418
VOLUME 1 BIDDING REQUIREMENTS WATER TREATMENT FACILITY IMPROVEMENTS CITY OF MOLALLA Clackamas County, Oregon CITY OF MOLALLA PROJECT NO. 17-15 DYER PARTNERSHIP PROJECT NO. 198.09 June 2019 THE DYER PARTNERSHIP ENGINEERS & PLANNERS, INC. 1165 S PARK ST LEBANON, OREGON 97355 (541) 405-4520 www.dyerpart.com

VOLUME 1 BIDDING REQUIREMENTS - stellar-j · 2020. 11. 11. · volume 1 bidding requirements . water treatment facility improvements . city of molalla . clackamas county, oregon

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

  • VOLUME 1

    BIDDING REQUIREMENTS

    WATER TREATMENT FACILITY IMPROVEMENTS CITY OF MOLALLA Clackamas County, Oregon

    CITY OF MOLALLA PROJECT NO. 17-15 DYER PARTNERSHIP PROJECT NO. 198.09 June 2019

    THE DYER PARTNERSHIP ENGINEERS & PLANNERS, INC.

    1165 S PARK ST LEBANON, OREGON 97355 (541) 405-4520 www.dyerpart.com

  • VOLUME 1 BIDDING REQUIREMENTS

    WATER TREATMENT FACILITY IMPROVEMENTS

    CITY OF MOLALLA Clackamas County, Oregon

    CITY OF MOLALLA PROJECT NO. 17-15 DYER PARTNERSHIP PROJECT NO. 198.09

    June 2019

  • CITY OF MOLALLA TABLE OF CONTENTS - VOLUME 1 WATER TREATMENT FACILITY IMPROVEMENTS PAGE 1 VOLUME 1 - BIDDING REQUIREMENTS SECTION NO. DESCRIPTION PAGE(S) 00100 ADVERTISEMENT FOR BIDS ...................................................................................... 2 C-200 INSTRUCTIONS TO BIDDERS ................................................................................... 12 00400 BID FORMS C-410* BID ..................................................................................................................... 6 C-430* BID BOND .......................................................................................................... 2 00435** FIRST-TIER SUBCONTRACTOR DISCLOSURE FORM ............................... 1 00451* BIDDER’S PREQUALIFICATION FORM ......................................................... 00460 REQUIRED SUPPLEMENTS .............................................................................. 00461* NON-COLLUSION AFFIDAVIT ............................................................... 2 00469* RESPONSIBILITY AFFIDAVIT ................................................................ 2 00495 SAMPLE FORMS 00496 NOTICE OF INTENT TO AWARD ................................................................... 1 00497 NOTICE OF AWARD ......................................................................................... 2 * Forms requiring completion by Bidder. Forms are also on colored paper. ** Forms must be submitted within 2 hours of bid opening by the successful Bidder.

    VOLUME 2 - CONTRACT DOCUMENTS

    00510 NOTICE OF AWARD ...................................................................................................... 2 00520 AGREEMENT FORM BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT ..................................................................................... 9 00540 EXHIBITS TO THE AGREEMENT .................................................................................. 00550 SAMPLE FORMS 00551 NOTICE TO PROCEED ..................................................................................... 1 00552 CONTRACTOR’S APPLICATION FOR PAYMENT ....................................... 1 00553 CONTRACT CHANGE ORDER ........................................................................ 1 00554 AFFIDAVIT......................................................................................................... 2 00555 WORK CHANGE DIRECTIVE ......................................................................... 1 00556 FIELD ORDER.................................................................................................... 1 00560 OTHER EXHIBITS ............................................................................................................ EQUIPMENT LIST ............................................................................................. 4 00561 SCOPE OF WORK FOR INDUSTRIAL SYSTEMS, INC. ............................................ 1 00600 BONDS AND CERTIFICATES......................................................................................... C-610 PERFORMANCE BOND ..................................................................................... 3 C-615 PAYMENT BOND ............................................................................................... 3 C-625 CERTIFICATE OF SUBSTANTIAL COMPLETION ........................................ 1 C-700 GENERAL CONDITIONS ............................................................................................ 65 C-800 SUPPLEMENTARY CONDITIONS ............................................................................. 26 00810 PERMITS............................................................................................................................ 00830 PREVAILING WAGE RATES ........................................................................................ 2 00850 DRAWINGS AND SCHEDULES ................................................................................... 2 00900 ADDENDA .........................................................................................................................

  • CITY OF MOLALLA TABLE OF CONTENTS - VOLUME 1 WATER TREATMENT FACILITY IMPROVEMENTS PAGE 2

    TECHNICAL SPECIFICATIONS SECTION NO. DESCRIPTION PAGE(S) DIVISION 1 - GENERAL REQUIREMENTS 40 01010 SUMMARY OF WORK 01014 WORK SEQUENCE 01040 COORDINATION 01041 EXISTING UTILITIES AND IMPROVEMENTS 01042 PUBLIC CONVENIENCE 01060 REGULATORY REQUIREMENTS 01070 ABBREVIATIONS AND SYMBOLS 01100 SPECIAL PROJECT REQUIREMENTS 01220 ACCOMMODATIONS FOR PUBLIC TRAFFIC 01230 CONSTRUCTION SCHEDULING 01300 SUBMITTALS 01340 FINISH AND COLOR SAMPLES 01350 OPERATION AND MAINTENANCE MANUALS 01430 TESTING AND TRAINING 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01550 MOBILIZATION AND DEMOBILIZATION 01590 FIELD OFFICE 01620 RECORD DRAWINGS 01710 CLEANUP AND RESTORATION 01780 CLOSEOUT SUBMITTALS DIVISION 2 – SITEWORK 4 02050 DEMOLITION DIVISION 3 - CONCRETE 30 03300 CAST-IN-PLACE CONCRETE 03301 CONCRETE TESTING, SAMPLING AND INSPECTION 03360 CONCRETE FLOOR FINISHING 03600 GROUT DIVISION 5 - METALS 9 05031 HOT-DIP ZINC COATING 05100 STRUCTURAL METALS 05501 ANCHOR BOLTS AND FASTENERS DIVISION 9- FINISHES 17 09720 FRP PANELS 09900 COATINGS DIVISION 11 - EQUIPMENT 38 11005 GENERAL EQUIPMENT INFORMATION 11192 CHEMICAL FEED SYSTEMS 11201 PACKAGED WATER TREATMENT UNIT 11214 SPLIT CASE BACKWASH PUMP DIVISION 13 – SPECIAL CONSTRUCTION 2 13120 DECOMMISSIONING OF EXISTING TREATMENT UNITS

  • CITY OF MOLALLA TABLE OF CONTENTS - VOLUME 1 WATER TREATMENT FACILITY IMPROVEMENTS PAGE 3 DIVISION 15 - MECHANICAL 36 15050 GENERAL PIPING REQUIREMENTS 15060 COPPER PIPE AND FITTINGS 15063 STAINLESS STEEL PIPE 15064 PLASTIC PIPE AND VALVES 15070 DUCTILE IRON PIPE AND FITTINGS 15085 PIPING CONNECTIONS 15100 VALVES 15120 PIPING APPURTENANCES AND SPECIALTIES 15140 SUPPORTS AND ANCHORS DIVISION 16 - ELECTRICAL 50 16010 GENERAL ELCTRICAL REQUIREMENTS 16100 BASIC ELECTRICAL MATERIALS AND METHODS 16450 GROUNDING 16900 MOTORS AND CONTROLS 16905 EQUIPMENT CONTROLS 16910 PLC HARDWARE AND SOFTWARE PROCUREMENT 16940 CONTROL PANELS

