BID FORM. PROJECT: 2017 Water line replacement

Similar documents
BID FOR LUMP SUM CONTRACT

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

BID FORM (Lump Sum or Unit Price)

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

PORT OF EVERETT SECTION Insert Project Name in CAPS

SECTION 1.A BID FOR LUMP SUM CONTRACT

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

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

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

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

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

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

BIDDING AND CONSTRUCTION STANDARDS

City of Newnan, Georgia

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

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

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

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

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

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

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

PROPOSAL REQUIREMENTS AND CONDITIONS

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

Suite 300 Tenant Improvement

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

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

ADVERTISEMENT FOR BIDS

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

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS

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

ADDENDUM NO. 1 December 8, Bidders are hereby informed that the construction plans and/or specifications are modified as follows:

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

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

ADDENDUM For Reference For Bidders

Field 6 Fence Phase 1

CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY

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

TABLE OF CONTENTS CONTRACT PROVISIONS

ADDENDUM #5 NIB #

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

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

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Demolition of Water Ground Storage Tanks

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

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

INSTRUCTIONS TO BIDDERS

CITY OF PEACHTREE CITY PAVING PROJECTS 2018 ADDENDUM #2

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

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

ADDENDUM 5 FOR CRUISE TERMINAL 10 CM AT RISK RENOVATION PROJECT for the CANAVERAL PORT AUTHORITY PUR-RFP February 17, 2016

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

City of Detroit Detroit, Oregon

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

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

JUNEAU DOUGLAS TREATMENT PLANT VECTOR DUMP IMPROVEMENTS

INVITATION TO BID ITB# G FOR. MILLBROOK CIRCLE WATER MAIN REPLACEMENT Schedule of Events

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

5. BID FORMS TABLE OF CONTENTS

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

BID FORM A th Street

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

PROPOSAL GRANULAR FILL (BANK RUN GRAVEL)

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

BID FORM. Base Bid Dollars ($ )

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

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

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

TABLE OF CONTENTS. Page No. A. INTRODUCTORY PAGES Cover Page... i. Table of Contents

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

UNIFORM, TOWEL & FLOOR MAT SERVICES

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

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

HARLAN MUNICIPAL UTILITIES

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

Project Manual. For Glenloch Splash Pad And Pool Renovations

DAWSON COUNTY BOARD OF COMMISSIONERS DAWSONVILLE, GEORIGA

INSTRUCTIONS TO BIDDERS

Office Janitorial Services at One Administration Building

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

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

PROPOSAL PACKAGE INFORMATION SHEET

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

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

REQUEST FOR QUOTATION

Pre-Bid Meeting Notes Repairs to Wertz Mill Covered Bridge ITB #12-35-KL

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING

RECOMMENDATION TO CITY COUNCIL

CONSTRUCTION DOCUMENTS FOR: City of Lovington. Water Meter Improvements. Lovington, NM. Funding Source:

A. INTRODUCTORY PAGES

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

TABLE OF CONTENTS FOR

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

SALT AND SAND STORAGE FACILITY

Transcription:

Project Town of Georgetown P.O. Box 426 Georgetown, CO 80444 BID FORM PROJECT: 2017 Water line replacement THE UNDERSIGNED BIDDER, having familiarized himself with the Work required by the Contract Documents, the site where the Work is to be performed, local labor conditions and all laws, regulations and other factors affecting performance of the Work, and having satisfied himself of the expense and difficulties attending performance of the Work, HEREBY PROPOSES and agrees, if this Bid is accepted, to enter into Agreement in the form attached, to perform all Work, including the assumption of all obligations, duties and responsibilities necessary to the successful completion of the Agreement and the furnishing of materials and equipment required to be incorporated in and form a permanent part of the Work, tools, equipment, supplies, transportation, facilities, labor, superintendence and services required to perform the Work; and Bond, insurance and submittals; all as indicated or specified in the Contract Documents to be performed or furnished by Contractor in accordance with the following Bid prices. A. Bidder will complete the Work in accordance with the Contract Documents for the following price(s): Unit Bid Price Schedule 1. Schedule of Unit Prices: In the event the Work indicated or specified in the Contract Document is increased or decreased, the Contract Price set forth below shall be increased or decreased in accordance with the following Unit Prices. Unit Prices are subject to acceptance by Owner and rejection of one or more Unit Prices will not invalidate acceptance of this Bid. 2. Bidder acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provided in Contract Documents.

TABLE 1 BASE BID UNIT PRICES Item No Description Quantity Total Bid Price Quantity 1. Mobilization LS 1 $ 2. 8 DIP Class 52 w/poly Wrap LF 1100 $ 3. 8 Tee EA 9 $ 4. 8 22-1/4 Bend EA 8 $ 5. 8 Gate Valves EA 11 $ 6. 3/4 Service Taps & Corp Stop EA 13 $ 7. 2 Service Taps & Corp Stop EA 2 $ 8. Paving Road 4 Thick SY 2400 $ 9. Concrete Pans Replacement CY 5 $ 10. Waterline Pressure Testing/Disinfection EA 1 $ 11. Traffic Control EA 1 $ 12. Trenching and Backfill CY 585 $ 13. Fire Hydrants EA 2 $ Total of All $. LS = lump sum; LF = linear feet; EA = each; CY= cubic yard; SY= Surface yard Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities, determined as provided in the Contract Documents. The undersigned Bidder agrees to furnish the required Bond and enter into the Agreement within FIFTEEN (15) days after acceptance of this Bid, and further agrees to complete all Work covered by the Bid, in accordance with specified requirements and in accordance with the following schedule (Bidder to elite number of days after award of contract for all of the following): 1. Startup of all Major Equipment 120 Days 2. Substantial Completion (Ready for Punch list): 150 Days 3. Punch list Complete: 180 Days Owner and Contractor recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not substantially completed within the time specified above, plus an extensions thereof allowed in accordance with the General Conditions. They also recognize the delay expense and difficulties involved in proving, in a legal or arbitration proceeding, the actual loss suffered by the Owner if the Work is not substantially complete on time. Accordingly, instead of requiring any successful proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contract shall pay Owner in accordance with the following:

1. Late Startup of all major Equipment $100 Per Day 2. Late Substantial Completion $ 500 Per Day (ready for Punchlist) 3. Late Punchlist Completion $ 500 Per Day Receipt of copies of the following addenda is hereby acknowledged. Addendum No. Bidder's Signature Date Acknowledged BID SECURITY Enclosed herewith is the required Bid Security, in the form of Cash/Cashier's Check/Bid Bond (circle one in the amount of Dollars ($ ) (5% require which the undersigned Bidder agrees is to be forfeited to and become the property of owner, as liquidate damages, should this Bid be accepted and bidder fails to enter into Agreement in the form prescribed and furnish the required Bonds within fifteen (15) days, or should Bidder fail to enter such Agreement and giving such Bond or Bonds, if Bidder fails to pay to owner the difference between the amount specified in this B and such larger amount for which owner may in good faith contract with another party to perform the Work covered by this Bid, but otherwise the Bid Security will be returned upon Bidder signing the Agreement and delivering the Performance, Payment and Warranty Bond. In submitting this Bid it is understood that Owner reserves the right to reject any and all Bids, and it is understood that this Bid may not be withdrawn during a period of sixty (60) days after the scheduled time for the receipt of Bids. The undersigned Bidder hereby certifies (a) that this Bid is genuine and is not made in the interest of, or in the behalf of, any undisclosed person, fine, or corporation, and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; (b) that he has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid; (c) that he has not solicited or induced any person, firm, or corporation to refrain from bidding; and (d) that he has not sought by collusion to obtain for himself any advantage over any other Bidder or over the Owner. The full names and addresses of parties interested in this Bid as principals are as follows:

SIGNATURE OF BIDDER Date: If an Individual: (Signature) print or type name: Doing business as: If a Partnership: by: (Signature) General Partner print or type name: If a Corporation: (a Corporation) by: (Signature) print or type name: Title: (SEAL) Attest: Title: If Bidder is a joint venturer, all ventures or their authorized agents must sign below. Name of Joint Venture: If Joint Venture is An Individual: (Signature) print or type name: doing business as: