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

Similar documents
I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015

I INVITATION TO BID FLOORING MATERIALS Quail Dunes Golf Course

INVITATION TO BID City of Fort Morgan Streets Department Concrete Stormwater Project Materials

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

CITY OF MARSHALL, MINNESOTA

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 11, 2017

THE CITY OF MT. PLEASANT, MICHIGAN

DEAN + TYLER + BURNS ARCHITECTURE

JUDD STREET LIFT STATION DEWATERING CONTRACT

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

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

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

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

INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to: For legal address, contact contracting office.

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

1. Project Name: Lafayette Meadows Elementary School Addition & Renovation, Fort Wayne, Indiana

REVISED BID FORM WILLIAM PATERSON UNIVERSITY OF NEW JERSEY. PROJECT NAME: Renovations & Addition to Hunziker Hall & Wing

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017

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

City of Eagle Point 2017 Paving Instruction to Bidders

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

Sample. Bid Proposal. Not Valid for Use

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

UAF Combined Heat & Power Replacement (CPHR)

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

PAWLEYS ISLAND TOWN HALL

SECTION INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to:

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Addendum No. 1 Page 1 of 1

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

Bidders Name: DOCUMENT 330 BID FORM

The following shall be incorporated into the Contract Documents dated 12 MARCH 2018.

Addendum No. 1 Page 1 of 2

City of Jacksonville Finance Department

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

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.

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

ADDENDUM #1 FOR RFP #PC507 Tree Removal and Sewer/Water Line Rehab at Medical Center PH Community

BASE BID Description Written & Numeric Price

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

Request for Proposal Internet Access Columbus Urban League

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

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

A D D E N D U M N O. 4

SIMLAW Seed CoMpAny LIMIted

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

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

2. Clarification: The building address is 801 Henderson Street.

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

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

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

INVITATION TO BID CITY OF HOPKINSVILLE

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

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

REQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

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

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

BID FORM (LUMP SUM CONTRACT)

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN

CITY OF HOPKINSVILLE

INVITATION TO BID FOR PUBLIC WORKS MATERIALS

COTULLA-LA SALLE COUNTY AIRPORT TERMINAL BID FORM

School Risk Assessment

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

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02

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

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

ADVERTISEMENT FOR BIDDERS

T Simcoe Street Parking Garage Elevator Cylinder Replacement

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

DOCUMENT ADDENDUM

DOCUMENT BID FORM. Village of Middle Point

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013

2016 CONCRETE REPLACEMENT PROJECT

Scott Eagle Attack Thermal Imaging Camera

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA

PROPOSAL AND BID FORM (Submit in triplicate)

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

A D D E N D U M N O. 1

Invitation for Bids # Potable Water Service Components

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

SECTION BID FORM. Garfield Street Drainage Improvements

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

Addendum No. 1 Issue Date: March 29, 2016

NOTICE TO BIDDERS FOR

Transcription:

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, Fort Morgan, Colorado 80701 at which time and place all bids will be publicly opened at 3:00 p.m. If hand delivered, they are to be sent to 110 Main Street, Fort Morgan, CO 80701. If mailed, the address is PO Box 100, Fort Morgan, CO 80701. Bids must be received at City Hall prior to 2:45 p.m. (our clock) on March 8, 2018. No pre-bid meeting will be held. Project Information: This project generally consists of installing two 14 asbestos-cement waterline stops, with an option of substituting two 14 asbestos-cement valve insertions alternatively for the replacement of approximately 1400-feet of 14 asbestos-cement waterline to 16 PVC, and new installation of PVC adding infrastructure. All questions regarding this bid should go to Erik Sagel, Water Distribution Department Superintendent. Questions must be submitted in writing via e-mail to erik.sagel@cityoffortmorgan.com. The cut-off date and time for questions is Thursday, March 1, 2018 at 9:00 a.m. It is the responsibility of the prospective bidders to contact Erik Sagel to verify receipt of questions at (970) 542-3911. Based upon such inquiry, the City may choose to issue an Addendum. A copy of the bid and associated documentation may be obtained as follows: 1. The City website at www.cityoffortmorgan.com 2. City Hall located at 110 Main Street, Fort Morgan