    PROJECT DRAWINGS GENERAL: Sheet No. 1 – 3 PROCESS: Sheet No. 4 FILTER TREATMENT: Sheet No. 5 – 15 CHEMICAL FEED: Sheet No. 16 – 18 ELECTRICAL: Sheet No. 19 – 28 INSTRUMENTATION: Sheet No. 29 – 34

    END OF SECTION

  • CITY OF MOLALLA ADVERTISEMENT FOR BIDS WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00100 - PAGE 1 ADVERTISEMENT FOR BIDS

    CITY OF MOLALLA WATER TREATMENT FACILITY IMPROVEMENTS

    Sealed bids for the construction of the Water Treatment Facility Improvements for the City of Molalla (Owner) will be received by Gerald Fisher, Public Works Director at City Hall 117 N Molalla AVE, Molalla, OR 97038 until 2:00 p.m. PDT July 10, 2019 at which time the sealed bids will be opened publicly and read aloud. Bids received after this time will not be accepted. All interested parties are invited to attend. The project must be substantially complete 180 calendar days after issuance of Notice to Proceed. Estimated construction cost for the Basic Bid is between $1,800,000 and $2,000,000. The project consists of the following major items of construction:

    1. Basic Bid

    a. Construction of an additional water treatment unit and all associated piping, equipment,

    controls, and materials necessary for the complete packaged water treatment unit installation. The installment of an additional water treatment unit shall include the following components: 1. One 1,400-gpm treatment unit and associated equipment.

    2. Electrical, controls, and instrumentation.

    3. Chemical feed system modifications.

    4. Replacement of existing backwash pump.

    5. Miscellaneous valves and fittings.

    6. Site piping, supports and appurtenances.

    b. Replacement of the Sodium Hypochlorite tanks, chemical feed line, and piping.

    c. Demolition and decommissioning of Filters #3 and #4 and associated equipment, controls,

    and piping and appurtenances. Bids will be received for a single prime Contract. Bids shall be on a lump sum basis as indicated in the Bid Form. No Bid will be considered unless fully completed in the manner provided in the Instructions to Bidders, and accompanied by a Bid Security executed in favor of the Owner in the amount of not less than 10% of the total amount of the Bid. Per ORS 279C.385 (2), Bid Security is to be forfeited as fixed and liquidated damages should the Bidder neglect or refuse to enter into a Contract and provide suitable insurance certificates, bonds, and other required documents for the faithful performance of the work in the event the Bidder is awarded the Contract.

    The Issuing Office for the Bidding Documents is: The Dyer Partnership, 1165 S Park ST, Lebanon, OR 97355, (541) 405-4520. Prospective Bidders may examine the Bidding Documents at the Issuing Office, online at www.cityofmolalla.com/rfps or at City of Molalla City Hall, 117 N Molalla AVE, Molalla, OR 97038. An optional paper set of project documents is also available for a nonrefundable price of $150.00 per set, which includes shipping. Contact Engineer at (541) 405-4520 if you have any questions.

    Contractors must be on the Plan Holders List in order to Bid the project. Contact Gerald Fisher, City of Molalla’s Public Works Director, via email at [email protected] to be placed on the Plan Holders List following digital download from the City’s website.

    mailto:[email protected]

  • CITY OF MOLALLA ADVERTISEMENT FOR BIDS WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00100 - PAGE 2 A Pre-Bid conference will be held 10:00 am local time on June 25, 2019 at the City of Molalla City Hall, 117 N Molalla Ave., Molalla, OR 97038. Attendance at the Pre-Bid conference is highly encouraged but is not mandatory.

    All Bidders must be “equal opportunity employers” and comply with the appropriate provisions of state and federal law. In addition, all Bidders are required to comply with ORS 656.017 regarding Workers’ Compensation. Bidder, Contractor, and Subcontractors are required to be registered with Construction Contractors Board.

    Pursuant to ORS 279.312(2), all Bidders must certify with their Bids that they have an employee drug testing program in place. If awarded a Contract, Bidder must provide proof of such drug testing program when executed Agreements are returned to Owner.

    Bidders must prequalify with Owner as specified in the Instructions to Bidders, five (5) days prior to Bid opening.

    Each Bidder must submit a First-Tier Subcontractor Disclosure Form to the Owner within two working hours of the time for receipt of Bids in accordance with ORS 279C.370. Each Bidder must also submit Evidence of Authority to Sign Bid and Evidence to do Business in the State within two working hours of the time for receipt of the Bid.

    The Contractor and every subcontractor on the project shall pay at least the state prevailing rate of wage as determined under ORS 279C.815. ORS 279C.800 to 279C.870 will be administered and enforced in a manner that is consistent with state law and regulations adopted or guidelines issued in accordance with related acts.

    No Bid will be received or considered by the Owner unless the Bid contains: 1) a statement that Bidder will comply with the provisions of 40 USC 276a and ORS 279C.840 and 2) a statement as to whether the Bidder is a resident Bidder as defined in ORS 279A.120.

    The Owner reserves the right to reject any or all Bids, to waive all informalities, and to accept such Bids that in the opinion of the Owner are in the best interest of the Owner. No Bidder may withdraw or modify this Bid after the hour set for the receipt of Bids, and thereafter until the lapse of 70 days from the Bid opening.

    Dated this 4th day of June 2019.

    Owner: City of Molalla

    By: Gerald Fisher Title: Public Works Director

    Published:

    Molalla Pioneer Molalla, Oregon

    Daily Journal of Commerce Portland, Oregon

    June 12, 2019 June 12, 2019 June 19, 2019 June 19, 2019

  • SECTION 00200

    INSTRUCTIONS TO BIDDERS

  • CITY OF MOLALLA INSTRUCTIONS TO BIDDERS WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00200 - PAGE 1

    EJCDC® C-200, Suggested Instructions to Bidders for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 1

    SECTION 00200 INSTRUCTIONS TO BIDDERS

    ARTICLE 1 – DEFINED TERMS

    1.01 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below:

    A. Issuing Office – The office from which the Bidding Documents are to be issued.

    ARTICLE 2 – COPIES OF BIDDING DOCUMENTS

    Complete sets of the Bidding Documents (including Volume 1 – Bidding Requirements and Volume 2 – Contract Documents) may be obtained from the Issuing Office or www.cityofmolalla.com/rfps in the number, cost, and format stated in the advertisement or invitation to bid.

    2.01 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.

    2.02 Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license for any other use.

    ARTICLE 3 – QUALIFICATIONS OF BIDDERS

    3.01 To demonstrate Bidder’s qualifications to perform the Work, Bidder shall submit with its Bid (a) written evidence establishing its qualifications such as financial data, previous experience, and present commitments, and (b) the following additional information:

    A. Evidence of Bidder’s authority to do business in the state where the Project is located; coordinate with provisions of Article 13 of these instructions, “Preparation of Bid”.

