CLARIFICATION, QUESTIONS AND RESPONSES AND DRAWINGS CLARIFICATION

Similar documents
Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018

BID SCHEDULE. COMPLETION of this project is expected PURSUANT TO CONTRACT DOCUMENTS. Description Scheduled Unit Total Value Unit Price Price.

Addendum No. 5 North Valleys Integration Lemmon Drive Main Installation Federally Funded PWP Bid No. WA October 29, 2015

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

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

Job Order Sewer Repair Services

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

Highlands Housing Authority

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

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

General Water Bid Items Item No.

Addendum No. 1 ASR Monitoring Well Drilling

Addendum No. 1 Issue Date: March 29, 2016

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

Addendum No. 1 STMGID ARROWCREEK BPS MAIN. PWP Bid No.: WA TMWA Capital Project No.: April 16, 2018 QUESTIONS AND RESPONSES

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

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

Finance & Technology Administrator (815) ext 223

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

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

Sample. Bid Proposal. Not Valid for Use

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

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

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

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

PROPOSAL AND BID FORM (Submit in triplicate)

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

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

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

PREQUALIFICATION QUESTIONNAIRE

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.

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

BID FORM. (Firm) FOR CONSTRUCTION OF

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

Addendum No. 1 Page 1 of 2

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

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

SECTION MEASUREMENT AND PAYMENT

ON-THE-JOB TRAINING (OJT) APPLICATION

PREQUALIFICATION APPLICATION INSTRUCTIONS

CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

PUBLIC WORKS DEPARTMENT

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

City of Eagle Point 2017 Paving Instruction to Bidders

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

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

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances

ADDENDUM TO THE CONTRACT. for the. Switzer Creek Subdivision Contract No. E ADDENDUM NO.: FOUR CURRENT DEADLINE FOR BIDS: September 23, 2015

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

DOCUMENT ADDENDA AND MODIFICATIONS

BID Addenda No. Date Issued Addenda No. Date Issued

CONTRACT SPECIFICATIONS FOR

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

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

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

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

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

PREQUALIFICATION APPLICATION INSTRUCTIONS

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

May 31, Prepared By: Thompson Engineering, Inc Cottage Hill Road Ste. 190 Mobile, Al Office (251) Fax: (251)

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

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

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

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

SECTION MEASUREMENT AND PAYMENT

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

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703)

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

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

CITY OF TACOMA Department of Public Utilities Tacoma Power

ADDENDUM NO. 1. Please acknowledge receipt of this addendum on page 10 of the Invitation for Pre-Qualification of Bidders

FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):

BITUMINOUS MIXTURE # 13A BID SHEET

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

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

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

BID FORM (LUMP SUM CONTRACT)

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

JUDD STREET LIFT STATION DEWATERING CONTRACT

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

SECTION MEASUREMENT AND PAYMENT

SECTION CS-2. TRENCH EXCAVATION CONSTRUCTION STANDARDS

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

PUBLIC WORKS DEPARTMENT THORNTON ROAD WIDENING PROJECT NO. PW1428

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO (2 pages)

Transcription:

Addendum No. 1 Wheeler, Roberts, Moran and Stewart Water Main Replacements PWP Bid No.: WA-2018-029 TMWA Capital Project No.: 10-0001.0048 November 22, 2017 The following information, clarifications, changes and modifications are by reference incorporated into the bid documents for the above referenced project. Any work item or contract provision not changed or modified will remain in full force and effect. The bid date and time and construction schedule remain the same. CLARIFICATION, QUESTIONS AND RESPONSES AND DRAWINGS CLARIFICATION Clarification Item No. 1: Bidding Procedures Section 1- Bid Proposal Forms Bid Schedule: Replace the Bid Schedule with the attached revised version (Attachment A ). The quantity for Item 6, Main Retirement, has been revised. Original Scheduled Value of 3,279 LF; Replaced with 3,711 LF. Clarification Item No. 2: Pre-Bid Meeting Clarification: Pre-Bid Agenda from Tuesday, November 14. Item 2) c) PWP BID NO.: reads WA-2017-029. Replace with WA-2018-029 QUESTIONS AND RESPONSES Question No. 1: Please verify the quantity for bid item #3 is correct. It appears the pipe footage on P3 was not accounted for. Response to Question No. 1: Pipe quantities for Bid Schedule item #3 have been reviewed and verified to be correct. Question No. 2: Please verify the quantity in bid item #4 is correct. Response to Question No. 2: Pipe quantities for Bid Schedule item #4 have been reviewed and verified to be correct.

