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

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

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

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

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

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

BID FORM. PROJECT: 2017 Water line replacement

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

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

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

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

REQUEST FOR QUOTATION

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

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

SECTION NOTICE TO BIDDERS

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

INSTRUCTIONS TO BIDDERS

ADVERTISEMENT FOR BIDS WATER SERVICE LINE REPAIR & METER BOX REPLACEMENT CITY / COUNTY UTILITIES

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

BID FOR LUMP SUM CONTRACT

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

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

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

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

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

CITY OF TAMPA ADDENDUM 2. April 18, 2018

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

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA

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

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

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

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

Addendum 1 13 TH Street Streetscape. September 1, 2017

BID TABULATION BID REQUEST NO

INVITATION TO BID U Directional Boring Utility Department

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

Rapid City, South Dakota

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

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

ADDENDUM #5 NIB #

SECTION INSTRUCTIONS TO BIDDERS

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

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

SUBDIVISION IMPROVEMENTS AGREEMENT

B. The Bid is made in compliance with the Bidding Documents.

Field 6 Fence Phase 1

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

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

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

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

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

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

Document A701 TM. Instructions to Bidders

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

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

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

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

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

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

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

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

HVAC Remodel Second Floor North Center Building

AIA Document A701 TM 1997

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

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

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

Addendum 1 Downtown North CRA Sidewalks

City of Newnan, Georgia

Contract Documents & Construction Specifications BOARDWALK NORTHERN EXTENSION PROJECT

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

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

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

BIDDING AND CONSTRUCTION STANDARDS

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

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

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

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

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

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

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

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

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

PROJECT MANUAL INDEX I. BIDDING CONDITIONS. A - Project Information Sheet. B - Instructions to Bidders. C - Proposal Form

INSTRUCTIONS TO BIDDERS

CONTRACT DOCUMENTS and SPECIFICATIONS for Union County. Supplying and Delivering Precast Concrete Box Culverts

Florida Department of Environmental Protection

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

AIA Document A101 TM 2007

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

33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600.

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

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

Transcription:

Page 1 of 16 ITB-PW-U-15-02 Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 ISSUE DATE: January 7, 2015 DUE DATE: January 15, 2015 at 2:00 p.m. SUBJECT: Miscellaneous Changes INTENT: This addendum is issued prior to the date bids are due in order to incorporate the following clarifications, additions, omissions, deletions, or changes into the Contract Documents. Except as hereinafter specified, the work shall be in accordance with the drawings and specifications. Bidders are to use the changed quantities of the items listed in this addendum in their proposals, and it shall become a part of the Contract Documents when construction is executed. Bidders are reminded that this addendum must be noted on the Official City Acknowledgment Form when they submit their proposal. A signed copy of the addendum must also be included with the bid. This Addendum consists of 2 pages plus the attached Section 00200 (11 Pages) and Construction Plan Sheets G-1A, C-5, and C-12 (3 Pages), for a total of 16 pages. CHANGES TO THE PROJECT MANUAL: 1. Section 00200 - Bid Forms: Remove Section 00200 in its entirety and replace it with the attached revised Section 00200. The revisions to the Bid Form are to the Bid Schedule. In the Bid Schedule, the quantity for item 8 (16" RECLAIMED WATER MAIN (PVC OR DI) (OPEN CUT) (RESTRAINED)) has been revised from 1732 LF to 1702 LF and the quantity for item 10 (18" RECLAIMED WATER MAIN (PE) (DIRECTIONAL DRILL)) has been revised from 6907 LF to 6937 LF. 2. Section 01065 - Permits and Fees - Delete subparagraphs B and C from Paragraph 1.04, and re-number the remaining subparagraphs. All construction, including construction in the Old Kings Rd. Right-of-Way (R/W) is in County R/W (there is no proposed construction for this project in City owned R/W). Additionally, it should be noted that all proposed construction for this project is outside the FDOT Limited Access R/W. 3. Section 02405 - Horizontal Directional Drilling - Delete subparagraphs F and G from Paragraph 3.02 in their entirety and replace them with the following: F. At the Old Kings Rd. crossing and all other street crossings, the minimum cover shall be 10-ft below the paved surface as indicated on the Drawings. Page 1 of 2 ITB-PW-U-15-02 - Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

