HomeMy WebLinkAbout6.k. Change Order #1 for Well #14 City Project #382AGENDA ITEM: Change Order #1 Well #14, City Project
#382
AGENDA SECTION:
Consent
PREPARED BY: Andrew J. Brotzler, P.E., City Enginee IA i
AGENp 6 K
ATTACHMENTS: Letter; Change Order #1
APPROVED BY: ,J
RECOMMENDED ACTION: Motion to approve Change Order #1 to Well #14, City Project
#382 and authorize the necessary signatures.
'C ROSEMOUNT
CITY COUNCIL
City Council Meeting: July 19, 2005
ISSUE
Consider approval of Change Order #1 for Well #14, City Project #382.
BACKGROUND
Attached for City Council consideration is Change Order #1 for Well #14, City Project #382. As outlined
in the attached letter from Nancy Zeigler with WSB and Change Order #1, the Change Order consists of a
change in design from a 30- mch /24 -inch double cased well to a 30-inch/24-inch/18-inch triple cased well
design. This change is design is necessary because the 30 -mch casing has come to refusal at 138 feet. The
30 -inch casing was originally designed to go to 188 feet. The result of the change m design that is included
in Change Order #1 is a decrease m contract puce of $45.00 and an increase in the contract time of 46
days
SUMMARY
Staff recommends Council approval of Change Order #1.
EXECUTIVE SUMMARY
G \ENGPROJ \382 \ChangeOrderlCC7 -19 -05 doc
WSB
ana Infrastructure 1 Engineering 1 Planning 1 Construction 701 Xenia Avenue South
Assoccates, Inc
Suite 300
July 11, 2005 Mmneapohs, MN 55416
Tel 763- 541 -4800
Fax 763 541 -1700
Mr. Andrew Brotzler
City of Rosemount
2875 145 Street West
Rosemount, MN 55068
Re: Change Order No. 1
Municipal Production Well No. 14
City of Rosemount Project No. 382
WSB Project Nos. 1391 -02
Dear Mr. Brotzler:
Please find enclosed Change Order No. 1 for the above referenced project The original design
was for a 30- inch/24 -inch double cased well. Since the 30 -mch casing has come to refusal at 138
feet, the design is being changed to a 30- inch/24- inch/18 -inch triple cased well design. The
change order reflects a decrease in contract price of $45.00 and an increase in contract time of 46
days. Two weeks of the extension is due to delays resulting from the design change, such as
ordering additional pipe and four weeks is due to the bid opening being delayed one month (the
four weeks was discussed and agreed to at the pre- construction conference). The change order
has been reviewed and agreed upon by the contractor and we hereby recommend that the City of
Rosemount approve Change Order No. 1 for E. H. Renner and Sons, Inc
If you have any questions or comments regarding the enclosed, please contact me at (763) 287-
8216 Thank you
Sincerely,
WSB Associates, Inc.
WAtedzi it,05
Enclosures
Nancy Zeigler, P.E.
Project Manager
cc: Roger Renner, E. H. Renner and Sons, Inc.
Cindy Dorniden, City of Rosemount
Minneapolis 1 St. Cloud
Equal Opportunity Employer
F IWPWIM /391 0211391.020 VOUCHERS113 91 -02 0 co 1 in cry doc
MUNICIPAL PRODUCTION WELL NO. 14
CITY OF ROSEMOUNT, MN
CITY PROJECT NO. 382
WSB PROJECT NO. 1391 -02
OWNER CONTRACTOR'
CITY OF ROSEMOUNT
2875 145TH STREET WEST
ROSEMOUNT, MN 550684941
YOU ARE DIRECTED TO MAKE THE FOLLOWING MODIFICATIONS IN THE CONTRACT DOCUMENTS'
1 Construct 30124118" triple cased well as descnbed in attachments instead of 3024' double cased well due to 30" casing coming to refusal at 138ft.
2 Increase contract time by 46 days to account for bid opening being delayed one month and design change delays of 2 weeks
IT IS UNDERSTOOD THAT THIS CHANGE ORDER INCLUDES ALL ADDITIONAL COSTS AND TIME EXTENSIONS WHICH ARE IN ANY WAY, SHAPE, OR
FORM ASSOCIATED WITH THE WORK ELEMENTS DESCRIBED ABOVE.
CHANGE IN CONTRACT PRICE.
ORIGINAL CONTRACT PRICE.
PREVIOUS CHANGE ORDERS' N/A
CONTRACT PRICE PRIOR TO THIS CHANGE ORDER:
NET INCREASE OF THIS CHANGE ORDER
CONTRACT PRICE WITH ALL APPROVED CHANGE ORDERS
RECOMMENDED BY
NANCY ZE6LER, P,E,�'RC�,1�CT MANAGER
APPROVED BY
WSB ASSOCIATES, INC
CITY ADMINISTRATOR
CHANGE ORDER NO. 1
$298,863 00
$0 00
$298,863 00
($4500)
$298,818 00
E. H RENNER AND SONS, INC.
15688 NW JARVIS STREET
ELK RIVER, MN 55330
CHANGE IN CONTRACT TIME.
ORIGINAL CONTRACT TIME
NET CHANGE FROM PREVIOUS CHANGE ORDERS:
CONTRACT TIME PRIOR TO THIS CHANGE ORDER
NET INCREASE OF CHANGE ORDER
CONTRACT TIME WITH APPROVED CHANGE ORDERS:
APPROVED BY
CONTRACTOR SIGNATURE
E H RENNER AND SONS
CONTRACTOR
MAYOR
DATE
F:IWPWIN11231.161EXCEL11391 -020 CO- 11C0.1
July 5, 2005
9/15/2005
NONE
9/15/2005
46 days
11/1/2005
The original design was for a 30- inch/24 -inch double cased well. Since the 30 -inch casing has come
to refusal at 138 feet, the design shall be changed to a 30724'118" triple cased well. The following
sections of the specifications needed to be modified or added to accommodate the triple cased well
design.
Section 02670
3.01 CONSTRUCTION OF THE WELL
F Alternate Triple Cased Well Design
1. Drill and drive 30 -inch casing until refusal
2. Install 24 -inch casing inside the 30 -inch casing to point of refusal
3. Drill and drive 24 -inch casing through the drift into the Prairie du Chien.
4. Drill 24 -inch nominal open hole through the Prairie du Chien and 10 feet into the
Jordan formation.
5. Install 18 -inch casing 10 feet into the Jordan formation and grout in place after
plumbness and alignment test. The bottom of the pipe shall be sealed prior to
grouting
6. Drill 18 -inch nominal open hole through the Jordan formation and not more than 10
feet into the St Lawrence formation CONTRACTOR shall seal any of the borehole
drilled more than 10 feet into the St Lawrence formation with neat cement grout in
accordance with the Minnesota Department of Health Well Code, at
CONTRACTOR'S expense
3.14 MEASUREMENT AND PAYMENT
8 Description of Bid Items
2. Item No 2 Drill /Dnve 30" Casing
Change Order No. 1
City of Rosemount
Municipal Well No. 14
WSB Project 1391 -02
a Includes furnishing, drilling and driving, approximately 488- 138 feet of 30-
inch casing through the drift until refusal into the Prairie du Chien. All other
materials needed to perform the work, such as bentonite grout, are included
in the unit pnce bid
b. Payment will be made on linear feet provided.
c. Payment will be made in accordance with the unit price established in the
bid form
3 Item No. 3 Drill 30" Nominal Open Hole (Delete)
approximately 230 fcct of 30 inch nominal diameter opcn halo
b. aymont will be on linear fcct provided.
lid -feu
4 Item No 4 Install 24" Casing
a. Includes furnishing and installing complete, a 24 -inch casing, inside the 30-
inch casing to 138 feet ect above grade to a point
b. Payment will be based on linear feet provided
c. Payment will be made in accordance with the unit price established in the
bid form
7. Item No 7 Drill 24" Nominal Open Hole (Delete)
bid form
A -1 Item No. A -1 Drill /Drive 24" Casing
a. Includes furnishing, drilling and driving, approximately 50 feet of 24 -inch
casing through the drift into the Prairie du Chien All other materials needed
to perform the work, such as bentonite grout, are included in the unit price
bid
b. Payment will be made on linear feet provided.
c. Payment will be made in accordance with the unit price established in the
bid form.
A -2 Item No. A -2 Drill 24" Nominal Open Hole
a Includes furnishing all equipment, materials and labor, and dnlling
approximately 239 feet of 24 -inch nominal diameter open hole
approximately 229 feet through the Prairie Du Chien formation and 10 feet
into the Jordan formation, as specified.
b. Payment will be on linear feet provided.
c. Payment will be made in accordance with the unit price established in the
bid form.
A -3 Item No A -3 Install 18" Casing
a. Includes furnishing and installing complete, a 18 inch casing, inside the 24-
inch casing and open hole, from 4 feet above grade to a point into the
Jordan formation, as directed by ENGINEER
b. Payment will be based on linear feet provided
c. Payment will be made in accordance with the unit price established in the
bid form
A-4. Item No. A-4 Drill 18" Nominal Open Hole
a. Includes furnishing all equipment, materials and labor, and drilling
approximately 79 feet of 18 -inch nominal diameter open hole through the
remaining Jordan formation and to the top of the St Lawrence formation, as
specified
b Payment will be on linear feet provided.
c. Payment will be made in accordance with the unit price established in the
bid form.
City of Rosemount
2875 145 Street West
Rosemount, Minnesota 55068
Dear Council Members.
We, the undersigned, doing business as
and hereinafter known as the Bidder, have examined and carefully studied the Bidding
Documents with related documents, visited the site of the proposed work, and are familiar with
all of the conditions, laws and regulations, surrounding the construction of the proposed project
including the availability of materials and labor. We hereby propose to enter into an agreement
with the City of Rosemount, Minnesota, to furnish all labor, matenals, equipment, skills and
facilities for the complete construction of the municipal production well, all in accordance with
the Bidding Documents and Addenda thereto, as prepared by WSB Associates, Inc., Golden
Valley, Minnesota, including sales tax and all other applicable taxes and fees, according to the
following bid schedule:
BID SCHEDULE
Bid Form
For
Construction of
Municipal Production Well No. 14
For the City of Rosemount, Minnesota
Bidder will complete the Work in accordance with the Contract Documents for the following
Base Bid prices:
SCHEDULE A WELL CONSTRUCTION BY CABLE TOOL DRILLING
1. Mobilization /Demobilization
The clearing, access and site preparation and moving of
all drilling equipment and materials onto the site, setting
up the equipment, removal of equipment, and cleanup of
the site upon completion of the work together with all
items of construction, traffic control, security, disposal of
debris, adding fill for positive drainage; cleaning,
disinfecting and testing except for those itemized
separately below, all for the lump sum price of:
MUNICIPAL PRODUCTION WELL NO. 14
CITY OF ROSEMOUNT
ROSEMOUNT, MINNESOTA
CITY PROJECT NO. 382
WSB PROJECT NO 1391-020
Change Order No. 1 Attachment Revised 07/07/05
Dollars
2005
CHANGE ORDER N0. 1
BID FORM (REVISED 07-07-05)
SECTION 00300
2. Drill /Drive 30" Casing
For the drilling by cable tool methods of approximately
one hundred thirty -eight (138) linear feet of 30 -inch
diameter cased hole until refusal, including materials, for
the unit price of, and the total amount of
Unit price per linear foot:
Dollars
Total amount for 138 linear feet:
Dollars
Drill 30" Nominal Open Hole (DELETE
"-the Jordan formation), as specified; for the unit price, and."
total amount of.---
"Ainit price per lin ar foot
Dollars
Dollars
4. Install 24" Casing
For the furnishing and installing complete approximately
one hundred thirty -eight (138) linear feet of 24 -inch
diameter inner casing, as specified, at the unit price of,
and total amount of:
Unit price per linear foot:
Total amount for 138 linear feet:
5. Plumbness Alignment Test
For conducting one (1) plumbness and alignment test,
including equipment and labor, as specified, for the unit
price of, and the total amount of
Unit price per plumbness alignment test:
Total amount for one plumbness alignment test:
Dollars
MUNICIPAL PRODUCTION WELL NO. 14
CITY OF ROSEMOUNT
ROSEMOUNT, MINNESOTA
CITY PROJECT NO. 382
wCR ppn iprr un 1 /01
Dollars /ft.
Dollars
Dollars
/test
Ic.y.
/ft.
CHANGE ORDER NO. 1
BID FORM (REVISED 07-07-05)
SECTION 00300
6. Grout Annular Space
For furnishing and placing forty (40) cubic yards of neat
cement for grouting the annular space between the
casings and the rock hole and the casing
Unit price per cubic yard:
Total amount for 40 cubic yards removed.
Total amount for 70 lin or feet
8. F I.R Development Equipment
9 Blasting with Explosives
Unit price per pound:
Total amount for 400 pounds.
10 Sandstone Removal
MUNICIPAL PRODUCTION WELL NO. 14
CITY OF ROSEMOUNT
ROSEMOUNT, MINNESOTA
CITY PROJECT NO 382
WSB PROJECT NO. 1391 -020
Dollars
Dollars
.7." Drill 21" Open Hole. (DELETE)
:For tfic drilling by cable tool methods of oppreximatcly
hole through the remaining Jordan formation and to the
flop of thc St Lawrence formation, as cpccified, for thc
unit price, and total amount of
Unit price per lin ar foot:
Dollar°
Dollaro
For furnishing, installing and removing development
equipment, including moving air compressor onto site,
setting up piping and other equipment for air surging, and
removal of air compressor, piping and other equipment
from site upon completion of work, at the lump sum pnce
of:
Furnish, place, and shoot the rock formation with
approximately four hundred (400) pounds of explosives,
for the unit price, and total amount of
/ft
Dollars
Dollars /lb.
Dollars
Remove from the well approximately four hundred (400)
cubic yards of sandstone loosened by explosives or air
surging, and measuring this sandstone for the unit price /c.y.
CHANGE ORDER NO 1
BID FORM (REVISED 07 -07 -05)
SECTION 00300
on ce nnenn 1
of, and the total amount of:
Unit price per cubic yard of rock removed:
Total amount for 400 cubic yards removed:
11. Air Surqinq
For approximately one hundred fifty (150) hours of air
surging to develop the formation, at the unit price of, and
total amount of:
Unit price per hour:
Total amount for 150 hours:
12. Disposal of Sandstone
Dispose of approximately four hundred (400) cubic yards
of sandstone off -site, for the unit price of, and the total
amount of
Unit price per cubic yard of sandstone disposed:
Dollars
Total amount for 400 cubic yards disposed'
13. Re- install Development Equipment
14. F I.R Test Pumping Equipment
MUNICIPAL PRODUCTION WELL NO. 14
CITY OF ROSEMOUNT
ROSEMOUNT, MINNESOTA
CITY PROJECT NO 382
MSB PROJECT NO. 1391 -020
Dollars
Dollars
Re- install and remove development equipment, at the
lump sum price of:
Furnish to the site and install in the well and remove from
the well, a test pump capable of delivering 2200 gpm of
water from the well at the head encountered, including
furnishing the discharge piping and power for operating
the test pump, at the lump sum price of:
Dollars /hr.
Dollars
Dollars
Ic.y.
Dollars
Dollars
CHANGE ORDER NO. 1
BID FORM (REVISED 07 -07 -05)
SECTION 00300
15. Test Pumpino
For eighty (80) hours of well testing for yield, drawdown,
and recovery, at the unit price of, and total amount of:
Unit price per hour of test:
Total amount for 80 hours of tests:
16. Re- install Test Pumping Equipment
Re- install in the well and remove from the well, a test
pump capable of delivering 2200 gpm of water from the
well at the head encountered, including furnishing the
discharge piping and power for operating the test pump,
at the lump sum price of:
17. Water Analysis
18. Sand Tests
Unit price per test:
Total amount for 5 tests:
MUNICIPAL PRODUCTION WELL NO. 14
CITY OF ROSEMOUNT
ROSEMOUNT, MINNESOTA
CITY PROJECT NO. 382
WSB PROJECT NO. 1391 -020
Dollars
Dollars
Dollars
One chemical analysis and one bacteriological analysis
of the well water, taking of the sample, and delivery of the
sample to the approved laboratory, testing as specified,
and preparation of report, for the lump sum price of.
Dollars
For five (5) sand content tests, as required, including the
taking of sample, delivery and testing of sample and
reporting of the results within a 24 hour period, at the unit
price of, and total amount of:
Dollars
Dollars
/hr.
/test
CHANGE ORDER NO. 1
BID FORM (REVISED 07 -07 -05)
SECTION 00300
PAGE 00300 -5
19. Well Video Survev
Complete one (1) television survey of the entire well,
including moving equipment, materials and personnel onto
the site, completing the television survey and providing
ENGINEER with completed and clear recordings, at the
unit price of, and total amount of
Unit price per survey'
Total amount for one television survey:
20. Silt Fence
For furnishing and installing approximately two hundred
fifty (250) linear feet of silt fencing, at the unit price of, and
total amount of:
Total amount for 250 linear feet of silt fence:
21. Sound Barrier
For furnishing and installing approximately four hundred
eighty (480) square feet of sound barrier, at the unit price
of, and total amount of:
Unit price per square foot of sound barrier:
Total amount for 480 square feet of sound barrier
Dollars
MUNICIPAL PRODUCTION WELL NO. 14
CITY OF ROSEMOUNT
ROSEMOUNT, MINNESOTA
CITY PROJECT NO 382
WSB PROJECT NO. 1391-020
Dollars
Isrvy
Dollars
Dollars /ft.
Dollars
Dollars
/s.f.
CHANGE ORDER NO. 1
BID FORM (REVISED 07.07 -05)
SECTICN 00300
o nr_c noon c
22. Gamma Loq
For providing one (1) Gamma Log of the entire cased and
open rock hole, at the unit price of, and total amount of:
Unit price per Gamma Log:
Total amount for one Gamma Log:
Dollars
A -1 Drill /Drive 24" Casing
For the drilling by cable tool methods of approximately
fifty (50) linear feet of 24 -inch diameter cased hole
through the glacial drift into the Prairie due Chien,
including materials, for the unit price of, and the total
amount of
Unit price per linear foot:
Total amount for 50 linear feet:
A -2. Drill 24" Nominal Open Hole
Unit price per linear foot:
Total amount for 239 linear feet:
MUNICIPAL PRODUCTION WELL NO. 14
CITY OF ROSEMOUNT
ROSEMOUNT, MINNESOTA
CITY PROJECT NO. 382
WSB PROJECT NO 1391 -020
Dollars
Dollars
Dollars
For the drilling by cable tool methods of approximately
two hundred thirty nine (239) linear feet of 24 -inch
nominal diameter open hole (approximately 229 feet
through the Prairie Du Chien formation and 10 feet Into
the Jordan formation), as specified, for the unit price, and
total amount of:
Dollars
Dollars
flog
/ft.
CHANGE ORDER NO. 1
BID FORM (REVISED 07 -07 -05)
SECTION 00300
PAGE 00300 -7
A -3. Install 18" Casing
For the furnishing and Installing complete approximately
four hundred thirty -one (431) linear feet of 18 -inch
diameter inner casing 4 feet above grade and 10 feet into
the Jordan formation, as specified, at the unit price of,
and total amount of
Unit price per linear foot
Total amount for 431 linear feet:
A-4. Drill 18" Open Hole
Unit price per linear foot:
Total amount for 79 linear feet:
MUNICIPAL PRODUCTION WELL NO. 14
CITY OF ROSEMOL
ROSEMOUNT, MINNESOTA
CITY PROJECT NO 382
WSB PROJECT NO. 1391 -020
Dollars
Dollars
For the drilling by cable tool methods of approximately
seventy (79) linear feet of 18 -inch nominal diameter rock
hole through the remaining Jordan formation and to the
top of the St Lawrence formation, as specified, for the
unit price, and total amount of:
Dollars
Dollars
/ft.
/ft.
Total of Part A Well Construction by Cable Tool Drilling, sum of Items 1 through 22, and A -1 through
A -4, inclusive
(use words)
Dollars
(use figures)
CHANGE ORDER NO. t
BID FORM (REVISED 07 -07 -05)
SECTION 00300
PAGE nn30n -8
SCHEDULE B VERTICAL TURBINE LINE SHAFT PUMP
23 A lump sum Bid Price for furnishing and Installing
vertical turbine line shaft pump, motor and
appurtenances as specified, except for that
included in Item 24
(use words)
Dollars
24. For providing and installing 200 feet of column,
shafting and retainers with couplings in 10 -foot
sections.
City of Rosemount Municipal Production Well No 14
and well pump, the sum of items 1 -24, inclusive
MUNICIPAL PRODUCTION WELL NO. 14
CITY OF ROSEMOUNT
ROSEMOUNT, MINNESOTA
CITY PROJECT NO. 382
WSB PROJECT NO. 1391-020
(use figures)
Dollars per 10 -foot section X 20 sections
(use figures) (use figures)
Total of Part B Vertical Turbine Line Shaft Pump, sum of Items 23 and 24:
Dollars
(use words)
Dollars
(use figures)
TOTAL OF BASE BID (SCHEDULE A SCHEDULE B) FOR COMPLETED CONSTRUCTION
(use words)
Dollars
(use figures)
Note: Bidder must enter prices for all items indicated above. Partial bids will not
be considered.
CHANGE ORDER NO. 1
BID FORM (REVISED 07-07-05)
SECTION 00300
PAGE 00300 -9
QUALIFICATIONS
We shall use the following drilling equipment if the contract is awarded to us:
Name of Manufacturer Model No.
Height of Mast feet Engine H.P.
Age, in years, of drilling equipment
Minnesota Water Well Drilling License No.
National Water Well Association Certification No.
We are listing in the spaces below the locations of our most recent 24 -inch or Larger Jordan
Sandstone wells of 470 feet depth or more which our company has drilled by Cable Tool
Methods in Minnesota.
1.
2.
3.
Date Well
Location Owner's Name Was Drilled
COMPLETION TIME
If this Bid is accepted and Contract awarded, the Bidder agrees to the following completion
times, all subject to the provisions of the Contract Documents.
1. Final Completion by September 15, 2005.
LIOUIDATED DAMAGES
Bidder hereby agrees to commence work under this contract on or before a date to be specified in
a written Notice to Proceed of the OWNER and to fully complete the project within the time
penods stipulated. Bidder further agrees to pay as liquidated damages, sums specified in the
Agreement, $500 /day, if Bidder fails to complete work by the Final Completion date.
MUNICIPAL PRODUCTION WELL NO. 14
CITY OF ROSEMOUNT
ROSEMOUNT, MINNESOTA
CITY PROJECT NO. 382
WSB PROJECT NO. 1391 -020
Size and Depth
CHANGE ORDER NO. 1
BID FORM (REVISED 07-07-05)
SECTION 00300
PAGE 00300-10
AWARD OF CONTRACTS
This Bid is submitted after careful study of the Contract Documents and from personal
knowledge of the conditions to be encountered at the site, which knowledge was obtained from
the undersigned's own sources of information and not from any official or employee of the City
of Rosemount.
By submission of this Bid, each Bidder certifies, and in the case of a joint Bid each party thereto
certifies as to his own organization, that this Bid has been arrived at independently, without
consultation, communication, or agreement as to any matter relating to this Bid with any other
Bidder or with any competitor.
If a discrepancy appears between the written and the numerical, the written words will be used as
the quoted price. If an error appears in an extension or the addition of terms, the corrected
extension or total of the parts shall govern.
The undersigned understands that the unit price quantities mentioned herein are approximate
only, and are subject to increase or decrease, and hereby proposes to perform all quantities of
work as either increased or decreased, in accordance with the provisions of the specification, at
the unit prices bid in this bid form.
It is understood that if this bid is awarded, CONTRACTOR shall execute a contract in the form
attached to the specifications and will furnish a performance bond and a payment bond, each in
the amount of 100 percent of the TOTAL OF BASE BID ITEMS AND ALTERNATE BID
ITEMS FOR COMPLETED CONSTRUCTION, as indicated on the BID FORM, and in the
form attached to the specifications.
It is understood that if this bid is awarded, CONTRACTOR shall complete the work as specified.
It is understood and agreed that a Bid cannot be withdrawn within fort-five (45) days and that the
City of Rosemount has the right to accept or reject any or all Bids, and to waive any irregularities
and informalities therein and to award the contact to the best interests of OWNER.
BID SECURITY
Accompanying this bid is a cashier's check, certified check, or bid bond in the amount of:
Dollars which is five percent (5
of the bid amount, and is drawn to the order of the City of Rosemount with the understanding
that if this Bid is accepted and the undersigned refuses, fails or neglects to execute a contract and
furnish said bonds within ten (10) days of the date when Notice of Award is delivered to Bidder,
the bid security shall be liquidated damages occasioned by such failure and thereupon the City of
Rosemount shall realize the bid security and use the proceeds in payment of incurred damages
MUNICIPAL PRODUCTION WELL NO. 14
CITY OF ROSEMOUNT
ROSEMOUNT, MINNESOTA
CITY PROJECT NO 382
W5B PROJECT NO. 1391-020
CHANGE ORDER NO. 1
BID FORM (REVISED 07-07-05)
SECTION 00300
PAGE 00300 -11
and upon further understanding that bid secunty will be promptly returned upon the rejection of'
this Bid. For bid security purposes, the bid shall be the TOTAL OF BASE BID ITEMS AND
ALTERNATE BID ITEMS FOR COMPLETED CONSTRUCTION, as indicated m this BID
FORM.
ADDENDUM RECEIPTS
Receipt of the following addenda to the Bidding Documents is acknowledged:
Addendum No. dated
Addendum No. dated
Addendum No. dated
By:
MUNICIPAL PRODUCTION WELL NO. 14
CITY OF ROSEMOUNT
ROSEMOUNT, MINNESOTA
CITY PROJECT NO. 382
WSB PROJECT NO. 1391 -020
(Signature)
Typed or
Printed Name:
Title:
Mailing Address:
Telephone Number:
Fax Number:
Email Address
State whether the Bidder is sole proprietor, a partnership or a corporation,
and if a corporation, the state in which it is incorporated.
Note: Bidder must fill in all applicable spaces above to be considered.
END OF SECTION 00300
CHANGE ORDER NO. 1
BID FORM (REVISED 07.0' -05)
SECTION 00300
PAGE 00300 -12
MUNICIPAL PRODUCTION WELL 11014
FOR THE CITY OF
ROSEMOUNT, MN