Addendum #1: BID #17B-028 VCSA, LSSA & NSU WWTP Tank Grit Removal & Painting

Similar documents
VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 1071 CANAL STREET THE VILLAGES, FLORIDA PHONE: (352) * FAX:

Addendum #1: RFP #15P-003 Landscape and Irrigation Maintenance for District 3 and Village Center Areas of District 3 July 3, :00 pm

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

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

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

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

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

ADDENDUM # 1 TO INVITATION FOR BID

FLORIDA DEPARTMENT OF TRANSPORTATION

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

PURCHASING DEPARTMENT

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

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

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

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

ADDENDUM NO. 1 - OUTLINE AND SUMMARY INFORMATION

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS

Invitation for Bid - Standard Office Furniture / Task Chair

BASE BID Description Written & Numeric Price

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02

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

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

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

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements,

ADDENDUM # 1 To: File IFB for: Automated/Automatic Gate Maintenance, Repair, and Replacement

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

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

Masterson 24-Inch Water Main Extension Solicitation Number: CO Job No.: ADDENDUM 2 July 3, 2018

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION

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

FLORIDA DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

CITY OF TACOMA Department of Neighborhood and Community Services

CONTRACT DRAWINGS AND SPECIFICATIONS FOR EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE PWD CIP NO

Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract Rebid: Region 002A

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

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HIGH SERVICE PUMP REPAIR ADDENDUM 3

AUTHORIZATION CALL FOR BIDS

The following changes have been made to the solicitation package:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

Title and Summary. Title and Summary Page 1 Invitation to Bid FY

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

CHARLES COUNTY GOVERNMENT ITB NO WATER & SEWER LINE REPAIR, REPLACEMENT, AND CONSTRUCTION SERVICES

Gadsden City Schools

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

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

Chilled Water Plant Improvements Project Solicitation Number: CO Job No.: ADDENDUM 2 February 9, 2016

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

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

March 28, Addendum #4 IFB SA 1713 POTOMAC MILLS T23 WATER TANK REHABILITATION

Job Order Sewer Repair Services

ADDENDUM No. 2. ITB No GEDDES DAM GATE RECOATING AND REPAIRS. Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time)

FLORIDA DEPARTMENT OF TRANSPORTATION

PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM 1 AND RETURN WITH YOUR BID. FAILURE TO ACKNOWLEDGE THIS ADDENDUM COULD CONSTITUTE REJECTION OF YOUR BID.

1. Revision to page 170

SPECIFICATIONS FOR PAVING MATERIALS CITY OF ALLIANCE, OHIO

SECTION BID FORM (REVISED ) ADDENDUM No. 1

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

cc: Bob Ruzinsky The Greater Dayton Regional Transit Authority

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

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

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

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

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

ADDENDUM NO. 1. Bidders are hereby informed that the construction Plans and/or Specifications are modified as follows:

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

A D D E N D U M N O. 1

Annual 2012 Asphalt Overlay Work Order Construction Contract Job No Solicitation No. B MR BID PROPOSAL. PROPOSAL OF, a corporation a

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities. Advertisement for Bids

CITY OF MARSHALL, MINNESOTA

IMMEDIATE RESPONSE REQUESTED

2019 Annual Airfield Pavement Rehabilitation CONTRACT NO ADDENDUM NUMBER ONE

SAMPLE WORK PLAN. 2. Execute subcontractor agreements and gather forms and documentation required from each sub

FLORIDA DEPARTMENT OF TRANSPORTATION

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

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

8.10 ITB Fixed Price Fence Bid, presented by Vince Windham, Program Director, Purchasing, and recommended by the Superintendent for approval.

INVITATION FOR BID (IFB) IFB NO. GSWA

Failure of a bidder to submit their bid using the attached revised bid form, page D-2 shall result in their bid being found non-responsive.

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

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

DOCUMENT POST BID INTERVIEW

KANE COUNTY DIVISION of TRANSPORTATION

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

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

Finance & Technology Administrator (815) ext 223

COTULLA-LA SALLE COUNTY AIRPORT TERMINAL BID FORM

Purchasing Department Finance Group INVITATION TO BID

ADDENDUM NO. 1 Page 1 of 7

FLORIDA DEPARTMENT OF TRANSPORTATION

ADDENDUM # 1 TO: FROM:

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

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

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

COMMUNICATIONS NETWORK UPGRADES AT VARIOUS LOCATIONS CITY OF SIOUX FALLS, SOUTH DAKOTA Bid Request No ADDENDUM NO.

REQUEST FOR PROPOSALS

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION EVERETT MIDDLE SCHOOL ADDENDUM NO.


Transcription:

VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 940 LAKESHORE DRIVE, SUITE 200 THE VILLAGES, FLORIDA 32162 PHONE: (352) 751-6700 * FAX: (352) 751-6715 E-mail: melissa.schaar@districtgov.org Addendum #1: BID #17B-028 VCSA, LSSA & NSU WWTP Tank Grit Removal & Painting June 5, 2017 A. Notice to Contractors: Whenever a conflict appears between this addendum and the initial solicitation, or plans, this addendum shall prevail, and as such shall constitute a binding portion of the contract documents. All provisions of the original specifications shall remain in force, except as specifically modified or changed herein. B. Additions, Deletions, Revisions and/or Clarifications: This addendum forms a part of the Contract Documents and modified the original Quote Documents as noted below and supersedes all contrary information and requirements. Contractors shall acknowledge receipt of this Addendum. VENDOR QUESTION(S) AND ANSWER(S): Q1. Can grit removal be done at the same time? A1. Yes, except the two (2) NSU tanks cannot be worked on simultaneously. The NSU tanks must also be scheduled 1-2 weeks apart. Q2. Can I have an estimate project value for the VCSA, LSSA and NSU Wastewater Treatment Plant (WWTP) Tank Grit Removal and Painting project? A2. The amounts from the capital plan are as follows: VCSA - 111,000 LSSA - 98,000 NSU - 43,500 Total = 252,500 Q3. In the LSSA tank, we observed expansion joint spalling in a few places. If this is to be repaired in conjunction with this project, can you provide the specifications required by the engineer? A3. Areas of spalling shall be repaired in accordance with the surface preparation and application requirements of the material supplier for the cementitious resurfacer system to be used. See below for Revised Bid Forms with an added Additional Services section which addresses spalling repair. The Additional Services are not included for award purposes. Page 1 of 7

Q4. There is a lightning arrestor system installed on the tops of the walls for the tanks. Are these going to be removed during the project to access those areas for coatings? A4. The tops of walls are not being coated. If a Contractor needs to remove a lightning arrestor system for an area that is to be coated, it will be the Contractor s responsibility to test the resistance of the system before it is removed, remove and reinstall the system, and then retest the resistance to ensure that conditions have been restored. Q5: At the LSSA site, do you want the joints painted? A5. Yes Q6: At NSU site, do you want the walls pressure washed, cleaned and minor repairs fixed? A6. The walls should be pressure washed to remove debris buildup. If areas of cracking or spalling are identified, they shall be reviewed with the owner and CH2M. If repair is warranted, they shall be repaired and billed in accordance with the Additional Services section which has been added to the Revised Bid Form (see below). Q7: Do you want all cracks found addresses as needed? A7. See response to question 6 Q8: Do you want an analysis and testing of materials? A8. The Contractor is responsible for any analysis and testing of materials that may be required by the disposal site selected by the Contractor. Q9: Is there a way to get a copy of the pre bid attendants for the oxidation ditches? A9. See below. REVISIONS: PROJECT SPECIFICATIONS PAINT MANUFACTURER (page 17 of ITB #17B-028) Delete: Coating manufacturer representative shall conduct a site visit after completion of surface preparation and prior to any coating application to ensure that surface preparation has met specifications. Delete: Coating manufacturer representative shall conduct site visits, up to five (5) per week, during the coating application process to ensure that the application meets proper quality control and specifications. Insert: Coating manufacturer representative shall conduct coating millage checks during and after application to ensure that the specifications are being met and application procedures followed. APPROVED EQUALS: Resurfacer: TNEMEC Co. (Tnemec Series 218 Mortarclad) Coating: TNEMEC Co. (Tnemec Series 47 TNEME-TAR) Tnemec Repair System Of The Concrete: Tnemec Series 217 MortarCrete Tnemec Series 215 Surfacing Epoxy Page 2 of 7

