ADDENDUM # 1 TO INVITATION FOR BID

Size: px
Start display at page:

Download "ADDENDUM # 1 TO INVITATION FOR BID"

Transcription

1 2/22/2018 ADDENDUM # 1 TO INVITATION FOR BID : IFB #18-09 The above numbered solicitation is amended as set forth below. The hour and date specified for receipt of offers: is not extended; X is extended The new bid due date shall be: March 2, :00 PM OFFERORS MUST ACKNOWLEDGE receipt of this Addendum by one of the following methods: a. By SIGNING and RETURNING (1) copy of this Addendum with the bid; b. By acknowledgement of this Addendum on Transmittal Form and submitted with the bid; c. By referencing its receipt in your Transmittal Letter If by virtue of this Addendum you desire to change a bid already submitted, such change may be made by letter, provided it includes reference to the solicitation and this Addendum and is received prior to the due hour and date specified. DESCRIPTION OF ADDENDUM: 1. Changes to select IFB Sections 2. Answers to questions received Provided as Attachment # 1 3. Replacement Bid Summary Sheet Provided as Attachment # 2 4. Pre-Bid Meeting Sign in Sheet Provided as Attachment # 3 5. Sample TCLP reports for spent wastewater materials Provided as Attachments # 4-6 IFB Section Changes 1. Section 2.1, 1.a has been deleted in its entirety and replaced with the following (2.1, 1.b-e shall remain unchanged): 2.1 Scope of Work 1. The Contractor shall provide on a perpetual basis: a. Twelve (12) each two (2) cubic yard* and twelve (12) each four (4) cubic yard* serviceable containers with the following special requirements: - No covers or lids - Drain holes in the middle, front and back. - Containers shall have no wheels - Containers must have channels or feet on the bottom which will allow them to be picked up and moved with a forklift - Interior of containers shall be coal-tar epoxy lined *NOTE: The 2 and 4 cubic yard containers shall be used for Grit and Screenings and have been determined to be non-usable for any other application or refuse site at UOSA. All 2 and 4 cubic yard

2 containers shall be considered permanent to the UOSA location identified in this IFB as long as the contract is in effect. Bid prices shall reflect this requirement. 2. Section 2.2 has been deleted in its entirety and replaced with the following: 2.2 Special Requirements UOSA occasionally has need of temporary 10, 20 and 30 cubic yard roll-off containers on-site for the removal of various types of refuse (fill-dirt, general debris, construction debris, spent nonhazardous material used in the water treatment process (e.g. ERP dredgings, activated carbon, SulfaTreat granular iron oxide). Pricing is requested on the bid summary sheet for these temporary containers. The price bid for each container size shall be inclusive of all services required to deliver, setup and remove container once full. No other fees for temporary roll-off containers will be accepted (except overweight fees for containers over 4 tons as indicated on bid sheet) unless authorized by the UOSA purchasing department prior to container delivery. UOSA reserves the right to assign purchase orders to other Contractors on a case-by-case basis for temporary roll off containers, based on its sole discretion in consideration of its knowledge of Contractor s price or delivery time, if deemed to be in the best interest of UOSA. Answers to Questions Attachment # 1 to this addendum includes the answers to all questions received prior to the deadline for questions. The questions received and answers given will be incorporated as part of the solicitation and resulting contract. Replacement Bid Summary Sheet The original Bid Summary Sheet in IFB has been deleted and replaced in its entirety by the Bid Summary Sheet provided as Attachment # 2 to this addendum. Pre-bid Sign-in Sheet The requested pre-bid meeting sign-in sheet has been provided as Attachment # 3 to this addendum. TCLP Reports TCLP reports for spent activated carbon, SulfaTreat, and ERP dredgings have been provided as Attachments # 4, 5, & 6. These are examples of materials which we may have collected in the temporary roll off containers. All other Terms, Conditions, and Specifications, and Drawings not otherwise changed remain as originally stated or as shown. Unless otherwise indicated on the first page of this addendum, the due date and time remains as originally submitted on the front cover sheet of the IFB. Issued By: Upper Occoquan Service Authority Dustin Baker, Buyer 1 Date Acknowledged By: Company/Bidder Name Printed Name Date Signature of Authorized Agent Date

