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

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

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

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

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

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

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

ADDENDUM NO. 1 APRIL 24, 2017

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

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

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

General Water Bid Items Item No.

TELEPHONE: (215) Addendum No. 03

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1

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

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

SECTION 1500 REMOVALS

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 Issue Date: March 29, 2016


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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

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

BID FORM (LUMP SUM CONTRACT)

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders

SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

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

BID FORM - LUMP SUM BID

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

Sample. Bid Proposal. Not Valid for Use

BID PROPOSAL FORM

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

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

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

Addendum No. 1 Page 1 of 2

DOCUMENT ADDENDA AND MODIFICATIONS

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO

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

SEMINOLE TRIBE OF FLORIDA PURCHASING DEPARTMENT RFB MABEL T FRANK WAY ROADWAY CONSTRUCTION BIG CYPRESS INDIAN RESERVATION

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

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

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

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

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

San Antonio Water System ADDENDUM NO. 1

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

ATTACHMENT 8 STIPULATED UNIT PRICES

BASE BID Description Written & Numeric Price

CITY OF TACOMA Department of Public Utilities Tacoma Power

SECTION BID FORM (REVISED ) ADDENDUM No. 1

Acknowledgment: Each bidder shall indicate in the place provided for the same on the Proposal Form his acknowledgment of receipt of this Addendum.

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

PUBLIC WORKS DEPARTMENT THORNTON ROAD WIDENING PROJECT NO. PW1428

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

SECTION MEASUREMENT AND PAYMENT

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

Addendum 1 City of Portsmouth Bid # Chestnut Street Streetscape Project. Issued: July 21, 2017

ADDENDUM #1 Walker Woods Pump Station Replacement PW

Addendum 3 City of Portsmouth Bid # Chestnut Street Streetscape Project. Issued: August 1, 2017

CITY OF EL CERRITO PUBLIC WORKS DEPARTMENT

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

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

ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO CONTRACT DOCUMENTS

SECTION BID FORM. Garfield Street Drainage Improvements

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

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

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

A D D E N D U M N O. 1

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

Acknowledgment: Each bidder shall indicate in the place provided for the same on the Proposal Form his acknowledgment of receipt of this Addendum.

ADDENDUM 3 Contractor Questions Essex County Courthouse Square Drainage Improvements IFB Responses Issued March 30, 2016

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

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?

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

Chilled Water Plant Improvements Project Solicitation Number: CO Job No.: ADDENDUM 2 February 9, 2016

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

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

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

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

Table of Contents for Guide Specifications

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE CITY OF BRECKSVILLE,

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

SECTION MEASUREMENT AND PAYMENT

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

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

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

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

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

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )

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

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

SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances

Engineering Surveys and Services Consulting Engineers, Scientists, and Land Surveyors Analytical and Materials Laboratories

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

1.00 LS $150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150,000.

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Tuesday, February 20, :30 PM 600 S. Commerce Ave. Sebring, FL AGENDA

IFB # R Blythe Creek Grinder Pump Eliminations

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

CITY OF LOS ANGELES CALIFORNIA Addendum No. 1 March 16, 2016

Transcription:

ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds Park Roadway Improvements" is hereby declared a part of the original Contract Documents dated February 2016, and in the case of conflict, the following Addendum No. 1 shall govern. Bidders shall acknowledge receipt of this Addendum on the Bid Form. Project Manual: 1. Section 00300 - Bid Form: Delete Section 00300 (5 pages) and replace with Section 00300 (5 pages) attached hereto and annotated as ADDENDUM #1 The changes to Section 00300 are summarized as follows: a. Renumbered the pay items. b. For Painted Pavement Markings, White, Solid, 6 (now pay item #44), the quantity was changed to 0.24 GM. c. For Thermoplastic, Std, Yellow, Solid, 6 (now pay item #49), the quantity was changed to 0.43 GM. d. In paragraph 1.2.3.5, the contract duration was increased to 185 calendar days. e. Added a Pay Item Note corresponding to Pay Item #9, Keystone Gravity Wall. 2. Section 00500 - Agreement Form: a. In paragraph 5 on page 16, change 165 calendar days to 185 calendar days. 3. Section 00661 Notice to Proceed: Drawings: 4. Sheet #21: a. Change 165 consecutive calendar days to 185 consecutive calendar days. In the removable bollard table at the top of the sheet, change the arrow pointing to the selected bollard to the 5-inch size (top row of the two 5-inch bollards in the table, with the 16-inch concrete pier diameter). END ADDENDUM 1 ADDENDUM #1

1. GENERAL 1.1 Description SECTION 00300 BID FORM The following Bid is hereby made to the City of Winter Springs, hereafter called the OWNER. Bid is submitted by: Legal Name (indicate whether Sole Proprietorship, Partnership, or Corporation): Address: Contact Name: Contact Phone Number: Contact E-Mail Address: 1.2 The Undersigned: 1.2.1 Acknowledges receipt of: 1.2.1.1 Project Manual for Central Winds Park Roadway Improvements dated February 2016. 1.2.1.2 Central Winds Park Roadway Improvements Drawings 1.2.1.3 Addenda: Number:, Dated: Number:, Dated: 1.2.2 Has examined the site and all Bidding documents and understands that in submitting his Bid, he waives all right to plead any misunderstanding regarding the same. 1.2.3 Agrees: 1.2.3.1 To hold this Bid open for 60 calendar days after the bid opening date. 1.2.3.2 To accept the provisions of the Instructions to Bidders regarding disposition of Bid Security. 1.2.3.3 To enter into and execute a contract with the OWNER, if awarded on the basis of this Bid. 10

1.2.3.4 To accomplish the work in accordance with the contract documents. 1.2.3.5 To complete all work within 185 calendar days of the date of the Notice to Proceed (Final Completion) 1.3 Stipulated Amount 1.3.1 Base Bid I will provide the services under this project for a Total Base Bid Amount of : Dollars ($ ) The Bidder hereby agrees to perform all work as required by the Contract Documents for the following Unit Prices. All work required to be performed by the Contract Documents is to be included within the following Pay Items, inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the project. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. The OWNER, at his sole option and discretion, may choose to add or deduct from the contract work at the unit prices set forth below. The Bidder shall be paid for actual quantities completed in accordance with the Contract Documents. The following is the order of precedence which will be used in case of conflicts within the Bid Schedule provided by each Bidder: Unit Price, Total Price, Total Base Bid (See attached Bid Form). 1.4 Bid Schedule 1.4.1 Proposals (Bids) must be submitted in triplicate on the Bid Form. 1.4.2 I have attached the required Bid Security to this Bid. 1.4.3 I have attached a list of all SUBCONTRACTORs I will utilize for the Contract work. 1.5 Submittal RESPECTFULLY SUBMITTED, signed and sealed this day of, 2016 Bidder By: Title: ATTEST: SECRETARY SEAL 11

Bid Form - Addendum #1 # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 MOBILIZATION LS 1 2 MAINTENANCE OF TRAFFIC LS 1 3 SEDIMENTATION AND EROSION CONTROL LS 1 4 DEMOLITION, CLEARING, AND GRUBBING LS 1 5 EARTHWORK LS 1 6 12" TYPE B STABILIZATION (LBR 40) SY 10470 7 8" CRUSHED CONCRETE BASE SY 8200 8 SUPERPAVE ASPHALT CONCRETE, TRAFFIC C, (1.5" OF SP-9.5) TN 651 9 KEYSTONE GRAVITY WALL SF 1395 10 INLETS, CURB TYPE P-2 (MODIFY) EA 1 11 INLETS, CURB TYPE P5 (< 10') EA 10 12 INLETS, CURB TYPE P6 (< 10') EA 1 13 INLETS, CURB TYPE J6 (<10') EA 1 14 INLETS, DT BOT, TYPE E, PARTIAL EA 2 15 MANHOLES, PARTIAL P-7 EA 5 16 MANHOLES, PARTIAL P-8 EA 1 17 ADJUST EXISTING VALVE BOX EA 59 18 18" HDPE PIPE LF 650 19 24" HDPE PIPE LF 65 20 18" METERED END SECTION EA 1 21 24" METERED END SECTION EA 1 22 CONCRETE CURB AND GUTTER - TYPE E LF 1700 23 CONCRETE CURB AND GUTTER - TYPE F LF 5300 24 CONCRETE CURB AND GUTTER - TYPE A LF 100 25 CONCRETE CURB AND GUTTER - TYPE D LF 175 26 CONCRETE CURB AND GUTTER - TYPE RA LF 210 Bid Form - 1 of 3

Bid Form - Addendum #1 # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 27 CONCRETE CURB AND GUTTER - DROP CURB (TYPE F) LF 530 28 CONCRETE SIDEWALKS, 4" THICK SY 2810 29 CONCRETE SIDEWALKS AND DRIVEWAYS, 6" THICK SY 230 30 ARCHITECTURAL ROADWAY PAVERS SY 300 31 DETECTABLE WARNINGS - BRICK PAVERS SF 400 32 FENCING - 6-FOOT ALUMINUM PICKET LF 2040 33 FENCE GATE - SLIDING (6.1' - 12.0' OPENING) EA 2 34 FENCE GATE - SLIDING (20.1' - 24.0' OPENING) EA 9 35 FENCE GATE - SLIDING/CANTILEVER (24.1' - 30.0' OPENING) EA 1 36 ARCHITECURAL FENCE COLUMNS EA 14 37 LANDSCAPING LS 1 38 IRRIGATION LS 1 39 SINGLE POST SIGN, F&I, LESS THAN 12 SF AS 19 40 SINGLE POST SIGN, F&I 12-20 SF AS 14 41 SINGLE POST SIGN, RELOCATE AS 4 42 SINGLE POST SIGN, REMOVE AS 4 43 RETRO-REFLECTIVE PAVEMENT MARKERS EA 29 44 PAINTED PAVEMENT MARKINGS, WHITE, SOLID, 6" GM 0.24 45 THERMOPLASTIC, STD, WHITE, SOLID, 12" LF 688 46 THERMOPLASTIC, STD, WHITE, SOLID, 24" LF 53 47 THERMOPLASTIC, STD, WHITE, ARROW EA 4 48 THERMOPLASTIC, STD, WHITE, YIELD LINE LF 45 49 THERMOPLASTIC, STD, YELLOW, SOLID, 6" GM 0.43 50 THERMOPLASTIC, REMOVE SF 50 51 THERMOPLASTIC, DECORATIVE (Red brick with running bond pattern) SF 1310 52 REMOVABLE BOLLARDS EA 8 Bid Form - 2 of 3

Bid Form - Addendum #1 # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 53 ALUMINUM BOLLARDS EA 54 54 LIGHTED ALUMINUM BOLLARDS (INCLUDING OUTLET BOXES) EA 30 55 CONDUIT FOR LIGHTED BOLLARDS, 3/4" W/ PULL STRINGS LF 800 56 PULL BOX FOR BOLLARD LIGHTING EA 12 57 RELOCATE EXISTING LIGHT POLE EA 1 58 SOD, BAHIA SY 2500 59 PERMITTING ALLOWANCE AL 1 $5,000 $5,000 TOTAL BASE BID (SUM OF ITEMS 1-59): ALTERNATE BID ITEM: A1 MODIFICATION OF EXISTING IRRIGATION SYSTEM LS 1 TOTAL BID (SUM OF BASE BID PLUS ALTERNATE BID ITEM A1): Pay Item Notes: General 1 The total base bid provided by the contractor shall reflect the total cost for the contractor to complete the project in its entirety. If the contractor determines that the cost for any items of work have not been included in the Bid Form, he/she shall include the cost for those items within another applicable bid item so the proposed Total Base Bid price reflects the total to complete the work in its entirety. The lump sum price for mobilization shall not be more than 5% of the Total Bid Amount 4 The lump sum price for demolition, clearing, and grubbing shall include all required demolition, pavement and base removal, tree removals, stockpiling of existing materials to be salvaged, relocation of existing items as noted on the plans, disposal of excess materials, and all other work necessary to complete the demolition, clearing, and grubbing activities. 5 9 59 The lump sum item for earthwork includes all cut, fill, import, export, haul off, and disposal of excess or unsuitable soils. This is a lump sum item per the plans; for informational purposes the engineer has estimated the earthwork to consist of approximately 3,400 CY of excavation and 1,600 CY of embankment. The Keystone Gravity Wall shall be the Keystone Standard Unit (as specified), Keystone Compac III Unit, or approved equal. Pay item includes preparation of all documents necessary to obtain a building permit from the City of Witner Springs, including the submittal of design drawings signed and sealed by a Florida professional engineer. Permit fees shall be paid for and reimbursed under Pay Item #59. This is an allowance bid item for the fees to obtain any permits from the City of Winter Springs, including building permits for the fencing and retaining walls. Contractor shall pay all building permit fees and use this allowance bid item to apply for reimbursement of the actual amount of the city fees without markup. The amount of this allowance bid item will be adjusted by change order, if necessary, to match the actual amount of the building permit fees. Bid Form - 3 of 3