I INVITATION TO BID Water Distribution Department I. GENERAL INSTRUCTIONS All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the contractual agreement. In addition, the bidder s authorized signature of the bid assures the company s understanding of the City s Procurement Policy. A copy of the policy is available upon request at the City Clerk s Office. Bid(s) may be withdrawn up to the date and time set for closing upon written, faxed or e-mailed notice to the City. Bid(s) may not be withdrawn for a period of sixty (60) days after the date of opening. Negligence upon part of the bidder in preparing their bid(s) shall not constitute a right to withdraw a bid(s) subsequent to the bid opening. A conditional or unqualified bid may be cause for rejection. Only Bids properly received will be accepted. Each Bid and applicable documentation as requested must be submitted in a sealed envelope, addressed to: and bear the name of the bidder and their address. Bid for Attention: Erik Sagel If Bid is to be delivered via private courier, such as FedEx, UPS, etc., they are to be sent to: 110 Main Street, Fort Morgan, CO 80701. If Bid is to be mailed via USPS, they are to be sent to: PO Box 100, Fort Morgan, CO 80701. All bid price(s) must include, but are not limited to, equipment cost, attachments, warranty, parts, freight, packaging, delivery, installation and discounts. Separate pricing will not be considered unless otherwise noted. II. SPECIFICATIONS I. SCOPE OF WORK: 1. Option 1: Installation, operation and maintenance of two 14 Asbestos-Cement potable waterline stops on both ends of a water main replacement project for the duration of water isolation requirement. a. Contractor shall provide materials and equipment necessary to perform 2 waterline stops of 14 Asbestos-Cement piping. b. Contractor shall not be responsible for the excavation or backfill of the waterline nor for the procurement of any heavy equipment necessary for the lifting of line stop equipment. c. Contractor shall remain available for the duration of the line stops which is anticipated to be more than one day. Page 1 of 3

I INVITATION TO BID Water Distribution Department 2. Option 2: Insertion of two 14 Asbestos-Cement pipeline compatible valves on a fully pressurized potable waterline at both ends of a water main replacement project that will allow the water to be fully isolated for the duration of the replacement project. a. Contractor shall provide materials and equipment necessary to perform 2 valve insertions on 14 Asbestos-Cement piping. b. Contractor shall install both valves without the isolation of the 14 waterline. c. Contractor shall not be responsible for the excavation or backfill of the waterline nor for the procurement of any heavy equipment necessary for the lifting of valve insertion equipment. d. Contractor shall confirm full operation of newly installed valves prior to completion of the job. 3. Option 3: Installation, operation and maintenance of one 14 Asbestos-Cement potable waterline stop on one end of the project and the insertion of one 14 Asbestos-Cement compatible valve on the fully pressurized potable waterline at the other end. a. Contractor shall provide materials and equipment necessary to perform both the line stop and the valve insertion on 14 Asbestos-Cement piping. b. Contractor shall install the valve without the isolation of the 14 waterline. c. Contractor shall not be responsible for the excavation or backfill of the waterline nor for the procurement of any heavy equipment necessary for the lifting of line stop and valve insertion equipment. d. Contractor shall remain available for the duration of the line stop which is anticipated to be one or more days. II. WORK SCHEDULE 1. Acceptance. The effective date of the work to be performed will be agreed upon by the City and the Contractor. 2. Notice to Proceed. Initial Notice to Proceed (NTP) will be issued in writing by the City. Both parties shall mutually agree on the number of consecutive calendar days allowed to complete the work requested prior to Contractor s written acceptance of the work. The Contractor shall perform the work and submit an invoice with the itemized costs of the improvements. The itemized costs shall reflect the Bid Prices submitted. Should the work involve improvements that were not included in the Bid, the Contractor shall submit a proposal for the work and shall be agreed upon by the City prior to work being performed. The City will process the invoice for payment upon acceptance of the work performed. 3. Period of Performance. The Period of Performance under this Contract shall commence upon the effective date of initial NTP. All work to be performed under this Contract shall be completed no later than August 1, 2018. Page 2 of 3

I INVITATION TO BID Water Distribution Department 4. Invoicing: The Contractor shall perform the work and submit an invoice with the itemized costs of the work. The itemized costs shall reflect the bid prices submitted. Should the work involve work that were not included in the bid, the contractor shall submit a proposal for the work and shall be agreed upon by the City prior to work being performed. The City will process the invoice for payment upon acceptance of the work performed. III. DRAWINGS Drawings, specifications and/or plans will be provided by the : 1. East Beaver Line Stop/Valve Insertion Locations Attachment A IV. MATERIALS The selected Contractors unit pricing shall be inclusive of all management, operators, tools, supplies, equipment, transportation and labor necessary to ensure timely performance of the required services, unless otherwise specified in a writing by the City to the Contractor prior to the starting the project. 1. The Contractor shall provide the materials necessary to perform line stops or valve insertions. V. SUBMITTALS All bids submitted pursuant to this invitation shall contain: A. Executed Bid Form; B. Completed Experience Record Form; C. Proposed procedures for providing temporary water service to all affected business and residents for project; and D. Proposed procedures for testing (hydrostatic and water quality) and disinfection. Page 3 of 3

