BID FORM (LUMP SUM CONTRACT)

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

Addendum No. 1 Page 1 of 2

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

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number)

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

ADDENDUM NO. 1 APRIL 24, 2017

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

Finance & Technology Administrator (815) ext 223

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

Forsyth County Procurement

E. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17

BID FORM - LUMP SUM BID

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

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

DOCUMENT ADDENDUM No. 2

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

SECTION MEASUREMENT AND PAYMENT

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

REQUEST FOR PROPOSAL Asphalt & Concrete Repair

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

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

Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014

SECTION IV. PIPELINE EXCAVATION AND BACKFILL

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford

10:00 AM, Wednesday, April 8, 2015

Table of Contents for Guide Specifications

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002)

Request for Proposal: Due October 11, :00 pm

SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE

MATERIAL ALLOWANCES AND UNIT PRICES

2016 CONCRETE REPLACEMENT PROJECT

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual.

TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK

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

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

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

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

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

BITUMINOUS MIXTURE # 13A BID SHEET

SECTION TRENCHING & BACKFILLING

Bill of Quantity (BOQ)

SPECIFICATIONS FOR FULL DEPTH RECLAMATION WITH CALCIUM CHLORIDE

DESIGN STANDARDS. Division 02 Existing Conditions- Site Work. General

SECTION UNIT PRICES. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS

PITTSBURGH TECHNOLOGY CENTER PUBLIC IMPROVEMENTS SITE PREPARATION CONTRACT NO. 11 BID TABULATION BID OPENING DATE: MARCH 11, 2008

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

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

CITY OF TACOMA RIGHT-OF-WAY RESTORATION POLICY. Guidance on restoration of City Rights-of-Way

ADVERTISEMENT FOR BIDS

Main Building Auditorium

Construction Contract Basics

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

GWINNETT COUNTY STORM SEWER PIPE STANDARDS

ADDENDUM NO. 1. Description of BID 7664: Fossil Creek Trail Underpass at Trilby Road

DATE: August 22, All Proposers

February 17 ADDENDUM No. 1

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

SECTION A1 EXCAVATION AND BACKFILL GENERAL

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

Highlands Housing Authority

UTILITY UNDERGROUNDING GRAUWYLER IRVING HEIGHTS DRIVE ITB# 116D-15F ADDENDUM #2 March 24 th, 2015 PAGE 1 OF 2

I. General Information. A. Project Team & Contacts: Role Company Name Phone City of Johnson City Jeff Owner Water & Sewer Harmon, PE Department

CLARIFICATION, QUESTIONS AND RESPONSES AND DRAWINGS CLARIFICATION

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

CITY OF TROY CONSTRUCTION SPECIFICATIONS PREPARED BY: F-7587

VANDERBILT UNIVERSITY

MONROE STREET CONTRACT NO DATE: 12/21/17

SECTION STORM DRAINAGE UTILITIES. B. Section : Site Restoration and Rehabilitation

CONSTRUCTION AND REHABILITATION OF FENCE AT GPL'S VERSAILLES COMPOUND

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES

CITY OF ASTORIA PUBLIC WORKS ENGINEERING DIVISION ENGINEERING DESIGN STANDARDS FOR IN-FILL DEVELOPMENT

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

CULINARY WATER PROJECT COST ESTIMATES & LOCATION MAPS. Appendix B

UNC Charlotte Parking Lot 8 Expansion Charlotte, North Carolina SCO #: McAdams Project #: CLT-17010

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

*Note: Please contact the Soil Erosion Specialist at with questions regarding application requirements

NOTICE TO BIDDERS. May 31, Dorothy E. Maxwell Chair

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012

SOLICITATION OVERVIEW

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

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

:00 PM CST. McDonald Construction Inc of Slidell $1,002, Magee Excavation & Development LLC $1,

DRAFT TECHNICAL SPECIFICATIONS FOR

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS

INVITATION TO BID ON TOWN PAVING PROJECTS

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION 3 DRAINAGE. 3-1 General. 3-2 Drainage Ordinances and Legal Requirements

CHAPTER 6. Sanitary Sewer

CITY STANDARD DETAILS FOR CITY OF JACKSONVILLE FLORIDA DEPARTMENT OF PUBLIC WORKS

PROPOSAL AND SPECIFICATIONS FOR COUNTY PRIMARY HOT MIX ASPHALT PAVING

Index. Composition and Order of Plan Set. Utility Plan... 5

SECTION STORM DRAIN

Townline Road Middle Village Road then south 4800 feet.

