21
Addendum #1 Project: Minnesota Treated Water Pipeline – Segment 4 Bid Date: 2:00 P.M., Local Time, June 29, 2017 Bid Location: Lewis & Clark Regional Water System Office 46986 Monty Street, Tea, SD 57064 Issue Date: June 22, 2016 Notice: Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. SCOPE OF THIS ADDENDUM: The following becomes a part of the original project manual and drawings, taking precedence over the items that may conflict. The bidder shall note receipt and make acknowledgment of the Addendum on his/her bid form, incorporating its provision in his/her bid. PRIOR APPROVALS: The following manufacturers of the items and materials have been added to the list of approved manufacturers. Listing of an item does not change the requirements of the specifications. Equipment furnished shall meet the materials and performance requirements as specified. None PROJECT CLARIFICATION: The Pavement Section of County Road 12 consists of 2 inches of gravel surface under the 2 inches of gravel base and 6 inches of bituminous pavement as per Stephen P. Schnieder, Nobles County Public Works Director. PROJECT MANUAL: The following additions, changes and clarifications have been made to the Project Manual.

Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Addendum #1

Project: Minnesota Treated Water Pipeline – Segment 4

Bid Date: 2:00 P.M., Local Time, June 29, 2017

Bid Location: Lewis & Clark Regional Water System Office

46986 Monty Street, Tea, SD 57064

Issue Date: June 22, 2016

Notice: Failure to acknowledge all addenda in the BID may cause rejection of the BID. See

Instructions to Bidders.

SCOPE OF THIS ADDENDUM:

The following becomes a part of the original project manual and drawings, taking precedence over the

items that may conflict. The bidder shall note receipt and make acknowledgment of the Addendum on

his/her bid form, incorporating its provision in his/her bid.

PRIOR APPROVALS:

The following manufacturers of the items and materials have been added to the list of approved

manufacturers. Listing of an item does not change the requirements of the specifications. Equipment

furnished shall meet the materials and performance requirements as specified.

None

PROJECT CLARIFICATION:

The Pavement Section of County Road 12 consists of 2 inches of gravel surface under the 2 inches of

gravel base and 6 inches of bituminous pavement as per Stephen P. Schnieder, Nobles County Public

Works Director.

PROJECT MANUAL:

The following additions, changes and clarifications have been made to the Project Manual.

Page 2: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Section 00410 – Bid Form – Revise 6.01.A page 00410-9 This addendum revises the substantial

completion date from November 16, 2018 to November 2, 2018. “Bidder agrees that the Work

will be substantially complete on or before November 2, 2018,”.

Section 00421 – Bid Schedule 1 – An error was found in the Test Station Schedule which revises

the bid schedule quantity for bid items 139 and 145. (Bid item 139 became 0 and bid item 145

increased the quantity by 1. Remove the current Bid Schedule 1 and Replace Bid Schedule 1

with the attached new Bid Schedule 1.

Section 00520 – Standard Form of Agreement – Revise 4.02.A page 00520-2 This addendum

revises the substantial completion date from November 16, 2018 to November 2, 2018.

“A. The Work shall be Substantially Complete on or before November 2, 2018, and completed

and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or

before May 10, 2019.”

Section 02320 – Pipe Bedding and Backfill – Revise 2.2.B page 02320-2 Replace paragraph B

with the following:

“B. Granular Bedding: Granular bedding shall be noncohesive, well graded or uniformly (even)

graded, rounded gravel produced from excavation or imported. The material shall have:

100% passing the ¾-inch sieve; a maximum of10% passing the #200 sieve, at least 75% (by

weight) of the material shall contain no more than one fractured face, and shall not

contain more than 8% (by weight) of flat or elongated pieces. Granular bedding shall also

meet the requirements of Section 13900 – Corrosion Protection, paragraph 1.01.N.”

DRAWINGS:

The following additions, changes and clarifications have been made to the Drawings.

Drawing Sheet 14 and 15.

DELETE the previous Sheets 14 and 15 dated 5-31-17, and REPLACE with the attached

Sheets 14 and 15, Rev. No. 1 dated 6-22-17 in its place.

NOTE:

The Plan Holders List and Addendums are available on our website at

http://www.bannerassociates.com by clicking on the View Bid Information/Project Name/Project

Information link.

