repair and preventive maintenance · reinforcing as directed by the engineer; formwork for nslabs;...

18
REPAIR and PREVENTIVE MAINTENANCE of the TF GREEN AIRPORT PARKING GARAGES Warwick, Rhode Island ADDENDUM #1 SPECIFICATIONS Section 00010 Section 00100 Section 00300 Section 00900 Section 01740 Interested parties can attend the public virtual bid opening on June 12, 2020 at 2:00PM, via the following link: https://global.gotomeeting.com/join/965390013 The virtual meeting will go live at 1:50pm in order to allow bidders a few minutes to log in. The bids will be opened, per the Project Manual, at 2:00 pm. Paragraph C.2 shall be edited to the following. All work as per the contract documents shall be completed in 90 Calendar days from approved Mobilization date. Paragraph F.2.f shall be edited to the following. During the course of work, a retainage of five (5%) percent will be withheld from work performed. This section is replaced by the Bid Form included with this Addendum. Note addition of electrical unit price work. The unit price work is in addition to the base bid work indicated on plans and specifications. This section is deleted from the Project Manual Paragraph 3.01.A.1 shall be edited to the following. The Contractor shall provide a 1-year workmanship warranty for all repairs performed to conform with the specifications in addition to specific warranties for individual products. Paragraph 3.01.A.2 shall be edited to the following. The Contractor shall provide a 1 year warranty for quality workmanship. Date: June 2, 2020 Prospective Bidders and all concerned are hereby notified of the following changes in the Contract Documents for REPAIR and PREVENTIVE MAINTENANCE of the TF GREEN AIRPORT PARKING GARAGES AT TF GREEN AIRPORT. These changes shall be incorporated in and shall become an integral part of the contract documents. The bidder shall acknowledge receipt and include this Addendum in their bid.

Upload: others

Post on 17-Sep-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

REPAIR and PREVENTIVE MAINTENANCE of the

TF GREEN AIRPORT PARKING GARAGES Warwick, Rhode Island

ADDENDUM #1

SPECIFICATIONS

Section 00010

Section 00100

Section 00300

Section 00900

Section 01740

Interested parties can attend the public virtual bid opening on June 12, 2020 at 2:00PM, via the following link: https://global.gotomeeting.com/join/965390013 The virtual meeting will go live at 1:50pm in order to allow bidders a few minutes to log in. The bids will be opened, per the Project Manual, at 2:00 pm.

Paragraph C.2 shall be edited to the following.

All work as per the contract documents shall be completed in 90 Calendar days from approved Mobilization date.

Paragraph F.2.f shall be edited to the following.

During the course of work, a retainage of five (5%) percent will be withheld from work performed.

This section is replaced by the Bid Form included with this Addendum. Note addition of electrical unit price work. The unit price work is in addition to the base bid work indicated on plans and specifications.

This section is deleted from the Project Manual

Paragraph 3.01.A.1 shall be edited to the following.

The Contractor shall provide a 1-year workmanship warranty for all repairs performed to conform with the specifications in addition to specific warranties for individual products.

Paragraph 3.01.A.2 shall be edited to the following.

The Contractor shall provide a 1 year warranty for quality workmanship.

Date: June 2, 2020 Prospective Bidders and all concerned are hereby notified of the following changes in the Contract Documents for REPAIR and PREVENTIVE MAINTENANCE of the TF GREEN AIRPORT PARKING GARAGES AT TF GREEN AIRPORT. These changes shall be incorporated in and shall become an integral part of the contract documents. The bidder shall acknowledge receipt and include this Addendum in their bid.

Page 2: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

DRAWINGS

Detail 3/R-7 Note 2 shall be edited to the following.

Apply a detail coat of the healer/sealer to cracks.

CLARIFICATIONS

1. The contractor shall have the work area and the floor area directly below, in each garage, for theduration of the project.

2. Dumpsters may be located at the locations shown in the following photograph. The balance ofthe contractor’s materials must be stored within their work area. Contractor shall take care notto overload the garage slabs with material storage.

