Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
Addendum No. 1
Wheeler, Roberts, Moran and Stewart Water Main Replacements
PWP Bid No.: WA-2018-029
TMWA Capital Project No.: 10-0001.0048
November 22, 2017
The following information, clarifications, changes and modifications are by reference incorporated into
the bid documents for the above referenced project. Any work item or contract provision not changed or
modified will remain in full force and effect. The bid date and time and construction schedule remain the
same.
CLARIFICATION, QUESTIONS AND RESPONSES AND DRAWINGS
CLARIFICATION
Clarification Item No. 1: Bidding Procedures – Section 1- Bid Proposal Forms – Bid Schedule:
Replace the Bid Schedule with the attached revised version (Attachment “A”). The quantity for Item 6,
Main Retirement, has been revised. Original Scheduled Value of 3,279 LF; Replaced with 3,711 LF.
Clarification Item No. 2: Pre-Bid Meeting Clarification:
Pre-Bid Agenda from Tuesday, November 14. Item 2) c) PWP BID NO.: reads WA-2017-029. Replace
with WA-2018-029
QUESTIONS AND RESPONSES
Question No. 1: Please verify the quantity for bid item #3 is correct. It appears the pipe footage on P3
was not accounted for.
Response to Question No. 1: Pipe quantities for Bid Schedule item #3 have been reviewed and verified
to be correct.
Question No. 2: Please verify the quantity in bid item #4 is correct.
Response to Question No. 2: Pipe quantities for Bid Schedule item #4 have been reviewed and
verified to be correct.
DRAWINGS
1. Replace the following Drawings with the attached revised versions (Attachment “B”).
• Drawing P1 (Sheet No. 5) – Revised pipe length callout on plan view for 8” diameter
pipe.
• Drawing P2 (Sheet No. 6) – Added pipe length callout on plan view for 8” diameter pipe.
• Drawing P3 (Sheet No. 7) – Revised pipe length callout on plan view for 6” diameter
pipe. Corrected pipe size to 6” diameter on profile.
• Drawing P5 (Sheet No. 9) - Corrected pipe size to 6” diameter on profile.
• Drawing P6 (Sheet No. 10) – Added pipe length callout on plan view for 6” diameter
pipe. Revised pipe length callout on plan view for 6” diameter pipe.
• Drawing P7 (Sheet No. 11) – Revised water main location to provide minimum
horizontal separation from existing storm drain. Corrected pipe size to 6” diameter on
profile.
• Drawing P9 (Sheet No. 13) – Added callout to retire existing 4” diameter main.
QUESTION CUT-OFF DATE: November 28, 2017
END OF ADDENDUM NO. 1
ATTACHMENT “A”
BID PROPOSAL FORMS
REVISED 11/21/17
Master Form Invitation to Bid.rev 9.4.13 Page 2
BID BOND KNOW ALL MEN BY THESE PRESENTS, that I/We
as Principal, hereinafter called Contractor, and a corporation duly organized or authorized to do business under the laws of the State of Nevada, as Surety, hereinafter called the
Surety, are held and firmly bound unto Truckee Meadows Water Authority, a joint powers authority created pursuant to NRS
Chapter 277, for the sum of
$ Dollars (state sum in words) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents. This bond shall be governed by the laws of the State of Nevada.
WHEREAS, the Principal has submitted a bid, identified as PWP No: WA-2018-029 and titled “Wheeler, Roberts, Moran
and Stewart Water Main Replacements.”
NOW, THEREFORE if Truckee Meadows Water Authority shall accept the bid of the Principal and the Principal shall enter
into a contract with Truckee Meadows Water Authority in Accordance with the terms of such bid, and give such bond or bonds as may be
specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the
prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such
Contract and give such bond or bonds, if the Principal shall pay to Truckee Meadows Water Authority the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amount for which Truckee Meadows Water Authority may in
good faith contract with another party to perform work covered by said bid or an appropriate liquidated amount as specified in the
Invitation for Bids then this obligation shall be null and void, otherwise to remain in full force and effect.
