CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

Size: px
Start display at page:

Download "CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS"

Transcription

1 CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: July 18, 2017 ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS ADDENDUM NUMBER ONE 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 the solicitation. 1. CHANGES PART I INSTRUCTIONS TO BIDDERS A. Part I Instructions to Bidders, Section Bid Form Add the bold, italicized text as the last sentence: The Contractor shall provide lump sum pricing for the Alternative Bid Items (C-1&C-2). 2. CHANGES PART III SPECIAL PROVISIONS A. Part III Special Provisions, Section 1.4 -Time of Completion Add the bold, italicized text as paragraph 2: The sewer line along Park Avenue must be installed, tested, issued a substantial completion certificate and placed into service no later than May 31, A proposed upstream pump station that will serve a proposed elementary school and discharge into Sanitary Manhole #18 is scheduled to be placed into service on June 1, If after May 31, 2018 the pump station is commissioned for service and the Park Avenue sewer line is not substantially complete (ready for service), the County reserves the right to assess liquidated damages for the cost to pump and haul sewer from the pump station. B. Part III Special Provisions, Section 3.0 Scope of Work Add the bold, italicized text as Section 3.3 Alternative Bid Items 3.3 ALTERNATIVE BID ITEMS Bid Item C-1: Park Avenue Sewer Line Adjustment 1

2 As part of the services described in Bid Item A-1, the Contractor shall adjust the sewer line inverts and grades along Park Avenue as shown on the redlined mark ups of ITB APPENDIX 1 ALTERNATIVE ITEM C pdf Payment - Bid Item C-1 of the Revised Bid Form (d. 7/18/2017) establishes the lump sum price for which payment will be made by the County to the Contractor for providing construction services associated with this task Bid Item C-2: Gateway Boulevard Sewer Line Adjustment As part of the services described in Bid Item A-1, the Contractor shall adjust the sewer line inverts and grades along Gateway Boulevard as shown on the redlined mark ups of ITB APPENDIX 1 ALTERNATIVE ITEM C pdf. Payment - Bid Item C-2 of the Revised Bid Form (d. 7/18/2017) establishes the lump sum price for which payment will be made by the County to the Contractor for providing construction services associated with this task. 3. CHANGES APPENDICES A. Appendix 1 Drawings and Specifications i. Add Attachment C of this Addendum to Appendix 1 as ITB APPENDIX 1 ALTERNATIVE ITEM C pdf ii. Add Attachment D of this Addendum to Appendix 1 as ITB APPENDIX 1 ALTERNATIVE ITEM C pdf B. Appendix 2 Forms Delete the Bid Form in its entirety and replace with the Revised Bid Form (d. 07/18/2017) in Attachment E of this addendum. 4. ATTACHMENTS A. Attachment A Pre-Bid Meeting Sign In Sheet B. Attachment B Geotechnical Report (Available on County FTP Site) C. Attachment C ITB APPENDIX 1 ALTERNATIVE ITEM C pdf (Available on County s FTP Site) D. Attachment D ITB APPENDIX 1 ALTERNATIVE ITEM C pdf (Available on County s FTP Site) E. Attachment E - Revised Bid Form 5. PRE-BID MEETING NOTES A. Introduction: Good morning, and welcome to the optional pre-bid meeting for ITB 18-02, WHITE PLAINS FAILING SEPTIC SYSTEM REPAIRS project. My name is Shanna Reese, Chief of Purchasing for Charles County Government. Also with us today are representatives from the Department of Public Works (DPW), Capital Services Division: Charles Strawberry, Program Manager. 2

3 No information obtained from any source other than the Solicitation documents found on the County Bid Board, representatives from the DPW-Capital Services Division (during this meeting), or myself may be considered to be accurate. B. Procurement Discussion All solicitation documents may be found on the County Bid Board & FTP site. Ensure all required forms and any other information required is complete and in your bid package. Submit 1 unbound original, so identified, and 2 bound copies of your complete Bid package. All questions should be directed to me in writing via the contact information provided in the ITB. Bids shall be valid for a minimum of 120 days from the bid due date. There is an aspirational 25% MBE goal for this solicitation. We encourage you to meet that goal. This solicitation is subject to the County s Small, Local Business Enterprise Program as indicated in the ITB. The selected Contractor shall complete the scope of work and all requirements contained in the ITB within 300 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 page I-11. A bid security and bonds are required for this project as specified in the ITB. The protest policy may be found on page I-8. Award will be to the lowest responsive, responsible bidder based upon the Total Bid Price provided it is in the County s best interest to do so. 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. 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: Bidders should anticipate the release of an addendum containing clarifications regarding the Specifications for this project. Pay special attention to the restrictions on stream activity in the Maryland Department of the Environment Letter of Authorization. This project includes two sections, the County will require that Park Avenue section is completed first, due to construction of a new elementary school that will tie into the Park Avenue sewer. Pay special attention in the Drawings to General Note #9 regarding manhole coatings. The County will provide a copy of the Geotechnical Report. 3

4 D. Pre-Bid Meeting Questions: # Question Response 1 Are any bid delays anticipated? Not at this time. 2 Does this project require wage scale if over $500,000? Yes. 4

5 ATTACHMENT A 5

6 ATTACHMENTS B, C & D Drawings and specifications are available for download from the Charles County FTP site using the following steps: 1. Go to ftp://ftp.charlescountymd.gov/purchasing%20solicitations/. 2. Click on the Directory labeled ITB Locate the project files from the list and select each file to download. 6

7 ATTACHMENT E 7

8 Date: Firm s Name and Address: FEIN: REVISED BID FORM (d. 07/18/2017) The County Commissioners of Charles County, Maryland Charles County Government Building Post Office Box 2150 La Plata, Maryland This bid is submitted in accordance with your Notice to Bidders inviting bids to be received for the work outlined in the Drawings, and the Special Provisions attached hereto for Bid No , WHITE PLAINS FAILING SEPTIC SYSTEM REPAIRS. 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 NO. A-1 ITEM NO. DESCRIPTION OF ITEMS UNIT TOTAL PRICE Furnish & Install Gravity Sanitary Sewer System DESCRIPTION OF ITEMS B-1 Additional Excavation B-2 Select Fill (Borrow) Lump Sum $ TOTAL BASE BID PRICE (ITEM A-1) $ B. CONTINGENCY ITEMS * UNIT Cubic Yard Cubic Yard EST. QTY UNIT PRICE 800 $ $ 800 $ $ B-3 Aggregate No. 57 Stone Ton 400 $ $ B-4 ITEM NO. Furnish and Place Miscellaneous Mill & Overlay Square Yard 500 $ $ TOTAL CONTINGENCY PRICE (ITEM B-1 THROUGH B-4) TOTAL BID PRICE (BASE BID + CONTINGENCY) C. ALTERNATIVE BID ITEMS TOTAL PRICE DESCRIPTION OF ITEMS UNIT TOTAL PRICE C-1 Park Avenue Sewer Line Adjustments Lump Sum $ C-2 Gateway Boulevard Sewer Line Adjustments Lump Sum $ *Contingency and Alternative Bid Items may or may not be used. Page 1 of 2

9 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) (Signature) (Title) ( ) (Phone) (Fax) Page 2 of 2