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

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

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

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

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

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

Tornillo-Guadalupe Port of Entry Project Zone Sewer Facility. Bid #

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

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

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

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

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

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

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

ADDENDUM NO. 1 TO CONTRACT DOCUMENTS

PROPOSAL FOR SINGING HILLS RECREATION CENTER REPLACEMENT: ADDITION OF SENIOR CENTER, TECH. CENTER AND GYMNASIUM 6805 Patrol Way, Dallas, Texas 75241

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

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

BID FORM. PROJECT: 2017 Water line replacement

City of Valdez REQUEST FOR QUOTES

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

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

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

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

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

Scope of Sanitary Sewer Inspection and Cleaning Program

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

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

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

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

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

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

BID FOR LUMP SUM CONTRACT

REQUEST FOR BID (RFB) The Board of County Commissioners, Martin County, Florida, will receive sealed bids for:

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

SEWER MAIN REPLACEMENT HAZARDVILLE ROAD & KNOLLWOOD CIRCLE

2018 Paving Project for the County of El Paso. Bid #

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

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

TOWN OF FARMINGTON DEPARTMENT OF PUBLIC WORKS & DEVELOPMENT SERVICES ENGINEERING DIVISION

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

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

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

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

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

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

REQUEST FOR QUOTATION

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

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

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a

Approved in Open Session 6/12/18 Board of County Commissioners Manatee County Government Administrative Center Commission Chambers, First Floor 9:00 a

SECTION INSTRUCTIONS TO BIDDERS

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

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

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

CITY OF SUNSET VALLEY CITYWIDE SANITARY SEWER CLEANING AND TV INSPECTION Sunset Valley, Texas

Your proposal is not revocable for ninety (90) days following the response deadline indicated above.

CONTRACT FOR THE CONSTRUCTION OF TW-3/17 WEST TRANSMISSION MAIN CONTRACT 1-17 INVITATION FOR BIDDER S PROPOSALS

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 940 LAKESHORE DRIVE, SUITE 200 THE VILLAGES, FLORIDA PHONE: (352) * FAX:

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

BID PRICE FORM. (Date) CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412

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

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

Release Date: January 3, 2019 Due Date: January 17, 2019

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

San Antonio Water System

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

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

SAN ANTONIO WATER SYSTEM WATER AND/OR SANITARY SEWER CONSTRUCTION ADDITIONS TO THE GENERAL CONDITIONS FOR BEXAR COUNTY CDBG FUNDED PROJECTS

SECTION 1.A BID FOR LUMP SUM CONTRACT

SECTION NOTICE INVITING BIDS

Pflugerville, TX St. Hedwig, TX 78152

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

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

NOTICE OF REQUEST FOR BIDS

BID DOCUMENTS & SPECIFICATIONS

2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B DD Job No.:

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve

The bid due date has been changed to 2:50 p.m. May 25, 2018.

CONTRACT DOCUMENTS. City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

KEY LARGO WASTEWATER TREATMENT DISTRICT

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

INSTRUCTIONS TO BIDDERS

Televising and cleaning of Sanitary Sewer & Storm Sewer lines City of Hudson

CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1235S WINE COUNTRY INFRASTRUCTURE PROJECT LOMA VENTOSO LIFT STATION 2014 NOTICE INVITING BID

CITY OF MASON INGHAM COUNTY, MI BID PACKAGE FOR THE 2018 MAPLE GROVE CEMETERY MAUSOLEUM REPAIR AND OPTIONAL ADDITION OF FIELDSTONE WALL REPAIR

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

Field 6 Fence Phase 1

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

REVISED ENGINEER'S REPORT ASSESSMENT DISTRICT NO OF THE CITY OF SAN JACINTO

BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF ST. CLAIR PROPOSAL FOR NEW FUELING FACILITY AT CAPAC WAREHOUSE

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

SERVICE CONNECTION CONSTRUCTION PERMIT WSSC Permit Services Unit APPLICANT/OWNER: PROPERTY DESCRIPTION: ADDRESS: CONTACT PERSON: ADDRESS:

OLD S.H. 48 RAILROAD CROSSING INSTALLATION

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

Transcription:

County of El Paso Purchasing Department 500 East San Antonio, Room 500 El Paso, Texas 79901 (915) 546-2048 / Fax: (915) 546-8180 ADDENDUM 1 To: From: All Interested Proposers Claudia Sepulveda, Bid Clerk/Buyer Date: September 20, 2006 Subject: Bid# 06-081, Bosque Bonito Units 1 and 2 Sewer System Improvement Project Attention of all bidders is directed to the following modifications made hereby to the above Contract Documents Manual and Technical Specifications. Construction Documents Manual and Technical Specifications A. BID FORM, Replace pages 9 through 13 in their entirety with the enclosed pages found under Attachment A. B. GENERAL CONDITIONS, Page GC-5, 108. PAYMENTS TO THE CONTRACTOR, PARTIAL PAYMENTS, Paragraph 1.a, second sentence, remove sentence and replace with the following: The amount of the payment due to the Contractor shall be determined by adding to the total value of work completed to date, the value of materials properly stored on site and deducting (1) five percent (5%) of the total amount, to be retained until final payment and (2) the amount of all previous payments. C. MEASUREMENT AND PAYMENT, SECTION 01025, Page 2, Paragraph 2.02.C, remove sentence and replace with the following: A maximum of 95% of the unit price bid for pipelines shall be paid until such time that each installed section of pipeline passes all tests and is accepted by the Owner. D. MEASUREMENT AND PAYMENT, SECTION 01025, Page 3, Paragraph 2.05.C, remove sentence and replace with the following:

A maximum of 95% of the unit price bid for manholes and for extra depth shall be paid until such time that each manhole or number of manholes pass all tests and is accepted by the Owner. E. A copy of the geotechnical report is available for pick up at the Purchasing Department at the address given above or can downloaded from our website at www.epcounty.com under the Bids, RFQs link. F. A copy of the El Paso County s Apprentice Program guidelines is enclosed herewith as Attachment B. G. This is a contractor completion project which includes the construction of mains all the way to the installation of yard lines including the decommissioning of septic tanks. *******Please acknowledge receipt of this Addendum on Page 9 of the Contract Documents Manual. Not doing so may result in a disqualification of your bid.

ATTACHMENT A

BID FORM UNIT PRICE CONTRACT Place: El Paso County, Texas Date: Project Bid No.: Proposal of organized under the laws of the State of (hereinafter called Bidder) a corporation (OR) a partnership/an individual doing business as organized under the laws of the State of (strike out inapplicable references). To: The County of El Paso, Texas c/o Commissioners' Court (hereinafter called the Owner) Gentlemen: The Bidder, in compliance with your Invitation for Bids for the construction of the following: Installation of approximately 1,060 LF of 12-inch diameter PVC sewer pipe, including fittings and appurtenances; 8,000 LF of 8-inch diameter PVC sewer pipe, including fittings and appurtenances; installation of twenty-six (26) manholes; eighty-eight (88) sewer service connections, including private property work; HMAC patch pavement cut and restoration, dewatering operation, Trench Safety System and traffic control. Having examined the plans and specifications with related documents, soils investigation report, 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 perform the project in accordance with the Contract Documents, within the time set forth therein, 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 as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of Five Hundred and 00/100 dollars ($ 500.00) for each consecutive calendar day after the Substantial Completion date and Two Hundred Fifty and 00/100 ($250.00) after Final Completion date as hereinafter provided in the GENERAL CONDITIONS. Bidder acknowledges receipt of the following addenda (write in any addendums issued for Project): ADDENDUM NO.: DATE ISSUED:. ADDENDUM NO.: DATE ISSUED:. ADDENDUM NO.: DATE ISSUED:. ADDENDUM NO. DATE ISSUED:. Page 9

Addendum No. 1 Attachment A NOTE: The quantities shown in the unit price schedule are ESTIMATES ONLY. They are shown here only for the purpose of comparing bids as an expected total expenditure. The County of El Paso, at its sole discretion, will direct exactly how many actual units will be placed, and will pay for only those units that are ordered and accepted. No payments will be made regarding the estimated quantities, they are estimates only. UNIT PRICE SCHEDULE: Bidder agrees to perform all work described in the Contract Documents for the following unit prices. For changing quantities of work items from those indicated by the contract drawings upon written instructions from the engineer, the following unit prices shall prevail: Item No. Estimated Quantity Brief Description of Item With Unit Bid Price in Words Unit Bid Price In Figures Subtotal Amount In Figures 1 1 L.S. Insurance, Bonds, and Mobilization/Demobilization related expenses (not to exceed 5% of Bid Items #2 through #15): lump sum. $ $ 2 1,060 L.F. Furnish and Install 12-inch diameter approved sewer pipe, including fittings and appurtenances, in trench, Complete in place, the sum of: linear foot. $ $ 3 8,000 L.F. Furnish and Install 8-inch diameter approved sewer pipe, including fittings and appurtenances, in trench, complete in place, the sum of: linear foot. $ $ 4 44 E.A. Furnish and Install sewer service connection (short side) from sewer main to near property line, including 4-inch diameter approved sewer pipe, tee, riser, fittings and accessories, complete in place, the sum of: Each. $ $ Page 10

