ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

Similar documents
PROPOSAL AND BID FORM (Submit in triplicate)

Forsyth County Procurement

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

ADDENDUM NO. 1 PRE-BID CONFERENCE: GENERAL: Great West Engineering, Inc N. Lakeharbor Lane Boise, Idaho (208)

Job Order Sewer Repair Services

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )

A new Proposal Form is being issued with this Addendum, the following is an explanation of the changes, disregard originally issued form.

TABLE OF CONTENTS COVER PAGE 1 NO TABLE OF CONTENTS ADDENDUM ACKNOWLEDGEMENT

**BID OPENING DATE CHANGE Bid Open Date: Thursday, March 29, 2018 at 11:00 AM

ADDENDUM NO. 1. DATE ISSUED: June 1, 2018

Addendum No. TWO Date:

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION

CONTRACT SPECIFICATIONS FOR

A D D E N D U M N O. 4

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

City of Eagle Point 2017 Paving Instruction to Bidders

BASE BID Description Written & Numeric Price

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

CITY OF TACOMA Department of Public Utilities Tacoma Power

Finance & Technology Administrator (815) ext 223

County of Georgetown, South Carolina

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

ADDENDUM 2 KODIAK ISLAND BOROUGH CHINIAK TSUNAMI CENTER AND LIBRARY Kodiak, AK

FOR BID # STINSON ROAD PAVING AND DRAINAGE IMPROVEMENTS. BID # BLONDY JHUNE ROAD RECONSTRUCTION (Base and Add Alternative 1)

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

DOCUMENT BID PROPOSAL

TRIAD ENGINEERING CONSULTANTS, INC.

ADDENDUM NO. 1 NOVEMBER 8, 2016

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders

NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

SUBJECT: ADDENDUM #1 IFB # Taxiway A Rehabilitation - Bid Package 1 at Myrtle Beach International Airport (MYR) NOTICE of REVISIONS:

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

JUDD STREET LIFT STATION DEWATERING CONTRACT

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents.

SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered


ADDENDUM NO. 1 APRIL 24, 2017

Addendum No. 1 Issue Date: March 29, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

CITY OF PEACHTREE CITY HEADWALL REPLACEMENT - STORMWATER ADDENDUM #2

NOTICE TO BIDDERS FOR

ADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB

ADDENDUM NO. 1. SUBJECT: Revised Specification Sections Bid Form and Measurement and Payment

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

COUNTY OF SAN JOAQUIN

Addendum No. 1 Page 1 of 2

TELEPHONE: (215) Addendum No. 03

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

San Antonio Water System ADDENDUM NO. 1

FORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE

2018 Winter/Spring Gravel Stockpile

DRAFT TECHNICAL SPECIFICATIONS FOR

ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL DESCRIPTION

I. General Information. A. Project Team & Contacts: Role Company Name Phone City of Johnson City Jeff Owner Water & Sewer Harmon, PE Department

TRIAD ENGINEERING CONSULTANTS, INC.

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

2. Clarification: The building address is 801 Henderson Street.

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

SANBORN COUNTY

REQUEST FOR WRITTEN BIDS

DOCUMENT ADDENDA AND MODIFICATIONS

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

BID BLACKTOP RESURFACING

ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

Main Building Auditorium

Addendum #1. Beaver Dam Creek Trail & Pedestrian Bridge Phase 1 Town of Damascus, Virginia VDOT # EN , PE101, C501 UPC #51977

Water Pollution Control for Work in Sensitive Areas

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

BID FORM (LUMP SUM CONTRACT)

NOTICE TO OFFERORS ADDENDUM NO. 2 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

Addendum 2 Electrical Clarifications. 1. Drawing E2: Delete typical detail references: 3. Drawing E2: Add detail reference at pole A 7: 2 P age

2019 Winter Gravel Stockpile

PRE-BID CONFERENCE AGENDA. Lime Sludge Drying Beds Maintenance. for Lewis & Clark Regional Water System, Inc. Tea, South Dakota

Residential Site Soil Erosion and Sedimentation Control Permit Application

Transcription:

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA **************************************************************************************************** Signed, sealed, and dated this 29th day of October, 2013 By: Craig M. Fortner, P.E. Title: Project Manager **************************************************************************************************** Bidders on this Project are hereby notified that this Addendum shall be attached to and made a part of the above named Bidding and Contract Documents dated October 2013. The following items are issued to add to, modify, and clarify the Bidding and Contract Documents. These items shall have full force and effect as the Bidding and Contract Documents, and cost involved shall be included in the bid prices. Bids, to be submitted on the specified bid date, shall conform to the additions and revisions listed herein. Acknowledge receipt of the Addendum by inserting its number and date on Page 00300-1 of the Bid Form. Failure to do so may subject the bidder to disqualification. IN THE SPECIFICATIONS 1) Section 00300 Bid Form: Page 00300-3, Paragraph 4.(e) Delete Paragraph 4.(e) in its entirety without replacing. 2) Section 00300 Bid Form: Page 00300-5, Bid Form Replace with attached Page 1 of 2

Addendum No. 1 HCSWA Yard Waste Management and Composting Facility October 29, 2013 Addendum 1 Bid Form dated October 29, 2013. 3) Section 00500 Agreement: Delete Article 9., Item H. without replacing. 4) Section 01025 Measurement and Payment: Delete Bid Item 12 in its entirety and replace with the following: Item 12 24" Precast Endwall with Class A Riprap Protection 1. Measurement: The quantity of 24" Precast Endwall with Class A Riprap Protection which will be paid for under this item will be the actual number of 24" Precast Headwalls installed with Class A riprap protection and accepted by the ENGINEER. 2. Payment: The unit price bid for this item will be full compensation for all labor, materials, tools, equipment, supervision and incidentals required to furnish and install 24" Endwall with Class A Riprap Protection as shown on the drawings and specified herein for which payment is not provided under other items in the bid form. IN THE DRAWINGS 1) Delete Bid Drawings dated October 2, 2013 and replace with Bid Drawings dated October 29, 2013, attached. 2) CADD files in Autocad 2000 are available upon request to verified bidders. Contact Craig Fortner at Garrett & Moore, Inc. to request files. cfortner@garrett-moore.com ATTACHMENTS 1) Pre-Bid Meeting Minutes 2) Section 00300, Page 5: Addendum 1 Bid Form 3) Addendum 1 Drawings dated October 29, 2013 END OF ADDENDUM NO. 1 Page 2 of 2

1. INTRODUCTION MEETING MINUTES MANDATORY PREBID CONFERENCE Horry County Solid Waste Authority Yard Waste Management and Composting Facility Thursday October 24, 2013 11:00 A.M. Craig Fortner of Garrett & Moore, Inc. introduced the project team. The Owner is the Horry County Solid Waste Authority (HCSWA) The Engineer is Garrett & Moore, Inc. 2. PURPOSE Mr. Fortner stated that the purpose of the meeting is to inform prospective bidders about the Project and allow bidders to ask questions regarding the Project. A brief overview of the project was provided and at the end of the presentation a question & answer session was conducted. Mr. Fortner stated that nothing during the meeting, as far as clarifications and/or answers is to be construed as information changing the bid documents. Questions will be discussed and/or clarified in the Pre-Bid Meeting Minutes and/or Addenda and only then will the response be an official clarification and/or answer to the question. 3. PROJECT INFORMATION The project site is the Horry County Solid Waste Authority Landfill Facility located on Highway 90 approximately 5 miles northeast of Conway, South Carolina. A. The project consists of furnishing and installing, complete, including labor, equipment, parts, materials, complete with hauling, grading, erosion and sediment control, seeding and other work incidental for; Page 1 of 7

