IMMEDIATE RESPONSE REQUESTED

Size: px
Start display at page:

Download "IMMEDIATE RESPONSE REQUESTED"

Transcription

1 DATE: June 1, 2018 IMMEDIATE RESPONSE REQUESTED ADDENDUM NO. 3 Project No Owner: City of Dexter Project: 2018 Wastewater Treatment Plant Improvements ADDENDUM ACKNOWLEDGMENT Upon receipt of this addendum, please fill in company name, sign and return IMMEDIATELY via to lerskin@fveng.com. Company Name: Received by: Date Received: Failure to acknowledge this addendum may result in the rejection of your bid.

2 ADDENDUM No.3 Owner: City of Dexter Project: 2018 Wastewater Treatment Plant Improvements Date: June 1, 2018 Engineer: Fleis & VandenBrink Engineering, Inc. Engineer s Project No.: Construction Manager: F&V Construction Management, Inc. CM s Project No.: NOTICE TO ALL PROSPECTIVE BIDDERS DRAWING SHEETS ISSUED HEREWITH: none. BIDS DUE: until 2:30 p.m. local time, Wednesday, June 6, 2018 (UNCHANGED) -- ISSUED TO ALL PLANHOLDERS ===================================================================================== This Addendum is a part of the Contract Documents and modifies the previously issued Bidding Documents. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may result in rejection of this Bid. SPECIFICATION CHANGES: ITEM NO. 1: Section Bid Form 1. Delete this Section in its entirety and replace with the attached revised Section Bid Form, as attached hereto. ITEM NO. 2: Section Alternates 1. Add Paragraph 3.01F, which reads as follows: F. Bid Alternates 6A through 6E - Use Allen Bradley PLCs 1. Use Allen Bradley PLCs and related equipment in lieu of Motorola PLC and equipment for the following control panels. a. Bid Alternate 6A- CP-DEXHEADWORKS [Contract 6] b. Bid Alternate 6B- Fine Screen Control Panel (SCP) [Contract 5] c. Bid Alternate 6C- Grit Control Panel (GCP) [Contract 5] d. Bid Alternate 6D- Filter Control Panels F-531 and F-532 Provided as part of base bid, Section [Contract 5] e. Bid Alternate 6E- Filter Control Panels F-531 and F-532 Provided as part of Bid Alternate No.2, Section [Contract 5] Reason for Alternate: Some equipment manufacturers have stated their standard designs are based on utilizing Allen Bradley PLCs and that using Motorola PLCs would add cost. ITEM NO. 3: Section Supervisory Control and Data Acquisition (SCADA) Hardware and Software 1. Add Paragraph 2.01D.1, which reads as follows: _Dexter_Addendum No.3 Page 1

3 1. For Bid Alternate 6A: Use Allen Bradley Micrologic 1400 PLC with I/O and process capability to perform functions described in the contract documents. ITEM NO. 4: Section In-Channel Fine Screen 1. Add sentence to Paragraph 2.03B.1., which reads as follows: For Bid Alternate 6B: Use Allen Bradley Micrologic 1400 PLC. ITEM NO. 5: Section Grit Concentrator and Dewatering 1. Revise Paragraph 2.02H.8.a, which reads as follows: a. PLC shall be Motorola ACE3600, or Allen Bradley Micrologic 1400 PLC (Bid Alternate 6C), with ethernet communications. ITEM NO. 6: Section Open-Channel Grinders 1. Revise Paragraph 2.04B.4.a, to include the following: or Allen Bradley. ITEM NO. 7: Section Disc Filters Self Contained 1. Revise the first sentence of Paragraph 2.10R.1, which reads as follows: 1. Automatic operation of the Filter shall be controlled through a Motorola ACE3600, or Allen Bradley Micrologic 1400 PLC (Bid Alternate 6D), programmable logic controller (PLC) mounted inside the main control panel. ITEM NO. 8: Section Disc Filters Self Contained 2. Revise the first sentence of Paragraph 2.09R.1, which reads as follows: 1. Automatic operation of the Filter shall be controlled through a Motorola ACE3600, or Allen Bradley Micrologic 1400 PLC (Bid Alternate 6E), programmable logic controller (PLC) mounted inside the main control panel. DRAWING CHANGES: ITEM NO. 1: Sheet E5 1. Refer to Lighting Panel LP-A, change the Surface Enclosure from NEMA 3R to NEMA 1. Any Revisions to any of the Contract Documents made by this Addendum shall be considered as the same revision to any and all related areas of the Contract Documents not specifically called out in this Addendum. FLEIS & VANDENBRINK ENGINEERING, INC. David C. Harvey, P.E. Attachments: Section Bid Form _Dexter_Addendum No.3 Page 2

4 SECTION BID FORM PROJECT IDENTIFICATION: CITY OF DEXTER WASHTENAW COUNTY, MICHIGAN 2018 Wastewater Treatment Plant Improvements CONTRACT IDENTIFICATION AND NUMBER: Contract No. Identification 1 Site Work & Excavation 2 Concrete & Masonry 3 General Trades 4 Painting 5 Mechanical 6 Electrical, Controls & Instrumentation ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: F & V Construction Management, Inc. on behalf of the City of Dexter 8123 Main Street Dexter, MI The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with CM in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 BIDDER S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER and CM. ARTICLE 3 BIDDER S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged: BID FORM