3. Dust control measures shall be taken by the contractor to ensure that no dust is allowed to driftinto runways, taxiways, Navaid critical areas or adjacent aircraft parking areas which areespecially sensitive to dust. The airport operations reserves the right to stop construction,hauling, or other work if necessary to bring dust under control. The Contractor shall beresponsible for dust control within the construction limits as well as along any airport or publicroadways used by their equipment and vehicles. Failure to control these items shall result insuspension of project work. No additional compensation or time shall be made to thecontractor should loss of productivity or down time occur as a result of the airport controllimiting or suspending work because of the contractor's failure to control dust or debris. At aminimum the contractor shall provide and apply water for dust control as necessary. Additionalmeasures may be required as directed by the airport.

Page 3: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

4. The size of full and partial depth repairs will depend on field conditions.

5. The Contractor is responsible for any building permits that may be required.

6. Pre-cast concrete tee flanges are 4” thick.

7. Topping at roof level headhouse at Garage B has a minimum thickness of 2” where it meets the adjacent pre-cast surface. The topping is pitched and is greater than 2” in depth at the existing curb.

8. There is one broken barrier cable at the Garage B roof level.

9. Drain replacement work shall include minimum amount of pipe replacement necessary to attach new drain to the existing piping.

10. Prevailing wage rates apply to this project.

11. Healer/sealer over lay should not cover pre-cast joint sealants.

12. Can contractor work two shifts? The Contractor may propose alternate work hours for RIAC’s review and consideration during construction. Please note, however, that the contract documents have been prepared and vetted with RIAC, LAZ and DESMAN and therefore further approvals may be necessary prior to allowing work hours that differ from the requirements in the contract documents. Therefore, the Contractor shall be prepared to comply with the work hours as allowed for in the Contract Documents.

13. Are Electrical as-builts are available for Garage A? No.

14. Contractor shall carry cost for shut down of elevators and elevator contractor to perform any work related to the elevator and elevator machine room.

15. Replacement of conduits and pull boxes serving the automatic gates should not require phasing. Pull boxes and conduit share cable distribution, therefor all gates would require shutdown.

16. Conduits shall be replaced where corroded and indicated on drawings. Contractor shall field verify conduit sizes prior to replacement.

17. Fire alarm devices impacted by stair headhouse replacement work shall be reinstalled in the same location. Replace device in kind. Notification alarm devices shall be synchronized.

18. Refer to keyed notes for reference to ½” conduit. Wherever conduits are used to serve more than one branch circuit, conduit shall be upsized as required per the NEC 40% conduit fill capacity.

Page 4: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

20. A fire alarm system shutdown will be required. Coordinate with local fire authorities todetermine if fire watch is required.

VIRTUAL PRE-BID ATTENDEE LIST

Glen Imonetti – Heritage Restoration David Wolaver – Patriot Restoration Donal Coomey – Contracting Specialists, Inc Jeff Nolin – Nolin Electrica Joe Pasq – ACME Waterproofing Jason LaForge – NE Building and Bridge Mike Alloway – Rampart Derrick Papa – Tower Construction Corp Habib Gulamhusenwala – Structural Jared Burhoe – AB&R, LLC Carla Ottaviano – RI Airport Corporation Chris Mitchell – RW Sullivan Matt Gallagher - DESMAN

END OF ADDENDUM

Page 5: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

SECTION 00300 BID FORM

REPAIR and PREVENTIVE MAINTENANCE T.F. GREEN PARKING GARAGES

Warwick, Rhode Island TO: RHODE ISLAND AIRPORT CORPORATION

TF Green Airport, 2000 Post Road Warwick, Rhode Island, 02886

FROM: (Bidder) (Address) (City, State, Zip) Operating as (strike out conditions that do not apply) an individual, a company, a corporation organized and existing under the law of the State of ____________________________, or a proprietorship, a partnership, or joint venture consisting of ____________________. Bidder (is/is not) registered to do business in the State of Rhode Island. The undersigned hereby declares that he has carefully examined all bidding and contract documents, and hereby proposes and agrees to provide all supervision, labor, materials, plant, equipment, transportation and other facilities as necessary and/or required to execute all the work described by the aforesaid documents for the restoration of the referred projects, for the GRAND total consideration of: $____________________________________________. Sum of Base Bid Items 1 through 24.

