Woodhaven Drive Relocation Bedford County, Virginia H&P Project Number: September 9, 2013 ADDENDUM #1

Similar documents
ADDENDUM NO. 4. Modification to Part I, Section 2.0, Item J of the Project Book

ADDENDUM #2. September 14, 2018

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

Mountain View Middle School (RRPS Project # ) 4101 Montreal Loop NE, Rio Rancho, NM 87144

Chapter 8. Competitive Sealed Bidding: Addenda, Modifications, and Withdrawals

Town of Caroline. Town Hall Exterior Painting Project

COUNTY OF EL DORADO, CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

SURPLUS PROPERTY BID PACKAGE

EAST BATON ROUGE REDEVELOPMENT AUTHORITY ADMINISTRATIVE POLICY PROCUREMENT CONTRACTING AND DBE POLICY FOR FEDERALLY FUNDED PROJECTS.

COUNTY OF TANEY, MISSOURI

PRE-BID MEETING MINUTES/ADDENDUM #1 S. LAKEVIEW DRIVE DRAINAGE IMPROVEMENT PROJECT BID NUMBER PW

Project Manual. For. September 26, 2017

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES NOTICE TO BIDDERS

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.

REQUEST FOR PROPOSAL Paving of Parking Lots within the County Complex April 11, 2017

Request for Proposals (RFP) for. The construction of a new pole barn addition for the AuSable Township Department of Public Works

Fred Maxon Gail VanLinder Mary Watson Purchasing Director Purchasing Clerk Purchasing Clerk

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

BID PROPOSAL FOR THE CONSTRUCTION OF CHARTER TOWNSHIP OF SHELBY SANITARY SEWER SAD 34-S-2015 MACOMB COUNTY, MICHIGAN

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME

WEST BLOOMFIELD TOWNSHIP INVITATION TO BID. CDBG MINOR HOME REPAIR CONTRACT PROGRAM YEAR 2014 DEADLINE: Wednesday, September 24 th, 2014 at 2:00 p.m.

City of Hays Request for Proposals

ADDENDUM #1 TO BID # BID NUMBER: ISSUE DATE: Wednesday, March 21, 2018

Charleston County School District. Procurement Services

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /16. Sale of 1978 Mack Fire Truck. BID OPENING: June 10, 2016 at 11:00 a.m.

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

Invitation For Bid IFB 2895

Intent: To establish a policy and guidelines for all procurement activities in the city. SECTION I: Purpose of Purchasing Policies...

REQUEST FOR PROPOSALS Professional Engineering Services for Lift Station In the Rural Municipality of Wellington

Commercial and Industrial Revaluation. Lincoln County Tax Department. RFP # Commercial/Industrial Tax Appraisal

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

New 2017 Fairway Deep Tine Aerifier

PROCUREMENT CODE: What Districts Need to Know

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Graphic Design Training Services. office. 301 West Railroad Weslaco, Texas 78596

Invitation for Sealed Bids

ADDENDUM # 1 Emergency Services Contract Peachtree City Water and Sewerage Authority

Charter Township of Shelby Parks & Recreation Department Request for Proposals Gene Shepherd Park Splash Pad

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

ATTACHMENT A BID FORM FIXED PRICE CONTRACT ITB # VK

Invitation to Bid #12/13-09

Surplus Sale of Property Located at 4402 Highway 24 Bourg, Louisiana

Abatement and Management Office Demolition at Parks Place IFB Number

BID DOCUMENTS FOR DEMOLITION OF STRUCTURE AND DETACHED SHED AT 111 SOUTH LANSING STREET

Chapter 5. Competitive Sealed Bidding: Procedure

OSWEGO COUNTY PURCHASING DEPARTMENT

DEVELOPMENT AGREEMENT Jefferson Street Townhomes (SP 13-09) Jefferson Street Reconstruction

