ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN

Similar documents
NOTICE TO BIDDERS FOR

City of Eagle Point 2017 Paving Instruction to Bidders

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING

INVITATION TO BID ITB # 4335 RESTROOM RENOVATIONS PROJECT FIRE STATIONS 3 AND 4

CITY OF ANN ARBOR, MICHIGAN

INVITATION TO BID CITY OF HOPKINSVILLE

Finance & Technology Administrator (815) ext 223

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

INVITATION TO BID ITB # Belmont Sanitary Sewer Extension Project

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

CITY OF ANN ARBOR INVITATION TO BID WTP - LIME RESIDUAL REMOVAL CONTRACT NO. 2 DREDGING AND HAULING. ITB No. 4561

ADVERTISEMENT FOR BIDS

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

CITY OF ANN ARBOR INVITATION TO BID. Mack Indoor Pool Improvements. ITB No. 4577

ADVERTISEMENT FOR BIDDERS

CITY OF ANN ARBOR INVITATION TO BID. Veterans Memorial Park Pool Liner Replacement

CITY OF TACOMA Department of Public Utilities Tacoma Power

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

INVITATION TO BID ITB 4272 GALLUP PARK IMPROVEMENTS

FLORIDA DEPARTMENT OF TRANSPORTATION

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

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

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

ADDENDUM No. 1. ITB No Janitorial Services - WWTSU. Bids Due: June 19, 2018 at 2:00 P.M. (Local Time)

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

REVISED BID FORM WILLIAM PATERSON UNIVERSITY OF NEW JERSEY. PROJECT NAME: Renovations & Addition to Hunziker Hall & Wing

INVITATION TO BID ITB # Yellowstone Water Main Replacement Project

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

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

CITY OF ANN ARBOR INVITATION TO BID. Rock Creek Sanitary Sewer Repair. ITB No. 4526

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION TO BID ITB # South Fourth Avenue Improvements Project

CITY OF ANN ARBOR INVITATION TO BID WTP - LIME RESIDUAL REMOVAL CONTRACT NO. 1 SITE MODIFICATIONS. ITB No. 4560

ADDENDUM No. 1. RFP No. 937 Sanitary and Stormwater Systems Asset Management Plan. Due: February 2, 2016 at 2:00 P.M.

Notice to Bidders Page 1 of 6

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

CITY OF ANN ARBOR INVITATION TO BID

TRAVELING FINE SCREEN - INSTALLATION

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

JUDD STREET LIFT STATION DEWATERING CONTRACT

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

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

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

INSTRUCTIONS TO BIDDERS

Wastewater Treatment Plant Dewatering Pad

TOWN OF GRAND FALLS-WINDSOR

ADVERTISEMENT FOR BIDS

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

INVITATION TO BID FOR CONSTRUCTION OF A MID-BLOCK PEDESTRIAN CROSSING Gateway85 Gwinnett CID May 25, 2018

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

ADVERTISEMENT FOR BIDS

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

Hillsborough City School District Window Covering Projects At 6 District Sites. Bid #19-01 ADDENDUM NO. 1

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

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

2016 CONCRETE REPLACEMENT PROJECT

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

Purchasing and Procurement Policy

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

CITY OF HOPKINSVILLE

CITY OF MARSHALL, MINNESOTA

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

2015 STREET RESURFACING PROJECT ITB #4371

Invitation for Bid - Standard Office Furniture / Task Chair

CITY OF ANN ARBOR INVITATION TO BID. Riverside Park Boardwalk Replacement. ITB No. 4544

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

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

CITY OF ANN ARBOR INVITATION TO BID ITB # Pontiac Trail Improvements Project

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

ADDENDUM NO. 1. City of Fort Worth


TO ALL PROSPECTIVE BIDDERS: The original specifications for the project noted above are hereby modified as described below:

REQUEST FOR PROPOSAL

FENCING AND FENCE REPAIR

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

DEAN + TYLER + BURNS ARCHITECTURE

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

REQUEST FOR QUALIFICATIONS

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS

INVITATION TO BID GIFFORD WOODS STATE PARK KENT BROOK PEDESTRIAN BRIDGE PROJECT

LEVEL I PREQUALIFICATION DOCUMENTS

DOCUMENT POST BID INTERVIEW

BIDDING DOCUMENTS KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT WHEELER, INDIANA

SIMLAW Seed CoMpAny LIMIted

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

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

TOWN OF UNION REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES

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

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

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Replacement of Manual Trolley Switch System Phase 1

REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013

Transcription:

April 21, 2014 ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents for the 2014 Sewer Lining Project, for the City of Ann Arbor, Michigan, Bid No. ITB-4322. The information contained herein shall take precedence over the original documents and all previous addenda, and is appended thereto. This Addendum includes 9 page(s). The Contractor is to acknowledge receipt of this Addendum No. 2 on page P-1 of the Bid Documents prior to submitting its Proposal. Changes in the Bid Documents which are outlined below are referenced to a page or drawing in which they appear conspicuously. The Bidder is to take note in its review of the documents and include these changes as they affect work or details in other areas not specifically referenced here. Item #1: Minutes and Attendance Record from April 15, 2014 Pre-Bid Conference; pages (ADD-2-2 thru ADD-2-6). Item #2: Contract Documents, Cover Sheet, no page number; replace this page with the attached page (ADD-2-7). Item #3: Item #4: Contract Documents, Advertisement, page AD-1; replace this page with the attached pages (ADD-2-8). Contract Documents, Instructions to Bidders, page IB-2; replace this page with the attached pages (ADD-2-9). ADD-2-1

ITB No. 4322-2014 Sewer Lining Project Pre-Bid Conference Minutes April 15, 2014, 2:00 pm 6 th Floor Conference Room Guy C. Larcom Building/City Hall 301 East Huron Street Ann Arbor, Michigan I. Introductions II. III. Addendum Items a. Addendum #1: Living Wage Ordinance b. Addendum #2: To be issued later this week with Pre-Bid Conference minutes It was noted that Addendum #1 was previously issued, and that Addendum #2 will be issued as indicated above. Addendum #2 may also contain revisions to other contract documents as noted herein, or those revisions may be issued on a separate addendum. Other addenda may be issued as required. General a. Project Overview Project was described as including 16 different locations involving lining of both sanitary and storm sewers. The work impacts both major and local streets together with several cross lot sewers within utility easements on private properties. It was noted that the City will being making initial contact with any affected property owners prior to the work occurring, particularly the University of Michigan related to the South Side Interceptor as close coordination will be required to facilitate this work. It was also noted that bids are due on Friday, April 25, 2014, and that the bid date may be extended as a result of delays in issuing addenda documents related the proposed work. b. Standard Specifications and Detailed Specifications i. Project Schedule 1. Start Date (expected) June 16, 2014 2. Completion Dates: a. Several with site specific dates It was noted that the Location & Schedule table contained within the Detailed Specification for Project Schedule identifies several work locations contained within the project requiring specific start/completion dates, and also identifies dates/events when work is restricted. b. Entire project November 15, 2014 3. Hours of work: 7:00 a.m. to 8:00 p.m. Monday thru Saturday (unless noted otherwise Sundays and alternate hours may be permitted with approval) ii. Project Supervision Attention was made to this Detailed Specification, and its requirements were reiterated. ADD-2-2

iii. Maintenance of Traffic Attention was made to the hours for operating traffic control as identified in this Detailed Specification, and the necessary written authorization from the Engineer to deviate from the specified maintenance of traffic requirements. iv. CIPP Sewer Lining This Detailed Specification will be revised to allow for stream curing of the liner, and also to no longer require documented installations specific to northern states or Canada. v. Others A question arose concerning how pavement removal will be paid in relation to the removal of concrete curb/curb and gutter, driveway detail M opening, sidewalk/sidewalk ramp, driveway approach and/or if required to open cut a street to repair a pipe or perform an exploratory excavation. It was explained that the intention was for pavement removal to be included in these items of work as required in conjunction with their necessary removal. The City will review the bid documents related to this question, revise them as required, and issue the revision(s) as part of an Addendum. c. Plans It was noted that separate plan sheets are being prepared using the City s GIS information that identify each work location. These sheets will accompany the plan/profile sheets presently contained in the project plan set for each location. In addition, Maintenance of Traffic plan sheets are being developed to include typical traffic control details and to associate each with specific project locations. These revisions will be issued as part of an Addendum. IV. Construction a. Construction phasing or sequencing It was noted that the Contractor will be required to submit a phasing plan for the overall project for approval by the Engineer as part of the detailed progress schedule. In addition, prior to beginning work at any location the Contractor is required to submit a detailed work plan for approval by the Engineer. b. Coordination of work with other contractor s on site It was noted that the Madison Street, West Huron Street, Butternut Street, Nordman Road, and Springbrook Avenue locations could potentially have contractors working at the same time the sewer lining work is proposed to occur, and that the lining work must be coordinated with any/all other work occurring at each of these locations. c. Maintenance of Traffic It was noted that the Contractor will be required to submit a traffic control plan for approval by the Engineer prior to beginning work at any location. V. Other Items/Questions Attention was made to the permits required of the project shown on page 2 of the plans, and that there will be no cost to the Contractor associated with these permits. ADD-2-3

A question arose concerning payment for the excavation and partial removal of structure(s) as may be required to perform the sewer lining work. It was explained that the intent is to include payment for this work in the respective unit prices bid for the contract pay items inch Diameter CIPP Sewer Lining. The City will review the bid documents related to this question, revise them as required, and issue the revision(s) as part of an Addendum. Contact Information: David Dykman, Project Manager Phone: (734) 794-6410 ext. 43685 Fax: (734) 994-1744 E-mail: ddykman@a2gov.org ADD-2-4

