Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 3 of 26 Addendum #1, RFB 16-217-05-17, May 13, 2016 be furnished to all bidders as an amendment to the solicitation, if such information is necessary to bidders in submitting bids on the solicitation or if the lack of such information would be prejudicial to uninformed bidders. (10) Acknowledgment of Addendums to Invitation for Bids (a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. (b) Bidders shall acknowledge receipt of any addendums to this solicitation: (1) by signing and returning the addendums; or (2) by identifying the addendums number and date in the space provided for this purpose on the bid form; or (3) by letter or telegram. The City must receive the acknowledgment by the time and at the place specified for receipt of bids. (11) Alter or Amend Bids cannot be altered or amended after opening time. Alterations made before opening time must be initialed by bidder guaranteeing authenticity. No bid may be withdrawn after opening time without acceptable reason in writing and only after approval by the City of Mission. (12) STATE SALES TAX MUST NOT BE INCLUDED IN BID Contractors are not tax exempt. (13) Deviations Any additions, deletions, deviations or variations from the following specifications shall be specified in your bid for review by the Architect, Engineer or Public Works Director. Any parts not specifically mentioned which are necessary for the work to be complete and for use or which are normally furnished as standard equipment or materials shall be furnished by the successful bidder and shall confirm in strength, quality, and workmanship to the accepted standard of the industry. (14) Contract Type This is a firm fixed unit price contract for the Inspiration Water & Sewer Adjustments. (15) Evaluation and Basis for Award (A) 1BOne Award One contract award is anticipated under this solicitation. Multiple contract awards shall not be made. (B) Unit and Extended Pricing Offerors shall insert the unit price and extended amount for each line item offered on the price schedule. If a line item is offered at No Cost, enter No Cost in the unit price column. Additionally, offerors shall calculate and insert the total price in the space provided on the price schedule. In the event of discrepancies in extended price, unit prices will govern. Bids subject to unlimited price increase will not be considered. (C) 2BAll or None Pricing Failure of an offeror to provide prices for all line items listed on the Schedule shall be cause for rejection of the entire offer. However, an offeror may enter No Cost in the unit price and extended amount columns to indicate that the item is being offered at No Cost. (16) Award of Contract (A) The contract will be awarded to the lowest responsive and responsible bidder whose bid, conforming to the solicitation, will be most advantageous to the City, price and other factors considered. A responsible bidder is one who affirmatively demonstrates to the City that the bidder has adequate
Addendum #1, RFB 16-217-05-17, May 13, 2016 TO: OWNER The undersigned, as bidders, declares that the only person or parties interested in this bid as principals are those named herein, that this bid is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Contractors, specifications and the plans thereon referred to, and has carefully examined the locations, and conditions and classes of materials of the proposed work; and agrees that he will provide all the necessary labor, machinery, tools, and apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed therein and according to the requirements of the Engineer/Architect as therein set forth. The Bidder shall attach to his/her bid sheet a list of any exceptions to the specifications. It is understood that the following quantities of work to be done at unit prices are approximate only and are intended principally to serve as a guide in evaluating bids. It is further agreed that the quantities of work to be done at unit price and materials to be furnished, may be increased or diminished as may be considered necessary, in the opinion of the Engineer/Architect, to complete the work fully as planned and contemplated, and that all quantities of the work, whether increased or decreased, are to be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the Engineer/Architect, but not shown on the plans or required by the specifications, in accordance with the provisions of the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. The bid security accompanying this bid shall be returned to the bidder, unless in case of the acceptance of the bid the bidder shall fail to execute a contract and file a performance bond and payment bond within the ten (10) days after its acceptance and release of notice of award, in which case the bid security shall become the property of the OWNER, and shall be considered as payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any or all bids. City Of Mission Pricing Schedule Bid Name/No.: Inspiration Water & Sewer Adjustments / 16-217-05-17 For any questions directly regarding the Inspiration Water & Sewer Adjustments- Bid No. 16-217-05-17, please call or email: Eduardo Belmarez, Purchasing Director: Hebelmarez@missiontexas.us Telephone: (956) 580-8667 BID FORM MUST BE SUBMITTED IN DUPLICATE FORM BIDDERS BOND in the amount of $ TO BIDDERS., in compliance with the INSTRUCTION The above check or Bidder s Bond is to become the property of the City of Mission, Texas, in the event the construction contract (when offered by the Owner) and bonds are not executed within the time set forth. ENGINEER S/ARCHITECT S ESTIMATE OF QUANTITIES - APPROXIMATE ONLY The intent of this bid is to include the complete project, in place and operational as described on the plans and in the specifications. The following bid items must include all of the materials, equipment and labor necessary to complete the project. Any necessary materials, equipment and labor not specifically called out in the following bid items are assumed to be included in the various items in this bid form. Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 24 of 26
City Of Mission Pricing Schedule Bid Name/No.: Inspiration Road Water and Sewer Adjustements 16-217-05-17 WATER LINE MATERIALS SUMMARY TABLE DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 12" PVC WL (C-900 DR-18) LF 10503 8" PVC WL (C-900 DR-18) LF 1661.5 20" STEEL CASING LF 245 16" STEEL CASING LF 1022 2" WATER SERVICE CONN. (LONG) EA 3 2" WATER SERVICE CONN. (SHORT) EA 36 1" WATER SERVICE CONN. (LONG) EA 4 1" WATER SERVICE CONN. (SHORT) 7 3" PVC CASING LF 200 2" PVC CASING LF 270 12" MJ GV W/BOX ASSEMBLY 0 12" X 8" MJ TEE 3 12" X 6" MJ TEE 12" X 4" MJ TEE 12" 90 MJ ELBOW EA 6 12" 45 MJ ELBOW 5 12" 22.5 MJ ELBOW EA 6 12" 11.25 MJ ELBOW 12" TO 8" REDUCER EA 4 12" CAP 12" X 8" MJ CROSS 12" PLUG 12" MJ TEE EA 5 8" MJ GV W/BOX ASSEMBLY EA 35 8" 90 MJ ELBOW 0 8" 45 MJ ELBOW 4 8" 22.5 MJ ELBOW 8" TO 6" REDUCER 8" TO 4" REDUCER EA 3 8" CAP 6" MJ GV W/BOX ASSEMBLY 4" MJ GV W/BOX ASSEMBLY 4" 45 MJ ELBOW 4" PVC WL (C-900 DR-18) LF 6 2" FLUSH VALVE EA 3 CUT & RESTORE EXIST. PVMT. SY 365.5 FH ASSEMBLY 0 FH REMOVAL 6 4" WL EXIST. TO BE REMOVED LF 73 8" WL EXIST. TO BE REMOVED LF 800 12" WL EXIST. TO BE REMOVED LF 500 TRENCH PROTECTION LF 876 SUBTOTAL =
SEWERLINE MATERIALS SUMMARY TABLE DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 16" FORCE MAIN (C-900 DR-18) LF 2257.5 12" FORCE MAIN (C-900 DR-18) LF 589 10" FORCE MAIN (C-900 DR-18) LF 588 4" FORCE MAIN (C-900 DR-18) LF 145.5 20" STEEL CASING LF 130 8" STEEL CASING LF 79 12" PVC SANITARY SEWER LINE LF 50 8" PVC SANITARY SEWER LINE LF 653 18" PVC SANITARY SEWER LINE LF 13 16" MJ 45 ELBOW 12" MJ 90 ELBOW 10" MJ 90 ELBOW 4" MJ 90 ELBOW ADJUST TOP OF MANHOLE 6 8" SANITARY SEWER CLEAN OUT 60" SANITARY SEWER MANHOLE 48" SANITARY SEWER MANHOLE EA 8 REMOVE/RPLCE 6" SS SERVICE 8" SANITARY SEWER SERVICE CUT & RESTORE EXIST. PVMT. SY 42 TRENCH PROTECTION LF 150 48" SS MANHOLE TO BE REMOVED EA 8 8" EXIST. SS LINE TO BE REMOVED LF 66 10" EXIST. SS LINE TO BE REMOVED LF 23 8" CAP SUBTOTAL = DRIVEWAY REPAIR SUMMARY TABLE DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL REPAIR DIRT DRIVEWAY SY 13 REPAIR CALICHE DRIVEWAY SY 50 REPAIR ASPHALT DRIVEWAY SY 107 REPAIR CONCRETE DRIVEWAY SY 208.5 SUBTOTAL = TRAFFIC CONTROL= STORM WATER POLLUTION PREVENTION PLAN = ALLOWANCE= $50,000.00 TOTAL =
Number of calendar days to complete project 120. The undersigned agrees, unless hereinafter stated otherwise to furnish all materials as shown and specified in the Plans and Specifications. Bidder hereby agrees to commence work under this contract within 10 calendar days after notice to PROCEED is issued and complete the work within 120 days. Receipt is acknowledged of the following addenda: No. Dated No. Dated No. Dated No. Dated No. Dated No. Dated Bidder agrees that the Owner has the right to accept or reject any or all bids and to waive any or all formalities. DATE: Respectfully submitted, BY: (Signature) (Type or Print Name) (Title) (Company) (Address) (Phone Number) (Seal - If bidder is a Corporation) (Fax Number) Federal ID or SS# Number: *Signature on this form indicates agreement with Instructions to Bidder-General Terms and Conditions, Pricing, and Specifications Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 25 of 26
WATERLINEMATERIALSSUMMARYTABLE DESCRIPTION UNIT QUANTITY 12" PVC WL(C-900DR-18) LF 10503 8" PVC WL(C-900DR-18) LF 1661.5 20" STEELCASING LF 245 16" STEELCASING LF 1022 2" WATERSERVICECONN. (LONG) EA 3 2" WATERSERVICECONN. (SHORT) EA 36 1" WATERSERVICECONN. (LONG) EA 4 1" WATERSERVICECONN. (SHORT) 7 3" PVCCASING LF 200 2" PVCCASING LF 270 12" MJGV W/BOXASSEMBLY 0 12" X 8"MJTEE 3 12" X 6"MJTEE 12" X 4"MJTEE 12" 90 MJ ELBOW EA 6 12" 45 MJ ELBOW 5 12" 22.5 MJ ELBOW EA 6 12" 11.25 MJ ELBOW 12" TO 8"REDUCER EA 4 12" CAP 12" X 8"MJCROSS SEWERLINEMATERIALSSUMMARYTABLE DESCRIPTION UNIT QUANTITY 16" FORCEMAIN (C-900DR-18) LF 2257.5 12" FORCEMAIN (C-900DR-18) LF 589 10" FORCEMAIN (C-900DR-18) LF 588 4" FORCEMAIN (C-900DR-18) LF 145.5 20" STEELCASING LF 130 8" STEELCASING LF 79 12" PVCSANITARYSEWERLINE LF 50 8" PVCSANITARYSEWERLINE LF 653 18" PVCSANITARYSEWERLINE LF 13 16" MJ45 ELBOW 12" MJ90 ELBOW 10" MJ90 ELBOW 4" MJ90 ELBOW ADJUSTTOPOFMANHOLE 6 8" SANITARYSEWERCLEAN OUT 60" SANITARYSEWERMANHOLE 48" SANITARYSEWERMANHOLE EA 8 REMOVE/RPLCE6"SSSERVICE 8" SANITARYSEWERSERVICE CUT& RESTOREEXIST. PVMT. SY 42 TRENCH PROTECTION LF 150 48" SSMANHOLETO BEREMOVED EA 8 8" EXIST. SSLINETO BEREMOVED LF 66 10" EXIST. SSLINETO BEREMOVED LF 23 8" CAP WATERLINEMATERIALSSUMMARYTABLE DESCRIPTION UNIT QUANTITY 12" PLUG 12" MJTEE EA 5 8" MJGV W/BOXASSEMBLY EA 35 8" 90 MJ ELBOW 0 8" 45 MJ ELBOW 4 8" 22.5 MJ ELBOW 8" TO 6"REDUCER 8" TO 4"REDUCER EA 3 8" CAP 6" MJGV W/BOXASSEMBLY 4" MJGV W/BOXASSEMBLY 4" 45 MJELBOW 4" PVC WL(C-900DR-18) LF 6 2" FLUSH VALVE EA 3 CUT& RESTOREEXIST. PVMT. SY 365.5 FH ASSEMBLY 0 FH REMOVAL 6 4" WLEXIST. TO BEREMOVED LF 73 8" WLEXIST. TO BEREMOVED LF 800 12" WLEXIST. TO BEREMOVED LF 500 TRENCH PROTECTION LF 876 DRIVEWAYREPAIRSUMMARYTABLE DRIVEWAYREPAIRSUMMARYTABLE STATION AREA (SY) STATION AREA (SY) DIRT CALICHE ASPHALT CONCRETE DIRT CALICHE ASPHALT CONCRETE 94+20 5 133+70 5.5 96+50 5 135+90 8 101+60 4 137+00 8 103+10 10 137+60 11.5 103+65 6.5 141+40 5 105+18 4 150+40 5 106+11 3.5 162+42 7 106+80 10 193+90 5 109+40 7.5 194+90 5 110+61 8 195+15 5 111+80 8.5 197+10 8 112+80 4 198+90 8 113+85 5.5 200+40 8 114+25 6.5 201+40 8 115+65 3.5 202+25 11.5 116+35 3.5 203+70 12.5 116+90 4.5 204+20 2.5 118+75 3.5 207+00 4 119+35 4 207+15 4 120+00 5 208+65 4.5 120+65 5.5 209+25 8 121+40 5.5 211+00 4.5 122+00 3.5 211+15 4.5 122+60 4 213+00 4 123+50 4 213+10 4 124+00 5.5 213+45 6.5 126+45 3.5 214+90 4.5 127+85 6 215+85 8 128+60 5 220+22 7 130+68 11 220+00 5 131+00 3.5 222+00 8 132+20 3.5 223+80 6 TOTAL (SY) 13 50 107 208.5 NOTES: 1. THE REPAIR OR RELOCATION OF EXISTING MAILBOXES AND TRAFFIC CONTROL SIGNS AND SIGNALS SHALL BE CONSIDERED INCIDENTAL TO THE PRICE BID FOR WATERLINE. MAILBOXES SHALL REMAIN ACCESIBLE FOR MAIL DELIVERY. 2. THE REPAIR OF ANY DAMAGED LANDSCAPED AREAS, FENCES, ETC. SHALL BE CONSIDERED INCIDENTAL TO THE BID PRICE FOR WATERLINE. 3. THE REPAIR OF ALL ASPHALT, CONCRETE, AND CALICHE PAVEMENT SHALL BE CONSIDERED INCIDENTAL TO THE BID PRICE FOR WATERLINE. 4. THE REMOVAL OF EXISTING PIPE, AS CALLED ON THE PLANS, SHALL BE CONSIDERED INCIDENTAL TO THE BID PRICE FOR WATERLINE. 5. TRENCH PROTECTION SHALL BE UTILIZED WHEN TRENCH EXCEEDS 5 FEET IN DEPTH, AND SHALL BE INCIDENTAL TO THE BID PRICE FOR WATERLINE. 6. ALL WORK DONE FOR CONNECTIONS SHOULD BE SUBSIDIARY TO PERTINENT ITEMS. ADDENDUM No. 1 STATE JULIO C. CERDA ESTIMATED QUANTITIES F O 90524 U N DED OF IN 9 0 8 L & G Engineering Highway / Civil Structural / Bridge Environmental Firm No. : F-4105 TEXAS PROFESSIONAL ENGINEER LICEN SED JULIO C. CERDA P.E. 90524 05/12/2016 REVISED DATE 2100 W. Expressway 83 Mercedes, TX. 78570 Phone : (956) 565-9813 Fax : (956) 565-9018 900 S. Stewart Rd., Ste. 10 Mission, TX. 78572 Phone : (956) 585-1909 Fax : (956) 585-1927 900 S. STEWART, SUITE 13 PH: (956) 424-3335 MISSION, TEXAS 78572 FAX: (956) 424-3132 TBPE REG. # 15000 FED.RD. SHEET FEDERAL AID PROJECT NO. DIV.NO. NO. REVISED DATE: 05/12/2016 6 STATE STATE COUNTY DIST.NO. TEXAS PHR HIDALGO CONT. SECT. JOB 0921 02 301 HIGHWAY NO. INSPIRATION