Addendum No. 1 Page 1 of 2

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

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

Addendum No. 1 Page 1 of 1

4. The completion time frame for the work at Main Campus shall be extended to July 30 th.

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

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

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

ADDENDUM NO. 1. BVCAP Laurel Hill Residential Site Improvements Pawtucket, RI. March 18, 2016 PREPARED BY:

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID FORM (LUMP SUM CONTRACT)

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

BASE BID Description Written & Numeric Price

SECTION BID FORM. Garfield Street Drainage Improvements

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

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

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

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

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

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

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

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

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

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015

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?

PROPOSAL AND BID FORM (Submit in triplicate)

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

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

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

CITY OF MARSHALL, MINNESOTA

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

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

CITY OF TACOMA Department of Public Utilities Tacoma Power

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

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

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

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

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

DOCUMENT BID PROPOSAL

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

PADUCAH DOME RELOCATION NORTH 6 TH STREET PADUCAH, KENTUCKY MARCUM ENGINEERING NO ADDENDUM 1.00 NOVEMBER 25, 2015

ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1. September 9, to the BIDDING DOCUMENTS for

DEAN + TYLER + BURNS ARCHITECTURE

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

Addendum No. 1 Issue Date: March 29, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

City of Eagle Point 2017 Paving Instruction to Bidders

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

BID FORM - LUMP SUM BID

DOCUMENT BID DOCUMENT

TELEPHONE: (215) Addendum No. 03

Finance & Technology Administrator (815) ext 223

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

TO ALL PROSPECTIVE BIDDERS: The original specifications for the project noted above are hereby modified as described below:

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

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

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

NAME STREET ADDRESS CITY, STATE & ZIP CODE. GAS ELECTRIC TELEVISION TELECOMMUNICATION OTHER (check one) UNDERGROUND OVERHEAD BOTH (check one)

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

November 29, CITY OF PLANT CITY Purchasing Division (813)

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

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

BID PROPOSAL FORM

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

HARMONY LELAND-CLAY REPLACEMENT ELEMENTARY SCHOOL

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


Sample. Bid Proposal. Not Valid for Use

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

JUDD STREET LIFT STATION DEWATERING CONTRACT

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

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

ADDENDUM NO. 1. GOODWYN, MILLS AND CAWOOD, INC st Avenue South Suite 100 Birmingham, Alabama Ph: Fax:

VANDERBILT UNIVERSITY

Addendum! Project No: HFX A0 Client Project No: MISC Project: MacAulay Sports Field Project Date: March 23, 2015 Addendum No: 2

CONTRACT SPECIFICATIONS FOR

PROPOSAL OF, a corporation. an individual doing business as

DOCUMENT ADDENDUM

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

Addendum No. TWO Date:

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

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

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

PAWLEYS ISLAND TOWN HALL

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

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

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

Allegany College of Maryland Softball Field Murphy & Dittenhafer Project No Willowbrook Road, Cumberland, MD 21502

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

ADDENDUM NO. 1 - OUTLINE AND SUMMARY INFORMATION

DOCUMENT ADDENDA AND MODIFICATIONS

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

Transcription:

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 NO.: B16012 This Addendum forms a part of the Bidding and Contract Documents and modifies the original bidding document as posted on the JJC website. Acknowledge receipt of this addendum in the space provided on the Bid Form. FAILURE TO DO SO MAY SUBJECT BIDDER TO DISQUALIFICATION. Clarifications/Modifications to bid documents: 1. Bituminous grindings may be allowed as a substitute for the aggregate base course noted on the plans. All IDOT requirements must be met. 2. Allowance will be increased from $7,500 to $25,000. Refer to the attached bid form that forms part of this addendum. Questions Submitted: 1. Who is in charge of layout? The contractor is responsible for the construction layout. 2. Who is in charge of landscaping, if a separate contract what do we have to prepare to turn over to them? Landscaping is under separate contract. Provide finish grade and seed at disturbed areas. 3. Staging, will we be able to have the entire lot or will it be phased? Lot S7 will be shut down for the duration of the project. 4. Areas to be patched, are we just going down 6 and putting 6 of asphalt back in or do you want 8 of new stone as well? Areas of patching adjacent to curb installation will not require additional stone. Any utility patches will require full trench backfill. 5. The bid documents exclude any electrical work. The plans show existing poles to be delivered to JJC. Also any conduit/ wire removal. Which applies to the scope of this project? The poles shown on the plans to be removed are under this contract, as well as removal of any conduit/wiring. Conduit may be abandoned in place where it does not affect new construction.

