For Addendum No. 6 Revised Bid Form Page 1 of 7. Revised Bid Form

Size: px
Start display at page:

Download "For Addendum No. 6 Revised Bid Form Page 1 of 7. Revised Bid Form"

Transcription

1 For Addendum No. 6 Revised Bid Form Page 1 of 7 Revised Bid Form Deliver bid to: CITY OF FREDERICK PURCHASING DEPARTMENT 111 AIRPORT DRIVE EAST FREDERICK MARYLAND CITY OF FREDERICK WWTP ENR UPGRADE BID #14-14 CIP# To be opened and publicly read, Thursday September 18, 2014 at 2:00 p.m. BIDDER NAME BIDDER MAILING ADDRESS: CITY, STATE AND ZIP CODE BID CONTACT PERSON (PLEASE PRINT CLEARLY) PHONE NUMBER ( ) FAX NUMBER ( ) TOLL FREE NUMBER 800- F.E.I.D. NUMBER: Bid Bond is attached, when required, in the amount of: $ address: All Bid Pricing is to be in accordance with all General Conditions, Special Conditions, and Minimum Specifications as stated within this Request for Bid. If you desire not to bid on this Invitation, please forward your acknowledgment of NO BID. Return of only this "Bid Form Page 1 of 4 Terms and Signature Sheet" with authorized signature and indication of NO BID is appropriate. Failure to comply may be cause for removal of your Company's name from the bid list for subject commodity. NO BID. I decline the offer to submit a bid for this particular Invitation for Bid. However, I request that The City of Frederick retain my name on their active vendors listing for future solicitations and understand that it is my responsibility to submit a Vendor Application Form directly to The City of Frederick s Purchasing Office. We r e c e i v e d I n v i t a t i o n to B i d #, o p e n i n g at (time) on (date) Reason for not bidding:

2 For Addendum No. 6 Revised Bid Form Page 2 of 7 ARTICLE 1 - BASIS OF BID Bidder will perform the Work in accordance with the Contract Documents for the prices shown in the Bid Schedule that follow Bidder acknowledges that Bidder s price(s) constitute Bidder s sole compensation for performing all Work required by the Contract Documents, and if a particular part of the Work is not listed specifically in the Bid Item Descriptions, Bidder has included that part of the Work in the Bid Item Description which it most logically belongs. A. Schedule A: Lump Sum Bid Items: A-1 All work required by the Contract Documents for the construction of the Frederick WWTF ENR Upgrade that is NOT covered under, Schedule B, Schedule C or Schedule D. Lump Sum 1 $ Subtotal $ B. Schedule B: Contingent Unit Price Work: 1. Bidder proposes to accept as full payment for the Contingent Unit Price Work proposed herein, the amounts computed under the conditions of the Bidding Documents and based on the following Contingent Unit Price Work amounts, it being expressly understood that the unit prices are independent of the exact quantities involved, and will be performed only at the express written authorization of Engineer. 2. Quantities for Contingent Unit Price Work represent quantities above and beyond that required by the Contract Documents.

3 For Addendum No. 6 Revised Bid Form Page 3 of 7 B-1 CONCRETE REPAIR AT SPALLS (UP TO 3 INCH) B-2 CONCRETE REPAIR AT SPALLS (OVER 3 INCH) B-3 HORIZONTAL SURFACE CONCRETE CRACKS, TOP OF WALLS B-4 VERTICAL SURFACE CONCRETE CRACKS, EPOXY INJECTION B-5 VERTICAL SURFACE CONCRETE CRACKS, WET POLYURETHANE FOAM INJECTION B-6 ASR DAMAGED CONCRETE, LITHIUM TREATMENT SF 100 $ $ CF 150 $ $ LF 250 $ $ LF 100 $ $ LF 100 SF 5,000 B-7 GUARDRAIL POCKET SEALANT EA 50 B-8 RESEAL EXISTING CONCRETE JOINTS LF 300 B-9 TEST PIT IN PAVED AREAS CY 50 $ $ B-10 TEST PIT IN NON-PAVED AREAS CY 50 $ $ B-11 SILT FENCE IN ACCORDANCE WITH STANDARD DETAILS B-12 SUPER SILT FENCE IN ACCORDANCE WITH STANDARD DETAILS B-13 MISCELLANEOUS EXCAVATION AND STONE BACKFILL BELOW SUBGRADE IN ACCORDANCE WITH DIVISION 2 B-14 MISCELLANEOUS EXCAVATION AND SELECT BACKFILL BELOW SUBGRADE IN ACCORDANCE WITH DIVISION 2 B-15 MISCELLANEOUS EXCAVATION AND REPLACEMENT OF TOP SOIL IN ACCORDANCE WITH DIVISION 2 B-16 FURNISHING AND PLACING MISCELLANEOUS MIX A CONCRETE IN ACCORDANCE WITH DIVISION 3 B-17 FURNISH AND PREPARE PAVEMENT SUBGRADE IN ACCORDANCE WITH LF 300 $ $ LF 300 $ $ CY 50 $ $