REQUEST FOR OFFERS. Tsubota Steel Site. ISSUE DATE: February 12, 2014

CHAPTER 304 TOWN OF SCARBOROUGH PURCHASING POLICY

Request for Proposals For Outdoor Advertising - Billboards. At the Following Locations. TelPosta Towers: Roof Top on Tower 2 (Kenyatta Avenue)

CITY OF GAINESVILLE INVITATION TO BID

ENGINEERING SERVICES DEPARTMENT PROCEDURAL GUIDE FOR THE PREPARATION OF ASSURANCES OF COMPLETION AND MAINTENANCE OF IMPROVEMENTS

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier

Unit 53 Arden S.R. 80 & Onsite Earthwork, Roadway, Drainage & Utility Improvement Project for Northern Palm Beach County Improvement District

SEALED BID SALE SALE OF REAL ESTATE (MINIMUM BID $100,000)

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

Request for Qualifications (RFQ) # On-Call Land Surveying Services November 21, 2018

BLIND BID PROCEDURES

Chapter 11. Competitive Negotiation: Procedure

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

City of Conroe Community Block Grant Program 300 W. Davis, Suite 530 Conroe, Texas

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

Special Sale Notices / Real Estate

INVITATION TO BID. Outdoor Slide with Trailer for use at the North Little Rock Parks and Recreation Funland Amusement Park

2017 BRAXTON COUNTY RFP GENERAL TERMS & CONDITIONS

Proposals are due by November 6, 2013 at 2 pm and will be considered for award by the Board of Selectmen on November 13, 2013.

PROCUREMENT POLICY PURCHASING GUIDELINES CONTRACT AND SURPLUS AUTHORITY

INVITATION TO BID. Sale of Motor Graders Curry County Road Department Clovis, New Mexico. Invitation to Bid No. 2014/15-04

Only Bidders that complete and return the enclosed Acknowledgement of Receipt Form will receive addendums, if issued.

REQUEST FOR PROPOSAL MV COMBERMERE COMMUNITY CENTRE ACCESSIBLE LIFT SYSTEM For The Corporation of the Township of Madawaska Valley

REQUEST FOR PROPOSALS

Neighborhood Line Extension Program

INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH(IISER) PUNE SECTION I -NOTICE INVITING TENDER

Town of North Castle New York REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

CITY OF TEMPLE TERRACE, FLORIDA REQUEST FOR PROPOSALS TAXABLE NON AD VALOREM REVENUE BOND(S) (Not to Exceed $24,000,000) RFP DATED: February 9, 2018

PERRY CITY UTAH REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL PROFESSIONALS

H. UNIVERSITY PROCUREMENT CODE

NOTICE THIS ADDENDUM CONTAINS ADDENDUMS III AND IV. April29, 2015 PURCHASING DEPARTMENT' THE CITY OF MOBILE, ALABAMA

Housing Authority of the County of Salt Lake Request for Qualifications. Professional Consulting Services for the Disposition of Public Housing

SPECIFICATIONS FOR. Birthing Simulator Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date: June 15, 2017

PROPOSAL CONTENT AND FORMAT

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS

BID ADDENDUM NO. 1. Convection Ovens. IFB No. CO Due Date: September 26, 2018 at 2:00 p.m.

General Terms and Conditions of Sealed Bid Auction Auction Date October 4, 2017

*** PUBLIC NOTICE ***

Town of Waldoboro ADMINISTRATIVE POLICY

CITY OF ANN ARBOR INVITATION TO BID

INVITATION TO BID. BOARD OF EDUCATION OF CAMPBELL COUNTY KENTUCKY EQUAL OPPORTUNITY EMPLOYER 101 Orchard Lane Alexandria, KY 41001

REQUEST FOR PROPOSAL FOR STATION EQUIPMENT AND UPGRADES

Bids Due and Opening Wednesday, December 7, 2016 Time 2:00 p.m.