DRAWINGS 1. Replace the following Drawings with the attached revised versions (Attachment B ). Drawing P1 (Sheet No. 5) Revised pipe length callout on plan view for 8 diameter pipe. Drawing P2 (Sheet No. 6) Added pipe length callout on plan view for 8 diameter pipe. Drawing P3 (Sheet No. 7) Revised pipe length callout on plan view for 6 diameter pipe. Corrected pipe size to 6 diameter on profile. Drawing P5 (Sheet No. 9) - Corrected pipe size to 6 diameter on profile. Drawing P6 (Sheet No. 10) Added pipe length callout on plan view for 6 diameter pipe. Revised pipe length callout on plan view for 6 diameter pipe. Drawing P7 (Sheet No. 11) Revised water main location to provide minimum horizontal separation from existing storm drain. Corrected pipe size to 6 diameter on profile. Drawing P9 (Sheet No. 13) Added callout to retire existing 4 diameter main. QUESTION CUT-OFF DATE: November 28, 2017 END OF ADDENDUM NO. 1

ATTACHMENT A

BID PROPOSAL FORMS REVISED 11/21/17

KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada, as Surety, hereinafter called the Surety, are held and firmly bound unto Truckee Meadows Water Authority, a joint powers authority created pursuant to NRS Chapter 277, for the sum of $ Dollars (state sum in words) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. This bond shall be governed by the laws of the State of Nevada. WHEREAS, the Principal has submitted a bid, identified as PWP No: WA-2018-029 and titled Wheeler, Roberts, Moran and Stewart Water Main Replacements. NOW, THEREFORE if Truckee Meadows Water Authority shall accept the bid of the Principal and the Principal shall enter into a contract with Truckee Meadows Water Authority in Accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to Truckee Meadows Water Authority the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which Truckee Meadows Water Authority may in good faith contract with another party to perform work covered by said bid or an appropriate liquidated amount as specified in the Invitation for Bids then this obligation shall be null and void, otherwise to remain in full force and effect. Executed on this day of, 20 (Signature of Principal) Name: Title: (Seal) Firm: Address: City/ State / Zip Code: Written Name of Principal: (Signature of Notary) ATTEST NAME: Subscribed and sworn before me this day of, 20 (printed name of notary) Notary Public for the State of Claims Under This Bond May Be Addressed To: Name of Surety Address City State/Zip Code Name Title Phone Surety's Acknowledgment NOTICE: No substitution or revision to this bond form will be accepted. Sureties must be authorized to do business in and have an agent for service of process in the State of Nevada. Certified copy of Power of Attorney must be attached. Master Form Invitation to Bid.rev 9.4.13 Page 2

BID SCHEDULES REVISED 11/21/17 (Cont) BID SCHEDULES REVISED 11/21/17 PWP #: BID TITLE: NOTICE: PWP#WA-2018-029 Wheeler, Roberts, Moran and Stewart Water Main Replacements No substitution or revision to this Bid Schedule form will be accepted. Truckee Meadows Water Authority will reject any Bid that is received that has changes or alterations to this document. Although the Prevailing Wages are provided in this bid document, the bidder is responsible to verify with the Labor Commissioner if any addendums have been issued. If different, the successful bidder will be required to provide the current Prevailing Wages used in preparation of their bid within 24 hours of bid submission. PRICES must be valid for 30 calendar days after the bid opening. A COPY OF THE "CERTIFICATE" of eligibility to receive a preference in bidding on public works issued to him/her by the State Contractors' Board and (if claiming Locals Preference) the Local s Preference Affidavit (provided above) must be submitted with his/her bid to the Contracts Division for the preference to be considered. These Statutes do not apply to projects expected to cost less than $250,000. COMPLETION of this project is expected PURSUANT TO CONTRACT DOCUMENTS. BIDDER acknowledges receipt of Addendums. Item pricing on this schedule is for use in preparing the schedule of values that will be used as a basis for partial payment during construction and for internal TMWA use. Item descriptions are not intended to be all inclusive. Bidders shall include costs for work not specifically mentioned in the most appropriate item. Refer to Article 7 of the General Conditions for a list of items that may be included in the mobilization bid item. TMWA reserves the right to perform extra work using time and expense or negotiated lump sum procedures. The Contract Sum will be adjusted (increased or decreased) for actual quantities per unit price items. Lump sum items will not be adjusted. Compliance with all permit and environmental requirements is incidental to the Work. No separate bid item, or additional payment provisions, shall be made for operational constraints or conditions placed on the Work by permitting agency requirements. (signature) SUMMARY Description Scheduled Unit Total Value Unit Price Price 1. Mobilization and Demobilization (NTE 5%): Include all front-end costs associated with bonding, insurance, temporary facilities, project schedule, submittals; and materials, labor, and equipment mobilization to the project site. Include all back-end costs associated with project and contract closeout, including demobilization from the site. The lump sum price bid shall 1 LS Master Form Invitation to Bid.rev 9.4.13 Page 3

