RFQ 15-032 McAlvain Construction Inc

Transcription

RFQ 15-032 McAlvain Construction Inc
Notice to proceed with construction
Receive full permit
Procurement Milestones
Start Procurement
Structural Steel
5
4
6
7
8
Install Roof Drains
Site concrete (aprons, curb/gutter, sidewalks)
Membrane roof with tapered insulation
Exterior High-Bay Doors
Interior Framing
Store-front windows/Doors
Rough-in Electrical
Rough-in Mechanical
Rough-in Plumbing
Install service equipment
Dried In
Sheetmetal parapet caps
31
53
32
33
36
51
37
38
39
40
35
34
Project: 0928 Western States
Date: Thu 9/13/07
Set Roof Curbs for Equipment
30
15 days
Page 1
0%
0%
0%
100%
25%
25%
September
9/2 9/9
Rolled Up Critical
0%
91%
8/12 8/19 8/26
91%
38%
0%
0%
0%
0%
0%
0%
0%
External Milestone
0%
0%
56%
56%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
Summary
Project Summary
Milestone
Mon 11/26/07
Wed 11/21/07
Mon 11/26/07
External Tasks
Rolled Up Critical Split
Deadline
0%
0%
12%
2008
October
November
December
January
9/16 9/23 9/30 10/7 10/14 10/21 10/28 11/4 11/11 11/18 11/25 12/2 12/9 12/16 12/23 12/30 1/6
0%
100%
100%
100%
100%
August
7/15 7/22 7/29 8/5
0%
7/8
Mon 11/26/07
Slippage
July
7/1
Mon 11/26/07
Mon 11/26/07
Mon 11/19/07
Mon 11/19/07
Wed 11/21/07
Mon 11/12/07
Wed 11/21/07
Mon 11/5/07
Mon 11/5/07
Wed 10/31/07
Fri 10/26/07
Wed 10/24/07
Wed 10/24/07
Wed 10/24/07
6/24
Progress
Thu 11/22/07
Wed 11/21/07
Tue 11/20/07
Tue 11/20/07
Tue 11/20/07
Tue 11/20/07
Tue 11/13/07
Tue 11/13/07
Tue 11/13/07
Tue 11/6/07
Thu 11/1/07
Thu 11/1/07
Thu 11/1/07
Mon 10/29/07
Thu 10/25/07
Mon 10/22/07
Thu 10/18/07
Thu 10/11/07
Wed 10/24/07
Wed 10/10/07
Tue 10/2/07
Wed 10/10/07
Wed 10/3/07
Wed 9/5/07
Wed 9/19/07
Wed 8/22/07
Fri 8/10/07
Fri 8/10/07
Mon 8/13/07
Wed 8/15/07
Wed 8/8/07
Wed 8/29/07
Wed 8/1/07
Wed 12/26/07
Thu 10/11/07
Wed 7/25/07
Thu 10/11/07
Wed 8/22/07
Wed 7/25/07
Wed 7/25/07
Wed 8/22/07
Wed 8/22/07
Finish
Western States Expansion - McAlvain Construction, Inc.
Task
Split
3 days
0 days
5 days
5 days
5 days
5 days
5 days
5 days
7 days
5 days
3 wks
3 days
3 days
3 days
2 days
3 days
5 days
10 days
Thu 10/4/07
Thu 10/11/07
5 days
10 days
Wed 9/26/07
Thu 9/6/07
Thu 9/20/07
20 days
5 days
Thu 8/30/07
Thu 8/23/07
Thu 8/16/07
Thu 8/9/07
Thu 8/9/07
Thu 8/9/07
Thu 8/9/07
5 days
20 days
5 days
2 days
2 days
3 days
5 days
Thu 8/2/07
Thu 8/2/07
20 days
5 days
Thu 7/26/07
Thu 7/26/07
Thu 7/26/07
Wed 7/25/07
Wed 7/25/07
Wed 8/22/07
Wed 7/25/07
Wed 7/25/07
Thu 7/5/07
Thu 7/5/07
Start
5 days
110 days
10 wks
0 days
55 days
0 days
0 days
0 days
7 wks
35 days
Duration
Critical Split
Critical
Install Pan Deck on roof joists
29
Exterior man-doors
24
Place concrete on mezzanine
Erect CMU structural walls
27
Install new underground utitlies
16
22
Set Bridge Crane Runway Rails
re-route underground utilities
15
26
Form/Place foundations & column footings
20
Install crane rails and bridge cranes (By Owner)
Excavate for Building Foundations
19
28
Storm water infiltration system
18
Erect Structural Steel Columns, Girders & Joists
Building Pad - West addition to main (840 sf)
14
25
Building Pad - New Machine Shop Addition (1,670 sf)
13
Place SOGs
Building Pad - New Shop (27,214 sf)
12
Remodel Bathroom in Main Building
Remove Existing U/G Oil Storage Tanks
17
23
Grading
11
21
Selective Demolition
10
Construction
Receive Site/Fdn Partial Permit
3
9
Submit for Permit
Preconstruction
1
2
Task Name
ID
Interior Insulation
Drywall, Tape, & Texture
Paint
Acoustical Ceilings
Flooring
Finish Plumbing
Cabinetry
Finish Electrical
Finish Mechanical
Substantial Completion
Punchlist
41
42
43
44
45
47
50
46
48
49
52
Thu 12/13/07
Wed 12/12/07
Page 2
August
7/15 7/22 7/29 8/5
Project Summary
7/8
Milestone
Slippage
July
7/1
Task
Wed 12/26/07
Wed 12/19/07
Wed 12/19/07
Tue 12/18/07
6/24
Summary
Thu 12/20/07
Wed 12/19/07
Mon 12/17/07
Mon 12/17/07
Fri 12/14/07
Mon 12/17/07
Wed 12/12/07
Wed 12/12/07
Fri 12/14/07
Tue 12/11/07
Thu 12/6/07
Thu 11/29/07
Wed 12/12/07
Wed 12/5/07
Finish
September
9/2 9/9
External Tasks
Rolled Up Critical Split
Rolled Up Critical
8/12 8/19 8/26
Deadline
External Milestone
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
0%
2008
October
November
December
January
9/16 9/23 9/30 10/7 10/14 10/21 10/28 11/4 11/11 11/18 11/25 12/2 12/9 12/16 12/23 12/30 1/6
0%
Western States Expansion - McAlvain Construction, Inc.
Wed 12/12/07
Fri 12/7/07
Fri 11/30/07
Tue 11/27/07
Thu 11/22/07
Thu 11/22/07
Start
Progress
Split
5 days
0 days
3 days
2 days
3 days
2 days
4 days
3 days
3 days
5 days
3 days
3 wks
2 wks
Duration
Critical Split
Critical
Landscaping
Project: 0928 Western States
Date: Thu 9/13/07
AC Paving
55
Task Name
54
ID
Project: 0928-Western States Equipment
September 25, 2007
Subcontractor: YMC
Exhibit B
Technical Requirements
Provide Supply and Install HVAC Components Complete for the Western States Equipment Expansion,
including but not limited to all sales tax, materials, labor, equipment, overhead, profit and permit fees.
Scope to include but not limited to the following:
HVAC Package
Specification Section(s) for which this Subcontractor performs all work:
x
x
DIVISION 01 Complete
DIVISION 15: 15500, 15600, 15700, 15800, 15900
The subcontractor shall Furnish and Install HVAC package complete and associated
components. Scope includes but is not limited to the following per Plans and Specifications
dated 7/24/07:
x
x
x
x
x
x
x
x
x
Add on air compression boosters at waste oil furnaces
All Equipment used onsite must be Caterpillar or must be rented from the CAT rental store.
RTU’s, EF’s, EVAP’s, Waste Oil Burners, GFUH’s, EUH’s, GRD’s, Sheetmetal, ETC.
Control terminations and testing of equipment
Delivery and protection of procurement items
Coordination for any block-outs and provide own RTU curbs
Layout, excavation and re-compaction for this scope
All labor and supervision required to perform this scope of work
Permitting for this scope of work
SPECIAL PROVISIONS:
x
x
x
x
x
x
x
x
x
x
Pricing includes all subcontractor salaries and expenses for clerical, administrative support,
supervisors, superintendents, warehouseman, safety, and non-working foreman staff personnel.
All security and provisions to protect and secure all subcontractor materials, equipment and work.
Pricing includes all subcontractor rentals and maintenance of office trailers and office equipment,
change shacks, drinking water, tool sheds, storage sheds, carpenter shacks, mechanics shops
and other temporary facilities to support subcontractor work.
Pricing includes all subcontractor rentals and maintenance pickups, flatbed trucks, and other
vehicles or equipment (cranes) etc. except as noted in the exclusions.
Pricing includes all subcontractor safety PPE and first aid equipment and supplies.
Submittal preparation as required by all permits and these specifications.
All temporary electrical, lighting, weather protection, water sources, and heating as may be
required to perform this Scope of Work.
All clean-up pertaining to this scope of work only, required to maintain, at all times, a clean site.
Store all imported material, including stockpiles, in a manner appropriate to avoid being impacted
by the weather.
Retain and protect all survey control, benchmarks and staking.
Page 1
Project: 0928-Western States Equipment
September 25, 2007
Subcontractor: YMC
x
x
x
x
x
x
x
x
x
x
x
Provide Daily Reports to General Contractor.
Provide adequate safeguards, equipment and barricades or any other needed action to protect
the life, health and safety of public and property; to abide by Right of Way (ROW) agreement;
and to prevent unauthorized entry to subcontractor construction areas.
Coordinate all work with other Trades.
Protect and keep clean all public accesses used to move equipment and materials to and from
site.
Fire stopping for this scope of work where required including all wall penetrations.
All seismic requirements of equipment & materials per scope. Including backing to facilitate
Determine exact location of all existing Utilities prior to commencing work. Protect and shore as
required.
All on-site company vehicles shall be clearly marked with company name.
Comply with Site Specific Storm Water Pollution Prevention plan and applicable State
requirements and provide for the control of surface drainage, mud, dust control, and road
maintenance for subcontractor’s work.
General Contractor will provide benchmarks for survey control. Subcontractor will provide all
construction surveying necessary for layout, lines, level, marks, and stakes. The Subcontractor
shall provide all construction staking required for Subcontractor's Work. The Subcontractor shall
protect General Contractor’s benchmarks.
