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

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

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

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

General Water Bid Items Item No.

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


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

ADDENDUM NO. 1 APRIL 24, 2017

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

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

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. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

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

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

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

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

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

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

BID FORM - LUMP SUM BID

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

Sample. Bid Proposal. Not Valid for Use

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

BID FORM (LUMP SUM CONTRACT)

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

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

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

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

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

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

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

SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances

SECTION MEASUREMENT AND PAYMENT

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

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

Addendum No. 1 Issue Date: March 29, 2016

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

CECIL COUNTY, MARYLAND. ADDENDUM #2 Bid ; Marley Road Sewer Extension

SECTION 1500 REMOVALS

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

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

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

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

ADDENDUM NO. 3 APRIL 9, 2018 CITY OF LUCAS. PARKER ROAD WATER LINE PHASE 2 (Bid ) (FROM LEWIS LANE TO EAST OF SANTA FE TRAIL)

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

SECTION MEASUREMENT AND PAYMENT

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

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

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

BASE BID Description Written & Numeric Price

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

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

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

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

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS Engineering Division. CONTRACT NO PROJECT NAME: 2018 Citywide Contract Overlay

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

Job Order Sewer Repair Services

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

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

SECTION BID FORM. Garfield Street Drainage Improvements

CITY OF TACOMA Department of Public Utilities Tacoma Power

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

CITY OF TACOMA Department of Public Utilities - Water Division

BID PROPOSAL FORM

Snow Removal Equipment Storage Building

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

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

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

The following Specifications of the Special Provisions have been revised and/or added (in red):

2016 CONCRETE REPLACEMENT PROJECT

Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT

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

San Antonio Water System ADDENDUM NO. 1

SECTION BID FORM (REVISED ) ADDENDUM No. 1

DOCUMENT ADDENDUM No. 2

CITY AND COUNTY OF DENVER

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

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

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

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works

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.

TO THE SAN ANTONIO WATER SYSTEM:

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

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

ADDENDUM NO. 1. VILLAGE OF VERSAILLES North West Street Extension March 19, 2018

SECTION MEASUREMENT AND PAYMENT

DOCUMENT ADDENDA AND MODIFICATIONS

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements,

EXHIBIT E SCHEDULE OF UNIT PRICES

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

Revision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE:

SECTION MEASUREMENT AND PAYMENT

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO

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

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

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

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

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING

Addendum No. TWO Date:

ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013

Transcription:

ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Intersection Improvements at SR 434 and Tuscora Drive" is hereby declared a part of the original Contract Documents dated July 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 00020 Advertisement for Bids / Invitation to Bid: The first sentence is hereby changed to be as follows: Sealed Bids must be received by August 31, 2016 at 2:00 P.M. at the City of Winter Springs, 1126 East S.R. 434, Winter Springs, FL 32708 2. Section 00300 - Bid Form: Delete Section 00300 (4 pages) and replace with Section 00300 (4 pages) attached hereto and annotated as ADDENDUM #1 The changes to Section 00300 are summarized as follows: a. Added Pay Item #337-7-33 for Asphaltic Concrete Friction Course FC-12.5 b. Expanded Pay Item Note #0000-2 for the force main system to clarify the following: 1. The existing steel casing is 130 LF 2. New force main to be installed the full length of the existing casing 3. Casing spacers are required END ADDENDUM 1 ADDENDUM #1

1. GENERAL 1.1 Description ADDENDUM #1 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 Intersection Improvements at SR 434 and Tuscora Drive dated July 2016. 1.2.1.2 Intersection Improvements at SR 434 and Tuscora Drive 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. 10

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. 1.2.3.4 To accomplish the work in accordance with the contract documents. 1.2.3.5 To complete all work within 100 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 PAY ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 101-1 MOBILIZATION (shall not exceed 5% of total bid amount) LS 1 102-1 MAINTENANCE OF TRAFFIC LS 1 104-14 SEDIMENTATION AND EROSION CONTROL LS 1 110-1-1 DEMOLITION, CLEARING, AND GRUBBING LS 1 120-9 EARTHWORK LS 1 160-4 12" TYPE B STABILIZATION (LBR 40) SY 653 285-709 OPTIONAL BASE, BASE GROUP 9, TYPE B-12.5 SY 546 327-70-6 MILLING EXISTING ASPHALT PAVEMENT (1.5" AVG DEPTH) SY 131 334-1-13 SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC C) TN 105.1 337-7-33 ASPHALTIC CONCRETE FRICTION COURSE FC-12.5 (1.5" THICK) TN 55.9 425-1-352 INLETS, CURB TYPE P5 (< 10') EA 1 425-1-541 INLET (DBI) (TYPE D) (<10') EA 2 425-1-910 CLOSED FLUME INLET TYPE 1 (W/SIDEWALK) EA 1 425-2-41 MANHOLES, P-7 (<10') EA 1 425-2-43 MANHOLES, PARTIAL P-7 EA 1 400-1-15 CONCRETE, CLASS 1 (MISC) CY 2.0 430-171-101 PIPE CULVERT (ROUND) (0-24" SS) LF 119 430-171-201 PIPE CULVERT (ELLIPTICAL) (0-24" SS) LF 46 520-1-10 CONCRETE CURB AND GUTTER - TYPE F LF 407 520-2-1 CONCRETE CURB - TYPE A LF 18 522-1 CONCRETE SIDEWALKS, 4" THICK SY 275 570-1-2 PERFORMANCE TURF, SOD (MATCH EXISTING INC. WATER & FERTILIZER) SY 62

BID FORM - ADDENDUM #1 PAY ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 710-11-121 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 6" LF 532 710-11-123 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 12" LF 131 710-11-125 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 24" LF 24 710-11-151 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, DOTTED/GUIDELINE, 6" LF 168 710-11-170 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, ARROWS EA 3 0000-1 12" WATER MAIN SYSTEM LS 1 0000-2 8" SANITARY SEWER SYSTEM LS 1 0000-3 ALL OTHER WORK LS 1 Pay Item Notes: TOTAL BASE BID (SUM OF ALL ITEMS): General 101-1 110-1-1 120-9 See Drawing Sheet 2 for additional pay item notes. The lump sum price for mobilization shall not be more than 5% of the Total Bid Amount. Pay item includes trimming of existing trees and landscaping along the project work area to the minimum extent necessary to complete the construction of the new sidewalk. Tree branches cannot extend over the edge of sidewalk. The lump sum item for earthwork includes all cut, fill, import, export, haul off, and disposal of excess or unsuitable soils. 425-1-541 0000-1 Work for Structure S-104 includes tieing in the existing 6-inch underdrain located in the immdiate area (not shown on plans). Invert elevation to be field determined by contrator. Pay item includes the complete installation, pressure testing, and bacteriological testing of the 12" water main and all appurtenances as shown on the plans, including the tapping sleeve and valve, gate valve, blowoff assembly, reducer, fittings, and all other work necessary for a complete installation. 0000-2 0000-3 Pay item includes the complete installation and pressure testing of the 8" force main and all appurtenances as shown on the plans, including 8" PVC force main, 8" HDPE force main within the existing sleeve, plug valve, cap, blowoff, tee, fittings, connections to the existing system, and all other work necessary for a complete installation. NOTE: The actual length of the existing 12-inch steel casing pipe is 130 LF. Force Main shall extend the full length of the existing casing. Casing spacers are required per the City's Water and Sewer Specifications (See Appendix A, page 43 for approved casing spacer products). 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 required by the drawings are not included in any pay item, the contractor shall include the cost for these items in Pay Item #0000-3. Payment will be subject to the City's review of a detailed breakdown of any items proposed to be paid under this line item.