BID SCHEDULES REVISED 11/21/17 (Cont) Description Scheduled Unit Total Value Unit Price Price not exceed 5 percent of the total bid amount. 2. Furnish and Install Traffic Control: Include all costs for all labor, equipment, and incidentals necessary to comply with these Specifications including, but not limited to, preparation and distribution of plans, notices and reports; setup, removal and maintenance of all barricades, signs (including custom signs), channelizing devices, barrel cones, flag persons, detours, arrow boards, and message boards; temporary striping; temporary paving; temporary aggregate base; and plantmix asphalt pavement ramps. There shall be no additional payment for changes in the traffic control plan required as a result of changes in the Contractor s work method or schedule. 3. 6-inch Diameter Water Main (Ductile Iron): Include all labor, equipment, and materials required to complete the installation of the water main, including, but not limited to, coordination of delivery, inspection and storage of materials; removal and disposal of existing improvements regardless of material; trench excavation (including haul and disposal of unusable and excess excavated material); removal and disposal of Transite/asbestos cement pipe; furnishing and installing all restrained joint pipe, fittings, restraints, concrete thrust blocks, and locator wires; laying and jointing pipe; flush valve assembly; pipe bedding, trench backfill, compaction and compaction testing; water main testing, disinfection, flushing, care and transportation of testing samples to laboratory; temporary asphalt pavement restoration; and clean-up, all in accordance with the Contract Documents. 4. 8-inch Diameter Water Main (Ductile Iron): Include all labor, equipment, and materials required to complete the installation of the water main, including, but not limited to, coordination of delivery, inspection and storage of materials; removal and disposal of existing improvements regardless of material; trench excavation (including haul and disposal of unusable and excess excavated material); removal and disposal of Transite/asbestos cement pipe; furnishing and installing all restrained joint pipe, fittings, restraints, concrete thrust blocks, and locator wires; laying and jointing pipe; flush valve assembly; pipe bedding, trench backfill, compaction and compaction testing; water main testing, disinfection, flushing, care and transportation of testing samples to laboratory; temporary asphalt pavement restoration; and clean-up, all in accordance with the Contract Documents. 1 LS 2,574 LF 707 LF Master Form Invitation to Bid.rev 9.4.13 Page 4

