SECTION ADDENDA EL DORADO IRRIGATION DISTRICT POWERHOUSE ROAD AND ROCK CRUSHER ROAD REPAIRS ADDENDUM NO. 1 JULY 27, 2017

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

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services...

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

BID FOR LUMP SUM CONTRACT

ADDENDUM #5 NIB #

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

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

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:

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

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT FRANCISCO YELLOWSTONE SEWERLINE REHABILITATION. ADDENDUM NO. 3 April 3, 2019

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

PORT OF EVERETT SECTION Insert Project Name in CAPS

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

Suite 300 Tenant Improvement

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

Demolition of Water Ground Storage Tanks

BID FORM. Base Bid Dollars ($ )

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

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

BID FORM (Lump Sum or Unit Price)

SE-330 LUMP SUM BID FORM

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

BID RESPONSE FORM. Heritage School HVAC System Replacement. The above scope of work to be performed at the dollar amount(s) stated herein.

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

2015 HELLWINKEL CHANNEL PROJECT

City of Detroit Detroit, Oregon

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

INSTRUCTIONS TO BIDDERS

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

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

Echo Lake South Bath House Septic Repairs Specification No DOCUMENT TABLE OF CONTENTS

ADDENDUM No. 1. BID No /05 Element Fenders (aka Leg Fenders)

Project Manual. For Glenloch Splash Pad And Pool Renovations

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

PROPOSAL REQUIREMENTS AND CONDITIONS

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

1. ADVERTISEMENT FOR BIDS... AB-1 2. INSTRUCTIONS TO BIDDERS... IB-1 3. BID FORM... BF-1 4. AGREEMENT... AG-1 6. GENERAL CONDITIONS...

DOCUMENT BID FORM

Addendum #02 CMR Services San Mateo Health System Campus Upgrade Project Responses to RFP Questions

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

SECTION INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INSTRUCTIONS TO BIDDERS

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

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

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:

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

TABLE OF CONTENTS CONTRACT PROVISIONS

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

DES MOINES PUBLIC SCHOOLS WRIGHT ELEMENTARY SCHOOL KITCHEN RENOVATION BID NO. B8183 APRIL 9, 2018 ADDENDUM NO. 1

REQUIRED BID FORMS SECTION

Rapid City, South Dakota

Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150

City of Valdez REQUEST FOR QUOTES

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

3235 Union Ave., San Jose, CA Phone:

GENERAL ENGINEERING JOB ORDER CONTRACT

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

PROJECT MANUAL INSTALLATION OF REPLACEMENT HVAC HEAT PUMPS AT TWO ELEMENTARY SCHOOLS BERRYESSA UNION SCHOOL DISTRICT

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

REQUIRED BID FORMS SECTION

INSTRUCTIONS TO BIDDERS

ADVERTISEMENT FOR BIDS

INVITATION TO BID. Minimum Specifications For Chip/Scrub Seal Project for 2018 for Custer County Roads Custer County, Oklahoma

BIDDING AND CONSTRUCTION STANDARDS

SAUGUS UNION SCHOOL DISTRICT FACILITIES PLANNING AND CONSTRUCTION AVENUE STANFORD SANTA CLARITA, CA 91355

DOCUMENT PROJECT MANUAL. for PORT OF STOCKTON PORT ROAD 23 IMPROVEMENTS PROJECT EAST COMPLEX, PORT OF STOCKTON STOCKTON, CA

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

5. BID FORMS TABLE OF CONTENTS

REQUEST FOR QUOTATION

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

NOTICE OF REQUEST FOR BIDS

CONSTRUCTION BID DOCUMENTS

SECTION 1.A BID FOR LUMP SUM CONTRACT

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

INSTRUCTIONS TO BIDDERS

UNIVERSITY OF CALIFORNIA, SAN DIEGO

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

NOTICE TO CONTRACTORS

University of California, Riverside Barn Expansion

DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT

Request for Bid/Proposal

REQUEST FOR PROPOSAL

PROPOSAL PACKAGE INFORMATION SHEET

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

TALBOT COUNTY, MARYLAND PUBLIC NOTICE INVITATION TO BIDDERS TALBOT INTERFAITH SHELTER, INC. IMPROVEMENTS, 107 GOLDSBOROUGH STREET, EASTON, MARYLAND

BULK ICE CONTROL ROCK SALT/SODIUM CHLORIDE

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW

BID INSTRUCTIONS / BID FORMS. For DSA REQUIRED ADA IMPROVEMENTS LEONARDO DA VINCI K-8 SCHOOL

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

INSTRUCTIONS TO BIDDERS

Transcription:

Project No. 17005.02/Tracking No T2017.47, Contract No. E17-12 SECTION 00910 ADDENDA EL DORADO IRRIGATION DISTRICT POWERHOUSE ROAD AND ROCK CRUSHER ROAD REPAIRS ADDENDUM NO. 1 JULY 27, 2017 This Addendum No. 1 ( Addendum ) as dated above modifies certain Bidding Documents issued by the El Dorado Irrigation District ( District ) in connection with the District s Powerhouse Road and Rock Crusher Road Repairs Project. All capitalized terms not otherwise defined herein shall have the meanings provided in the Bidding Documents. There are no other amendments to the Bidding Documents other than expressly contained in this and any other Addenda issued by the District. The Bid Date, Opening Time, and Location are unchanged and remain as follows: Bid Date: August 15, 2017 Bid Opening: 3:00 PM Local Time Bid Location: EID Main Offices 2890 Mosquito Road Item 1: Attached is the sign-in sheet from the Mandatory Pre-Bid Meeting held July 25, 2017 as Attachment 1. Item 2: The following pre-qualified contractors attended the mandatory Pre-Bid meeting on July 25, 2107 and remain prequalified to bid on the project: 1. Doug Veerkamp General Engineering, Inc. 2. Syblon Reid Item 3: Questions received and answered by District. Question 1: What to do with the trees at the project sites that are fallen or need to be removed? Answer 1: Trees can remain on site and pushed out of the work area. 00910-1 Addenda

Project No. 17005.02/Tracking No T2017.47, Contract No. E17-12 Question 2: Is the soil at the Powerhouse road able to be reused? Answer 2: The roadbed material at Powerhouse Rd can be re-used as long as it meets the engineered fill spec requirements. Question 3: For the Powerhouse project, can the road be used for a laydown area? Answer 3: The road is able to be used, but plans should be submitted as to what locations are expected to be used. Laydown areas are not allowed to impede traffic. Nothing off of the established roadway is to be used unless permission is granted. The stockpile that is just down the road from the project site will be removed and a line item added to the bid form. Question 4: How should the bid be prepared for Rock Crusher Road, given that there are two alternatives for the MSE wall? Answer 4: Disregard the basket faced MSE wall. Bid should be prepared with the Rock Faced MSE. New Bid form attached as Attachment 2. 7- J,/7 Cary Mij.tShler, P.E., PMP, Senior Civil Engineer Date / Attachments: 1. Mandatory Pre-Bid Meeting Sign-In Sheet (1 page) 2. Revised Document 00400 (Bid Form) (7 pages) END OF SECTION 00910-2 Addenda

El Dorado Irrigation District MANDATORY PRE-BID MEETING SIGN IN SHEET Powerhouse Road and Rock Crusher Road Repairs PROJECT NO. 17005.02/TRACKING NO. T2017.47; CONTRACT NO. E17-12 July 25, 2017 at 9:00 AM Camp 5, 7225 Hwy 50, Pollock Pines, CA 95726 PLEASE SIGN IN, LEAVE YOUR BUSINESS CARD & INDICATE TYPE OF COMPANY SIGNATURE 1 Name: Cary Mutschler Company: EID Phone Number: (530) 642-4182 E-mail: ir- -- ---- -- 2 Company:.5.19 13 (,;(% Re c.r) Phone Number: 9 i G ) 5 1 -- 04.9-7 E-mail: t 5.14..vx,r:A, e s ftc, 0. sc 1,11, _ ec itf-r o General Contractor V Subcontractor 0 Supplier 0 Design/Engineering 0 ( t. * 3 Name: Company: G 4 rg LAKE 3ot-16,150 N 9 I ta, -?&41 3 2-i-/3 Phone Number: E-mail: /S1 Gk.-P.-,Z8/..10"Ser6 K... P, 5L4 o Cso:Siv-, General Contractor 0 Subcontractor 0 Supplier 0 Design/Engineering 41 4 Name: /IV- K- --- z-c-----, k Company: D v-(2 1-73 Phone Number: c'lr7 Li-1 7 :? N E-mail: /1,1,. Ice_. 2_,?, tr 0 ve r tc a \ v.-.0r7 General Contractor N1 Subcontractor 0 Supplier 0 Design/Engineering 0 5 Name: Company: Phone Number: E-mail: General Contractor 0 ubcontractor 0 Supplier 0 Design/Engl. c mg 0 6 Name: Company: Phone Number: E-mail: General Contractor 0. ontractor 0 Supplier 0 Design/.. -ering 0 7 Name: Company: Phone Number: E-mail: General Contractor 0 Subcontractor 0 Supplier 0 Design/Engineering 0