Includes Addenda – None
Exclusions:
x Oil moving piping and flammable liquids interceptors
x Electrical Conduit and wiring
x After hours work
x Work associated with other trades
Page 2
E
3URMHFW6XPPDU\
6XPPDU\
XPPDU
XPPDU\
0&,3URMHFW%XKO::73
3URMHFW1R%
%XGJHW(VWLPDWH
'HVFULSWLRQ
1RWHV
',9,6,21=(52
:DUUDQW\$FFUXDO
%XLOGHUV5LVN
3HUIRUPDQFH3D\PHQW%RQGV
%XLOGLQJ3HUPLWV
&LW\RI%XKO
&LW\RI%
%XK
',9,6,2121(
3UH&RQ3URMHFW0DQDJHU
3UH&RQ3URMHFW(QJLQHHU
6XE6XSSOLHU
PL
&RVW&RGH
3UH&RQ(VWLPDWLQJ
3UH&RQ&OHULFDO&RQWUDFWV$GPLQ
3UH&RQ6XSHULQWHQGHQW
0&,
0&
&,
&LW\RI%XKO
&LW\R
W\
\RI
0&,
0&,
0&,
0&,
0&,
3UH&RQ3RVWDJH
0&,
3UH&RQ5HSURGXFWLRQV
0&,
3UH&RQ$GYHUWLVLQJ([SHQVH
0&,
3UH&RQ2IILFH(QJLQHHULQJ6XSSOLHV
SOLH
HV
0&,
3UH&RQ7UDYHO([SHQVHV
0&,
3UH&RQ/RFDWLRQ([SHQVH
0&,
3URMHFW0DQDJHU
0&,
3URMHFW(QJLQHHU
0&,
(VWLPDWRU
0&,
&RQWUDFW$GPLQLVWUDWRU&OHULFDO
&O
&OHULFDO
0&,
3URMHFW6XSHULQWHQGHQW
HQW
0&,
6DIHW\0DQDJHU
0&,
&OHULFDO$GPLQ6XE9HQGRU3D\PHQWV
6XE
E9HQGRU3D\PHQWV
3D\PHQWV
0&,
4&0DWHULDO7HVWLQJDQG,QVSHFWLRQ
7HVW
VWLQJDQG,QVSHFWLRQ
FWLRQ
0&,
7HPSRUDU\)HQFH
HQF
QFH
0&,
/D\GRZQ3URSHUW\5HQWDO
3URS
RSHUW\5HQWDO
0&,
7UDIILF&RQWURO7UXFN6WDJLQJ
RQWU
WURO7UXF
WURO7UXFN6WDJLQJ
0&,
7HPSRUDU\7RLOHWV
RUDU\
U\7RLOHWV
0&,
7HPSRUDU\5RDGV5HZRUN
SRUD
UDU\5RDGV5HZRUN
DU\5RDGV5HZRUN
0&,
:HDWKHU3URWHFWLRQ
HDWK
KHU3URWHFWLRQ
U3URWHFWLRQ
0&,
7UDVKKDXO2II'XPSVWHU\G:N
KDXO2II'XPSVWHU\G
XO2II'XPSVWHU\
2II'XPSVWHU\
0&,
3URJUHVVLYH&OHDQXS/DERU
&OHDQX
HDQXS/DERU
XS/DERU
0&,
6WUHHW3DUNLQJ0DLQWHQDQFH
0DLQWHQDQFH
QWHQDQ
0&,
)LQDO&OHDQXS
0&,
'XVW&RQWURO
0&,
(URVLRQDQG6HGLPHQW&RQWURO
0&,
-RE2IILFH7UDLOHU
0&,
0RELOL]DWLRQ'HPRELOL]DWLRQ
0&,
)LHOG6WRUDJH
0&,
SA
M
,Q(VWLPDWH
'HVFULSWLRQ
-REVLWH2IILFH)XUQLVKLQJV
-REVLWH&RS\0DFKLQH
-REVLWH)D[0DFKLQH
1RWHV
6XE6XSSOLHU
XE6XSSOLHU
E6XSSOLHU
,Q(VWLPDWH
,Q(VWLP
,Q(
E
&RVW&RGH
0&,
0
0&,
0&,
0&,
3RVWDJH)HG([)UHLJKW&RVWV
5HSURGXFWLRQ([SHQVHV
2IILFHDQG(QJLQHHULQJ6XSSOLHV
7HPSRUDU\:DWHU&RQVXPSWLRQ
7HPS3RZHU6HUYLFH+RRNXS
3KRQH0RQWKO\%LOO
7HPS3RZHU8VDJH
7HPS/LJKWLQJ
3URMHFW6LJQDJH
/LYLQJ([SHQVHVDQG3HU'LHP2QVLWH3HUVRQQHO
7UDYHO([SHQVHV
&RQVXPDEOHV
6WDUWXSDQGFRPPLVVLRQLQJ0LVF([S
200DQXDOV$V%XLOWV
:HE&DPHUD
(TXLSPHQW
0&,
3KRWRJUDSKV
0&,
0DWHULDOV7HVWLQJDQG,QVSHFWLRQ
07,
0&,
'ULQNLQJ:DWHU,FH&RIIHH
0&,
-RE6LWH6DIHW\6XSSOLHV)LUH([WLQJXLVKHUV
0&,
&,
0&,
0&,
0&,
0&
&,
0&,
0
M
',9,6,217:2
PL
0&,
&RQWUDFWHGZLWK07,IRUVHUYLFHV
&RQWUDFWHGZLWK07,IRUV
&RQWUDFWHGZLWK07
&RQWUDFWHGZLWK07,IR
0&,
0
0&,
0&,
0&,
0&,
0&,
0&,
0&,
6LWH([FDYDWLRQDQG3LSLQJ
:HOO'ULOOLQJ
$VSKDOW3DYLQJ
&KDLQ/LQN)HQFLQJ
/DQGVFDSLQJ
2ZQHU)XUQLVKHG:RUN
:R
:RUN
SA
',9,6,217+5((
7+5
5((
&RQFUHWH
9,6,2
,21)285
1)285
',9,6,21)285
0DVRQU\
',9,6,21),9(
6WUXFWXUDO6WHHO+DQGUDLO*UDWLQJ
',9,6,216,;
'HVFULSWLRQ
1RWHV
5RXJK)UDPLQJ:RRG7UXVVHV,QVXODWLRQDQG'U\ZDOO
0LOOZRUN
6XE6XSSOLHU
XE6XSSOLHU
E6XSSOLHU
,Q(VWLPDWH
,Q
,Q(VWLP
E
&RVW&RGH
',9,6,216(9(1
0HWDO5RRILQJ
PL
',9,6,21(,*+7
+ROORZ0HWDO'RRUV)UDPHV+DUGZDUH
$OXPLQXP:LQGRZV*OD]LQJ
',9,6,211,1(
3DLQWLQJ&RDWLQJV
',9,6,217(1
6SHFLDOWLHV
5$6:$63XPSV
6FXP3XPS
5RWDU\/REH3XPS
*ULW5HPRYDO6\VWHP
9HUWLFDO7XUELQH$HUDWRUV
HUVV
9HUWLFDO6KDIW7XUELQH0L[HUV
M
',9,6,21(/(9(1
[LDO
DO0L[HUV
$QHURELF6XEPHUVLEOH$[LDO0L[HUV
DWHU
HU3XPS6\VWHP
U3XPS6\VWHP
3DFNDJHG3URFHVV:DWHU3XPS6\VWHP
%HOW)LOWHU3UHVV'HZDWHULQJ6\VWHP
ZDWH
WHULQJ6\VWHP
ULQJ6\VWHP
SA
6HFRQGDU\&ODULILHUV
HUV
3DFNDJHG6XPS3XPS6\VWHP
S3XPS6\VWHP
3XPS6\VWHP
P
,QFOXGHGLQ0HFKDQLFDO&RQWUDFW
,QFOXGHG
,QFOX
&\OLQGULFDO)LQH6FUHHQ
H6
6FUHHQ
6OXGJH*ULQGHU
GHU
HU
3RO\HWK\HQH&KDPLFDO6WRUDJH7DQNV
QH&
H&KDPLFDO6WRUDJH7DQNV
&KDPLF
5RWDU\3RVLWLYH'LVSODFHPHQW%ORZHUV
3RVLWLYH'LVSODFHPHQW%ORZHUV
VLWLYH'LVSODFHPH
VLWLYH'LVSODFHPHQW%ORZHUV
,QFOXGHGLQ0HFKDQLFDO&RQWUDFW
&RXUVH%XEEOH$HUDWLRQ6\VWHP
H%
%XEEOH$HUDWLRQ6\VWHP
6NLG0RXQWHG&KHPLFDO)HHG(TXLSPHQW
G0RXQWHG&KHPLFDO)HHG(TXLSP
0RXQWHG&KHPLFDO)HHG(TX
XQWHG&KHPLFDO)HHG(T
3DFNDJHG7ULSOH[6HZDJH/LIW6WDWLRQ
FNDJHG7ULSOH[6HZDJH/LIW6WDWL
DJHG7ULSOH[6HZDJH/LIW6W
G7ULSOH[6HZDJH/LIW6
*DWHV
3DFNDJHG(QJLQH*HQHUDWRU
JLQH*HQHUDWRU
H*HQHUDWRU
*HQHUDWR
,QFOXGHGLQ(OHFWULFDO&RQWUDFW
+RLVWV
,QFOXGHGLQ6WHHW&RQWUDFW
-LE&UDQHV
,QFOXGHGLQ6WHHW&RQWUDFW
'HVFULSWLRQ
1RWHV
6XE6XSSOLHU
XE6XSSOLHU
E6XSSOLHU
,Q(VWLPDWH
,Q
,Q(VWLP
E
&RVW&RGH
',9,6,217+,57((1
',9,6,217:(17<7:2
0HFKDQLFDO3OXPELQJ+9$&
',9,6,217:(17<6,;
(OHFWULFDO,QVWUXPHQWDWLRQ&RQWUROV
727$/&267
7(
727$/&267(67,0$7(
M
&KDQJH2UGHUV
SA
PL
0&
0
0&,)((
7
727$/%8'*(7
E
3URMHFW6XPPDU\
XPPDU\
0&,3URMHFW%XKO::73
3URMHFW1R%
&RVW&RGH
PL
%XGJHW(VWLPDWH
'HVFULSWLRQ
1RWHV
',9,6,21=(52
:DUUDQW\$FFUXDO
%XLOGHUV5LVN
3HUIRUPDQFH3D\PHQW%RQGV
%XLOGLQJ3HUPLWV
',9,6,2121(
3UH&RQ3URMHFW(QJLQHHU
3UH&RQ(VWLPDWLQJ
3UH&RQ&OHULFDO&RQWUDFWV$GPLQ
3UH&RQ6XSHULQWHQGHQW
3UH&RQ3RVWDJH
3UH&RQ5HSURGXFWLRQV
3UH&RQ$GYHUWLVLQJ([SHQVH
3UH&RQ2IILFH(QJLQHHULQJ6XSSOLHV
3UH&RQ7UDYHO([SHQVHV
3UH&RQ/RFDWLRQ([SHQVH
&RQVWUXFWLRQ
&RQ
&
(VWLPDWH
2YHU%XGJHW
8QGHU%XGJHW
&LW\RI%XKO
0&,
&LW\RI%XKO
&LW\RI%X
%XKO
0&,
0&,
0&,
0&,
0&,
0&,
0&,
0&,
0&,
0&,
0&,
3URMHFW0DQDJHU
0&,
3URMHFW(QJLQHHU
0&,
(VWLPDWRU
0&,
M
3UH&RQ3URMHFW0DQDJHU
SA
6XE6XSSOLHU
6XE6X
&RQWUDFW$GPLQLVWUDWRU&OHULFDO
ULFD
FDO
0&,
3URMHFW6XSHULQWHQGHQW
0&,
6DIHW\0DQDJHU
0&,
&OHULFDO$GPLQ6XE9HQGRU3D\PHQWV
9HQ
QGRU3D\PHQWV
0&,
4&0DWHULDO7HVWLQJDQG,QVSHFWLRQ
QJD
DQG,QVSHFWLRQ
0&,
7HPSRUDU\)HQFH
0&,
/D\GRZQ3URSHUW\5HQWDO
UW\5
\5HQWDO
5HQWD
0&,
7UDIILF&RQWURO7UXFN6WDJLQJ
O7
7UXFN6WDJLQJ
UXFN6WDJLQJ
0&,
7HPSRUDU\7RLOHWV
7RLOHW
OHWV
V
0&,
7HPSRUDU\5RDGV5HZRUN
GV5H
5HZRUN
5HZRU
0&,
:HDWKHU3URWHFWLRQ
0&,
7UDVKKDXO2II'XPSVWHU\G:N
\G:N
\G:
0&,
3URJUHVVLYH&OHDQXS/DERU
0&,
6WUHHW3DUNLQJ0DLQWHQDQFH
0&,
)LQDO&OHDQXS
0&,
'XVW&RQWURO
0&,
(URVLRQDQG6HGLPHQW&RQWURO
0&,
-RE2IILFH7UDLOHU
0&,
'HVFULSWLRQ
0RELOL]DWLRQ'HPRELOL]DWLRQ
)LHOG6WRUDJH
-REVLWH2IILFH)XUQLVKLQJV
-REVLWH&RS\0DFKLQH
-REVLWH)D[0DFKLQH
6XE6XSSOLHU
SSOL
SOLHU
OLHU
&RQ
&RQVWUXF
&RQVWUXFWLRQ
(VWLPDWH
(V LPDWH
(VWLPD
2YHU%XGJHW
8QGHU%XGJHW
0&,
&,,
0&,
0&
&,
0&,
0
0&,
0&,
3RVWDJH)HG([)UHLJKW&RVWV
0&,
5HSURGXFWLRQ([SHQVHV
0&,
2IILFHDQG(QJLQHHULQJ6XSSOLHV
0&,
'ULQNLQJ:DWHU,FH&RIIHH
0&,
0
-RE6LWH6DIHW\6XSSOLHV)LUH([WLQJXLVKHUV
0&,
7HPSRUDU\:DWHU&RQVXPSWLRQ
0&,
7HPS3RZHU6HUYLFH+RRNXS
0&,
3KRQH0RQWKO\%LOO
0&,
7HPS3RZHU8VDJH
0&,
7HPS/LJKWLQJ
0&,
0&
&,
3URMHFW6LJQDJH
/LYLQJ([SHQVHVDQG3HU'LHP2QVLWH3HUVRQQHO
7UDYHO([SHQVHV
&RQVXPDEOHV
6WDUWXSDQGFRPPLVVLRQLQJ0LVF([S
PL
1RWHV
E
&RVW&RGH
0&,
0&,
0&,
200DQXDOV$V%XLOWV
0&,
:HE&DPHUD
0&,
(TXLSPHQW
3KRWRJUDSKV
0DWHULDOV7HVWLQJDQG,QVSHFWLRQ
M
0&,
0&
0
0&,
0
&RQWUDFWHGZLWK07,IRUVHUYLFHV
&RQWUDFWHG
FWHGZLWK07,IRUVH
ZLWK07,IRUVH
HUYLF
0&,
0&,
07,
',9,6,217:2
6LWH([FDYDWLRQDQG3LSLQJ
:HOO'ULOOLQJ
SA
$VSKDOW3DYLQJ
&KDLQ/LQN)HQFLQJ
/DQGVFDSLQJ
2ZQHU)XUQLVKHG:RUN
UN
,0&2
+LGGOHVWRQ
,GDKR6DQG*UDYHO
*HUGHV
,GDKR6DQG*UDYHO
((
(
',9,6,217+5((
&RQFUHWH
&23
',9,6,21)285
0DVRQU\
/HH1XQQDOO\
',9,6,21),9(
6WUXFWXUDO6WHHO+DQGUDLO*UDWLQJ
6WHHO:HVW
'HVFULSWLRQ
1RWHV
',9,6,216,;
5RXJK)UDPLQJ:RRG7UXVVHV,QVXODWLRQDQG'U\ZDOO
0LOOZRUN
',9,6,216(9(1
0HWDO5RRILQJ
+ROORZ0HWDO'RRUV)UDPHV+DUGZDUH
$OXPLQXP:LQGRZV*OD]LQJ
',9,6,211,1(
',9,6,217(1
',9,6,21(/(9(1
5$6:$63XPSV
6FXP3XPS
5RWDU\/REH3XPS
*ULW5HPRYDO6\VWHP
9HUWLFDO7XUELQH$HUDWRUV
+DUGZDUH6DOHV
DUH6DOHV
HV
'$*ODVV
V
+D\ZDUG*RUGRQ
:P+5HLOH\
%RHUJHU
0&,
M
6SHFLDOWLHV
9HUWLFDO6KDIW7XUELQH0L[HUV
$QHURELF6XEPHUVLEOH$[LDO0L[HUV
0L[H
HUV
SA
*DU\
U\+
*DU\+DQVHQ
3DLQWLQJ&RDWLQJV
3DFNDJHG3URFHVV:DWHU3XPS6\VWHP
3XP
PS6\VWHP
6\VWHP
%HOW)LOWHU3UHVV'HZDWHULQJ6\VWHP
QJ6
J6\VWHP
P
6HFRQGDU\&ODULILHUV
3DFNDJHG6XPS3XPS6\VWHP
PS6
6\VWHP
6OXGJH*ULQGHU
3RO\HWK\HQH&KDPLFDO6WRUDJH7DQNV
KDP
PLFDO6WRUDJH7DQ
PLFDO6WRUDJH7DQNV
5RWDU\3RVLWLYH'LVSODFHPHQW%ORZHUV
YH'
'LVSODFHPHQW%ORZHUV
:HV7HFK
:HV7HFK
+D\ZDUG*RUGRQ
/DQGLD
3XPSWHFK
%'3
:HV7HFK
,QFOXGHGLQ0HFKDQLFDO&RQWUDFW
,QFOXGH
,QFOXGHGLQ
LQ0
&\OLQGULFDO)LQH6FUHHQ
UHHQ
HQ
2YHU%XGJHW
8QGHU%XGJHW
3HWHUVRQ%URV
HUVR
VRQ%URV
RQ%URV
=6WHHO//&
',9,6,21(,*+7
&RQVWU
&R
&RQVWUXFWLRQ
(VWLPDWH
(V
(VWLP
VWLPDWH
'XUD7RS6RQE\UG
D7R
RS6RQE\UG
QE\UG
PL
6XE6XSSOLHU
XSSO
SOLHU
E
&RVW&RGH
+XEHU
-:&(QYLURQPHQWDO
+REEV7DQN
,QFOXGHGLQ0HFKDQLFDO&RQWUDFW
,QF
QFOX
,776DQLWDLUH
6NLG0RXQWHG&KHPLFDO)HHG(TXLSPHQW
WHG&KHPLFDO)HHG(TXLSPHQW
G&KHPLFDO)HHG(TXLSPHQ
KHPLFDO)HHG(TXLSPH
&KHP)ORZ
3DFNDJHG7ULSOH[6HZDJH/LIW6WDWLRQ
[6HZDJH/LIW6WDWLRQ
6HZDJH/LIW6WDWLRQ
/LIW6WDWLRQ
3XPSWHFK
*ROGHQ+DUYHVW
&RXUVH%XEEOH$HUDWLRQ6\VWHP
EEOH
H$HUDWLRQ6\VWHP
$HUDWLRQ6\VWHP
*DWHV
3DFNDJHG(QJLQH*HQHUDWRUU
,QFOXGHGLQ(OHFWULFDO&RQWUDFW
+RLVWV
,QFOXGHGLQ6WHHW&RQWUDFW
-LE&UDQHV
,QFOXGHGLQ6WHHW&RQWUDFW
'HVFULSWLRQ
1RWHV
6XE6XSSOLHU
SSOLH
OLHU
LHU
',9,6,217+,57((1
',9,6,217:(17<7:2
5
500HFKDQLFDO
0HFKDQLFDO3OXPELQJ+9$&
PL
',9,6,217:(17<6,;
)UHHGRP
(OHFWULFDO,QVWUXPHQWDWLRQ&RQWUROV
7$/
/&267(67,0$
/&267(67,0$7(
727$/&267(67,0$7(
0&,)((
(
0&,)((
727$/
/%8
727$/%8'*(7
M
&KDQJH2UGHUV
SA
&RQ
&RQVWUX
&RQVWUXFWLRQ
(VWLPDWH
(V LPDWH
(VWLPD
E
&RVW&RGH
2YHU%XGJHW
8QGHU%XGJHW
Exhibit B Rate Schedule
Buhl Waste Water Treatment Facility
CM Services
E
PRECONSTRUCTION Proposal Cost Estimate Summary
Preconstruction Services Labor
Pre Construction General Conditions and Reimbursibles
$47,127.00
(B)
$47,500.00
(C)
$94,627.00
PL
TOTAL
(A)
CONSTRUCTION Proposal Cost Estimate Summary
Estimate of CM Labor
Estimate of General Conditions and Reimbursibles
Subtotal General Conditions Estimate including Labor
Fee for Cost of Construction (%)
Fee Calculation Based on Preliminary Cost of Construction
Total Preliminary Not-To Exceed Contract Amount
Proposed Incentive Proposals
(D)
(E)
(F)
$11,0
$11,000,000
(G)
(G
(C)) + (F) + (G)
(G
M
Additional Fee on Savings below Estimated Budget
No Fee on Direct Costs or Change Orders above Estimated
stim
mated Budget
SA
Cost of Construction is equal to Direct Subcontract
tract
act
ct and Supplier Cost + GC + Labor + Reimbursibles
$693,514.00
$770,635.00
$1,464,149.00
5.75%
$632,500.00
$2,191,276.00
9.50%
Estimated Man-Hours-CM Labor
Preconstruction Phase
Quantity
UofM
E
Exhibit B Rate Schedule
Buhl Waste Water Treatment Facility
CM Services
Unit Rate ($)
1
1
1
1
1
Project Manager
Project Engineer
Estimating
Clerical/Contracts Admin
Superintendent
Totals
PL
Position
Mo
M
M
Mo
Mo
Mo
Mo
$19,895
$11,245
11,2455
$1,408
08
$1,4
$1,417
,41
$11,
$1
$11,819
To
Total
Estimated
Es
E
Labor Cost
L
$19,895.00
$11,072.00
$7,680.00
$2,560.00
$5,920.00
$47,127.00
Construction Phase
Project Manager
Uof
ofM
UofM
Unit Rate ($)
14
Mo
M
$19,895
144
12
14
14
12
14
Mo
Mo
Mo
Mo
Mo
Mo
$11,245
$1,408
$1,417
$11,819
$1,733
$2,469
$157,430.00
$16,900.00
$19,840.00
$165,464.00
$20,790.00
$34,560.00
SA
Project Engineer
Estimating
Clerical/Contracts Admin
Superintendent
Safety Manager
Clerical Admin/Sub Vendorr Payments
Pa
Quantity
M
Position
Total
Estimated
Labor Cost
$278,530.00
$693,514.00
Exhibit B Rate Schedule
Buhl Waste Water Treatment Facility
CM Services
CM Estimated General Conditions and Reimbursibles
Description
Postage/FedEx/Freight Costs
Reproduction Expenses
Advertising Expense
Office & Engineering Supplies
Travel Expense
Pre-Bid Location Expense
Total
Quantity
Unit
MO
MO
MO
MO
MO
MO
Unite Rate
750.00
15,000.00
3,500.00
1,500.00
1,500.00
1,500.00
Total
1,500
30,000
7,000
3,000
3,000
3,000
47,500
Description
Quantity
Unit
Materials Testing and Inspection
13 MO
Laydown Yard/Fencing
2,000 FT
Laydown Property Rental
1 LS
Traffic Control/Truck Staging
1 LS
Portable Toilets 2 serv/week
72 MO
Temporary Roads - REWORK
700 SY
Weather Protection - Temporary Heat
1 LS
Trash Haul Off & Dumpsters, 20yd /Wk
52 WK
Progressive Cleanup Labor
13 MO
Street & Parking Maintenance
13 MO
Final Clean Up
1 LS
Dust Control
6 MO
Erosion & Sediment Control
1 LS
Jobsite Office Trailer
13 MO
Jobsite Mob/Demob
1 LS
Warehousing Equipment
6 MO
Jobsite Office Furnishings
13 mo
Jobsite Copy Machine
13 MO
Jobsite Fax Machine
13 MO
Postage/FedEx/Freight Costs
13 MO
Reproduction Expenses
13 MO
Office & Engineering Supplies
13 MO
Drinking Water/Ice/Coffee
13 MO
Safety Supplies / Fire Extinguishers
13 MO
Temporary Water Consumption
13 MO
Temp Power Distribution (Demo)
1 LS
O
Temp Phone/DSL Usage-Web Camera Fees
13 MO
O
Temp Power Usage
13 MO
Temporary Lighting
1 LS
L
Project Signage
1 LS
Living Expenses and Per Diem for On-site Personn
20 MO
1 LS
Travel Expenses
Consumibles
1 LS
Start Up and Commissioning Misc. Exp
1 LS
O&M Manuals
1 LS
13 LS
Web Camera
7 MO
Equipment
Photos
13 MO
Total
Unite Rate
6,500.00
12.00
10,000.00
7,500.00
200.00
45.00
90,000.00
375.00
8,000.00
2,500.00
15,000.00
2,500.00
15,000.00
1,000.00
4,500.00
2,500.00
00
500.00
0.00
0
1,250.00
95.0
00
95.00
375
5
5.00
375.00
3,50
500.00
3,500.00
250.00
125.00
00.00
500.00
00
250.00
1,500
1,500.00
300.00
550.00
12,000.00
4,500.00
3,400.00
.00
5,000.00
15,000.00
15,000.00
5,000.00
1,750.
1,750.00
3,500.00
0
150.0
00
150.00
Total
84,500
24,000
10,000
7,500
14,400
31,500
0
90,000
500
19,500
4,000
00
104,000
32,5
,500
32,500
155,000
15,000
1
15,000
15,00
15,000
13,0
13,000
4,50
4,500
15,000
6,500
0
16,250
1,235
4,875
45,500
3,250
1,
1,625
6,500
3,250
1,500
00
3,9
3,900
7,15
50
7,150
12,0
12,00
000
12,000
4
4,500
68,000
68,0
6
55,000
1
15,000
15,000
5,000
22,750
24,500
1,950
770,635
2
2
2
2
2
2
SA
M
PL
Construction
E
Pre Construction
***General Condition costs are shown above,
e, allll other costs are to be considered direc
direct cost
co and are not included.
***Bulk Reproduction are included as part
rt of the Reproductions Line Item and
d are estimated
e
estim
on the basis of Bid
Packages which could vary.
5
Drawing Not To Scale
ale
7
S
N
6
7
7
1
2
3
6
P
A
M
4
Site Logistics Plan
Buhl WWTP
Created by: BP 7/9/10
1.
2.
3.
4.
5.
6.
7.
8.
Site Entrance
Parking
Laydown / Staging Area
Laydown / Staging Area
McAlvain Trailer / Parking
Dumpster
Temp. Power
Portable Toilets per OSHA
Requirements
Owner Provided Items
L
E
Title
Material Testing & Inspection
02510
02525
3100
04340
05120
06112
06400
07100
07200
07610
07720
BP-5A
BP-1D
BP-1C
BP-2A
BP-2B
BP-2D
BP-3A
BP-4A
BP-4B
BP-3C
BP-3D
Roof Accessories
Metal Roofing & Trim
Building Insulation
Damp Proofing
Millwork
Rough Framing & Roof Trusses
Structural and Misc. Steel / Handrail /
Grating
Masonry
Structural Concrete / Site Concrete
Water Supply Well
Asphaltic Paving
Site Excavation and Piping
Bid Package Status Report
02110
Subcontractor Bid Packages
01400
Service Bid Packages
DIV.
BP-1B
BP-1A
Bid
Package
No.
06/30/10
Schedule
Actual
Schedule
Actual
Schedule
Actual
e
Schedule
Actual
dule
le
Schedule
uall
Actual
he
edule
Schedule
Actu
ctual
Actual
Sc
Schedule
A
Actual
Schedule
hedule
Actual
al
Schedule
ule
Actual
Schedule
Actua
Actual
Schedu
ched
dule
Schedule
Actual
Actua
al
Schedule
Sch
hed
Actual
Actu
Ac
Schedule
Sc
Actual
Bid
Advert.