Addendum No. 1 Page 2 of 2 6. There are existing signs in the parking lot, at the North end by the building that would need to be removed. Who s responsible for removal of the signs? The contractor will be responsible for the removal of the signs and posts. The signs should be utilized for the new locations indicated on the plans. 7. What is the scope regarding landscape restoration? None is included in the scope of work. Landscape is by others. Provide finish grade and seed around disturbed areas. 8. The specifications call for a 6ft chain link fence to be installed around the work area. Is the entire parking lot to be fenced off? Chain link fence around parking lot not needed. 9. On the Geometry plans, type A pavement is shown for the entire area. Type a pavement has aggregate base, binder and surface. The removal plans show to mill 2 inches and overlay. The parking Lot will be a mill and overlay. Any new pavement in the labeled Type A will need to follow the cross section indicated on the plans. 10. The proposed site plans show different contour grades from existing to proposed. How is this going to be achieved? There would need to be a leveling course added or variable depth milling. Neither one is included in the scope of work. The improvements are for a mill and overlay only. Finished contours will mimic the existing contours. Proposed contours indicated plans were from a reconstruction option not to be implemented. End of addendum #1

EXECUTE AND ATTACH TO PROPOSAL FORM JOLIET JUNIOR COLLEGE REQUEST FOR BID DRAWINGS ARE AVAILABLE ON THE FOLLOWING WEBSITE: WWW.JJC.EDU/INFO/PURCHASING BID FORM To: Joliet Junior College 1215 Houbolt Road Joliet, IL 60431-8938 Project: Date: Submitted by: (Full Name) (Address) (City, State, Zip) (Phone) (Fax) (Email) PART 1 OFFER Having examined the site and having familiarized itself with the conditions affecting the cost of the work associated with the, and with the bidding documents, Bidder herby proposes to perform everything required and to furnish all labor, materials, necessary tools, expendable equipment and transportation services necessary to complete in a workmanlike manner the subdivision of work stated above in accordance with the bidding documents for the following sums: Base Bid: Dollars ($ ) Write amount in both alpha and numeric, in case of discrepancy the lesser amount shown will govern. Alternate Bid #1 (stamped concrete fire lane and police parking area): Dollars ($ ) Write amount in both alpha and numeric, in case of discrepancy the lesser amount shown will govern. We have included herewith, the Security Deposit as required by the Instructions to Bidders. Parking Lot S7 Improvements - Revised Bid Form 1

Excluded Items: Unit Prices (furnished and installed unless noted otherwise): Site Electrical Work Description Cost 1 Additional Compacted Clean Fill (Brown Clay) in place based on 100 CY Import From Off Site $ / CY 2 Additional Compacted CA6 / CY fill in place based on 100 CY $ / CY 3 Additional orange snow fence installed: per linear foot. $ / LF Unit Prices: Unit Prices (furnished and installed unless noted otherwise): Description Cost Export of Material $ /C.Y. Cost Breakdown: Do NOT include the cost of any alternates in base bid or in the following information. Cost and quantity breakdown shall include all related work to the subject category. Erosion and Sed. Control Measures $ General Conditions $ Cleanup of Own Debris $ Allowance $ 25,000.00 Total Performance & Payment Bond cost $ Mobilization $ Shop Drawings & Submittals $ Miscellaneous not included above (define below) $ Site Demolition & Removal $ Mass Excavation General Site and Top Soil $ Paving work $ Mass Excavation -Engineered Fill $ Storm Sewer Work $ Site Concrete Work $ Total Bid (Total of all items above including the Allowances) $ Estimated total of On-Site Man-hours (required) (Man-hours) Parking Lot S7 Improvements - Revised Bid Form 2

