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

Similar documents
FC-9403, Street Resurfacing and Associated Street Maintenance Activities - Group A Addendum No. 3 January 24, 2017 Page 2

MEMORANDUM ADDENDUM # 1

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

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

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

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

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

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

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

Sample. Bid Proposal. Not Valid for Use

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

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

ADDENDUM NO. 1 NOVEMBER 8, 2016

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

Addendum No. 1 Page 1 of 2

Annual 2012 Asphalt Overlay Work Order Construction Contract Job No Solicitation No. B MR BID PROPOSAL. PROPOSAL OF, a corporation a

CITY OF MARSHALL, MINNESOTA

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

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

BASE BID Description Written & Numeric Price

ADDENDUM NO. 1 - OUTLINE AND SUMMARY INFORMATION

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

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form.

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

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

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

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

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.

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

General Water Bid Items Item No.

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

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

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

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

PUBLIC WORKS DEPARTMENT

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

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

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

SECTION BID FORM (REVISED ) ADDENDUM No. 1

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

Haywood County Auxiliary Services and Haywood County Auxiliary Services: Building Shell Renovation Waynesville, North Carolina


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

ADDENDUM NO. 3 February 28, 2017

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

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

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

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018

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?

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

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

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

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

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

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION

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

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

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

BID BLACKTOP RESURFACING

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

PURCHASING DEPARTMENT

Newport News Public Schools

KANSAS TURNPIKE AUTHORITY KTA CONTRACT NO Mill and Superpave overlay I-35 (KTA) from MM 13 to MM 26.8 ADDENDUM NO. 1

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

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS

BID FOR SINGLE CHIP SEAL OVER ASPHALT & FOG SEAL General Information for Bidders

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

DEAN + TYLER + BURNS ARCHITECTURE

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

BIDDERS HANDOUT Please provide to all bidders who inquire about the City of Granite Shoals Quarry Parks Projects

BID FORM (LUMP SUM CONTRACT)

Bid Proposal of. Town of Carrboro - Rogers Road Sidewalk Project (U-4726DD)

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

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

TELEPHONE: (215) Addendum No. 03

Bidders Name: DOCUMENT 330 BID FORM

JUDD STREET LIFT STATION DEWATERING CONTRACT

PROPOSAL OF, a corporation. an individual doing business as

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

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

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

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

ADDENDUM NO. 1 Page 1 of 7

DOCUMENT BID FORM. Village of Middle Point

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

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

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

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

Masterson 24-Inch Water Main Extension Solicitation Number: CO Job No.: ADDENDUM 2 July 3, 2018

revisions to project manual Bid Form: Added deduct alternate 07. Refer to written responses below for explanation.

THE CITY OF MT. PLEASANT, MICHIGAN

DOCUMENT BID PROPOSAL

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

CITY OF CHESAPEAKE INVITATION FOR BID ADDENDUM NO. 1. Battlefield Golf Club Water Project, Centerville Turnpike

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

GOREE ARCHITECTS, INC Bellaire Blvd., Suite 105 Bellaire, TX Tel (713)

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

BID PROPOSAL CONTRACT NO. AOPC

Transcription:

ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in its entirety and replace with the revised attached Section 00 41 53 Bid Unit Price. Delete Appendix entitled Typical Sections in its entirety and replace with the revised attached Typical Sections.

FY 2012 Full Depth Reclamation Project Q&A Board Question Deadline June 26, 2012 Question: In the Contract Documents Section 00 41 53-4 you state that all work must be complete within 90 Calendar Days after Notice to Proceed, but then in Section 00 52 33-1 you state that all work must be complete all work within 60 Calendar Days after the Notice to Proceed. Can you please clarify which of these durations is the correct one to base our bid on? Answer: 60 Days in accordance with Section 00 52 33. Question: I was hoping you could give me an estimate on the Square Yards of FDR on the project being bid on July 9 th? Answer: As per Section 00 41 53 of the Bid Documents there is estimated 6000 SY of Soil Cement stabilized base 12 inches thick and 4000 SY of Soil Cement stabilized base 6 inches thick. Question: Can the Prime Coat for the soil cement base be eliminated or changed to CS-1 or CSS to avoid tracking issues? Answer: No, prime coat is required and must be a grade specified in Section 412 of the GDOT Standard Specifications of Construction of Transportation Systems. The recommended prime coat to reduce tracking as per GDOT laboratory is MC-70. However it is the Contractors responsibility to determine the optimal grade allowed by GDOT Standard Specifications of Construction of Transportation Systems for the directed use. Question: Whose responsibility is the cleanup of tracking? Answer: It is the Contractor s responsibility to provide and place sufficient sand blotting material to prevent tracking. Therefore it is also the Contractor s responsibility to clean and repair any tracking of the prime coat which is required for the curing period.