Status
PRELIMINARY BID PACKAGE STATUS REP
REPORT
EPOR
EPORT
BUHL 2010 WWTP IMPROVEMENTS
NTS
TS
S
07/14/10
0
Bid
Package
age
ge
Issued
ued
ed
d
1
11/23/10
06/30/10
6/3
30/10
09/08/10
09/08/10
08/25/10
08/25/10
Page 1 of 3
10/18/10
10/18/10
09/08/10
08/11/10
08/11/10
08/11/10
07/
0
07/14/10
07/1
/14/
07/14/10
10/04/10
10/04/10
08
08/25/10
07/2
7/28
07/28/10
07/28/1
/10
07/28/10
07/28/10
/10
06/30/10
06/30/10
30/10
12/07/10
12/07/1
10
07/14/10
7/14/10
P
A
M
S
09/15/10
09/15/10
10/25/10
10/25/10
09/15/10
08/18/10
08/18/10
08/18/10
07/21/10
07/21/10
12/14/10
07/21/10
09/29/10
09/29/10
11/05/10
11/05/10
09/29/10
09/01/10
09/01/10
09/01/10
08/04/10
08/04/10
12/27/10
08/04/10
09/30/10
09/30/10
11/08/10
11/08/10
09/30/10
09/02/10
09/02/10
09/02/10
08/06/10
08/06/10
12/28/10
08/06/10
10/07/10
10/07/10
11/12/10
11/12/10
10/07/10
09/07/10
09/07/10
09/07/10
08/09/10
08/09/10
01/03/11
08/09/10
08/09/10
08/04/10
07/21/10
07/21/1
1/1
/10
08/06/10
Bid
id
d Du
Due
Award
Package Construction
Date
Dat /
D
Recommendation Awarded
Start Date
Ope
O
Open Bid
Prepared by DJP 8/1/2014
Pre-Bid
Meeting
L
E
07900
08100
08360
08520
09260
09900
15010
16010
BP-4C
BP-3E
BP-3F
BP-3G
BP-4D
BP-4E
BP-2C
BP-2D
11066
11070
11075
11090
11091
11092
PP-1B
PP-1C
PP-1D
PP-1E
PP-1F
PP-1G
Anaerobic Submersible Axial Mixer
Vertical Turbine Mixers
Vertical turbine Aerators
Grit Removal System
Rotary Lobe Pump
Scum Pump
RAS/WAS Pumps
Bid Package Status Report
11064
PP-1A
/10
0
10/04/10
08/25/10
08/25/10
08/25/10
10/04/10
Schedule
Actual
HM Doors, Frames, Access Doors &
Schedule
Actual
Panels, and Hardware
Schedule
Overhead Doors
Actual
Aluminum Storefront Windows, Doors and Schedule
Actual
Glazing
Schedule
Gypsum Board Systems
Actual
Schedule
Painting & Coating
Actual
Schedule
Mechanical, Plumbing and HVAC
Actual
Schedule
Electrical & Instrumentation
Actual
Sealants And Caulking
Bid
Advert.
Status
Title
Major Equipment Bid Packages
DIV.
Bid
Package
No.
PRELIMINARY BID PACKAGE STATUS REPORT
OR
BUHL 2010 WWTP IMPROVEMENTS
Sch
chedule
Schedule
A
Actual
Schedule
Actua
Actual
Schedule
chedule
Actual
al
Schedule
ule
Actual
Sc
Schedule
le
Actu l
Actual
Sche
edu
Schedule
Actu
tua
Actual
Sch
S
Sc
Schedule
Ac
A
Actual
/18/
10/18/10
09/
09/08/10
09
9/08/10
0
09/08/10
08/
8/1
8/10
09/08/10
Bid
Package
Issued
10/18/10
10
0
07/28/10
07/28/10
07
07/
0/04
04/10
0
10/04/10
08/11/10
07/28/10
Page 2 of 3
08/11/10
08/11/10
08/11/10
08/11/10
08/11/10
08/11/10
07/28/10
07/28/10
07/28/10
0
07/
07/28/10
07/28
07/2
28/
07/28/10
07/28/10
10
1
0 11/
08/1
08/11/10
/1
10
08/11/10
10/18
10/18/10
P
A
M
S
11/05/10
10
0/2
10/25/10
08/18/10
08/18/10
08/18/10
08/18/10
08/18/10
08/18/10
08/18/10
08/18/10
08/18/10
09/01/10
09/01/10
09/01/10
09/01/10
09/01/10
09/01/10
09/01/10
09/01/10
09/01/10
11/05/10
09/29/10
09/15
5/1
09/15/10
1
10/25/10
09/29/10
0
09/15/10
09/02/10
09/02/10
09/02/10
09/02/10
09/02/10
09/02/10
09/02/10
09/02/10
09/02/10
11/08/10
11/08/10
09/30/10
09/30/10
09/07/10
09/07/10
09/07/10
09/07/10
09/07/10
09/07/10
09/07/10
09/07/10
09/07/10
11/12/10
11/12/10
10/07/10
10/07/10
10/07/10
0
09/15/10
09/30/10
09
09/29/10
10/25/10
Prepared by DJP 8/1/2014
Bid Due
e
Award
Package Construction
Date
e/
Recommendation Awarded
Start Date
Open
nB
Bid
11/05/10
11/
1/05
1/
11/08/10
11/12/10
Pre-Bid
P
Pre-Bi
Meeting
eeting
L
E
11100
11140
11227
11313
11330
11340
11360
11372
11378
11545
15160
15110
PP-1H
PP-1I
PP-1J
PP-1K
PP-1L
PP-1M
PP-1N
PP-1O
PP-1P
PP-1Q
PP-1R
PP-1S
Title
Gate Valves
Package Triplex Sewage Lift System
Skid Mounted Chemical Feed System
Coarse Bubble Aeration System
Rotary Positive Displacement Blowers
Polyethylene Storage Tanks
Sludge Grinder
Cylinder Fine Screen
Package Sump Pump System
Secondary Clarifier
Belt Filter Press Dewatering System
Packaged Process Water Pump System
Bid Package Status Report
DIV.
Bid
Package
No.
09/01/10
08/18
8/1
08/18/10
08/11/1
08/11/10
07/28/10
0
08/18/10
08/18/10
8/11/10
08/11/10
10
08/11/10
/28
28/10
07/28/10
07
07/28/10
08/
0
08/11/10
08/11/10
08/11/10
08/11/10
07/28/10
07/28/10
/10
07/28/1
/10
07/28/10
07/2
/28
07/28/10
Page 3 of 3
08/1
11/
08/11/10
07/28/10
28/10
08/18/10
08/18/10
08/18/10
08/18/10
08/18/10
08
8/1
08/18/10
08/11/1
08/11/10
/10
0
07/28/10
09/01/10
09/01/10
09/01/10
09/01/10
09/01/10
09/01/10
09/01/10
09/01/10
09/01/10
0
08/18/10
08/
8/11/10
08/11/10
07/28/10
09/02/10
09/02/10
09/02/10
09/02/10
09/02/10
09/02/10
09/02/10
09/02/10
09/02/10
09/02/10
09/07/10
09/07/10
09/07/10
09/07/10
09/07/10
09/07/10
09/07/10
09/07/10
09/07/10
09/07/10
09/07/10
08/18/10
11/
1/10
/10
08/11/10
07/28/10
09/02/10
09
09/01/10
08/18/10
07/28/10
Schedule
Actual
Schedule
Actual
Schedule
Actual
Schedule
Actual
Schedule
Actual
Schedule
Actual
Schedule
Actual
Schedule
Actual
ule
le
Schedule
al
Actual
hed
edule
Schedule
ctu
tual
Actual
Scchedule
Schedule
A
Actual
Schedule
hedule
Actual
al
Bid Due
e
Award
Package Construction
Date
e/
Recommendation Awarded
Start Date
Open
pen
nB
Bid
09/01/10
09/
9/01
09/02/10
09/07/10
Pre-Bid
Pr
re-Bid
Meeting
M
Prepared by DJP 8/1/2014
Bid
Package
Issued
08/11/10
10
0
Bid
Advert.
Status
PRELIMINARY BID PACKAGE STATUS REPORT
ORT
RT
BUHL 2010 WWTP IMPROVEMENTS
P
A
M
S
L
E
City of Buhl, Idaho
Wastewater Treatment Plant Improvements
Notice of Advertisement for Bids
Bid Package #1
E
The City of Buhl, Idaho will accept separate sealed Bids at the
e business office of the
th City
ntil
il 2:00 p.m., prevailing
prevaili local
Clerk at City Hall located at 203 North Broadway, Buhl, Idaho until
time, on August 4th, 2010, for the following project:
City of Buhl Wastewater Treatment Plant Improvements
Im
mprovements
PL
Immediately thereafter, all Bids will be publicly opened
ed and read aloud in the
th City Hall
Council Chambers.
Bidders are currently being solicited for the following scopes
sco
copes
pes of work:
wor
BID PACKAGE #1
BP-1A
Special Testing and Inspection: The
he work can be
e su
summarized
sum
to include
special testing and inspection of construction
cons
nstruction
nstr
ucti materialss and
an methods to ensure
project is properly constructed per
documents.
err the construction
constr
docu
do
Site Excavation and Piping: The work can
to include site
ca be summarized
ssum
clearing and grubbing, excavation,
blasting,, rock
site piping, backfill,
vati
ation,, blasting
k removal,
rre
compaction, SWPPP install,, access roads
preparation.
ds and asphalt
aspha
asph
asp
BP-1C
Concrete: The work can be summarized
to include
all structural and site
sum
inclu
inc
concrete for buildings, tanks,
anks, walkways
walkwa and pads.
pa
BP-1D
Water Supply Well: The
summarized to include drilling,
he work can be sum
summa
summ
constructing and development
water well.
evelopment
velopment of new potable
pota
po
M
BP-1B
A general description of the overall
summarized
to include:
vera
rall pr
project
oject can be su
sum
SA
A new headworks building
ilding
ding with screening
eening and
an grit removal equipment; influent pump
station; anaerobic basin,
and oxidation ditches; secondary clarifiers;
asin, anoxic basins,
s a
RAS/WAS pump station;
disinfection
system upgrades; dechlorination system;
tation;
tion; chlorine disinfect
disinfe
biosolids holding
building and belt filter press equipment;
g tank; biosolids dewatering
dewate
dewa
dew
plant utility water
administration and laboratory building; and site
ter
er pump station; ad
a
work.
Prospective Bidders
a pre-bid conference, which will be conducted
rs are encouraged
raged to attend
a
att
jointly by the Construction
onstruction Manager,
anage Owner and Engineer. The pre-bid conference will
convene at 10:00
00
0 am, prevailing local
loca time, on July 21st, 2010, at the City of Buhl City Hall
Council Chambers.
ber
ers.
The Contract
bid forms, bidding instructions and conditions, Plans, and
ctt Documents, including
includin
inclu
Specifications
after July 13th, 2010 at:
ions
ns may be examined
examine a
x
x
x
x
x
x
ityy Hall, 203 Nor
Buhl City
North Broadway, Buhl, ID 83316
McAlvain Construction,
onstruction,
structio
tructio Inc., 5559 West Gowen Road, Boise, Idaho 83709
J-U-B ENGINEERS,
Inc.,
115 Northstar Avenue, Twin Falls, ID 83301
S, Inc
I
Builder Exchange, inc., 120 north 12 Avenue, Suite 8, Pocatello, ID 83201
Associated General Contractors, 1649 W. Shorline Drive, Suite 100, Boise, ID 83702
Associated General Contractors, 1411 Falls Ave (Locust Grove Bus. Park), Twin Falls, ID
83714
Advertisement
x
x
x
x
Intermountain Contractors, 5254 Chinden Boulevard, Boise, ID 83714
Twin Falls Plan Room, 124 Blue Lakes Boulevard South, Twin Falls, ID 83301
Idaho Plan Room c/o Blue Prints Plus, 4082 Chinden boulevard, Boise, ID 83714
Associated General Contractors, 984 John Adams parkway, Idaho Falls,
Fal ID 83401
E
All bidders are to contact the Project Manager, D.J. Potter
otter with
w
McAlvain
Construction, Inc. in Boise, Idaho, to have their company added
list
ed
d to the bidders
bidde
bid
li and
to obtain copies of the Contract Documents for bidding purposes
poses
ses for a non-refundable
non-refun
non-refu
non-refund
fee of One Hundred and Thirty Dollars ($130.00) per set. (Only
Only
nly cashier’s checks
check made
payable to the McAlvain Construction, Inc will be accepted)
d))
All bidders shall comply with Idaho Code Sections 54-19, and related
relate
elate sections
regarding Public Works Contractors licensing requirements.
men
nts.
PL
All communication related to this Work and Bid are to be
e directed to the Project
Pro
P
Manager,
D.J. Potter, McAlvain Construction, Inc.
mount, including any
an add alternates, is
A bid bond in the amount of 10% of the total bid amount,
required.
nd all Bids.