5 Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that may be identified in the Supplementary General Conditions as containing reliable technical data, and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that may be identified in the Supplementary General Conditions as containing reliable technical data. E. Bidder has considered the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site-related reports and drawings that may be identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder s safety precautions and programs. F. Based on the information and observations referred to in Paragraph 3.01.E above, Bidder does not consider that further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER, CM and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance of the Work for which this Bid is submitted BID FORM

6 ARTICLE 4 BIDDER S CERTIFICATION 4.01 Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D: 1. corrupt practice means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process; 2. fraudulent practice means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner or CM, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner and CM of the benefits of free and open competition; 3. collusive practice means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner or CM, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. coercive practice means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. ARTICLE 5 BASIS OF BID 5.01 Bidder may bid any combination of the Contracts shown below. Each Contract will be awarded separately Bidder will complete the Work in accordance with the Contract Documents for the following price(s): A. For Scope of Work for each Contract, see Section Agreement, Schedule A. Contract 1: Site Work & Excavation TOTAL LUMP SUM BASE BID CONTRACT 1: BID FORM

7 Contract 2: Concrete & Masonry TOTAL LUMP SUM BASE BID CONTRACT 2: Contract 3: General Trades TOTAL LUMP SUM BASE BID CONTRACT 3: Contract 4: Painting TOTAL LUMP SUM BASE BID CONTRACT 4: Contract 5: Mechanical TOTAL LUMP SUM BASE BID CONTRACT 5: Contract 6: Electrical, Controls & Instrumentation TOTAL LUMP SUM BASE BID CONTRACT 6: ARTICLE 6 TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment on or before the dates or within the number of calendar days indicated in the Agreement Bidder accepts the provisions of the Agreement as to liquidated damages BID FORM

8 6.03 TIME ALTERNATE: If Bidder takes exception to the Contract Time(s) stipulated in the Agreement, Bidder is requested to stipulate below his proposed alternate time(s) and completion dates for performance of the Work SUBCONTRACTOR LISTING: Bid is submitted on the basis of the use of the following Subcontractors: WORK ITEM FIRM CITY Please note for each work item, if work is to be performed by Bidder or Subcontractor. If by Subcontractor, provide name and City for each Subcontractor. Failure to list Subcontractors with the Bid waives Bidder's rights to a change in Contract Time or Price or withdrawal of Bid and Bid Security, in the event OWNER or CM has reasonable objections to any Subcontractor. If Subcontractors are not identified above, OWNER or CM shall have the right to reject any Subcontractor for reasonable cause. In this case, the apparent low Bidder shall engage a Subcontractor acceptable to OWNER and CM and waives the right to withdraw Bid and Bid Security, and further, waives right to a change in Contract Time or Price due to failure to list BID ALTERNATES: A. See SECTION ALTERNATES for a detailed description of each Alternate. B. Bidder shall provide Bid prices for Alternates as shown below. Indicate whether the Bid price provided is an Add or a Deduct from the Base Bid amount. Bid Alternates Price, $ No. 1 - Vortex Grit Removal System Add/Deduct $ No. 2 Alternate Tertiary Filter Manufacturer Add/Deduct $ No. 3 Delete Headworks Influent Grinder Deduct $ No. 4 Delete Headworks Building- Epoxy Floor Coating System Deduct $ BID FORM

9 No. 5 Filter Room Skylight 5A. Replace Existing Skylight Panels Add $ OR 5B. Replace Skylight Add $ No. 6 Use Allen Bradley PLCs 6A. CP-DEXHEADWORKS (Contract 6) Deduct $ 6B. - Fine Screen Control Panel (SCP) (Contract 5) 6C. - Grit Control Panel (GCP) (Contract 5) 6D. - Filter Control Panels F-531 and F-532 Provided as part of base bid, Section (Contract 5) 6E. - Filter Control Panels F-531 and F-532 Provided as part of Bid Alt No.2, Section (Contract 5) Deduct $ Deduct $ Deduct $ Deduct $ Where noted, Bidders to indicate whether their Bid Price provided is a price increase or decrease by circling Add or Deduct. ARTICLE 7 ATTACHMENTS TO THIS BID 7.01 The following documents are submitted with and made a condition of this Bid: A. Required Bid security; B. List of Proposed Subcontractors; C. List of Proposed Suppliers; D. List of Project References; E. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids; F. Required Bidder Qualification Statement with Supporting Data; and G. Experience Modification Rate (EMR) BID FORM

10 ARTICLE 8 DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary General Conditions. ARTICLE 9 BID SUBMITTAL 9.01 This Bid is submitted by: If Bidder is: An Individual Name (typed or printed): By: Doing business as: A Partnership Partnership Name: (Individual s signature) By: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): A Corporation Corporation Name: State of Incorporation: Type (General Business, Professional, Service, Limited Liability): (SEAL) By: (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: (CORPORATE SEAL) Attest Date of Qualification to do business in located] is / /. [State where Project is BID FORM

11 A Joint Venture Name of Joint Venture: First Joint Venturer Name: (SEAL) By: (Signature of first joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venturer Name: (SEAL) By: (Signature of second joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Bidder's Business Address Phone No. Fax No. SUBMITTED on, 20. State Contractor License No.. END OF SECTION BID FORM