Page 6: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

(BIDDER’S NAME) ESTIMATED UNIT TOTAL QUANTITY PRICE COST

BID FORM 00300/2

BID ITEMS Bid Item #1 – Mobilization and Demobilization For setting up all necessary general plant storage area and facilities required by State laws and City ordinances and the general mobilization and demobilization of equipment required for completion of the work as shown on drawings, specifications or work ordered by the Engineer.

Garage A LUMP SUM = $

Garage B LUMP SUM = $

Total LUMP SUM = $ Bid Item #2 – Full Depth Concrete Repair at Precast Tees This work consists of the full depth reconstruction of supported tee slab using 5,000 psi concrete. This work shall include marking out repair areas for review by the Engineer prior to demolition; shoring of adjacent slabs before demolition as necessary; sawcutting ½” at the periphery of repair area; demolish concrete (delaminated and sound) using 25 lb jackhammers; sandblast cleaning of existing reinforcing steel scheduled to remain; supplement with new epoxy coated reinforcing as directed by the engineer; formwork for new slabs; necessary falsework and placement of new concrete. Included in this work is provision of a tooled, sealed joint around the periphery of the repair area. Cut out and remove existing WWF leaving at least two grids along perimeter of repair. Install new epoxy coated 6x6-W2xW2 WWF. The work shall be as per Details 1 and 2/R-5 and in accordance with Sections 03200, 03240, 03300 (or 03320) and 07900 of the specifications. Locations as shown on plans and as directed by the Engineer in the field. Garage A 3,700 SF Garage B 1,500 SF Total 5,200 SF x $ /SF =$ Bid Item #3 – Partial Depth Concrete Repair at Precast Tees Partial depth concrete repair shall include the partial depth demolition of deteriorated concrete at the precast tee slabs and the subsequent placement of new 5,000 psi concrete. The repair of deteriorated concrete consists of marking out the repair area in the presence of the engineer; sawcutting (½” deep) around perimeter of the repair area; removal of existing concrete slab (delaminated and sound) using 25 lb chipping hammers to a depth of ¾” below the existing reinforcing; sandblast clean exposed reinforcing; supplement steel that has lost more than 20% of its original cross section; placing, finishing and curing new concrete. Included in this work shall be the provision of a tooled joint around the periphery of the repair area and sealing the same

Page 7: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

(BIDDER’S NAME) ESTIMATED UNIT TOTAL QUANTITY PRICE COST

BID FORM 00300/3

with a two component polyurethane sealant. Cut out and remove existing WWF leaving at least two grids along perimeter of repair. Install new epoxy coated 6x6-W2xW2 WWF. Contractor shall be responsible for repairing damage due to their activities at their own cost. The work shall be as per Detail 3/R-5 and in accordance with Sections 03320 and 07900 of the specifications. Locations as shown on plans and as directed by the Engineer in the field. Garage A 350 SF Garage B 500 SF Total 850 SF x $ /SF =$ Bid Item #4 – Epoxy and Sand Repair at Tee Connections Work shall include the demolition of deteriorated concrete and the subsequent placement of a new epoxy and sand patching material. The repair of deteriorated concrete consists of marking out the repair area in the presence of the engineer; 2” average concrete removal (delaminated and sound) using 15 lb chipping hammers; grind edges of tee to remove sharp corners; sandblast clean exposed reinforcing; apply new epoxy and sand repair material. Included in this work shall be preparing surfaces, installation of new backer rod and application of new sealant at tee joints. The work shall be as per Detail 6/R-6. Locations as shown on plans and as directed by the Engineer in the field. Garage A 200 EA Garage B 100 EA Total 300 EA x $ /EA =$ Bid Item #5 – Overhead Tee Flange Repair This work shall include marking out repair areas for review by the Engineer prior to demolition. Work to include concrete removal by approved method, surface preparation, debris removal, installation of SS pins, placement of approved polymer modified concrete repair mortar, finishing and curing as per the manufacturer’s recommendations. This work shall be as per Detail 3/R-5 and in accordance with Section 03340 (or 03345) of the specifications. Locations as shown on plans and as directed by the Engineer in the field. Garage A 100 SF Garage B 100 SF Total 200 SF x $ /SF =$