Bid
The City of Buhl reserves the right to reject any and
Dated this __th day of ____, 2010
McCauleyy, Mayor
M
Tom McCauley,
SA
M
Publish:_____, 2010, and _______, 2010
010
0
Advertisement
CityofBuhl,Idaho
WastewaterTreatmentPlantImprovements
Bidder’sRegistration
E
ContactInformation
FirmName
DoingBusinessAs(ifapplicable)
icab
able)
ble)
ContactName
Title
PhoneNumber
FaxNumber
City
State
State
ZipCode
ZZip
EͲMailAddress
PL
FirmMailingAddress
YearFirmWasEstablished
Year
F
Firm
Was Establi
Establlishe
PleaseCheckBusinessType
Subcontractor
Manufacturer
r
Consultant
Trucking
Supplier
EquipmentLease
men
nt Lease
se
ProcurementPackages
SA
BidPackages
BP1A–MaterialTesting&Inspection
BP 1A – Material TTest
BP1B–SiteExcavation&Piping
BP 1B – Site Excaava
BP1C–StructuralConcrete/SiteConcrete
BP 1C – Structu
Struc ura
BP1D–WaterSupplyWell
BP 1D – Wate
ter S
BP2A–Masonry
BP 2A – Ma
Maso
BP2B–StructuralandMisc.Steel
BP 2B – St
Stru
BP2C–AluminumHandrailing
BP 2C – Alu
BP2D–RoughFraming&RoofTrusses
BP 2D
D–R
BP2E–Mechanical
BP 2
2E –
BP2F–PlumbingSystem&EmergencyEquipment
BP
P 2F
BP2G–HVACSystem
BP 2
B
BP2HͲElectrical&InstrumentationSystem
BP
BP3A–Millwork
BP3B–FRPGrating
BP3C–MetalRoofing&Trim
BP3D–RoofAccessories
BP3E–HMDoors,Frames,AccessDoors&Panels&Hardware
BP3F–OverheadDoors
BP3G–AluminumStorefrontWindows,Doors&Glazing
BP4A–Dampproofing
BP4B–BuildingInsulation
BP4C–SealantsandCaulking
BP4D–GypsumBoardSystems
BP4E–Painting&Coatings
BP5A–AsphalticPaving
M
PP1A–RAS/WASPumps
PP1B–ScumPump
PP1C–RotaryLobePump
PP1D–GritRemovalSystem
PP1E–VerticalTurbineAerators
PP1F–VerticalTurbineMixers
PP1G–AnaerobicSubmersibleAxialMixer
Mix
ixer
PP1H–PackagedProcessWaterPumpSystem
mp
p System
PP1I–BeltFilterPressDewateringSystem
g System
Sy
PP1J–SecondaryClarifier
PP1K–PackageSumpPumpSystem
yste
tem
PP1L–CylinderFineScreen
PP1M–SludgeGrinder
PP1N–PolyethyleneStorageTanks
rage
ge Tanks
PP1O–RotaryPositiveDisplacementBlowers
Dis
isplacement Blowers
PP1P–CoarseBubbleAerationSystem
e Aeration
Ae
System
PP1Q–SkidMountedChemicalFeedSystem
ed Chemical
C
Feed System
m
PP1R–PackageTriplexSewageLiftSystem
riple
plex Sewage
Sewa Lift System
PP1S–GateValves
vess
CompanyHasPublicWorksLicense
No Yes#:
Expires
IdahoContractor’sLicense#:
E
PL
Signature of Company Representative
Title
Date
Daate
Da
ͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲ
ͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲͲ
Submitthiscompletedformto:
OR
Youmayfaxyourcompletedformto:
faxx yourr completed for
fo
orm
McAlvainCivilConstructors,Inc.
362
62Ͳ4356
(208)362Ͳ4356
5559W.GowenRd.
Boise,ID83709
[email protected]
SA
M
Ifyouhaveanyquestions,pleasecall(208)362Ͳ2125
s, please
p
calll (208) 362
362Ͳ2
Bidder’s Checklist
The following items must be completed and accompany the Bid at the time of the
e Bid Opening:
O
Contact Tyler Resnick at McAlvain Construction Company, fill out
ut BIDDERS REGISTRA
REG
REGIS
REGISTRATION
o submitting
su
bid.
bid
FORM and return it to McAlvain Construction Company prior to
2
ALL ADDENDA must be acknowledged on Bid Form (Document
ntt 00300).
0
3
The BID must be signed with name and address of the Bidder
dder
er typed or clearly printed
prin
printe
(Document 00300).
4
The BID must be complete. The amounts must be shown
own
wn in both words and figures
fig
igur
(Document 00300).
5
The NON-COLLUSION AFFIDAVIT must be signed, cer
certified,
ertified,
rtified, and included (D
((Do
(Document 00410).
6
The ANTI-DISCRIMINATION AFFIDAVIT must be signed,
gned, certified,
rtified, and included
inclu
inc
(Document
00415).
7
If applicable the NAMING OF SUBCONTRACTORS
CTO
TORS
ORS must
mus be signed,
signed, certified,
ce
cert
and included
(Document 00420).
7
The STATEMENT OF BIDDER’S QUALIFICATIONS
CAT
ATIONS must be
b signed,
d, certified,
ce
and included
(Document 00430).
8
The CONTRACTORS AFFIDAVIT CONCERNING
NCE
CERNING TAXES must be signed,
s
certified, and included
(Document CA-1).
9
A BID BOND, CERTIFIED CHECK,
K, CASHIER’S
CASHIER CHECK, or CAS
C
CASH in the amount of ten percent
D must be included
include (Docum
(Docu
(10%) of the TOTAL BASE BID
(Document 00440).
M
PL
E
1
ed envelope, addressed tto the
t Joint School District No. 2, and plainly
Each bid shall be submitted in a sealed
velo
elope:
lope: “Meridian
“Meridian High
h School
Sc
marked on the outside of the envelope:
Tennis and Parking Expansion.” The
d address
ess of the Bidder. If mailed to the City, the bid envelope shall be
envelope shall show the name and
dressed
essed to the
e City Clerk.
Clerk
enclosed in another envelope addressed
SA
ems
ms listed above in complete
com
mple form. Complete all items within the form. If
All bids must contain the items
hem
em
m as not applicable. Although
Alth
A
items do not apply, mark them
desired to have the volume submitted intact,
o. 2 reserves the right to consider
co
the Joint School District No.
this requirement an informality, provided that
oposal
osal items listed above are
a submitted and are acceptable to the Joint School
all parts of the bid proposal
District No. 2.
Document 00100 - 1
BIDDER’S CHECKLIST
Instructions to Bidders
City of Buhl, Idaho – Buhl Wastewater Treatment Plant
TABLE OF CONTENTS
E
.......................
................ .......
ARTICLE 1 - DEFINED TERMS ...................................................................................................
1
...........................
............................
......
ARTICLE 2 - COPIES OF BIDDING DOCUMENTS ..............................................................................
1
.........................
.......... ......
........
ARTICLE 3 - QUALIFICATIONS OF BIDDERS ...................................................................................
1
DAT
ATA, AND SITE
SITE............
........
ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA,
............................
2
...................................
ARTICLE 5 - PRE-BID CONFERENCE ............................................................................................
4
PL
............................
..............................
ARTICLE 6 - SITE AND OTHER AREAS..........................................................................................
5
............
........................
......................
ARTICLE 7 - INTERPRETATIONS AND ADDENDA .............................................................................
5
......................
............
............
ARTICLE 8 - BID SECURITY ......................................................................................................
5
...................................
ARTICLE 9 - CONTRACT TIMES .................................................................................................
5
........
...........................
.........
....
ARTICLE 10 - LIQUIDATED DAMAGES ..........................................................................................
6
..............................
.................
.....
ARTICLE 11 - SUBSTITUTE AND “OR-EQUAL” ITEMS .......................................................................
6
OTH
THERS
HERS.....................
...........
....
ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS
..............................................................
6
..............................
..............
ARTICLE 13 - PREPARATION OF BID ...........................................................................................
6
DS .........................................................................
.
..........................
...
ARTICLE 14 - BASIS OF BID; COMPARISON OF BIDS
7
...................
............... ...............
ARTICLE 15 - SUBMITTAL OF BID ..............................................................................................
7
M
RAW
AWAL OF BID ..................................................................
.............
............
ARTICLE 16 - MODIFICATION AND WITHDRAWAL
8
........................
...........................
.... ...
ARTICLE 17 - OPENING OF BIDS................................................................................................
8
ECT
T TO
O ACCEPTANCE ................................................................
.......
ARTICLE 18 - BIDS TO REMAIN SUBJECT
8
CONTRAC
CONTR
ARTICLE 19 – EVALUATION OF BIDSS AND AWARD OF CONTRACT
........................................................ 8
RITY
TY AND INSURANCE ......................................................................
.......
ARTICLE 20 - CONTRACT SECURITY
9
SA
REE
EEMENT..................
EEMENT
....
....
ARTICLE 21 - SIGNING OF AGREEMENT
.......................................................................................
9
E TAXES ..........................................................................................
..................
................
ARTICLE 22 - SALES AND USE
9
E .......................................................................................................
...............................
............................
...........
ARTICLE 23 - RETAINAGE
10
ACT
CTS TO BE ASSIGNED
GNED .................................................................................
.......
ARTICLE 24 – CONTRACTS
10
AIL
LING WAGE RATES
RATES.....
....
ARTICLE 25 – PREVAILING
......................................................................................
10
E-CONSTRUCTION
CONSTRUCTION CONFERENCR
CONSTRUCTIO
CONFERE
CONFE
ARTICLE 26 – PRE-CONSTRUCTION
........................................................................... 10
TABLE OF ARTICLES (Alphabetical by Subject)
Subject
Article No.
Basis of Bid; Comparison of Bids .......................................................................................
.........
................
14
E
..................
.............................
Bid Security .................................................................................................................
8
......................
............... ........
........
Bids to Remain Subject to Acceptance ...............................................................................
18
.................
................
...............
Contract Security and Insurance .......................................................................................
20
................................
...........................
...
Contract Times.............................................................................................................
9
.................................
Contracts to be Assigned ................................................................................................
24
PL
......................
..
........
... ...
Copies of Bidding Documents ............................................................................................
2
..............................
.........................
Defined Terms..............................................................................................................
1
..............................
.............
Evaluation of Bids and Award of Contract ...........................................................................
19
an Site
Site..................
...
Examination of Bidding Documents, Other Related Data,, and
...............................................
4
................................
..............
...........................
Interpretations and Addenda ............................................................................................
7
..........................
................
.......
Liquidated Damages......................................................................................................
10
...............
......................
....
...
Modification and Withdrawal of Bid ...................................................................................
16
..........................
..........
.....
Opening of Bids ...........................................................................................................
17
...............................
....
...........................
Pre-Bid Conference........................................................................................................
5
M
................
..........................
..
...
Pre-Construction Conference ...........................................................................................
26
.............................
...................
Preparation of Bid ........................................................................................................
13
..............
...........................
............ ...
Prevailing Wage Rates ...................................................................................................
25
....................
...................
....
Qualifications of Bidders .................................................................................................
3
.............................
.........
Retainage ..................................................................................................................
23
.................................
Sales and Use Taxes ......................................................................................................
22
SA
..........................
.................
.......
Signing of Agreement ....................................................................................................
21
............................
......................
......
Site and Other Areas ......................................................................................................
6
iers
rs and Others
thers...........
.....
....
Subcontractors, Suppliers
.................................................................................
12
.............................
...... .....
Submittal of Bid ..........................................................................................................
15
Eq
qual” Items ........................................................................................
.................
Substitute or “Or-Equal”
11
ARTICLE 1 - DEFINED TERMS
E
ndicat
1.01
Terms used in these Instructions to Bidders have the meanings indicated
in the General
uctions
ctions
tions to
t Bidders
Bid
Conditions and Supplementary Conditions. Additional terms used in these Instructions
have the
meanings indicated below:
fro
om a sub-bidder,
sub-bidder, who
subo ssubmits
sub
A. Bidder – One who submits a Bid directly to the Owner, as distinct from
a Bid to a Bidder.
n the Bid Form, represent
represen the
t lowest
B. Apparent Low Bidder – That Bidder whose Bids, as offered in
ditive
tive items added to the base
b
total cost as determined by the sum of the Base Bid plus any additive
project
as exercised by the City in the City’s best interest.
PL
ocuments
uments are to be issued
issu
C. Issuing Office-The office from which the Bidding Documents
and where the
onstruction
struction
ruction Inc. 5559 W.
W Gowen
G
bidding procedures are to be administered: McAlvain Construction
RD., Boise,
Idaho 83709.
esponsive
ponsive
onsiv Bidder to whom Owner (on the basis of
D. Successful Bidder - Lowest, responsible, and responsive
n award.
Owner's evaluation as hereinafter provided) makes an
ARTICLE 2 - COPIES OF BIDDING DOCUMENTS
2.01
Complete sets of the Bidding Documents
ments in the number
mber and for
fo the deposit sum, if any, stated
obtained from the
th
he Issuing
I
in the Advertisement or Invitation to Bid mayy be obtained
Office. The deposit is nonrefundable.
M
ments shall be used
use
u
2.02
Complete sets of Bidding Documents
in preparing Bids; neither Owner
ssumes
umes any responsibility
responsibilit for
f errors or misinterpretations resulting
Construction Manager nor Engineer assumes
iddi
ding Documents.
from the use of incomplete sets of Bidding
Ma
d Engineer, iin making copies of Bidding Documents available
2.03
Owner, Construction Manager
and
or the purpose of obtaining
obtain
obtainin
obtai
on the above terms, do so only for
Bids for the Work and do not confer a license
or grant for any other use.
SA
on regarding the project,
project contact
c
2.04
For information
D.J. Potter, McAlvain Construction Inc. 5559
aho
o 83709;
3709; 208-871-1397.