BID SCHEDULES REVISED 11/21/17 (Cont) Description Scheduled Unit Total Value Unit Price Price 5. Reconnection of Existing Service Lines: Include all labor, equipment, and materials required to complete the installation of the service lines, including, but not limited to, coordination of delivery, inspection and storage of materials; removal and disposal of existing improvements regardless of material; trench excavation (including haul and disposal of unusable and excess excavated material); furnishing and installing all service lines, fittings, service 111 EA taps, and locator wires; abandonment of service connections to existing water main; laying and jointing pipe; pipe bedding, trench backfill, compaction and compaction testing; temporary asphalt pavement restoration; and clean-up, all in accordance with the Contract Documents. 6. Main Retirement: Retire in place 4- through10-inch diameter water mains, including cutting of existing water main piping, providing and installing appropriate sized cap. This item includes any trenching, removal and disposal of existing improvements as needed, valve abandonment, grout placement, cap, and all required 3,279 3711 LF appurtenances to retire the water line as shown on the plans, including, backfill, compaction and asphalt patching as required. 7. 6-inch Diameter Gate Valve: Include all labor, equipment, and materials required to complete the installation of the gate valve, including, but not limited to, coordination of delivery, inspection and storage of materials; valve assembly, restraints, locate wire, riser 11 EA pipe, valve box, concrete pad, and other necessary appurtenances, all in accordance with the Contract Documents. 8. 8-inch Diameter Gate Valve: Include all labor, equipment, and materials required to complete the installation of the gate valve, including, but not limited to, coordination of delivery, inspection and storage of materials; valve assembly, restraints, locate wire, riser 6 EA pipe, valve box, concrete pad, and other necessary appurtenances, all in accordance with the Contract Documents. 9. 10-inch Diameter Gate Valve: Include all labor, equipment, and materials required to complete the installation of the gate valve, including, but not limited to, coordination of delivery, inspection and storage of materials; valve assembly, restraints, locate wire, riser 1 EA pipe, valve box, concrete pad, and other necessary appurtenances, all in accordance with the Contract Documents. 10. Combination Air Release Valve Assembly: Include all labor, equipment, and materials required to complete the installation of the assembly, including, but not limited 1 EA Master Form Invitation to Bid.rev 9.4.13 Page 5

BID SCHEDULES REVISED 11/21/17 (Cont) Description Scheduled Unit Total Value Unit Price Price to, coordination of delivery, inspection and storage of materials; trench excavation (including haul and disposal of unusable and excess excavated material); furnishing and installing service lines, valves, fittings, service taps, valve riser, combination air valve assembly, enclosure with lid and riser, and locator wires; laying and jointing pipe; pipe bedding, trench backfill, compaction and compaction testing; temporary asphalt pavement restoration; and clean-up, all in accordance with the Contract Documents. 11. Fire Hydrant Service Install: City of Reno to provide fire hydrant assembly. Include all labor, equipment and materials required to complete the installation of the new fire hydrant assembly, tee, 6-inch gate valve and 6-inch restrained joint ductile iron pipe, including, but not limited to, coordination of delivery, inspection and storage of materials; trench excavation (including haul and disposal of unusable and excess excavated material); furnishing and installing all fittings, restraints, concrete thrust blocks, and locator wires; laying and jointing pipe; pipe bedding, trench backfill, compaction and compaction testing; temporary asphalt pavement restoration; and clean-up, all in accordance with the Contract Documents. 1 EA Items 12 and 13 are contingent items and may not be required or authorized. Bid items 12 and 13 will be considered in the total bid price when selecting the best bidder pursuant to NRS 338. 12. Rock Excavation (Reference Article 4 of the General Conditions) 13. Additional Trench Excavation Depth Per Foot of Depth, for Additional Trench Depths Which Exceed 2 feet Below the Design Profile Depth: Payment for this item is contingent and will be based on extra trenching depth, per foot of depth, within the range of 6 to 12 feet below finished grade. The extra trenching depth Bid Item is not applicable to conflicts that could be reasonably anticipated from existing facilities shown on the Drawings or from an inspection of the job site (such as valve covers, manholes, underground location markings, etc.). The cost of trenching 6 feet or less in depth shall include shoring, bracing, additional backfill, etc. Extra depth is rounded to nearest foot. Measurement for this item will be per linear foot of trench. TOTAL BID PRICE 50 CY 200 LF Total Bid Price Written in Words: Master Form Invitation to Bid.rev 9.4.13 Page 6