    B. Bidder’s state or other contractor license number, if applicable.

    C. Subcontractor and Supplier qualification information; coordinate with provisions of Article 12 of these Instructions, “Subcontractors, Suppliers, and Others.”

    D. Evidence of authority to sign for a corporation, partnership or limited liability company; coordinate with provisions of Article 13 of these instructions, “Preparation of Bid”.

    E. Bidders must prequalify with Owner by submitting a Standard ODOT Prequalification Application, five (5) days prior to bid opening. A website link to the prequalification forms is included in Section 00451 of these Bidding Requirements or may be obtained from the Engineer. The forms should be submitted to the Owner via the Engineer. If a prequalification form is on file with the Engineer and is not over one year old, refiling is not necessary unless there has been a substantial change in Contractor’s status. Bidders must also submit the following information with the Prequalification form:

    F. Bidders must also submit the following information with the Prequalification form:

    http://www.cityofmolalla.com/rfps

  • CITY OF MOLALLA INSTRUCTIONS TO BIDDERS WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00200 - PAGE 2

    EJCDC® C-200, Suggested Instructions to Bidders for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 2

    1. Name of Company

    2. Mailing and Delivery Address

    3. Phone number

    4. Email address

    5. List of five (5) similar project descriptions completed within the last ten (10) years in which the Bidder was the Prime Contractor.

    3.02 A Bidder’s failure to submit required qualification information within the times indicated shall disqualify Bidder from receiving an award of the Contract.

    3.03 No requirement in this Article 3 to submit information will prejudice the right of Owner to seek additional pertinent information regarding Bidder’s qualifications.

    3.04 Bidder is advised to carefully review those portions of the Bid Form requiring Bidder’s representations and certifications.

    ARTICLE 4 – SITE AND OTHER AREAS; EXISTING SITE CONDITIONS; EXAMINATION OF SITE; OWNER’S SAFETY PROGRAM; OTHER WORK AT THE SITE

    4.01 Site and Other Areas

    A. The Site is identified in the Bidding Documents. By definition, the Site includes rights-of-way, easements, and other lands furnished by Owner for the use of the Contractor. Any additional lands required for temporary construction facilities, construction equipment, or storage of materials and equipment, and any access needed for such additional lands, are to be obtained and paid for by Contractor.

    4.02 Existing Site Conditions

    A. Subsurface and Physical Conditions; Hazardous Environmental Conditions

    1. The Supplementary Conditions identify:

    a. those reports known to Owner of explorations and tests of subsurface conditions at or adjacent to the Site.

    b. those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities).

    c. reports and drawings known to Owner relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site.

    d. Technical Data contained in such reports and drawings.

    2. Copies of reports and drawings referenced above available to any Bidder on request. These reports and drawings are not part of the Contract Documents, but the Technical Data contained therein upon whose accuracy Bidder is entitled to rely, as provided in the General Conditions, has been identified and established in the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any Technical Data or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings.

    3. If the Supplementary Conditions do not identify Technical Data, the default definition of Technical Data set forth in Article 1 of the General Conditions will apply.

  • CITY OF MOLALLA INSTRUCTIONS TO BIDDERS WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00200 - PAGE 3

    EJCDC® C-200, Suggested Instructions to Bidders for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 3

    B. Underground Facilities: Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site are set forth in the Contract Documents and are based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities, including Owner, or others.

    C. Adequacy of Data: Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions, and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated subsurface or physical conditions appear in Paragraphs 5.03, 5.04, and 5.05 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work, appear in Paragraph 5.06 of the General Conditions.

    4.03 Site Visit and Testing by Bidders

    A. Bidder shall conduct the required Site visit during normal working hours, and shall not disturb any ongoing operations at the Site.

    B. Bidder is not required to conduct any subsurface testing, or exhaustive investigations of Site conditions.

    1. On request, and to the extent Owner has control over the Site, and schedule permitting, the Owner will provide Bidder access to the Site to conduct such additional examinations, investigations, explorations, tests, and studies as Bidder deems necessary for preparing and submitting a successful Bid. Owner will not have any obligation to grant such access if doing so is not practical because of existing operations, security or safety concerns, or restraints on Owner’s authority regarding the Site.

    C. On request, and to the extent Owner has control over the Site, and schedule permitting, the Owner will provide Bidder access to the Site to conduct such additional examinations, investigations, explorations, tests, and studies as Bidder deems necessary for preparing and submitting a successful Bid. Owner will not have any obligation to grant such access if doing so is not practical because of existing operations, security or safety concerns, or restraints on Owner’s authority regarding the Site.

    D. Bidder shall comply with all applicable Laws and Regulations regarding excavation and location of utilities, obtain all permits, and comply with all terms and conditions established by Owner or by property owners or other entities controlling the Site with respect to schedule, access, existing operations, security, liability insurance, and applicable safety programs.

    E. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies.

    4.04 Owner’s Safety Program

    A. Site visits and work at the Site may be governed by an Owner safety program. As the General Conditions indicate, if an Owner safety program exists, it will be noted in the Supplementary Conditions.

  • CITY OF MOLALLA INSTRUCTIONS TO BIDDERS WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00200 - PAGE 4

    EJCDC® C-200, Suggested Instructions to Bidders for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 4

    4.05 Other Work at the Site

    A. Reference is made to Article 8 of the Supplementary Conditions for the identification of the general nature of other work of which Owner is aware (if any) that is to be performed at the Site by Owner or others (such as utilities and other prime contractors) and relates to the Work contemplated by these Bidding Documents. If Owner is party to a written contract for such other work, then on request, Owner will provide to each Bidder access to examine such contracts (other than portions thereof related to price and other confidential matters), if any.

    ARTICLE 5 – BIDDER’S REPRESENTATIONS

    5.01 It is the responsibility of each Bidder before submitting a Bid to:

    A. examine and carefully study the Bidding Documents, and any data and reference items identified in the Bidding Documents;

    B. visit the Site, conduct a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfy itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work;

    C. become familiar with and satisfy itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work;

    D. carefully study all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings;

    E. agree, based on the information and observations referred to in the preceding paragraph, that at the time of submitting its Bid no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents;

    F. become aware of the general nature of the work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents;

    G. promptly give Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by Engineer is acceptable to Bidder;

    H. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work; and

    I. agree that the submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents.

  • CITY OF MOLALLA INSTRUCTIONS TO BIDDERS WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00200 - PAGE 5

    EJCDC® C-200, Suggested Instructions to Bidders for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 5

    ARTICLE 6 – PRE-BID CONFERENCE

    6.01 A Pre-Bid Conference will be held at the time and location stated in the invitation or Advertisement to Bid. Representatives of Owner and Engineer will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. Engineer will transmit to all prospective Bidders of record such Addenda as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective.

    ARTICLE 7 – INTERPRETATIONS AND ADDENDA

    7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer in writing. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda delivered to all parties recorded as having received the Bidding Documents. Questions received less than seven days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect.

    7.02 Addenda may be issued to clarify, correct, supplement, or change the Bidding Documents.

    7.03 No addenda will be issued later than five days prior to the date for receipt of bids except an addendum, if necessary, postponing the date for receipt of bids or withdrawing the requests for bids.

