**REVISED BID PRICE FORM** October 24, 2018

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

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

CHARLESTON COUNTY PARK AND RECREATION COMMISSION

Construction of New Amenities at Folly Beach County Park REQUEST FOR PROPOSAL W. Ashley Ave Folly Beach, SC 29439

Invitation for Bid General Contractor for New Waterpark Attractions James Island County Park, Splash Zone & North Charleston Wannamaker

Rural Recreation Grounds Maintenance

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

INSTRUCTIONS TO BIDDERS

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

INVITATION FOR BID. James Island County Park Primitive Campground Restroom Replacement IFB NO OCTOBER 30, 2018

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

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

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

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

INFORMATION FOR BID. Tee Shirts (School Nutrition)

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

BID FOR LUMP SUM CONTRACT

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

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly.

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

REQUEST FOR PROPOSAL

BID FORM. PROJECT: 2017 Water line replacement

THREE RIVERS AREA YOUTH SPORTS COMPLEX. Request for PROPOSALS. 333 West Michigan Ave. Three Rivers, Michigan,

INSTRUCTIONS TO BIDDERS

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

NOTICE TO CONTRACTORS

PORT OF EVERETT SECTION Insert Project Name in CAPS

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA

INVITATION TO BID. Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services. Project No.

Rock Chalk Park - Infrastructure Report. July 2013

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

INSTRUCTIONS TO BIDDERS

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

Office Janitorial Services at One Administration Building

There will be a pre-bid meeting held at the Park s and Cemetery office located at 429 E 24 th St, Holland, MI on Monday, September 18, 2017 at 10am.

SAN DIEGO CONVENTION CENTER CORPORATION

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

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

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

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process.

PROPOSAL REQUIREMENTS AND CONDITIONS

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

City of Anderson Community Development Department 601 South Main Street, SC Phone (864) Fax (864)

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2

Project Manual. For Glenloch Splash Pad And Pool Renovations

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

BID FORM (Lump Sum or Unit Price)

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

ADDENDUM #5 NIB #

Electric Service Information Sheet Georgia Power Company

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

INVITATION TO BID. Play Structure and Matting Routine Repair and Maintenance Services. Project No

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

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

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

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

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

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

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

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

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

SECTION 1.A BID FOR LUMP SUM CONTRACT

DOCUMENT BID FORM

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

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

Convert Six East/West Tennis Courts to a North/South Orientation

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

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

Alabama State Port Authority

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

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

RFP GENERAL TERMS AND CONDITIONS

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

City of Newnan, Georgia

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

Bid No. B17-01 Bldg 1100 Stair & Walkway Replacement

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL

Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

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

April 15, 2013 PEST CONTROL BID Page 1 of 13

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

REQUEST FOR PROPOSAL SPORTS FIELD LIGHTING (1) 300ft Baseball/Softball Field

Suite 300 Tenant Improvement

ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT:

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

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

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

CITY OF DEERFIELD BEACH Request for City Commission Agenda

DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates

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

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

Amendment Issue date

Transcription:

**REVISED BID PRICE FORM** October 24, 2018 (Date) TO: RE: CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412 INVITATION FOR BID WANNAMAKER COUNTY PARK DOG PARK IFB No. 2019-012 FROM: (Bidder) (Address) EMAIL ADDRESS/PHONE NUMBER The Undersigned, having carefully examined drawings, project details, specifications, and other documents WANNAMAKER COUNTY PARK NEW DOG PARK IFB No. 2019-012. dated, and the following addenda: As well as, the premises and conditions affecting the work, proposes to furnish all labor, materials and equipment called for by them for the entire work in accordance with said documents. The drawings are provided for information purposes only. By submittal of this bid, the Contractor certifies that they have verified measurements and are familiar with the facilities prior 1

to submitting a bid. The project includes permitting, complying with all state, federal, county and local codes, regulations and standards in construction of the project, especially in regards to International Building codes, Local Codes, Manufacturing Recommendations, Life Safety Codes and the American with Disabilities Act, which are reasonably required to complete the Scope of Work of the IFB, and to otherwise meet the intent of the IFB. Item 1 Base Bid - Project includes the new construction of a dog park, with work consisting of clearing and grubbing approximately 6 acres, tree protection, storm water sediment and erosion control measures, grading & drainage, including a 0.4 acre dry pond. In addition, a 1800 SF restroom building, utility extensions of water & sewer mains, storm drainage, multi-use trail, associated parking, site lighting and telecommunications (cable in conduit), along with associated hardscape and landscaping, fencing, as well as coordination of shade structures and a spray jet play pad feature for dogs. To clarify, the Base Bid includes the restroom on the Architectural set of drawings (attachment 3) and area south of the match line shown on the Civil Landscape set of drawings, indicated by Phase 3-1. (Attachment 3). Breakdown required below is for CCPRC use only and items will not be evaluated separately. Restroom Building Site Work Clearing, grading, SWPPP, drainage structures and pond Civil Work Utilities, Roads/parking, trails, hardscape, fencing, site lighting and landscaping. Total Base Bid: Item 2 Alternate Based on availability of funds, CCPRC may opt to include, phase 3-2, additional clearing and grubbing of approximately 6 acres, tree protection, storm water sediment and erosion control measures, grading and drainage, including an additional 0.4 acre dry pond in the area north of the match line shown on the Civil Landscape set of drawings, indicated by Phase 3-2 (Attachment 3). Site Work: (C3.1, C4.1 & C4.3) 2a. Clearing, grading, SWPPP & _ Permanent Seed 2b. Drainage structures & Pond _ Total Alternates Item 2: Alternate Items shall be awarded based on prices and availability of funds. The Owner may award the contract on the basis of the base bid proposal, or the base bid combined with one of the alternate additions/substitutions listed above. Alternate additions may be selected by the owner for inclusion in the contract in any order of the Owner s Choosing. The award will be made to the lowest technical acceptable qualified bidder, subject to determination of such based on this prescribed method. 2

Item 3 Estimated Quantities The unit prices provided, shall reflect the unit prices used to figure the base bid amount, and if accepted in the award of the contract, shall be used in establishing adjustments of the contract price by additions to or deductions from the work, in accordance with CCPRC procurement procedures. The unit prices shall include all, the labor rates, material handling fee and unit material price. Item No. Description Estimated Quantity Units Unit Price Not to Exceed Total Price 1 6 wide plantation mix trail 500 LF $ $ 2 9 wide plantation mix trail 500 LF $ $ 3 Granite fines walkway 1000 SF $ $ 4 Crushed Concrete paving material 5000 SF $ $ 5 Black chain link fencing 500 LF $ $ 6 Concrete sidewalk 1000 CF $ $ 7 Mulch 2500 SY $ $ 8 Sod 3200 SF $ $ 9 Permanent seeding.05 Acre $ $ 8 Unclassified Excavation poor soils 9000 CY $ $ Total Estimated Qty Item 3: Item 4 Alternate - Water Plan Exhibit Based on availability of funds, CCPRC may opt to relocate the water meter and backflow preventer device to the location indicated on the Alternate Water Plan Exhibit, sheet EX. 1, Attachment 4. This location is pending approval from CWS. If this alternate will change the bid price, place the amount of the change below, denote if it is an add or a subtract amount from the bid. If it does not change the bid amount, place a zero. Total Alternate Item 4: Firm Fixed Price: Total All Items (Items 1, 2, 3 &4) Apparent lowest price technically/acceptable offer shall be determined by the total of items 1(base), 2, 3 and 4. CCPRC may reject an offer as nonresponsive if it is materially unbalanced as to prices for the basic requirement. An offer is unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated for other work. Company SBE Goal %. See Attachment 1-I, Small Business Enterprise (SBE) Program for instructions. 3

The undersigned has checked the plan(s), specifications, and the above figures and understands that he shall be responsible for any errors or omissions in effecting coverage based on these specifications as submitted on the Offer Form. It is understood and agreed that the Charleston County Parks and Recreation Commission reserves the right to accept or reject any or all Offers and to waive informality in any Offer received. The undersigned declares that this Offer is made without any connection with any person making another Offer for the same contract, that the Offer is in all respects fair and without collusion or fraud, that no member of the Charleston County Parks and Recreation Commission or other officer of said Park District, or any person in the employ of said Park District is directly or indirectly interested in this Offer, or in any portion of the profits thereof. The price specified shall include all taxes and duties of any kind levied by federal, state, municipal, or other governmental authority, which either party is required to pay with respect to the materials or services covered by this Agreement. At a minimum, invoices shall contain the identity of the provider of the services, the date of the services, a description of the services (schedule of values), and any applicable taxes. If the letter of authorization accompanying these terms and conditions allows the payment of "reimbursables", they shall be paid at Contractor's actual cost and subject to audit by CCPRC. Out of state Contractors are required to complete form I-312, Nonresident Taxpayer Registration Affidavit Income Tax Withholding form, Attachment 1-A. Any unit prices, if accepted in the award of this contract, shall be used in establishing adjustment of Contract Price by additions to or deductions from work in accordance with applicable requirements specified in the General Conditions. Unit Prices listed shall include all costs, profit and overhead, and no further surcharges are to be added to any unit price item of work that may be ordered done. Bid Holding Time: The Undersigned hereby agrees that this bid may not be revoked or withdrawn after time set for opening of bids, but shall remain open for acceptance for a period of SIXTY (60) days following such time. Attachment 1-K, Contractor s Certification/Technical Qualification Requirements: The Bidders shall submit a properly executed Contractor's Certification/Qualification Questionnaire and any other information requested by Owner to evaluate Bidder's responsibility. Contract Acceptance: In case the Undersigned be notified in writing by mail, email, telefax or delivery of acceptance of this bid, he agrees to execute, within ten days from notice, a contract for the work for the above-stated amount and at the same time to furnish and deliver to Owner a Performance Bond and a Payment Bond, each in the amount equal to 100 percent of the contract sum. 4

Completion Time: The Undersigned agrees to commence actual physical work at the site, with an adequate force and equipment, within ten calendar days from the "Notice to Proceed", and to substantially complete the work by May 30, 2019 or sooner with final completion June 30, 2019 or sooner. Liquidated Damages: The Undersigned understands that should he fail to substantially complete work under this contract within the time specified hereinbefore, or such later date as may result from an authorized extension of time, he will pay to Owner, as liquidated damages, the sum of Five Hundred Dollars ($500.00) for each succeeding calendar day, Saturdays, Sundays and Holidays included, that the terms of the contract remain unfulfilled, which sum is agreed upon as the proper measure of liquidated damages which Owner will sustain per diem by failure of undersigned to complete the work by the time stipulated, and this sum is not to be construed as, in any sense, a penalty. Contractor Resources: It is understood that, before a proposal is considered for award, Bidder may be requested by Owner to submit a statement of facts in detail as to his previous experience in performing similar or comparable work, and of his business and technical organization and financial resources and plant available to be used in performing contemplated work. Sub-contractors: The Contractor shall list the sub-contractors he proposes to use on the project on the Bid Form. However, prior to final award of a Bid, the Owner shall have the right to mandate that the Contractor provide a listing of the Sub-contractors and that the Contractor shall not change the sub-contractor without the express permission of CCPRC and with good cause. Submit Attachment 1-J, Subcontractor Data Form, with your bid. Respectfully submitted, Bidder s Signature Bidder's Firm Name: (Mailing address) Email address Phone Number State of South Carolina Contractor's License No. 5