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

Similar documents
MEANDER WAY RECONSTRUCTION

SILVER STREET PAVING

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

GOLD CREEK FLUME CONCRETE PATCHING

BID FOR LUMP SUM CONTRACT

SALT AND SAND STORAGE FACILITY

JUNEAU DOUGLAS TREATMENT PLANT VECTOR DUMP IMPROVEMENTS

DZANTIK I HEENI MIDDLE SCHOOL ROOF REPAIR REBID

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

INSTRUCTIONS TO BIDDERS

STABLER POINT ROCK QUARRY EXPANSION

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

SECTION 1.A BID FOR LUMP SUM CONTRACT

BID FORM. PROJECT: 2017 Water line replacement

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

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

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

LOUISIANA UNIFORM PUBLIC WORK BID FORM

CBJ-MIS & SERVER ROOM A/C INSTALLATION

PORT OF EVERETT SECTION Insert Project Name in CAPS

DOWNTOWN LIBRARY SERVER ROOM

WEST DOUGLAS PIONEER ROAD

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

LEMON CREEK GRAVEL PIT TRUCK SCALE REPLACEMENT

REQUIRED BID FORMS SECTION

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO

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

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

REQUIRED BID FORMS SECTION

University of California, Riverside Barn Expansion

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

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

BIDDING AND CONSTRUCTION STANDARDS

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

NOTICE INVITING BIDS

NORFOLK AIRPORT AUTHORITY NORFOLK, VIRGINIA MARCH 31, 2017

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

PROPOSAL PACKAGE INFORMATION SHEET

5. BID FORMS TABLE OF CONTENTS

PROJECT MANUAL BID FORMS. Taxiways P and P7 Drainage Improvements CONTRACT NO Issued for Bid August 25, 2014

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

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

City of Newnan, Georgia

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

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

PROPOSAL PACKAGE INFORMATION SHEET *Please Remove This Page Prior to Submitting Your Bid*

Alabama State Port Authority

PROPOSAL PACKAGE INFORMATION SHEET *Please Read Prior to Submitting Your Bid*

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

Invitation To Bid. for

LEMON CREEK PIT RECLAIMED ASPHALT PROCESSING 2011

TABLE OF CONTENTS CONTRACT PROVISIONS

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

Suite 300 Tenant Improvement

Demolition of Water Ground Storage Tanks

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

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

Field 6 Fence Phase 1

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

BID FORM (Lump Sum or Unit Price)

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

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

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

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

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

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

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

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

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

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

PROPOSAL REQUIREMENTS AND CONDITIONS

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA

NC General Statutes - Chapter 143 Article 8 1

PROJECT MANUAL BID DOCUMENTS, CONTRACT DOCUMENTS. and CONSTRUCTION SPECIFICATIONS. for the construction of NATURAL GAS SYSTEM EXPANSION BENNETT ROAD

KEY LARGO WASTEWATER TREATMENT DISTRICT

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

ADVERTISEMENT FOR BIDS

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

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

PROJECT MANUAL THE SEMINOLE COUNTY PORT AUTHORITY WATER SPECIALISTS PARKING IMPROVEMENTS

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

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

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

TULARE COUNTY OFFICE OF EDUCATION. Router

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

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

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form )

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

PROPOSAL AND CONTRACT DOCUMENTS

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

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

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

TULARE COUNTY OFFICE OF EDUCATION. Router

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

VILLAGE OF SPENCER, WISCONSIN DEMOLITION OF 108 NORTH LASALLE STREET, SPENCER, WISCONSIN (COMMERCIAL BUILDING SUBJECT TO RAZE ORDER) INVITATION TO BID

Transcription:

SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract Documents (as defined in Article 6 of the Agreement) to perform the WORK as specified or indicated in said Contract Documents entitled Valley Court Force Main Replacement Contract No. BE17-029 2. Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and Instructions to Bidders, dealing with the disposition of the Bid Security. 3. This Bid will remain open for the period of time stated in the Notice Inviting Bids unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Notice Inviting Bids and the Instructions to Bidders, and will furnish insurance certificates, Payment Bond, Performance Bond, and any other documents as may be required by the Contract Documents. 4. Bidder has familiarized itself with the nature and extent of the Contract Documents, WORK, site, locality where the WORK is to be performed, the legal requirements (federal, state and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress or performance of the WORK and has made such independent investigations as Bidder deems necessary. 5. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 6. To all the foregoing, and including all Bid Schedule(s) and information required of Bidder contained in this Bid form, said Bidder further agrees to complete the WORK required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefore the Contract Price based on the Total Bid Price(s) named in the aforementioned Bid Schedule(s). 7. Bidder has examined copies of all the Contract Documents including the following addenda (receipt of all of which is hereby acknowledged by the Undersigned): Addenda No. Date Issued Addenda No. Date Issued Give number and date of each addenda above. Failure to acknowledge receipt of all addenda may cause the Bid to be non-responsive and may cause its rejection. BID Contract No. BE17-029 PAGE 00300-1

