CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS

Size: px
Start display at page:

Download "CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS"

Transcription

1 CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: February 07, 2017 ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS ADDENDUM NUMBER TWO TO: All Bidders Please be advised of the following modification(s) & information related to Invitation to Bid (ITB) These modifications, comments, and attachments are hereby made a part of the solicitation documents to the same extent as if bound therein. The due dates for questions and bids remains the same, as stated in Addendum #1. I. Changes, Additions, Modifications, and Attachments to the ITB A. Changes: 1. Part I, Section 2.5 TERM OF CONTRACT Replace the bold strikethrough text and replace with the bold italicized text: The Contractor selected shall complete the scope of work and all requirements contained herein within two hundred seventy (270) three hundred sixty-five (365) consecutive calendar days after start date to be specified in a written Notice to Proceed issued by Charles County Government, as established by the County and the Contractor, plus any contract time extensions approved by the County to complete all work to a point of Final Completion as deemed by the County. 2. Part I, Section 5.0 Bid Form Delete the Bid Form in its entirety and replace with the Revised Bid Form (d. 2/7/2017) in Attachment C of this Addendum. 3. Throughout the ITB solicitation document: Replace all references to Bid Items to BASE BID ITEMS.

2 B. Additions: 1. Part III, Section 3.2 ALLOWANCE BID ITEM Add the bold, italicized text: The Contractor shall provide the specified cash allowance as part of the work. Allowance includes cost of product and applicable taxes to the Contractor, less applicable trade discounts. Allowances shall include costs associated with the product delivery to site and handling at the site, including unloading, uncrating, and storage (protection of Products from elements and from damage) and labor for installation and finishing. The Engineer shall consult with Contractor for consideration and selection of Products and select Products in consultation with Owner and transmit decision to the Contractor. On notification of selection by Owner, the Contractor shall execute purchase agreement with designated supplier, arrange for delivery, and promptly inspect products upon delivery for completeness, damage, and defects. Differences between allowance amounts and actual costs may be adjusted at the County s discretion via Change Order as specified in Part II, General Provisions of the ITB prior to final payment Allowance Bid Item B-1: Purchase and Installation of an Office Trailer Allowance for the purchase and installation of an office trailer. C. Modifications: None D. Attachments: Attachment A Attendance Roster Optional Pre-Bid & Site Visit Attachment B Staging, lay down, and trailer locations areas Attachment C Revised Bid Form (d. 2/7/2017) II. Pre-Bid Meeting Notes A. Introduction Good morning, and welcome to the pre-bid meeting for ITB 17-17, MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS. My name is Yaffa Seiden, Assistant Chief of Purchasing for Charles County Government. Also with us today are: Mr. Rea Shafer and Ms. Danielle North for the Department of Public Works, Utilities Division. The County intends to contract with a Contractor to provide primary clarifier no. 1 improvements including but not limited to: new process mechanical piping, pumping equipment and valves, new clarifying equipment, temporary bypass pumping, new concrete launderer, new clarifier floor grout, instrumentation and electrical work. 3

3 B. Procurement Discussion All solicitation documents may be found on the County Bid Board. Ensure all required forms and any other information required is complete and in your bid package. Refer to Part I, Section 1.2 for documents required for bid submission. Submit one unbound original, so identified, and three bound copies of your bid. All questions should be directed to me in writing via the contact information provided in the ITB. No information obtained from any source other than the solicitation documents found on the County Bid Board, or from myself or the Department of Public Works, Utilities Division staff members here today during this meeting may be considered to be accurate. NOTE: COMMUNICATIONS THROUGH PURCHASING REPRESENTATIVE ONLY. Bids must state and be valid for 120 days from the bid due date. There is an aspirational 25% MBE goal for this solicitation. We encourage you to meet this goal. The solicitation is subject to the County s Small Local Business Enterprise (SLBE) program as indicated on page I-12. This project is subject to the County s Prevailing Wage law as specified in Appendix 4. The Contractor shall complete the scope of work and all requirements contained herein within 270 consecutive calendar days after the start date to be specified in a written Notice to Proceed issued by the County. Insurance requirements are located on pages I-10 & I-11. A bid security and bonds are required for this project. See page I-4 for more information. The protest policy is on pages I-10 & I-11. The County may reject any and all bids for any reason it deems necessary, and may waive any irregularities and/or informalities, and make award in any manner that is in the best interest of the County. Award will be to the lowest responsive, responsible Bidder, provided it is in the County s best interest to do so. The County shall consider the Total Bid Price of this ITB. By submitting a bid in response to this solicitation, the Bidder certifies that their firm is not debarred, suspended, or otherwise ineligible for participation in government procurement by the federal government, the State of Maryland, or any other state, county, or municipal government. C. Technical Discussion Submit questions as stated in the ITB. D. Pre-Bid Meeting Questions Question 1 Question: Are the gates at the splitter box required in this contract? Response: Yes. In the splitter box, assume the bypass box goes directly into Primary No. 2 chamber. 4