4 For Addendum No. 6 Revised Bid Form Page 4 of 7 SECTION AND THE DRAWINGS B-18 FURNISH AND INSTALL ASPHALT CONCRETE PAVING B-19 FURNISH AND INSTALL CONCRETE WALKS IN ACCORDANCE WITH THE DRAWINGS B-20 FURNISH AND INSTALL ALUMINUM GUARDRAIL SY 100 $ $ LF 100 $ $ LF 100 $ $ B-21 FURNISH AND INSTALL ALUMINUM GRATING B-22 FURNISH AND INSTALL ALUMINUM CHECKERED PLATE B-23 FURNISH AND INSTALL ¾-INCH TYPE A CONDUIT B-24 FURNISH AND INSTALL BELOW GRADE 4-INCH DUCTBANK B-25 FURNISH AND INSTALL ¾-INCH TYPE E CONDUIT B-26 FURNISH AND INSTALL NO. 12 AWG, TYPE THWN CONDUCTOR B-27 FURNISH AND INSTALL NO. 14 AWG, TYPE THWN CONDUCTOR B-28 FURNISH AND INSTALL NO. 10 AWG, TYPE THWN CONDUCTOR B-29 FURNISH AND INSTALL NO. 16 TSP INSTRUMENTATION CABLE B-30 FURNISH AND INSTALL BELOW GRADE 2-INCH DUCTBANK B-31 FURNISH AND INSTALL COMPLETE HEAT TRACE SYSTEM INCLUDING HEAT TRACE CONTROLLER, POWER TERMINATION BOX, 100 LF OF HEAT TRACE CABLE, INSULATION AND METAL JACKETING B-32 OVER EXCAVATION AND OFF SITE DISPOSAL OF UNSUITABLE SOILS BELOW FOUNDATIONS (BEYOND THAT SPECIFIED ON DRAWING S0001 AND INDIVIDUAL SF 100 $ $ SF 100 $ $ LF 2,000 $ $ LF 5,000 $ $ LF 2,000 $ $ LF 1,000 $ $ EA 2 $ $ CY 500 $ $

5 For Addendum No. 6 Revised Bid Form Page 5 of 7 FOUNDATION PLANS) B-33 RESTORE GRADES BELOW FOUNDATIONS WITH CR-6 MATERIAL PLACED AS STRUCTURAL FILL (BEYOND THAT SPECIFIED ON DRAWING S0001 AND INDIVIDUAL FOUNDATION PLANS) CY 500 $ $ Subtotal (Sum of Items B-1 through B-33) $ C. Schedule C: Standard Unit Price Work: 1. Bidder proposes to accept as full payment for the Unit Price Work proposed herein, the amounts computed under the conditions of the Bidding Documents and based on the following Unit Price Amounts. Bidder agrees that the unit prices represent a true measure of the labor, materials, and services required to provide the specified item, including allowances for overhead and profit for each type and unit of Work provided. 2. The Bidders attention is directed to the fact that some of the bid items listed below have a stipulated unit price. For a bid proposal to be considered formal, the unit price entered by the bidder for these particular items must be for the unit price shown. Failure to submit a formal bid in accordance with the above requirement will be considered sufficient grounds for rejection of the entire Bid Proposal. 3. Item C-7, Off site disposal of unsuitable soil containing burned solid waste. While the geotechnical report completed by KIM Engineering, Inc. did not identify any soil containing the burned solid waste, previous projects and geotechnical investigations on this site have uncovered soil containing burned solid waste. Excavation is not included in the unit price, and should be included in Bid Item A-1: 4. Item C-8, Installation of Micro-Piles. All foundations should be bid as shown on the Bid Documents. If the required net allowable bearing capacity cannot be achieved by undercutting the foundations and restoring grades with structural fill, deep foundations such as micro-piles or other special means may be required. If the Geotechnical Engineer determines shallow foundations are not suitable for any of the new structures, the Engineer will provide revised foundation designs to the Contractor.