Page 8: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

(BIDDER’S NAME) ESTIMATED UNIT TOTAL QUANTITY PRICE COST

BID FORM 00300/4

Bid Item #6 – Concrete Tee Stem Repair This work shall include marking out repair areas for review by the Engineer prior to demolition. Work to include concrete removal by approved method, surface preparation, debris removal, installation of SS pins, placement of approved polymer modified concrete repair mortar, finishing and curing as per the manufacturer’s recommendations. This work shall be as per Detail 3/R-5 and in accordance with Section 03340 (or 03345) of the specifications. Locations as shown on plans and as directed by the Engineer in the field. Garage B 50 LF Total 50 LF x $ /LF =$ Bid Item #7 – Overhead Beam Repair This work consists of repair of deteriorated concrete at the beams using an approved trowel applied or pumpable mortar. Prior to demolition contractor should shore adjacent beams and overhead slabs. This work consists of marking out repair areas for review by the Engineer prior to demolition, sawcutting around periphery of repair area, removal of delaminated, spalled and sound concrete to a depth of ¾” behind existing reinforcing using chipping hammers, sandblast cleaning of exposed reinforcement and patch repair area using a polymer modified repair mortar as per manufacturers recommendations This work shall be as per Detail 2/R-6 and in accordance with Section 03340 (or 03345) of the specifications. Locations as shown on plans and as directed by the Engineer in the field. Garage B 75 SF Total 75 SF x $ /SF =$ Bid Item #8 – Concrete Wall Repair This work shall include marking out repair areas for review by the Engineer prior to demolition. Work consists of concrete repair of interior and perimeter walls as per Detail 3/R-6. This work consists of sawcutting around periphery of repair area; removal of delaminated, spalled and sound concrete to a depth of ¾” behind existing reinforcing using chipping hammers; sandblast clean exposed reinforcing; apply an approved repair mortar as per manufacturers recommendations and in accordance with Section 03340 (or 03345) of the specifications. Locations as shown on plans and as directed by the Engineer in the field. Garage A 20 SF Total 20 SF x $ /SF =$

Page 9: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

(BIDDER’S NAME) ESTIMATED UNIT TOTAL QUANTITY PRICE COST

BID FORM 00300/5

Bid Item #9 – Re-Weld Tee Connectors Work shall consist of re-welding existing precast tee connections at precast tee flanges, as per Detail 7/R-6. Inclusive of this item is the provision of new steel slugs. As directed by the Engineer in the field. Garage A 110 EA Garage B 25 EA Total 135 EA x $ /EA =$ Bid Item #10 – New Epoxy Healer-Sealer Overlay This work consists of preparing surfaces via shot blasting, or by method recommended by the manufacturer at entire roof level of Garage A. Work consists of repair as per Detail 3/R-7. Apply a detail coat of the crack healer/sealer to designated cracks. Then, apply a flood coat of crack healer/sealer to the deck surface and broadcast silica sand onto it. Immediately apply the epoxy overlay with full aggregate broadcast. Locations as shown on plans and as directed by the Engineer in the field. Garage A 73,700 SF Total 73,700 SF x $ /SF =$ Bid Item #11 – Rout and Seal Floor Cracks At the supported levels, rout a V-shaped groove (½" x ½") at existing floor cracks greater than 1/16" in width, clean existing concrete surface and apply two component polyurethane joint sealant. This work shall be as per Detail 2/R-7 and in accordance with Section 07900 of the specifications. Locations as shown on plans and as directed by the Engineer in the field. Garage B 650 LF Total 650 LF x $ /LF =$ Bid Item #12 – Remove and Replace All Precast Joint Sealants Remove existing sealant at precast joints and between precast and cast-in-place elements. Clean existing concrete surface and apply two component polyurethane joint sealant. This work shall be similar to Details 7/R-6 and 2/R-7 and in accordance with Section 07900 of the specifications. As directed by the Engineer in the field.

