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

Similar documents
ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

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

ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH

City of Eagle Point 2017 Paving Instruction to Bidders

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

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

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

CITY OF TACOMA Tacoma Rail

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?

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

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

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

SMMUSD LINCOLN MIDDLE SCHOOL ATHLETIC FIELD PROJECT

INVITATION FOR BID (IFB) IFB NO. GSWA

Addendum No. 1 Issue Date: March 29, 2016

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

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

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

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

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 $ $

All Record Holding Contract Documents. This Addendum is issued to all registered plan holders pursuant to the Conditions of the Contract.

ADDENDUM NO. 1 APRIL 24, 2017

Generator for Maintenance/Police Complex

CITY OF TACOMA Department of Public Utilities Tacoma Power

VANDERBILT UNIVERSITY

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

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

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

COUNTY OF SAN JOAQUIN

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

TRIAD ENGINEERING CONSULTANTS, INC.

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

SUMMARY TO MINUTES OF PRE-BID CONFERENCE FOR T-HANGAR REPLACEMENT

MIRACOSTA COLLEGE. [X] MiraCosta College Bid Opportunities Website /FAX

Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017

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

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

SECTION BID FORM. Garfield Street Drainage Improvements

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

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO NOTICE TO CONTRACTORS

Main Building Auditorium

JUDD STREET LIFT STATION DEWATERING CONTRACT


AGENDA PRE-CONSTRUCTION MEETING

ADDENDUM NO. ONE (1)

NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL. PROJECT NAME: Anna High School Additions and Renovations. CLIENT NAME: Anna ISD. LOCATION: Anna, Texas

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

Notice to Bidders Page 1 of 6

PROJECT NAME: NAVAJO TRIBAL UTILITY AUTHORITY WASTEWATER TREATMENT PLANT UPGRADES

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

Job Order Sewer Repair Services

ADDENDUM NO. 1. Please acknowledge receipt of this addendum on page 10 of the Invitation for Pre-Qualification of Bidders

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12

Notice to Bidders (REV 1)

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

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

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

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO. 6004R NOTICE TO CONTRACTORS

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

ADDENDUM NO. 1. SERVICE TUNNEL RENEWAL/REPLACEMENT PROJECT MC / WP # at Seattle-Tacoma International Airport

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

Water Pollution Control for Work in Sensitive Areas

CONTRACT SPECIFICATIONS FOR

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

The Tender Documents shall be amended and will become part of the Contract Documents.

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

INVITATION FOR BID FOR GENERAL CONTRACTORS

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

CONCURRENT ADVERTISEMENT FOR SUBCONTRACTOR PREQUALIFICATION AND BIDS

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

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

For more project information please see our BID BOARD at

Attachment A DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION TABLE OF CONTENTS

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

TELEPHONE: (215) Addendum No. 03

PROPOSAL OF, a corporation. an individual doing business as

INSTRUCTIONS TO BIDDERS

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

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

Notice Inviting Informal Bids

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

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

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

Herrington Architects PC 101 Richard Arrington Jr. Blvd. S. Birmingham, AL phone fax

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

DOCUMENT BID PROPOSAL

Forsyth County Procurement

SAN ANTONIO WATER SYSTEM PRE-CONSTRUCTION MINUTES

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

Addendum No. TWO Date:

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Attached please find the revised Plan Sheet C3 Proposed Conditions Plan.

REQUEST FOR PROPOSALS

MADRAS MUNICIPAL AIRPORT TAXIWAY RECONSTRUCTION AIP NO PRE-BID CONFERENCE (VOLUNTARY) June 25, 2018 AGENDA

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

Transcription:

Great West Engineering, Inc. 3363 N. Lakeharbor Lane Boise, Idaho 83703 (208) 576-6671 April 7, 2017 Whitman County Department of Public Works Carothers Road Solid Waste Facility Contact Water and Fire Suppression Water Holding Tanks Project (Bid No. XEW31) ADDENDUM NO. 1 Bidders are directed to note the following changes and/or additions to the Bidding Requirements and Contract Documents (dated March 2017) relating to the said project. Bidders shall acknowledge receipt of this in the Bid Form and any other subsequent addenda. PRE-BID CONFERENCE: The meeting agenda and sign-in sheet for the mandatory Pre-Bid Conference held at the Carothers Road Solid Waste Facility on April 6, 2017, at 10 am local time are attached. GENERAL: The Owner will manage the contact water through the entire duration of the project (project contract times) at no cost to the Contractor. This means supplying plumbing and storage, and hauling off the water to the local POTW for treatment. Therefore, the specifications and drawings are amended in general terms to reflect this change. Addendum 1 List of Enclosures: 1. Pre-Bid Conference Meeting Agenda 2. Pre-Bid Conference Sign-In Sheet END OF ADDENDUM 1 April 7, 2017 Travis Pyle, P.E. Great West Engineering, Inc. Date PAGE 1 OF 1

Whitman County Carothers Road Solid Waste Facility Contact Water and Fire Suppression Water Holding Tanks Project (Contract No. XEW31 ) Pre-Bid Conference Agenda Location: Whitman County Carothers Road Solid Waste Facility Date: April 6, 2017 Time: 10:00 a.m. Engineer s Cost Estimate 450,000 - $500,000 Order of Business: Introductions: Owner (Whitman County) Engineer (Great West Engineering) Sign-in: All attendees are required to sign-in for representation at this mandatory pre-bid conference. A sign-in sheet is provided. Any bids received from Bidders (prime contractors) without representation at this meeting will be considered nonresponsive. (Note that a Bidder s Subcontractors, Suppliers, etc. are not required to attend the meeting.) Purpose: Provide an overview of the existing facility operations, review the proposed project work, site walk, and go over key points of the bidding documents. Background: Refer to the Existing Site Plan (Sheet 3) for an overview of the facility. Site layout, main features, and facilities Owner operations Construction Quality Assurance Plan (CQA) Owner s Plan but requires close coordination with Contractor (Attachment A) Geotechnical Information (Attachment B) Owner will perform site demolition and site prep activities (see below) and will supply the electrician Project Work Elements Overview: Site Preparation and Site/Yard Improvements (Owner) - Site demolition and preparation Refer to the Demolition Plan (Sheet 4) - County to remove the lagoon liner system, decant facility, fence, and other facilities as shown on the plan - County to excavate and prepare earth subgrade for both the contact water tanks and the fire suppression water holding tank. - County to supply the crushed aggregate (CSTC and Shotrock) Page 1

Site Preparation and Site/Yard Improvements - Site survey (pre-construction) - Erosion and sediment controls (with protection of the wetlands); associated permit NDPES CGP and SWPPP (by Contractor) - Site excavation and fill - Site grading and drainage; permanent stormwater features catch basins, ditches, drainage pipes, etc. - Gravel access roads and pads. - Site utilities pressure and gravity contact water lines; domestic water pressure line (fill line), and contact water lift stations and controls. - Contact Water Evap Basin - Contact Water Fill Station - Coordination with utility companies, Owner operations, Owner s electrician, Owner s CQA, etc. - Contractors Quality Control Contact Water Tanks - Prepare subgrade and subbase material - Two 10,000-gallon, double-containment tanks with interstitial space monitoring. - Specialty tank backfill - Plumbing pressure and gravity pipes - Pump stations and fill station - Coordinating with Owner s electrician and CQA inspections. - Contractor s Quality Control Fire Suppression Holding Tank - Prepare subgrade and subbase material - One 15,000-gallon tank with pump and hose reel. - Specialty tank backfill - Valving and filling station - Coordinating with Owner s electrician and CQA inspections. - Contractor s quality control Lined Contact Water Evap Basin - Earthwork and subgrade/subbase prep. - Concrete and embedment liner - Coordinating with Owner s CQA inspections. - Contractor s quality control ADDENDA: Addendum#1 will include the meeting notes from this pre-bid conference along with and the sign-in sheet and any other addendum items known at the time. All questions on the Bid Docs about meaning or intent are to be submitted to Engineer in writing no later than Wednesday, April 12th. Interpretations or clarifications considered necessary by the Engineer in response to such questions/clarifications will be issued as Addenda. Questions received after April 12th prior to bid opening on April 17th may not be answered. Only questions answered by Addenda will be binding. Oral and other Page 2

interpretations are without legal effect. Addenda also will be used to clarify, correct, or change bidding documents as deemed appropriate by the Owner/Engineer. CONTRACT TIMES: Work shall be Substantially Complete within 90 calendar days of NTP, and Final Completion no later than 30 days after Substantial Completion is granted. Notice to Proceed will be issued no later than August 14, 2017. SUBSTITUTE AND OR-EQUAL ITEMS: For the Bid, the Engineer will not be reviewing substitutes and or-equal items. Applications for such acceptance will not be considered until the effective date of the Agreement. Contractor should consider in their bids alternate ( Or-Equal ) products or materials if it is technically equivalent to what is specified. There are procedures in the Contract Documents that go over what is considered an equal item and what would be considered a substitute; these should be carefully reviewed, specifically for consideration and review of substitutions (and cost for Engineer s time for review as set forth in the Supplemental Conditions). SUBCONTRACTORS, SUPPLIERS, AND OTHERS: Bidder shall provide with its Bid the identity of all Subcontractors, Suppliers and other persons or entities proposed for those portions of Work designated on the Bid Form. Failure to comply with this section will result in a nonresponsive bid. EMPLOYMENT REQUIREMENTS: In accordance with RCW 35.22.650, the Bidder agrees that it shall actively seek Bids for the subcontracting of goods and services from qualified minority businesses. WAGE RATES: Minimum prevailing wage rates for Whitman County as published by the Washington State Department of Labor and Industries apply. PREPARATION OF BID: All blanks of the Bid Form shall be filled in by typing or black ink and signed. No changes to the phraseology of the forms shall be made. The bid form shall show acknowledgement of receipt of all Addenda, and the numbers for Addenda shall be filled in on the Bid Form. BASE BID; COMPARISON OF BIDS: The Project has only lump sum items. The Base Bid is the sum total of the lump sum items not including estimated taxes. Section 01100, Summary of Work provides a description of all the bid items. Refer to Section 01275, Measurement and Payment for how these items will be measured and paid. SUBMISSION OF BID: Photocopies of the Bid Form (or use of the PDF posted on the County s website) are acceptable for use in preparing the Bid. Sealed bids will be received until 11:00 am Pacific Time April 17, 2017, by the Board of County Commissioners at the Whitman County Courthouse in Colfax, Washington. Additional details are provided in Section 00100, Advertisement for Bids. List of attachments required for the Bid are listed. SALES AND USE TAXES: An estimate of sales and use tax for the total bid amount as listed on the Bid Form shall be provided with the Bid. The Base Bid (without Sales and Use Taxes) will be the basis for Contractor comparison. Project Coordination: WORK SEQUENCING/CONTRAINTS: The Carothers Road Solid Waste Facility will be in full-time operation throughout the duration of the construction. Owner will occupy the premises and will carry on normal business. Contractor is required to schedule and conduct construction activities around the Owner s operations. The facility is open Monday Saturday Page 3