BID SCHEDULES REVISED 11/21/17 (Cont) NOTES TO BID SCHEDULE: 1. This project is bid on a unit price basis and shall include all necessary incidentals and appurtenances for a complete in place, functional facility as described in the contract documents. Where applicable, all Bid Items shall include bolts and nuts, warning tape, cross laminated polyethylene encasement, excavation, bedding, backfill, compaction, asphalt concrete pavement patch, disinfection, flushing, testing, valve boxes, conductor riser pipes, concrete pads, thrust blocks, and any other incidentals and/or appurtenances required for a complete in place, functional facility. Prices include all labor, equipment, materials, supervision, profit, overhead, and incidental costs. Bid item descriptions are not intended to be all inclusive. Bidders shall include costs for work not specifically mentioned in the most appropriate item, including but not limited to: potholing (both where necessary to verify existing utilities and at the locations specifically identified on the Improvement Plans); pavement saw-cutting, grinding, or other method as approved by TMWA; removal and disposal of existing pavement, concrete, and trench spoils; removal and disposal of existing mains/facilities necessary to make connections to existing water mains/facilities and/or to install new water mains/facilities; removal and disposal of existing valve/curb valve boxes, conductor pipes, meter boxes, and any other facilities identified in the Improvement Plans, including backfill with aggregate base and placement of asphalt concrete pavement patch; furnishing, installation, and/or removal of flush/test assemblies. 2. Refer to Article 7 of the General Conditions for a list of items that may be included in the mobilization bid item. 3. TMWA reserves the right to perform extra work using time and expense or negotiated lump sum procedures. 4. Trench and pavement patch widths depicted in the trench detail(s) are MINIMUM widths. NO ADDITIONAL PAYMENT will be made for additional backfill materials (sand, cement slurry, and/or base) and/or asphalt concrete (AC) pavement patch for trench and/or pavement patch widths in excess of those depicted in the trench detail(s). Theoretically, the trench and/or pavement patch width(s) could be the entire width of the street from lip of curb to lip of curb. Excavation, backfill, and asphalt concrete (AC) pavement patches required at water main connection locations, cut and cap locations, valve box removal locations, and any other locations not specifically mentioned, shall be as required to complete the task, with NO ADDITIONAL PAYMENT. 5. Compliance with all permit and environmental requirements is incidental to the Work. No separate bid item, or additional payment provisions, shall be made for operational constraints or conditions placed on the Work by permitting agency requirements. Master Form Invitation to Bid.rev 9.4.13 Page 7

BID SCHEDULES REVISED 11/21/17 (Cont) BIDDER INFORMATION: Company Name: Address: City: State / Zip Code: Telephone Number including area code: Fax Number including area code: E-mail: LICENSING INFORMATION: Nevada State Contractor's License Number: License Classification(s): Limitation(s) of License: Date Issued: Date of Expiration: Name of Licensee: City, State, Zip Code of Licensee: Telephone Number of Licensee: Business License Number: Date Issued: Date of Expiration: Name of Licensee: City, State, Zip Code of Licensee: Telephone Number of Licensee: Taxpayer Identification Number: Master Form Invitation to Bid.rev 9.4.13 Page 8

DISCLOSURE OF PRINCIPALS: 1. Individual and/or Partnership: Owner 1) Name: Address: City, State, Zip Code: Telephone Number: BID SCHEDULES REVISED 11/21/17 (Cont) Owner 2) Name: Address: City, State, Zip Code: Telephone Number: Other 1) Title: Name Other 2) Title: Name: 2. Corporation: State in which Company is Incorporated: Date Incorporated: Name of Corporation: Address City, State, Zip Code: Telephone Number: President's Name: Vice-President's Name: Other 1) Name: Title: Other 2) Name: Title Master Form Invitation to Bid.rev 9.4.13 Page 9

BID SCHEDULES REVISED 11/21/17 (Cont) MANAGEMENT AND SUPERVISORY PERSONNEL: Persons and Positions Years With Firm Name Title Name Title Name Title (If additional space is needed, attach a separate page) REFERENCES: 1. Instructions: List at least three (3) contracts of a similar nature performed by your firm in the last three (3) years. If NONE, use your Company s letterhead (and submit with your bid proposal) a list what your qualifications are for this contract. Truckee Meadows Water Authority reserves the right to contact and verify, with any and all references listed, the quality of and the degree of satisfaction for such performance. See the Supplemental Conditions for the TMWA Project Category required for this project. 2. Clients: (if additional space is needed attach a separate page) Owner s Representative : Telephone # Address (inc. City, State & Zip): Owner s Representative s E-mail: Superintendent: Amount of Contract: Date Completed: Project Title: TMWA Project Category: Owner s Representative : Telephone # Address (inc. City, State & Zip): Owner s Representative s E-mail: Superintendent: Amount of Contract: Date Completed: Project Title: TMWA Project Category: Master Form Invitation to Bid.rev 9.4.13 Page 10