Page 3: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Project Manual and Drawing inquiries regarding the work should be directed to:

Contact Persons:

BANNER ASSOCIATES, INC.

Sioux Falls Office

Dennis Odens

Phone - (605) 692-6342 or 1-855-323-6342

FAX – (605)-692-5714

E-mail - [email protected]

Brookings Office

Tim Conner

Phone - (605) 692-6342 or 1-855-323-6342

FAX – (605)-692-5714

E-mail – [email protected]

ATTACHMENTS

1. Section 00410- Bid Form

2. Section 00421 – Bid Schedule 1

3. Drawings – Sheets 14 and 15

__________________________________

Dennis Odens, PE #40756

Page 4: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00410 – Bid Form

F:\20000-30\Design Phase\Working Specifications\Sec00410-Bid Form.docx 00410-1

SECTION 00410

BID FORM

PROJECT IDENTIFICATION

Treated Water Pipeline Segment MN-4 South of Adrian (270th Street and Edwards Ave) to Worthington ARTICLE 1 – BID RECIPIENT

1.01 This Bid is submitted to: Lewis & Clark Regional Water System 46986 Monty Street Tea, SD 57064 1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 – BIDDER'S ACKNOWLEDGEMENTS

2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 30 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 – BIDDER'S REPRESENTATIONS

3.01 In submitting this Bid, Bidder represents that:

A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged:

Addendum No. Addendum Date

Page 5: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00410 – Bid Form

F:\20000-30\Design Phase\Working Specifications\Sec00410-Bid Form.docx 00410-2

B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work.

C. Bidder is familiar with and is satisfied as to all Laws and Regulations that may affect cost,

progress and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface

conditions at the Site and all drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that have been identified in SC-4.02 as containing reliable “technical data”, and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in SC-4.06 as containing reliable “technical data”.

E. Bidder has considered the information known to Bidder; information commonly known to

contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder’s safety precautions and programs.

F. Based on the information and observations referred to in Paragraph 3.01.E above, Bidder

does not consider that further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents.

G. Bidder is aware of the general nature of work to be performed by Owner and others at the

Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or

discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder.

I. The Bidding Documents are generally sufficient to indicate and convey understanding of

all terms and conditions for the performance of the Work for which this Bid is submitted. J. Bidder will submit written evidence of its authority to do business in the state where the

Project is located not later than the date of its execution of the Agreement.

Page 6: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00410 – Bid Form

F:\20000-30\Design Phase\Working Specifications\Sec00410-Bid Form.docx 00410-3

K. Check One:

Bidder HAS attended the Prebid Conference and the name(s) of the Bidder's representative(s) at the Prebid Conference is (are):

Bidder DID NOT attend the Prebid Conference

ARTICLE 4 – BIDDER’S CERTIFICATION

4.01 Bidder certifies that:

A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual

or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization or corporation;

B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false

or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing

for the Contract. For the purposes of this Paragraph 4.01.D: 1. “corrupt practice” means the offering, giving, receiving, or soliciting of any thing of

value likely to influence the action of a public official in the bidding process; 2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to

influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition;

3. “collusive practice” means a scheme or arrangement between two or more Bidders,

with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and

4. “coercive practice” means harming or threatening to harm, directly or indirectly,

persons or their property to influence their participation in the bidding process or affect the execution of the Contract.

Page 7: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00410 – Bid Form

F:\20000-30\Design Phase\Working Specifications\Sec00410-Bid Form.docx 00410-4

ARTICLE 5 – BASIS OF BID

5.01 Bidder will complete the Work in accordance with the Contract Documents for the following prices as detailed in the attached Bid Schedules (Sections 00421 through 00425) and as summarized in the total Bid listed below. The Bid Schedules (Sections 00421 through 00425) and Section 00415 – Bid Item Description are considered to be part of the Bid Form as if attached hereto. Minnesota Laws 2014, Chapter 295, Section 21 (the “Act”), requires public entities receiving an appropriation of public money for a project in that Act to ensure those facilities are built with American-made steel, to the extent practicable. Bids shall comply with this requirement, and Bidder shall furnish any documentation pursuant thereto reasonably requested by the State of Minnesota. There are three pipe sizes included in Treated Water Pipeline – Minnesota Segment 4. The table below lists the type of pipe material(s) that are acceptable for each pipe size:

Main Pipeline Section Description Pipe Nominal Diameter (in)

Acceptable Pipe Material(s)

South of Adrian (270th St & Edwards Ave) to South of Rushmore (270th St & King Ave)

24” Steel, Ductile Iron & PVC

South of Rushmore (270th St & King Ave) to Nobles County Reservoir (270th St & Monroe Ave)

20” Steel, Ductile Iron & PVC

Nobles County Reservoir (270th St & Monroe Ave) to Worthington Water Treatment Plant

16” PVC

There are five Bid Schedules that provide Bidders with various pipe size and material combinations:

Bid Schedule and Options Spec

Section

Nominal Diameter

(in)

Pipe Material

Schedule 1 (Base Bid) – no sub-options 00421

24” PVC

20” PVC

16” PVC

Schedule 2 Option 2 (Base Bid) – Coat 24” & 20” at pipe plant Option 2A (Alternate) – Coat 24” & 20” at secondary applicator

00422

24” Steel

20” Steel

16” PVC

Schedule 3 Option 3 (Base Bid) – Coat 24” at pipe plant Option 3A (Alternate) – Coat 24” at secondary applicator

00423

24” Steel

20” PVC

16” PVC

Schedule 4 Option 4 (Base Bid) – Coat 24” & 20” at pipe plant Option 4A (Alternate) – Coat 24” & 20” at secondary applicator

00424

24” Ductile Iron

20” Ductile Iron

16” PVC

Schedule 5 Option 5 (Base Bid) – Coat 24” at pipe plant Option 5A (Alternate) – Coat 24” at secondary applicator

00425

24” Ductile Iron

20” PVC

16” PVC

Page 8: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00410 – Bid Form

F:\20000-30\Design Phase\Working Specifications\Sec00410-Bid Form.docx 00410-5

Bidder has the option to choose which pipe material to bid and which coating system to bid. For Options 2 through 5, Bidder may choose to purchase the pipe with factory applied coating or purchase of bare pipe and having surface preparation and exterior coating applied at a secondary coating applicator’s yard. Steel and ductile iron pipe shall be cement mortar lined. For all Options, the only material to be bid for the 16” diameter portion of the main line shall be PVC. The Base Bid (Schedules 2 through 5), shall include pipe surface preparation and application of an exterior coating system by pipe manufacturer at the pipe plant or at pipe manufacturer’s factory with either (coating thickness is increased for directionally drilled metallic pipe):

1. Plural Component Polyurethane Coating (30 MDFT for steel and 35 MDFT for ductile iron pipe) in accordance with AWWA C222 and Section 09950 – Pipeline Coatings and Linings General Requirements and Section 09951 – Plural Component Coating and Lining Systems of these Specifications. Or,

2. Three Layer Tape Coating System (80 mils) with rock shield for steel and ductile

iron piping in accordance with AWWA C214 and with Section 09950 – Pipeline Coatings and Linings General Requirements and Section 09952 – Tape Coating System of these Specifications. In lieu of rock shield, a cement-mortar overcoat may be used. The application of tape coatings for special sections, connections, and fittings shall be in accordance with AWWA C209. Or,

3. Extruded Polyolefin Coating System (50 mils DFT for steel 55 mils DFT for ductile

iron pipe) materials applied in accordance with AWWA C215 for straight pipe sections, AWWA C209 for ductile iron fittings and specials, AWWA C222 for steel fittings and specials, and AWWA C216 for field joints and Section 09950 – Pipeline Coatings and Linings General Requirements and Section 09953 – Extruded Polyolefin Coating System of these Specifications. Or,

4. Fusion Bonded Epoxy (FBE) in accordance with AWWA C213, Section 09950 –

Pipeline Coatings and Linings General Requirements and Section 09956 – Fusion Bonded Epoxy and Abrasion Resistant Overcoat Coating and Lining of these Specifications. Fusion bonded epoxy coating for cement mortar lined pipe shall consist of a minimum of one or more layers of the base coat and one or more layers of an abrasion resistant overcoat (ARO). The minimum thicknesses shall be 16 mils FBE with 26 mils ARO, and for a combined total of 42 mils for the two coats.