Addendum No. 1 Attachment A Item No. Estimated Quantity Brief Description of Item With Unit Bid Price in Words Unit Bid Price In Figures Subtotal Amount In Figures 5 44 E.A. Furnish and Install sewer service connection (long side) from sewer main to near property line, including 4-inch diameter approved sewer pipe, pavement restoration with 2-sac cement stabilizer, tee, riser, fittings and accessories, complete in place, the sum of: Each. $ $ 6 88 E.A. Furnish and Install sewer service connection within property, including 4- inch diameter approved sewer pipe, site restoration, clean-outs, coordination, cutting & plugging of existing lines, tieins, rubber boots,, related fittings and accessories, complete in place, the sum of: Each. $ $ 7 88 E.A. Decommission on-site sewage facility (OSSF-septic tank), including infill sand, coordination, certification & permitting fees, related fittings and accessories, complete in place, the sum of: Each. $ $ 8 30 E.A. Furnish and Install 4-inch PVC vent pipe schedule 40 and required appurtenant items such as P Trap schedule 40, 4- inch sanitary T to complete private property wastewater connection for manufactured homes, complete in place, the sum of: Each. $ $ 9 26 E.A. Furnish and Install 48-inch diameter Standard Pre-cast Concrete Manhole (Type A), complete in place, the sum of: Each. $ $ Page 11

Addendum No. 1 Attachment A Item No. Estimated Quantity Brief Description of Item With Unit Bid Price in Words Unit Bid Price In Figures Subtotal Amount In Figures 10 250 V.F. Additional vertical depth of 48-inch (Type A) manholes, complete in place, the sum of: Vertical Foot. $ $ 11 8,150 L.F. Provide and Maintain groundwater de-watering operation, as specified, complete in place, the sum of: Cents per Linear Foot. $ $ 12 8,150 L.F. Furnish and Install filter fabric for 8-inch and 12-inch diameter approved gravity sewer pipe, complete in place, the sum of: Cents per Linear Foot. $ $ 13 1 L.S. Provide and Maintain approved Traffic control plan, complete in place, the sum of: Lump Sum. $ $ 14 9,060 L.F. Trench Safety System: Trench Box Method or Shoring, Sheeting, and Bracing Method, complete in place. Linear Foot. $ $ 15 5,000 SY HMAC pavement replacement, including 2-sac cement stabilizer, as specified, complete in place, the sum of: Square Yard. $ $ TOTAL BID PRICE: $ Page 12

Addendum No. 1 Attachment A In accordance with the requirements of Texas House Bill 11, bidders must separate charges for materials and labor. Please complete the following. 1. MATERIALS TO BE INCORPORATED IN PROJECT NOT SUBJECT TO SALES TAX $ 2. LABOR TO BE INCORPORATED IN PROJECT NOT SUBJECT TO SALES TAX $ 3. RENTAL EQUIPMENT AND OTHER TAXABLE ITEMS $ 4. OTHER (I.E. BONDS, INSURANCE, CAPITAL EQUIPMENT, ETC.) $ * (Total must equal total bid price for Bid) * TOTAL $ The above unit prices shall include all labor, materials, equipment, shoring, removal, overhead, profit, clean up, insurance, etc., and any other incidental items not called for to cover the finished work of the several kinds called for. Changes shall be processed in accordance with GENERAL CONDITIONS. BIDDER agrees that all Work will be Substantially Complete within 240 calendar days after the date when the Contract time commences to run as provided in the General Conditions. Final Completion as defined in the General Conditions will be within 270 calendar days after the date when the Contract time commences to run. BIDDER accepts the provisions of the General Conditions and the Agreement as to liquidated damages in the event of failure to complete the Work on time. Bidder understands that Owner reserves the right to reject any or all bids and to waive any informality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. Upon receipt of Owner's written acceptance of this bid, Bidder will execute formal contract within 10 calendar days and deliver 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 bonds 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: (Name) Address: Page 13

ATTACHMENT B