BID SCHEDULES REVISED 11/21/17 (Cont) Owner s Representative : Telephone # Address (inc. City, State & Zip): Owner s Representative s E-mail: Superintendent: Amount of Contract: Date Completed: Project Title: TMWA Project Category: Project Name: Owner s Representative : Telephone # Address (inc. City, State & Zip): Owner s Representative s E-mail: Superintendent: Amount of Contract: Date Completed: Project Title: TMWA Project Category: Project Name: Owner s Representative : Telephone # Address (inc. City, State & Zip): Owner s Representative s E-mail: Superintendent: Amount of Contract: Date Completed: Project Title: TMWA Project Category: Master Form Invitation to Bid.rev 9.4.13 Page 11

BID SCHEDULES REVISED 11/21/17 (Cont) CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal, State or Local department or agency. b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or Local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or Local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Signature of Authorized Certifying Official Printed Name Title Date I am unable to certify to the above statement. My explanation is attached. Signature Date BIDDER S SAFETY INFORMATION Bidder s Safety Factors: Year E-Mod Factor 1 OSHA Incident Rate 2 2015 2016 1 E-Mod (Experience Modification) Factors are issued by the National Council on Compensation Insurance (NCCI). 2 OSHA Incident Rate is the number of OSHA Recordable Accidents multiplied by 200,000 and then dividing that result by the total number of annual man-hours. Please refer to the U.S. Department of Labor Occupational Safety and Health Administration s website for calculating worksheets and current requirements. Master Form Invitation to Bid.rev 9.4.13 Page 12

BID SCHEDULES REVISED 11/21/17 (Cont) NRS 338.141 LIST OF SUBCONTRACTORS AND CONTRACTOR SELF PERFORMANCE EXCEEDING FIVE PERCENT OF BID AMOUNT (FIVE PERCENT LIST) INSTRUCTIONS: List each first tier subcontractor who will be paid an amount exceeding five percent (5%) of the Bid amount and Contractor if it will self-perform work exceeding five (5) percent of bid amount This information must be submitted with your bid proposal. The bidder shall enter NONE under Name of Subcontractor if not utilizing subcontractors exceeding this amount. (This form must be complete in all respects. If, additional space is needed, attach a separate page). Name of Contractor Address Phone Nevada Contractor License # Limit of License Description of work being self performed by Contractor or statement that Contractor will perform all work other than that being performed by listed subcontractor(s): Name of Subcontractor Address Phone Nevada Contractor License # Limit of License Description of work: Name of Subcontractor Address Phone Nevada Contractor License # Limit of License Description of work: Name of Subcontractor Address Phone Nevada Contractor License # Limit of License Description of work: Name of Subcontractor Address Phone Nevada Contractor License # Limit of License Description of work: Master Form Invitation to Bid.rev 9.4.13 Page 13

BID SCHEDULES REVISED 11/21/17 (Cont) FIRST TIER SUBCONTRACTORS AND CONTRACTOR SELF PERFORMANCE EXCEEDING $250,000, ONE PERCENT OF BID AMOUNT OR $50,000 (TWO HOUR LIST) INSTRUCTIONS: List each first tier subcontractor who will be paid an amount exceeding a) $250,000; and b) one percent (1%) of the Bid amount, or $50,000, whichever is greater, and list Contractor if it will self-perform work exceeding one (1) percent of bid amount. This information must be submitted by the three lowest bidders within two (2) hours after the completion of the opening of the bids. Bidder shall enter NONE under Name of Subcontractor if not utilizing subcontractors exceeding this amount. (This form must be complete in all respects. If, additional space is needed, attach a separate page). Bidder may elect to submit this Two Hour List with the bid proposal and, in that case, the Bidder will be considered as having timely submitted the Two Hour List. Name of Contractor Address Phone Nevada Contractor License # Limit of License Description of work being self performed by Contractor or statement that Contractor will perform all work other than that being performed by listed subcontractor(s): Name of Subcontractor Address Phone Nevada Contractor License # Limit of License Description of work: Name of Subcontractor Address Phone Nevada Contractor License # Limit of License Description of work: Name of Subcontractor Address Phone Nevada Contractor License # Limit of License Description of work: Name of Subcontractor Address Phone Nevada Contractor License # Limit of License Description of work: Master Form Invitation to Bid.rev 9.4.13 Page 14