Executed on this day of , 20
(Signature of Principal)
Name:
Title:
(Seal)
Firm:
Address:
City/ State / Zip Code:
Written Name of Principal:
(Signature of Notary)
ATTEST NAME:
Subscribed and sworn before me this day of , 20 (printed name of notary) Notary Public for the State of
Claims Under This Bond May Be Addressed To:
Name of Surety
Address
City
State/Zip Code
Name
Title
Phone
Surety's Acknowledgment
NOTICE: No substitution or revision to this bond form will be accepted. Sureties must be authorized to do business in and have
an agent for service of process in the State of Nevada. Certified copy of Power of Attorney must be attached.
BID SCHEDULES – REVISED 11/21/17
(Cont)
Master Form Invitation to Bid.rev 9.4.13 Page 3
BID SCHEDULES – REVISED 11/21/17
PWP #: PWP#WA-2018-029
BID TITLE: Wheeler, Roberts, Moran and Stewart Water Main Replacements
NOTICE: No substitution or revision to this Bid Schedule form will be accepted. Truckee Meadows Water
Authority will reject any Bid that is received that has changes or alterations to this document. Although
the Prevailing Wages are provided in this bid document, the bidder is responsible to verify with the
Labor Commissioner if any addendums have been issued. If different, the successful bidder will be
required to provide the current Prevailing Wages used in preparation of their bid within 24 hours of bid
submission.
PRICES must be valid for 30 calendar days after the bid opening.
A COPY OF THE "CERTIFICATE" of eligibility to receive a preference in bidding on public works issued to
him/her by the State Contractors' Board and (if claiming Locals Preference) the Local’s Preference Affidavit (provided
above) must be submitted with his/her bid to the Contracts Division for the preference to be considered. These Statutes
do not apply to projects expected to cost less than $250,000.
COMPLETION of this project is expected PURSUANT TO CONTRACT DOCUMENTS.
BIDDER acknowledges receipt of _______ Addendums.
Item pricing on this schedule is for use in preparing the schedule of values that will be used as a basis for partial
payment during construction and for internal TMWA use. Item descriptions are not intended to be all inclusive.
Bidders shall include costs for work not specifically mentioned in the most appropriate item.
Refer to Article 7 of the General Conditions for a list of items that may be included in the mobilization bid item.
TMWA reserves the right to perform extra work using time and expense or negotiated lump sum procedures.
The Contract Sum will be adjusted (increased or decreased) for actual quantities per unit price items. Lump sum items
will not be adjusted.
Compliance with all permit and environmental requirements is incidental to the Work. No separate bid item, or
additional payment provisions, shall be made for operational constraints or conditions placed on the Work by
permitting agency requirements.
______________________________________________
(signature)
SUMMARY
Description Scheduled Unit Total
Value Unit Price Price
1. Mobilization and Demobilization (NTE 5%):
Include all front-end costs associated with bonding,
insurance, temporary facilities, project schedule,
submittals; and materials, labor, and equipment
mobilization to the project site. Include all back-end costs
associated with project and contract closeout, including
demobilization from the site. The lump sum price bid shall
1 LS
BID SCHEDULES – REVISED 11/21/17
(Cont)
Master Form Invitation to Bid.rev 9.4.13 Page 4
Description Scheduled Unit Total
Value Unit Price Price
not exceed 5 percent of the total bid amount.
2. Furnish and Install Traffic Control: Include all
costs for all labor, equipment, and incidentals necessary to
comply with these Specifications including, but not
limited to, preparation and distribution of plans, notices
and reports; setup, removal and maintenance of all
barricades, signs (including custom signs), channelizing
devices, barrel cones, flag persons, detours, arrow boards,
and message boards; temporary striping; temporary
paving; temporary aggregate base; and plantmix asphalt
pavement ramps. There shall be no additional payment for
changes in the traffic control plan required as a result of
changes in the Contractor’s work method or schedule.
1 LS
3. 6-inch Diameter Water Main (Ductile Iron):
Include all labor, equipment, and materials required to
complete the installation of the water main, including, but
not limited to, coordination of delivery, inspection and
storage of materials; removal and disposal of existing
improvements regardless of material; trench excavation
(including haul and disposal of unusable and excess
excavated material); removal and disposal of
Transite/asbestos cement pipe; furnishing and installing
all restrained joint pipe, fittings, restraints, concrete thrust
blocks, and locator wires; laying and jointing pipe; flush
valve assembly; pipe bedding, trench backfill,
compaction and compaction testing; water main testing,
disinfection, flushing, care and transportation of testing
samples to laboratory; temporary asphalt pavement
restoration; and clean-up, all in accordance with the
Contract Documents.