SECTION 00 41 53-1 BID FORM FY 2012 FULL DEPTH RECLAMATION PROJECT CITY OF GAINESVILLE, GAINESVILLE, GEORGIA Date: TO: City of Gainesville Administrative Service Department 300 Henry Ward Way, Suite 103 P.O. Box 2496 Gainesville, Georgia 30503-2496 Having carefully examined the Bidding Documents entitled FY 2012 Full Depth Reclamation Project, and all its addenda as listed below, as well as the premises and conditions affecting the Work, the Undersigned hereby proposes to furnish all services, labor and materials, tools and equipment necessary to perform the Work in strict conformance with the terms, conditions, provisions, schedules, specifications and drawing as set forth in the Bidding Documents (please refer to Section 01270 Measurement and Payment for explanations of the items listed in the Bid Schedule), and to construct the project in accordance with the Georgia Department of Transportation Standard Specifications Construction of Transportation Systems, latest edition. The Project consists of the following major elements: Furnishing all products and performing all labor necessary for the Full Depth Reclamation and paving of approximately 0.67 miles of roadway, including all necessary traffic control, milling, base reconstruction, paving and other miscellaneous items necessary to complete the work. The Bidder proposes and agrees, if this bid is accepted, to contract with the City of Gainesville in the form of contract agreement specified, to furnish all necessary products, machinery, tools, apparatus, means of transportation, material and labor necessary to complete the construction of the work in full and complete accordance with the reasonably intended requirements of the contract documents and the Georgia Department of Transportation Standard Specifications Construction of Transportation Systems, latest edition, and to the full and entire satisfaction of the City of Gainesville for the following prices:

SECTION 00 41 53-2 ITEM 1 TRAFFIC CONTROL Section 34 41 00 a. Provide all Traffic Control $ /L.S. $ ITEM 2 Soil-Cement Section 32 11 33 a. Soil-Cement Stabilized Base Course 12 in 6000 SY $ /SY $ b. Soil-Cement Stabilized Base Course 8 in 4000 SY $ /SY $ c. Portland Cement 260 TONS $ /TN $ ITEM 3 PAVING Section 32 12 16 a. 402-3103 Recycled Asph Conc 9.5 MM Superpave, Type II, GP 2 only, Incl Bitum Matl & H Lime 900 TONS $ /TN $ b. 402 Recycled Asph Conc 19 MM Incl Bitum Matl & H Lime 1100 TONS c. 402-1812 Recycled Asph Conc Leveling, Incl Bitum Matl & H Lime 250 TONS $ /TN $ $ /TN $ ITEM 2 MILLING Section 02 41 13 a. Mill 2 in. depth 4000 Square Yards $ /SY. $ ITEM 3 TACK COAT Section 32 12 13 a. 413 Tack Coat 750 Gallons $ /GAL $ ITEM 4 THERMOPLASTIC PAVEMENT MARKINGS Section 32 17 23.33 a. 652-5452 Solid Traffic Stripe 5 inch Yellow 5000 LF $ /L.F. $ _

SECTION 00 41 53-3 b. 652-5701 Solid Traffic Stripe 24 inch White 20 LF $ /L.F. $ _ c. 653-1501 Thermoplastic Solid Traffic Stripe 5 inch White 5000 LF $ /L.F. $ _ d. 653-1502 Thermoplastic Solid Traffic Stripe 5 inch Yellow 5000 LF $ /L.F. $ _ e. 653-1704 Thermoplastic Solid Traffic Stripe 24 inch White 20 LF $ /L.F. $ _ ITEM 5 - CASH ALLOWANCES a. DENSITY TESTING $ 5,000.00 BID TOTAL, ITEMS 1 THROUGH 5, INCLUSIVE, THE AMOUNT OF DOLLARS ($ )

SECTION 00 41 53-4 The Bidder declares that he understands that the quantities shown for unit price items are subject to either increase or decrease, and that should the quantities of any of the items of work be increased, the Bidder proposes to do the additional work at the unit prices stated herein; and should the quantities be decreased, the Bidder also understands that payment will be made on the basis of actual quantities at the unit price bid and will make no claim for anticipated profits for any decrease in quantities; and that actual quantities will be determined upon completion of work, at which time adjustment will be made to the Contract Amount by direct increase or decrease. In case of discrepancies between the figures shown in the unit prices and the totals, the unit prices shall apply and the totals shall be corrected by the "Owner" to agree with the unit prices. In case of discrepancies between written amounts and figures, written amount shall take precedence over figures and the sum of all Bid extensions (of unit prices) plus lump sum items shall take precedence over BID TOTAL. The Undersigned agrees, if awarded the contract, to commence the work within ten (10) calendar days of receipt of Notice to Proceed and complete the work within 60 days of receipt of said Notice to Proceed, as per the General Conditions. Attached hereto is Bid Security in the form of a ( ) Bid Bond, ( ) Certified Check, or ( ) Bank Cashier s Check, in accordance with the Instruction to Bidders in the amount of not less than five percent (5%) of the Base Bid. The Undersigned agrees that, in case of failure on his part to execute the Contract and provide the required Contract Bonds within ten (10) days after being given the same by the Owner for execution, the Bid Bond accompanying this bid is callable; otherwise said Bid Bond shall be returned to the Undersigned upon completion of such obligations. CONTINUED ON NEXT PAGE

SECTION 00 41 53-5 The Bidder operates as: Individual Partnership Corporation in the State of Receipt of Addenda: Bidder Acknowledges receipt of Addendum No. 1 dated. Bidder Acknowledges receipt of Addendum No. 2 dated. Bidder Acknowledges receipt of Addendum No. 3 dated. Respectfully Submitted, BY: (Signature, by Officer of corporation) (SEAL) Name of Bidder (Type or print) Title: Phone: Company: Fax: Address: Witness: Date: (Officer of Corporation) END OF SECTION