208
208-871
871--1397.
7.
W. Gowen RD., Boise, Idaho
FICA
CATIONS OF BIDDERS
DDERS
ARTICLE 3 - QUALIFICATIONS
ch Bidder
Bidder must complete
co
ete the
t Statement of Bidders Qualifications and submit same with
3.01
Each
ons
nstrate
strate qualifications
qualification to
t perform the work, each Bidder must be prepared to submit,
Bid. To demonstrate
Open
Openin and upon the Owner's written request, evidence, such as financial
within five (5)) days after Bid Opening
us experience, present
prese commitments, and other such data as requested, to allow the
data, previous
ine
e the
e Bidder's q
Owner to determine
qualifications to perform the work. Each Bid must contain evidence of
o do business
busine
bus
b
Bidder's qualification to
in the state where the project is located or covenant to obtain such
act award.
a
qualification prior to Contract
3.02
Nothing indicated herein will prejudice the Owner's right to seek additional pertinent
information as is provided in the Contract Documents.
EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts
Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.
00200 – 1
3.03
All bidders shall comply with Idaho Code Sections 54-19 and related sections regarding Public
Works Contractor licensing requirements.
F
A. For public works projects that are not financed in whole or in part by Federal
funds, Bidder
Id
must hold a current license as a Public Works Contractor in the State of Idaho
and submit their
license number with the Bid as provided in the Bid Form.
E
e Project in whole or in p
par
1. It is not expected that Federal funds will be used to finance the
part.
rt by Federal
ederal funds, no Con
C
B. For public works projects that are financed in whole or in part
Contractor
or in the State
te of Idaho in order to
shall be required to have a license as a Public Works Contractor
ution
on of the contract,
ct, the
th
t
submit a Bid. However, at or prior to the award and execution
successful
ate of Idaho and submit
subm it to Owner.
Bidder shall secure a Public Works Contractors License in the State
PL
n a tim
timely fashion. The
The successful
su
C. It is the intent of the Owner to award the contract in
Bidder
e successful Bidder understands
unde
und
un
will then have 15 days to execute the contract. The
the time
e in the State of Idaho.”
required to secure the Public Works Contractors License
3.04
Bidder must be familiar with all Federal, State,
tate,
te, and local laws, ordin
ord
ordinances, and regulations
mployed
ployed in the
t Work, the m
that, in any manner, might affect those engaged or employed
materials, equipment, or
affe the condu
con
procedures used in the Work, or that in any other wayy would affect
conduct of the Work. Bidder is
ions,
ns, and no ple
misu
assumed to be familiar with such laws and regulations,
plea of misund
misunderstanding
or ignorance of
the law will be considered.
M
he City of
o Buhl to apply a preference in
3.05
Section 67-2348, Idaho Code, mayy require the
west
stt responsible bid. If the
t Bidder who submitted the lowest
determining which Bidder submitted the lowest
preferenc law, which pen
p
dollar bid is domiciled in a state, which hass preference
penalizes Idaho domiciled Bidders then
he
e preference that
t
the City of Buhl may apply preference. The
will be applied is the preference law of the
mitted
tted the lowest dollar
dolla bid.
bid
b
domiciliary state of the Bidder who submitted
iciliary
iliary state is the state
stat
st
Generally speaking, a Bidder's domiciliary
in which the contractor's home office is
ved
ed in the project.
located. No federal funds are involved
4.01
SA
F BIDDING DOCUMENTS, OTHER
O
ARTICLE 4 - EXAMINATION OF
RELATED DATA, AND SITE
nd
d Physical
Phys
P ical Conditions
Subsurface and
entary
tary Conditions
tions identify:
identify
ide
A. The Supplementary
eports of explorations
ions an
a
2. Those reports
and tests of subsurface conditions at or contiguous to the Site
ineer
eer has used in preparing
preparin the Bidding Documents.
that Engineer
hose
ose
se drawings of physical
physic
ph
physica conditions in or relating to existing surface and subsurface
3. Those
ctures
tures
res at or contiguous to
t the Site (except Underground Facilities) that Engineer has used in
structures
paring
aring
ng the Bidding Docu
Docume
preparing
Documents.
ports
rts
ts and dra
d
B. Copies of reports
drawings referenced in Paragraph 4.01.A are made available by Owner to
ports
rt a
any Bidder. Those reports
and drawings are included in the Contract Documents, but the “technical
data” contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02 of the
General Conditions has been identified and established in Paragraph 4.02 of the Supplementary
Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any
EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts
Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.
00200 – 2
“technical data” or any other data, interpretations, opinions or information contained in such reports
or shown or indicated in such drawings.
4.02
Underground Facilities
4.03
E
ts with respect
resp
A. Information and data shown or indicated in the Bidding Documents
to existing
mation
ation and data
dat furnished
furnish
fu
Underground Facilities at or contiguous to the Site is based upon information
to
g Ow
Owne
Owner
oth
Owner and Engineer by owners of such Underground Facilities, including
Owner,, orr others.
Hazardous Environmental Condition
PL
d drawings relating to a Hazardous
A. The Supplementary Conditions identify those reports and
gineer
neer has used in preparing
prepar
Environmental Condition identified at the Site, if any, that Engineer
the Bidding
Documents.
ph 4.03.A will be made av
avai
B. Copies of reports and drawings referenced in Paragraph
available
by Owner to
e no
the Contract
Contrac
act Documents,
D
any Bidder on request. Those reports and drawings are
not part of the
but the
ely as provided
prov
provid
pro
“technical data” contained therein upon which Bidder is entitled to rely
in Paragraph 4.06
tablished
ablished in Paragraph 4.
4.06
4
of the General Conditions has been identified and established
of the Supplementary
rpretation
retation o
Conditions. Bidder is responsible for any interpretation
or conclusion B
Bidder draws from any
ns,, opinions, or information
informatio contained in such reports
“technical data” or any other data, interpretations,
or shown or indicated in such drawings.
M
ess for the adequa
adequacy of d
4.04
Provisions concerning responsibilities
data furnished to prospective
al conditions
conditio
condition and Underground Facilities, and
Bidders with respect to subsurface conditions, other physical
ts due to differing or unanticipated
un
u
possible changes in the Bidding Documents
conditions appear in
neral
ral Conditions.
Cond
Provision
Provisio concerning responsibilities for the
Paragraphs 4.02, 4.03, and 4.04 of the General
Provisions
dders with res
respect to a H
adequacy of data furnished to prospective Bidders
Hazardous Environmental Condition at
Documen
Docum
the Site, if any, and possible changes in the Contract Documents
due to any Hazardous Environmental
he Site which was not
no shown
s
Condition uncovered or revealed at the
or indicated in the Drawings or
ntract Documents to be
b within the scope of the Work appear in
Specifications or identified in the Contract
ditio
ions.
ns
Paragraph 4.06 of the General Conditions.
SA
dder ac
acc
acce to the Site to conduct such examinations,
4.05
On request, Ownerr will provide Bidder
access
ests,
ts, and studies as Bidder
Bidde deems necessary for submission of a Bid. Bidder
investigations, explorations, tests,
n up and restore the Site
Sit to its former condition upon completion of such
shall fill all holes and clean
s, tests, and studies. Bidder
B
explorations, investigations,
shall comply with all applicable Laws and
cavation
avation
ation and utility locates.
locates
locat
Regulations relative to excavation
e iss made to
o Article 7 of the
th Supplementary Conditions for the identification of the
4.06
Reference
her
er work that iss to be performed
perfo
pe
general nature of other
at the Site by Owner or others (such as utilities and
ctors)
tors) that relates to the Work
W
other prime contractors)
contemplated by these Bidding Documents. On request,
de to each Bidder for exa
exam
Owner will provide
examination access to or copies of Contract Documents (other than
price) for such
suc other work.
portions thereoff related to price
4.07
o each
ea Bidder before submitting a Bid to:
It is the responsibility of
e and
nd carefully
refully stud
st
A. examine
study the Bidding Documents, the other related data identified in the
ts, and any Addenda;
A
Bidding Documents,
B. visit the Site and become familiar with and satisfy Bidder as to the general, local, and Site
conditions that may affect cost, progress, and performance of the Work;
EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts
Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.
00200 – 3
C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations
that may affect cost, progress, and performance of the Work;
E
onditio at or contiguous
D. carefully study all: (1) reports of explorations and tests of subsurface conditions
ting
ng surface
sur
su
to the Site and all drawings of physical conditions in or relating to existing
or subsurface
ch have been
be identified
ide
structures at or contiguous to the Site (except Underground Facilities) which
in
eral
al Conditions, and (2)
(2 reports
rep
the Supplementary Conditions as provided in Paragraph 4.02 of the General
ich
h have been identified in the
and drawings of Hazardous Environmental Conditions at the Site which
rall Conditions;
C
Supplementary Conditions as provided in Paragraph 4.06 of the General
PL
ad
addi
E. obtain and carefully study (or accept consequences off not doing so)) all additional
or
sts, studies, and data
dat
at concerning
supplementary examinations, investigations, explorations, tests,
Sit
S
conditions (surface, subsurface, and Underground Facilities) att or contiguous to the Site
which may
ich
h relate to anyy aspect
aspec of the means,
affect cost, progress, or performance of the Work or which
ruct
ction
tion to be employed
employed by
b Bidder,
B
methods, techniques, sequences, and procedures of construction
including
quences,
ences, and procedures
procedure
procedu
applying any specific means, methods, techniques, sequences,
of construction
ns and programs
program
progra incident thereto;
expressly required by the Bidding Documents, and safetyy precautions
rther
ther examinations,
e
inv
inves
F. agree at the time of submitting its Bid that no further
investigations,
explorations,
rmination
mination
ination of its Bid for performance
perf
pe
tests, studies, or data are necessary for the determination
of the Work at
cordance
rdance with the other te
the price(s) bid and within the times and in accordance
terms and conditions of the
Bidding Documents;
he work to be performed
perfo
performe b
G. become aware of the general nature of the
by Owner and others at the Site
e Bidding
Bi
ents;
that relates to the Work as indicated in the
Documents;
M
o Bidder, information
in
an observations obtained from visits to
H. correlate the information known to
and
fied
ed
d in the Bidding Documents,
Docu
Docume
the Site, reports and drawings identified
and all additional examinations,
tudies,
udies, and data with the
th B
investigations, explorations, tests, studies,
Bidding Documents;
M ager written notice
Man
not
notic
tice of all conflicts, errors, ambiguities, or
I. promptly give Construction Manager
overs
ers in
n the Bidding Docu
Docum
discrepancies that Bidder discovers
Documents and confirm that the written resolution
able
ble to Bidder;
er; and
thereof by Engineer is acceptable
SA
ar generally sufficient to indicate and convey
J. determine that the Bidding Documents are
mss and conditions
co
for the pe
understanding of all terms
performance of the Work.
ion
n of a Bid will constitute
constit
constitut
consti
4.08
The submission
an incontrovertible representation by Bidder that
ith
h every requir
eme of th
Bidder has complied with
requirement
this Article 4, that without exception the Bid is premised
urnishing the
he Work
Wor req
requi
upon performing and furnishing
required by the Bidding Documents and applying any specific
echniques,
hniques, sequences,
nces, and
a p
means, methods, techniques,
procedures of construction that may be shown or indicated
ired
ed by the Bidding Documents,
Docum
Docu
Doc
or expressly required
that Bidder has given Engineer written notice of all
mbiguit
and discrep
discrepan
conflicts, errors, ambiguities,
discrepancies that Bidder has discovered in the Bidding Documents and
olu
utions thereof by Engineer
Engin
inee are acceptable to Bidder, and that the Bidding Documents are
the written resolutions
ficient
cient
ent to indicate and co
conv understanding of all terms and conditions for performing and
generally sufficient
convey
he Work.
W
furnishing the
BID
D CONFERENCE
CONFEREN
NFEREN
ARTICLE 5 - PRE-BID
5.01
A pre-Bid conference will be held at the time and location noted in the Notice of
Advertisement. Representatives of the Owner, Construction Manager and Engineer will be present to
discuss the project. Attendance is not required, but Bidders are encouraged to attend the conference.
Verbal questions will not be answered during the pre-bid conference. All questions arising during the
EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts
Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.
00200 – 4
bidding process shall be submitted to the Construction Manager in writing up to one week prior to bid due
date. Oral statements may not be relied upon and will not be binding or legally effective.
ARTICLE 6 - SITE AND OTHER AREAS
E
or permanent
permanen structures
str
structu
6.01
The Site is identified in the Bidding Documents. Easements for
or
ot
other
permanent changes in existing facilities are to be obtained and paid forr by Owner unless otherwise
hereto
ereto required for temporary
te
tem
provided in the Bidding Documents. All additional lands and access thereto
nd equipment
uipment to be incorporated
inc
incor
construction facilities, construction equipment, or storage of materials and
in the Work are to be obtained and paid for by Bidder.
ARTICLE 7 - INTERPRETATIONS AND ADDENDA
PL
ction
on documents to identi
6.01
A Site Logistics Plan has been included in the construction
identify construction
quipment
ipment areas provided b
facilities, construction equipment, or storage of materials and equipment
by the owner.