    7.04 Requests to clarify the source of materials, equipment suppliers, or any other such matter which does not modify, change, increase, or decrease the scope of work will be answered by Engineer up to the date of opening bids. No written responses will be made.

    ARTICLE 8 – BID SECURITY

    8.01 A Bid must be accompanied by Bid security made payable to Owner in an amount of ten percent (10%) percent of Bidder’s maximum Bid price (determined by adding the base bid and all alternates) and in the form of a certified check, bank money order, or a Bid bond (on the form included in the Bidding Documents) issued by a surety meeting the requirements of Paragraphs 6.01 and 6.02 of the General Conditions.

    8.02 The Bid security of the apparent Successful Bidder will be retained until Owner awards the contract to such Bidder, and such Bidder has executed the Contract Documents, furnished the required contract security, and met the other conditions of the Notice of Award, whereupon the Bid security will be released. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, Owner may consider Bidder to be in default, annul the Notice of Award, and the Bid security of that Bidder will be forfeited. Such forfeiture shall be Owner’s exclusive remedy if Bidder defaults.

    8.03 The Bid security of other Bidders that Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of seven days after the Effective Date of the Contract or 61 days after the Bid opening, whereupon Bid security furnished by such Bidders will be released.

    8.04 Bid security of other Bidders that Owner believes do not have a reasonable chance of receiving the award will be released within seven days after the Bid opening.

  • CITY OF MOLALLA INSTRUCTIONS TO BIDDERS WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00200 - PAGE 6

    EJCDC® C-200, Suggested Instructions to Bidders for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 6

    8.05 Per ORS 279C.385, bid security is to be forfeited as fixed and liquidated damage should the bidder neglect or refuse to enter into a contract and provide suitable insurance certificates, bond and other required documents for the faithful performance of the work in the event bidder is awarded the contract.

    ARTICLE 9 – CONTRACT TIMES

    9.01 The number of days within which, or the dates by which, the Work is to be substantially completed and ready for final payment are set forth in the Agreement.

    ARTICLE 10 – LIQUIDATED DAMAGES

    10.01 Provisions for liquidated damages, if any, for failure to timely attain a Milestone, Substantial Completion, or completion of the Work in readiness for final payment, are set forth in the Agreement.

    ARTICLE 11 – SUBSTITUTE AND “OR-EQUAL” ITEMS

    11.01 The Contract for the Work, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents, and those “or-equal” or substitute materials and equipment subsequently approved by Engineer prior to the submittal of Bids and identified by Addendum. No item of material or equipment will be considered by Engineer as an “or-equal” or substitute unless written request for approval has been submitted by Bidder and has been received by Engineer at least 15 days prior to the date for receipt of Bids in the case of a proposed substitute and 5 – 10 days prior in the case of a proposed “or-equal.” Each such request shall comply with the requirements of Paragraphs 7.04 and 7.05 of the General Conditions. The burden of proof of the merit of the proposed item is upon Bidder. Engineer’s decision of approval or disapproval of a proposed item will be final. If Engineer approves any such proposed item, such approval will be set forth in an Addendum issued to all prospective Bidders. Bidders shall not rely upon approvals made in any other manner. Substitutes and “or-equal” materials and equipment may be proposed by Contractor in accordance with Paragraphs 7.04 and 7.05 of the General Conditions after the Effective Date of the Contract.

    11.02 All prices that Bidder sets forth in its Bid shall be based on the presumption that the Contractor will furnish the materials and equipment specified or described in the Bidding Documents, as supplemented by Addenda. Any assumptions regarding the possibility of post-Bid approvals of “or-equal” or substitution requests are made at Bidder’s sole risk.

    11.03 If an award is made, Contractor shall be allowed to submit proposed substitutes and “or-equals” in accordance with the General Conditions.

    ARTICLE 12 – SUBCONTRACTORS, SUPPLIERS, AND OTHERS

    12.01 Bidder shall disclose first-tier subcontractors on First-Tier Subcontractor Disclosure Form, Section 00435, sign and submit the completed form to Owner within two working hours of the time and at the place for receipt of Bids as identified in the Advertisement for Bids, Section 00100. The Bidder shall submit to the Owner a disclosure of the first-tier subcontractors that:

    A. Will be furnishing labor or will be furnishing labor and materials in connection with the public improvement, and

  • CITY OF MOLALLA INSTRUCTIONS TO BIDDERS WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00200 - PAGE 7

    EJCDC® C-200, Suggested Instructions to Bidders for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 7

    B. Will have a contract value equal to or greater than

    1. Five percent of the total Bid Amount, or $15,000; whatever is greater, or

    2. $350,000, regardless of the percentage of the total Bid Amount.

    C. If there are no subcontractors who meet the criteria stated in 12.01 A, and B above, Bidder must state “none” on each page of the form provided and submit it to Owner as stated in 12.01 above.

    D. The first-tier subcontractor disclosure form, Section 00435, must be submitted separately. The form may be submitted with the bid or anytime within two working hours of the bid submittal time.

    E. Failure to submit a first-tier subcontractor disclosure form in accordance with the instructions in this Article 12 will result in the Bid being rejected as non-responsive.

    12.02 If requested by Engineer or Owner, such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, or other individual or entity. If Owner or Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, Owner may, before the Notice of Award is given, request apparent Successful Bidder to submit an acceptable substitute, in which case apparent Successful Bidder shall submit a substitute, Bidder’s Bid price will be increased (or decreased) by the difference in cost occasioned by such substitution, and Owner may consider such price adjustment in evaluating Bids and making the Contract award.

    12.03 If apparent Successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, or other individuals or entities. Declining to make requested substitutions will constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which Owner or Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to subsequent revocation of such acceptance as provided in Paragraph 7.06 of the General Conditions.

    12.04 Contractor shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom Contractor has a reasonable objection.

    12.05 The Contractor shall not award work to Subcontractor(s) in excess of the limits stated in SC 7.06.

    ARTICLE 13 – PREPARATION OF BID

    13.01 The Bid Form is included with the Bidding Documents.

    A. All blanks on the Bid Form shall be completed in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each section, Bid item, alternate, adjustment unit price item, and unit price item listed therein.

    B. If the Bid Form expressly indicates that submitting pricing on a specific alternate item is optional, and Bidder elects to not furnish pricing for such optional alternate item, then Bidder may enter the words “No Bid” or “Not Applicable.”

  • CITY OF MOLALLA INSTRUCTIONS TO BIDDERS WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00200 - PAGE 8

    EJCDC® C-200, Suggested Instructions to Bidders for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 8

    13.02 A Bid by a corporation shall be executed in the corporate name by a corporate officer (whose title must appear under the signature), accompanied by evidence of authority to sign in accordance with the requirements stated in Article 13.03. The corporate address and state of incorporation shall be shown.

    13.03 Evidence of authority to sign for a corporation, partnership or limited liability company must be submitted within two working hours of the time and place for receipt of Bids as identified in the Advertisement for Bids, Section 00100.

    13.04 A Bid by an individual shall show the Bidder’s name and official address.

    13.05 A Bid by a joint venture shall be executed by an authorized representative of each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown.

    13.06 All names shall be printed in ink below the signatures.

    13.07 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form.