ADDENDUNO. 1-1/7/15 Page 2 of 16 G. In road right-of-way in non-paved areas, the directional bore depth shall be 8 minimum and 12 maximum, at ditch crossings a minimum of 6-ft below the bottom of the ditch, and at culvert crossings a minimum of 3.5-ft below the outside bottom of the culvert as indicated on the Drawings. CHANGES TO THE CONSTRUCTION PLANS: 4. Sheet G-1A - Summary of Quantities: Remove this Sheet in its entirety and replace it with the attached revised Sheet G-1A. This Sheet incorporates quantity revisions to the 16 RWM open cut (restrained) and 18 RWM directional drill lengths on Sheets C-5 and C-12. 5. Sheets C-2 through C-5, C-12, C-13 - Plan and Profile: In the profile view along directional drilled pipeline, the callout indicates a depth of 6 Min. - 8 Max. With this Addendum No. 1, the directional bore depth in unpaved areas has been changed to 8 minimum and 12 maximum. 6. Sheet C-5 - Plan and Profile: Adjust the beginning stationing of the directional drill that starts west of Lakeview Blvd. as shown in the attached revised Sheet C-5. This sheet also shows the revised depths of the directional drilled pipeline and directional bore length per this Addendum No. 1. 7. Sheet C-7 - Plan and Profile: Adjust the beginning and ending stationing of the Laramie Drive directional drill crossing as follows: West of Laramie Dr., the 16 45 Degree Bend is to be at Sta. 207+75 and East of Laramie Dr. the 16 45 Degree Bend is to be at 209+85. With this change, the overall directional drill length across Laramie Dr. remains unchanged. 8. Sheet C-10 Plan and Profile: Note there is no proposed construction on this sheet (ignore the callout that indicates proposed air release valve ). The stationing in the Plan View shows the proximity of I-95 to the east portion and west portion of the Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 project. 9. Plan and Profile Sheet C-12: Adjust the beginning stationing of the directional drill that starts west of the western box culvert (near station 269+50) as shown in the attached revised Sheet C-12. This sheet also shows the revised depths of the directional drilled pipeline and directional bore length per this Addendum No. 1. Acknowledgement: Signature and Date Printed Name and Title Company Name END OF ADDENDUM NO. 1 *Fourteen pages to follow. Page 2 of 2 ITB-PW-U-15-02 - Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

Page 3 of 16 SECTION 00200 BID FORMS Project Name: MATANZAS WOODS PARKWAY RECLAIMED WATER MAIN CONSTRUCTION PHASE 2 City Project No.: ITB-PW-U-15-02 Name of Firm: Contact Name: E-mail Address: Business Mailing Address: Business Street Address: City/State/Zip: Phone Number: Fax Number: ( ) ( ) Contractor License Number: Pursuant to and in compliance with your notice inviting sealed Bids (Invitation To Bid), Instructions to Bidders, and the other documents relating thereto, the undersigned Bidder, having ensured to its satisfaction that they have familiarized themselves with the terms of the Contract Documents, local conditions affecting the performance of the Work, and the cost of the Work at the place where the Work is to be done, hereby proposes and agrees to perform within the time stipulated in the Contract Documents, including all of its component parts and everything required to be performed, and to provide and furnish any and all of the labor, Material, and tools, expendable Equipment, and all utility and transportation services necessary to perform the Work and complete in a workmanlike manner, all of the Work required in connection with the construction of said Work all in strict conformity with the Plans and Specifications and other Contract Documents, including Addenda Nos. through, on file at the Purchasing and Contracts Division for the Total Bid (Contract Price) hereinafter set forth. The undersigned Bidder agrees that the Work shall be completed according to the schedule set forth in the Contract Documents. Bid Form 00200-1

