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

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

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO

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

General Water Bid Items Item No.

Sample. Bid Proposal. Not Valid for Use

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

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

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID FORM (LUMP SUM CONTRACT)

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

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

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

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

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

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

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

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

Finance & Technology Administrator (815) ext 223

COUNTY OF ALAMEDA PUBLIC WORKS AGENCY 399 Elmhurst Street Hayward, CA (510)

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

Addendum No. 1 Page 1 of 2

Job Order Sewer Repair Services

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

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

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

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

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT THORNTON ROAD WIDENING PROJECT NO. PW1428

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

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

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

Addendum No. 1 Issue Date: March 29, 2016

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

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

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

Request for Proposal: Due October 11, :00 pm

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

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

INVITATION TO BIDDERS. Solicitation No. CO-00157

Wastewater Treatment Plant Dewatering Pad

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

Bidders Name: DOCUMENT 330 BID FORM

T. P. Concrete, Inc. Wood Sewer & Excavating, Inc. 589 CY , , , SF

MEMORANDUM ADDENDUM # 1

BID FORM. (Firm) FOR CONSTRUCTION OF

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

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

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

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

SECTION BID FORM (REVISED ) ADDENDUM No. 1

PLEASE FILL OUT ACKNOWLEDGMENT, SCAN AND RETURN ATTACHED TO TO:

City of Eagle Point 2017 Paving Instruction to Bidders

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

NOTICE TO BIDDERS. August 24, 2016 ADDENDUM NO. 1. Gosling Road Pedestrian, Bike & Related Improvements

PUBLIC WORKS/ENGINEERING DEPARTMENT

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

ADDENDUM #3. STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No ; Federal Project No.

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

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

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

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

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

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

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


BID FORM - LUMP SUM BID

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

CITY OF ENCINITAS CITY COUNCIL AGENDA REPORT Meeting Date: May 15, 2013

STANDARD SPECIFICATIONS SECTION PAVEMENT REQUIREMENTS

PROPOSAL OF, a corporation. an individual doing business as

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

PLANS. All plans shall be submitted on 24 x 36 sheets

BID PROPOSAL FORM

DOCUMENT BID PROPOSAL

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

2016 CONCRETE REPLACEMENT PROJECT

REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities. Advertisement for Bids

ADDENDUM 4 July 20, 2018 CHINO BASIN DESALTER PHASE 3 EXPANSION

ADDENDUM NO. 1 NOVEMBER 8, 2016

Butte County Board of Supervisors Agenda Transmittal

City of Hesperia Gateway to the High Desert

CITY OF LA QUINTA GENERAL NOTES GENERAL NOTES

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

ADDENDUM NO. 1 - OUTLINE AND SUMMARY INFORMATION

COMMUNICATIONS NETWORK UPGRADES AT VARIOUS LOCATIONS CITY OF SIOUX FALLS, SOUTH DAKOTA Bid Request No ADDENDUM NO.

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

ADDENDUM NO. 1 APRIL 24, 2017

DEAN + TYLER + BURNS ARCHITECTURE

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

BASE BID Description Written & Numeric Price

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

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION

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

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

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

Mainelli Wagner & Associates, Inc.

ADVERTISEMENT FOR BIDS

The Tender Documents shall be amended and will become part of the Contract Documents.

CITY OF SANTA ANA PROPOSAL PROJECT NO.: CHESTNUT AVE & BUSH/CYPRESS BIKE LANES FAID#: U58DP005861

Transcription:

CONTRACTOR S PROPOSAL COMPANY ADDRESS CITY, STATE, ZIP ( ) TELEPHONE NUMBER City of Hesperia 9700 Seventh Avenue Hesperia, CA 92345 Ladies and Gentlemen: STATE LICENSE NUMBER Pursuant to the Public Notice Inviting Sealed Bids or Proposals, the undersigned declares that he has carefully examined the location of the proposed work, that he has examined plans, profiles, and specifications for construction of the City of Hesperia, FISCAL YEAR 2013-14 STREET IMPROVEMENT PROJECT (CONSTRUCTION ORDER NO. 7128) AND MAIN STREET BRIDGE REHABILITATION (CONSTRUCTION ORDER NO. 7127), and read the accompanying proposal requirement, and hereby proposes to furnish all materials and do all work required to complete said work in accordance with said plans, profiles, specifications, and special provisions for the unit or lump sum price set forth in the Schedule of Unit Cost and Lump Sum Amounts. All persons or parties submitting a bid proposal on the project shall complete the following form setting forth the Item Number (as specified in the Schedule of Unit Cost and Lump Sum Amounts ), the name, location, and place of business of each subcontractor who will perform work or labor or render services to the prime Contractor in or about the construction of the work of improvements, or a subcontractor licensed by the State of California, who, under subcontract to the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent of the prime Contractor s total bid, or, if the bid is for the construction of streets or highways, including bridges, in excess of one-half of one percent (1/2%) of the prime contractor s total bid of ten thousand dollars ($10,000), whichever is greater and the percentage of that bid item to be performed by each subcontractor. CP-1

It is noted that if a Contractor fails to specify a subcontract for any portion of the work to be performed under the Contract, he shall be deemed to have agreed to perform such portion himself, and he shall not be permitted to subcontract that portion of the work except by written consent of the awarding authority. The requirement of submission of this list, the legal consequences for failure of the Contractor to do so, and other particular details concerning the same, shall be as set forth in the Subletting and Subcontracting Fair Practices Act, California Public Contract Code ( 4100, et seq) to which the bidder is hereby referred. ITEM NO. OF WORK NAME OF FIRM/CONTRACTOR CONTRACTOR LICENSE NO. LOCATION OF MILL/SHOP/OFFICE % OF CONTRACT TO BE PERFORMED BY SUBCONTRACTOR CP-2

The undersigned further agrees that in case of default in executing the required Contract with necessary bonds within ten (10) calendar days after the Notice of Award of Contract has been mailed, the proceeds of the check or bond accompanying his bid shall become the property of the City. If the City awards the Contract to the next lowest bidder, the amount of the lowest bidder s security shall be applied by the City to the difference between the low bid and the second lowest bid, and the surplus, if any, shall be returned to the lowest bidder. The undersigned further agrees to complete the work within one hundred twenty (120) calendar days from the date of the Notice to Proceed. CP-3

SECTION 1 GENERAL BID ITEMS ALL PHASES SCHEDULE OF UNIT COST AND LUMP SUM AMOUNTS ITEM NO. ESTIMATE D QUANTITY 1-1 1 1-2 1 1-3 1 1-4 1 UNIT Lump Sum Lump Sum Lump Sum Lump Sum DESCRIPTION (Unit Price in Words) Mobilization, Bonds and Insurance. This item shall cover all phases of construction and shall include Two (2) Construction Notification Signs per City Standard Detail. Traffic Control, Control Devices and Detours for all phases of construction as needed. UNIT PRICE Provide compaction testing for all phases of construction per City Standards. Locations as needed. Tie out all monuments before Construction. File Proper Corner Records upon completion. Repair any damaged monuments, per Government code. For all Locations as needed. TOTAL AMOUNT End Section 1 Subtotal: $ CP-4