Transcription:

BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an individual doing business as (strike out inapplicable references). To the County of El Paso (hereinafter called Owner). Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of the Sparks Border Colonia Access Program that consists of the following: The project consists of but is not limited to the following: Base Bid: Alternate 1: Alternate 2: concrete swale, new rolled curb, new wire-wrapped rip-rap, and new header curb for Bret Harte Dr., Nonap Rd., and Clemson Ln. Shall also include installation of new inlet, new storm sewer pipe, new manholes, and new outlet structure as shown on plans for Clemson Ln. Base Bid shall not include the adjustment of existing manhole rings and covers or water valve boxes. Also not included in the Base Bid is the installation of new 2 steel casing for ¾ water service lines, new 8 P.V.C. water line, new 16 steel casing for the 8 P.V.C. water line, and the placement of 2-SAC concrete backfill at water line crossings. These items will be covered in Alternates 5 through 11. Contractor shall coordinate with Lower Valley Water District prior to working around these structures. concrete stemwall, new concrete driveway, and new rolled curb as shown on plans for Holy Cross St. Contractor will be allowed to acquire necessary fill material for improvements from the spoils resulting from the base bid improvements of Bret Harte Dr., assuming fill material meets all soil requirements found in the Technical Specifications. concrete driveway, and new header curb as shown on plans for Lehigh Ln. Contractor will be allowed to acquire necessary fill material for improvements from the spoils resulting from the base bid improvements of Bret Harte Dr., REVISED 1

assuming fill material meets all soil requirements found in the Technical Specifications. Alternate 3: Alternate 4: Alternate 5: Alternate 6: Alternate 7: Alternate 8: Alternate 9: header curb, and new concrete stemwall as shown on plans for Loyola Ln. wire-wrapped rip-rap, and new header curb as shown on plans for Sparks Dr. Shall include the adjustment of each individual manhole ring & cover on a unit price basis to match the finished grades specified on the construction drawings, wherever necessary per Addendum #2, Exhibit No. 2. Shall include the adjustment of each individual water valve box on a unit price basis to match the finished grades as specified on the construction drawings, wherever necessary. Shall include the installation of 2 steel casing for all future residential water service lines (empty lots or where required by LVWD representative) by open cut methods on a unit price basis. The steel casing shall be required for all service lines laterally crossing the proposed street improvements as shown on Addendum #2, Exhibit No. 3 and Technical Specifications section 335500 Steel Casing. Shall include the installation of new 8 P.V.C. water line (C-900, DR-18 P.V.C., Blue Pipe) on a unit price basis. Pipe will be installed within the proposed steel casing and extend 5-ft in either direction installed per Addendum #2, Exhibits No. 4 and 5 and Technical Specifications sections 335000 Schedule of Pipe, 335200 Polyvinyl Chloride (P.V.C.) Pressure Pipe And Fittings For Waterlines, and 335400 Disinfection And Testing Of Waterlines. Shall include the installation of 16 steel casing for new 8 P.V.C. water line by open cut methods on a unit price basis. Approximately 50 L.F. of steel casing will be installed at the intersection of Bret Harte Dr. and Untermeyer St. at approximate station 5+71.00. An additional section of approximately 50 L.F. of steel casing will be installed at the intersection of Bret Harte Dr. and Untermeyer St. at approximate station 23+90.00. Steel casing will be installed per Addendum #2, Exhibits No. 4, 5, and 6 and Technical Specifications section 335500 Steel Casing. Alternate 10: Shall include the placement of 2-SAC concrete backfill on a unit price basis. 2- SAC concrete backfill shall be placed above the existing water main wherever the existing water main has less than 3.5-ft of cover above the pipe from proposed grades as specified on the construction drawings, or where the LVWD Representative feels that 2-SAC is required to protect the existing water main. 2-SAC shall be installed per Addendum #2, Exhibits No. 7. REVISED 2