Bid Alternate Schedules 2A through 5A shall include purchase of pipe bare and have pipe surface preparation and exterior coating applied at a secondary coating applicator’s yard with either(coating thickness is increased for directionally drilled metallic pipe):

1. Plural Component Polyurethane Coating (30 MDFT for steel and 35 MDFT for ductile iron pipe) in accordance with AWWA C222 and Section 09950 – Pipeline Coatings and Linings General Requirements and Section 09951 – Plural Component Coating and Lining Systems of these Specifications. Or,

Page 9: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00410 – Bid Form

F:\20000-30\Design Phase\Working Specifications\Sec00410-Bid Form.docx 00410-6

2. Three Layer Tape Coating System (80 mils) with rock shield for steel and ductile

iron piping in accordance with AWWA C214 and with Section 09950 – Pipeline Coatings and Linings General Requirements and Section 09952 – Tape Coating System of these Specifications. In lieu of rock shield, a cement-mortar overcoat may be used, refer to the Specifications. The application of tape coatings for special sections, connections, and fittings shall be in accordance with AWWA C209. Or,

3. Extruded Polyolefin Coating System (50 mils DFT for steel 55 mils DFT for ductile

iron pipe) materials applied in accordance with AWWA C215 for straight pipe sections, AWWA C209 for ductile iron fittings and specials, AWWA C222 for steel fittings and specials, and AWWA C216 for field joints and Section 09950 – Pipeline Coatings and Linings General Requirements and Section 09953 – Extruded Polyolefin Coating System of these Specifications. Or,

4. Fusion Bonded Epoxy (FBE) in accordance with AWWA C213, Section 09950 –

Pipeline Coatings and Linings General Requirements and Section 09956 – Fusion Bonded Epoxy and Abrasion Resistant Overcoat Coating and Lining of these Specifications. Fusion bonded epoxy coating for cement mortar lined pipe shall consist of a minimum of one or more layers of the base coat and one or more layers of an abrasion resistant overcoat (ARO). The minimum thicknesses shall be 16 mils FBE with 26 mils ARO, and for a combined total of 42 mils for the two coats.

Schedule 1 – PVC Pipe (All Pipe Sizes)

If Bidder submits a Bid for this option, attach a completed Section 00421 - Bid Schedule for Option 1 – PVC Pipe (All Pipe Sizes).

PVC PIPE (ALL PIPE SIZES) BASE BID: Total of Unit Prices for Bid Schedule 1: $____________________________ (figures) (use words)

Page 10: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00410 – Bid Form

F:\20000-30\Design Phase\Working Specifications\Sec00410-Bid Form.docx 00410-7

Schedule 2 – 24” & 20” Steel Pipe, 16” PVC Pipe

If Bidder submits a Bid for this option, attach a completed Section 00422 - Bid Schedule for Option 2 – Steel Pipe for the 24” and 20” pipeline sections and PVC pipe for the 16” pipeline section. For the 24” and 20” pipeline sections, Bidder may elect to bid either the Base Bid or the Bid Alternative.

Bid

Eit

her B

ase

Bid

or B

id A

lete

rn

ate

24” & 20” STEEL PIPE, 16” PVC PIPE BASE BID: Total of Unit Prices for Bid Schedule 2 – Steel Pipe with pipe surface preparation and application of an exterior coating system by pipe manufacturer at the pipe plant or at pipe manufacturer’s factory: $____________________________ (figures) (use words)

24” & 20” STEEL PIPE, 16” PVC PIPE BID ALTERNATE: Total of Unit Prices for Bid Schedule 2A – Steel Pipe with pipe surface preparation and exterior coating applied at a secondary coating applicator’s yard: $____________________________ (figures) (use words)

Schedule 3 – 24” Steel Pipe, 20” & 16” PVC Pipe

If Bidder submits a Bid for this option, attach a completed Section 00423 - Bid Schedule for Option 3 – Steel Pipe for the 24” pipeline section and PVC pipe for the 20” and 16” pipeline sections. For the 24” pipeline section, Bidder may elect to bid either the Base Bid or the Bid Alternative.

Bid

Eit

her B

ase

Bid

or B

id A

lete

rn

ate

24” STEEL PIPE, 20” & 16” PVC PIPE BASE BID: Total of Unit Prices for Bid Schedule 3 – Steel Pipe with pipe surface preparation and application of an exterior coating system by pipe manufacturer at the pipe plant or at pipe manufacturer’s factory: $____________________________ (figures) (use words)

24” STEEL PIPE, 20” & 16” PVC PIPE BID ALTERNATE: Total of Unit Prices for Bid Schedule 3A – Steel Pipe with pipe surface preparation and exterior coating applied at a secondary coating applicator’s yard: $____________________________ (figures) (use words)

Page 11: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00410 – Bid Form

F:\20000-30\Design Phase\Working Specifications\Sec00410-Bid Form.docx 00410-8

Schedule 4 – 24” & 20” Ductile Iron Pipe, 16” PVC Pipe

If Bidder submits a Bid for this option, attach a completed Section 00424 - Bid Schedule for Option 4 – Ductile Iron Pipe for the 24” and 20” pipeline sections and PVC pipe for the 16” pipeline section. For the 24” and 20” pipeline sections, Bidder may elect to bid either the Base Bid or the Bid Alternative.

Bid

Eit

her B

ase

Bid

or B

id A

lete

rn

ate

24” & 20” DUCTILE IRON PIPE, 16” PVC PIPE BASE BID: Total of Unit Prices for Bid Schedule 4 – Ductile Iron Pipe with pipe surface preparation and application of an exterior coating system by pipe manufacturer at the pipe plant or at pipe manufacturer’s factory: $____________________________ (figures) (use words)

24” & 20” DUCTILE IRON PIPE, 16” PVC PIPE BID ALTERNATE: Total of Unit Prices for Bid Schedule 4A – Ductile Iron Pipe with pipe surface preparation and exterior coating applied at a secondary coating applicator’s yard: $____________________________ (figures) (use words)

Schedule 5 – 24” Ductile Iron Pipe, 20” & 16” PVC Pipe

If Bidder submits a Bid for this option, attach a completed Section 00425 - Bid Schedule for Option 5 – Ductile Iron Pipe for the 24” pipeline section and PVC pipe for the 20” and 16” pipeline sections. For the 24” pipeline section, Bidder may elect to bid either the Base Bid or the Bid Alternative.

Bid

Eit

her B

ase

Bid

or B

id A

lete

rn

ate

24” DUCTILE IRON PIPE, 20” & 16” PVC PIPE BASE BID: Total of Unit Prices for Bid Schedule 5 – Ductile Iron Pipe with pipe surface preparation and application of an exterior coating system by pipe manufacturer at the pipe plant or at pipe manufacturer’s factory: $____________________________ (figures) (use words)

24” DUCTILE IRON PIPE, 20” & 16” PVC PIPE BID ALTERNATE: Total of Unit Prices for Bid Schedule 5A – Ductile Iron Pipe with pipe surface preparation and exterior coating applied at a secondary coating applicator’s yard: $____________________________ (figures) (use words)

Page 12: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00410 – Bid Form

F:\20000-30\Design Phase\Working Specifications\Sec00410-Bid Form.docx 00410-9

5.02 The prices bid herein include sales tax and all other applicable taxes and fees. 5.03 Unit Prices have been computed in accordance with Paragraph 11.03.B of the General Conditions. 5.04 All specified cash allowances (if any) are included in the price(s) set forth above and have been computed in accordance with Paragraph 11.02 of the General Conditions 5.05 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. 5.06 List the manufacturer of the equipment that is the basis of the bid in accordance with Article 12 of the Instructions to Bidders. ARTICLE 6 – TIME OF COMPLETION

6.01.

A. Bidder agrees that the Work will be substantially complete on or before November 2, 2018 , and will be completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions on or before May 10, 2019 .

B. In addition to the completion dates specified above, the Milestone for Completion for the TWP MN-4 Pipeline from Station 3112+00 to Station 3591+74 and Station 0+00 to Station 7+28 (fill line for the Nobles County Reservoir) identified on the Drawings shall be September 28, 2018 , fully operational including all piping, valves and fittings, pipeline flushed, passing hydrostatic pressure and bacteriological testing. Completion of this portion of the TWP MN-4 Pipeline will allow Owner to connect to and fill Nobles County Reservoir.