PURCHASE AGREEMENT FOR STAIR STEP SCREENS AND WASHING PRESSES

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

RFB #RV SALE OF SURPLUS PROPERTIES CHARTER SCHOOL BID PACKAGE

FOR INFORMATION PURPOSES ONLY. Request for Proposals for the Purchase of a Site for the New Acute Care Hospital with Schedules

Contracts and Purchasing. Contracts and Purchasing. Competitive Bid Law Legal Authority for Boards. AASBO Certificate Program April 21 and 22, 2014

INVITATION FOR BIDS For a Lowboy Trailer (CIP# AEQ1702)

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Special Sale Notices / Real Estate

230.2 Procurement Thresholds (Goods and Non-Professional Services)

Transcription:

Woodhaven Drive Relocation Bedford County, Virginia H&P Project Number: 20120542 September 9, 2013 ADDENDUM #1 A pre-bid meeting was held at 2:00 p.m. on Friday, September 6, 2013 at the Ground Floor Meeting Room in the Bedford County Administrative Building in Bedford, Virginia. 1. Introductions: - Kevin Leamy, PE, Bedford County - Wayne Hale, Town of Bedford - Brian Casella, PE & Will Yeager, VDOT - Scott Beasley, H&P 2. Synopsis of the Work: Scott Beasley provided a brief project description, followed by a discussion on the various sections of the bid documents. The discussion included the following: Project Description: Relocation of Woodhaven Drive (Rt. 1110), provide and install all drainage and utility improvements; install and maintain erosion control measures complete and in accordance with the plans and specifications prepared by Hurt & Proffitt, Inc. 3. Clarifications: Bidders Proposal Form The Contractor shall use the attached revised Bidders Proposal Form. The form was revised to add two pay items (rock excavation and construction testing) and to clarify the source of the fill material. Plan Holders List and Pre-Bid Meeting Attendance Form Attached to Addendum 1 is the latest Hurt & Proffitt Plan Holders List along with the sign-in sheet from the non-mandatory Pre-Bid meeting held on Friday September 6, 2013. Please note that only those who have either purchased a copy of the plans from Hurt & Proffitt or who have downloaded the files free of charge from http://www.handp.com are shown on the Hurt & Proffitt plan holders list. Borrow Excavation (VDOT Bid Item 140) Note: It is the contractor s responsibility to furnish and place the required fill on the jobsite to meet VDOT specifications. In addition, the contractor shall obtain any needed permits for the chosen borrow area. One source of fill material is located directly adjacent to the jobsite on the Harmony Development. Contact the developer s agent (Norman Walton, PE, at 434-525-5985) or developer (George Aznavorian, 540-586-5713) for more information concerning the exact location and conditions associated with this material. The borrow excavation item in the Bid (VDOT Bid Item No. 00140) includes excavation from the contractor s borrow area, transportation, and placement of this material on the jobsite. Bidder shall provide fill material from a properly permitted borrow site (covered by an E&SC permit and a state VSMP permit). Woodhaven Drive Relocation Project Bedford County, VA Addendum # 1 Page 1 of 2

Construction Testing The Contractor will be responsible for Construction Testing in accordance with VDOT standards and specifications, including the VDOT Locally Administered Projects manual. Burning Burning will be allowed on this project by approval from Bedford Fire & Rescue. Call X at 540-586-7827 to report and coordinate with the department. Business License The contractor and sub-contractors are required to have a current business license to operate in the Town of Bedford. Contact Marg Cameron at 540-587-6021 for details. 4. Responses to Bidder Questions: Please see the attached sheets for responses to submitted questions. END OF ADDENDUM #1 Woodhaven Drive Relocation Project Bedford County, VA Addendum # 1 Page 2 of 2