BID SCHEDULES REVISED 11/21/17 (Cont) Local Preference Affidavit This preference does not apply to projects expected to cost less than $250,000. If the bid submitted is over $250,000, this completed affidavit must be submitted with your bid response to be considered. State of ) )ss. County of ) I,, on behalf of the Contractor, ( Contractor ), hereby certify and affirm under penalty of perjury, for purposes of qualifying for a preference in bidding under Nevada Revised Statutes Chapter 338 on PWP No.: WA-2018-029, Project Name Wheeler, Roberts, Moran and Stewart Water Main Replacements ( Project ), that the following requirements will be adhered to, documented and attained for the duration of the Project, collectively, and not on any specific day: 1. At least 50 percent of the workers employed on the Project (including subcontractors) hold a valid driver s license or identification card issued by the Nevada Department of Motor Vehicles; 2. All vehicles used primarily for the public work will be (a) registered and (where applicable) partially apportioned to Nevada; or (b) registered in Nevada. 3. If applying to receive a preference in bidding pursuant to NRS 338.1727, at least 50 percent of the design professionals who work on the Project (including sub-contractors) hold a valid driver s license or identification card issued by the Nevada Department of Motor Vehicles; and 4. The Contractor and any subcontractor engaged on the public work shall maintain and make available for inspection within Nevada all payroll records related to the Project. Contractor recognizes and accepts that failure to comply with any requirements herein shall entitle the Truckee Meadows Water Authority ( Authority ) to a penalty in the amount set by statute. In addition, the Contractor recognizes and accepts that failure to comply with any requirements herein may lose its certification for a preference in bidding for 5 years and/or its ability to bid on any contracts for public works for one year pursuant to NRS Chapter 338. By: Title: Signature: Date: Signed and sworn to (or affirmed) before me on this day of, 20, by (name of person making statement). STAMP AND SEAL Notary Signature Master Form Invitation to Bid.rev 9.4.13 Page 15

ACKNOWLEDGMENT AND EXECUTION STATE OF ) ) SS County of ) Hereby deposes and says under the penalty of perjury: (Name of Principal) That he/she is the Contractor, or authorized agent of the Contractor for whom the aforesaid described work is to be performed by; that he/she has read the Plans, Specifications, and related documents including but not limited to, any addendums issued and understands the terms, conditions, and requirements thereof; that if his/her bid is accepted that he/she agrees to furnish and deliver all materials except those specified to be furnished by Truckee Meadows Water Authority (Owner) and to do and perform all work for the Wheeler, Roberts, Moran and Stewart Water Main Replacements. PWP No: WA-2018-029, together with incidental items necessary to complete the work to be constructed in accordance with the Specifications, Plans, and Contract Documents annexed hereto. TO THE GENERAL MANAGER OF TRUCKEE MEADOWS WATER AUTHORITY, NEVADA: The undersigned, as bidder, declares that the only persons or parties interested in this proposal, as principals, are those named herein, the bidder is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: that this proposal is made without collusion with any other person, firm or corporation; that he/she has carefully examined the location of the proposed work; the annexed proposed form of Contract, the Contract Provisions, Plans, Specifications and Contract Documents incorporated therein referred to and made part thereof; that he/she proposes and agrees if this proposal is accepted, that he/she will contract with Truckee Meadows Water Authority in the form of the Contract prescribed, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the Contract and annexed Contract Provisions, Plans and Specifications, in the manner and time prescribed and according to the requirements of the Project Representative as therein set forth, it being understood and agreed that the quantities shown herein are approximate only and are subject to increase or decrease, and that he/she will accept, in full, payment therefore the indicated prices. Contractor/Bidder: (Printed Name of Contractor/Bidder) BY: Firm: Address: L.S. City: State / Zip Code: Telephone Number: Fax Number: E-mail Address: (Signature of Principal) Signature: DATED this day of, 20. State of Nevada ) ) S.S. County of ) On this day of, in the year 20, before me, /Notary Public, personally appeared Personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument, and acknowledged that he (she) executed it. WITNESS my hand and official seal. Notary's Signature: My commission Expires: Master Form Invitation to Bid.rev 9.4.13 Page 16

