ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

Similar documents
Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

PORT OF EVERETT SECTION Insert Project Name in CAPS

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

BID FORM. PROJECT: 2017 Water line replacement

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

Job No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

ADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

On-Call Civil Construction Services Project No. MT-GN

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

Instructions to Bidders Page 1

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

BID FORM WATER SERVICE REPLACEMENTS ON CRUISER LN., BELVEDERE ST. AND VIKINGS LN. CITY BID NO CITY OF ATLANTIC BEACH, FLORIDA

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

BID FOR LUMP SUM CONTRACT

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075

INSTRUCTIONS TO BIDDERS

DUE: SEPTEMBER 29, 2017 NO LATER THAN 3:00 PM PACIFIC TIME

BID TABULATION BID REQUEST NO

CITY OF SURREY (the Owner ) INVITATION TO TENDER (ITT)

City of Newnan, Georgia

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

REPLACEMENT OF MERCER COUNTY BRIDGE

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price

Addendum 1 13 TH Street Streetscape. September 1, 2017

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018.

ADDENDUM #5 NIB #

ADDENDUM NO. 1. Coast Community College District. GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT:

Facility Services Planning, Design and Construction Condensate Line Replacement Near Reilly Hall NAU PROJECT #

PROPOSAL REQUIREMENTS AND CONDITIONS

BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner).

CITY OF TAMPA ADDENDUM 2. April 18, 2018

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

MEANDER WAY RECONSTRUCTION

Contract Documents And Specifications. For. Construction of. Pipeline Replacement Project Phases 5 & 6 MCRS / Morongo Road FOR

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

GENERAL CONTRACT - PROPOSAL FORM (revised )

SECTION INSTRUCTIONS TO BIDDERS

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

BIDDING AND CONSTRUCTION STANDARDS

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.

Planning and Project Management

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

CITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $

GOVERNMENT OF NEWFOUNDLAND AND LABRADOR TENDER FOR STIPULATED PRICE CONTRACT SAMPLE

Quote Name: Furnish and Install New Drainage Outfall Pipe and Inlet

CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS NEWCASTLE WAY, SUITE 200 DECEMBER 18, CALL TO ORDER

RFB Addendum 3

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS

Annual Services Construction Contract (ASCC) #15 Project Number: PUCN

Hanby to First Water Line Replacement

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252

CONTRACT DOCUMENTS AND SPECIFICATIONS FOR THE CITY OF BRIDGMAN DONNA DRIVE AND VISTA DRIVE IMPROVEMENTS PROJECT. February 2018

Hoover/Taft Area Drainage Improvements. City of Portsmouth Project #7200 Bid Proposal #28-19

NE WEST KINGSTON ROAD CULVERT REPLACEMENT

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

Addendum #4 To Request for Proposal For Elliman Fume Hood Relocation: Project Dated 08/21/2018

INVITATION TO BID 2017 ASPHALT PAVING

Project Manual and Bid Documents. City of Ranson 2017 Street Paving Projects. City of Ranson, West Virginia

NOTICE TO CONTRACTORS

2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY.

Pavlick, Kenneth - DEN Date: :26:57-07'00'

BID FORM (Lump Sum or Unit Price)

BRICK UTILITIES PARTIAL WATER MAIN REPLACEMENT CEDAR VILLAGE VARIOUS STREETS & PARTIAL FORCE MAIN REPLACEMENT BAY HARBOR BOULEVARD

Suite 300 Tenant Improvement

2014 SEWER REHABILITATION PROJECT. Project #: Bid Date: Tuesday, October 28, 2014

Greenville-Spartanburg Airport District 2000 GSP Drive, Suite 1 Greer, SC CONTRACTOR PREQUALIFICATION APPLICATION

RETAINING WALL REPLACEMENT REGNART ROAD

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer

INSTRUCTIONS TO BIDDERS

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

Job No.: Project Title: Lift Stations Rehabilitation Design Phase 3 Solicitation # B MF

INFORMATION FOR BIDDERS

TABLE OF CONTENTS CONTRACT PROVISIONS

SUTTER BUTTER FLOOD CONTROL AGENCY FEATHER RIVER WEST LEVEE PROJECT PROJECT C, CONTRACT NO C BID TABULATION

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PROPOSAL FOR. Project Number: SU Date: December 7, 2018 Project Name: Renovate Old Mailroom to Café TO THE STATE UNIVERSITY OF NEW YORK:

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

Transcription:

II. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL ITEM NO. 1: Page P-1, Proposal DELETE the Proposal (pages P-1 through P-9) in its entirety and REPLACE with the attached Proposal (pages P-1R through P-9R). Changes include: 1. Adding new bid item 22.; HMA Pavement Repair (SR 7). 2. Changing the Contract Time as shown on Page P-8R. III. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE CONTRACT PLANS ITEM NO. 1: SHEET 10, EXISTING BRICK MANHOLES TO BE REPLACED WITH PRECAST CONCRETE MANHOLES DELETE the entire Sheet and REPLACE with the attached Sheet 10-R. ITEM NO. 2: SHEET 12, MISCELLANEOUS DETAILS ADD the attached HMA PAVEMENT REPAIR (SR 7) DETAIL. Page 2 of 2

2017 COLLECTION SYSTEM IMPROVEMENTS PROPOSAL ADDENDUM NO. 1 City of Morton 250 Main Avenue Morton, Washington 98356 The undersigned has examined the Work site(s), local conditions, the Contract, and all applicable laws and regulations covering the Work. The following unit and lump sum prices are tendered as an offer to perform the Work in accordance with all of the requirements set forth in the Contract and all applicable laws and regulations. As required by the Contract, a certified check, bank draft, cashier s check or Proposal bond made payable to the Owner is attached hereto. If this Proposal is accepted and the undersigned fail(s) or refuse(s) to enter into a contract and furnish the required performance bond, labor and material payment bond, special guarantee bonds (if required), required insurance and all other required documentation, the undersigned will forfeit to the Owner an amount equal to five percent of the amount bid. After the date and hour set for submitting the Proposals, no bidder may withdraw its Proposal, unless the Award of the contract is delayed for a period exceeding 60 consecutive calendar days. The undersigned agrees that in the event it is Awarded the contract for the Work, it shall employ only Contractors and Subcontractors that are duly licensed by the State of Washington and remain so at all times they are in any way involved with the Work. The undersigned agrees that the Owner reserves the right to reject any or all Proposals and to waive any minor irregularities and informalities in any Proposal. The undersigned agrees that the Owner reserves the right to Award the Contract to the lowest responsible, responsive bidder whose Proposal is in the best interest of the Owner. The Owner will determine at the time of Award of the Contract which schedule will be included in the Contract. P-1R

NO. ITEM QUANTITY UNIT PRICE AMOUNT 1. Mobilization and Demobilization 1 LS $ $ 2. Project Temporary Traffic Control 1 LS $ $ 3. Maintaining Sewage Flow 1 LS $ $ 4. Trench Excavation Safety Systems 1 LS $ $ 5. Unexpected Site Changes 1 CALC $5,000.00 $5,000.00 6. Erosion/Water Pollution Control 1 LS $ $ 7. SPCC Plan 1 LS $ $ 8. Locate Existing Utilities 20 EA $ $ 9. Foundation Material 20 CY $ $ 10. Bank Run Gravel for Trench Backfill 200 CY $ $ 11. PVC Sanitary Sewer Pipe and Fittings, 8-Inch Diameter, Including Bedding Material 1,900 LF $ $ 12. PVC Sanitary Side Sewer Pipe and Fittings, 6-Inch Diameter, Including Bedding Material 705 LF $ $ 13. Manhole 48-Inch Diameter, Type 1 41 EA $ $ 14. Abandon Existing Manhole 3 EA $ $ 15. Abandon Existing Lamphole 3 EA $ $ 16. Side Sewer Reconnection 17 EA $ $ 17. Side Sewer Assembly 1 EA $ $ 18. Concrete Curb and Gutter Repair 25 LF $ $ 19. Concrete Sidewalk Repair 30 SY $ $ 20. Gravel Surface Repair 50 TN $ $ 21. HMA Pavement Repair 1,450 SY $ $ P-2R

NO. ITEM QUANTITY UNIT PRICE AMOUNT 22. HMA Pavement Repair (SR 7) 50 SY $ $ 23. Surface Restoration 1 LS $ $ Subtotal:...$ Washington State Sales Tax (7.8%):...$ TOTAL CONSTRUCTION COST:...$ Note: A bid must be received on all items. P-3R

ALTERNATES TO BID ITEMS Bidders shall use this page to submit proposals on any alternate types of equipment or materials that bidders recommend the Owner consider using. Contract Award will be made on the basis of equipment and materials that are specified. After Award, the Owner may consider any proposal alternates that, in the opinion of the Owner, will be equivalent to or better than the item specified and/or used as the basis of contract Award. The Owner shall have complete discretion on whether to use any alternates, and the Owner s decision shall not be subject to challenge. Alternate to Bid Item No. Item Manufacturer Amount Bid P-4R

STATEMENT OF BIDDER'S QUALIFICATIONS Name of Firm: Address: Telephone No. Fax No. Contact Person for this Project: E-mail: Number of years the Contractor has been engaged in the construction business under the present firm name, as indicated above: Gross dollar amount of work currently under contract: Gross dollar amount of contracts currently not completed: General character of work performed by firm: List of five major projects of a similar nature which have been completed by the Contractor within the last five years and the gross dollar amount of each project, together with the Owner's name and telephone number, and the Engineer s name: Project Name Amount Owner Phone Engineer s Name List five major pieces of equipment which are anticipated to be used on this project by the Contractor and note which items are owned by the Contractor and which are to be leased or rented from others: P-5R

Bank Reference: How many general superintendents or other responsible employees in a supervisory position do you have at this time, and how long have they been with the firm? Identify who will be the general superintendent and/or project superintendent on this project. Also, list the number of years each person identified has been with firm. Have you changed bonding companies within the last three years? If so, why? Have you ever been a party to a lawsuit or an arbitration proceeding in any way relating to a construction project? Identify the proceeding and parties and describe the claims asserted by all parties. What was the disposition of the case? Do you have any outstanding payments due to the Department of Revenue? If yes, explain. Bidder agrees that the Owner shall have the right to obtain credit reports. Yes No P-6R

WORK COMPLETED BY CONTRACTOR List the Work and the dollar amount thereof that the Contractor will complete with its forces, if awarded the contract. Work to be Performed Dollar Amount PROPOSED SUBCONTRACTORS (Per RCW 39.30.060) For Proposals exceeding one million dollars, indicate who (either the Contractor submitting this bid or a subcontractor) will be completing the work for each of the three categories listed below. Information shall include their Washington State Department of Licensing Contractor's Registration No. This information shall be provided with the Proposal or within one hour after the published Proposal submittal time in accordance with RCW 39.30.060. Work to be Performed Heating, Ventilation and Air Conditioning Subcontractor or Prime (Name and Registration Number) Plumbing Electrical P-7R

ADDENDA RECEIVED Addendum No. Date Received Name of Recipient NOTE: Bidder shall acknowledge receipt of all addenda. Bidder is responsible for verifying the actual number of addenda issued prior to submitting a Proposal. Subject to any extensions of the Contract time granted under the Contract, the undersigned agrees to substantially complete the Work required under this Contract within 40 working days (the Substantial Completion Date) and to physically complete the Work required under this contract within 45 working days (the Physical Completion Date) from when Contract Time begins. The undersigned has reviewed and fully understands the provisions in the Contract regarding liquidated damages and agrees that liquidated damages shall be $1000.00 per day for each and every working day beyond the Contract time allowed for substantial completion until the Substantial Completion Date is achieved and $500.00 for each and every working day required beyond the Contract Time for physical completion until the Physical Completion Date is achieved. The undersigned is in, and will remain in, full compliance with all Washington State Department of Licensing requirements for contractors, including but not limited to requirements for bond, proof of insurance and annual registration fee. The undersigned's Washington State: Dept. of Labor and Industries Workman's Compensation Account No. is ; Dept. of Licensing Contractor's Registration No. is ; Unified Business Identifier Number is ; Excise Tax Registration Number is ; and Employment Security Account Number is. The undersigned has reviewed all insurance requirements contained in the Contract and has verified the availability of and the undersigned s eligibility for all required insurance. The undersigned verifies that the cost for all required insurance, has been included in this Proposal. The undersigned waives any immunity granted under the State Industrial Insurance Law, RCW Title 51. This waiver has been specially negotiated by the parties, which is acknowledged by the undersigned in signing this Proposal. By signing the proposal, the undersigned declares, under penalty of perjury under the laws of the United States and the State of Washington, that the following statements are true and correct: P-8R

1. That the undersigned person(s) or entity(ies) has(have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this Bid is submitted. 2. That by signing the signature page of this Bid, I am deemed to have signed and to have agreed to the provisions of this declaration. The undersigned agrees that the Owner is authorized to obtain information from all references included herein. Very truly yours, Print Company Name By: Print Name Sign Name Title Date Amount of bid deposit: $ Check No., or bid bond in the amount of $, issued through Name of Bank/Bonding Company located at Mailing Address Telephone Number of Bank/Bonding Company P-9R

STATE: WASHINGTON SECTION 2 TOWNSHIP 12 N, RANGE 04 E.W.M. CITY OF MORTON 2017 COLLECTION SYSTEM IMPROVEMENTS EXISTING BRICK MANHOLES TO BE RELACED WITH PRECAST CONCRETE MANHOLES 10-R 13

HMA PAVEMENT REPAIR (SR 7) DETAIL CITY OF MORTON 2017 COLLECTION SYSTEM IMPROVEMENTS ADDENDUM NO. 1 HMA PAVEMENT REPAIR (SR 7) DETAIL CONSULTING ENGINEERS