.A-1 thru

More information

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS Contract 1 GENERAL CONSTRUCTION Prepared for: VILLAGE OF ADDISON 35 TUSCARORA STREET ADDISON, NY 14801 Prepared by: LARSON DESIGN GROUP 1 West

More information

SECTION NEW MARTINSVILLE FIREMAN S DOCK BIDS DUE: 4:30 PM LOCAL TIME ON FRIDAY JANUARY 30 TH, 2015

SECTION NEW MARTINSVILLE FIREMAN S DOCK BIDS DUE: 4:30 PM LOCAL TIME ON FRIDAY JANUARY 30 TH, 2015 SECTION 00 91 13.01 NEW MARTINSVILLE FIREMAN S DOCK ADDENDUM #2 ADDENDUM #2 ISSUE DATE: JANUARY 21, 2015 PROJECT NAME: NEW MARTINSVILLE FIREMAN S DOCK BIDS DUE: 4:30 PM LOCAL TIME ON FRIDAY JANUARY 30

More information

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 3/08/16 ITB NO. 16-012 ADDENDUM No. 1 Project.: TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY Owner: Highlands County BCC

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM CITY OF DE PERE PROJECT 18-12 VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 2018 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN

More information

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified? ADDENDUM NO. 1 July 26, 2017 223837 RE: FROM: TO: CITY OF BARRE HMGP STORM DRAIN IMPROVEMENT PROJECTS DuBOIS & KING, INC. P.O. Box 339 Randolph, Vermont 05060 (802) 728-3376 Prospective Bidders This Addendum

More information

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

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged. 1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax 6 March 2018 Arizona California Colorado Kansas Louisiana Missouri Nebraska New Mexico Texas Utah ADDENDUM NO. 2 RE: City of Kingman,

More information

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient... BID PROPOSAL For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations...

More information

BIDDING DOCUMENTS KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT WHEELER, INDIANA

BIDDING DOCUMENTS KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT WHEELER, INDIANA BIDDING DOCUMENTS FOR THE KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT IN WHEELER, INDIANA SEPTEMBER 8, 2017 PREPARED BY: PORTER CO. DEPT. OF DEVELOPMENT & STORM WATER MANAGEMENT 155 INDIANA AVE.,

More information

1. Bid Form The Bid Form has been revised. All Bidders shall utilize the Bid Form attached to this Addendum for the submission of Bids.

1. Bid Form The Bid Form has been revised. All Bidders shall utilize the Bid Form attached to this Addendum for the submission of Bids. SSM GROUP, INC. 1047 N. Park Road > P.O. Box 6307 > Reading PA 19610-0307 610.621.2000 > F. 610.621.2001 > SSMGROUP.COM October 10, 2016 TO ALL PROSPECTIVE BIDDERS Re: ADDENDUM #1 UPPER MERION AREA SCHOOL

More information

MULLER LANE EAST BROCKLISS SLOUGH BRIDGE SEWER FORCE MAIN RELOCATION

MULLER LANE EAST BROCKLISS SLOUGH BRIDGE SEWER FORCE MAIN RELOCATION CONTRACT DOCUMENTS and CONSTRUCTION SPECIFICATIONS for MULLER LANE EAST BROCKLISS SLOUGH BRIDGE SEWER FORCE MAIN RELOCATION DOUGLAS COUNTY SEWER IMPROVEMENT DISTRICT NO. 1 ZEPHYR COVE, NEVADA Rob Hopkins,

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

Middle School Sewer Main Improvements Project Contract Documents & Specifications

Middle School Sewer Main Improvements Project Contract Documents & Specifications Middle School Sewer Main Improvements Project Contract Documents & Specifications For: Prepared By: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY. 40160 Phone: 270-351-3222 FAX:

More information

ADVERTISEMENT TO BID PARTIAL

ADVERTISEMENT TO BID PARTIAL ADVERTISEMENT TO BID The City of Elkton will receive separate, sealed Bids for their East Main Street Lift Station Generator Pad Addition Project until 10:30 a.m. local time, Tuesday, January 8, 2019 at