2,574 LF
4. 8-inch Diameter Water Main (Ductile Iron):
Include all labor, equipment, and materials required to
complete the installation of the water main, including, but
not limited to, coordination of delivery, inspection and
storage of materials; removal and disposal of existing
improvements regardless of material; trench excavation
(including haul and disposal of unusable and excess
excavated material); removal and disposal of
Transite/asbestos cement pipe; furnishing and installing
all restrained joint pipe, fittings, restraints, concrete thrust
blocks, and locator wires; laying and jointing pipe; flush
valve assembly; pipe bedding, trench backfill,
compaction and compaction testing; water main testing,
disinfection, flushing, care and transportation of testing
samples to laboratory; temporary asphalt pavement
restoration; and clean-up, all in accordance with the
Contract Documents.
707 LF
BID SCHEDULES – REVISED 11/21/17
(Cont)
Master Form Invitation to Bid.rev 9.4.13 Page 5
Description Scheduled Unit Total
Value Unit Price Price
5. Reconnection of Existing Service Lines: Include all
labor, equipment, and materials required to complete the
installation of the service lines, including, but not limited
to, coordination of delivery, inspection and storage of
materials; removal and disposal of existing improvements
regardless of material; trench excavation (including haul
and disposal of unusable and excess excavated material);
furnishing and installing all service lines, fittings, service
taps, and locator wires; abandonment of service
connections to existing water main; laying and jointing
pipe; pipe bedding, trench backfill, compaction and
compaction testing; temporary asphalt pavement
restoration; and clean-up, all in accordance with the
Contract Documents.
111 EA
6. Main Retirement: Retire in place 4- through10-inch
diameter water mains, including cutting of existing water
main piping, providing and installing appropriate sized
cap. This item includes any trenching, removal and
disposal of existing improvements as needed, valve
abandonment, grout placement, cap, and all required
appurtenances to retire the water line as shown on the
plans, including, backfill, compaction and asphalt
patching as required.
3,279
3711
LF
7. 6-inch Diameter Gate Valve: Include all labor,
equipment, and materials required to complete the
installation of the gate valve, including, but not limited to,
coordination of delivery, inspection and storage of
materials; valve assembly, restraints, locate wire, riser
pipe, valve box, concrete pad, and other necessary
appurtenances, all in accordance with the Contract
Documents.
11 EA
8. 8-inch Diameter Gate Valve: Include all labor,
equipment, and materials required to complete the
installation of the gate valve, including, but not limited to,
coordination of delivery, inspection and storage of
materials; valve assembly, restraints, locate wire, riser
pipe, valve box, concrete pad, and other necessary
appurtenances, all in accordance with the Contract
Documents.
6 EA
9. 10-inch Diameter Gate Valve: Include all labor,
equipment, and materials required to complete the
installation of the gate valve, including, but not limited to,
coordination of delivery, inspection and storage of
materials; valve assembly, restraints, locate wire, riser
pipe, valve box, concrete pad, and other necessary
appurtenances, all in accordance with the Contract
Documents.
1 EA
10. Combination Air Release Valve Assembly: Include
all labor, equipment, and materials required to complete
the installation of the assembly, including, but not limited
1 EA
BID SCHEDULES – REVISED 11/21/17
(Cont)
Master Form Invitation to Bid.rev 9.4.13 Page 6
Description Scheduled Unit Total
Value Unit Price Price
to, coordination of delivery, inspection and storage of
materials; trench excavation (including haul and disposal
of unusable and excess excavated material); furnishing
and installing service lines, valves, fittings, service taps,
valve riser, combination air valve assembly, enclosure
with lid and riser, and locator wires; laying and jointing
pipe; pipe bedding, trench backfill, compaction and
compaction testing; temporary asphalt pavement
restoration; and clean-up, all in accordance with the
Contract Documents.