8 am to 5 pm, except for holidays. Contractor s (and its Subcontractors ) regular working hours are Monday Friday 7 am to 4 pm. No weekend or holiday work is permitted. Overtime work is work in excess of 40 hours per week. Any work beyond 50 hours per week is considered extraordinary costs for onsite personnel (Engineer and its subcontractor(s) to be onsite) and will be tracked as Engineer s Overtime in accordance with the Supplementary Conditions. Work shall be constructed in stages to allow Owner s continuous occupancy for uninterrupted operations. Before any digging occurs at the site, Contractor shall call Utility Locate (and coordinate with the Owner s representative) Contractor shall provide traffic control and safety measures at all times for Contractor s work and interface with Owner s operations. Refer to Section 01500, Construction and Temporary Facilities for further traffic control requirements. Preserve and protect all existing facilities and features ALL temporary erosion and sediment controls (completed in accordance with the approved SWPPP), MUST be in place before work is initiated. Coordinate with Owner s electrician and CQA activities. Refer to Section 01040, Project Coordination, for further information. Temporary Facilities and Controls: Vehicular Traffic (and traffic controls) Access: Contractor and its subcontractors shall park in approved storage/laydown areas. Only approved contractor vehicles and equipment are acceptable outside of this area. All access shall be restricted to approved areas in cooperation with the Owner. Traffic Control: Contractor shall prepare and adhere to an approved traffic control plan. The plan must include all phases of the work, provisions for phasing of construction activities to maintain access and not interrupt Owner s operations, and all traffic control systems (such as flaggers, electronic display boards, signs, cones and barricades, etc.). The Contractor is required to provide flaggers during all times where Contractor s work interfaces or interferes, where allowed, with Owner s operations. Contractor shall provide an electronic display board at the entrance to the facility warning users of the presence of construction and to follow signs and flaggers directions. Temporary Utilities Power is available at the site. Contractor shall arrange and pay for connection to the power and pay for all power costs. Lighting shall be provided by the Contractor as needed to perform work in a safe and responsible manner. Drinking water is not available at the site. Contractor shall supply water for its crew and subs as well as the Engineer s office. Construction water is not available at the site. Contractor shall provide port-a-potties for its crew and subcontractors. Use of the Owner s facilities will not be permitted. Page 4

Contractor shall arrange and provide temporary phone service and shall pay for connection and monthly service charges for their phone. Use of the Owner s phones is not permitted. Contractor shall furnish and maintain adequate firefighting equipment at the site to handle incipient fires, in compliance with NFPA 241. Safety and Protection The Contractor shall institute a project-specific (and site-specific) health and safety program. No smoking is allowed onsite. Other Important Information: Contractor s Quality Control: Refer to Section 01400. The Contractor is responsible for coordinating with the Owner s Representative, Engineer, and CQA activities, and implementing its approved CQC program with systems and procedures to ensure quality workmanship, which also ensures that the work meets the requirements of the Contract Documents. Contractor shall also institute its own testing as part of CQC to make certain that the area, materials, etc. meet the specifications and are ready for confirmatory testing (also known referred to as quality assurance, where applicable. CQA Observations and Testing will be scheduled and administered independently by Owner/Engineer. If areas are not ready and/or materials or areas fail when CQA inspections are conducted that require additional inspections, observations, and/or testing, this additional cost with be charged as an offset to the Contractor. CQA inspections are strictly for the contact water tanks, contact water pumping systems, and lined evaporation basin, and are not needed in the general site yard areas. Testing in those areas are the sole responsibility of the Contractor as part of CQC. Contractor shall also coordinate with the Owner s building official inspections as needed (and required). Page 5