ADD-2-5

ADD-2-6

INVITATION TO BID ITB No. 4322 2014 Sewer Lining Project Wednesday, April 30, 2014 by 10:00 AM Issued By: City of Ann Arbor Procurement Unit 301 E. Huron Street Ann Arbor, MI 48104 Version 2012 ADD-2-7

ADVERTISEMENT FOR 2014 SEWER LINING PROJECT CITY OF ANN ARBOR, MICHIGAN ITB No. 4322 Sealed Bids will be received by the City of Ann Arbor Customer Service Desk, First (1 st ) Floor, Guy Larcom City Hall, on or before Wednesday, April 30, 2014, by 10:00 AM for construction of the 2014 Sewer Lining Project. Bids will be publicly opened and read aloud at this time. Work to be done includes the installation of approximately 17,925 feet of sewer lining at various locations throughout the City of Ann Arbor, and all related work. Bid documents, specifications, plans and addenda shall be downloaded by vendors at either of the following web sites, Michigan Inter-governmental Trade Network (MITN) www.mitn.info or City of Ann Arbor web site www.a2gov.org. It is the bidder's responsibility to verify they have obtained all information before submitting a bid. Each Bid shall be accompanied by a certified check, or Bid Bond by a recognized surety, in the amount of 5% of the total of the bid price. A Bid, once submitted, becomes the property of the City. In the sole discretion of the City, the City reserves the right to allow a bidder to reclaim submitted documents provided the documents are requested and retrieved no later than 48 hours prior to the scheduled bid opening. The successful Bidder will be required to furnish satisfactory performance and labor and material bonds in the amount of 100% of the bid price and satisfactory insurance coverage. Precondition for entering into a contract with the City of Ann Arbor: (i) compliance with Chapter 112 of Title IX of the Code of the City of Ann Arbor. (ii) compliance with applicable prevailing wage and living wage requirements of Chapter 23 of Title I of the Code of the City of Ann Arbor. Further information is outlined in the contract documents. After the time of opening, no Bid may be withdrawn for a period of 90 days. The City reserves the right to accept any Bid, to reject any or all Bids, to waive irregularities and/or informalities in any Bid, and to make the award in any manner the City believes to be in its best interest. Any further information may be obtained from the Ann Arbor Procurement Office, (734) 794-6500 CITY OF ANN ARBOR, MICHIGAN Version 01/2010 AD-1 ADD-2-8

The City will not be bound by oral responses to inquiries or written responses other than written addenda. Bid Submission All Bids are due and must be delivered to the City of Ann Arbor Customer Service Desk on or before Wednesday, April 30, 2014, by 10:00 am. Bids submitted late or via oral, telephonic, telegraphic, electronic mail or facsimile will not be considered or accepted. Each Bidder must submit one (1) original Bid and one (1) Bid copy in a sealed envelope clearly marked: ITB 4322 2014 Sewer Lining Project. Bids must be addressed and delivered to: City of Ann Arbor Customer Service Desk First (1 st ) Floor, Guy C. Larcom (City Hall) Building 301 East Huron Street P.O. Box 8647 Ann Arbor, MI 48107 All Bids received on or before the Due Date will be publicly opened and recorded immediately. No immediate decisions are rendered. Hand delivered bids will be date/time stamped/signed at the address above in order to be considered. Normal business hours are 8:00 a.m. to 4:00 p.m. Monday through Friday. The City will not be liable to any Bidder for any unforeseen circumstances, delivery or postal delays. Postmarking to the Due Date will not substitute for receipt of the Bid. Each Bidder is responsible for submission of their Bid. Additional time will not be granted to a single Bidder; however, additional time may be granted to all Bidders when the City determines that circumstances warrant it. Award The City intends to award a Contract(s) to the lowest responsible Bidder(s). On multidivisional contracts, separate divisions may be awarded to separate Bidders. The City may also utilize alternatives offered in the Bid Forms, if any, to determine the lowest responsible Bidder on each division, and award multiple divisions to a single Bidder, so that the lowest total cost is achieved for the City. For unit price bids, the contract will be awarded based upon the unit prices and the lump sum prices stated by the bidder for the work items specified in the bid documents, with consideration given to any alternates selected by the City. If the City determines that the unit price for any item is materially different for the work item bid than either other bidders or the general market, the City, in its sole discretion, in addition to any other right it may have, may reject the bid as not responsible or non-conforming. The acceptability of major subcontractors will be considered in determining if a Bidder is responsible. In comparing Bids, the City will give consideration to alternate Bids for items listed in the bid forms. Version 2012 IB-2 ADD-2-9