ATTACHMENT B

THOMA STREET ROBERTS ST-SHEET P3 ROBERTS STREET MATCHLINE: STA 507+50 SEE SHEET P2 GENERAL NOTES: WATER CONSTRUCTION NOTES: WHEELER AVE. ROBERTS ST-SHEET P4 BID SET NOT REPRODUCIBLE PROPERTY OF TRUCKEE MEADOWS WATER AUTHORITY, RETURN UPON COMPLETION OF PROJECT (Per Homeland Security Act) IMPROVEMENT PLANS FOR WHEELER, ROBERTS, MORAN & STEWART REPLACEMENTS WHEELER AVE. - STA 503+50 TO 507+50 P1

MATCHLINE: STA 507+50 SEE SHEET P1 MORAN ST-SHEET P5 MORAN STREET GENERAL NOTES: WATER CONSTRUCTION NOTES: WHEELER AVE. MORAN ST-SHEET P6 BID SET NOT REPRODUCIBLE PROPERTY OF TRUCKEE MEADOWS WATER AUTHORITY, RETURN UPON COMPLETION OF PROJECT (Per Homeland Security Act) IMPROVEMENT PLANS FOR WHEELER, ROBERTS, MORAN & STEWART REPLACEMENTS WHEELER AVE. - STA 507+50 TO 512+00 P2

HOLCOMB AVENUE MATCHLINE: STA 604+50 SEE SHEET P4 GENERAL NOTES: WATER CONSTRUCTION NOTES: ROBERTS STREET BID SET NOT REPRODUCIBLE PROPERTY OF TRUCKEE MEADOWS WATER AUTHORITY, RETURN UPON COMPLETION OF PROJECT (Per Homeland Security Act) IMPROVEMENT PLANS FOR WHEELER, ROBERTS, MORAN & STEWART REPLACEMENTS ROBERTS ST. - STA 600+00 TO 604+50 P3

GENERAL NOTES: HOLCOMB AVENUE MATCHLINE: STA 705+00 SEE SHEET P6 WATER CONSTRUCTION NOTES: MORAN STREET BID SET NOT REPRODUCIBLE PROPERTY OF TRUCKEE MEADOWS WATER AUTHORITY, RETURN UPON COMPLETION OF PROJECT (Per Homeland Security Act) IMPROVEMENT PLANS FOR WHEELER, ROBERTS, MORAN & STEWART REPLACEMENTS MORAN ST. - STA 700+00 TO 705+00 P5

WHEELER AVE-SHEET P2 S. WELLS AVENUE GENERAL NOTES: MATCHLINE: STA 705+00 SEE SHEET P5 WATER CONSTRUCTION NOTES: WHEELER AVE-SHEET P1 MORAN STREET BID SET NOT REPRODUCIBLE PROPERTY OF TRUCKEE MEADOWS WATER AUTHORITY, RETURN UPON COMPLETION OF PROJECT (Per Homeland Security Act) IMPROVEMENT PLANS FOR WHEELER, ROBERTS, MORAN & STEWART REPLACEMENTS MORAN ST. - STA 705+00 TO 710+00 P6

GENERAL NOTES: WHEELER AVENUE WHEELER AVENUE MATCHLINE: STA 805+00 SEE SHEET P8 WATER CONSTRUCTION NOTES: STEWART STREET BID SET NOT REPRODUCIBLE PROPERTY OF TRUCKEE MEADOWS WATER AUTHORITY, RETURN UPON COMPLETION OF PROJECT (Per Homeland Security Act) IMPROVEMENT PLANS FOR WHEELER, ROBERTS, MORAN & STEWART REPLACEMENTS STEWART ST. STA 800+00 TO 805+00 P7

GENERAL NOTES: WATER CONSTRUCTION NOTES: CHENEY STREET BID SET NOT REPRODUCIBLE PROPERTY OF TRUCKEE MEADOWS WATER AUTHORITY, RETURN UPON COMPLETION OF PROJECT (Per Homeland Security Act) IMPROVEMENT PLANS FOR WHEELER, ROBERTS, MORAN & STEWART REPLACEMENTS CHENEY ST. - STA 900+00 TO 904+75 P9