    13.08 Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown.

    13.09 The Bid shall contain evidence of Bidder’s authority and qualification to do business in the state where the Project is located, or Bidder shall covenant in writing to obtain such authority and qualification prior to award of the Contract and attach such covenant to the Bid. Bidder’s state contractor license number, if any, shall also be shown on the Bid Form.

    13.10 Pursuant to ORS 279C.505(2), all Bidders must certify with their bids that they have an employee drug-testing program in place.

    13.11 Evidence of authority to do business in the state or jurisdiction of project must be submitted within two working hours of the time and place for receipt of Bids as identified in the Advertisement for Bids, Section 00100.

    ARTICLE 14 – BASIS OF BID

    14.01 Lump Sum

    A. Bidders shall submit a Bid on a lump sum basis as set forth in the Bid Form.

    ARTICLE 15 – SUBMITTAL OF BID

    15.01 Volume 1 Bidding Requirements including all Bid Forms, Bid Security and Supplements to Bid Forms completed as instructed and required, and other documents required by Article 7 of the Bid Form shall be submitted with the Bid.

    15.02 A Bid shall be received no later than the date and time prescribed and at the place indicated in the advertisement or invitation to bid and shall be enclosed in a plainly marked package with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted), the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If a Bid is sent by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate package plainly marked on the outside with the notation “BID ENCLOSED.” A mailed Bid shall be addressed to the Owner at address in the Advertisement for Bids, Section 00100.

  • CITY OF MOLALLA INSTRUCTIONS TO BIDDERS WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00200 - PAGE 9

    EJCDC® C-200, Suggested Instructions to Bidders for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 9

    15.03 Bids received after the date and time prescribed for the opening of bids, or not submitted at the correct location or in the designated manner, will not be accepted and will be returned to the Bidder unopened.

    15.04 Oral, electronic, photocopied, telephonic facsimile (FAX) or telegraphic bids are invalid and will not be accepted or receive consideration.

    ARTICLE 16 – MODIFICATION AND WITHDRAWAL OF BID

    16.01 A Bid may be withdrawn by an appropriate document duly executed in the same manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids. Upon receipt of such notice, the unopened Bid will be returned to the Bidder.

    16.02 If a Bidder wishes to modify its Bid prior to Bid opening, Bidder must withdraw its initial Bid in the manner specified in Paragraph 16.01 and submit a new Bid prior to the date and time for the opening of Bids.

    16.03 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work.

    ARTICLE 17 – OPENING OF BIDS

    17.01 Bids will be opened at the time and place indicated in the advertisement or invitation to bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids.

    ARTICLE 18 – BIDS TO REMAIN SUBJECT TO ACCEPTANCE

    18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period.

    ARTICLE 19 – EVALUATION OF BIDS AND AWARD OF CONTRACT

    19.01 Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner will reject the Bid of any Bidder that Owner finds, after reasonable inquiry and evaluation, to not be responsible. If Bidder purports to add terms or conditions to its Bid, takes exception to any provision of the Bidding Documents, or attempts to alter the contents of the Contract Documents for purposes of the Bid, then the Owner will reject the Bid as nonresponsive; provided that Owner also reserves the right to waive all minor informalities not involving price, time, or changes in the Work.

    19.02 If Owner awards the contract for the Work, such award shall be to the responsible Bidder submitting the lowest responsive Bid with consideration given to unit prices for specialty work, if any, and list of manufacturers.

    19.03 Evaluation of Bids

  • CITY OF MOLALLA INSTRUCTIONS TO BIDDERS WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00200 - PAGE 10

    EJCDC® C-200, Suggested Instructions to Bidders for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 10

    A. In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid Form or prior to the Notice of Award.

    B. For the determination of the apparent low Bidder when lump sum bids are submitted, Bids will be compared on the basis of price and other factors that are in the best interest of the Owner.

    19.04 In evaluating whether a Bidder is responsible, Owner will consider the qualifications of the Bidder and may consider the qualifications and experience of Subcontractors and Suppliers proposed for those portions of the Work for which the identity of Subcontractors and Suppliers must be submitted as provided in the Bidding Documents.

    19.05 Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications, and financial ability of Bidders and any proposed Subcontractors or Suppliers. Owner reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to Owner’s satisfaction.

    19.06 If the Contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within forty five (45) days after the day of the Bid opening. A Notice of Intent to Award will be sent to all Bidders by mail within forty (40) days after the date of Bid opening unless a protest of award is filed with Owner.

    19.07 Any protest of award must be filed with the Owner within five (5) calendar days of mailing of the Notice of Intent to Award.

    ARTICLE 20 – BONDS AND INSURANCE

    20.01 Article 6 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth Owner’s requirements as to performance and payment bonds and insurance. When the Successful Bidder delivers the Agreement (executed by Successful Bidder) to Owner, it shall be accompanied by the required Performance Bond or in lieu of this bond, a certified or cashier’s check put in an escrow account and Payment Bond. The Contractor shall use the EJCDC bond forms contained in the Contract Documents.

    20.02 Article 6 of the General Conditions and the related Supplementary Conditions set forth insurance requirements. When the successful Bidder returns the executed Agreement to Owner for Owner signature, it shall be accompanied by certificates of insurance (and other evidence of insurance requested by Owner), which Contractor is required to purchase and maintain in accordance with the General Conditions, and related Supplementary General Conditions. On return of the signed Agreement to Contractor, Owner shall deliver any certificates of insurance that Owner is required to purchase and maintain in accordance with the General Conditions and related Supplementary Conditions.

    20.03 Article 6 of the Supplementary Conditions set forth Owner’s requirements as to public works bond. Before Successful Bidder starts work on the Project, the Successful Bidder and every subcontractor of the Successful Bidder must have a public works bond filed with the Construction Contractors Board unless exempt under ORS 279C.836.

  • CITY OF MOLALLA INSTRUCTIONS TO BIDDERS WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00200 - PAGE 11

    EJCDC® C-200, Suggested Instructions to Bidders for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 11

    ARTICLE 21 – SIGNING OF AGREEMENT

    21.01 When Owner issues a Notice of Award to the Successful Bidder, it shall be accompanied by the unexecuted counterparts of the Agreement along with the other Contract Documents as identified in the Agreement. Within 15 days thereafter, Successful Bidder shall execute and deliver the required number of counterparts of the Agreement (and any bonds and insurance documentation required to be delivered by the Contract Documents) to Owner. Within ten days thereafter, Owner shall deliver one fully executed counterpart of the Agreement to Successful Bidder, together with printed and electronic copies of the Contract Documents as stated in Paragraph 2.02 of the General Conditions.

    21.02 When the successful Bidder returns the executed Agreement to Owner for Owner’s signature, it shall be accompanied by proof that successful Bidder has an employee drug-testing program in place. Such proof may include a copy of the successful Bidder’s adopted policy or program for employee drug testing.

    ARTICLE 22 – SALES AND USE TAXES

    22.01 Does not apply.

    ARTICLE 23 – CONTRACTS TO BE ASSIGNED

    23.01 Does not apply.

    ARTICLE 24 – WAGE RATE REQUIREMENTS

    24.01 The prevailing wage rates of the State of Oregon apply to this project.

    24.02 If the BOLI revises a Wage Determination prior to bid opening, then a bid addendum will be issued to notify bidders of the change. If a contract award is not issued within 90 days of the bid opening, then any revised wage determinations will apply to the contract. Once a contract is awarded, the wage determination in effect does not change for the life of the contract.