BID FORM Kevin A. Leamy, PE, CFM Bedford County Department of Community Development Civil Engineer 122 East Main Street Suite G-03 Bedford, Virginia 24523 Dear Mr. Leamy: The undersigned, as bidder, hereby declares that the only persons interested in this bid as principal, or principals, is or are named herein and that no person other than herein mentioned has any interest in this bid or in the Construction Agreement to be entered into; that this bid is made without connection with any other person, company, or parties making a bid; and that it is in all respects fair and in good faith, without collusion or fraud. The undersigned, having visited and examined the site and having carefully studied all the Contract Documents, including without limitation, all drawings and specifications pertaining to the proposed Woodhaven Drive Relocation for Bedford County, Virginia, hereby proposes to furnish all labor, equipment, materials, and services and to perform all operations necessary to execute and complete the Work required for the project, in strict accordance with the Contract Documents, and, together with Addenda numbered through issued during bidding period and hereby acknowledged, subject to the terms and conditions of the Construction Agreement for the total base sum of: No. VDOT Bid Item Code Item of Work Unit Total Unit Price Total Price 1 00100 Mobilization LS 1 2 00101 Construction Survey LS 1 3 00110 Clearing and Grubbing LS 1 4 00140 Borrow Excavation CY 27,000 5 00588 Underdrain UD-4 LF 530 6 01150 15" Pipe LF 65 7 01242 24" Conc. Pipe LF 83 8 01362 36" Conc. Pipe LF 189 9 06150 15" End Section ES-1 or 2 EA 1 10 06748 Drop Inlet DI-2B, L=6' EA 1 11 06750 Drop Inlet DI-2B, L=10' EA 1 12 07508 Drop Inlet DI-7 EA 1 13 09148 Erosion Control Stone Class AI, EC-1 TON 80 14 09150 Erosion Control Stone Class I, EC-1 TON 160 15 09152 Erosion Control Stone Class II, EC-1 TON 36 16 10128 Aggr. Base Matl. TY.I No. 21B TON 550 17 10636 Asphalt Concrete TY. SM-9.5D TON 200 18 10642 Asphalt Concrete TY. BM-25.0A TON 300 PROJECT MANUAL 4

19 11070 NS Saw-cut Asphalt Concrete LF 30 20 12600 Std. Comb. Curb & Gutter CG-6 LF 1,100 21 13212 R/W Monument RM-2 EA 3 22 13220 Hydr. Cement Conc. Sidewalk 4" SY 300 23 24265 NS Maintenance of Traffic LS 1 24 24430 Demo. Of Pavement (Flexible) SY 1,900 53 24503 NS Remove Exist. LS 1 26 25000 Handrail HR-1 LF 550 27 27102 Regular Seed LB 150 28 27103 Overseeding LB 100 29 27215 Fertilizer (15-30-15) TON 0.5 30 27250 Lime TON 2 31 27321 Protective Covering EC-2 SY 3,800 32 27415 Rock Check Dam Type II EA 12 33 27430 Siltation Control Excavation CY 150 27451 Inlet Protection Type A EA 1 35 27461 Inlet Protection Type B EA 2 36 50108 Sign Panel SF 6 37 50430 Sign Post STP-1, 2" LF 12 38 50490 Concrete Foundation - STP-1 EA 2 39 50902 Traffic Sign - Relocate Ex. Groundmounted Sign Panel 40 54020 Type A Pavement Marking 4" LF 1,200 Type B Class IV Pavement Marking 41 54060 24" LF 20 42 Super Silt Fence LF 750 43 Stormwater Quality BMP Device EA 1 44 Endwall EW-1 for 24" Pipe EA 1 45 Endwall EW-1 for 36" Pipe EA 1 46 10" DIP Water Line and Fittings LF 108 47 10" x 6" Tapping Sleeve and Valve EA 1 48 12" Split Steel Casing LF 290 49 48" Manhole EA 1 50 48" Doghouse Manhole EA 2 51 16" Steel Casing LF 132 52 8" DIP Sanitary Sewer Line LF 204 53 Rock Excavation, Including Disposal CY 150 Construction Testing, Per VDOT LAP 54 Manual LS 1 Total Bid (in words): EA 1 ($ ) (in figures) PROJECT MANUAL 5