REVISED VCCDD BID FORM VCSA & LSSA 1 2 3 OXIDATION DITCH GRIT REMOVAL Oxidation Ditch Cleaning (cost for labor & equipment to clean the tank) Hauling of Removed Grit & Debris (hauling cost to the disposal facility) Disposal of Removed Grit & Debris (disposal facility cost) VILLAGE CENTER SERVICE AREA WWTP 1 LS 123 Cubic Yard 150 Ton OXIDATION DITCH PAINTING 1 Surface Prep & Cleaning 1 LS 2 Painting (Primer & Final Coat) 1 LS 1 2 3 OXIDATION DITCH NO. 2 GRIT REMOVAL Oxidation Ditch Cleaning (cost for labor & equipment to clean the tank) Hauling of Removed Grit & Debris (hauling cost to the disposal facility) Disposal of Removed Grit & Debris (disposal facility cost) LITTLE SUMTER SERVICE AREA WWTP 1 LS 18 Cubic Yard 22 Ton OXIDATION DITCH NO. 2 PAINTING 1 Surface Prep & Cleaning 1 LS 2 Painting (Primer & Final Coat) 1 LS VCSA & LSSA COMBINED BID TOTAL: Page 3 of 7

ADDITIONAL SERVICES VCSA & LSSA (VCCDD) OF PROJECT QTY UNIT PRICE Concrete Spalling Repair VCSA & LSSA 1 SF Concrete Crack Injection VCSA & LSSA 1 LF NOTE(S): Bid price shall include all labor, tools, equipment and materials needed to complete the project per specifications. Projects will be awarded to one Contractor based on the lowest responsible and responsive Bidder. The VCCDD & NSCUDD Combined Bid Grand Total is the only pricing that shall be utilized for bid award. When completing your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the District s bid documents. Inclusion of additional terms and conditions such as those which may be on your company s standard forms may result in your bid being declared non-responsive. All price information to be used in the Bid review must be on this Bid form. District reserves the right to adjust any quantity upward or downward as may be warranted or necessary. The District maintains the right to utilize other vendors/contractors to address any unforeseen conditions as they may arise. "The undersigned, as Bidder, hereby declares that he/she has informed himself/herself fully in regard to all conditions to the work to be done, and that he/she has examined the BID and Specifications for the work and comments hereto attached. The Bidder agrees, if this Bid is accepted, to contract with thevillage Center Community Development District in the form of an Agreement, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, labor and service necessary to complete the work covered by the Bid and Agreement Documents for this Project. The Bidder agrees to accept in full compensation for each item the prices named in the schedules incorporated herein. Bidder agrees to supply the products or services at the prices proposed above in accordance with the terms, conditions and specifications contained in this Bid. Authorized Agent Name, Title (Print) Authorized Signature Date Name of Bidder s Firm: This document must be completed and returned with your Submittal Page 4 of 7

REVISED NSCUDD BID FORM 1 2 3 OXIDATION DITCH NO. 2 GRIT REMOVAL Oxidation Ditch Cleaning (cost for labor & equipment to clean the tank) Hauling of Removed Grit & Debris (hauling cost to the disposal facility) Disposal of Removed Grit & Debris (disposal facility cost) NORTH SUMTER UTILITIES WWTP 1 LS 123 Cubic Yard 150 Ton 1 2 3 SURGE TANK GRIT REMOVAL Oxidation Ditch Cleaning (cost for labor & equipment to clean the tank) Hauling of Removed Grit & Debris (hauling cost to the disposal facility) Disposal of Removed Grit & Debris (disposal facility cost) 1 LS 30 Cubic Yard 37 Ton NSU BID TOTAL ADDITIONAL SERVICES NSU (NSCUDD) OF PROJECT QTY UNIT PRICE Concrete Spalling Repair - NSU 1 SF Concrete Crack Injection-NSU 1 LF NOTE(S): Bid price shall include all labor, tools, equipment and materials needed to complete the project per specifications. Projects will be awarded to one Contractor based on the lowest responsible and responsive Bidder. The VCCDD & NSCUDD Combined Bid Grand Total is the only pricing that shall be utilized for bid award. When completing your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the District s bid documents. Inclusion of additional terms and conditions such as those which may be on your company s standard forms may result in your bid being declared non-responsive. All price information to be used in the Bid review must be on this Bid form. District reserves the right to adjust any quantity upward or downward as may be warranted or necessary. The District maintains the right to utilize other vendors/contractors to address any unforeseen conditions as they may arise. Page 5 of 7

"The undersigned, as Bidder, hereby declares that he/she has informed himself/herself fully in regard to all conditions to the work to be done, and that he/she has examined the BID and Specifications for the work and comments hereto attached. The Bidder agrees, if this Bid is accepted, to contract with the North Sumter County Development District in the form of an Agreement, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, labor and service necessary to complete the work covered by the Bid and Agreement Documents for this Project. The Bidder agrees to accept in full compensation for each item the prices named in the schedules incorporated herein. Bidder agrees to supply the products or services at the prices proposed above in accordance with the terms, conditions and specifications contained in this Bid. Authorized Agent Name, Title (Print) Authorized Signature Date Name of Bidder s Firm: This document must be completed and returned with your Submittal Page 6 of 7

REVISED VCCDD & NSCUDD COMBINED BID FORM PROJECT AREAS VCSA, LSSA & NSU QTY UNIT AMOUNT 1 VCSA & LSSA BID TOTAL 1 LS 2 NSU BID TOTAL 1 LS VCCDD & NSCUDD COMBINED BID GRAND TOTAL COMBINED BID ADDITIONAL SERVICES VCSA, LSSA & NSU (VCCDD & NSCUDD) OF PROJECT QTY UNIT PRICE Concrete Spalling Repair - VCSA, LSSA & NSU Concrete Crack Injection - VCSA, LSSA & NSU 1 SF 1 LF NOTE(S): Bid price shall include all labor, tools, equipment and materials needed to complete the project per specifications. Projects will be awarded to one Contractor based on the lowest responsible and responsive Bidder. The VCCDD & NSCUDD Combined Bid Grand Total is the only pricing that shall be utilized for bid award. When completing your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the District s bid documents. Inclusion of additional terms and conditions such as those which may be on your company s standard forms may result in your bid being declared non-responsive. All price information to be used in the Bid review must be on this Bid form. District reserves the right to adjust any quantity upward or downward as may be warranted or necessary. The District maintains the right to utilize other vendors/contractors to address any unforeseen conditions as they may arise. It shall be the responsibility of the BIDDER to perform whatever test and/or calculations as are necessary to determine quantities required for the performance of the work described herein. The undersigned, as Bidder, hereby declares that he/she has informed himself/herself fully in regard to all conditions to the work to be done, and that he/she has examined the BID and Specifications for the work and comments hereto attached. The Bidder agrees, if this Bid is accepted, to contract with the Village Center Community Development District and North Sumter Count Utility Dependent District in the form of an Agreement, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, labor and service necessary to complete the work covered by the Bid and Agreement Documents for this Project. The Bidder agrees to accept in full compensation for each item the prices named in the schedules incorporated herein. Bidder agrees to supply the products or services at the prices proposed above in accordance with the terms, conditions and specifications contained in this Bid. Authorized Agent Name, Title (Print) Authorized Signature Date Name of Bidder s Firm: This document must be completed and returned with your Submittal Page 7 of 7