More information

CITY OF DE PERE PROJECT HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 1:00 PM

CITY OF DE PERE PROJECT HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 1:00 PM CITY OF DE PERE PROJECT 16-10 HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 2016 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN website

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

Augusta County Greenville Village Sanitary Sewer Project 03/12

Augusta County Greenville Village Sanitary Sewer Project 03/12 THESE DOCUMENTS ARE PROVIDED FOR REFERENCE ONLY AND ARE NOT TO BE USED FOR BID PURPOSES CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS GREENVILLE VILLAGE SANITARY SEWER PROJECT May 12, 2012 Prepared for

More information

A new Proposal Form is being issued with this Addendum, the following is an explanation of the changes, disregard originally issued form.

A new Proposal Form is being issued with this Addendum, the following is an explanation of the changes, disregard originally issued form. Courtyards Phase ADDENDUM NO. 1 May 2, 2016 PROJECT: Courtyards at the Oaks Phase 2 Paving & Incidental Drainage Improvements BID DATE: Tuesday, May 3, 2016, at 2:00 PM City Hall, City of Derby 611 Mulberry

More information

Bidders Name: DOCUMENT 330 BID FORM

Bidders Name: DOCUMENT 330 BID FORM Bidders Name: DOCUMENT 330 BID FORM TO: The City of Topeka, Kansas Contracts & Procurement Division 215 S.E. 7th St., Room 60 Topeka, Kansas 66603 Project No. and Description: 1. The undersigned Bidder

More information

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

SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1 SECTION 00301 May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1 PROJECT IDENTIFICATION: Pima Canal, Reach BW-IA, SCIDD Lateral 2-31-1 and Private Ditches Relocations. CONTRACT IDENTIFICATION (NUMBER AND DATE):

More information

IMMEDIATE RESPONSE REQUESTED

IMMEDIATE RESPONSE REQUESTED DATE: June 1, 2018 IMMEDIATE RESPONSE REQUESTED ADDENDUM NO. 3 Project No. 833450 Owner: City of Dexter Project: 2018 Wastewater Treatment Plant Improvements ADDENDUM ACKNOWLEDGMENT Upon receipt of this

More information

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY: ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum

More information

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

ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO (2 pages) ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO. 010167-01 (2 pages) July 18, 2014 NOTICE TO ALL PLAN HOLDERS/BIDDERS This Addendum is issued to all registered plan holders

More information

Item #19 - CC Agenda - 06/09/ Sanitary Sewer Rehabilitation Project Plan Approval [Page 1 of 118]

Item #19 - CC Agenda - 06/09/ Sanitary Sewer Rehabilitation Project Plan Approval [Page 1 of 118] [Page 1 of 118] RD S Item #19 - CC Agenda - 06/09/2014 [Page 2 of 118] 1150 BAY 1130 YST AL 2640 OLD CR 1200 2430 2685 2683 NO 2655 RT H 2605 2625 SH OR ED R 2565 2545 2515 2485 CRYSTAL BAY 2465 2455 2445

More information

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO PROJECT MANUAL FOR CONTRACT NO. 016-00781-01 GAS TURBINE GENERATOR NO. 9 ROOF REPLACEMENT PROJECT FEBRUARY 2018 1001 Madison Avenue

More information

InterceptorSewerLi ContractDocuments

InterceptorSewerLi ContractDocuments WestErdaRegi onal InterceptorSewerLi ne ContractDocuments ERDA WEST REGION INTERCEPTOR SEWER LINE Contract Documents & Specifications November 16, 2018 Prepared By: 231 West 800 South Salt Lake City, Utah

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Todd County Water District P.O. Box 520 2201 New Highway 68 West Elkton, KY 42220 RE: Novelis Water Supply Project: Contract No. 1 Waterline Extensions The Todd County Water District

More information

Powell Substation Control Panels Replacement Project

Powell Substation Control Panels Replacement Project PAGE UTILITY ENTERPRISES 640 Haul Road Page, Arizona 86040 Powell Substation Control Panels Replacement Project Volume I - Bidding Documents Bid #206 Bidder s Name and Address May 2016 Intermountain Consumer