4 Question 2 Question: Are there specifics for the bypass pumping such as requiring 24 hour pumping? Response: The Contractor will determine the best method for bypass pumping. It is not likely that 24 hour pumping will be needed. However, the flow must keep going. Question 3 Question: How much grout needs to be removed? What is the thickness? Response: A response shall be provided in an Addendum. Further Clarification: Bidders shall field verify the grout thickness. Contractor shall remove all the existing grout down to the existing clarifier base slab. Question 4 Question: Does replacing the sludge and the pumps need to be done one at a time? Response: No, the tank is out of service and is standalone. Question 5 Question: Where is the staging area? Excavation? Lay down? Trailer location? Response: A response shall be provided in an Addendum. Further Clarification: See Attachment B of this Addendum. Question 6 Question: How is the pump station accessed? Response: Pump station is not confined. Access is limited to the bilco hatch or the tunnel doorways. Question 7 Question: What is the gate out? Response: The gate out in the plans is a come along aspect. Question 8 Question: What stub out is active? Response: The active stub out line in service is a 36 from the pump station. E. CLOSING REMARKS Thank you for coming. I will post the attendance sheet to the bid board this afternoon. Please be on the lookout for the meeting notes. III. Written Questions Received through 1/25/2017 Question 9 Question: Is the County open to Alternatives replacing the clarifier with other proven technology? Response: No. 5

5 Question 10 Question: Per sheet S-2, we are to remove the existing grout on the bottom slab. Can you please clarify the thickness of the grout that needs to be removed? Response: See further clarifier response to Question 3 of this Addendum. Question 11 Question: Please clarify if there is any existing coating on the wall of the clarifier. If so, please provide any information that may be available on the type of coating. Response: Bidders shall field verify the condition of the wall. Contractor responsible for preparing the existing wall to accept new coating system. Question 12 Question: Paragraph 2.09.E in Specification Primary Clarifiers states that the scum box shall be connected to a 6 scum line, all as shown on the drawings. We are unable to located this line on the drawings, or find any information on it in the piping specifications. Please advise on the routing of the pipe and material to be used. Response: The 6 scum line will connect the scum box/trough provided by the clarifier manufacturer to the existing scum box. The pipe material shall be the same type as specified for Raw Sewage Group in Section 15060, paragraph 2.01A. Question 13 Question: Is the Contractor responsible for providing trade permits? If so, which permits will be required? Is there any cost associated with the transfer of permits from the County to the Contractor during construction? Response: Yes, permit requirements are specified in Appendix I, Specification Section 01400, paragraph 1.01D. Question 14 Question: Is an engineer s construction trailer required for this project? Response: Yes. Question 15 Question: No laydown area was shown on the drawings, please confirm where the contractor s laydown and storage area shall be placed. Response: See Attachment B of this Addendum. Question 16 Question: The shutdown duration to install the gates is not feasible. The gates will require anchoring, epoxy cure time before anchor nuts can be tightened and then grouting of the frames and grout cure time prior to reintroducing flow. This is not achievable in the short early morning shutdown window. Please provide direction for an extended shut down along with flow rates for the influent splitter box. Response: All shut downs are considered to be the contractor s means and method responsibility. All shutdowns will require close coordination with County Operations Staff Question 17 Question: Will the County approve by Addendum [vendor] as an additional clarifier equipment manufacturers? 6

6 Response: No additional clarifier manufacturers will be named. Question 18 Question: Drawing M-4 shown shows an Energy Dissipating Inlet but there is no mention of such in Section Please confirm if this is to be provided. Response: Yes, Energy Dissipating Inlet is required. Question 19 Question: Drawing M-4 shows the center platform as being 10 x 10 but Section 11225, 2.05B calls for the platform to be 9 x 9. Please confirm what is required. Response: Provide a minimum 9 ft by 9 ft platform. Question 20 Question: Please confirm that the existing top slab on the pump station is 0-9 thick. Response: Bidders shall field verify the top slab thickness. Question 21 Question: Will the County approve by Addendum [vendor] for weir gates? Response: No additional weir gate manufacturers will be named. Question 22 Question: After speaking to the Clarifier Supplier, is 270 days enough to contract, procure submittals, R&A submittals, Fabricate, Deliver and Install the Clarifier? This could exceed 270 Days, we suggest 365 Day contract time duration. Response: See Part I of this Addendum regarding a change in the term of the contract. Question 23 Question: Is the contractor required to provide a special inspector for section ? Response: No. Question 24 Question: Can the owner provide a list of shut downs that will require the pumping and vacuum trucks described in section 01106? Response: No list of shut downs will be provided. All shut downs are considered to be the contractor s means and method responsibility. All shutdowns will require close coordination with County Operations Staff. Question 25 Question: Will the contract be awarded on base bid of the named equipment or will substitute equipment deducts factor into the project award? Response: Contract will be awarded as stated in the ITB in Part I, Section 2.0. Question 26 Question: Does the Owner have a preferred instrumentation subcontractor for the work described in section 17000? Response: No. 7

