CHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) TEMI DRIVE CONSTRUCTION

Size: px
Start display at page:

Download "CHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) TEMI DRIVE CONSTRUCTION"

Transcription

1 CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: October 7, 2014 ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) TEMI DRIVE CONSTRUCTION ADDENDUM NUMBER ONE TO: All Bidders Please be advised of the following modification(s) & information related to Invitation to Bid These modifications, comments, and attachments are hereby made a part of the solicitation documents to the same extent as if bound therein. The due date for questions has passed and the due date for bids remains the same. I. Changes, Additions, and Modifications to the ITB A. Changes 1. Part I, Section 7.0 Bid Form (pgs I-17 & I-18) Delete the Bid Form in its entirety and replace with the Revised Bid Form (d. 10/07/2014) in Attachment B. 2. Appendix 1 - Construction Drawings (pg APP-1) Delete all references to No. 6 Stone and replace with No. 67 washed gravel from drawing sheet number 6 of 14 entitled NPDES TEMI DRIVE SWM DETAILS B. Additions 1. Appendix 1 - Construction Drawings (pg APP-1) Add the following bold, italicized text to Sheet 6 of 14 SWM Details 6. PVC shall be wrapped in ¼ galvanized hardware cloth. 2. Appendix 1 - Construction Drawings (pg APP-1) 1

2 Add the following bold, italicized text to Sheet 6 of 14 SWM Details All pipes shall have water tight joints. B. Attachments 1. Attachment A Pre-Bid Meeting Sign In Sheet 2. Attachment B - Revised Bid Form (d.10/07/2014) II. Pre-Bid Meeting Notes Introduction Good morning, and welcome to the pre-bid meeting for ITB 15-10, NDPES Temi Drive Construction. My name is Shanna Reese, Assistant Chief of Purchasing for Charles County Government. Also with us today is Mr. John Stevens, Mr. Mike Snyder, and Mr. Art Swann, of the Department of Planning & Growth Management, Capital Services Division. The primary purpose of the project is to construct a stormwater management facility within the Pinefield neighborhood at Temi Drive as part of the County s National Pollution Discharge Elimination System (NPDES) program. 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. o Bidder s Experience Form on page I-22 completed as instructed in Section Bidder s Experience Form. o Bid Form on page I-17 & I-18 as instructed in Section Bid Form. Form must be completed in its entirety. o Addendum Certifications on page I-21. Posted to the bid board only. Submit two (2) unbound original and two (2) copies of your bid. All questions should be directed to Shanna Reese 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 Mr. Swann (during this meeting), or myself may be considered to be accurate. NOTE: COMMUNICATIONS THROUGH PURCHASING REPRESENTATIVE ONLY. Important dates are noted in the solicitation documents. Bids must state that they are valid for 120 days from the due date. If bids exceed $500,000 in value, the project shall be subject to prevailing wages rates as outlined in Appendix 6 of the solicitation. 2

3 There is an aspirational 25% MBE goal for this solicitation. We encourage you to meet that goal. A directory can be found the County s Purchasing webpage. This program is subject to the County s SLBE program. Preferences are offered under this program. A directory can be found the County s Purchasing Division webpage. The contractor selected shall complete the scope of work and all requirements contained herein within two hundred seventy (270) consecutive calendar days after start date to be specified in a written a Notice to Proceed issued by the County. Insurance requirements are located on page I-11 of the ITB. A bid security and bonds are required for this project. See pages I-4 for more information. The protest policy may be found on page I-8. 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. 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. Procurement Questions Question 1 Question: When you re awarding the project, it s been the practice in the past to take all the additional units that come after the base bid and add them to the base bid to determine the total. In this project that will increase the base bid beyond the $500,000 mark for the wage scale. And the wage scale is crazy. A pipelayer and laborer will be making more than an excavator operator? Response: The County s prevailing wage law applies to any construction project awarded at greater than $500,000 in value. The County will review the Bid Form to determine if it needs to be revised. Additional Clarification: The County has revised Contingency Item quantities on the Bid Form. See Attachment B of this addendum. Technical Discussion Provided a brief overview of the project was given. Items noted include the general scope of work, project location, and the presence of utilities, landscaping, and the presence of wetlands. Questions Received Question 2 Question: Are utilities shown on the profiles? Response: Yes. 3