SECTION 00400 REVISED BID FORM To be submitted as part of bid by the time and date specified in SECTION 00200 (Instructions to Bidders), paragraph 1. TO THE HONORABLE BOARD OF DIRECTORS OF THE EL DORADO IRRIGATION DISTRICT THIS BID IS SUBMITTED BY: (Firm/Company Name) Re: Contract No. E17-12 POWERHOUSE ROAD AND ROCK CRUSHER ROAD REPAIRS PROJECT NO. 17005.02/TRACKING NO. T2017.47 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with the El Dorado Irrigation District ( District ) in the form included in the Contract Documents, SECTION 00520 (Agreement), to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract and within the Contract Time indicated in this Bid and in accordance with all other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Contract Documents, SECTION 00100 (Advertisement for Bids), and SECTION 00200 (Instructions to Bidders), including, without limitation, those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for 90 calendar Days after the day of Bid opening. 3. In submitting this Bid, Bidder represents: (a) Bidder has examined all of the Contract Documents and the following Addenda (receipt of all of which is hereby acknowledged). Addendum No. Addendum Date Signature of Bidder 00400-1 Bid Form - REVISED

(b) (c) (d) Bidder has visited the Site and performed tasks, reviews, examinations, and analysis and given notices, regarding the Project and the Site, as set forth in SECTION 00520 (Agreement), Article 5. Bidder has received and examined copies of the following technical specifications on District-provided, Contractor-installed equipment. N/A Bidder has given District prompt written notice of all conflicts, errors, ambiguities, or discrepancies that it has discovered in or among the Contract Documents and as-built drawings and actual conditions and the written resolution thereof through Addenda issued by District is acceptable to Contractor. 4. Based on the foregoing, Bidder proposes and agrees to fully perform the Work within the time stated and in strict accordance with the Contract Documents for the following sums of money listed in the following List of Bid Prices: SCHEDULE OF BID PRICES All Bid items, including lump sums, unit prices and alternates, must be filled in completely. All items are described in Section 01200 (Measurement and Payment). Quote in figures only, unless words are specifically requested. 00400-2 Bid Form - REVISED

Bid Schedule A - Hazard Mitigation, Powerhouse Road Slide 2 Repair (Volume 2) ESTIMATED ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1. Bonds and Insurance 2. Safety Plan and Programs 3. Mobilization/ Demobilization 4. Demolition, Removal and Disposal 5. Clearing and Grubbing 6. Excavation 7. Embankment/Fill 8. Remove soil stockpile 9. Aggregate Base Roadway 10. Mechanically Stabilized Earthen Wall 11. Erosion Control 12. Subdrain System 13. Rock Riprap 14. All Work of Contract Documents other than Work separately provided for under other Bid items TOTAL BID A PRICE: $ 00400-3 Bid Form - REVISED

Bid Schedule B - Hazard Mitigation, Rock Crusher Road Repair (Volume 3) ESTIMATED ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1. Bonds and Insurance 2. Safety Plan and Programs 3. Mobilization/ Demobilization 4. Demolition, Removal and Disposal 5. Clearing and Grubbing 6. Excavation 7. Embankment/Fill 8. Aggregate Base Roadway 9. Mechanically Stabilized Earthen Wall 10. Erosion Control 11. Subdrain System 12. Rock Riprap 13. All Work of Contract Documents other than Work separately provided for under other Bid items TOTAL BID B PRICE: $ 00400-4 Bid Form - REVISED