ITEM NO. ESTIMATED QUANTITY SECTION 2 REMOVE & RECONSTRUCT (R&R) AND SLURRY SEAL SCHEDULE OF UNIT COST AND LUMP SUM AMOUNTS UNIT 2-1 1 LS 2-2 182,740 SF 2-3 248,250 SF 2-4 1,370,580 SF 2-5 10,500 SF 2-6 33 EA 2-7 6,768 CY 2-8 1 LS DESCRIPTION (Unit Price in Words) UNIT PRICE Traffic control Plan for Main Street: Submit traffic control plan to CALTRANS and obtain Encroachment Permit prior to construction. R&R Location. Pulverize existing AC, remove 1.0 of processed material, grade and compact (including shoulder grading and driveway joints), place 0.58 AC paving over 0.41 Class II Aggregate Base per Section C..10 header grind a minimum of 8 wide required at all tie in points to existing paving. Main Street per R&R Location Map only. Pulverize existing AC, grade, compact & place 0.25' AC paving per Section "A" (including shoulder grading and driveway joints). 10' header grind a minimum of 1' wide required at all tie in points to existing paving. Mauna Loa St., Fresno St. and Atlantic St., per R&R Location Maps. Construct Type II Slurry per Greenbook section 203-5.1, per Street Listing and Slurry Location Maps. Remove and replace existing A/C drive approaches to property line. This item shall include the disposal of AC. For R&R Locations as needed only. Adjust existing valve can and lid to finish grade. Export surplus material to City stockpile. Location: Santa Fe Ave East per Special Provisions. Replace striping and crosswalks on Main St. to existing configuration with thermoplastic and raised pavement markers per 2012 California MUTCD. Per R&R Location Map. TOTAL AMOUNT CP-5

2-9 1,200 SF ITEM NO. ESTIMATED QUANTITY UNIT 2-10 1 LS 2-11 13,710 LF 2-12 1 LS 2-13 1 EA 2-14 5,244 LF 2-15 183,600 SF Concrete sidewalk repair per C.O.H. Std. ST-4. Main Street R&R Location. TOTAL DESCRIPTION UNIT PRICE AMOUNT (Unit Price in Words) Replace existing legends in thermoplastic per 2012 California MUTCD. A legend & limit line shall be placed with at all locations of existing Stop Signs (R1-1 per figure 2B-1. This item also includes Stop Ahead legends. Per Slurry & R&R Location Maps. Construct.50 mountable dike per Cal Trans Std. plan A87 type E. This item also includes backfill after berm is constructed. Per Berm Map R&R Locations Relocate mailboxes temporarily during construction and place them at back of berm after construction per Post Office standards. R&R Locations. Adjust Sewer Manhole to grade. Provide 8 wide by 10 deep header grind along gutter lip, bridge deck, and tie in points at each of the proposed paving limits. Construct.10 asphalt overlay with tack coat. End Section 2 Subtotal: $ CP-6

SECTION 3 TRAFFIC SIGNAL UPGRADE" INTERSECTION AT MOUNTAIN VISTA AND MAIN STREET SCHEDULE OF UNIT COST AND LUMP SUM AMOUNTS ITEM NO. ESTIMATED QUANTITY UNIT DESCRIPTION (Unit Price in Words) UNIT PRICE TOTAL AMOUNT 3-1 1 EA Provide a new Type R signal cabinet per City of Hesperia specifications. 3-2 1 EA 3-3 1 LS 3-4 1 LS 3-5 1 LS 3-6 1 LS 3-7 4 EA Provide a new Naztec controller per Cityof Hesperia Specifications. Install new video detection system complete per City of Hesperia specifications. Item to include wiring and all materials. Install new LED Pedestrian countdown modules to replace existing per City of Hesperia specifications. Install new Pedestrian push buttons to replace existing per City of Hesperia specifications. Provide new battery backup system complete per City of Hesperia specifications. Change out existing luminaires with new LED lights and heads per City of Hesperia specifications. 3-8 1 LS Construct new controller cabinet pedestal per City of Hesperia specifications. 3-9 1 LS 3-10 1 LS Remove and dispose of existing controller pedestal. Remove and salvage existing signal components and return to City of Hesperia Public Works Department End Section 3 Subtotal: $ CP-7