11. Fire Hydrant Service Install: City of Reno to
provide fire hydrant assembly. Include all labor,
equipment and materials required to complete the
installation of the new fire hydrant assembly, tee, 6-inch
gate valve and 6-inch restrained joint ductile iron pipe,
including, but not limited to, coordination of delivery,
inspection and storage of materials; trench excavation
(including haul and disposal of unusable and excess
excavated material); furnishing and installing all fittings,
restraints, concrete thrust blocks, and locator wires; laying
and jointing pipe; pipe bedding, trench backfill,
compaction and compaction testing; temporary asphalt
pavement restoration; and clean-up, all in accordance with
the Contract Documents.
1 EA
Items 12 and 13 are contingent items and may not be required or authorized. Bid items 12 and 13 will be
considered in the total bid price when selecting the best bidder pursuant to NRS 338.
12. Rock Excavation (Reference Article 4 of the
General Conditions)
50 CY
13. Additional Trench Excavation Depth – Per Foot of
Depth, for Additional Trench Depths Which Exceed 2
feet Below the Design Profile Depth: Payment for this
item is contingent and will be based on extra trenching
depth, per foot of depth, within the range of 6 to 12 feet
below finished grade. The extra trenching depth Bid Item
is not applicable to conflicts that could be reasonably
anticipated from existing facilities shown on the Drawings
or from an inspection of the job site (such as valve covers,
manholes, underground location markings, etc.). The cost
of trenching 6 feet or less in depth shall include shoring,
bracing, additional backfill, etc. Extra depth is rounded to
nearest foot. Measurement for this item will be per linear
foot of trench.
200 LF
TOTAL BID PRICE
Total Bid Price Written in Words: ___________________________________________________________________
BID SCHEDULES – REVISED 11/21/17
(Cont)
Master Form Invitation to Bid.rev 9.4.13 Page 7
NOTES TO BID SCHEDULE:
1. This project is bid on a unit price basis and shall include all necessary incidentals and appurtenances for a
complete in place, functional facility as described in the contract documents. Where applicable, all Bid Items
shall include bolts and nuts, warning tape, cross laminated polyethylene encasement, excavation, bedding,
backfill, compaction, asphalt concrete pavement patch, disinfection, flushing, testing, valve boxes, conductor
riser pipes, concrete pads, thrust blocks, and any other incidentals and/or appurtenances required for a complete
in place, functional facility. Prices include all labor, equipment, materials, supervision, profit, overhead, and
incidental costs. Bid item descriptions are not intended to be all inclusive. Bidders shall include costs for work
not specifically mentioned in the most appropriate item, including but not limited to: potholing (both where
necessary to verify existing utilities and at the locations specifically identified on the Improvement Plans);
pavement saw-cutting, grinding, or other method as approved by TMWA; removal and disposal of existing
pavement, concrete, and trench spoils; removal and disposal of existing mains/facilities necessary to make
connections to existing water mains/facilities and/or to install new water mains/facilities; removal and disposal
of existing valve/curb valve boxes, conductor pipes, meter boxes, and any other facilities identified in the
Improvement Plans, including backfill with aggregate base and placement of asphalt concrete pavement patch;
furnishing, installation, and/or removal of flush/test assemblies.
2. Refer to Article 7 of the General Conditions for a list of items that may be included in the mobilization bid
item.
3. TMWA reserves the right to perform extra work using time and expense or negotiated lump sum procedures.
4. Trench and pavement patch widths depicted in the trench detail(s) are MINIMUM widths. NO ADDITIONAL
PAYMENT will be made for additional backfill materials (sand, cement slurry, and/or base) and/or asphalt
concrete (AC) pavement patch for trench and/or pavement patch widths in excess of those depicted in the
trench detail(s). Theoretically, the trench and/or pavement patch width(s) could be the entire width of the street
from lip of curb to lip of curb. Excavation, backfill, and asphalt concrete (AC) pavement patches required at
water main connection locations, cut and cap locations, valve box removal locations, and any other locations
not specifically mentioned, shall be as required to complete the task, with NO ADDITIONAL PAYMENT.
5. Compliance with all permit and environmental requirements is incidental to the Work. No separate bid item, or
additional payment provisions, shall be made for operational constraints or conditions placed on the Work by
permitting agency requirements.