3 UOSA IFB Addendum #1 Attachment #1 Answers to questions received - 3 pages 1. It was noted during the site visit that the container at one of the buildings that is listed as an cubic yard size may be a smaller size. Please confirm the required container sizes on the service schedule. A: The U building container shall be 8 CY as originally listed in the IFB service schedule. 2. Section 2.1 describes that all (2) cubic yard containers are to have wheels at each corner. From the site visit, it appears that these containers do not currently have wheels on them and UOSA staff indicated that wheels are not required. Please confirm whether (2) cubic yard containers should have wheels or not. A: The specifications for the 2 CY containers have been changed to require forklift channels and no wheels. 3. Section 2.2 Special Requirements describes the use of temporary roll-off containers for various waste types. The bid summary sheet requests pricing for the temporary containers by size, but not waste type. Since fill-dirt, scrap metals and non-hazardous water treatment material all require different disposal methods and different costs, please specify which waste-type should be priced for the temporary roll-off containers on the bid summary sheet. A: This question has been addressed with a new bid summary sheet. 4. Please provide a copy of the sign-in sheet from the pre-bid meeting. A: A copy of the sign-in sheet has been provided with this addendum. 5. How much is the current vendor charging per month for the services described in IFB#18-09? A: The last bid tab is available on our website, uosa.org. It is UOSA s policy not to reveal budgetary information during the bidding process in order that the prices bid are realistic and reflect current market conditions. Upon request, pricing can be made available after receipt of bids. 6. How long has the current vendor held the contract for the services described in IFB#18-09? A: Approximately seven years 7. What was the year to year monthly price change over the duration current vendor's contract for the services described in IFB#18-09? A: See answer to question If the final addendum is not sent out at least one week before the due date of the bid can we please be given an extension to give us a full week with the new information? A: Yes, the bid due date has been extended. 9. Since the 2yd containers don t require wheels is the driver currently emptying within the bay and setting the emptied container outside the bay and returning them afterwards? A: The is not enough room inside the building to empty the containers. The driver will need to backup/exit the building, empty the dumpster and place the dumpster in a storage/offline bay. 10. After the initial 12 month term has an adjustment in the price per container been done? If so, how many in the 7yr term? (pg. 6 item #17) A: See answer to question 5.

4 11. How will movement of the 4yd container at building D2 be communicated to contractor? (pg. 7 item #22) A: Normal practice is for UOSA to transfer the container to building A. If there is ever need to have the Contractor collect the container from building D2, UOSA staff will direct the driver to D2 for collection. 12. What is the average weight for the permanent roll of containers? A: We do not have weight histories for the roll off containers. 13. Price for permanent roll should be haul including tons (up to 3, 4 tons etc) or haul rate plus per ton overage? A: A new bid sheet has been provided which indicates that the pricing for all roll off containers shall be fixed up to the provided maximum weights (4 tons). Space has been provided to indicate the overweight charges per ton for amounts in excess of the maximums. 14. What disposal sites are currently being used for the grit and screening? A: Waste from our facility is accepted at multiple disposal sites, one of which is the Prince William County Landfill. Currently, our grit and screenings go to the PWC landfill. UOSA does not have any agreements directly with any disposal site. The Contractor will be solely responsible for determining which disposal sites to use and entering into their own agreements with those sites. 15. Although UOSA requires 12-2yd and 12-4yd containers for grit & screening, pricing is based on the service of only 3-2yd and 3-4yd container 6x a week? If more containers are picked up then we can charge accordingly? A: Yes, the Contractor is expected to charge per container collected regardless of the estimates in the IFB. 16. What are the current rates for the existing services for the current contract. a. FEL cans b. Rolloffs A: See answer to question (2.1) Please confirm that the 2 yard cans do not need casters as stated in the original bid specs. A: See answer to question Since disposal rates are determined by county, what is the determination of disposal since UOSA provides services for two counties (Fairfax and PW). A: It will be the Contractor s responsibility to determine what disposal sites to use. 19. What disposal sites are currently accepting this waste? A: See answer to question Will the UOSA accept disposal increases during the contract when the county disposal facility increases their rates. A: No. UOSA will not be party to any pricing agreements between disposal facilities and the Contractor and will not allow contracted prices to increase due to Contractor s cost increases. Requests for increases based on CPI prior to each renewal period are permitted per the terms of the contract. Additionally, costs may be adjusted if actual container weights for the 2 and 4 CY containers are found to be different than estimates provided in the IFB per the terms of the IFB. 21. Is it up to the hauler to get the waste generated at UOSA to be approved by each disposal facility? A: Yes

5 22. Are there any disposal facilities already approved for the disposal of the material generated by UOSA? A: See answer to question What is the determination of the performance bond and when would that determination be communicated. Since the bond will cost the hauler to acquire, should that determination be made prior to the bid submittal?? A: The Bid Summary Sheet includes a space for the performance bond pricing. UOSA will bear the cost of the performance bond if one is requested. 24. On attachment D under the temporary roll off section, there is language that addresses overweight limits and overweight rates per ton, does this apply to the temporary on call roll off container only or also the permanent A: See answer to question In the bid specs you provide a history for the weights for the grits and screening, can you provide a history of weights for each roll off container A: See answer to question 12. End of Attachment # 1