6 For Addendum No. 6 Revised Bid Form Page 6 of 7 C-1 SLUDGE AND GRIT REMOVAL AND DISPOSAL DRY TONS 500 $ $ C-2 OVER EXCAVATION AT SINKHOLES CY 300 $ $ C-3 KEYSTONE ROCK FOR SINKHOLE TREATMENT C-4 TYPE IV GEOTEXTILE FABRIC FOR SINKHOLE TREATMENT C-5 BACKFILL SINKHOLE WITH GRADED SOLID ROCK C-6 BACKFILL SINKHOLE WITH #57 STONE C-7 OFF SITE DISPOSAL OF UNSUITABLE SOIL CONTAINING BURNED SOLID WASTE TONS 150 $ $ SF 2,000 $ $ CY 300 $ $ CY 300 $ $ TONS 375 $ $75, C-8 INSTALLATION OF MICRO-PILES LF 1,500 $ $225, Subtotal (Sum of Items C-1 through C-8) $ D. Schedule D: Allowances 1. INSTRUCTION TO BIDDERS: Bidder agrees to provide the following cash allowances as part of the work. Allowance includes cost of product and applicable taxes to the Contractor or Subcontractor, less applicable trade discounts. Allowance shall not include costs associated with the product delivery to site and handling at the site, including unloading, uncrating, and storage (protection of Products from elements and from damage) and labor for installation and finishing. 2. The Design Engineer shall consult with Contractor for consideration and selection of Products and select Products in consultation with the City s Project Manager and transmit decision to Contractor. On notification of selection by the Design Engineer, Contractor shall execute purchase agreement with designated supplier, arrange for delivery, and promptly inspect products upon delivery for completeness, damage, and defects. Submit claims for transportation damage. 3. Differences between allowance amounts and actual costs will be verified and approved by the City s Project Manager, and if approved, will be adjusted by Change Order prior to Contract prior to final payment. 4. Item D-3, Furnish and install miscellaneous communications and security system modifications beyond those shown on Drawing E-6032.

7 For Addendum No. 6 Revised Bid Form Page 7 of 7 DESCRIPTION UNIT SIZE QUANTITY UNIT PRICE TOTAL PRICE D-1 COMPUTER SOFTWARE AS SPECIFIED IN SECTION Cash Allowance 1 $50, $50, D-2 PCS WORKSTATION COMPUTERS AS SPECIFIED IN SECTION Cash Allowance 1 $10, $10, D-3 FURNISH AND INSTALL MISCELLANEOUS COMMUNICATIONS AND SECURITY SYSTEM MODIFICATIONS Cash Allowance 1 $20, $20, Subtotal (Sum of Items D-1 through D-3) $80, E. Schedule E: Total Bid Price: 1. Determination of the apparent low Bidder shall be based on the Total Bid Price determined as follows. 2. All mathematical errors will be corrected. In case of a discrepancy between unit prices bid and extended totals, unit prices will govern. In case of discrepancy between the correct sum of individual bid items and the (incorrectly) calculated sum, the correct sum of individual bid items will govern. NO. TOTAL PRICE Schedule A Total (Lump Sum Bid Items) $ Schedule B Total (Contingent Unit Price Work) $ Schedule C Total (Standard Unit Price Work) $ Schedule D Total (Allowances) $80, Total Bid Price $ TOTAL BID PRICE (in words)