Page 10: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

(BIDDER’S NAME) ESTIMATED UNIT TOTAL QUANTITY PRICE COST

BID FORM 00300/6

Garage A 9,500 LF Garage B 6,500 LF Total 16,000 LF x $ /LF =$ Bid Item #13 – New Waterproofing Membrane at Crossover Beams Shotblast clean the surface of the crossover beams at roof level and uncovered portion of 5th level of Garage B, scheduled to receive a waterproofing membrane. Install waterproofing membrane centered on the beams and extend membrane 1 foot onto adjacent horizontal floor surfaces, as per manufacturers recommendations. All areas shall receive a base coat. This work shall be as per Detail 1/R-7 and in accordance with Section 07120 of the specifications. Garage B 650 SF Total 650 SF x $ /SF =$ Bid Item #14 – Corrosion Inhibiting Sealer Shotblast clean horizontal surfaces at roof level and uncovered portion of 5th level of Garage B, and apply a penetrating water repellent surface sealer as per Detail 4/R-7 and in accordance with the manufacturer’s installation procedure and Section 07140 of the specifications. Garage B 40,000 SF Total 40,000 SF x $ /SF =$ Bid Item #15 - Drainage Improvements 15a) Replace Existing Floor Drains

Remove existing drains and furnish and install new floor drains as per Detail 5/R-7, at locations as shown on the plans and/or as indicated by the Engineer in the field. Included in this work shall be the provision of a tooled joint along the periphery of the repair area. This work shall be in accordance with Section 15413 of specifications.

Garage A 2 EA Garage B 7 EA Total 9 EA x $ /EA =$

Page 11: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

(BIDDER’S NAME) ESTIMATED UNIT TOTAL QUANTITY PRICE COST

BID FORM 00300/7

15b) Clean Existing Drainage System This work consists of cleaning out the existing drain bodies and snaking the existing drain lines in the parking garage, at the start of work and upon completion of work. All drains shall be at full functional capacity.

Garage A LUMP SUM = $

Garage B LUMP SUM = $

Total LUMP SUM = $

Bid Item #16 – Full Depth Concrete/Metal Deck Stair Repair Work shall include stair replacement of the top two levels of stairs at northwest corner stairs of Garage B. This work includes removing entire cement fill at all stair tread locations. Remove all metal pans. weld new angles to existing stair stringers. Weld new metal pans to new angles. Pour new cement fill. The work shall be in accordance with Detail 5/R-6, and Sections 03320, 05110, 05300 and 07900 of the specifications.

Garage B LUMP SUM = $

Total LUMP SUM = $ Bid Item #17 –Stair Roof Headhouse Replacement Work shall include northwest corner roof headhouse replacement at Garage B. Work to include demolition of existing headhouse and concrete toppings and construction of new headhouse as described in drawings and specifications. The work shall be in accordance with Sections and Details on Sheet R-8 and Sections 05110, 05120, 05300, 06100, 07415, 07531, 07600, 07900, 08410, 08700, 08800 and 08900 of the specifications.

Garage B LUMP SUM = $

Total LUMP SUM = $ Bid Item #18 – Replace Broken Cable Railing Contractor shall replace broken cable railing at roof level of Garage B.

Garage B LUMP SUM = $

Total LUMP SUM = $

Page 12: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

(BIDDER’S NAME) ESTIMATED UNIT TOTAL QUANTITY PRICE COST

BID FORM 00300/8

Bid Item #19 – Electrical Upgrades and Repairs Work shall be as per Electrical Drawings and Sections 260510, 260520 and 260530 of the specifications. Locations as shown on the drawings and as indicated by the Engineer in the field.