Note: It is the contractor s responsibility to furnish and place the required fill on the jobsite to meet VDOT specifications. In addition, the contractor shall obtain any needed permits for the chosen borrow area. One source of fill material is located directly adjacent to the jobsite on the Harmony Development. Contact the developer s agent (Norman Walton, PE, at 434-525-5985) or developer (George Aznavorian, 540-586-5713) for more information concerning the exact location and conditions associated with this material. The borrow excavation item in the Bid (VDOT Bid Item No. 00140) includes excavation from the contractor s borrow area, transportation, and placement of this material on the jobsite. Bidder shall provide fill material from a properly permitted borrow site (covered by an E&SC permit and a state VSMP permit). Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. The prices quoted shall include without exception all materials, supervision, labor, equipment, appliances, clean-up, incidental items, applicable sales, use and other taxes, insurance, building permit or fees, and the Contractor s labor, overhead, profit, mobilization and other mark-ups, and in full accordance with the Contract Documents. Include allowance for waste where appropriate. The unit prices shall be maintained throughout the Contract Time. It is understood and agreed that the Owner, in protecting its best interests, reserves the right to reject any or all bids or waive any defects. Any changes, erasures, modifications, deletions in the bid form, or alternate proposals not specified in the Advertisement for Bids may make the bid irregular and subject to rejection. We are properly equipped to execute all work of the character and extent required by the Contract Documents, and we will enter into the Construction Agreement for the execution and completion of the Work in accordance with the Contract Documents; and we further agree that, if awarded the Construction Agreement, we will commence the Work on the date stated in the "Notice to Proceed" and will maintain a work force large enough to execute the Work and all obligations no later than the completion date stated in the Contract Documents. Enclosed herewith is the following Security, offered as assurance that the undersigned will enter into the Construction Agreement for the execution and completion of the Work in accordance with the Contract Documents: Bidder's Certified Check issued by amount of: (name of bank) in the $ (5% of Base Bid amount) Bidder s Bid Bond for 5% of Base Bid Amount Issued by (name of surety authorized to do business in Virginia). The undersigned hereby agrees, if awarded the Construction Agreement, to execute and deliver to the County within ten (10) days after his receipt of the Notice of Award, a performance bond and a payment bond, in forms satisfactory to the County, from sureties authorized to do business in Virginia satisfactory to the County, in the amount of one hundred (100) percent of the Base Bid. The undersigned further agrees that, in case of failure on his part to execute the said Construction Agreement within the ten (10) days after written notice being given on the award of the Construction Agreement or the failure to deliver the required performance and payment bonds within the ten (10) days, PROJECT MANUAL 6

the monies payable by the Security accompanying this bid shall be paid to Bedford County, Virginia, as liquidated damages for such failure; otherwise the Security accompanying this Bid shall be returned to the undersigned. The undersigned further certifies that this bid is not the result of, or affected by, any act of collusion with another person engaged in the same line of business, or any act punishable under the Virginia Governmental Frauds Act, or other law. This bid remains valid and may not be withdrawn for a period of 60 days from this date. CURRENT VIRGINIA CLASS A CONTRACTOR S LICENSE/ REGISTRATION NO.: Respectfully submitted, CONTRACTOR DATE ADDRESS BY: ITS: (Title) PROJECT MANUAL 7