7 Question 27 Question: Does the Owner want to retain any of the salvaged equipment? Response: The Contractor shall meet with the County prior to demolition to identify any existing equipment to be delivered to the County. Question 28 Question: Drawing No. 4 of 13. Is the thickness of the clarifier bottom overlay known? What is the anticipated thickness of the new topping? Response: Bidders shall field verify the grout thickness. Contractor shall remove the existing grout down to the existing clarifier base slab. Question 29 Question: Will the County approve by Addendum [vendor] as an additional or equal for programmable controllers? Response: No additional manufacturers will be named. Question 30 Question: Is it possible to extend the deadline for bidder s questions? Response: The due dates for questions remains the same, as stated in Addendum #1. Question 31 Question: Please provide if the new concrete trough in the clarifier is to be coated with the epoxy coating required for the walls and floor. Response: Yes. 8

8 ATTACHMENT A 9

9 10

10 11

11 ATTACHMENT B 12

12 13

13 ATTACHMENT C 14

14 Firm s Name and Address: Date: REVISED BID FORM (d. 2/7/2017) The County Commissioners of Charles County, Maryland Charles County Government Building Post Office Box 2150 La Plata, Maryland Honorable Commissioners: This bid is submitted in accordance with your Notice to Bidders inviting bids to be received for the work outlined in the Specifications and Drawings, and the Special Provisions attached hereto for Bid No , MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) CLARIFIER NO. 1 IMPROVEMENTS. Having carefully examined the bid documents, the undersigned herein agrees to furnish all services as outlined in the bid documents for the Special Provisions as stated, for the following prices: A. BASE BID ITEM ITEM NO. A-1 DESCRIPTION OF ITEMS UNIT TOTAL PRICE Execution of MWRF Primary Clarifier No. 1 Improvements (must include the costs of the Specified Equipment Manufacturers selected for Base Bid Items (A-2 - A-4) Lump Sum $ ITEM NO. B. ALLOWANCE BID ITEM DESCRIPTION OF ITEMS UNIT TOTAL PRICE B-1 Purchase and installation of an office trailer Lump Sum $25, * Allowance item may or may not be used. Bid Form continued on next page TOTAL BID PRICE (BASE + ALLOWANCE) 15

15 Bid Form continued MAJOR EQUIPMENT SCHEDULE Instructions: The Bidder MUST select at least one (1) Specified Equipment Manufacturer for Items A- 2 A-4, by circling the selected Specified Equipment Manufacturer Bidder proposes to use in Column D, and which shall be included in the Total Item Bid Price (Item A-1). If also proposing an Or Equal Equipment Manufacturer, enter the name of the Or Equal Equipment Manufacturer in the blank provided for each item in Column D and provide an amount to be deducted from the Total Item Bid Price (Item A-1) in Column E. Deductions for Or Equal items shall not be considered in the evaluation of bids. A. ITEM NO. B. SPECIFICATION SECTION C. EQUIPMENT DESCRIPTION A Primary Clarifier A Progressive Cavity Pump D. SPECIFIED EQUIPMENT MANUFACTURER(S) AND OR EQUAL ALTERNATIVE (CIRCLE SELECTED AND/OR FILL IN BLANK) Ovivo, Inc. Or Equal Alternative: Moyno Or Equal Alternative: E. AMOUNT TO BE DEDUCTED FROM TOTAL BID PRICE FOR THE USE OF SUBSTITUTE EQUIPMENT MANUFACTURER NA Hydrogate A Weir Gates Or Equal Alternative: It is understood and agreed that, if awarded a Contract, the Bidder shall not make any additions, deletions or substitutions to this certified list without the consent of the Owner. By submitting a bid in response to this solicitation, the Bidder certifies that their firm is not debarred, suspended, or otherwise ineligible for participation in government procurement by the federal government, the State of Maryland, or any other state, county, or municipal government. The undersigned has caused this Bid to be executed as of the day and year indicated above. NA NA (Printed Name) (Signature) (Title) ( ) (Phone) (Fax) ***END OF ADDENDUM*** 16