Garage A LUMP SUM = $

Garage B LUMP SUM = $

Total LUMP SUM = $ Bid Item #20 – New Light Fixture Work shall include providing and installation of new light fixtures at locations directed by the Engineer in the field.

Garage A 10 EA Garage B 10 EA Total 20 EA x $ /EA =$ Bid Item #21 – New Light Fixture Work shall include relocating of existing light fixtures at locations directed by the Engineer in the field. Work shall include disconnecting and reinstallation in a new location.

Garage A 10 EA Garage B 10 EA Total 20 EA x $ /EA =$ Bid Item #22 – New ¾” Conduit Work shall include installation of new #8AWG conduit at locations directed by the Engineer in the field. Work shall include disconnecting and reinstallation in a new location.

Garage A 50 LF Garage B 50 LF Total 100 LF x $ /LF =$

Page 13: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

(BIDDER’S NAME) ESTIMATED UNIT TOTAL QUANTITY PRICE COST

BID FORM 00300/9

Bid Item #23 – New ½” Conduit Work shall include installation of new #8AWG conduit at locations directed by the Engineer in the field. Work shall include disconnecting and reinstallation in a new location.

Garage A 50 LF Garage B 50 LF Total 100 LF x $ /LF =$ Bid Item #24 – Miscellaneous Repairs General Conditions; Traffic control and maintenance; Erection, maintenance and removal of temporary dustproof partitions; barricades around work area; general cleanup and incidentals necessary to complete the work as shown on plans and as specified.

Garage A LUMP SUM = $

Garage B LUMP SUM = $

Total LUMP SUM = $ TOTAL BASE BID $ (Sum of Bid Items 1 thru 24)

Page 14: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

(BIDDER’S NAME) ESTIMATED UNIT TOTAL QUANTITY PRICE COST

BID FORM 00300/10

GENERAL REQUIREMENTS The bidder shall, before submitting his Proposal, carefully examine the Contract Documents. He shall inspect in detail the site of the proposed work and familiarize himself with all the local conditions affecting The Work and the detailed requirements of construction. If his Proposal is accepted, he will be responsible for all errors in his Proposal resulting from his failure or neglect to comply with these instructions or errors in judgment arising from said inspections of the work site and examination of the Contract Documents. The Engineer and/or the Owner will, in no case, be responsible for any losses or change in Contractor's anticipated profits resulting from such failure or neglect. If the bidder finds any language in the Contract inconsistent, vague or difficult to understand or interpret, for any reason, he shall request clarification in writing from the Engineer or Owner not less that 5 working days prior to the scheduled dates for response thereto in writing to all bidders known to the Owner. Unless the bidder seeks clarification in accordance with this paragraph, he will be deemed to have waived his rights, if any he had, to object to said Contract language as vague or misleading for any reason. When the plans and Special Provisions include information pertaining to surface observations, material testing and other preliminary investigations, such information represents only the opinion of the Engineer as to the location, character, or quantity of the materials encountered and is only included for the convenience of the bidder. The Owner/Engineer assumes no responsibility whatever in respect to the sufficiency or accuracy of the information, and there is no guarantee, either expressed or implied, that the conditions indicated are accurate or unanticipated developments may not occur. Said information shall not be considered by the parties as a basis for the Contract award amount. The Bidder agrees that adequate time was allowed the bidder to inspect all work sites and, unless express written request has been made, the Engineer/Owner will be presumed to have supplied the bidder all the information and access required to adequately complete the Proposal. The estimated quantities of work to be done and materials to be furnished under these Specifications are given in the Proposal. All quantities are to be considered as approximate and are to be used only for comparison of bids and as a basis for computing amounts of bid bonds, payments bonds and performance bonds to be furnished. The unit and lump sum prices to be tendered by the bidders are to be for the scheduled quantities as they may be increased or decreased.