    ARTICLE 25 – SPECIAL REQUIREMENTS

    25.01 All bidders must be "equal opportunity employers" and comply with the appropriate provisions of state and federal law. In addition, all bidders are required to comply with ORS 656.017 regarding workers' compensation. Bidder, Contractor, and Subcontractors are required to be registered with Construction Contractors Board. Bidder, Contractor and Subcontractors are not required to be licensed under ORS 468A.720 for asbestos abatement.

    25.02 Owner may not accept or consider a bid unless the Bidder is licensed by, and is in good standing with, the Oregon State Construction Contractors Board. In addition, the Bidder must not be listed on the List of Parties Excluded from State of Oregon Procurement and Non-procurement Programs published by the Oregon Department of Administrative Services.

    25.03 The Contractor will be required to provide a one (1) year warranty for workmanship and materials from the date of final acceptance. There will be one final acceptance date for the entire project.

    25.04 All work completed by Industrial Systems (City’s Integrator) is under a separate contract between Industrial Systems, Inc. and the City. Contractor is not responsible for cost of work completed by Industrial Systems, Inc. Contractor must coordinate with City Integrator to facilitate completion of all work described within these Contract Documents. Industrial Systems,

  • CITY OF MOLALLA INSTRUCTIONS TO BIDDERS WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00200 - PAGE 12

    EJCDC® C-200, Suggested Instructions to Bidders for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 12

    Inc. Scope of Work is described in the Plans and Specifications, and is summarized in Section 00561.

    END OF SECTION

  • Section 00400 BID FORMS The Bid Forms consist of the following documents, all of which must be properly executed and submitted with the Bid in order for the Bid to be considered responsive:

    Section Description

    C-410 Bid C-430 Bid Bond 00435 First-Tier Subcontractor Disclosure Form 00451 Bidder’s Prequalification Form (Submitted prior to bid) 00461 Non-Collusion Affidavit 00469 Responsibility Affidavit

  • SECTION 00410

    BID FORM

  • CITY OF MOLALLA BID FORM WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00410 - PAGE 1

    EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 1

    BID FORM

    PROJECT IDENTIFICATION: Water Treatment Facility Improvements

    City of Molalla

    CONTRACT IDENTIFICATION AND NUMBER:

    City of Molalla No. 17-15 The Dyer Partnership No. 198.09

    ARTICLE 1 – BID RECIPIENT

    1.01 This Bid is submitted to:

    Gerald Fisher, Public Works Director, City of Molalla, 117 N Molalla Ave., Molalla, OR 97038

    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 70 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.

    2.02 Successful Bidder will sign the Agreement and submit the Contract Security and other documents required by the Contract Documents within fifteen (15) days after the date of Owner’s Notice to Award.

    ARTICLE 3 – BIDDER’S REPRESENTATIONS

    3.01 In submitting this Bid, Bidder represents as more fully set forth in the Agreement that:

    A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda:

    Addendum No. Addendum, Date

    B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work.

  • CITY OF MOLALLA BID FORM WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00410 - PAGE 2

    EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 2

    C. Bidder is familiar with and has satisfied itself 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 or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings.

    E. Bidder has considered the information known to Bidder itself; 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 any 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; and (3) Bidder’s safety precautions and programs.

    F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price 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 confirms that 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 and furnishing of the Work.

    J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents.

    K. Bidder will comply with the applicable provisions of ORS 279C.840 to ORS 279C.870, BOLI, and with the provisions in the Supplementary Conditions relating to the payment of prevailing wage rates.

    L. _____________ By initialing this space, the Bidder hereby certifies that he or she has not discriminated against minorities, women, or emerging small business enterprises in obtaining any required subcontracts.

    M. The Bidder hereby certifies that it is a resident Bidder as defined in ORS 279A.120, of the State of _________________.

    N. Pursuant to ORS 279C.505(2) the Bidder hereby certifies that it has an employee drug testing program in place and if awarded a Contract will provide proof of such program when executed agreements are returned to Owner.

  • CITY OF MOLALLA BID FORM WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00410 - PAGE 3

    EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 3

    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.

    ARTICLE 5 – BASIS OF BID

    5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s):

    A. Water Treatment Facility Improvements

    Lump Sum Bid Price $

    BID IN WORDS Dollars

    Bidder acknowledges that (1) each Bid Unit Price includes an amount considered by Bidder to be adequate to cover Contractor’s overhead and profit for each separately identified item, and (2) 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.

  • CITY OF MOLALLA BID FORM WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00410 - PAGE 4

    EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 4

    ARTICLE 6 – TIME OF COMPLETION

    6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement.

    6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, and agrees to liquidated damages in the amount indicated in the Agreement.

    ARTICLE 7 – ATTACHMENTS TO THIS BID

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

    A. Section 00430 Required Bid Security as stipulated in the Instructions to Bidders;

    B. Section 00435 First-Tier Subcontractor Disclosure Form (to be submitted in accordance with Article 12 of the Instructions to Bidders;

    C. Evidence of Authority to Sign Bid (To be submitted in accordance with Article 13 of the Instructions to Bidders);

    D. Evidence of authority to do business in the state or jurisdiction of the Project; or a written covenant to obtain such license within the time frame for acceptance of Bids; (To be submitted in accordance with Article 13 of the Instructions to Bidders);

    E. Section 00451 Bidder’s Prequalification Form (Submitted prior to Bid or on file with Engineer);

    F. Section 00461 Non Collusion Affidavit;

    G. Section 00469 Responsibility Affidavit;

    ARTICLE 8 – DEFINED TERMS

    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.

    ARTICLE 9 – BID SUBMITTAL

    9.01 The City of Molalla office is closed from 1 to 2 pm and 4 to 5 pm. If the Bidder is there at door opening at 2 pm the Bid will be considered on time. If the Bid is not there upon door opening the Bid will be considered late. In addition, the First-Tier Subcontractor Disclosure Form must be submitted before the door is locked at 4 pm to be accepted.

    9.02 Communications concerning this Bid shall be addressed to the Bidder indicated below.

    9.03 Bidder is in compliance with the requirements of and is registered and bonded with the State of Oregon Construction Contractor’s Board as follows:

    A. Registered Classification: _______________________

    B. Registration Number: _______________________

    C. Expiration Date: _______________________

    D. Employer’s Tax ID Number: _______________________

  • CITY OF MOLALLA BID FORM WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00410 - PAGE 5

    EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 5

    9.04 Submitted on : _______________________

    9.04 This Bid is submitted by:

    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

    Date of Qualification to do business in Oregon is ____/____/____. 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)

  • CITY OF MOLALLA BID FORM WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00410 - PAGE 6

    EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

    and American Society of Civil Engineers. All rights reserved. Page 6

    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 a party to the joint venture should be in the manner indicated above.)

    Bidder's Business Address Phone No. _____________________________________ Fax No. E-mail SUBMITTED on , 20____. State Contractor License No. .