BID SCHEDULES – REVISED 11/21/17
(Cont)
Master Form Invitation to Bid.rev 9.4.13 Page 8
BIDDER INFORMATION: Company Name: Address: City: State / Zip Code: Telephone Number including area code: Fax Number including area code: E-mail:
LICENSING INFORMATION: Nevada State Contractor's License Number: License Classification(s): Limitation(s) of License: Date Issued: Date of Expiration: Name of Licensee: City, State, Zip Code of Licensee: Telephone Number of Licensee:
Business License Number: Date Issued: Date of Expiration: Name of Licensee: City, State, Zip Code of Licensee: Telephone Number of Licensee:
Taxpayer Identification Number:
BID SCHEDULES – REVISED 11/21/17
(Cont)
Master Form Invitation to Bid.rev 9.4.13 Page 9
DISCLOSURE OF PRINCIPALS:
1. Individual and/or Partnership: Owner 1) Name: Address: City, State, Zip Code: Telephone Number: Owner 2) Name: Address: City, State, Zip Code: Telephone Number: Other 1) Title: Name Other 2) Title: Name:
2. Corporation: State in which Company is Incorporated: Date Incorporated: Name of Corporation: Address City, State, Zip Code: Telephone Number: President's Name: Vice-President's Name: Other 1) Name: Title: Other 2) Name: Title
BID SCHEDULES – REVISED 11/21/17
(Cont)
Master Form Invitation to Bid.rev 9.4.13 Page 10
MANAGEMENT AND SUPERVISORY PERSONNEL: Persons and Positions
Years With Firm
Name
Title
Name
Title
Name
Title
(If additional space is needed, attach a separate page)
REFERENCES:
1. Instructions:
List at least three (3) contracts of a similar nature performed by your firm in the last three (3) years.
If NONE, use your Company’s letterhead (and submit with your bid proposal) a list what your
qualifications are for this contract. Truckee Meadows Water Authority reserves the right to contact
and verify, with any and all references listed, the quality of and the degree of satisfaction for such
performance. See the Supplemental Conditions for the TMWA Project Category required for this
project.
2. Clients: (if additional space is needed attach a separate page) Owner’s Representative : Telephone # Address (inc. City, State & Zip): Owner’s Representative’s E-mail: Superintendent: Amount of Contract: Date Completed: Project Title: TMWA Project Category: Owner’s Representative : Telephone # Address (inc. City, State & Zip): Owner’s Representative’s E-mail: Superintendent: Amount of Contract: Date Completed: Project Title: TMWA Project Category:
BID SCHEDULES – REVISED 11/21/17
(Cont)
Master Form Invitation to Bid.rev 9.4.13 Page 11
Owner’s Representative : Telephone # Address (inc. City, State & Zip): Owner’s Representative’s E-mail: Superintendent: Amount of Contract: Date Completed: Project Title: TMWA Project Category: Project Name: Owner’s Representative : Telephone # Address (inc. City, State & Zip): Owner’s Representative’s E-mail: Superintendent: Amount of Contract: Date Completed: Project Title: TMWA Project Category: Project Name: Owner’s Representative : Telephone # Address (inc. City, State & Zip): Owner’s Representative’s E-mail: Superintendent: Amount of Contract: Date Completed: Project Title: TMWA Project Category:
BID SCHEDULES – REVISED 11/21/17
(Cont)
Master Form Invitation to Bid.rev 9.4.13 Page 12
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS
1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded by any Federal, State or Local department or agency. b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property.
c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal,
State or Local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and
d) Have not within a three-year period preceding this application/proposal had one or more public
transactions (Federal, State or Local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such
prospective participant shall attach an explanation to this proposal. __________________________________ ________________________ Signature of Authorized Certifying Official Title __________________________________ ________________________ Printed Name Date I am unable to certify to the above statement. My explanation is attached. ___________________________________ ___________________________
Signature Date
BIDDER’S SAFETY INFORMATION
Bidder’s Safety Factors:
Year “E-Mod” Factor1 OSHA Incident Rate2
2015
2016
1 E-Mod (Experience Modification) Factors are issued by the National
Council on Compensation Insurance (NCCI). 2 OSHA Incident Rate is the number of OSHA Recordable Accidents
multiplied by 200,000 and then dividing that result by the total number of
annual man-hours. Please refer to the U.S. Department of Labor
Occupational Safety and Health Administration’s website for calculating
worksheets and current requirements.