Alternate 11: Shall include the adjustment and/or replacement of the existing ¾ residential water service line. The adjustment and/or replacement will be required for all residential water services laterally crossing the proposed street improvements not meeting the minimum cover requirements as shown on Addendum #2, Exhibit No. 9 and Technical Specifications sections 335000 Schedule of Pipe, 335200 Polyvinyl Chloride (P.V.C.) Pressure Pipe And Fittings For Waterlines. Having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies: and to construct the project in accordance with the Contract Documents within the time set forth herein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before a date to be specified in a written "Notice to Proceed by the Owner, and to fully complete the project within the number of consecutive calendar days as stipulated in the specifications substantial completion of the project Base Bid within 120 consecutive calendar days thereafter, and final completion of the project within 150 consecutive calendar days as stipulated in the specifications. Additional days per Alternate executed for this project are as follows: Bid Additional Consecutive Calendar Days Alternate 1 60 Alternate 2 30 Alternate 3 30 Alternate 4 30 Alternate 5 Alternate 6 Alternate 7 Alternate 8 Alternate 9 Alternate 10 Alternate 11 Bidder further agrees to pay as liquidated damages, the sum of $750.00 for each consecutive calendar day thereafter as hereinafter provided in the GENERAL CONDITIONS. Bidder acknowledges receipt of the following addenda: Date Addendum Number REVISED 3

BASE PROPOSAL (Base Bid): Bidder agrees to perform all work as shown on plans which includes, but is not limited to, all necessary clearing and grubbing, demolition, site grading, installation of new asphalt pavement structure, new concrete swale, new rolled curb, new wirewrapped rip-rap, and new header curb for Bret Harte Dr., Nonap Rd., and Clemson Ln. Shall also include installation of new inlet, new storm sewer pipe, new manholes, and new outlet structure as shown on plans for Clemson Ln., for the sum of ($ ) ALTERNATE 1: Bidder agrees to perform all work as shown on plans which includes, but is not limited to, all necessary clearing and grubbing, demolition, site grading, installation of new asphalt pavement structure, new concrete stemwall, new concrete driveway, and new rolled curb as shown on plans for Holy Cross St. for the sum of ($ ) ALTERNATE 2: Bidder agrees to perform all work as shown on plans which includes, but is not limited to, all necessary clearing and grubbing, demolition, site grading, installation of new asphalt pavement structure, new concrete driveway, and new header curb as shown on plans for Lehigh Ln. for the sum of ($ ) ALTERNATE 3: Bidder agrees to perform all work as shown on plans which includes, but is not limited to, all necessary clearing and grubbing, demolition, site grading, installation of new asphalt pavement structure, new header curb, and new concrete stemwall as shown on plans for Loyola Ln. for the sum of ($ ) ALTERNATE 4: Bidder agrees to perform all work as shown on plans which includes, but is not limited to, all necessary clearing and grubbing, demolition, site grading, installation of new asphalt pavement structure, new wire-wrapped rip-rap, and new header curb as shown on plans for Sparks Dr. for the sum of ($ ) ALTERNATE 5: Bidder agrees to adjust each individual manhole ring & cover to match the finished grades specified on the construction drawings, wherever necessary for the unit price of ($ /EA ) /EA (Amount shall be shown in both words and ALTERNATE 6: Bidder agrees to adjust each individual water valve box to match the finished grades specified on the construction drawings, wherever necessary for the unit price of ($ /EA_) /EA (Amount shall be shown in both words and REVISED 4

