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

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

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

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

PURCHASING DEPARTMENT. Project # Addendum # # of pages Original Issue Date April 24, 2015

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

SECTION GENERAL EXCAVATION


November 29, CITY OF PLANT CITY Purchasing Division (813)

Forsyth County Procurement

For Addendum No. 6 Revised Bid Form Page 1 of 7. Revised Bid Form

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

BID FORM (LUMP SUM CONTRACT)

Please ensure receipt of this Addendum is acknowledged on page 1 of the Form of Tender.

Addendum No. TWO Date:

DOCUMENT ADDENDA AND MODIFICATIONS

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

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?

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING

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

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

County of Georgetown, South Carolina

TELEPHONE: (215) Addendum No. 03

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

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

Addendum No. 1 Page 1 of 2

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

CITY OF TACOMA Department of Public Utilities Tacoma Power

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

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

Mainelli Wagner & Associates, Inc.

CITY OF LONGWOOD. Fostering citizen trust and cultivating a prosperous community ADDENDUM II. June 6, 2016

SECTION SITE GRADING. Part 1 - General Work Included Related Requirements Reference Standards...

SECTION UNCLASSIFIED EXCAVATION AND GRADING

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

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT

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

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

SECTION 18 - EARTHWORK TABLE OF CONTENTS

1.01 GENERAL. l.02 PIPELINE TRENCH EXCAVATION PIPELINES AND STRUCTURES REVISION: SECTION 1 PAGE : 1-1

ADDENDUM #1 Dated: August 14, Lubna Drive Water Booster Station Effective Water Storage Improvements Project Town of Christiansburg

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form.

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

SOUTHSIDE TOWNSHIP ROADWAY STANDARDS POLICY Adopted September 7, 2004

Table of Contents for Guide Specifications

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

Construction Specification for General Excavation

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

EROSION AND SEDIMENTATION CONTROL SECTION 1 - GENERAL 1.1 SUMMARY

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

BRIDGE DISTRICT. City of West Sacramento. Phase 1 Infrastructure Improvement Project. Monthly Status Report

Gateway Lake Bank Restoration

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. Bid # D03211 Bid Opening: 1:00PM Location: East Carolina University

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

YES, we received Addendum No. 1

ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015

Addendum No. 1 Issue Date: March 29, 2016

~lamance <tount!' 9'~UUJ ;i)epwdment 124 We6t ElmStltm (j,taluun,.ncjjdli &vwfina 27253!Jefepfwae(336) :Jax(336)

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

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

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/

CITY OF FARMINGTON 800 Municipal Drive Farmington, NM (505) Fax (505)

BASE BID Description Written & Numeric Price

CONTRACT SPECIFICATIONS FOR

Job Order Sewer Repair Services

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

THE ANTICIPATED SEQUENCE OF EVENTS ARE AS FOLLOWS, BUT THE CONTRACTOR IS RESPONSIBLE FOR ALL MEANS AND METHODS

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

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

ESTIMATED DISTRIBUTION OF MATERIAL LIST Lomitas Negras Phase 2 Southern Sandoval County Arroyo Flood Control Authority

JUDD STREET LIFT STATION DEWATERING CONTRACT

DOCUMENT ADDENDUM NO. ONE. Prepared By:

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

ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1

SECTION BID FORM. Garfield Street Drainage Improvements

DATE: March 31, 2017 NO. OF PAGES: 15 (Including Cover Page) CITY OF ARVIN SYCAMORE ROAD STORM DRAINAGE IMPROVEMENT PROJECT

ADDENDUM #1 BL Construction of Club Drive Park: Phase II

SECTION 18 - EARTHWORK TABLE OF CONTENTS

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

PURCHASING DEPARTMENT

William M. Scott, PE CME Associate

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

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

CITY OF TACOMA Department of Public Utilities - Water Division

Q&A: The Block/Parsons Alley Construction RFP

JANUARY 25, 2016 ADDENDUM NO. 3 FOR. ORD Baggage Service Road Retaining Wall Repair

ADDENDUM 3 Contractor Questions Essex County Courthouse Square Drainage Improvements IFB Responses Issued March 30, 2016

NEW MARKET HEIGHTS PHASE OF THE VIRGINIA CAPITAL TRAIL PROJECT RFP QUESTIONS AND ANSWERS

STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite 300 Austin, TX April 29, 2016

Construction Best Management Practices Handbook BEST MANAGEMENT PRACTICES

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012

ADDENDUM #1. The following sheets have been revised and are being reissued as part of this addendum:

SOIL TRACKING PREVENTION DEVICE TYPE A

SECTION MEASUREMENT AND PAYMENT

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

QUOTE Quote Process City Of Taylor

FAA AIP No.: WKD Job No.: CA

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

Transcription:

November 29, 2018 NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH To Holders of Bid Proposals: Please make the following clarifications, additions, deletions, revisions, or modifications are made to the original referenced solicitation. All other plans, specifications, terms, and conditions remain unchanged. Offerors shall acknowledge receipt of this Addendum on the Bid Form where indicated. For this addendum and all other project related documents please visit the Sharepoint link below (case sensitive) or the Shenandoah County website. https://raceyengineering.sharepoint.com/:f:/g/eia4f2ga34bdpniygstvlcybtw6r9nueqwmt5nwxglppq?e=f5lnpu PRE-BID MEETING: A NON-MANDATORY pre-bid meeting was held on November 20, 2018 at 1:00 PM at the project site. INTRODUCTIONS Patrick Felling County of Shenandoah, Director of Solid Waste Management Tyler Austin Racey Engineering, Project Manager ANTICIPATED SCHEDULE Questions Due to Racey Engineering in writing November 28, 2018 by 4:00 pm EST via email or fax. Bids Due to Shenandoah County at the County Administrator s Office, 600 N. Main Street, Woodstock, VA 22644, ATTN: Evan Vass, Assistant County Administrator December 4, 2018 by 2:00 pm EST. Bids will be opened immediately after. Notice to Proceed Anticipated January 1, 2019. 1 of 5

Substantial Completion May 15, 2019 More Detail Below Waste Collection Site Development Plan County of Shenandoah Addendum No. 1 November 29, 2018 PROJECT DOCUMENTS (Project Manual and Drawings) Available for Download from Sharepoint at the link above Email Taustin@raceyengineering.com https://shenandoahcountyva.us/administration/invitations-to-bid/ Available for Purchase (Hard Copy & CD) o Email Taustin@raceyengineering.com PROJECT OVERVIEW & DETAILS 1. A Bid Security Bond of 5% is required. It shall be included with the bid package with the form in Section 0301 2. A standard 100% Labor & Material and Performance Bond is required. 3. Insurance Requirements are listed in Section 0400 County of Shenandoah, Virginia General Terms and Conditions. A COI must be provided by the contractor before NTP is issued. 4. Substantial Completion is May 15, 2019. This will be reflected in the NTP which is anticipated to be issued January 1, 2019. Substantial Completion is defined as the construction entrance and paving completed, and all other work completed with stone placed for the facility to be fully operational. 5. There are liquidation damages at the rate of 650.00 per day after the Substantial Completion Date for each day the project is not substantially complete. 6. The Contractor must keep the access to the adjacent property open at all times during construction. The adjacent owner s access road is shared with the current entrance. This is a Lump Sum Bid Proposal with breakouts A-G on the Bid Form as well as one Bid Alternate and one Bid Additive items. THE BID FORM HAS BEEN REVISED and is included in this addendum. The pavement section has been revised to reflect the removing of 6 of asphalt millings and adding back 6 of VDOT 21-B stone compacted and placed flush will all pad surfaces. This additional stone section shall be included under Bid Form Part G: 6 Stone Surface Course. See the revised sheet C501. A summary of the bid items are below and the additions are in red: a. General Conditions, Mobilization, Permit Fees 2 of 5

Waste Collection Site Development Plan County of Shenandoah Addendum No. 1 November 29, 2018 b. Sitework/Earthwork including drainage, storm drain piping, and electrical conduit installation c. Bioretention The installation of the system will be by Contech. Racey will provide Contech s cost for installation of this system in a response to a question below. Bidders are to use this plug number and add their cost for the remaining work required and specified by Contech to be completed by the Contractor. d. Commercial Entrance Construction including Traffic Control, Curb and Gutter, stone, and Asphalt Paving e. Concrete work for all pads including the retaining walls f. Stone Subbase all stone on the site needed for backfilling behind the retaining walls, pipes, under slabs, and to reach subbase grade for the roadway and the entire upper site area. g. Stone Surface Course All stone needed to place the compacted 6 VDOT 21-B Stone Surface Course to finished grades on the roadway and upper site area flush with all concrete slabs. Detail #2 on Sheet C501 has been updated to reflect a stone section. Bid Alternate No. 1: All labor, materials, services and equipment necessary for the substitution and placement of 6 (final post-rolled depth) of asphalt millings to finished grades on the roadway and upper site area flush with all concrete slabs in place of the 6 of VDOT 21-B stone in Part G above and as shown on the Drawings and in the Project Manual and in the Addenda (if issued). The County has approximately 150 to 200 tons of millings located due east of the project entrance and just across the railroad tracks for use on this project. The Contractor will be responsible for hauling these millings across the road and utilizing them along with the remainder that the Contractor will provide. Bid Additive No. 1: All labor, materials, services and equipment necessary for the Excavation of Rock Material, where authorized or directed, and completed as defined in the specifications, billed on a per hour basis for rock removal. Loading and disposal of rock shall be handled as part of the base bid under Part B. above. 7. Bidders are strongly encouraged to begin their review with the bid form, instructions to bidders as well as the General Terms and Conditions (Section 0400). 8. A schedule of values is needed before 1 st payment (example provided in Section 0800). 9. Maintenance of Traffic and VDOT Land Use Permit is the responsibility of the Contractor and shall be included in the bid. 3 of 5