BID SCHEDULES – REVISED 11/21/17
(Cont)
Master Form Invitation to Bid.rev 9.4.13 Page 13
NRS 338.141 LIST OF SUBCONTRACTORS AND CONTRACTOR SELF PERFORMANCE
EXCEEDING FIVE PERCENT OF BID AMOUNT
(FIVE PERCENT LIST)
INSTRUCTIONS: List each first tier subcontractor who will be paid an amount exceeding five percent
(5%) of the Bid amount and Contractor if it will self-perform work exceeding five (5) percent of bid amount
This information must be submitted with your bid proposal. The bidder shall enter “NONE” under “Name
of Subcontractor” if not utilizing subcontractors exceeding this amount. (This form must be complete in all
respects. If, additional space is needed, attach a separate page).
Name of Contractor
Address
Phone Nevada Contractor License # Limit of License
Description of work being self performed by Contractor or statement that Contractor will perform all work other
than that being performed by listed subcontractor(s):
Name of Subcontractor
Address
Phone Nevada Contractor License # Limit of License
Description of work:
Name of Subcontractor
Address
Phone Nevada Contractor License # Limit of License
Description of work:
Name of Subcontractor
Address
Phone Nevada Contractor License # Limit of License
Description of work:
Name of Subcontractor
Address
Phone Nevada Contractor License # Limit of License
Description of work:
BID SCHEDULES – REVISED 11/21/17
(Cont)
Master Form Invitation to Bid.rev 9.4.13 Page 14
FIRST TIER SUBCONTRACTORS AND CONTRACTOR SELF PERFORMANCE
EXCEEDING $250,000, ONE PERCENT OF BID AMOUNT OR $50,000
(TWO HOUR LIST)
INSTRUCTIONS: List each first tier subcontractor who will be paid an amount exceeding a)
$250,000; and b) one percent (1%) of the Bid amount, or $50,000, whichever is greater, and list Contractor
if it will self-perform work exceeding one (1) percent of bid amount. This information must be submitted by
the three lowest bidders within two (2) hours after the completion of the opening of the bids. Bidder shall enter
“NONE” under “Name of Subcontractor” if not utilizing subcontractors exceeding this amount. (This form
must be complete in all respects. If, additional space is needed, attach a separate page). Bidder may elect to
submit this Two Hour List with the bid proposal and, in that case, the Bidder will be considered as having
timely submitted the Two Hour List.
Name of Contractor
Address
Phone Nevada Contractor License # Limit of License
Description of work being self performed by Contractor or statement that Contractor will perform all work other
than that being performed by listed subcontractor(s):
Name of Subcontractor
Address
Phone Nevada Contractor License # Limit of License
Description of work:
Name of Subcontractor
Address
Phone Nevada Contractor License # Limit of License
Description of work:
Name of Subcontractor
Address
Phone Nevada Contractor License # Limit of License
Description of work:
Name of Subcontractor
Address
Phone Nevada Contractor License # Limit of License
Description of work:
BID SCHEDULES – REVISED 11/21/17
(Cont)
Master Form Invitation to Bid.rev 9.4.13 Page 15
Local Preference Affidavit This preference does not apply to projects expected to cost less than $250,000.
If the bid submitted is over $250,000, this completed affidavit must be submitted with your bid
response to be considered.
State of ________________ )
)ss.
County of ______________ )
I, ______________________________, on behalf of the Contractor, ____________________________ (“Contractor”),
hereby certify and affirm under penalty of perjury, for purposes of qualifying for a preference in bidding under Nevada
Revised Statutes Chapter 338 on PWP No.: WA-2018-029, Project Name Wheeler, Roberts, Moran and Stewart
Water Main Replacements (“Project”), that the following requirements will be adhered to, documented and attained
for the duration of the Project, collectively, and not on any specific day:
1. At least 50 percent of the workers employed on the Project (including subcontractors) hold a valid driver’s
license or identification card issued by the Nevada Department of Motor Vehicles;
2. All vehicles used primarily for the public work will be (a) registered and (where applicable) partially
apportioned to Nevada; or (b) registered in Nevada.