Documents
ent a
7.01
All questions about the meaning or intent of the Bidding Document
are to be submitted to
arifications
rifications considered ne
Construction Manager in writing. Interpretations or clarifications
necessary by Construction
ill be issued by Addenda
Addend mailed or delivered to all
Manager and Engineer in response to such questions will
re
eceived the Bidding
B
Docu
Do
parties recorded by Construction Manager as havingg received
Documents.
Questions received
ds may not be answered.
answered
answere Only questions answered by
less than ten days prior to the date for opening off Bids
etations
ations or clarifications
clarifica
w
wi
Addenda will be binding. Oral and other interpretations
will be without legal effect.
rify,
y, correct, or change the
th Bidding Documents as deemed
7.02
Addenda may be issued to clarify,
on M
Manager
Manage
advisable by Owner, Engineer or Construction
Manager..
n the Contract Documents
Documen
Docum
Where discrepancies occur in
Documents,
the most stringent requirements will
ARTICLE 8 - BID SECURITY
M
7.03
dictate.
SA
companied
mpanied by Bid security made
m
8.01
A Bid must be accompanied
payable to Owner in an amount of ten (10)
percent of Bidder’s maximum
m Bid price and in the form
fo
of a certified check or bank money order or a Bid
d)) issued by a surety meeting
me
meet
m
bond (on the form attached)
the requirements of Paragraphs 5.01 and 5.02 of
the General Conditions.
ecurity
curity of the
he Successful
Succe
B
8.02
The Bid security
Bidder
will be retained until such Bidder has executed the
s, furnished the required
require contract
co
Contract Documents,
security and met the other conditions of the Notice
pon
on the Bid security
ty will
wil
wi be returned. If the Successful Bidder fails to execute and
of Award, whereupon
ract
ctt Documents and furnish
furni the required contract security within 15 days after the Notice
deliver the Contract
er may annul the Notice of
o Award and the Bid security of that Bidder will be forfeited. The
of Award, Owner
Own
O
Bid security of other Bidders whom Owner
believes to have a reasonable chance of receiving the award
ained
ned
d by Owner until the
th earlier
ea
may be retained
of seven days after the Effective Date of the Agreement or 61
e Bid
d opening, whereupon
whereupo
whereu
days after the
Bid security furnished by such Bidders will be returned.
rityy of other
oth
ot
8.03
Bid security
Bidders whom Owner believes do not have a reasonable chance of
e returned
retur
et
receiving the award will be
within seven days after the Bid opening.
EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts
Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.
00200 – 5
ARTICLE 9 - CONTRACT TIMES
ork is to be substantially
9.01
The number of days within which, or the dates by which, the Work
completed and ready for final payment are set forth in the Agreement.
10.01
E
ARTICLE 10 - LIQUIDATED DAMAGES
he Agreement.
A
ment.
Provisions for liquidated damages, if any, are set forth in the
ARTICLE 11 - SUBSTITUTE AND “OR-EQUAL” ITEMS
PL
equip
11.01
The Contract, if awarded, will be on the basis off materials and equipme
equipment
specified or
e or
or “or-equal”
“or“or-equal” materi
rial and equipment
described in the Bidding Documents, or those substitute
materials
nd identified
ed by Addendum.
Addendum
Addendu The materials and
approved by Owner, Construction Manager and Engineer and
sh
h a standard of requir
required type, function and
equipment described in the Bidding Documents establish
ual
al” item. No item of material
ma
mate
m
quality to be met by any proposed substitute or “or-equal”
or equipment will
d Engineer as a substitut
substit
be considered by Owner, Construction Manager and
substitute or “or-equal” unless
h been received
rec
re
written request for approval has been submitted byy Bi
Bidder and has
by the Construction
ceipt
eipt
ipt of Bids. Each
Ea such re
Manager at least 10 days prior to the date for receipt
request shall conform to the
onditions. The burden of
o proof of the merit of the
requirements of Paragraph 6.05 of the General Conditions.
ruction
uction Manager and
an Engin
En
proposed item is upon Bidder. Owner, Construction
Engineer’s decision of approval or
truction Man
M
disapproval of a proposed item will be final. Iff Owner, Construction
Manager
and Engineer approves any
orth in an Addendum is
proposed item, such approval will be set forth
issued to all prospective Bidders.
e in
n any other
oth manner
Bidders shall not rely upon approvals made
M
PLIE
LIERS, AND OTHERS
ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS,
SA
onditions
ditions require the ide
iidentity of certain Subcontractors, Suppliers,
12.01
If the Supplementary Conditions
bmitted
mitted to Constructio
Construction Ma
M
individuals, or entities to be submitted
Manager in advance of a specified date prior to
greement,
eement, the apparent
apparen
pparen Successful Bidder, and any other Bidder so
the Effective Date of the Agreement,
day
ays after Bid opening,, submit
su
requested, shall within five days
to Construction Manager a list of all such
dividuals, or entities pro
p
Subcontractors, Suppliers, individuals,
proposed for those portions of the Work for which
quired.
ired. Such list shall be accompanied by an experience statement with
such identification is required.
ega
garding
rding similar
similar projects
project
projec
cts and other evidence of qualification for each such
pertinent information regarding
r, iindividual,
dual, or entity
ent
re
Subcontractor, Supplier,
if requested
by Owner or Construction Manager. If Owner,
er, after
afte due iinvestigation, has reasonable objection to any proposed
Construction Managerr or Engineer,
plier,
er, individual, or entity,
entity
ent
Subcontractor, Supplier,
Owner or Construction Manager may, before the Notice of
equest
uest apparent Successful
Success
Successfu
ccess
Award is given, request
Bidder to submit a substitute, without an increase in the
Bid.
pparent Successful Bidder
Bidde
Bi
d
12.02
Iff apparent
declines to make any such substitution, Owner may award the
o the
he next lowest Bi
Bidde
Bid
Contract to
Bidder that proposes to use acceptable Subcontractors, Suppliers,
Declinin to make requested substitutions will not constitute grounds for
individuals, orr entities. Declining
e Bid
id security
curity of any
an Bidder. Any Subcontractor, Supplier, individual, or entity so listed
forfeiture of the
wner,
er, Construction
er
Con
Co
Const
and against which Owner,
Manager or Engineer makes no written objection prior to the
ward
d will
w be deemed acceptable to Owner, Construction Manager and Engineer
giving of the Notice of Award
subject to revocation of such acceptance after the Effective Date of the Agreement as provided in
Paragraph 6.06 of the General Conditions.
EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts
Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.
00200 – 6
12.03
Successful Bidder shall not be required to employ any Subcontractor, Supplier, individual, or
entity against whom Contractor has reasonable objection.
ARTICLE 13 - PREPARATION OF BID
E
onal
nal copies may
ma be
b obtained
ob
13.01
The Bid Form is included with the Bidding Documents. Additional
from Construction Manager.
a
an the Bid
13.02
All blanks on the Bid Form shall be completed by printing in ink or by typewriter and
erson signing the Bid Form.
F
For
signed in ink. Erasures or alterations shall be initialed in ink by the person
A Bid
un price item, and
d unit
un price item
price shall be indicated for each Bid item, alternative, adjustmentt unit
able
ble” entered.
listed therein, or the words “No Bid,” “No Change,” or “Not Applicable”
PL
orp
rporate
porate name by the
the president
pr
p
pres
13.03
A Bid by a corporation shall be executed in the corporate
or a vicece
e of authority to sign. The
T corporate seal
president or other corporate officer accompanied by evidence
nt secretary.
ry. The corporate
corporat
corpor
shall be affixed and attested by the secretary or an assistant
address and state
of incorporation shall be shown below the signature.
n the partnership
part
name and
a
13.04
A Bid by a partnership shall be executed in
signed by a partner
mpanied
anied by evidence
evid
au
auth
(whose title must appear under the signature), accompanied
of authority
to sign. The official
sig
ignature.
gnatu
address of the partnership shall be shown below the signature.
e executed in the name
n
13.05
A Bid by a limited liability companyy shall be
of the firm by a member
ign. The state
ate of formation
forma
form
for
and accompanied by evidence of authority to sign.
of the firm and the official
sign
gn
gnature.
address of the firm shall be shown below the signature.
ow
w the Bidder’s n
A Bid by an individual shall show
name and o
official address.
M
13.06
hall
all
ll be executed by each jo
13.07
A Bid by a joint venture shall
joint venturer in the manner indicated on
he joint venture shall be
b shown
s
the Bid Form. The official address off the
below the signature.
13.08
ped
d or printed
ed in ink below
be
All names shall be typed
the signatures.
13.10
SA
tain
ain an acknowledgment of
o receipt of all Addenda, the numbers of which
13.09
The Bid shall contain
orm
m.
shall be filled in on the Bid Form.
d telephone number for
fo ccommunications regarding the Bid shall be shown.
The address and
hall
all contain evidence
evidenc of B
13.11
The Bid shall
Bidder’s authority and qualification to do business in the
ject
ct is located orr covenan
covenant
coven
state where the Project
to obtain such qualification prior to award of the Contract.
tractor
actor license number,
er, if any,
an shall also be shown on the Bid Form.
Bidder’s state contractor
SIS OF BID; COMPARISON
COM
COMPARISO OF BIDS
ARTICLE 14 - BASIS
14.01
ump
p Sum
Lump
bmit a Bid
B on a Lump Sum basis for each item of Work listed in the Bid Form.
A. Bidders shall submit
B. For alternate bid items, include a separate price for each alternate described in the Bidding
Documents as provided for in the Bid Form. The price for each alternate will be the amount added
or deducted to the Base Bid if OWNER selects the alternate. Owner reserves the right to award
EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts
Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.
00200 – 7
alternates in any order or combination. In comparison of Bids, the Base Bid and alternates will be
evaluated in the following manner:
ed for
fo discrepancies.
1. Bid Award will be evaluated and based on the Total Base Bid, corrected
E
per
er for overhead
overh
14.02
The Bid price shall include such amounts as the Bidder deems proper
and profit
rovided
ovided
vided in Paragraph
Paragrap
Para
11
on account of cash allowances, if any, named in the Contract Documents as provided
11.02 of
the General Conditions.
ARTICLE 15 - SUBMITTAL OF BID
15.01
sub
ubmission of Bids.
Bid Form and attachments may not be photocopied for submission
PL
me prescribed and at the
tth place indicated
15.02
A Bid shall be submitted no later than the date and time
osed
sed
d in an opaque sealed
seale envelope plainly
in the Advertisement or Invitation to Bid and shall be enclosed
ated
ed portion
on of the Projec
ect for which the Bid is
marked with the Project title (and, if applicable, the designated
Project
submitted), the name and address of Bidder, and shall be accompanied by the Bid security and other
livery
very system, the sealed
ed en
required documents. If a Bid is sent by mail or other delivery
envelope containing the
o the outside with the notation “BID
Bid shall be enclosed in a separate envelope plainlyy marked on
wner
ner
er as indicated
indicat in the N
No
ENCLOSED.” A mailed Bid shall be addressed to the Owner
Notice of Advertisement.
F BID
ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF
M
wn
n by an appropriate document
doc
do
docum
16.01
A Bid may be modified or withdrawn
duly executed in the manner
o the place
pla where Bids ar
that a Bid must be executed and delivered to
are to be submitted prior to the date
and time for the opening of Bids.
d for
fo in Idaho Code 54-1904,
54-19
541904 any Bidder files a duly signed, written
16.02
If, within 5 days as allowed
hereafter
ereafter demonstrates
demonstrate to the reasonable satisfaction of the Owner
notice with the Owner and promptly thereafter
ant
ntial
al mistake in the preparation
pre
repa
that there was a material and substantial
of its Bid, that Bidder may withdraw
e returned.
ed. Thereafter,
Thereafter
Thereaf
t
its Bid and the bid security will be
that
Bidder will be disqualified from further
rovided under the
he Contr
Contrac Documents, per Idaho Code.
consideration on the work to be provided
Contract
SA
IDS
DS
ARTICLE 17 - OPENING OF BIDS
pened at the time and place
pl
17.01
Bids will be opened
indicated in the Advertisement or Invitation to Bid
non
on-responsive,
sive, read
rea aloud
alo
loud publicly. An abstract of the amounts of the base Bids
and, unless obviously non-responsive,
s, if any, will be
e made available
av
avail
and major alternates,
to Bidders within fourteen (14) days after the date of
the opening of Bids..
IDS
S TO REMAIN SUBJECT TO
T ACCEPTANCE
ARTICLE 18 - BIDS
ids will remain sub
subje
18.01
Alll Bids
subject to acceptance for the period of time stated in the Bid Form, but
ts sole discretion,
discretion release any Bid and return the Bid security prior to the end of this
Owner may, in its
period.
ARTICLE 19 – EVALUATION OF BIDS AND AWARD OF CONTRACT
EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts
Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.
00200 – 8
19.01
Owner reserves the right to reject any or all Bids, including without limitation,
nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner further reserves the right to
reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to not be responsible.
i the best interest of
Owner may also reject the Bid of any Bidder if Owner believes that it would not be in
waiv all informalities not
the Project to make an award to that Bidder. Owner also reserves the right to waive
ith
th the
th Succ
Successf
involving price, time, or changes in the Work and to negotiate contract terms with
Successful Bidder.