4 Question 3 Question: (For temporary MOT) MOT for the driveway apron, (will) CR6 will be sufficient? Response: Yes. Question 4 Question: You want the pond done prior to the pipe being done so you can use the pond interim as a sediment control feature, then come back after the pipe is done and do the stone? Response: To be addressed in Addendum. Clarification: This is a matter of means and methods that is solely left up to the contractor s discretion. Question 5 Question: Have the residents been given notification? Response: They County shall provide notification to residents. In addition, the County has a relationship with the civic association. They are notified via letters. Question 6 Question: Is the landscaping designed to survive in ponded water? Response: The pond is designed to hold water in the mulch/gravel mix. Question 7 Question: Are there any filter cloth requirements on the sides? Response: No. III. Written Questions Received through 10/XX/2014 Question 8 Question: I am interested in learning if a budget or cost estimate has been established for the above project. Response: This information is not available. Question 9 Question: Will the award be based on the Total of the Base Bid and the Contingency Unit Price Totals. This may affect the need for the Prevailing Wage and the Minority Goal of 25%. Response: Yes. Question 10 Question: The weir shown at elevation on sheet 6 of 14 between the forebay and the basin is it 20lf wide? Is it temporary and filled back in when the 6 PVC is installed between the forbay and basin at elevation Response: The weir is the entire width of the facility and is permanent. The weir and the 6 PVC pipe work in conjunction with each other. 4

5 Question 11 Question: What is No. 6 Stone? Our suppliers have #57 washed stone ¾, No. 67 washed gravel ¾ and #7 washed stone less than ¾. Response: Reference to the No. 6 stone on the plans was a misprint. No. 67 washed gravel shall be used. See Item. I.A.2 above. Question 12 Question: Will there be any requirement to use Filter Cloth when installing the final forbay and basin stone? Response: No. Question 13 Question: The forebay where it outfalls at EW 105 and EW 110 are at an elevation of and the final outfall of the forebay to the basin is The storm drain system is designed to HOLD water. Should the HDPE pipe called for have water tight joints? If so, please show on the profile which runs of pipe. Response: Yes. The HDPE pipes shown on the SWM Details shown on sheet 6 of 14 shall have watertight joints. Question 14 Question: There was the mention of existing utilities water, sewer, gas and their house connections. May that information be added to the to the pipe profiles? Response: The only utility information available is the existing sanitary sewer crossing shown on the pipe profiles between I-102 and I-106. The Contractor shall field locate ALL using Miss Utility. Question 15 Question: Should there be an item added for test pitting of the utilities or will it be incidental? Response: The test pits shall be considered incidental. Question 16 Question: Sod is called for in the Temi Drive Right-of-Way. In planting zone 3, the slopes of the forebay and basin, is seed and mulch the final ground cover along with the 150 plants? Response: Yes. Sod will be placed where the property is disturbed along Temi drive. Zone 3 cover should be the 150 plants, seed and mulch. 5

6 ATTACHMENT A 6

7 7

8 8

9 ATTACHMENT B 9

10 Date: Firm s Name and Address: REVISED BID FORM (d. 10/07/2014) 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 Construction Contract Documents, and the Special Provisions attached hereto for Bid No , NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) TEMI DRIVE - CONSTRUCTION. Having carefully examined the bid documents, the undersigned herein agrees to furnish all services as outlined in the bid documents for the Scope of Work as stated, for the following prices: BASE BID ITEM DESCRIPTION OF ITEMS UNIT TOTAL PRICE NO. A-1 Shallow Gravel Wetlands/Storm Drainage Lump Sum $ Base Bid Total $ ITEM NO. CONTINGENCY BID DESCRIPTION OF ITEMS UNIT EST. QTY UNIT PRICE TOTAL PRICE B-1 Additional Excavation 400 Cubic Yard $ $ B-2 Select Fill (Borrow) 200 Cubic Yard $ $ B-3 Aggregate No. 57 Stone 200 Ton $ $ B-4 Mill and Overlay of Roadway 200 Square Yard $ $ B-5 Concrete Curb and Gutter 100 Linear Foot $ $ B-6 Concrete Sidewalk 80 Linear Foot $ $ *Contingency items may or may not be used. Contingency Bid Total $ TOTAL BID PRICE (Base Bid Total + Contingency Bid Total) $ 10

11 Bid Form continued By submitting a bid/proposal 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. (Printed Name) (Title) (Phone) (Signature) ( ) (Fax) 11