D R A F T - 02/22/08

Similar documents
REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion

Addendum Number 1. August 31, Colcock Hall Windows. Owner Project Number: Prepared by:

VILLAGE OF ORLAND PARK, ILLINOIS ADDENDUM NO. 1 REBID # STELLWAGEN FARMHOUSE RESTORATION: PHASE 1 EXTERIOR FOUNDATION

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

Notice to Bidders Page 1 of 6

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

Addendum # 1 Perdue Stadium Seating Bowl Improvements Date of Addendum: 09/07/16

Pier C North Damaged Pile Repairs. Pre-Bid Meeting April 24, :00 AM. Agenda Items

RFB Waco City Hall Chiller Replacement. Date: 3/20/2018 RFP No: Commodity: Waco City Hall Chiller Replacement

LANDFILL GAS CONTROL SYSTEMS: DESIGN AND CONSTRUCTION CONSIDERATIONS. Mike Bradford, P.E.

ADDENDUM NO. 2 FOR DOUGLAS COUNTY SCHOOL DISTRICT. January 20, 2015

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...


Construction Contract Basics

OUTAGAMIE COUNTY REQUEST FOR BID FOR CISCO & AXIOM HARDWARE FOR IT DEPARTMENT

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

SECTION WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING

U. S. Army Corps of Engineers Soil Vapor Extraction Subsurface Performance Checklist

FLORIDA DEPARTMENT OF TRANSPORTATION

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION

Response 1: Yes. Please see Changes to Solicitation above. The due date for proposal submission has

(Instructions and explanations of bid items and sources of unit costs are provided on the back of this page.)

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

Furnish, Deliver and Install New Generator USC Aiken

GILA RIVER INDIAN COMMUNITY GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # ADDENDUM NO. 2 September 14, 2011

Addendum #4. Addendum No. 4

Methane concentrations are measured using portable gas detection instruments, usually a methane meter or explosimeter which has a readout in either

PRE-BID CONFERENCE AGENDA

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

LARGE STORAGE TANK PROJECT

EVALUATING NANOFILTRATION, REVERSE OSMOSIS, AND ION EXCHANGE TO MEET CONSUMPTIVE USE CONSTRAINTS AND FINISHED WATER QUALITY GOALS FOR BROWARD COUNTY

Contract CE-20. Reply to Pre-bid Queries. Tender Reference. S. No. Item Query DMRC Reply. Page 1 of 11

Energy Conservation and Finances Using NYPA Performance Contracts. SUNY Sustainability Conference September 19-20, 2011

NEW YORK, N.Y. I0004 DIVISION OF MATERIEL. NOTICE =OF- ADDENDUM ADDENDUM #1

Both envelopes must have the following information in the lower left hand corner:

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

Request for Proposal (RFP) Medical and Dental Supplies RFP No MD-S ADDENDUM NO. 1. July 12, 2016

APPENDIX F NON-ROUTINE SERVICES

CQR-1. CONTRACTOR QUALITY REQUIREMENTS for CONSTRUCTION SERVICES Revision Date: 6/8/2015

e-cfr Data is current as of October 16, 2017

REFRIGERANT RECOVERY/RECYCLING EQUIPMENT CERTIFICATION PROGRAM

PROJECT NAME: NAVAJO TRIBAL UTILITY AUTHORITY WASTEWATER TREATMENT PLANT UPGRADES

ANNEX 3 DETAILED PRICE SCHEDULE RELATED TO THE BILL OF QUANTITIES 1. GENERAL DESCRIPTION OF ITEMS PRICES TO BE FULLY INCLUSIVE...

DECLARATION OF INSPECTION

Need-to-Know Criteria Water Treatment Operator Class I

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

LEVEL I PREQUALIFICATION DOCUMENTS

Enclosed is Addendum No. 2 to SEPTA's Sealed Bid No ATMM 5 & Market Station Enhancement Project.

BID FORM - LUMP SUM BID

BID FORM (LUMP SUM CONTRACT)

PURCHASING SECTION Avenue, Surrey BC V3T 1V8 Tel: ADDENDUM #2

Bolton & Menk, Inc Premier Drive Mankato, MN June 2, 2015

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

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

University of Massachusetts Procurement Department 140 Hicks Way 407 Goodell Building Amherst, MA 01003

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

BUREAU Joe Iuviene, AIA January 20, 2017

2004 NBIC Interpretations

Charging Arrangements for New Connection Services

The Blue Book. Procedural Recommendations for The Maine Building Industry. Jointly Recommended By The Maine Chapters Of

INVITATION TO BID (Request for Proposal)

Shell Canada Limited. Shell s Comments for Phase 4: Oral Proceeding Related to Alberta Energy Regulator Proceeding No

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

APPLICATIONS INTRODUCTION

Invitation to Tender No. T170523EN. lump sum $ days $1,500 $ ha 0.4 $ $ m 3 18,000 $ $ m 3 31,000 $ $ m 3 1,175 $ $ m 130 $ $ t 210 $ $

A tognum Group Brand COMBINED HEAT AND POWER FROM BIOGAS

POSTAL STATION B ENVELOPE REHABILITATION & BASE BUILDING UPGRADE CONSTRUCTION MANAGER FAIRNESS MONITOR FINAL REPORT

ADDENDUM No. 1. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Procurement Section 3800 Commonwealth Boulevard, MS#93 Tallahassee, Florida

TECHNICAL SPECIFICATIONS FOR LIQUID AMMONIUM SULFATE

Title 40 Code of Federal Regulations NSPS 60, Subpart WWW Checklist for Conditions and Requirements Municipal Solid Waste Landfills (MSWLF)

Fleet Maintenance Privatization Update. Finance, Audit, and Accountability Committee May 29, 2007

Brown University Updated March 11, 2013 Facilities Design & Construction Standards

VANDERBILT UNIVERSITY

Draft for an Appendix O Cost Structures

Lockout/Tagout. Company Policy

DEPARTMENT OF ENVIRONMENTAL PROTECTION BUREAU OF AIR QUALITY

DEPARTMENT OF PROCUREMENT SERVICES - CITY OF CHICAGO DECEMBER 9, 2013 ADDENDUM NO. 1 FOR METERS AND REPLACEMENT PARTS FOR WATER METERS

2018 YEARLY BID FORMS SUPPLIER BID FORM. ITEM # 1: Fire Hydrants: 3 and 4 Bury, 3 ways, 5 ¼ valve opening, 6 mechanical joint shoe.

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA

ENGINEERING CONSULTANCY SERVICES

Job Order Contracting (JOC) ITB JE Overview August 2016

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom

SPECIFICATION DIVISION 7 NUMBER SECTION DESCRIPTION DIVISION 07 THERMAL AND MOISTURE PROTECTION SECTION THROUGH-PENETRATION FIRESTOP SYSTEMS

MECHANICAL INTEGRITY

MOMBASA PORT AREA ROAD DEVELOPMENT PROJECT. CONSTRUCTION OF MWACHE JUNCTION TSUNZA MTEZA SECTION (PACKAGE 2) TENDER NO KeNHA/1519/2017

Addendum No. 1 Page 1 of 2

Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014

MECHANICAL SYSTEM REPLACEMENT BROWN COUNTY COURTHOUSE 200 EAST COURT STREET MOUNT STERLING, ILLINOIS 62353

SOLICITATION ADDENDUM NO. 1 RFP THE FOLLOWING CHANGES TO THE ABOVE CITED SOLICITATION ARE ANNOUNCED.

FLORIDA DEPARTMENT OF TRANSPORTATION

REQUEST FOR QUALIFICATIONS UTILITY LAYOUT MAPPING AND PLAN OF RECORD AS BUILT DRAWINGS RFQ Q MR ADDENDUM #2 10:00 AM November 18, 2010

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

MSC Guidelines for the Review of Inland Tank Barge Cargo Authority

MAJOR SOURCE OPERATING PERMIT

10/16/2017 REQUEST FOR PROPOSALS. Accounting-Bookkeeping Services. Two (2) Year Term

Transcription:

ADDENDUM NO. 1 Issued March 3, 2008 TO REQUEST FOR BIDS FOR OPERATION AND MAINTENANCE OF THE ELLINGTON LANDFILL GAS COLLECTION SYSTEM AND THERMAL OXIDIZER STATION (Bid Number FY08-EN-004 (RFB Issued February 4, 2008) Note: Proposers are required to acknowledge this and all Addenda in Section 5(a) of the Bid Form. This Addendum consists of the Connecticut Resources Recovery Authority s (CRRA) responses to questions that were raised at the pre-bid conference and site tour on February 14, 2008 and to questions that were submitted in writing to CRRA by February 22, 2008, the deadline for questions specified in the RFB Package Documents. Attached to the Addendum is a list of the individuals that attended the pre-bid conference and site tour. 1. Would it be possible to extend the bid date one week to complete the bid preparation after the addendum is issued and leave enough time to acquire the bid bond? CRRA is hereby changing the Bid Due Date from Friday, March 7, 2008 to Friday, March 14, 2008. 1 of 6

2. 3. 4. 5. 6. 7. What has been the primary reason for recent shutdowns of the thermal oxidizer? The primary reason for recent shutdowns of the thermal oxidizer has been problems with electrical relays. When there is a shutdown at the thermal oxidizer, do the in-feeds from both the perimeter and central gas systems shut down? Yes, when there is a shutdown of the thermal oxidizer, the in-feeds from both the perimeter and the central gas systems shut down. How frequently must the gas condensate be pumped from the storage tanks? While the frequency varies based on many factors, pumping frequency averages about once per month. Have there been problems with the system related to freezing temperatures? The only problems with the system related to freezing temperatures has been a tendency for moisture to freeze in the vicinity of the knockouts that are located on the in-feed lines just prior to the thermal oxidizer. Who is responsible for arranging for a contractor to pump-out the gas condensate storage tanks? The successful bidder is responsible for contracting with a firm for the pumpout of the gas condensate storage tanks. Currently, this work is performed by United Industrial Services. Bidders must indicate in their bids the name of the firm that will provide pump-out and disposal services. Could CRRA provide an estimate of the cost per month of for pumping out the gas condensate? During calendar year 2007, the average cost per month for pumping out the gas condensate storage tanks was $710. 8. In Item 1 under the heading Contractor s General Responsibilities in Exhibit A, Scope of Services, to the Agreement, the following appears: Contractor shall be familiar with all applicable regulations, statutes, orders, permits and any other requirements to which the facility is subject and shall have responsibility for maintaining continuous compliance with all applicable environmental and operational requirements. The statement is very broad and could be construed to include compliance with environmental requirements not applicable to the gas collection and control system. Only Permit to Operate No. 058-0027-01 issued by the Connecticut 2 of 6

Department of Environmental Protection Bureau of Air Management is listed. Provide a list of all other applicable regulations, statutes, orders, permits and other requirements that apply to this project. 9. 10. 11. The statement referenced from Exhibit A is included in the Scope Of Services to remind the contractor of its responsibility to maintain compliance with other applicable regulations, statutes, orders, permits or other requirements. The contractor is responsible for determining which of those is applicable. Does Permit No. 058-0027-01 have a periodic compliance testing requirement and is this work included in the Scope Of Services for this RFB? No, Permit No. 058-0027-02 does not contain any requirement for periodic testing of the thermal oxidizer and no compliance testing of the thermal oxidizer is included in the Scope Of Services for this RFB. The phrase Contractor shall, not less than twice monthly first appears in the description of Task 1 of the Scope Of Services and is used again in Task 1.1 and 1.2 to characterize the frequency of the routine services described in those sections. This statement is vague and does not define what is expected of the Contractor with regard to the number of visits included in the scope of routine operation and maintenance services. Since the routine services described in these sections are part of the lump sum bid prices contained in Item 1 of the Bid Price And Payment Rate Schedule Form, please clarify the exact number of routine visits that CRRA wishes the Contractor to include in its lump sum bid price for Routine Operation and Maintenance. Since CRRA has many years of operational history with the current system, the number of visits it expects to be included in the Routine Operation and Maintenance should be well established. CRRA expects the contractor to visit the site a minimum of twice per month. It is up to the contractor to decide how many hours it will need to perform the work, and how those hours are distributed throughout two (or more) visits per month. Task 1.1c of the Scope Of Services states that The target value for CH 4 in the perimeter wells 0%. This statement appears to be contradicted in the instructions provided later in the same section that seems to indicate that a range of 2% to 10% is the desired target range. Please clarify what is required of the Contractor. It appears that, if the perimeter wells were operated down to 0%, it may be difficult to sustain the flare operation. The target concentration for methane in the perimeter wells is 0%. Based on previous experience, a concentration of between 2% and 10% in the perimeter wells generally does not result in off-site gas migration issues, which is why no adjustment to vacuum is recommended in those instances. Although CRRA has provided these guidelines for well adjustment, the priority is preventing 3 of 6

12. 13. D R A F T - 02/22/08 off-site landfill gas migration. Contractor shall make whatever adjustments are necessary to the perimeter wells to ensure no landfill gas migrates off-site. At the same time, Contractor must be cognizant of the landfill gas quality to the flare and make adjustments to optimize flare operation so vacuum can be maintained on the wellfield while continuing to combust the gas. Task 1.3, Routine Maintenance, of the Scope Of Services is part of the Gas Collection System Operations and Maintenance Routine Services section. The section states the following: Contractor shall complete any routine maintenance to the system as needed to assure optimum system performance at all times. This is a very broad statement and is not supported by any examples or list of what may be included in this section. The collection system does not have any moving parts or equipment associated with it so there would generally not be any routine maintenance that might be required to keep it operational. The types of maintenance issues that generally arise with landfill gas collection systems are generally considered non-routine repairs to hoses, wellheads, valves, heat tracing and pipe damage. Please provide specific work items that CRRA wishes to include in the routine maintenance of the gas collection system, if any. Routine Maintenance listed in Task 1.3 is for work such as tightening pipe connections or replacing sampling ports. The Scope Of Services does not describe any services that may be required that are associated with gas header pipe condensate drains and pumps. Are these features present in the Ellington Landfill gas collection system? Required work is described in Attachment 4 to the Scope of Services, Ellington Landfill Thermal Oxidizer Station Routine Maintenance Schedule/Log. This document lists in its Component column Condensate Knockout. There are two knockouts, one on the central gas stream and one on the perimeter gas stream. Each knockout is heat traced and insulated and condensate from each drains by gravity to the condensate tank located at the Oxidizer Station. Two other condensate tanks collect condensate from the central and perimeter collection systems. The tanks are located near the perimeter access road, generally in the northwest corner of the site. 14. Task 2, Thermal Oxidizer Station Operations and Maintenance Routine Services, of the Scope Of Services contains the following: The thermal oxidizer can operate with a broad range of central and perimeter gas flows, but may require adjustments as those flows vary over time. This statement appears to be inconsistent with our understanding of the current actual operating conditions. As gas production continues to decline, the ability 4 of 6

to maintain the current blower/flare configuration will become less routine and more reactive to system shutdown and alarm conditions. In the event that this becomes an issue, will CRRA be requesting that the Contractor provide recommendations to correct the problem of the non-routine services covered by this contract? 15. 16. 17. 18. In the event there is an issue with the operation of the gas system as it is currently configured, CRRA may request that the contractor provide recommendations to correct the problem. Any such work performed by the contractor would be paid by CRRA as a Non-Routine service. In Task 2 of the Scope Of Services, the term repair is introduced to describe some of the services in this section along with operation and maintenance requirements, such as in items f, g and h. Can we assume that repairs that can normally be completed within the course of routine visits are included in the lump sum price and that repairs that require extra days on-site and the purchase of parts and supplies or require outside contractors are not included in the lump sum bid price for Item 1 in the Bid Price And Payment Rate Schedule Form? Yes. In reference to Task 3.3, Contingency Off-Site Gas Monitoring (if required), of the Scope Of Services, can we assume that the services described in this task are not included in the lump sum bid price for Item 1 in the Bid Price And Payment Rate Schedule Form? Yes, any services involved in implementing contingency off-site gas migration monitoring would be non-routine. In reference to Task 4.3, Emergency Generator Operation and Maintenance, of the Scope Of Services, can we assume that the cost for ultra low sulfur diesel fuel is not included in the lump sum bid price for Item 1 in the Bid Price And Payment Rate Schedule Form? Yes, fuel for the emergency generator would be purchased by the contractor and passed through to CRRA in the same way as the flare pilot fuel, with no markup to CRRA. In reference to Task 5, Material and Spare Parts Inventory, of the Scope Of Services, can we assume that all of the materials and parts listed in this task are not included in the lump sum bid price for Item 1 of the Bid Price And Payment Rate Schedule Form? Yes, any spare parts would be purchased by the contractor and passed through to CRRA. The markup on such purchases will be provided by each bidder in Section 3 of the Bid Price and Payment Rate Schedule Form. The markup 5 of 6

19. 20. 21. D R A F T - 02/22/08 rate of the selected bidder will be incorporated into Exhibit B of the Agreement. Who is responsible for replacement parts on the equipment if something needs to be replaced? The contractor is be responsible for replacing parts unless CRRA determines it is in its best interest to replace the parts using some other procurement process. How often is the gas collection system maintained? The frequency of gas collection system maintenance is prescribed in the contract documents. The documents contain minimum frequencies of maintenance on a number of system components. System components not specifically listed in the contract documents shall be maintained by the contractor on an asneeded basis. Must the gas collection system be maintained around the clock? The landfill gas collection and combustion system must be operated in a way that prevents the emission of landfill gas from the site. The contract requires the contractor to provide and maintain qualified operating personnel within reasonable proximity to the Landfill to provide 24-hour availability and timely response to system failures, shutdowns, emergencies, alarms, or other problems. The contract requires a response time to the site of 8 hours from the time the contractor is notified of an alarm or emergency condition. 6 of 6