More information

IFB # R Blythe Creek Grinder Pump Eliminations

IFB # R Blythe Creek Grinder Pump Eliminations IFB # 2019-015R Blythe Creek Grinder Pump Eliminations ADDENDUM No. 1 ISSUE DATE: October 10, 2018 *******************************************************************************************************************

More information

This Page Left Blank Intentionally

This Page Left Blank Intentionally DRAFT Project Manual 2018 Hangar and Taxilane Construction Windom Municipal Airport Windom, Minnesota AIP No. 3-27-0113-12-18 SP No. A1701-38 SEH No. WINDM 145757 May 1, 2018 This Page Left Blank Intentionally

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

CITY OF DE PERE PROJECT CIPP SEWER LINING BID DATE: JANUARY 31, 1:00 PM

CITY OF DE PERE PROJECT CIPP SEWER LINING BID DATE: JANUARY 31, 1:00 PM CITY OF DE PERE PROJECT 19-03 CIPP SEWER LINING BID DATE: JANUARY 31, 2019 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN website

More information

Water Meter Material Contract City of Ashville DWSRF # FS All Record Holding Contract Documents

Water Meter Material Contract City of Ashville DWSRF # FS All Record Holding Contract Documents 105 W. 2 nd Street Tuscumbia, AL 35674 T (256) 248-7030 F 1-866-225-7488 PROJECT: Water Meter Material Contract City of Ashville DWSRF # FS010200-01 ADDENDUM NO. Two (2) DATE: February 20, 2018 TO: All

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

SECTION BID FORM (REVISED ) ADDENDUM No. 1

SECTION BID FORM (REVISED ) ADDENDUM No. 1 SECTION 00300 BID FORM (REVISED - 06-14-2010) ADDENDUM No. 1 PROJECT IDENTIFICATION: ITB No. 10-045 Sebring Parkway Phase II Signing and Pavement Markings Project No. 01101 THIS BID IS SUBMITTED TO: Highlands

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

Standard Specifications and Details for Street and Utility Construction

Standard Specifications and Details for Street and Utility Construction Standard Specifications and Details for Street and Utility Construction 2013 Edition City of Sheridan 55 Grinnell Plaza PO Box 848 Sheridan, WY 82801 (307) 674-6483 TABLE OF CONTENTS TABLE OF CONTENTS

More information

Richmond Heights, MO. Prepared for: City of Richmond Heights Chris Boyd, P.E., Public Works Director 7997 Elinor Ave. Richmond Heights, MO 63117

Richmond Heights, MO. Prepared for: City of Richmond Heights Chris Boyd, P.E., Public Works Director 7997 Elinor Ave. Richmond Heights, MO 63117 PROJECT MANUAL 2016 CONCRETE SLAB REPLACEMENT PROGRAM Richmond Heights, MO Prepared for: City of Richmond Heights Chris Boyd, P.E., Public Works Director 7997 Elinor Ave. Richmond Heights, MO 63117 Prepared

More information

WASTEWATER TREATMENT PLANT MICROTURBINES AND DIGESTER GAS CONDITIONING SKID EQUIPMENT

WASTEWATER TREATMENT PLANT MICROTURBINES AND DIGESTER GAS CONDITIONING SKID EQUIPMENT MARIN COUNTY, CALIFORNIA CONTRACT DOCUMENTS FOR WASTEWATER TREATMENT PLANT MICROTURBINES AND DIGESTER GAS CONDITIONING SKID EQUIPMENT JOB NO. 14600-04 February 2015 DISTRICT BOARD Rabi Elias President

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

UAF Combined Heat & Power Replacement (CPHR)

UAF Combined Heat & Power Replacement (CPHR) davis JV UAF Combined Heat & Power Replacement (CPHR) REQUEST FOR BIDS Limited 2015 Mechanical Scope PROPOSALS DUE: THURSDAY JULY 2 ND, 2015 2:00PM LOCAL ALASKA TIME Submit to: Haskell Corporation /Davis