3. If applying to receive a preference in bidding pursuant to NRS 338.1727, at least 50 percent of the design
professionals who work on the Project (including sub-contractors) hold a valid driver’s license or identification card
issued by the Nevada Department of Motor Vehicles; and
4. The Contractor and any subcontractor engaged on the public work shall maintain and make available for
inspection within Nevada all payroll records related to the Project.
Contractor recognizes and accepts that failure to comply with any requirements herein shall entitle the Truckee
Meadows Water Authority (“Authority”) to a penalty in the amount set by statute. In addition, the Contractor
recognizes and accepts that failure to comply with any requirements herein may lose its certification for a preference in
bidding for 5 years and/or its ability to bid on any contracts for public works for one year pursuant to NRS Chapter 338.
By:___________________________________________ Title:__________________________________ ________
Signature:______________________________________________ Date:__________________________________
Signed and sworn to (or affirmed) before me on this _________ day of ___________________________, 20_____,
by_________________________________ (name of person making statement).
___________________________ STAMP AND SEAL
Notary Signature
Master Form Invitation to Bid.rev 9.4.13 Page 16
ACKNOWLEDGMENT AND EXECUTION
STATE OF ____________________ )
) SS
County of _____________________ )
(Name of Principal)
Hereby deposes and says under the penalty of perjury:
That he/she is the Contractor, or authorized agent of the Contractor for whom the aforesaid described work is to be performed by; that he/she has
read the Plans, Specifications, and related documents including but not limited to, any addendums issued and understands the terms, conditions,
and requirements thereof; that if his/her bid is accepted that he/she agrees to furnish and deliver all materials except those specified to be furnished
by Truckee Meadows Water Authority (Owner) and to do and perform all work for the “Wheeler, Roberts, Moran and Stewart Water Main
Replacements.” PWP No: WA-2018-029, together with incidental items necessary to complete the work to be constructed in accordance with the
Specifications, Plans, and Contract Documents annexed hereto.
TO THE GENERAL MANAGER OF TRUCKEE MEADOWS WATER AUTHORITY, NEVADA:
The undersigned, as bidder, declares that the only persons or parties interested in this proposal, as principals, are those named herein, the
bidder is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: that
this proposal is made without collusion with any other person, firm or corporation; that he/she has carefully examined the location of the proposed
work; the annexed proposed form of Contract, the Contract Provisions, Plans, Specifications and Contract Documents incorporated therein
referred to and made part thereof; that he/she proposes and agrees if this proposal is accepted, that he/she will contract with Truckee Meadows
Water Authority in the form of the Contract prescribed, to provide all necessary machinery, tools, apparatus and other means of construction, and
to do all the work and furnish all the materials specified in the Contract and annexed Contract Provisions, Plans and Specifications, in the manner
and time prescribed and according to the requirements of the Project Representative as therein set forth, it being understood and agreed that the
quantities shown herein are approximate only and are subject to increase or decrease, and that he/she will accept, in full, payment therefore the
indicated prices.
Contractor/Bidder:
(Printed Name of Contractor/Bidder)
BY:
Firm:
Address:
L.S.
City:
State / Zip Code:
Telephone Number:
Fax Number:
E-mail Address:
(Signature of Principal)
Signature:
DATED this day of , 20__.
State of Nevada )
) S.S.
County of _______________ )
On this
day of
, in the year 20__, before me,
/Notary Public, personally appeared
Personally known to me (or proved
to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument, and acknowledged that he (she)
executed it. WITNESS my hand and official seal. Notary's Signature: My commission Expires:
ATTACHMENT “B”
RO
BE
RT
S S
TR
EE
T
TH
OM
A S
TR
EE
T
(Per Homeland Security Act)
PROPERTY OFTRUCKEE MEADOWS WATERAUTHORITY, RETURN UPONCOMPLETION OF PROJECT
NOT REPRODUCIBLE
GENERAL NOTES:
IMPROVEMENT PLANS FORWHEELER, ROBERTS, MORAN & STEWART REPLACEMENTS
BID SET
P1WHEELER AVE. - STA 503+50 TO 507+50
ROBERTS ST-SHEET P4
ROBERTS ST-SHEET P3
WATER CONSTRUCTION NOTES:
WHEELER AVE.