6.02 Bidder accepts the provisions of the Agreement as to liquidated damages. ARTICLE 7 – ATTACHMENTS TO THIS BID

7.01 The following documents are submitted with and made a condition of this Bid:

A. Required Bid security in the form of a Bid Bond in an amount of five percent (5%) of the Bidder's maximum Bid price made payable to the Owner issued by a surety meeting the requirements of Paragraphs 5.01 and 5.02 of the General Conditions or a cashier's or certified check made payable to the Owner in an amount of five percent (5%) of the Bidder's maximum Bid price. The Bid Bond shall be accompanied by a certified copy of Power-of-Attorney.

Page 13: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00410 – Bid Form

F:\20000-30\Design Phase\Working Specifications\Sec00410-Bid Form.docx 00410-10

B. Bidder’s Statement of Qualifications with supporting data (Section 00450 – Bidder’s

Statement of Qualifications). C. Representations, Certifications and Other Statements of Offerors. (Department of the

Interior Form DI-2010, Parts A – E). D. Certification of Nondiscrimination (Part G). E. Certification of Elimination of Segregated Facilities (Part H). F. Bid Schedule (Section 00421, 00422, 00423, 00424 or 00425) for the option Bid.

G. List of Subcontractors, Suppliers, and other individuals and entities required to be identified

in this Bid (Section 00440 – List of Subcontractors and Suppliers). H. Evidence of authority to do business in the state of the Project; or a written covenant to

obtain such license within the time for acceptance of Bids.

7.02 The apparent Successful Bidder (and other Bidder’s, upon request) shall submit to Engineer within 48 hours following the time of the Bid Opening the following:

A. A written tabulation of all “last minute” bid item price changes as included in Bid Item

No. 199 – Lump Sum Add or Deduct. This bid item shall be used to lump sum all “last minute” bid item price changes to the Bid.

B. Any other information required to be submitted that is identified in the Bidding Documents.

ARTICLE 8 – MISCELLANEOUS

8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions.

[Remainder of page intentionally left blank]

Page 14: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00410 – Bid Form

F:\20000-30\Design Phase\Working Specifications\Sec00410-Bid Form.docx 00410-11

ARTICLE 9 –BID SUBMITTAL:

9.01 This Bid is submitted by: If Bidder is: An Individual: Name (typed or printed): By:

(Individual’s Signature)

Doing business as: A Partnership: Partnership Name: By:

(Signature of general partner – attach evidence of authority to sign) Name (typed or printed): A Corporation: Corporation Name: (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By:

(Signature – attach evidence of authority to sign)

Name (typed or printed): Title: (CORPORATE SEAL) Attest: (Signature of Corporate Secretary)

Date of Authorization to do business in Minnesota is:

Page 15: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00410 – Bid Form

F:\20000-30\Design Phase\Working Specifications\Sec00410-Bid Form.docx 00410-12

A Joint Venture: Name of Joint Venture: First Joint Venturer Name: (SEAL) By: (Signature of first joint venture partner – attach evidence of authority to sign)

Name (typed or printed): Title: Second Joint Venturer Name: (SEAL) By: (Signature of second joint venture partner – attach evidence of authority to sign)

Name (typed or printed): Title:

(Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is party to the joint venture should be in the manner indicated above.)

Bidder’s Business Address Bidder’s DUNS Number Phone No. Fax No. E-mail Address SUBMITTED on _______________________, 201_____. State Contractor License No. (if applicable)

END OF SECTION

Page 16: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00421 – Bid Schedule 1

F:\20000-30\Design Phase\Working Specifications\Sec00421-Bid Schedule1.docx 00421-1

SECTION 00421 - BID SCHEDULE 1

OPTION 1 – PVC PIPE (ALL PIPE SIZES)

PROJECT IDENTIFICATION: THIS BID IS SUBMITTED TO: Treated Water Pipeline Segment MN-4 Lewis & Clark Regional Water System South of Adrian (270th Street and Edwards Ave) 46986 Monty Street to the Worthington Water Treatment Plant Site Tea, SD 57064 SCHEDULE 1 (BASE BID): This Bid Schedule is for Option 1 – PVC Pipe (All Pipe Sizes). Minnesota Laws 2014, Chapter 295, Section 21 (the “Act”), requires public entities receiving an appropriation of public money for a project in that Act to ensure those facilities are built with American-made steel, to the extent practicable. Bids shall comply with this requirement, and Bidder shall furnish any documentation pursuant thereto reasonably requested by the State of Minnesota.