More information

CANYON ROAD 16-INCH WATERLINE ABANDONMENT 1700 EAST TO 2900 EAST

CANYON ROAD 16-INCH WATERLINE ABANDONMENT 1700 EAST TO 2900 EAST CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CANYON ROAD 16-INCH WATERLINE ABANDONMENT 1700 EAST TO 2900 EAST RFB 2017-004 JULY 2017 Public Works Department 110 South Main Street Springville, UT 84663 Tel:

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 The original Contract Documents entitled BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT are amended

More information

woodardcurran.com Town of Westbrook Town Center Parking Improvement Plan Bidding Documents For Construction Bid # 2016 TC01

woodardcurran.com Town of Westbrook Town Center Parking Improvement Plan Bidding Documents For Construction Bid # 2016 TC01 Town of Westbrook Town Center Parking Improvement Plan Bid # 2016 TC01 Bidding Documents For Construction 226692.10 Town 226692.10 of Town of 1520 Highland Avenue Cheshire, Connecticut 06410 888-265-8969

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station The City of Santaquin (the City ) hereby requests competitive proposals from qualified consultants

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY The City University Of New York August 19, 2010 Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY600-006 This Addendum is for the purpose of conveying the below Documents

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ADDENDUM NO. 1 ITB-U-11-05 CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ISSUE DATE: February 14, 2011 BID DATE: TO: SUBJECT: INTENT: March 1, 2011 @ 2:00 P.M. All Prospective Bidders and Others

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

General Water Bid Items Item No.

General Water Bid Items Item No. BID PROPOSAL PROPOSAL OF, a corporation organized and existing under the laws of the State of, a partnership consisting of, an individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract

More information

ADDENDUM NO. 1. VILLAGE OF VERSAILLES North West Street Extension March 19, 2018

ADDENDUM NO. 1. VILLAGE OF VERSAILLES North West Street Extension March 19, 2018 ADDENDUM NO. 1 VILLAGE OF VERSAILLES North West Street Extension March 19, 2018 To: Planholders From: Mote & Associates, Inc. Phone: (937) 548-7511 214 West Fourth Street Fax: (937) 548-7484 Greenville,

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1 DATE: May 18, 2016 TO: FROM: All Bidders/Proposers Willie Velez, CPPB Procurement Administrator City of Casselberry Purchasing Division SUBJECT: ITB-2016-0023, Oxford Road Complete Street Improvements

More information

The Bid Date has changed to 03/16/2010 at 2:30 PM.

The Bid Date has changed to 03/16/2010 at 2:30 PM. , Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)

More information

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement. MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

NORTH BAY VILLAGE, FLORIDA INVITATION TO BID BID NO. NBV

NORTH BAY VILLAGE, FLORIDA INVITATION TO BID BID NO. NBV NORTH BAY VILLAGE, FLORIDA INVITATION TO BID FOR WATERMETERREPLACEMENT PROGRAM BID NO. NBV 2017-001 SEALED PROPOSALS WILL BE RECEIVED BY THE VILLAGE CLERK, 1666 KENNEDY CAUSEWAY,SUITE 300, NORTH BAY VILLAGE,

More information

Sample. Bid Proposal. Not Valid for Use

Sample. Bid Proposal. Not Valid for Use BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes

More information

City of Marinette Marinette County, Wisconsin

City of Marinette Marinette County, Wisconsin Conformed Documents City of Marinette Marinette County, Wisconsin Specifications & Drawings For Menekaunee Harbor Restoration Project REL Contract No. 3775-15-01 June 2015 1250 Centennial Centre Boulevard

More information

Project Manual & Specifications

Project Manual & Specifications Project Manual & Specifications January 7, 2015 DJ&A, P.C. Engineers. Planners. Surveyors. 3203 Russell Street / Missoula, MT 59801 Ph: 406/721-4320 F: 406/549-6371 www.djanda.com since 1973 TABLE OF

More information

ADDENDUM NO. 1 APRIL 24, 2017

ADDENDUM NO. 1 APRIL 24, 2017 DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS

More information

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project I INVITATION TO BID Water Distribution Department The Water Distribution Department is accepting sealed bids for a until 2:45 p.m. (our clock) on March 8, 2018 at City Hall located at 110 Main Street,

More information