SECTION 00300 - BID 8. The Bidder has read this Bid and agrees to the conditions as stated herein by affixing his/her signature in the space provided below. Dated: Alaska CONTRACTOR's Business License No: Alaska CONTRACTOR's License No: Telephone No: Fax No: Email: Bidder: By: Printed Name: Title: Address: (Company Name) (Signature) (Street or P.O. Box) (City, State, Zip) 9. TO BE CONSIDERED, ALL BIDDERS MUST COMPLETE AND INCLUDE THE FOLLOWING AT THE TIME OF THE DEADLINE FOR BIDS: Bid, Section 00300 (includes addenda receipt statement) Completed Bid Schedule, Section 00310 Bid Security (Bid Bond, Section 00320, or by a certified or cashier s check as stipulated in the Notice Inviting Bids, Section 00030) Disadvantaged Business Enterprises (Minority and Women-Owned Business Enterprises) Compliance Statement, (Section 00410, Page 1). American Iron and Steel Acknowledgement, (Section 00470, Pages 3 and 5) - Prime 10. The apparent low Bidder is required to complete and submit the following document by 4:30 p.m. on the fifth business day following the date of the Posting Notice. Subcontractor Report, Section 00360 11. The apparent low Bidder who fails to submit a completed Subcontractor Report within the time specified in this Section may be found to be not a responsible bidder and may be required to forfeit the bid security. The OWNER may then consider the next lowest Bidder for award of the Contract. 12. The successful Bidder will be required to submit, within ten calendar Days after the date of the Notice of Intent to Award letter, the following executed documents: Agreement Forms, (Section 00500) Performance Bond, (Section 00610) Payment Bond, (Section 00620) Certificates of Insurance, (CONTRACTOR), (Sections 00700 and 00800) Disadvantaged Business Enterprises (Minority and Women-Owned Business Enterprises) Report of Participation, (Section 00410) Disadvantaged Business Enterprises (Minority and Women-Owned Business Enterprises) Contact Documentation, (Section 00410), if goal is not met BID Contract No. BE17-029 PAGE 00300-2

SECTION 00300 - BID EEO Statement of Acknowledgement, (Section 00430), signed by CONTRACTOR and all Subcontractors EEO Employer Information Report EEO-1, (Section 00430), signed by CONTRACTOR and all Subcontractors Employment Data, (Section 00430), signed by CONTRACTOR and all Subcontractors American Iron and Steel Acknowledgement, (Section 00470), Page 3, Subcontractor CONTRACTOR Acknowledgement of American Iron & Steel Requirement, Section 00470, Page 5 Certification Regarding Debarment, Suspension and Other Responsibility Matters, (Section 00480) END OF SECTION BID Contract No. BE17-029 PAGE 00300-3

SECTION 00310 - BID SCHEDULE PAY ITEM NO. PAY ITEM DESCRIPTION PAY UNIT UNIT PRICE AMOUNT APPROX. QUANTITY DOLLARS CENTS DOLLARS CENTS 1505.1 Mobilization Lump Sum All Req'd Lump Sum 1550.1 Traffic Control Lump Sum All Req'd Lump Sum 1570.1 Erosion and Sediment Control Lump Sum All Req'd Lump Sum 2202.1 Sideslopes and Ditch Restoration Mining Area Restoration & Road Cleaning Lump Sum Contingent All Req'd Lump Sum 2202.2 Guarantee Sum All Req'd Contingent Sum $ 2,500 00 2203.1 Trench Excavation CY 1,064 2203.2 Imported Backfill CY 150 2203.3 Sheeting, Shoring and Bracing Lump Sum All Req'd Lump Sum 2204.1 Base Course, Grading D-1 Ton 290 2401.1 Locate Sanitary Sewer and Storm Pipe Lump Sum All Req'd Lump Sum 2401.2 8-Inch HDPE Force Main LF 1,485 2401.3 Corrosion Protection EA 2 2401.4 8-Inch HDPE to 6-Inch DI Connections Lump Sum All Req'd Lump Sum 2601.1 Locate Water Pipes Lump Sum All Req'd Lump Sum 2607.1 Pipe Insulation Bds 50 2702.1 Construction Surveying Lump Sum All Req'd Lump Sum 2709.1 Topsoil CY 80 2710.1 Seeding, Hydraulic Method, Type III SU 2 2720.1 Painted Traffic Markings Lump Sum All Req'd Lump Sum 2722.1 Electrical Conductor Relocation EA 15 2801.1 A.C. pavement, Type II-A, Class B Ton 160 2806.1 Remove Existing Asphalt Surfacing SY 670 3303.1 Curb and Gutter, Type I LF 75 3303.2 Concrete Driveway 6-Inches Thick SY 51 3304.1 Removal of Concrete Driveway SY 51 3304.2 Removal of Curb and Gutter LF 75 COMPANY NAME SIGNATURE TOTAL BID END SECTION Contract No. BE17-029 BID SCHEDULE Page 00310-1

SECTION 00320 - BID BOND KNOW ALL PERSONS BY THESE PRESENTS, that as Principal, and as Surety, are held and firmly bound unto THE CITY AND BOROUGH OF JUNEAU hereinafter called "OWNER," in the sum of dollars, (not less than five percent of the total amount of the Bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said OWNER to perform the WORK required under the Bid Schedule of the OWNER's Contract Documents entitled. Valley Court Force Main Replacement Contract No. BE17-029 NOW THEREFORE, if said Principal is awarded a contract by said OWNER and, within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the form of Agreement bound with said Contract Documents, furnishes the required certificates of insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said OWNER and OWNER prevails, said Surety shall pay all costs incurred by said OWNER in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this day of, 20 (SEAL) (Principal) (SEAL) (Surety) By: (Signature) By: (Signature) END OF SECTION BID BOND Contract No. BE17-029 Page 00320-1

SECTION 00410 - DBE MBE/WBE FORMS STATE OF ALASKA DEPARTMENT OF ENVIRONMENTAL CONSERVATION DISADVANTAGE BUSINESS ENTERPRISES (MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISES) COMPLIANCE STATEMENT To be eligible for award of this contract, the bidder/proposer must execute and submit, as part of his or her bid proposal, this statement relating to Disadvantage Business Enterprises (Minority and Woman-Owned Business Enterprises). This statement shall be deemed a material factor in the City s evaluation of this bid proposal. Failure to complete and submit this statement, or the inclusion of a false statement, shall render the bid proposal non-responsive. The (Company Name) acknowledges that Minority/Woman- Owned Business Enterprises (MBE/WBE) goal of 5.91% participation (with a good faith effort of 3.89% MBE and 2.02% WBE, Effective July 1, 2013 thru June 30, 2016) has been established for this contract, and hereby assures that it will meet the goal or provide documentation to show that the mandatory good faith efforts have been made. The undersigned certifies that this bidder/proposer is aware of and will comply with MBE/WBE goals of this project and all applicable federal and state statutes and regulations concerning Disadvantage Business Enterprises (Minority and Woman-owned Business Enterprises). We certify that should we be declared successful bidder/best proposer we shall submit such data as required for award of the contract within the time limits set forth in the contract specifications unless otherwise specified. In addition, we acknowledge that Minority/Woman-Owned Business Enterprises Contract and Procurement Reports will be submitted to the City for each half year of active construction. We understand that if we are the successful bidder/best proposer and we fail to meet the MBE and/or WBE goals, or fail to demonstrate that we have made the required good faith effort the City can render the bid proposal non-responsive. Company Name RFP/Contract Authorized Signature Title VALLEY COURT FORCE MAIN REPLACEMENT Contract No. BE17-029 DBE MBE/WBE FORMS Page 00410-1

00470 - AMERICAN IRON AND STEEL ACKNOWLEDGEMENT STATE OF ALASKA MUNICIPAL GRANTS & LOANS ALASKA CLEAN/DRINKING WATER FUND USE OF AMERICAN IRON AND STEEL CERTIFICATION BY BIDDER OF COMPLIANCE WITH THE USE OF AMERICAN IRON AND STEEL LAW enacted on 1/17/2014 We, the bidding prime contractor and subcontractors, as named below, hereby certify that all the American iron and steel used in the Project named, also identified as Project Loan No will comply with the Use of American Iron and Steel Law, or obtain the necessary waiver(s) from the U.S. Environmental Protection Agency. Prime Contractor Name: Signature of Official Printed name Date --------------------------------------------------------------------------------------------------------------------- Subcontractor Name Signature of Official Date CBJ Contract No. BE17-029 AMERICAN IRON AND STEEL ACKNOWLEDGEMENT Page 00470-3

00470 - AMERICAN IRON AND STEEL ACKNOWLEDGEMENT CONTRACTOR ACKNOWLEDGEMENT OF AMERICAN IRON AND STEEL REQUIREMENT The Contractor acknowledges to and for the benefit of the City & Borough of Juneau ( Purchaser ) and the State of Alaska Department of Environmental Conservation (the State ) that it understands the goods and services under this Agreement are being funded with monies made available by the Clean Water State Revolving Fund and/or Drinking Water State Revolving Fund that have statutory requirements commonly known as American Iron and Steel; that requires all of the iron and steel products used in the project to be produced in the United States ( American Iron and Steel Requirement ) including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Purchaser and the State that (a) the Contractor has reviewed and understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Purchaser or the State. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Purchaser or State to recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney s fees) incurred by the Purchaser or State resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the State or any damages owed to the State by the Purchaser). While the Contractor has no direct contractual privity with the State, as a lender to the Purchaser for the funding of its project, the Purchaser and the Contractor agree that the State is a third-party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the State. Contractor Signature Date Contractor Print Name Company Name CBJ Contract No. BE17-029 AMERICAN IRON AND STEEL ACKNOWLEDGEMENT Page 00470-5