March 28, Addendum #4 IFB SA 1713 POTOMAC MILLS T23 WATER TANK REHABILITATION

Size: px
Start display at page:

Download "March 28, Addendum #4 IFB SA 1713 POTOMAC MILLS T23 WATER TANK REHABILITATION"

Transcription

1 Procurement Department P.O. Box 2266 Woodbridge, Virginia Fax (703) March 28, 2017 Addendum #4 IFB SA 1713 POTOMAC MILLS T23 WATER TANK REHABILITATION THIS SOLICITATION IS HEREBY AMENDED AS FOLLOW: The bid opening has been extended. Sealed bids will be accepted until 1:00 p.m. on Thursday, April 6, 2017 at Prince William County Service Authority, located at 4 County Complex Court, Woodbridge, Virginia Exhibit E (SCHEDULE OF UNIT PRICES) has been revised. All unit prices shall be submitted on the attached form. The attached responses to questions have been added for clarification. Acknowledgement: Bidders submitting a bid response for the above named solicitation shall take note of the following changes, additions, deletions, clarification, etc., in the Contract Documents, which shall become a part of and have precedence over anything shown or described in the Contract Documents, and as such shall be taken into consideration and be included in the Bidder s response. All other terms and conditions of the Invitation For Bid shall remain unchanged. Bidders must acknowledge receipt of this amendment by signing and returning this addendum with the bid response or prior to the bid due date and time. Authorized Signature Date Name Printed Title Company Name Direct all inquiries to: purchasinggroup @pwcsa.org 1 P a g e

2 RESPONSES TO QUESTIONS FOR CLARIFICATION SOLICITATION NO. IFB SA-1713 POTOMAC MILLS T23 WATER TANK REHABILITATION Question 1: Response 1: Question 2: In light of the fact that there are no heavy metals in the existing coatings, will paragraphs pertaining to the lead standard (for example 1.04 N 5 b) and containment of lead (for example 1.04 R 5) apply to this project? The Service Authority is not aware of any lead, chromium or heavy metals in the existing coating system. Part 1.05 B 1 states: The Owner and/or Owner s Representative will perform a warranty inspection and required cleaning at the end of the two (2) warranty period, and prior to the end of each optional warranty maintenance period. Part 3.02 A 1-4 State that the Contractor will perform cleaning. Which is correct? Response 2: Prior to the end of warranty year 2, the Contractor will perform a cleaning, inspection, misc. repair, and disinfection on the Potomac Mills tank and Coating System. Question 3: Please clarify the meaning of Part 1.05 B 5 which states: Owner will provide an Inspection Report identifying the Warranty Work required. This report does exclude any additional repairs noted by the Contractor but not Included in the Inspection Report. Response 3: Contractor has a responsibility to repair defects whether they are identified by the Service Authority or Contractor. Question 4: Regarding Part 1.04 C, is any on-site work required by the Contractor in warranty years 1, 3, 4, 6, 7, 9, or 10? Response 4: The Contractor is required in the attached chart under 1.04C years 1, 3, 4, 6, 7, 9, or 10 to visually inspect the tank and is required to verify that the tank coating system is in good condition. Question 5: Rather than a single warranty bond running for 2, 5, 8 or 11 years, would the Owner accept an initial bond for the first 2 years, and subsequent 3 year bonds for each remaining period? 2 P a g e

3 Response 5: Yes, a warrant bond will be acceptable for years 1 and 2. The three year option period as defined in Section will be under a maintenance bond. Question 6: Regarding the repair/miscellaneous work that may be required on other tanks: a. Are prices required for all additional unit price items in order for the bid to be responsive? For example, if the Contractor does not employ electricians or electrical laborers, could those lines be left blank, or bid as sub work? Response 6: b. Regarding the repair/miscellaneous work that may be required on other tanks: a. In order to be considered a responsive bidder, all items on the Schedule of Unit Price form must be filled out completely. b. In order to be considered as a responsive bidder, the Contractor will need to fill in all miscellaneous line items completely. Question 7: Are the Certified Welder and Laborer (welding) rates here intended to be used to adjust bid Items 4 & 5 if they turn out to be more or less than the 40 hours estimated in J&K? Response 7: No, the Service Authority intends to use the additional Unit Pricing for other projects outside of the Potomac Mills Tank work. The bid items 1thur 16 should be all inclusive of the work required and identified in the contract documents and site visit. Question 8: Is recyclable steel grit an acceptable abrasive for all surfaces? Response 8: No, recyclable steel grit is not an acceptable abrasive. The abrasive used shall be of the type that is graded as to proper size, shape and hardness. It shall be free of contaminants and shall not embed itself in the blasted surface. Silica sand, Flint, Garnet or Quartz type abrasives shall be chemically washed, dried, dust, dirt and fines free, resistant to fracture (shattering), and contain no leachable contaminates. Synthetic (non-metallic and non-siliceous) abrasives such as Silicon Carbide, Aluminum Oxide, and Refractory Slag products shall meet the criteria as outlined in Part 3 Technical Section Painting of Steel Tanks and Appurtenances. Question 9: If steel grit is acceptable, is Blastox or Chrometox still required, or may the waste be disposed of as hazardous at no additional cost to the Owner? 3 P a g e

4 Response 9: No, recyclable steel grit is not an acceptable abrasive. As outlined in Part 3 Technical Section Painting of Steel Tanks and Appurtenances, The Contractor shall use reduced or dust free abrasive blasting as required. The Contractor shall determine if additives are needed for the work. The Contractor shall also determine the proper location and disposal requirements per Federal, State and County regulations. Question 10: Section A 2 states, The Owner may choose to place the logo on one or both sides of the tank and use one or two colors. Should Bid Item 13 be bid as the cost of a single logo in one color? Response 10: The single color two sided placement will be made part of the base bid. All others items for logo s on the bid form are optional. The Service Authority will require the Contractor to provide pricing for all optional logos to be considered a responsive bidder. Question 11: Section B calls for a cast aluminum sign, but section H calls for cast bronze, which is correct? Also, 24 x 30 is very large for signage of this type. Can you confirm that dimension? Repsonse11: The Service Authority will determine either an aluminum or bronze sign during the submittal process. The dimension will be determined by the Service Authority during the submittal process up to a 24 x 30 sign. Question 12: Please provide any available information, including test results, related to the concentrations of lead, chromium, or other heavy metals in the existing coatings. Response 12: The Service Authority is not aware of any lead, chromium or heavy metals in the existing coating system. Question 13: There are several references in the specifications to work performed on site by a Certified Industrial Hygienist (for example in the noise suppression and monitoring plan). Is it a requirement that a CIH be on site at all times during the project? Response 13: No, The Service Authority will not require a CIH onsite at all times, but the Contractor shall be held responsible for the noise suppression and monitoring requirements as outlined in their plan and per County ordinances. The Contractor will be required to have the plan approved by the Service Authority during the submittal process. Question 14: Per addendum #3, the new pricing pages include logo pricing with 4 options. The base bid line is the total for items 1-16 which would include all 4 logo pricing options which would not make sense. 4 P a g e

5 How should we fill out the total base bid? Response 14: See Question 10 Response 10 for answer. Question 15: I saw you re posting on eva, and wanted to know if you were willing to bid out partial fabrication of the work. Project descriptions: a. Provide metal repairs and replacement including ladder repairs, safety climb, ladder grab bar, overflow pipe funnel reducer racket, manway replacement, overflow funnel edge, main roof finial vent, and wet riser roof penetration curb. Response 15: b. Fabricate and install additional brackets on overflow pipe and a circular roof handrail fall neatly within our line of work, but the other aspects do not. a. The Service Authority will not accept partial proposals for any portion of the work. b. The Service Authority will not accept partial proposals for any portion of the work. 5 P a g e

6 EXHIBIT E SCHEDULE OF UNIT PRICES TO ACCOMPANY THE BID OF (Bidder/Contractor) POTOMAC MILLS T23 TANK REHABILITATION SOLICITATION NO.: IFB SA-1713 Project Code: 24WDLT0001 Potomac Mills Potomac Mills T23 Water Tank Rehabilitation Item No. Item Description, Estimated Quantity and Unit Price Item Total 1 2 Mobilization (limited to a maximum 3 percent (3%) of total of all items below. $ and /100 Dollars Structural Modifications - Interior Dry $ and /100 Dollars Structural Modifications - Interior Wet $ and /100 Dollars Pit Repairs - Interior Wet Surface Repairs - Interior Wet Structural Modifications - Exterior Dry Interior Dry Surfaces Surface Preparation & Coating

7 Potomac Mills T23 Water Tank Rehabilitation, Continued Item No. Item Description, Estimated Quantity and Unit Price Item Total Interior Wet Surfaces - Abrasive Blast & Coating Exterior Surfaces - Abrasive Blast & Coating Fine Grading and Concrete Repair Full [100 percent] Containment Submersible Hydrodynamic Mixer Service Authority Tank Logo 2 Sided 1 Color Placement [Included] Warranty Period, Years 1 & 2 $ included in bid 14 Warranty Period, Years 3,4 & 5 Owner s Option Warranty Period, Years 6, 7 & 8 Owner s Option Warranty Period, Years 9, 10 & 11 Owner s Option Total Base Bid (All Items; 1 through 16) Potomac Mills Tank Rehabilitation _ 17A 17B 17C Optional - Service Authority Tank Logo 1 Sided 1 Color Placement Optional - Service Authority Tank Logo 1 Sided 2 Color Placement Optional - Service Authority Tank Logo 2 Sided 2 Color Placement Maintenance Bond required for Years 3 through 11: Contractor shall provide a Maintenance Bond during the Warranty Period for Years 3, 4, and 5 in the amount of 10% of the contract price or $5,000.00, whichever is greater. This Maintenance Bond

8 requirement shall continue for Optional Warranty Periods 3 through 11 at three-year intervals, should the Service Authority elect to exercise its option to review the contract. See Specification Section for details. TOTAL BASE BID (All items; 1 through 16) IN WRITING IN NUMBERS Additional unit prices for repair work and/or miscellaneous services on other existing water storage tanks within Prince William County on as needed bases. All repair work and/or miscellaneous services will be done in accordance with labor rates provided below and authorization of Owner: + Joint Repair Welding (cost per linear foot) _ + Plate Repair/Replacement (cost per square foot) _ + Pit Hole Repair (cost per pit hole) _ + Labor and Materials Labor Certified Welder _ /hour Laborer (welding) _ /hour Certified Painter _ /hour Laborer (painting) _ /hour Pipe Mechanic _ /hour Laborer (piping) _ /hour Electrician $ /hour Laborer (electrical) $ /hour The successful Bidder may be required to provide materials, rental specialty equipment (such as cranes, aerial lifts, scaffolding) and/or Subcontractors to fulfill the requirement of the contract. All equipment and Subcontractors must be approved by the Service Authority before use. If the successful bidder provides materials, rental equipment or Subcontractors for items not already identified in the cost proposal, compensation will be based on the actual cost of the materials, rental equipment and Subcontractors with an administrative fee to be equal to the percentages shown below. No extra charges will be allowed. a) Materials Administrative Fee: 6% b) Rental Equipment Administrative Fee: 7% c) Subcontracting Administrative Fee: 5%