    END OF SECTION

  • SECTION C-430 BID BOND

  • PENAL SUM FORM

    EJCDC® C-430, Bid Bond (Penal Sum Form). Published 2013. Prepared by the Engineers Joint Contract Documents Committee.

    Page 1 of 2

    BID BOND

    Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable.

    BIDDER (Name and Address): SURETY (Name, and Address of Principal Place of Business): OWNER (Name and Address): BID Bid Due Date: Description (Project Name— Include Location): BOND Bond Number: Date: Penal sum $ (Words) (Figures) Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Bid Bond to be duly executed by an authorized officer, agent, or representative. BIDDER SURETY (Seal) (Seal) Bidder’s Name and Corporate Seal Surety’s Name and Corporate Seal By: By: Signature Signature (Attach Power of Attorney) Print Name Print Name Title Title Attest: Attest: Signature Signature Title Title Note: Addresses are to be used for giving any required notice. Provide execution by any additional parties, such as joint venturers, if necessary.

  • PENAL SUM FORM

    EJCDC® C-430, Bid Bond (Penal Sum Form). Published 2013. Prepared by the Engineers Joint Contract Documents Committee.

    Page 2 of 2

    1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder’s and Surety’s liability. Recovery of such penal sum under the terms of this Bond shall be Owner’s sole and exclusive remedy upon default of Bidder.

    2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents.

    3. This obligation shall be null and void if:

    3.1 Owner accepts Bidder’s Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents, or

    3.2 All Bids are rejected by Owner, or

    3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof).

    4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due.

    5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from the Bid due date without Surety’s written consent.

    6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after the Bid due date.

    7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located.

    8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned.

    9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby.

    10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect.

    11. The term “Bid” as used herein includes a Bid, offer, or proposal as applicable.

  • SECTION 00435

    FIRST-TIER SUBCONTRACTOR DISCLOSURE FORM

    (Inserted loose. Remove, complete and submit separately.)

  • CITY OF MOLALLA FIRST-TIER SUBCONTRACTOR DISCLOSURE FORM WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00435 - PAGE 1

    SECTION 00435 FIRST-TIER SUBCONTRACTOR DISCLOSURE FORM

    Bid Closing Date: July 10, 2019 Time: 2:00 pm, PDT

    1. This form must be submitted at the location specified in the Invitation to Bid on the advertised bid closing date and within two (2) hours after the advertised

    bid closing time.

    2. As specified in the Instructions to Bidders, Section 0200, Article 12, the Bidder shall list below the name of each subcontractor that will be furnishing labor or labor and materials, and that is required to be disclosed, construction contractors board number (CCB#), the category of work that the subcontractor will be performing and the dollar value of the subcontract. Enter “NONE” if there are no subcontractors that need to be disclosed. (ATTACH ADDITIONAL SHEETS IF NEEDED.)

    $ Value of Name CCB # Description of Work Subcontract

    ________________ _____________ ____________

    ________________ _____________ ____________

    ________________ _____________ ____________

    ________________ _____________ ____________

    ________________ _____________ ____________

    ________________ _____________ ____________

    ________________ _____________ ____________

    ________________ _____________ ____________

    ________________ _____________ ____________

    Failure to submit this form by the disclosure deadline will result in a non-responsive bid. A non-responsive bid will not be considered for award.

    _____________________________________

    Form Submitted By Contact/Signature/ Title Phone Number

  • SECTION 00451

    BIDDERS PREQUALIFICATION FORM

    http://www.oregon.gov/ODOT/CS/CONSTRUCTION/Pages/Prequalification.aspx

  • SECTION 00460

    REQUIRED SUPPLEMENTS

  • CITY OF MOLALLA NON-COLLUSION AFFIDAVIT WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00461 - PAGE 1

    SECTION 00461 NON-COLLUSION AFFIDAVIT

    Contract Bid No.

    STATE OF ) )

    County of )

    I state that I am of (Title) (Name of Firm)

    and that I am authorized to make this Affidavit on behalf of my firm, and its owners, directors, and officers. I am the person responsible in my firm for the price(s) and the amount of this bid.

    I state that:

    (1) The price(s) and amount of this bid have been arrived at independently and without consultation, communication or agreement with any other contractor, bidder or potential bidder, except as disclosed on the attached appendix.

    (2) That neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before bid opening.

    (3) No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or to submit a bid higher than this bid, or to submit any intentionally high or non-competitive bid or other form of complementary bid.

    (4) The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other non-competitive bid.

    (5) , its affiliates, subsidiaries, (Name of Firm) officers, directors and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted of or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as described on the attached appendix.

  • CITY OF MOLALLA NON-COLLUSION AFFIDAVIT WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00461 - PAGE 2

    I state that understands and (Name of Firm) acknowledges that the above representations are material and important, and will be relied on by the Owner in awarding the contract(s) for which this bid is submitted. I understand and my firm understands that any misstatement in this Affidavit is and shall be treated as fraudulent concealment from the Owner of the true facts relating to the submission of bids for this Contract.

    (Name/Position)

    Subscribed and sworn to before me this day of , 20 . Notary Public for My Commission Expires:

  • CITY OF MOLALLA RESPONSIBILITY AFFIDAVIT WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00469 - PAGE 1

    Section 00469

    RESPONSIBILITY AFFIDAVIT Contract Bid No. _______

    STATE OF )

    County of )

    I state that I am of (Title) (Name of Firm)

    and that I am authorized to make this Affidavit on behalf of my firm, and its owners, directors, and officers.

    I state that my firm meets the following criteria as defined in ORS 279C.375 (3)(a) and (b):

    (1) Is not on the list of non-responsible bidders created by the Construction Contractors

    Board under ORS 701.227.

    (2) Meets the standards of responsibility as defined in ORS 279C.375 (3) (a) and (b).

    (3) Has available the appropriate financial, material, equipment, facility and personnel resources and expertise, or the ability to obtain the resources and expertise, necessary to meet all contractual responsibilities.

    (4) Holds current licenses that businesses or service professionals operating in this state must

    hold in order to undertake or perform the work specified in the contract. (5) Is covered by liability insurance and other insurance in amounts required in the

    solicitation documents. (6) Qualifies as a carrier-insured employer or a self-insured employer under ORS 656.407 or

    has elected coverage under ORS 656.128. (7) Has disclosed the bidder’s first-tier subcontractors in accordance with ORS 279C.370. (8) Has a satisfactory record of performance. (9) Has a satisfactory record of integrity. (10) Is qualified legally to contract with the Owner, a public agency. (11) Has supplied all necessary information in connection with the inquiry concerning

    responsibility. I state that understands and (Name of Firm) acknowledges that the above representations are material and important, and will be relied on by the Owner in awarding the contract(s) for which this bid is submitted. I understand and my firm understands

  • CITY OF MOLALLA RESPONSIBILITY AFFIDAVIT WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00469 - PAGE 2 that any misstatement in this Affidavit is and shall be treated as fraudulent concealment from the Owner of the true facts relating to the submission of bids for this Contract.

    (Name/Position)

    Subscribed and sworn to before me this day of , 20 .

    Notary Public for My Commission Expires:

  • SECTION 00495 SAMPLE FORMS

  • CITY OF MOLALLA NOTICE OF INTENT TO AWARD WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00496 – PAGE 1

    SECTION 00496

    NOTICE OF INTENT TO AWARD _________ __, ___________________ (Name of Bidder) ___________________ (Address of Bidder) ___________________ Attn: _______________________ (Signing Bidder) Re: ______________________ (Project Name) ______________________ (Owner) Project No. ________ Dear ______________ : Bids were received and opened on ___________ __, ______ for the above project. After review and evaluation of the bids, the apparent lowest responsive bidder was determined to be ________________________. The __________________ (Owner) at their regular scheduled (special) meeting _______ (date) intends to (voted to) award the Contract to ________________________, the apparent low bidder, conditional on the later of the following:

    1. Five (5) days after the date on the Notice to Intent to Award is sent to _____________(Contractor) and the other bidders.

    2. If a protest is filed, then, until ______________(Owner) provides a written

    response to all protests filed within five (5) days after the date on the Notice of Intent to Award, that denies the protest and affirms the award.

    In the event No. 2 cannot be satisfied, the _____________(Owner) reserves the right to reject all bids and rebid the project or take other actions it deems in its best interest. Sincerely, The Dyer Partnership, Inc Project Manager cc: __________________ (Owner’s Manager) cc: __________________ (Owner’s Attorney)

  • CITY OF MOLALLA NOTICE OF AWARD WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00497 – PAGE 1

    SECTION 00497 NOTICE OF AWARD

    NOTICE OF AWARD

    Date of Issuance:

    Owner: Owner's Contract No.:

    Engineer: Engineer's Project No.:

    Project: Contract Name:

    Bidder:

    Bidder’s Address:

    TO BIDDER: You are notified that Owner has accepted your Bid dated [_________________________________] for the above Contract, and that you are the Successful Bidder and are awarded a Contract for:

    _____________________________________________________________________________________ . [describe Work, alternates, or sections of Work awarded] The Contract Price of the awarded Contract is: $ _______________________________________ Dollars ($________________)

    Three copies of unexecuted counterparts of the Agreement accompany this Notice of Award.

    Three set of the Contract Documents and Drawings will be delivered separately. You must comply with the following conditions precedent within 15 days of the date of receipt of this Notice of Award:

    1. Deliver to Owner three fully executed counterparts of the Agreement, fully executed by Bidder. All dates on the Agreement shall be left blank and the Effective Date of the Agreement will be inserted by OWNER when OWNER executes the Agreement.

    2. Deliver with the executed Agreements the Contract security (performance and payment bonds) and insurance documentation as specified in the Instructions to Bidders and General Conditions, Articles 2 and 6 and related Supplementary conditions to those General Condition sections. All dates on the bonds shall be left blank. A letter shall be provided, singed by both Contractor and Bonding Company, or authorized agent of Bonding company, which authorized the OWNER to insert the date on the Bonds which is the same date as the Effective Date of the Agreement.

    3. Parties required to be listed as insured, additionally insured, or also insured shall all be listed on the Certificates of Insurance.

    4. You must deliver with the executed Agreement, proof that an employee drug testing program is in place. Such proof may include a copy of the adopted policy or program for employee drug testing.

    5. Also before you may start any Work at the site you must:

    a. Submit a project work schedule. b. Submit a schedule of values. c. Schedule a preconstruction conference with Engineer. d. Receive a Notice to Proceed from the Engineer.

  • CITY OF MOLALLA NOTICE OF AWARD WATER TREATMENT FACILITY IMPROVEMENTS SECTION 00497 – PAGE 2 Failure to comply with these conditions within the time specified will entitle Owner to consider you in default, annul this Notice of Award, and declare your Bid security forfeited. Within ten days after you comply with the above conditions, Owner will return to you one fully executed counterpart of the Agreement, together with any additional copies of the Contract Documents as indicated in Paragraph 2.02 of the General Conditions.

    You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER.

    ACCEPTANCE NOTICE Receipt of the above NOTICE OF AWARD is

    (OWNER) hereby acknowledged by

    By ____________________________ this the _______ day of , (AUTHORIZED SIGNATURE) 20____.

    By: Title:

    (TITLE) Employer I.D. No.

  • VOLUME 2

    CONTRACT DOCUMENTS

    WATER TREATMENT FACILITY IMPROVEMENTS CITY OF MOLALLA Clackamas County, Oregon

    CITY OF MOLALLA PROJECT NO. 17-15 DYER PARTNERSHIP PROJECT NO. 198.09 June 2019

    THE DYER PARTNERSHIP ENGINEERS & PLANNERS, INC.

    1165 S PARK ST LEBANON, OREGON 97355 (541) 269-0732 www.dyerpart.com

  • VOLUME 2 CONTRACT DOCUMENTS

    WATER TREATMENT FACILITY IMPROVEMENTS

    CITY OF MOLALLA Clackamas County, Oregon

    CITY OF MOLALLA PROJECT NO. 17-15 DYER PARTNERSHIP PROJECT NO. 198.09

    June 2019

  • CITY OF MOLALLA TABLE OF CONTENTS - VOLUME 2 WATER TREATMENT FACILITY IMPROVEMENTS PAGE 1 VOLUME 1 - BIDDING REQUIREMENTS SECTION NO. DESCRIPTION PAGE(S) 00100 ADVERTISEMENT FOR BIDS ...................................................................................... 2 C-200 INSTRUCTIONS TO BIDDERS ................................................................................... 12 00400 BID FORMS C-410* BID ..................................................................................................................... 6 C-430* BID BOND .......................................................................................................... 2 00435** FIRST-TIER SUBCONTRACTOR DISCLOSURE FORM ............................... 1 00451* BIDDER’S PREQUALIFICATION FORM ......................................................... 00460 REQUIRED SUPPLEMENTS .............................................................................. 00461* NON-COLLUSION AFFIDAVIT ............................................................... 2 00469* RESPONSIBILITY AFFIDAVIT ................................................................ 2 00495 SAMPLE FORMS 00496 NOTICE OF INTENT TO AWARD ................................................................... 1 00497 NOTICE OF AWARD ......................................................................................... 2 * Forms requiring completion by Bidder. Forms are also on colored paper. ** Forms must be submitted within 2 hours of bid opening by the successful Bidder.

    VOLUME 2 - CONTRACT DOCUMENTS

    00510 NOTICE OF AWARD ...................................................................................................... 2 00520 AGREEMENT FORM BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT ..................................................................................... 9 00540 EXHIBITS TO THE AGREEMENT .................................................................................. 00550 SAMPLE FORMS 00551 NOTICE TO PROCEED ..................................................................................... 1 00552 CONTRACTOR’S APPLICATION FOR PAYMENT ....................................... 1 00553 CONTRACT CHANGE ORDER ........................................................................ 1 00554 AFFIDAVIT......................................................................................................... 2 00555 WORK CHANGE DIRECTIVE ......................................................................... 1 00556 FIELD ORDER.................................................................................................... 1 00560 OTHER EXHIBITS ............................................................................................................ EQUIPMENT LIST ............................................................................................. 4 00561 SCOPE OF WORK FOR INDUSTRIAL SYSTEMS, INC. ............................................ 1 00600 BONDS AND CERTIFICATES..........