ALTERNATE 7: Bidder agrees to furnish and install approximately 700 LF (if Base Bid and Alternates 1 through 4 are exercised) of 2-inch diameter approved steel casing, installed by open cut methods, as specified on Addendum #2, Exhibit No. 3, complete in place for the unit price of ($ /LF_) /LF (Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern). ALTERNATE 8: Bidder agrees to furnish and install approximately 120 L.F. of C-900, DR-18 P.V.C., Blue Water Pipe as specified on Addendum #2, Exhibits No. 4 and 5, complete in place for the unit price of ($ /LF_) /LF (Amount shall be shown in both words and ALTERNATE 9: Bidder agrees to furnish and install approximately 100 LF of 16-inch diameter approved steel casing, installed by open cut methods, as specified on Addendum #2, Exhibits No. 4, 5, and 6, complete in place for the unit price of ($ /LF_) /LF_ (Amount shall be shown in both words and ALTERNATE 10: Bidder agrees to furnish and install 2-SAC, as specified on Addendum #2, Exhibit No. 7, complete in place for the unit price of ($ /CY_) /CY (Amount shall be shown in both words and ALTERNATE 11: Bidder agrees to adjust and/or replace approximately 47 EA (if Base Bid and Alternates 1 through 4 are exercised) of ¾ residential water service lines, installed by open cut methods, as specified on Addendum #2, Exhibit No. 8, complete in place for the unit price of ($ /EA_) /EA (Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern). In the evaluation and comparison of bids, the lowest bidder will be determined based on the sum of the Base Bid, or any combination of the Base Bid and Alternates; and complying with the conditions of the Invitation for Bids. REVISED 5

Please do not include tax, as the County is tax exempt. The County will sign tax exemption certificates covering these items. Please submit one (1) original copy and two (2) duplicate copies of you bid response. Company Address Federal Tax Identification No. City, State, Zip Code CIQ Document Number CIQ Sent Date Representative Name & Title Telephone Fax Number E-mail Signature REVISED 6

UNIT PRICES For changing quantities of work items from those indicated by the contract drawings upon written instructions from the architect/engineer, the following unit prices shall prevail: ITEM DESCRIPTION UNIT UNIT COST Site Preparation/Clearing & Grubbing LS $. Cut to Fill CY $. Excavation & Disposal CY $. Pavement Removal & Disposal SY $. 1.5 Mill Existing Pavement SF $. Remove Concrete Curb and Gutter & Dispose LF $. Remove Concrete & Dispose SF $. Imported Fill Material, Compacted CY $. New 1.5 HMAC Overlay SF $. New 1.5 HMAC SY $. New 6 Crushed Stone Base Course SY $. New 8 Compacted Subgrade SY $. Prime Coat GAL $. New Concrete Driveway SF $. Trench Excavation Protection LF $. New 6 Header Curb LF $. New 6 Curb & Gutter LF $. REVISED 7

New 4 Rolled Curb LF $. New 4 Concrete Swale CY $. New 2 Recycled Asphalt Pavement CY $. New 8-12 Diameter Wire Wrapped Rip-Rap TON $. Galvanized Roll Mesh 12 x150 EA $. New 6 Concrete Stemwall (1 High Max) LF $. New 6 Concrete Stemwall (3.5 High Max) LF $. New Concrete Footing CY $. Adjust Existing Water Valve Boxes EA $. Adjust Existing Manhole Covers EA $. New 2 Steel Casing For Future Water Service Line LF $. New 8 P.V.C. Water Line (C-900, DR-18 P.V.C., Blue) LF $. New 16 Steel Casing For 8 P.V.C. Water Line LF $. Existing Water Line Adjustment/Replacement EA $. New 2-SAC Concrete Backfill CY $. New 5-Grate Type III Inlet EA $. (Or Approved Equal) New 18 RCP Class III LF $. (Or Approved Equal) New 24 RCP Class III LF $. (Or Approved Equal) New 48 Diameter Manhole EA $. REVISED 8

New Outlet Structure EA $. SWPPP, Best Management Practices LS $. Traffic Control LS $. The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Changes shall be processed in accordance with the GENERAL CONDITIONS. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any technicalities in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of 30 calendar days after the scheduled closing time for receiving bids. Upon receipt of Owner's written acceptance of this bid, Bidder will execute the formal contract attached within 10 days and deliver a Surety Bond as required by the GENERAL CONDITIONS. The bid security attached in the sum of ( ) is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. Respectfully submitted: By TITLE ADDRESS REVISED 9