E
tity
ty under the same or d
diff
19.02
More than one Bid for the same Work from an individual or entity
different
ny Bidder has an interest in more
names will not be considered. Reasonable grounds for believing that any
dder
er and
d the rejection of all
al Bids in
than one Bid for the Work may be cause for disqualification of that Bidder
which that Bidder has an interest.
PL
ott the Bids comply with the
th prescribed
19.03
In evaluating Bids, Owner will consider whether or not
th Bid Form or
requirements, and such alternates, unit prices and other data, ass may be requested in the
prior to the Notice of Award.
ualifications
tions of Bidders and
an may consider the
19.04
In evaluating Bidders, Owner will consider the qualifications
s, and other individuals
dividuals or
o entities proposed for
qualifications and experience of Subcontractors, Suppliers,
ubcontractors,
bcontractors, Suppliers,
rs and
a other individuals or
those portions of the Work for which the identity of Subcontractors,
enta
ntary
tary Conditions.
Cond
entities must be submitted as provided in the Supplementary
tions
ons as Owner deems necessary
n
19.05
Owner may conduct such investigations
to establish the
ility
tyy of Bidders,
Bidders proposed
propo
propose Subcontractors, Suppliers,
responsibility, qualifications, and financial ability
ccordance
ordance
ce with the Contract
Contr
Contrac Documents.
individuals, or entities to perform the Work in accordance
M
ed,, Owner will award the
th contract
c
19.06
If the Contract is to be awarded,
to the responsible Bidder
iall terms and conditions of
o the Bidding Documents, is lowest,
whose Bid, conforming with all the material
price and other factors considered.
D INSURANCE
ARTICLE 20 - CONTRACT SECURITY AND
ral
al Conditions,
ons, as may be m
20.01
Article 5 of the General
modified by the Supplementary Conditions, sets
o performance and pay
paym
forth Owner’s requirements as to
payment
bonds and insurance. When the Successful
reement to Owner, it shall
sh
sha be accompanied by such bonds.
Bidder delivers the executed Agreement
SA
AG
GREEMENT
ARTICLE 21 - SIGNING OF AGREEMENT
ner
er issues a Notice of
o Award
Aw
war to the Successful Bidder, it shall be accompanied by the
21.01
When Owner
nsigned counterparts
erparts of the
th Agreement with the other Contract Documents which are
required number of unsigned
reement as attached
hed ther
tthereto.
th
identified in the Agreement
Within 15 days thereafter, Successful Bidder shall sign
equired
quired number of counterparts
coun
counte
cou
and deliver the required
of the Agreement and attached documents to Owner.
ys thereafter, Owner
Ow
shal deliver
d
Within ten days
shall
one fully signed counterpart to Successful Bidder with a
app
complete set off the Drawings with appro
appropriate identification.
2 - SALES
ALES AND USE TAXES
TAX
ARTICLE 22
con
c
22.01
The Bidder, in consideration
of securing the business of erecting or constructing public
works in this State, recognizing that the business in which he is engaged is of a transitory character,
and that in the pursuit thereof, his property used therein may be without the State when taxes,
excises, or license fees to which he is liable become payable, agrees:
EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts
Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.
00200 – 9
A. To pay promptly when due all taxes (other than real property), excises, and license fees due
to the State, its subdivisions, and municipal quasi-municipal corporations therein, accrued or
accruing during the term of this Contract, whether or not the same shall be payable at the end of
such term;
E
sa term,
t
B. That if said taxes, excises, and license fees are not payable att the end of said
but
titute
tute
ute liens upon his property,
p
prop
liability, for the payment thereof exists, even though the same constitute
erss charged with its collection
co
colle
to secure the same to the satisfaction of the respective officers
thereof; and
ARTICLE 23 - RETAINAGE
PL
ecu
uring of such taxes,
ta xes, excises,
e
ex
C. That, in the event of his default in the payment or securing
and
rd,
d, or taxing unit entering
ente
enterin
t
license fees, to consent that the department officer, board,
into this
eunder
nder the estimated a
am
contract may withhold from any payment due him hereunder
amount
of such
taxing units to which
accrued and accruing taxes, excises, and license fees forr the benefit of all ttaxin
said contractor is liable.
l
23.01
Provisions concerning Contractor’s rightss to deposit securities in lieu
of retainage are set
forth in the Agreement.
ARTICLE 24 – CONTRACTS TO BE ASSIGNED
24.01
arding
ding
ing contracts to be as
ass
assig
No information is provided regarding
assigned.
25.01
M
ARTICLE 25 – PREVAILING WAGE RATES
d to
o pay prevailing wages
wage on
o this project.
Bidders are not required
ON
N CONFERENCE
NCE
ARTICLE 26 – PRE-CONSTRUCTION
SA
ng the work,
wor a preconstruction
preconstru
preconst
26.01
Prior to starting
conference will be held between OWNER,
Eng
ngineer
gineer and other applicable
a
ap
app
Construction Manager, Engineer
parties in accordance with the General
Conditions.
EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts
Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.
00200 – 10
Bidder's List 2-11-11
Aztec Gravel & Estimating
MD Landscaping
OK Construction & Paving LLC
Valley Paving Co.
Idaho Sand and Gravel
BP-5C Crushed Surface Landscaping
Aztec Gravel & Estimating
MD Landscaping
OK Construction & Paving LLC
Valley Paving Co.
Idaho Sand and Gravel
Anderson Asphalt Paving
Diamond T Paving
Mc Climans Construction
Kloepfer Paving
Gorden Paving Company, Inc.
BP-5B Asphalt
Aztec Gravel & Estimating
MD Landscaping
Anvil Fence
Bill's Fencing (Holley Construction)
Butte Fence
First Class Fencing
Meridian Fence Company
Power Enterprises, Inc.
Taylor Made Fence
Mountain State Fence
Custom Fence Co.
Sloan Security Group
Gerdes Construction
Northwest Fence
Bid Pkg.
No.
Subcontractor
BP-5A Fencing
Larry Waterson
Jerry
Mike Thompson
Bill Holley
John Hoffman
Jerry Olsen
Chris Odegard
Aaron Dressen
Cheryl Taylor
Tek Hipwell
Ryan Leishman
Jeffery Johnson
Larry Gerdes
Glen Kenoyer
Contact
Bidder's List
208-678-2930
208-201-0066
208-375-6767
208-733-5454
208-733-8388
208-362-5503
208-888-6131
208-461-4670
208-734-9922
801-261-4224
435-752-0471
71
208-344-8379
379
79
9
208-543-2012
-201
012
208-772-8547
72-8
-8547
547
Phone#
Larry
Lar
arry Waterson
Wate
Je
Jerry
Rick Olander
Clint Kisler
Larry Covey
Larry Waterson
Jerry
Rick Olander
Clint Kisler
Larry Covey
Larry Anderson
on
David Rres
man
ans
ns
Lyle McClimans
Carl
rlson
Marilyn Carlson
Dewey Bailey
Ba
ailey
208-678-2930
208-67
6782088-20
208-201-0066
208-731-5943
208
08-7
2
208
208-788-2284
20
208-324-5100
208-678-2930
208
08-678-2930
8-678-2930
2
-0066
208-201-0066
208-731-5943
3
208-788-2284
208-324-5100
208-788-4728
208-536-5460
208-324-8231
208-438-5078
208-73
00
208-733-1800
Address
A
[email protected]
cwatterson4
n43@
Page 1 of 2
[email protected]
[email protected]
[email protected]
[email protected]
[email protected]
[email protected]
[email protected]
[email protected]
[email protected]
d
[email protected]
ande
derso
[email protected]
lc
cove
[email protected]
clintk
c
cli
[email protected]
roland
rolande
der@
[email protected]
jerry@mdla
lands
597 S 50 East, Burley, ID 83318
2389 S Highway 33 Driggs, ID 83422
PO Box 5625, Twin Falls ID 83303
85 Walker Dr, Bellevue ID 83313
391 E 300 S, Jerome ID 83338
597 S 50 East, Burley, ID 83318
2389 S Highway 33 Driggs, ID 83422
PO Box 5625, Twin Falls ID 83303
85 Walker Dr, Bellevue ID 83313
391 E 300 S, Jerome ID 83338
10828 Highway 75, Bellevue ID 83313
3009 S 2000 E, Wendell ID 83355
374 East 400 South, Jerome, ID 83338
253 W Highway 30, Burley ID 83318
1310 W. Addison Ave. West, Twin Falls, ID 83301
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
Purch'd Bidders
Full Set Registrati
on
($130)
Prepared by DJP 3/10/2011
597 S 50 East, Bur
Burley, ID 83318
B
2389 S Highw
Highway
way 33 Driggs, ID 83422
106 E. 46th
h Pla
Place, Boise, ID 83714
P
[email protected]
office
[email protected]
3176 N. 30
3000 E., Twin Falls, ID 83301
[email protected]
illh@
@filertel.com
filertel.c
21391 Hi
Highway
High
30 West, Twin Falls 83301
[email protected]
hnh@
[email protected]
@buttefence.com
6475 C
Con
Contractor's St., Bosie, ID 83705
[email protected]
olsen
[email protected]
[email protected]
mer
[email protected]
[email protected]
702 W
West
Wes Franklin Road Meridian, ID 83642
16131
161
131 N. Franklin Blvd. Nampa, ID 83687
[email protected]
[email protected]
tay
[email protected]
defence@cable
3983 N 3600 Kimberly, ID 83341
39
[email protected]
fence.com
3737 South 500 West, Salt Lake City, UT 84115
373
3
[email protected]
tomfence.com
m 2
2045 North Main Logan, Utah 84341
[email protected]
m
6851 W. Targee St., Boise, ID
[email protected]
lagerde
[email protected]
myrf.n 1418 East 2225 North, Buhl, ID 83316
[email protected]
glen@nort
glen@northwestfence
e.com
N. 7488 Government Way, Coeur d'Alene, ID 83815
[email protected]
ndsca
capinginc.com
[email protected]
3@g
gmail.com
Email
BUHL 2010 WWTP
P
A
M
S
L
E
Anderson Asphalt Paving
Diamond T Paving
Power Enterprises, Inc.
Mc Climans Construction
Lasuen Excavation
Kloepfer Paving
Gorden Paving Company, Inc.
All Seasons Landscaping
Kimberly Nurseries & Landscaping
Subcontractor
Bidder's List 2-11-11
Builder's Exchange, Inc.
Associated General Contractors
Associated General Contractors
Twin Falls Plan Room
Associated General Contractors
Idaho Plan Room
Plan Rooms
Bid Pkg.
No.
Larry Anderson
David Rres
Aaron Dressen
Lyle McClimans
Louise Lasuen
Marilyn Carlson
Dewey Bailey
Steve Vasher
Dave Wright
Contact
Bidder's List
208-232-3432
343
432
32
4-25
2531
531
208-344-2531
34--1831
831
208-734-1831
734
34-7526
6
208-734-7526
8-52
529-232
529-2320
208-529-2320
088-342-4141
-342-4141
208-342-4141
208-438-5078
208-733-1800
208-788-3352
208-733-2717
208-788-4728
208-536-5460
208-461-4670
208-324-8231
Phone#
[email protected]
ew@
[email protected]
@kimberlynurseries.c
[email protected]
ashe
[email protected]
[email protected]
aving
[email protected]
gdewey@gma
[email protected]
n@k
@kloepfer.com
[email protected]
ell@m
@msn.com
[email protected]
m.my
myrf.net
[email protected]
ent.c
t.com
[email protected]
hoo.c
o.com
com
[email protected]
ylan
n.n
n.net
Email
BUHL 2010 WWTP
[email protected]
mail@digitalim
mail@digitalimaging-nw
nw.co
kwa
[email protected]
rg
[email protected]
Page 2 of 2
[email protected]
bill@bluep
bill@blueprint
ntsplu
[email protected]
jnorman@idaho
hoagc
[email protected]
twinfallsplanroom@y
twinfallsplanroom@ya
yahoo
Add
A
Address
120 N 12 Av., Suite 8, Pocatello, ID
1649 W. Shoreline Drive, Suite 100, Boise, ID
1411 Falls Ave. E, Twin Falls, ID
124 Blue Lakes Boulevard South, Twin Falls, ID
984 John Adams Parkway, Idaho Falls, ID
5254 Chinden Boulevard, Boise, ID
X
X
X
X
X
Purch'd Bidders
Full Set Registrati
($130)
on
Prepared by DJP 3/10/2011
253 W Highw
Highway
gh
hwa 30, Burley ID 83318
1310 W. Add
Addison Ave. West, Twin Falls, ID 83301
A
901 S Main
Ma St, Bellevue, ID 83313
2862 A
Addison
Add
Avenue East, Twin Falls, ID 83301
10828 Highwayy 75,
75 B
Bellevue
Bel
ID 83313
3009 S 2000 E, We
Wendell
Wend ID 83355
16131 N. Franklin
in Blvd.
B
Nampa, ID 83687
374 East 400 S
Sout
South, Jerome, ID 83338
So
P
A
M
S
L
E