INSTRUCTIONS TO BIDDERS DESCRIPTION OF WORK The Work included under this Contract shall consist of all labor, materials, equipment, and the performance of all work necessary to complete the project known as "Woodhaven Drive Relocation," as described in the Contract Documents. This Work shall be performed in accordance with the Contract Documents. 1.0 General: Subject to Owner's right to waive informalities, to be valid for consideration, bids must be completed and submitted in accordance with these instructions to bidders. All individual bid unit price items must be filled in, regardless of the quantity shown. 2.0 The successful bidder shall be issued, without charge, five sets of sets of plans and specifications. 3.0 Bidding documents will be provided as indicated in the Advertisement for Bids. 4.0 Qualification of Bidders: Each bidder must be prepared to submit within five calendar days of the Owner s request written evidence of his qualifications for the project, including, without limitation, financial data, previous experience, resources, personnel and evidence of authority to conduct business in the jurisdiction where the project is located. 5.0 Examination of Bid Documents and Site: 5.1 Before submitting bids, each bidder must examine bid documents, including, without limitation, all the Contract Documents, thoroughly; familiarize himself with Federal, state and local laws, ordinances, rules, codes, and regulations affecting the Work; and correlate his observations with requirements of the bid documents. 5.2 Bidders are requested and expected to visit the site of the project to alert themselves to local and special conditions which may be encountered during construction of the project such as: labor and transportation, handling and storage of materials, the availability of materials, and site access. Failure to make such investigations shall not relieve the successful bidder from performing and completing the Work in accordance with the Contract Documents. 5.2.1 An optional pre-bid conference will be held at the time and place stated in the Advertisement for Bids. 6.0 Clarification: 6.1 No oral clarification of the bid documents will be made to any bidder. To be given consideration, requests for clarification must be received in time to allow preparation of a written response by 2:00 p.m. on September 10, 2013. Clarifications will be issued in the form of written addenda to the bid documents on September 11, 2013. Only clarifications by formal written addenda will be binding. 6.2 All communications in regard to clarifications and any other matters related to this project shall be addressed to: Kevin A. Leamy, PE, CFM, Bedford County Department of Community PROJECT MANUAL 16

Development Civil Engineer, 122 East Main Street, Suite G-03, Bedford, VA 24523, Phone: 540-586-7616, email: k.leamy@bedfordcountyva.gov. 7.0 Substitutions: 7.1 Substitutions of material or equipment or both may be offered by the Contractor with his bid, provided that, if approved: 7.1.1 No major changes in the construction or design intent of the project would be required. Changes required to accommodate substituted items shall be made by the Contractor at no additional cost or time delay. 7.1.2 Features of quality, capacity, construction, performance, appearance, size, arrangement, and general utility, including economy of operation of substitutes offered, either parallel or exceed those of specified products. 7.2 Technical data covering the proposed substitution shall be furnished with the bid when possible, and not later than 10 days after bid submission. 8.0 Bid Submission: 8.1 Submit bids using forms furnished in the Project Manual and fill in all blank spaces on the form. Repeat notation Contractor s Current Virginia License No. on outside of inner envelope containing bid and bid security, and place this envelope within another envelope addressed to: Bedford County 122 East Main Street, Suite G-03 Bedford, VA 24523 Bidders shall include the following with their bid submission: Bid Form Bid Bond or Cashiers Check Equivalent 8.2 Both the inner and outer envelopes shall have noted thereon: Sealed Bid Enclosed for Woodhaven Drive Relocation" The bidder s name and address Current Registered Virginia Contractor No. on the outside envelope 8.3 Each bid must be accompanied by a cashier s check payable to the County drawn on a bank satisfactory to the County, or a Bid Bond, in the amount of five percent (5%) of the amount of the total base bid, with the County as obligee, as assurance that the successful bidder will enter into the Contract within ten (10) days after Notice of Award. If the successful bidder defaults by failure to enter into the Contract and to provide required performance and payment bonds, the certified check or Bid Bond accompanying the successful bid shall be collected by the County, not as a penalty but as liquidated damages for delays and such additional expenses as may be incurred by the County for reasons of such default. 8.4 Contractors will indicate a unit price bid on the bid form. The unit price bid shall contain all necessary costs required for completion of the Work. Any changes, erasures, modifications, or PROJECT MANUAL 17

deletions in the bid form, or alternate proposals not specified in the bid proposal may make the proposal irregular and subject to rejection. 8.5 Receipt deadline for bids will be as stated in the Advertisement for Bids. 8.6 Bids will be opened publicly in accordance with the Advertisement for Bids. 8.7 Withdrawal of bid after bid opening: To withdraw a bid after bid opening, a bidder must satisfy the substantive requirements of Va. Code 2.2-4330. In addition, the following procedures shall apply: 8.7.1 The bidder shall give notice in writing of his claim of right to withdraw his bid within two business days after the conclusion of the bid opening procedure and shall submit original work papers with such notice. 8.7.2 The mistake may be proved only from the original work papers, documents and materials used in preparation of the bid and delivered as required herein. 9.0 Bonds and Damages: 9.1 Bonds shall be with a surety company acceptable to the Owner that is legally authorized to do business in Virginia and in a form acceptable to Owner. 9.2 A performance bond and a labor and material payment bond will be required in the amount of 100 percent of the bid. 9.3 Liquidated damages shall be as indicated in the Contract Documents. 10.0 Award of Contract: 10.1 The award of the Contract will be the responsible bidder submitting the lowest responsive base bid. Selection of the apparently successful bidder's responsibility will include a serious evaluation of whether the bidder has conscientiously attempted to meet Minority and Disadvantaged Business Enterprise goals. A requirement of the Contract bidder will be that a genuine concerted effort will be utilized to meet the Contract goal. 10.2 Before the Contract is awarded, the bidder submitting the lowest responsive bid must satisfy the County that it has the requisite organization, capital, equipment, ability, resources, personnel, management, business integrity, and at least five years experience in the type municipal work for which it has submitted a bid. Each bidder shall, at the County s request, submit a list of at least five projects of similar size and dollar value completed within the last five years, giving location, dollar value, year completed, and the name(s) of the owner(s) and architect/engineers(s). The bidder shall verify to the County that it has the sufficient and qualified personnel to provide for the Contact Work. Failure by the lowest responsive bidder to sufficiently satisfy the County of its ability to meet any of the above requirements may serve as grounds for rejection of the bid. PROJECT MANUAL 18

10.3 The Owner reserves the right to cancel the Advertisement for Bids, reject any and all bids, waive any and all informalities, and disregard all conforming, nonconforming, conditional bids or counterproposals. 10.4 Unless canceled or rejected, a responsive bid from the lowest responsible bidder shall be accepted as submitted, except that if the responsive bid from the lowest responsible bidder exceeds available funds, the Owner may negotiate with the apparent low bidder to obtain a contract price within available funds. 10.4.1 Procedures for Negotiations: If the Owner wishes to negotiate with the apparent low bidder to obtain a contract price within available funds, negotiations shall be conducted in accordance with the following procedures: 10.4.1.1 If the using agency wishes to conduct negotiations pursuant to this section, it shall provide the procurement administrator with a written determination that the bid from lowest responsive, responsible bidder exceeds available funds. This determination shall be confirmed in writing by the director of finance or his designee. The using agency shall also provide the procurement administrator with suggested measures to bring the proposed purchase within budget through negotiations with the lowest responsive, responsible bidder, including reductions in scope, changes in quality, value engineering, changes in terms and conditions, or changes in schedule. 10.4.1.2 The procurement administrator shall advise the lowest responsive, responsible bidder, in writing, that the proposed purchase exceeds available funds. He shall further invite proposed measures, such as a reduction in scope, change in quality, value engineering, changes in terms or conditions, or changes in schedule for the proposed purchase, and invite the lowest responsive, responsible bidder to amend its bid based upon the proposed measures to bring the purchase within available funds. 10.4.1.3 Informal discussions between the County and the lowest responsive, responsible bidder, either in person, by e-mail, by telephone, or by other means, may be used to attempt to obtain a contract within available funds. 10.4.1.4 Following any successful negotiations, the lowest responsive, responsible bidder shall submit a proposed addendum to its bid, which addendum shall include the specific changes in the proposed purchase, the reduction in price, and the new contract value. The addendum shall be reviewed by the purchasing agency, the County Manager, and County Attorney for acceptability. 10.4.1.5 If an addendum is acceptable to the County, the County may award a contract within funds available to the lowest responsive, responsible bidder based upon the amended bid proposal. 10.4.1.6 If the County and the lowest responsive, responsible bidder cannot negotiate a contract within available funds, all bids shall be rejected. 10.5 Protests of Award or Decisions to Award of Contract 10.5.1 The following are the exclusive procedures for a bidder or offeror to protest the County's award or decision to award a contract. PROJECT MANUAL 19