Waste Collection Site Development Plan County of Shenandoah Addendum No. 1 November 29, 2018 10. The Owner may conduct Construction Materials Testing on this project. The testing will be paid for by the owner, but the Contractor will be responsible for coordination of inspections with the testing agency. If testing is conducted, the Testing Consultant will test all concrete items, compaction at subbase and subgrade, and compaction of asphalt paving at the commercial entrance. 11. Construction Survey/stakeout is to be included in the Contractors bid. Racey Engineering will provide a quote to each bidder if requested. 12. The proposed fence is to be installed by County forces and is not part of the contract. QUESTIONS: 1. Since there is an hourly rate for rock removal and rock removal is classified in the specifications, why is blasting allowed. Response: Blasting is not permitted on this project. Revise Spec section 02300 item 3.3A to reflect this. 2. Spec section 02300 item 3.10 A.1 states that material not needed can be disposed of in the waste pit and info on erosion and sediment control drawings. I do not see the area mentioned. Does the owner have a waste pit for this much material? Section 3.19 states to remove waste material offsite. Would excess rock be considered waste? Response: All excess material, including rock, must be removed from the site and can be disposed of on the neighboring property where the pre-bid meeting was held. Rock is considered waste and will not need to be separated out from the soil. Please see the attached exhibit of the location of the disposal area. The excess material must be leveled out and stabilized per the Erosion and Sediment Control Narrative and Handbook. 3. Who is responsible for getting the SWPP permit? Response: The Contractor is responsible for the VSMP Permit and the County Grading Permit. The Stormwater Plans have been submitted to DEQ and should expect approval before NTP. The Contractor will be the VSMP Holder/Operator and will need to pay the associated fees for each required permit is as follows: VSMP - 2,700.00 County Grading No fee, but will need to obtain permit. Racey will provide the SWPPP for the contractor to update and manage during the construction process. 4 of 5

Waste Collection Site Development Plan County of Shenandoah Addendum No. 1 November 29, 2018 4. Price on Bioretention a plug for all? Response: Yes, the bidders shall use a fixed price of 35,000 for the bioscope system package from the supplier. This package will include supplying the material (media, mulch, underdrain stone, underdrain piping, erosion control perimeter and plants) as well as the cost of the certified maintenance provider installing the system. This does not include any excavation for the system. Please review Contech s site preparation and activation request checklist provided in the specifications, which the Contractor should follow and provide before scheduling installation of the system. Also review the bioscope plans and notes on sheets C303 of the Bid Plans. Under Bid Form Part C. - Biorentention the Contractor shall also include any costs associated with managing and/or any work required to get the site prepared for the Bioscape Vendor that is not in Bid Form Part A Sitework/Earthwork. ADDITIONAL INFORMATION: Since unsuitable soils are the responsibility of the Contractor, the following shall be used as a bid basis where unsuitable materials are encountered. If the actual depth of unsuitable soils varies from this section, a change order will be issued: o Undercut 24 below proposed subgrade per the Spec 02300 o Place Mirafi 140N or equivalent non-woven geotextile fabric o Backfill and compact 18 OGB stone to top of subbase elevation. Cap with typical section as specified. SUMMARY OF ATTACHMENTS: Pre-Bid Sign-in Sheet Revised 0300 - Bid Form Revised Sheet C501 Disposal Area Exhibit Prepared By: Tyler S. Austin, PE, LS Project Manager Point of Contact[close] 5 of 5

0300 BID FORM The undersigned, having visited and examined the site and having carefully studied the drawings and project manual for the County of Shenandoah, Waste Collection Site Development Plan Project, hereby proposes to furnish all plant, labor, equipment, materials, and services and to perform all operations necessary to execute and complete the work required for the project in strict accordance with the Drawings dated November 7, 2018 and the Project Manual dated November 7, 2018, together with addenda numbered, issued during bidding period and hereby acknowledged subject to the terms and conditions of the Agreement for the following sums of money: BASE BID PROPOSAL All labor, services, and equipment necessary for the completion of the work shown on the Drawings and in the Project Manual and in the Addenda (if issued). Part A. All labor, services and equipment necessary for the completion of the General Conditions, Mobilization, and Permit Fees shown on the Drawings and in the Project Manual and in the Addenda (if issued) Part B. All labor, services and equipment necessary for the completion of the Sitework/Earthwork including drainage, electrical conduit, and storm drain piping as shown on the Drawings and in the Project Manual and in the Addenda (if issued) Part C. All labor, services and equipment necessary for the completion of the bioretention shown on the Drawings and in the Project Manual and in the Addenda (if issued). Price to include 35,000 for Contech to install the Filterra Bioscape system. This item also includes all costs by the Contractor to manage the installer, and site preparation for the Installer that is not included in Part A. 0300-1

Part D. All labor, materials, services and equipment necessary for the VDOT Commercial Entrance Construction including Traffic Control, Curb and Gutter, Stone, and Asphalt Paving as shown on the Drawings, in accordance with the VDOT WAPM, and in the Project Manual and in the Addenda (if issued) Part E. All labor, materials, services and equipment necessary for the completion of the Concrete work for all pads and retaining walls as shown on the Drawings and in the Project Manual and in the Addenda (if issued) Part F. All labor, materials, services and equipment necessary for the completion of the Stone Subbase to include all stone on the site required for backfilling behind the retaining walls, pipes, under slabs, and to reach subbase grade for the roadway (minus the commercial entrance) and the entire upper site area as shown on the Drawings and in the Project Manual and in the Addenda (if issued) Part G. All labor, materials, services and equipment necessary for the completion of the Stone Surface Course to include all stone and work required to place the compacted 6 VDOT 21-B Stone Surface Course to finished grades on the roadway and upper site area flush with all concrete slabs as shown on the Drawings and in the Project Manual and in the Addenda (if issued THE TOTAL BASE BID (SUM OF PARTS A THRU G ABOVE): 0300-2

Bid Alternate No. 1: All labor, materials, services and equipment necessary for the substitution and placement of 6 (final post-rolled depth) of asphalt millings to finished grades on the roadway and upper site area flush with all concrete slabs in place of he 6 of VDOT 21-B stone in Part G above and as shown on the Drawings and in the Project Manual and in the Addenda (if issued) Bid Additive No. 1: All labor, materials, services and equipment necessary for the Excavation of Rock Material, where authorized or directed, and completed as defined in the specifications, billed on a per hour basis for rock removal. Loading and disposal of rock shall be handled as part of the base bid under Part B. above. Rock Excavation @ per hour This bid submitted by (name of firm): It is understood and agreed that the Owner, in protecting its best interests, reserves the right to: or a. Reject any and all bids, or waive any defects in favor of the County of Shenandoah b. Accept any bid at the bid price, whereupon the contractor shall furnish equipment and materials as specified. 0300-3

Racey Engineering, PLLC, 2016. All Rights Reserved. Any reuse or modification of these documents, including Drawings and Specifications (hard copy or electronic), without written verification or adaptation by Racey Engineering, PLLC is strictly prohibited. 1 COMPACTED VDOT NO. 21B STONE CONCRETE PAD TYPICAL SECTION 6 COMMONWEALTHOFVIRGINIA PROFESSIONALENGINEER BID SET 6 ADDENDUM NO. 1 TSA TSA 09/14/18 2 STANDARD DUTY PAVEMENT TYPICAL SECTION 5 TYPICAL CONCRETE RETAINING WALL SECTION RACEY ENGINEERING PLLC 312 WEST MAIN ST - P.O. BOX 387 LURAY, VA 22835 PH: (540) 743-9227 - FAX: (540) 743-6118 P:\2017\6181-A Strasburg Recycling Center Re-Design\8. DESIGN\4. DWG\CIVIL\COMPOSITE 3 ENTRANCE PAVEMENT TYPICAL SECTION 4 BLANKET MATTING - TREATMENT #2 6 TEMPORARY RIGHT-OF-WAY DIVERSION

ADDENDUM NO. 1 DISPOSAL AREA LOCATION EXHIBIT PROPOSED DISPOSAL AREA FOR MATERIAL 6181-A - SHENANDOAH CO. WASTE COLLECTION SITE DEVELOPMENT 11/29/18 PROJECT SITE