MA
TC
HLIN
E: S
TA
50
7+
50
SE
E S
HE
ET
P
2
MO
RA
N S
TR
EE
T
(Per Homeland Security Act)
PROPERTY OFTRUCKEE MEADOWS WATERAUTHORITY, RETURN UPONCOMPLETION OF PROJECT
NOT REPRODUCIBLE
GENERAL NOTES:
IMPROVEMENT PLANS FORWHEELER, ROBERTS, MORAN & STEWART REPLACEMENTS
BID SET
P2WHEELER AVE. - STA 507+50 TO 512+00
MORAN ST-SHEET P5
WHEELER AVE.
MORAN ST-SHEET P6
MA
TC
HLIN
E: S
TA
5
07
+5
0S
EE
S
HE
ET
P
1
WATER CONSTRUCTION NOTES:
(Per Homeland Security Act)
PROPERTY OFTRUCKEE MEADOWS WATERAUTHORITY, RETURN UPONCOMPLETION OF PROJECT
NOT REPRODUCIBLE
GENERAL NOTES:
IMPROVEMENT PLANS FORWHEELER, ROBERTS, MORAN & STEWART REPLACEMENTS
BID SET
ROBERTS STREET
P3ROBERTS ST. - STA 600+00 TO 604+50
HO
LC
OM
B A
VE
NU
E
WATER CONSTRUCTION NOTES:
MA
TC
HLIN
E: S
TA
6
04
+5
0S
EE
S
HE
ET
P
4
(Per Homeland Security Act)
PROPERTY OFTRUCKEE MEADOWS WATERAUTHORITY, RETURN UPONCOMPLETION OF PROJECT
NOT REPRODUCIBLE
GENERAL NOTES:
IMPROVEMENT PLANS FORWHEELER, ROBERTS, MORAN & STEWART REPLACEMENTS
BID SET
MORAN STREET
P5MORAN ST. - STA 700+00 TO 705+00
HO
LC
OM
B A
VE
NU
E
MA
TC
HL
IN
E: S
TA
7
05
+0
0S
EE
S
HE
ET
P
6
WATER CONSTRUCTION NOTES:
(Per Homeland Security Act)
PROPERTY OFTRUCKEE MEADOWS WATERAUTHORITY, RETURN UPONCOMPLETION OF PROJECT
NOT REPRODUCIBLE
GENERAL NOTES:
IMPROVEMENT PLANS FORWHEELER, ROBERTS, MORAN & STEWART REPLACEMENTS
BID SET
MORAN STREET
P6MORAN ST. - STA 705+00 TO 710+00
WHEELER AVE-SHEET P1
S. W
ELLS
AV
EN
UE
WHEELER AVE-SHEET P2
MA
TC
HL
IN
E: S
TA
70
5+
00
SE
E S
HE
ET
P
5
WATER CONSTRUCTION NOTES:
WH
EE
LE
R A
VE
NU
E
WH
EE
LE
R
AV
EN
UE
(Per Homeland Security Act)
PROPERTY OFTRUCKEE MEADOWS WATERAUTHORITY, RETURN UPONCOMPLETION OF PROJECT
NOT REPRODUCIBLE
GENERAL NOTES:
IMPROVEMENT PLANS FORWHEELER, ROBERTS, MORAN & STEWART REPLACEMENTS
BID SET
STEWART STREET
P7STEWART ST. STA 800+00 TO 805+00
MA
TC
HLIN
E: S
TA
8
05+
00
S
EE
S
HE
ET
P
8
WATER CONSTRUCTION NOTES:
(Per Homeland Security Act)
PROPERTY OFTRUCKEE MEADOWS WATERAUTHORITY, RETURN UPONCOMPLETION OF PROJECT
NOT REPRODUCIBLE
GENERAL NOTES:
IMPROVEMENT PLANS FORWHEELER, ROBERTS, MORAN & STEWART REPLACEMENTS
BID SET
CHENEY ST. - STA 900+00 TO 904+75 P9
CHENEY STREET
WATER CONSTRUCTION NOTES: