Bolton & Menk, Inc Premier Drive Mankato, MN June 2, 2015

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

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT

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

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

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.

March 28, Addendum #4 IFB SA 1713 POTOMAC MILLS T23 WATER TANK REHABILITATION

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

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

Addendum #1: BID #17B-028 VCSA, LSSA & NSU WWTP Tank Grit Removal & Painting

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HIGH SERVICE PUMP REPAIR ADDENDUM 3

DOCUMENT BID FORM. Village of Middle Point

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

Bidding Conditions Attachment C

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

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

IMMEDIATE RESPONSE REQUESTED

12D WATER TOWER RECONDITIONING CONTRACT NO ADDENDUM NO. 1

NORTH HARRIS COUNTY REGIONAL WATER AUTHORITY GROUND STORAGE. Section GROUND STORAGE TANK (GST) MODIFICATIONS, CLEANING AND DISINFECTION

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

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

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

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

Date of Addendum: June 4, 2015 Bid Opening: Wednesday June 10, 2015, 1:30 P.M. Local Time

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

Addendum Number 1. August 31, Colcock Hall Windows. Owner Project Number: Prepared by:

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section

STANDARD CONTRACT DOCUMENTS. and TECHNICAL SPECIFICATIONS. for. Ultraviolet Disinfection Replacement. Northfield, Minnesota

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION

PURCHASING DEPARTMENT. Project # Addendum # # of Pages Original Issue Date. 7 (including title page) March 3, 2017

City of Saco Bid Solicitation Windy Point Pump Station Building Expansion

4. Section 01170, Special Construction Permits, Page : Part 1; ADD the following paragraph 1.5 after paragraph 1.4:

DOCUMENT ADDENDUM

ADDENDUM 2 KODIAK ISLAND BOROUGH CHINIAK TSUNAMI CENTER AND LIBRARY Kodiak, AK

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

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

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

Bidders Name: DOCUMENT 330 BID FORM

April 4, ADDENDUM NO. 1 This Addendum and attachments consists of: 47-Pages. ITB Northwood ABC Elementary School Roof Replacement

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

ADDENDUM NO. 01. Coliseum, Toxicology, Poulton, & MRC Decks Western Carolina University SCO ID: Atlas Engineering Job No.

ADDENDUM NO. 3 February 28, 2017

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents.

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

Addendum No. TWO Date:

SPECIFICATIONS - DETAILED PROVISIONS Section Bolted Steel Tanks for Water Storage C O N T E N T S

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

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

SAN ANTONIO WATER SYSTEM I.H. 10 Ground Storage Tank Rehabilitation and Painting Project SAWS Job No Solicitation No.

TWIN VALLEY PUMP STATION IMPROVEMENTS - CITY OF FARMINGTON FARMINGTON, MI 48335

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

ADVERTISEMENT TO BID PARTIAL

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

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

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

HISD DAVILA ELEMENTARY SCHOOL ROOF REPLACEMENT ADDENDUM #1 JOB NO A PAGE 1

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

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

School Risk Assessment

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING

SECTION BID FORM

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

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

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion

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

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School.

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

NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL. PROJECT NAME: Anna High School Additions and Renovations. CLIENT NAME: Anna ISD. LOCATION: Anna, Texas

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

ADDENDUM NO. 1 DES MOINES PUBLIC SCHOOLS WINDSOR ELEMENTARY SCHOOL EXTERIOR MASONRY RESTORATION PROJECT 5912 UNIVERSITY AVENUE DES MOINES, IOWA 50311

UAF Combined Heat & Power Replacement (CPHR)

ADDENDUM NO. 2 MBR TREATMENT FACILITY UPGRADE REVISIONS TO CONTRACT DOCUMENTS

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

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

CITY OF MARSHALL, MINNESOTA

ADDENDUM No. 2. ITB No GEDDES DAM GATE RECOATING AND REPAIRS. Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time)

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?

CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION

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

SECTION CONTRACT C1 & C2, ADDENDUM #3

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

ADDENDUM #4 FOR THE WEST VALLEY FACILITIES INCREMENT 2 REPLACEMENT PROJECT WEST VALLEY COLLEGE

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

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

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

FLORIDA DEPARTMENT OF TRANSPORTATION

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

SPECIFICATIONS - DETAILED PROVISIONS Section Welded Steel Tanks for Water Storage C O N T E N T S

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

SECTION BID FORM (REVISED ) ADDENDUM No. 1

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732)

Dick s Sporting Goods Demolition Package

NOTICE OF ADVERTISEMENT FOR BIDS. Furnishing and Delivery of 5kV Switchgear for Panora Municipal Electrical Utility Panora, Iowa, 50216

A. Project Identification: Wiggums Park Place Renovation. D. See Section Project Team List for additional information.

MPA Project No. LP1703-C1 Project Title: Tanks Coating Upgrade Location: Logan International Airport

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

Addendum No. 1 Page 1 of 2

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA DEPARTMENT OF ENVIRONMENTAL RESOURCES MANAGEMENT

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid

Transcription:

ADDENDUM NO. 1 City of Saint James, MN Tower Coating Improvements Bid Date: June 5, 2015 Bid Time: 2:00 p.m. BMI Project No. M17.110096 Bolton & Menk, Inc. 1960 Premier Drive Mankato, MN 56001 June 2, 2015 This addendum forms a part of the Contract Documents and modifies the original Specifications and Drawings. Acknowledge receipt of this Addendum in the space provided on the Proposal Form. Failure to do so may subject Bidder to disqualification. For purpose of clarity, some Addendum items call for the complete replacement of a Specification section. The following items shall become part of the original Bidding Documents: I Item I.1.1 Item I.1.2 Item I.1.3 SPECIFICATIONS Attachments: Section 00411, dated 06/02/15 Section 00411 - Bid Schedule a. Replace with the attached Section 00411, with revision date 06/02/15. Section 00520 Form of Agreement a. Article 4.02.A change completion date to June 1, 2016. Section 13415 Elevated Water Storage Tank Rehabilitation a. Delete paragraph 3.3.A.1.(h). ****END OF ADDENDUM NO. 1****

SECTION 00411 BID SCHEDULE Bid Form for construction of: Tower Coating Improvements City of St. James, Minnesota The undersigned declares that the only persons or parties interested in this Bid as principals are as stated; that the Bid is made without any collusion with other persons, firms, or corporations; that he has carefully examined all the Contract Documents as prepared by Bolton & Menk, Inc.; that he has informed himself fully in regard to all conditions pertaining to the Work and the place where it is to be done, and from them the undersigned makes this Bid. The Bid price covers all expenses incurred in performing the Work required under the Contract Documents, of which this Bid Form is a part. Note: Bids shall include sales tax and all applicable taxes and fees. The Bidder has based the following Total Project Base Bid Price upon providing the equipment and materials of the encircled manufacturers as listed in the Materials Schedule attached to this Bid Form. Should Bidder fail to indicate which named manufacturer his Total Project Base Bid Price is based upon, the Bidder will supply the first-named manufacturer's material. Bidder has also indicated substitute materials that he proposes to be utilized in place of the encircled manufacturers' equipment/materials, subject to the following: 1. Allowance of "alternate" material does not constitute a waiver of the Specifications. If the Bidder desires to offer material by an "alternate" manufacturer instead of the "Basis of Bid" manufacturer, he shall indicate in the appropriate schedule the installed price of the "alternate" material along with the installed price of the "Basis of Bid" manufacturer. Additional "alternate" manufacturers, along with installed prices, can be listed on the sheet provided. 2. In order that the Owner may determine if the proposed "alternate" manufacturer is a satisfactory substitute to that specified, the bidder shall submit one set of drawings, Specifications, full descriptive material, performance data and a detailed list of exceptions taken to the Specifications with the bid or to the ENGINEER in advance of the bid. Any revisions or any other work necessary by such "alternate" material must be submitted for approval and the entire cost for such revisions shall be included in the installed price of "alternate." 3. The Engineer will review all proposed "Alternate" Manufacturer's material qualification submittals in a timely manner to determine conformance with the performance and technical requirements of this project. The Engineer will be the sole judge as to the comparative quality and suitability of such material, and his/her decision shall be final. 4. If awarded a Contract on this project, all materials be guaranteed by the undersigned and his Surety to meet the performance requirements of the Contract Documents. Tower Coating Improvements Revised 06/02/2015 PAGE 00411-1

5. That all installed prices stated on the Materials Schedule include the preparation and submittal of detailed drawings showing all modifications, if any, to the Contract Drawing necessary to accommodate such equipment and furthermore that all installed costs stated on the Schedule include complete operating installation, and the furnishing and installing of any and all change or additions necessary to accommodate the material. This Proposal is submitted after careful study of the plans and specifications and from personal knowledge of the conditions to be encountered at the project site, which knowledge was obtained from the undersigned's own sources of information and not from any official or employee of the OWNER. If a discrepancy appears between the written and the numerical, the written words will be used as the quoted price. If an error appears in an extension or the addition of items, the corrected extension or total of the parts shall govern. In accordance with the above understanding, the undersigned proposes to perform the Work, furnish all materials, and complete the Work in its entirety in the manner and under the conditions required for the Unit Price Contract Price(s) listed on the following pages. BID of (Name of Bidder) Tower Coating Improvements Revised 06/02/2015 PAGE 00411-2

Schedule of Prices for Construction of: Tower Coating Improvements St. James, MN Bidder agrees to perform all of the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sums: NOTE: BIDS shall include sales tax and all applicable taxes and fees. BIDDER must fill in the TOTAL UNIT PRICE BID SCHEDULE and the MATERIALS SCHEDULE, "Basis of Bid" Manufacturer and named "Alternate" Manufacturer Installed Deduct Price as furnished and ADD ITEMS. BASE BID Bidder will complete the Work in accordance with the Contract Documents for the following price(s): Item No. Description Unit Estimated Quantity Bid Unit Price Bid Price 1. Mobilization and Site Maintenance L.S. 1 $ $ 2. Grinding Hour 10 $ $ 3. Welding L.F. 25 $ $ 4. Caulking L.F. 25 $ $ Sandblasting and Painting Interior Wet and Dry Above Top 5. Landing L.S. 1 $ $ 6. Interior Dry Below Top Landing: Spot Repair and Painting Ft 2 100 $ $ 7. Sandblasting and Painting Exterior of Tower Complete L.S. 1 $ $ 8. Containment for Exterior Sandblasting L.S. 1 $ $ 9. New Overflow Pipe Screen L.S. 1 $ $ 10. Recondition/Repaint Tank Vent & Dry Riser Pipe Screen L.S. 1 $ $ 11. Modification to Top Landing & Add Drain L.S. 1 $ $ 12. Ladder Safety System for All Ladders L.S. 1 $ $ 13. Tank Logos L.S 2 $ $ 14. New LED Obstruction Light/Sensor/Post and Install L.S. 1 $ $ Remove and Reinstall Inlet/Outlet Pipe Insulation with 15. New Metal Jacket L.S. 1 $ $ 16. New Telecommunication Brackets. L.S. 1 $ $ 17. Site Clean-Up L.S. 1 $ $ 18. Disinfection L.S. 1 $ $ TOTAL BASE BID UNIT PRICE $ (See following page for Alternate Bid Schedule) Tower Coating Improvements Revised 06/02/2015 PAGE 00411-3

Tower Coating Improvements St. James, MN ALTERNATE BID Item No. Description Unit Estimated Quantity Bid Unit Price Bid Price 1. Mobilization and Site Maintenance L.S. 1 $ $ 2. Grinding Hour 10 $ $ 3. Welding L.F. 25 $ $ 4. Caulking L.F. 25 $ $ 5. Spot Repair and Painting of Interior of Tower Ft 2 1,500 $ $ 6. Interior Dry Above Top Landing: Sandblast and Painting L.S. 1 $ $ 7. Interior Dry Below Top Landing: Spot Repair and Painting Ft 2 100 $ $ 8. Spot Repair Exterior Ft 2 150 $ $ 9. Power Wash and Overcoat Exterior (Above Base Cone) L.S. 1 $ $ 10. Sandblasting and Painting Exterior Base Cone L.S. 1 $ $ 11. New Overflow Pipe Screen L.S. 1 $ $ 12. Recondition/Repaint Tank Vent & Dry Riser Pipe Screen L.S. 1 $ $ 13. Modification to Top Landing & Add Drain L.S. 1 $ $ 14. Ladder Safety System for All Ladders L.S. 1 $ $ 15. Tank Logos L.S 2 $ $ 16. New LED Obstruction Light/Sensor/Post and Install L.S. 1 $ $ Remove and Reinstall Inlet/Outlet Pipe Insulation with 17. New Metal Jacket L.S. 1 $ $ 18. New Telecommunication Brackets L.S. 1 $ $ 19. Site Clean-Up L.S. 1 $ $ 20. Disinfection L.S. 1 $ $ TOTAL ALTERNATE BID UNIT PRICE $ Unit Prices have been computed in accordance with Paragraph 11.03.B of the General Conditions. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities, determined as provided in the Contract Documents. Tower Coating Improvements Revised 06/02/2015 PAGE 00411-4

MATERIALS SCHEDULE INSTRUCTIONS A. Items in the following schedule have been designated as the major material items to be furnished. For each item, the Bidder must indicate which of the named manufacturer's material he intends to supply and upon which he developed his Total Unit Price Bid. Such indication should be shown by circling the manufacturer's name. B. The Bidder shall encircle one, and only one, manufacturer's name for each item in the schedule. Should Bidder fail to indicate which named manufacturer his Total Unit Price Bid is based upon, the Bidder will supply the first-named manufacturer's material. The prices for the circled materials schedule do not have to be furnished with the Bid. The lowest three bidders shall supply the equipment/material prices as requested by the ENGINEER. C. If the Bidder wishes to supply items by an un-named alternate manufacturer, he may propose a substitute manufacturer and indicate the amount by which his Total Unit Price Bid may be reduced, if the substitution is acceptable to the Owner and Engineer. Substitute materials manufacturers will generally be considered provided that: 1. The substitute material is of equal quality, function and performance to the listed material item, and it will perform satisfactorily and continuously. In this case, it will be assumed that the cost to the Contractor, if the material proposed to be substituted is accepted, is less than the material named in the schedule, and, if the substitution is approved, the contract price shall be reduced a corresponding amount by a Change Order which will be executed simultaneously with the signing of the Agreement. The cost to be deducted from the Total Unit Price Bid for acceptable substitute material shall be listed in the appropriate space on this materials schedule. 2. The material proposed for substitution is superior in construction and efficiency to that named in the Contract. In this case, there may be no Total Unit Price Bid reduction shown (indicated by a price of zero). 3. No substitute material will be considered unless, in the opinion of the Owner, it conforms to the Contract Drawings and Specifications in all respects, except for make and manufacturer and minor details. Specification Section and Equipment Item MATERIALS SCHEDULE Material Item (circle one if not circled, first item will be used) Name of Alternate Manufacturer and Amount of Deduct for Alternate Manufacturer 09910 Sherwin Williams 1. Water Tank Painting Tnemec $ Installed Price Add/Deduct 2. $ Installed Price Add/Deduct **** END OF SECTION **** Tower Coating Improvements Revised 06/02/2015 PAGE 00411-5