SECTION 4 BRIDGE REHABILITATION MAIN STREET BRIDGE OVER BNSF RAILROAD SCHEDULE OF UNIT COST AND LUMP SUM AMOUNTS Refer to Project Location Maps. ITEM NO. ESTIMATE D QUANTITY UNIT DESCRIPTION (Unit Price in Words) UNIT PRICE TOTAL AMOUNT 4-1 28,080 SF Bridge Deck Preparation/Cleaning 4-2 28,080 SF Bridge Deck Methacrylate Resin Treatment 4-3 312 LF Clean Expansion Joints. 4-4 1 LS Repair the scour areas complete with materials around the bridge abutments on Main Street between C Avenue and Second Street. Repairs shall be made at four locations and repaired per the Bridge Detail provided in the Details section of Bid Book. 4-5 1 LS Replace Striping per Main Street Bridge Striping Plan. 4-6 144 LF Install Joint Seals (MR ½ ) 4-7 168 LF Install Joint Seals (MR 1 ½ ) 4-8 1 LS Prepare and Re-Patch Spalled Surface Over Bent Cap. Location identified in bid documents. End Section 4 Subtotal: $ CP-8

SCHEDULE OF UNIT COST AND LUMP SUM AMOUNTS SUBTOTALS: Subtotal Section 1 GENERAL ITEMS $ Subtotal Section 2 REMOVE & RECONSTRUCT LOCATIONS; SLURRY SEAL LOCATIONS Subtotal Section 3 TRAFFIC SIGNAL UPGRADE $ $ Subtotal Section 4 BRIDGE REHABILITATION $ CUMULATIVE TOTAL BID AMOUNT Bid Amount: $ (Bid Amount In Words) CP-9

(If an individual, so state. If a firm or co-partnership, state the firm name and give names of all individual co-partners composing the firm. If a corporation, state legal name of corporation, also names of President, Secretary, Treasurer, and Manager thereof.) Business Address Dated: By: By: By: CP-10

INFORMATION REQUIRED OF BIDDER LISTING OF MANUFACTURERS AND SUPPLIERS The Bidder shall complete the list of manufacturers and suppliers of materials set forth in spaces below he intends to furnish and install as part of this project. It shall be understood that where the Bidder elects to not use the material manufacturers called for in the Specifications, he will substitute only items of equal quality, durability, functional character and efficiency as determined by the Engineer. The Bidder should ascertain, prior to bidding, the acceptability of substitutes. Only one manufacturer shall be listed for each item. Item or Material Manufacturer Supplier No change shall be allowed by the Engineer of any material manufacturer or supplier listed after receipt of bids unless the manufacturer so listed cannot furnish materials meeting the Specifications. Should such change be allowed, there will be no change in the amount of the bid originally submitted. CP-11

BIDDER INFORMATION The bidder shall furnish the following information. necessary: Additional sheets may be attached if Name Of Firm: Type Of Firm: Business Address: Mailing Address: Business Phone: ( ) Fax: ( ) Emergency Phone: ( ) Place Of Residence: Contractor s License No.: License Classification: Expires: State: Federal Identification No.: Number of years as a Contractor in construction work of this type? Names and Titles of All Members of the Firm: Name: Name: Name: Name: Title: Title: Title: Title: If requested by Agency, the bidder shall furnish a notarized financial statement, references, and other information, sufficiently comprehensive to permit an appraisal of his current financial condition. Person from Your Firm Who Inspected Job Site of the Proposed Work: Name: Date Inspected: CP-12

Name a minimum of three (3) similar projects that have been completed directly for a municipal agency or private company. Each project listed shall identify the project name, construction cost, length and size, dates completed and name, addresses and telephone numbers of persons in charge of the projects and of public agency or firm for which the project was constructed. Three Projects of This Type Recently Completed: Project Name: Description: Contract Amount: Date Completed: Owner s Name: Address: Telephone No: Project Name: Description: Contract Amount: Date Completed: Owner s Name: Address: Telephone No: Project Name: Description: Contract Amount: Date Completed: Owner s Name: Address: Telephone No: CP-13