Page 15: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

(BIDDER’S NAME) ESTIMATED UNIT TOTAL QUANTITY PRICE COST

BID FORM 00300/11

Payments will be made to the Contractor only for the actual quantities of work performed and materials furnished in accordance with the Plans and Specifications. The scheduled quantities may each be increased or diminished or entirely deleted. Such changes may become necessary for the best interest of the project due to circumstances not known at the time the Contract was entered into or arising thereafter. In the event, in the sole judgment of the Owner or its representative such changes become necessary, the lump sum and unit prices set forth in the Proposal and embodied in the Contract shall remain valid.

Work acceptance is to be made by the Engineer. Any extra work beyond the scheduled quantities requiring additional cost to the Owner shall be approved by the Owner prior to taking such action. Claims for extra work which have not been authorized in writing by the Owner and approved by the Engineer will be rejected and the Contractor shall not be entitled to payment thereof. CONSTRUCTION TIME The undersigned agrees to commence work under this contract on or before a date to be specified in a written "Notice to Proceed", and proposes to complete all work in the Base Contract by: RIGHT TO REJECT BIDS AND SIGNING CONTRACTS In submitting this Bid, it is understood that the right is reserved by the Owner to reject any and all bids. If written notice of acceptance of this bid is mailed, telegraphed or delivered to the undersigned within sixty (60) days after the opening thereof, or at any time thereafter before this bid is withdrawn by written notification, the undersigned agrees to execute and deliver a Contract in the prescribed form. The Work shall be commenced by the successful bidder within 14 days after the Notice to Proceed from the Owner.

Page 16: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

(BIDDER’S NAME) ESTIMATED UNIT TOTAL QUANTITY PRICE COST

BID FORM 00300/12

ADDENDA ACKNOWLEDGMENT The undersigned acknowledges receipt of the following addenda:

ADDENDUM NUMBER DATE OF ADDENDUM GENERAL STATEMENT The undersigned has checked all of the above figures, and understands that the owner will not be responsible for any errors or omissions on the part of the undersigned in preparing this bid. In submitting this bid, it is understood that the right is reserved by the Owner to reject any or all bids and waive all technicalities and informalities in connection therewith. It is agreed that this Bid may not be withdrawn for a period of 120 days from the time of opening. The undersigned declares that the person or persons signing this bid is/are fully authorized to sign on behalf of the firm listed, to all of the Bid’s conditions and provisions thereof. It is agreed that no persons or company other than the firm listed below or as otherwise indicated has any interest whatsoever in this Bid or the contract that may be entered into as a result of this Bid and that in all respects the Bid is legal and firm, submitted in good faith without collusion or fraud. It is agreed that the undersigned has complied and/or will comply with all requirements of local, state or national laws, and that no legal requirements has been or will be violated in making or accepting this Bid, in awarding the contract to him and/or in the prosecution of the work required.

Page 17: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

(BIDDER’S NAME) ESTIMATED UNIT TOTAL QUANTITY PRICE COST

BID FORM 00300/13

SUBCONTRACTOR’S LIST (If applicable) NAME ADDRESS WORK NAME ADDRESS WORK NAME ADDRESS WORK SIGNATURE OF BIDDER (Date) day of 20 (Firm Name)

(Seal) (Address) (Signature) (Name Typed) (Title)

Page 18: REPAIR and PREVENTIVE MAINTENANCE · reinforcing as directed by the engineer; formwork for nslabs; necessary falsework and ew placement of new concrete. Included in this work is provision

(BIDDER’S NAME) ESTIMATED UNIT TOTAL QUANTITY PRICE COST

BID FORM 00300/14

BID GUARANTEE The undersigned agrees that this bid may be held by the owner for a period not exceeding one hundred twenty (120) days from the date set up for the opening of the bids and that the bid may be withdrawn within that period. IN WITNESS WHEREOF the undersigned Bidder has caused their signature and seal to be affixed thereto by duly authorized officers this day of , 20. FIRM NAME BY TITLE TELEPHONE NO. OFFICIAL ADDRESS Signature Witness Attest: Notary Public