PART 2 ACCEPTANCE This offer shall be open to acceptance and is irrevocable for thirty (30) days from the Bid closing date. If the bid is accepted by the Owner within the time period stated above, we will: A. Execute the Agreement within ten (10) days of receipt of Notice of Award. B. Furnish the required bonds within ten (10) days of receipt of Notice of Award in the form described in the Instruction to Bidders. C. Furnish the required Certificate of Insurance within ten (10) days of receipt of Notice of Award in the form and amounts described in the Instruction to Bidders. D. Commence work as established by the written Notice to Proceed. If this Bid is accepted within the time stated, and we fail to commence the Work or we fail to provide the required Bonds(s), the Security Deposit shall be forfeited as damages to the Owner by reason of our failures. In the event our Bid is not accepted within the time stated above, the required security deposit shall be returned to the undersigned, in accordance with the provisions of the Instructions to Bidders; unless a mutually satisfactory arrangement is made for its retention and validity for an extended period of time. PART 3 CONTRACT TIME If the Bid is accepted, we will: A. Complete the work in manner consistent to meet the requirements of the schedule ( ) consecutive calendar days from the date established as the Date of Commencement in the Notice to Proceed. B. Contractor has examined the Schedule included in these documents and takes no exception, or records the following exceptions: PART 4 CONTRACTOR S FEES FOR CHANGES IN THE WORK Lump Sum of Time and Materials Changes: We the undersigned bidder agree that the following percentages for overhead and profit shall be added to job costs for the Parking Lot S7 Improvements - Revised Bid Form 3

net amount of work added to or deleted from the contract by written lump sum or time and material change orders recommended by the Engineer and approved by the Owner: Add to net extra for job costs for additional work performed by: Our own forces 12% Our subcontractor 5% (including assigned subcontractors) Note: Insurance, bond, and taxes are considered as job cost items and are not included in the percentages listed above. PART 5 ADDENDA The following Addenda have been received. The modifications to the Bid Documents noted therein have been considered and all costs thereto are included in the Bid Sum. Addendum # Addendum # Addendum # PART 6 Dated Dated Dated SUBCONTRACTORS A. The following work will be performed (or provided) by the Subcontractors we have indicated below: Name of Subcontractor Work Performed 1. 2. 3. 4. B. We understand, and hereby agree, that we are obligated to use the indicated subcontractors, unless prior written permission to change has been obtained from the Owner. PART 7 RELATED WORK EXPERIENCE List a minimum of three jobs of similar type and scope performed in the last five years: Parking Lot S7 Improvements - Revised Bid Form 4

1. Client: Building: Phone: Contact Name: Dollar Amount: 2. Client: Building: Phone: Contact Name: Dollar Amount: 3. Client: Building: Phone: Contact Name: Dollar Amount: PART 8 BID FORM ADDITION Apprenticeship and Training Certification In accordance with the Illinois Procurement Code, the Bidder certifies that the work to be performed by it and/or its subcontractors shall, at the time of such bid opening and at the time of the performance of work pursuant to the terms of this Contract, shall have participated in the approved apprenticeship and training programs as provided for above. The bidder shall list, in the space below, the official name of the program sponsor holding the certificate of registration or all types of work or crafts in which the bidder is a participant and that will be performed by the bidder and its sub-contractor s employees. Work that will be sub-contracted shall be indicated to be subcontracted work as provided for herein. Failure to list required information may result in disqualification of bid. Parking Lot S7 Improvements - Revised Bid Form 5

PART 9 CONTRACTOR EVALUATION Upon completion of the project, a Construction Contractor Performance Evaluation form will be completed by the A/E and the JJC Project Coordinator. The contractor will be evaluated in the following categories: Professionally Administered and Supervised Work Business Practices Overall Performance Workmanship Timeliness Project Management PART 10 BID FORM SIGNATURES(S) The Corporate Seal of: (Bidder please print the full name of your Proprietorship, Partnership, or Corporation) Was hereunto affixed in the presence of: (Authorized signing officer) (Title) (Seal) (Authorized signing officer) (Title) If the bid is a joint venture or partnership, add additional forms of execution for each member of the joint venture in the appropriate form or forms as above. END OF SECTION Parking Lot S7 Improvements - Revised Bid Form 6