10.5.1.1 Any protest to award a contract shall be in writing and shall be delivered so that it is received by the County Administrator not later than five (5) business days after announcement of the award or decision to award, whichever comes first. Otherwise any such protest shall be deemed to be waived. 10.5.1.2 Except for a protest of an emergency or sole source procurement, a protest of a County award or decision to award a contract may only be made by a person who submitted a bid or proposal for the procurement at issue and who was reasonably likely to have its bid or proposal accepted but for the County's decision. In the case of an emergency or sole source procurement, a protest may only be made by a person who can show that he was reasonably likely to have submitted a successful bid or proposal if the procurement had been other than emergency or sole source. 10.5.1.3 Protests shall only be granted if (1) the protester has complied fully with Bedford County Code and there has been a violation of law, Bedford County Code, or mandatory terms of the solicitation that clearly prejudiced the protestor in a material way, or (2) a statute requires voiding of the decision. 10.5.1.4 The County Administrator shall issue a written decision on a protest within ten (10) days of its receipt by the County Administrator. 10.5.1.5 If the protest is denied, the protestor may only appeal the denial or otherwise contest or challenge the procurement by then filing suit in the Bedford Circuit Court, Bedford, Virginia, and serving the County with such suit within ten (10) days of such denial. Otherwise, the County Administrator 's decision shall be final and conclusive, and the protester's right to appeal the denial or to otherwise contest or challenge the procurement shall be deemed to be waived. 10.5.1.6 Strictly following these procedures shall be a mandatory prerequisite for protest of the County's award or decision to award a contract. Failure by a bidder to follow these procedures strictly shall preclude that bidder's protest and be deemed to constitute a waiver of any protest. 10.5.2 A protest may not be based upon the alleged non-responsibility of a person to whom the County awards or makes a decision to award a contract. PROJECT MANUAL 20

Woodhaven Drive Relocation Bedford County, Virginia H&P Project Number: 20120542 September 9, 2013 ANSWERS TO CONTRACTOR QUESTIONS 1. Question: Who is responsible for materials testing? Answer: The contractor is responsible for testing to VDOT standards per the Locally Administered Projects manual. 2. Question: Clarify the contract time. Answer: The contractor will be given 120 days to complete the project and the roadway shall be able to accept traffic within 90 days. The contractor shall keep daily records on weather or other conditions that require work stoppage in order to justify an extension of the contract time. 3. Question: What if rock is encountered? Answer: A line item for rock removal/disposal was added to the bid form. 4. Question: What are the DBE requirements? Answer: According to VDOT, there are no DBE requirements for state funded projects. There is no federal funding associated with this project. 5. Question: How will the soil fill volume be verified? Answer: The contractor will verify soil volumes by survey of the borrow area. 6. Question: Is the project lump sum or unit price? Answer: This is a unit price project. The instructions for bidders form was corrected and is attached to this addendum. 7. Question: Is there a detail for the 12 split casing? Answer: The utilities must comply with the Bedford Regional Water Authority s (BRWA) standards and specifications. BRWA has indicated that they do not have a detail for this casing. The contractor shall be prepared to submit information on the proposed casing to BRWA for approval. 8. Question: Is Sew-Per coat required on the DI sewer line? Answer: BRWA does require the Protecto 401 / Sew-Per coat on the sewer line. 9. Question: Can the bid date be extended? Answer: The bid date cannot be extended. Woodhaven Drive Relocation Project Bedford County, VA Addendum # 1 Page 1 of 1