Page 4 of 16 The undersigned Bidder further agrees to pay liquidated damages as described in the Contract Documents. Bid prices must be stated in words in accordance with these Instructions to Bidders in the blank space(s) provided for that purpose. Bidder acknowledges that it has read and fully understands all Sections of the Instructions to Bidders. The undersigned, as Bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any person, firm or corporation; and he proposes and agrees, if the proposal is accepted, that they will execute an Agreement with the CITY in the form set forth in the Contract Documents; that it will furnish the Contract Security, Insurance Certificates, Endorsements, and Policies, that it is aware that failure to properly comply with the requirements set out in the "Instructions to Bidders" and elsewhere in the Contract Documents may result in a finding that the Bidder is non-responsive and may cause a forfeiture of the Bid Security. ACCOMPANYING THIS BID IS_ (insert the word(s) "cashier's check," bidder's bond," certified check," or other security as provided by law, as the case may be) in an amount equal to at least five percent (5%) of the Total Bid, payable to the CITY OF PALM COAST, FLORIDA The undersigned deposits above-named security as a Bid guarantee and agrees that it shall be forfeited to the CITY as liquidated damages (and not as a penalty in recognition of the complexity and lack of precision in calculating damages) in case this Bid is accepted by the CITY and the undersigned fails to execute an Agreement with the CITY as specified in the Contract Documents accompanied by the required Payment and faithful Performance Bonds with Sureties satisfactory to the CITY, and accompanied by the required certificates of insurance coverage, and endorsements. Should the CITY be required to engage the services of an attorney in connection with the enforcement of this Bid, Bidder promises to pay City s reasonable attorney's fees and costs (including attorney's fees and costs on appeals) incurred with or without suit. We, the Undersigned, hereby declare that no person, persons, firm, or corporation, other than the undersigned are interested in this Proposal as principals and that this Proposal is made without collusion with any person, firm, or corporation. Bid Form 00200-2

Page 5 of 16 CORPORATION/COMPANY Company Name: By: By: Address: (Seal) (Name typed or printed) (Name typed or printed) Telephone No.: ( ) FAX No.: ( ) Florida State Registration Number: Federal I.D. Tax Number: INDIVIDUAL Name: (Signature) (Name typed or printed) (Title) Address: Telephone No.: ( ) FAX No.: ( ) County/City Registration Number: Social Security Number: Federal I.D. Tax Number: Attention: Bids shall only be considered from those Bidders who have obtained these Contract Documents from the CITY directly or via the website: palmcoastgov.com/government/purchasing. BID SCHEDULE The Bidder hereby agrees to perform all work as required by the Contract Documents for the following Unit Prices. All work required to be performed by the Contract Documents is to be included within the following Pay Items, inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the project. Work for which there is not a Pay Item will not be considered incidental to the Contract and no additional compensation will be allowed. Pursuant to and in compliance with your Invitation for Bid, the Instructions to Bidders, and other documents relating thereto, the undersigned hereby agrees to furnish all labor, Materials and Equipment Bid Form 00200-3

Page 6 of 16 to do the Work in strict accordance with the Contract Documents and all addenda, if any, issued prior to the date of this Bid at the Total Bid herein as follows: ITEM NO. DESCRIPTION QTY UNIT UNIT COST AMOUNT 1. MOBILIZATION A. WORK AREA WEST OF I-95 1 LS B. WORK AREA EAST OF I-95 1 LS 2. PRECONSTRUCTION VIDEO A. WORK AREA WEST OF I-95 1 LS B. WORK AREA EAST OF I-95 1 LS 3. MAINTENANCE OF TRAFFIC A. WORK AREA WEST OF I-95 1 LS B. WORK AREA EAST OF I-95 1 LS 4. EROSION AND SEDIMENT CONTROL A. WORK AREA WEST OF I-95 1 LS B. WORK AREA EAST OF I-95 1 LS 5. SILT FENCE 5794 LF 6. CLEARING AND GRUBBING 1 LS 7. DUCTILE IRON FITTINGS (RECLAIMED WATER MAIN) A. 16" 22.5 DEGREE BEND 1 EA B. 16" 45 DEGREE BEND 41 EA 8. 9. C. 18" X 16" REDUCER 26 EA D. 16" PLUG (IF NEEDED WEST AND EAST OF I-95) 16" RECLAIMED WATER MAIN (PVC OR DI) (OPEN CUT) (RESTRAINED) 16" RECLAIMED WATER MAIN (PVC OR DI) (OPEN CUT) (UNRESTRAINED) 2 EA 1702 LF 4038 LF Bid Form 00200-4