OPTION 1 – PVC PIPE (ALL PIPE SIZES)

Bid Schedule 1 (Base Bid)

Item Description Units Estimated Quantity

Unit Price Total Price

101 Mobilization, Bonds, Insurance LS Lot

102 Project Signs LS Lot

103 24-Inch C900-16 DR18 PVC Pipe LF 25,963

104 20-Inch C900-16 DR18 PVC Pipe LF 19,831

105 16-Inch C900-16 DR18 PVC Pipe LF 29,130

106 Drainage or Other Crossing 24-Inch C900-16 DR18 PVC Pipe Directional Drilling

LF 365

107 Drainage or Other Crossing 20-Inch C900-16 DR18 PVC Pipe Directional Drilling

LF 3,245

108 Drainage or Other Crossing 16-Inch C900-16 DR18 PVC Pipe Directional Drilling

LF 1,026

109 Granular Bedding CY 60,000

110 Select Gravel CY 2,200

111 3-Inch Air Valve Assembly in Vault Each 1

112 6-Inch Air Valve Assembly Offset in Manhole

Each 11

Page 17: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00421 – Bid Schedule 1

F:\20000-30\Design Phase\Working Specifications\Sec00421-Bid Schedule1.docx 00421-2

OPTION 1 – PVC PIPE (ALL PIPE SIZES)

Bid Schedule 1 (Base Bid)

Item Description Units Estimated Quantity

Unit Price Total Price

113 4-Inch Air Valve Assembly Offset in Manhole

Each 4

114 3-Inch Air Valve Assembly Offset in Manhole

Each 7

115 2-Inch Air Valve Assembly Offset in Manhole

Each 4

116 1-Inch Air Valve Assembly Offset in Manhole

Each 1

117 Blow-off Assembly Each 33

118 24-Inch Isolation Valve Vault Assembly

Each 1

119 24-Inch Isolation Valve Direct Bury Each 1

120 20-Inch Isolation Valve Direct Bury Each 6

121 16-Inch Isolation Valve Direct Bury Each 4

122 Hydrostatic Testing LS Lot

123 Cleaning and Disinfection LS Lot

124 Reclamation and Reseeding Acre 162.5

125 Tree Removal Each 166

126 Tree Replacement Each 332

130 Test Station P-CA 13924A/13921L Each 0

131 Test Station P-IR 13925 (w/ Coupons & Plastic Monitoring Pipe)

Each 0

132 Test Station P-IR 13925/13925R (w/ Reference Electrode & Plastic Monitoring Pipe)

Each 0

133 Test Station P-I (Isolation Vault Bond Box and TS) 13984/13984T

Each 0

134 Test Station P-T 13921 Each

135 Test Station P-T 13921/13921L Each 0

136 Test Station P-GA-F or P-GA-FA and P-GA-FH 13941 or 13941A/13941FH

Each 8

137 Test Station P-GA-FH 13941 or 13941A/13941FH

Each 2

138 Test Station P-GA-FTA 13941TA/13941FH

Each 1

139 Test Station P-TW 13947BP Each 0

140 Test Station P-TW-CAT 13947B/13947CAT

Each 12

Page 18: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00421 – Bid Schedule 1

F:\20000-30\Design Phase\Working Specifications\Sec00421-Bid Schedule1.docx 00421-3

OPTION 1 – PVC PIPE (ALL PIPE SIZES)

Bid Schedule 1 (Base Bid)

Item Description Units Estimated Quantity

Unit Price Total Price

141 Test Station P-TW-CTA 13947B/13947CTA

Each 10

142 Test Station P-TW-DBA 13947B/13947DBA

Each 17

143 Test Station P-TW-EBM 13947B/13947EBM

Each 1

144 Test Station P-TW-EBP 13947B/13947EBP

Each 1

145 Test Station P-TW-T 13947B/13947BT Each 24

146 Cathodic Protection Structure Bond Box, Bond Wire, Insulators

LS

150 Impressed Current Cathodic Protection System

LS

160 Buoyancy Restraint Trench LF 2,000

161 Temporary Fence LS Lot

162 Remove and Reinstall Permanent Fence

LS Lot

163 Open Cut Public ROW Parallel to Paved Road w/Existing Utilities

LS Lot

164 Wetland Area, Drainage and Stream Crossings (unnamed drainages)

LS Lot

165 Highway/Railroad Crossing 36-Inch x 0.531” Steel Encasement Pipe

LF 120

166 Highway/Railroad Crossing 30-Inch x 0.469” Steel Encasement Pipe

LF 548

167 Union Pacific Crossing 30-Inch x 0.500” Steel Encasement Pipe

LF 360

168 Highway/Railroad Crossing 24-Inch x 0.375” Steel Encasement Pipe

LF 1,595

169 Utility Crossing 24-Inch Spline PVC, Fusible PVC or HDPE Encasement Pipe

LF 700

170 Erosion Control Blanket SY 3,400

171 Linear Erosion Control - Silt Fence and or Bio-roll

LF 16,200

172 Gravel Surfacing for Roadway Ton 6,400

173 Roadway Grading and Shaping LF 9,000

174 Asphalt Patching and Repair SY 19,500

175 Construct or Widen Field Entrance Each 5

Page 19: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Lewis & Clark Regional Water System May 2017 Treated Water Pipeline Segment MN-4 Section 00421 – Bid Schedule 1

F:\20000-30\Design Phase\Working Specifications\Sec00421-Bid Schedule1.docx 00421-4

OPTION 1 – PVC PIPE (ALL PIPE SIZES)

Bid Schedule 1 (Base Bid)

Item Description Units Estimated Quantity

Unit Price Total Price

176 18-Inch RCP Culvert Pipe LF 45

177 24-Inch RCP Culvert Pipe LF 20

178 24-Inch RCP Flared End Section Each 2

179 12-Inch CMP Culvert Pipe LF 20

180 15-Inch CMP Culvert Pipe LF 128

181 18-Inch CMP Culvert Pipe LF 136

182 24-Inch CMP Culvert Pipe LF 254

183 15-Inch CMP Flared End Sections Each 6

184 18-Inch CMP Flared End Sections Each 8

185 24-Inch CMP Flared End Sections Each 2

186 18-Inch CMP w/ Flared Ends - Salvage and Replace (±60 feet)

LS Lot

187 Traffic Control LS Lot

188 Flagging Hours 200

189 Relocate Existing Small Diameter Rural Waterline 4-inch and Smaller

LF 1,650

190 Remove and Reset Small Diameter Drain Tile (Trench Crossings)

LF 6,500

191 Remove and Reset Small Diameter Drain Tile (Parallel Runs)

LF 4,000

192 Remove and Reset 3” Pavement Edge Drain Piping with Sock and Sand Filled Trench

LF 2,740

193 Force Account Work FA Lot $125,000.00 $125,000.00

194 Rock Excavation and Blasting CY 300

195 Spare Parts Pipe Material Inventory Set LS Lot

199 Lump Sum Add or Deduct LS Lot

TOTAL BID SCHEDULE 1 (BASE BID) – PVC PIPE (ALL

PIPE SIZES)

END OF SECTION

Page 20: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Date License #

Print Name:

Signature:

I hereby certify that this plan, specification, or

report was prepared by me or under my direct

supervision and that I am a duly Licensed

Professional Engineer under the laws of the

State of Minnesota.

DENNIS ODENS, P.E.

407566-22-17

Page 21: Addendum #1 - Banner Associatesbannerassociates.com/images/uploads/MN_-_Segment_4... · 2017-06-23 · Dennis Odens, PE #40756 . Lewis & Clark Regional Water System May 2017 Treated

Date License #

Print Name:

Signature:

I hereby certify that this plan, specification, or

report was prepared by me or under my direct

supervision and that I am a duly Licensed

Professional Engineer under the laws of the

State of Minnesota.

DENNIS ODENS, P.E.

407566-22-17