1) an approximate 800-ft by 172-ft compacted SCDOT base pavement over geogrid composting pad and associated approximately 7,800 cubic yards of backfill with onsite soils; and 2) approximately 8,700 square yards of compacted SCDOT base pavement over geogrid access road and associated storm drainage structures Bidders were advised that, because construction will take place within an operating facility, care will be required during construction to minimize the impact of construction on existing operations. The project control provisions of the Contract shall be strictly adhered to and enforced. The scheduling of the work is essential to project control and timely completion. Furthermore, bidders were advised of construction constraints as noted in the Bid Documents. Bidders were notified that these constraints are not intended to release the Contractor from the responsibility to coordinate the work in any manner, which will ensure project completion within the time allowed. Bidders were advised that the CONTRACTOR is responsible for reviewing the pertinent state statutes involving sales tax to include, but not be limited to, Section 12-9-310, Article 3 of the South Carolina Income Tax Act of 1926, as amended, which puts a special requirement on nonresident contractors. Bidders were advised that the CONTRACTOR is responsible for reviewing pertinent local ordinances involving requirements for Horry County Business Licenses. 4. CONTRACT TIME Bidders were advised that time is of the essence for this project. Section 00500, Article 3 states: The project will be considered substantially complete upon completion of all items listed in the Bid Form and appurtenances in accordance with the Contract Documents, including successful performance of all testing requirements. The work shall be completed in accordance with Paragraph Page 2 of 7

14.04 of the General Conditions within 120 calendar days from (and including) the date when the Notice-to-Proceed is issued. All work shall be complete and ready for final payment in accordance with paragraph 14.07 of the General Conditions within 150 calendar days from (and including) the date when the Notice-to-Proceed is issued. Regarding adverse weather.. 00800 12.06.C. states: On any day that the CONTRACTOR considers that he is delayed by adverse weather conditions, he shall identify in writing to the ENGINEER and the OWNER the adverse weather conditions affecting his activity, the specific nature of the activity affected, the number of hours lost and the number of and identity (by responsibility or trade) of workers affected and shall obtain from the Engineer written recognitions of the delay. A delay is defined as the CONTRACTOR being unable to perform at least 4 hours of work on the critical path. The time for performance of this contract includes an allowance of ten (10) calendar days that are unsuitable for critical path construction work by reason of adverse weather. The Contract time will be extended only if the number of calendar days of adverse weather recognized by the Engineer exceeds the ten (10) calendar days of adverse weather days set forth, and the Contractor demonstrates how this adverse weather impacts activities on the critical path of the Contract Construction schedule. Regarding working hours.. 00800-6.02.B.1 states: Regular working hours are defined as 10 hours per day, Monday through Friday, excluding holidays, between the hours of 7 AM and 7 PM. Requests to work other than regular working hours shall be submitted to ENGINEER not less than 48 hours prior to any proposed additional daily working hours, weekend work, or scheduled extended work weeks. All requests to work Page 3 of 7

other than regular working hours must comply with all applicable regulations and ordinances. Requests will be reviewed by ENGINEER, and ENGINEER will either (1) deny request or (2) provide CONTRACTOR with terms for additional engineering and/or inspection costs to be paid for by CONTRACTOR as a result of overtime work in excess of the regular working hours. CONTRACTOR shall agree to the ENGINEER s terms prior to ENGINEER approving CONTRACTOR s request to work other than regular working hours. Regarding liquidated damages 00500 Section 7.1 states: OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the Contract Time specified in Article 3 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving, in a legal proceeding, the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER as follows: $1,500.00 per day for each calendar day of delay until the Work as defined in Articles 1 and 3 has reached final completion. This amount, or a portion thereof, includes costs incurred by the OWNER for providing additional inspection, testing, and engineering services by the ENGINEER. 5. BID FORM SECTION 00300 The following documents are required for this Bid: (a) (b) Bid Security in the form of (circle one) Bid Bond/Certified Check/Cashier's Check in an amount of 5% of Total Price Bid. Power of Attorney (for surety bond only). Page 4 of 7

(c) (d) (e) Evidence of Bidder's certification and license to perform the work and services. Experience and Financial Statement (see Section 00100, Article 17) - AGC Document No. 220 "Construction Contractor s Qualification Statement for Engineered Construction", attached to this Section. Section 00415 Bid Information Questionnaire THIS REQUIREMENT IS DELETED IN ADDENDUM 1. (f) Preliminary Progress Schedule per Section 00100, Paragraph 17.3 (g) (h) Section 00340 Non-Collusive Affidavit Section 00350 Authority to Execute Contract. 6. SUBCONTRACTORS Bidders were advised that Article 10 of Section 00100 - Instructions to Bidders states: If requested by the OWNER or ENGINEER, the apparent successful bidder, and any other bidder so requested, shall, within seven days after the date of request, submit to OWNER an experience statement with pertinent information as to similar projects and other evidence of qualifications for each such Subcontractor, person and organization. 7. ADDENDA Bidders were advised that only addenda can amend the Bid Documents 8. GENERAL DISCUSSION AND QUESTIONS Question 1: When is the projected Notice to Proceed? Answer 1: Notice to Proceed is dependent upon Horry County Solid Waste Authority bidding and procedures, and is projected to be mid-december 2013. Question 2: What is the correct Drawing scale? Answer 2: Mr. Fortner stated that several bidders mentioned a scale issue with the issued PDF bid drawings. Drawings with the correct scale are included in Addendum 1. Page 5 of 7

Question 3: Are CADD files available to bidders? Answer 3: CADD files, in Autocad 2000 format, will be provided to bidders upon request. Requests shall be emailed to Craig Fortner at cfortner@garrett-moore.com 9. COMMENTS FROM OWNER, ENGINEER, AND OTHERS Comment 1: Bill Hilling, Horry County Solid Waste Authority, indicated that access to the project area is by a single-lane access road, currently paved with 12 to 18 of coquina base. The single lane access road will need to be maintained by the Contractor during construction and restored by the Contractor upon completion of the project. Comment 2: Mr. Fortner asked those in attendance if any portion of the project, Drawings, or Project Manual made bidders hesitant to submit a bid. No comments were offered in response. 10. BIDS The Horry County Solid Waste Authority (Owner) will receive bids for the HCSWA Yard Waste Management and Composting Facility at the location stated herein on November 6, 2013 until 2:00 p.m. local prevailing time. Bids received after this time will not be accepted under any circumstances. MAILING ADDRESS: BID OPENING LOCATION: Horry County Solid Waste Authority HCSWA Multi-Purpose Room 1886 Hwy 90 1886 Hwy 90 Conway, SC 29528 Conway, SC Bids shall be submitted in an opaque sealed envelope. The envelope shall be marked on the exterior "BID FOR HORRY COUNTY SOLID WASTE AUTHORITY, YARD WASTE MANAGEMENT AND COMPOSTING FACILITY" and with the name and address of the Bidder and accompanied by the Bid Security and other required Page 6 of 7

documents. Bidders were advised that the Owner assumes no responsibility in third-party parcel delivery (FedEx, UPS, etc.). Proposals sent by mail and arriving after the time for opening shall not be considered as valid bids. In such instances, the bidder shall have no claim against the OWNER. 11. TOUR OF PROJECT A site tour was conducted following the conference. No questions from bidders were offered at the tour. 12. ADJOURN Bidders were reminded to sign the Prebid Attendance Sheet. The meeting adjourned at approximately 11:45 following the tour of the project. Page 7 of 7

YARD WASTE MANAGEMENT AND COMPOSTING FACILITY BID FORM ADDENDUM 1 OCTOBER 29, 2013 ITEM DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE EXTENDED TOTAL YARD WASTE MANAGEMENT AND COMPOSTING FACILITY 1 Mobilization, Demobilization, Bonds, Insurance 1 LS 2 Temporary Stormwater Management and Controls 1 LS 3 Silt Fence 820 LF 4 Excavation 7,850 CY 5 Backfill 7,850 CY 6 Stockpile Excess Excavated Soils 1,850 CY 7 Undercut and Replace Unsuitable Soils w/ Onsite Soil 1,000 CY 8 Sediment Pond Rock Dam 2 EA 9 Fine Grade Access Road Subgrade 8,700 SY 10 Pavement with Geogrid 24,000 SY 11 24" RCP 108 LF 12 24" Precast Endwall with Class A Riprap Protection 4 EA 13 Miscellaneous Work and Clean Up 1 LS 14 Seeding and Mulching 3.5 AC TOTAL - YARD WASTE MANAGEMENT AND COMPOSTING FACILITY In Words: Submitted By (Company): Submitted By (Name of Company Reprentative): Representative's Signature: Date: 00300-5