6 UOSA IFB Addendum #1 Attachment #2 Bid Summary Sheet pg 1 of 2 Bid Summary Sheet Prices bid shall contain all surcharges, tipping fees, environmental fees, etc. UOSA will only accept and pay one fixed price per container. No additional fees submitted with the invoice will be accepted. Any such fees submitted with the invoice will be subtracted from the total amount shown on the invoice. Any and all additional fees not submitted with this bid submission must be requested in writing to the UOSA Purchasing Department and authorized before being applied to any invoice. In the event of discrepancies between unit prices and calculated totals the unit pricing shall prevail. Item Description of goods/services: Quantity To Pick up (Est.) Unit Price/pickup Total Two (2) cy containers: Disposal of Grits and Screenings at an average weight of 1800 lbs. per container. Four (4) cy containers: Disposal of Screenings at an average weight 1900 lbs. per container Eight (8) cubic yard container (regular household trash) 900 / year $ $ 900 / year $ $ 520 / Year $ $ 4. Eight (8) cubic yard container (mixed recycling) 104 / year $ $ PERMANENT ON SITE ROLL OFF CONTAINER - (on call pickup) Fixed price based on 4 ton maximum Cubic Yard Roll Off General Debris 6 / year $ $ Cubic Yard Roll Off Wood 6 / year $ $ Cubic Yard Roll Off Metal 6 / year $ $ 8. Estimated Yearly Total (lines 1 8) $ contract award to be based on line 8 total above TEMPORARY ON CALL ROLL OFF CONTAINERS (as needed) Fixed price based on 4 ton maximum On call Roll Off General Debris/Construction Materials On call Roll Off w/ liner Non Hazardous Water Treatment Material (e.g. ERP Dredgings, Spent Activated Carbon, SulfaTreat) 10 CY $ 20 CY $ 30 CY $ 10 CY $ 20 CY $ 30 CY $ 10 CY $ 11. On call Roll Off Fill Dirt/Mixed Brush 20 CY $ 30 CY $ Indicate overage charge for overweight roll off containers (permanent & temporary) over 4 tons: $ per ton. Performance Bond Cost (See Section 2.7) equaling 50% of annual contract price: $ Indicate whether any processing fees will apply to credit card payments: [ ] yes [ ] no. If yes indicate fee:

7 UOSA IFB Addendum #1 Attachment #2 Bid Summary Sheet pg 2 of 2 In compliance with this Invitation for Bids and to all the terms, conditions, and specifications imposed therein and hereby incorporated by reference, the undersigned offers and agrees to furnish the goods and/or services described herein. Company Name: Authorized Signature: Printed Name: Telephone: Date: Title: Fax: This form must be included with your submission. End of Attachment # 2

8 UOSA IFB Addendum #1 Attachment #3 Pre-Bid Sign-in Sheet pg 1 of 1 'ToccoquanT' UOSAIFB# AUTHORITY Bulk Refuse Pre-Bid Meeting Attendance List 2/14/2018 9:00 AM Name Company UOGc^ toaa. r e\^k\c\ cov^^ JtcfTT S^\^s> Sa^S t^r}p, T^vi^/1 ^ '&'^SCdr^Xo(y^ L (M\ C5 Y<^-' P>^VA ^ '~ft\oy«v ^r^&o ^\I«-. Ccv /I/ GH/,^ ^(TOLr- N^o^filU] <)ne AAcViecvt^^/ P{^ (D1 UfJSA [)OSf\ y '/ / T.CiV\

9 UOSA IFB Addendum #1 Attachment #4 Spent Activated Carbon TCLP Report pg 1 of 4

10 UOSA IFB Addendum #1 Attachment #4 Spent Activated Carbon TCLP Report pg 2 of 4

11 UOSA IFB Addendum #1 Attachment #4 Spent Activated Carbon TCLP Report pg 3 of 4

12 UOSA IFB Addendum #1 Attachment #4 Spent Activated Carbon TCLP Report pg 4 of 4

13 UOSA IFB Addendum #1 Attachment #5 SulfaTreat TCLP Report pg 1 of 4

14 UOSA IFB Addendum #1 Attachment #5 SulfaTreat TCLP Report pg 2 of 4

15 UOSA IFB Addendum #1 Attachment #5 SulfaTreat TCLP Report pg 3 of 4

16 UOSA IFB Addendum #1 Attachment #5 SulfaTreat TCLP Report pg 4 of 4

17 UOSA IFB Addendum #1 Attachment #6 ERP Dredgings TCLP Report pg 1 of 4

18 UOSA IFB Addendum #1 Attachment #6 ERP Dredgings TCLP Report pg 2 of 4

19 UOSA IFB Addendum #1 Attachment #6 ERP Dredgings TCLP Report pg 3 of 4

20 UOSA IFB Addendum #1 Attachment #6 ERP Dredgings TCLP Report pg 4 of 4