10. ADDENDUNO. 1-1/7/15 Page 7 of 16 18" RECLAIMED WATER MAIN (PE) (DIRECTIONAL DRILL) 6937 LF 11. 16" GATE VALVE 14 EA 12. 13. 14. 15. 16. 17. 16" X 16" TAPPING SLEEVE AND VALVE AIR RELEASE VALVE ASSEMBLY AND MANHOLE TEMPORARY BLOWOFF ASSEMBLY (IF NEEDED) REMOVE PLUG AND CONNECT TO EXISTING 16" RECLAIMED WATER MAIN REMOVE AND REPLACE EXISTING GRAVEL DRIVEWAY REMOVE AND REPLACE EXISTING CONCRETE SIDEWALK 1 EA 17 EA 1 EA 3 EA 39 SY 25 SY 18. SODDING (BAHIA) 15526 SY TOTAL AMOUNT OF BID (ITEM NOS. 1 18) $ (Figures) (In Words) In the event there is a discrepancy between the written total and the sum of the figures, the figures shall be recalculated and the correct total shall be used. Bid Form 00200-5

Page 8 of 16 UNIT PRICE SCHEDULE (Unit Prices for Adjustment) The following unit prices, if approved by the CITY, shall be used for adjusting the Contract price for changes in the work (additions or deletions) in accordance with the provisions of an approved change order and any other modifications of the Contract. The Bidder is required to fill in the prices listed below. FAILURE TO COMPLETELY FILL IN THE LIST SHALL CONSTITUTE A NON-RESPONSIVE BID AND SHALL BE A CAUSE FOR REJECTION. Unit prices shall include all labor, materials, equipment, transportation, and supervision representing an in-place price for each item. Scope or size of each item not otherwise indicated is as described in the construction specifications and drawings. The CITY reserves the right to approve or reject the below list on a line item basis: ITEM DESCRIPTION UNIT UNIT PRICE N/A CY $ N/A TON $ N/A LF $ N/A SF $ Bidder Acknowledgements: 1. The Bidder acknowledges that the Total Amount of Bid stated above includes the sum of $250.00 or 1% of the Bid whichever is greater, specific consideration for indemnification. 2. The Bidder acknowledges that the Total Amount of Bid stated above includes compensation for all Work, labor, permits, bonds, equipment, materials, and any and all incidental costs necessary for the proper execution of the required services. Attention: Bids shall only be considered from those Bidders who have obtained these Contract Documents from the CITY directly or via the website (palmcoastgov.com/government/purchasing). Bid Form 00200-6

Page 9 of 16 ATTACHMENT A DIRECT PURCHASE OF MATERIALS DATE: NAME OF BIDDER: BUSINESS ADDRESS: PHONE NUMBER: CONTRACTOR'S FL. LICENSE #: EXPIRATION DATE: PART 1 GENERAL 1.01 It is the intent of the City, being a tax exempt governmental entity, to save the sales tax on the major quantities of materials supplied for this project. PART 2 PRODUCTS 2.01 Table of Potential Items to be Direct Purchased by the City: The table in Part 2 must be filled out in its entirety upon executed Notice of Award. Column A Column B Column C Column D Materials Contract Reduction *Material Invoice Sales Tax on Material For Potential Amount Amount Amount Direct Purchase (B + C) N/A N/A N/A N/A * Invoices for the material shall be provided to the City. Bid Form 00200-7

Page 10 of 16 For bidding purposes and contract award, the Contractor shall bid the job as they normally would with sales tax included as part of their Bid. The Contractor shall act as the City s purchasing agent for the purchase of various items enumerated above and thus, the City shall be the buyer in such transactions and, being a tax exempt governmental entity, the purchase transaction shall be tax exempt. However, should the Florida Department of Revenue ultimately conclude that sales tax should have been paid; the City agrees to pay the sales taxes and ensure that the Contractor is not required to pay such taxes. The Contractor shall not be obligated to defend the City against the Florida Department of Revenue for any actions by the Department claiming that sales taxes are due to the State under this Contract. The Contractor shall be responsible to place the order for the material. The Purchase Order shall be issued by the City with the City s terms and conditions. Goods shall not be subject to trade discounts. Agreement for the City to purchase goods shall be formalized prior to purchase of goods. City shall purchase all goods from an original supplier and shall not purchase goods from a non-supplier sub-contractor. Shop drawings shall be sent to the Contractor from the Material Supplier for review, checking and coordination. After checking, the Contractor shall be responsible to forward the shop drawings to the ENGINEER for review. After review with the City, the ENGINEER shall return the shop drawings to Contractor to be returned to the Material Supplier. The Contractor shall be responsible to schedule the delivery time for the material. The Contractor shall be responsible to unload and to store the material until it is installed. The Contractor shall be responsible to provide and maintain Builders Risk Insurance on the material until the project is completed and accepted by the City. Invoices for the Material shall be submitted to the City, c/o Contractor. The Contractor shall forward the invoices to the ENGINEER. Once the ENGINEER has reviewed the invoice and the Contractor has confirmed delivery, this information shall then be forwarded to the City for payment. Payment shall be forwarded in accordance with Work Order Terms. A change order shall be negotiated that reduces the Contract Price by the amount of the material cost plus state sales tax credit (6%) and the local sales tax credit (one percent (1%) up to the first five thousand ($5,000). The Contractor shall include in his bid the handling costs, markup and profit that are associated with the installation/handling of the material. The Contractor agrees that the materials listed in Part 2 shall be added to or deleted from at the City s choosing. The Contractor shall include all costs of administering this direct purchase of material with their bid. The Contractor shall complete all activities and assume all liabilities that are normally involved in material purchase and installation. The only intent of this Section is for the City to purchase the material directly in order to save the sales tax monies. Bid Form 00200-8

Page 11 of 16 ATTACHMENT B MATERIAL AND EQUIPMENT LIST Listed below are items of material and/or equipment proposed for use in the project. The Bidder is required to fill in the manufacturer (THE NAME OF THE MANUFACTURER SHALL BE INSERTED NOT THE NAME OF THE SUPPLIER) for each listed piece of material and/or equipment. FAILURE TO COMPLETELY FILL IN THE LIST SHALL CONSTITUTE A NON-RESPONSIVE BID AND SHALL BE A CAUSE FOR REJECTION. BIDDER acknowledges that the bid is based on all of the specified products, unless specifically approved in writing by addendum prior to the bid date. SECTION MATERIAL AND/OR EQUIPMENT MANUFACTURER By: Bidder _ Authorized Signature _ Date Bid Form 00200-9

Page 12 of 16 ATTACHMENT C LIST OF PROPOSED SUBCONTRACTORS/SHOP FABRICATORS PROJECT NAME: MATANZAS WOODS PARKWAY RECLAIMED WATER MAIN CONSTRUCTION PHASE 2 CITY PROJECT NO.: ITB-PW-U-15-02 Work Performed by CONTRACTOR. The CONTRACTOR must perform at least 40% of the total work as measured by cost (Equipment and labor) within his own organization and excluding Material costs. A failure of the CONTRACTOR to perform the required percentage of Work within his own organization constitutes a Material breach of this agreement. The Bidder expressly agrees that: 1. If awarded a Contract as a result of this Proposal, the major subcontractor and/or shop fabricator used in the prosecution of the work shall be those listed below. Only one (1) subcontractor and/or shop fabricator shall be listed in each category. 2. The following list includes all subcontractors and/or shop fabricators who will perform work. 3. The Bidder represents that the subcontractors and/or shop fabricators listed below are financially responsible and are qualified to do the work required. (Attach additional sheets if necessary.) PREVIOUS WORK EXPERIENCE TOGETHER CATEGORY NAME/ADDRESS YES / NO Subcontractor % VALUE of total Contract Bid Form 00200-10

Page 13 of 16 ATTACHMENT D TRENCH SAFETY ACT SECTIONS 553.60-553.64, FLORIDA STATUTES NOTICE TO BIDDERS: In order to comply with the Trench Safety Act, the Bidder is required to specify the costs of compliance. These costs are not a separate pay item. The Bidder must also reference the Trench Safety Standards which will be in effect during construction, and assure in writing that the Bidder will comply with the applicable Trench Safety Standards. If not applicable, please state so. Trench Safety Measure Units of Measure Quantity Unit Cost Extended Cost Total $ Printed Name Signature Bidder Name Date END OF SECTION Bid Form 00200-11

ADDENDUNO. 1-1/7/15 Page 14 of 16

ADDENDUNO. 1-1/7/15 Page 15 of 16

ADDENDUNO. 1-1/7/15 Page 16 of 16