TOTAL BID A+B PRICE $ Total Bid (A+B) Price: (Words) 1. The undersigned acknowledges that District reserves the right to accept Alternate(s) within 10 calendar Days after the District signs the Agreement, or other period stated. Following any such acceptance, the undersigned will accept and execute any change order confirming the acceptance. The amount of any change order shall be solely the amount identified above for the Alternate(s) accepted, without any additional overhead, profit, markup or other adjustment. Similarly, the exact amounts payable with respect any Unit Price Items will be confirmed by change order, and the amount of any change order shall be solely the amount identified above for the applicable Unit Prices times the final quantities, without any additional overhead, profit, markup or other adjustment. Finally, the exact amount payable with respect to any allowance item will be determined as otherwise provided in the Contract Documents. 6. Selection of Apparent Low Bidder The undersigned acknowledges that the Apparent Low Bidder will be the Bidder submitting the lowest combination of Bid Items 1 through 14 for bid schedule A and Bid Items 1 through 13 for bid schedule B, based on the assumptions (if any) set forth in the Schedule of Bid Prices. 7. The undersigned Bidder understands that District reserves the right to reject this Bid. 8. If written notice of the acceptance of this Bid, hereinafter referred to as Notice of Award, is mailed or delivered to the undersigned Bidder within the time described in paragraph 2 of this SECTION 00400 or at any other time thereafter before it is withdrawn, the undersigned Bidder will execute and deliver the documents required by SECTION 00200 (Instructions to Bidders) within the times specified therein. These documents include, but are not limited to, SECTION 00520 (Agreement), SECTION 00610 (Construction Performance Bond), and SECTION 00620 (Construction Labor and Material Payment Bond). 9. Notice of Award or request for additional information may be addressed to the undersigned Bidder at the address set forth below. 10. The undersigned Bidder herewith encloses cash, a cashier s check, or certified check of or on a responsible bank in the United States, or a corporate surety bond furnished by a surety authorized to do a surety business in the State of 00400-5 Bid Form - REVISED

California, in form specified in SECTION 00200 (Instructions to Bidders), in the amount of ten percent (10%) of the Total Bid Price set forth above and made payable to El Dorado Irrigation District. 11. The undersigned Bidder agrees to commence Work under the Contract Documents on the date established in SECTION 00700 (General Conditions) and to complete all work within the time specified in SECTION 00520 (Agreement). The undersigned Bidder acknowledges that District has reserved the right to delay or modify the commencement date. The undersigned Bidder further acknowledges District has reserved the right to perform independent work at the Site, the extent of such work may not be determined until after the opening of the Bids, and that the undersigned Bidder will be required to cooperate with such other work in accordance with the requirements of the Contract Documents. 12. The undersigned Bidder agrees that, in accordance with SECTION 00700 (General Conditions), liquidated damages for failure to complete all Work in the Contract within the time specified in SECTION 00520 (Agreement) shall be as set forth in SECTION 00520 (Agreement). 13. The names of all persons interested in the foregoing Bid as principals are: (IMPORTANT NOTICE: If Bidder or other interested person is a corporation, give the legal name of corporation, state where incorporated, and names of president and secretary thereof; if a partnership, give name of the firm and names of all individual co-partners composing the firm; if Bidder or other interested person is an individual, give first and last names in full). 00400-6 Bid Form - REVISED

NAME OF BIDDER: licensed in accordance with an act for the registration of Contractors, and with license number: Expiration:. Where incorporated, if applicable Principals I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Signature of Bidder NOTE: If Bidder is a corporation, set forth the legal name of the corporation together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation. If Bidder is a partnership, set forth the name of the firm together with the signature of the partner or partners authorized to sign contracts on behalf of the partnership. Business Address: Officers authorized to sign contracts: Telephone Number(s): Fax Number(s): E-Mail address: Federal ID Number: Date of Bid: END OF SECTION 00400-7 Bid Form - REVISED