BID FORM Water Distribution Department BID OPENING: March 8, 2018 at 3:00 p.m. (our clock) The undersigned, having become familiar with the local conditions affecting the cost of the work, construction documents and/or other pre-bid documents, all of which are issued and attached and on file at City Hall, hereby bids and proposes to furnish all the labor, contractor materials, necessary tools, and equipment and all utility and transportation service necessary to perform and complete in a workmanlike manner all of the work required in connection with the construction of the items listed on the Bidding Schedule in accordance with the plans and specifications as prepared by the City of Fort Morgan, for the sums set forth in the Bid Schedule. The undersigned has carefully checked the Bid Schedule quantities against the plans and specifications before preparing this proposal and accepts that the said quantities are substantially correct, both as to classification and the amounts, and correctly list the complete work to be done in accordance with the plans and specifications. It is further agreed that the quantities of work to be done at unit prices and services to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth except as provided for in the specifications. The City reserves the right to increase or decrease the amount of work to be done by any amount not to be exceeded by five percent (5%) of the original contract amount. In the event the increase pertains to items or services not originally bid, the Contractor shall submit a bid in writing to the City for approval. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City but not shown on the plans or required by the specifications, in accordance with the provisions of the Information to Bidders, similarly, they may be decreased to cover deletion of work so ordered. By submission of this Bid, the undersigned certifies, and in the case of a joint Bid, each party thereto certifies as to his own organization, that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or any competitor. The undersigned hereby agrees to commence the Work on or before a date to be specified in a Notice of Award and to fully complete the Project within the priority schedule set in these Documents. Page 1 of 4

BID FORM Water Distribution Department BID OPENING: March 8, 2018 at 3:00 p.m. (our clock) BID SCHEDULE Item Option 1 Description: East Beaver Line Stops 1. Mobilization for estimation of 3 Days EA 1 2. 14 Asbestos-Cement Line Stop Band, O.D of Pipe 16.6 Line Operating Pressure 65-75 psi Units Quantity Unit Cost EA 2 3. Installation and Removal of Line Stop EA 2 Total Cost Option 1 GRAND TOTAL $ Item Option 2 Description East Beaver Valve Insertions 1. Mobilization EA 1 2. 14 Asbestos-Cement Valve Insertion Band and Valve, O.D of Pipe 16.6 Line Operating Pressure 65-75 psi Units Quantity Unit Cost EA 2 3. Installation of Valve EA 2 Total Cost Option 2 GRAND TOTAL $ Item Option 3 Description East Beaver Valve Insertion and Line Stop Units Quantity Unit Cost 1. Mobilization for estimation of 3 Days EA 1 2. 14 Asbestos-Cement Line Stop Band O.D of Pipe 16.6 Line Operating Pressure 65-75 psi EA 1 3. 14 Asbestos-Cement Valve Insertion Band and Valve, O.D of Pipe 16.6 Line Operating EA 1 Pressure 65-75 psi 4. Installation and Removal of Line Stop EA 1 5. Installation of Valve EA 1 Total Cost Option 3 GRAND TOTAL $ Page 2 of 4

BID FORM Water Distribution Department BID OPENING: March 8, 2018 at 3:00 p.m. (our clock) Submittal and For Information Purposes Only: Item Description Included with Bid 1. Completed and signed Bid Form/Schedule 2. Experience record from at least (3) projects of a similar nature to the project being bid ADDENDA: Addendum Number Date of Addendum Date Received SIGNED: TITLE: PRINTED NAME: FIRM: ADDRESS: CITY: STATE: ZIP: DATE: TELEPHONE NUMBER: EMAIL: Page 3 of 4

BID FORM Water Distribution Department BID OPENING: March 8, 2018 at 3:00 p.m. (our clock) EXPERIENCE RECORD Please provide information from three (3) similar projects (use additional sheets if necessary). 1. Project Location: Project Description: Owner Name and Address: Date of Project: 2. Project Location: Project Description: Owner Name and Address: Date of Project: 3. Project Location: Project Description: Owner Name and Address: Date of Project: Page 4 of 4