itb no. 17-26 mattawoman wastewater treatment … · 2017. 6. 29. · itb 17-26 – addendum #4 3...
TRANSCRIPT
-
ITB 17-26 – ADDENDUM #4
1
CHARLES COUNTY GOVERNMENT
Department of Fiscal and Administrative Services
Purchasing Division
Telephone: 301-645-0656
June 29, 2017
ITB NO. 17-26
MATTAWOMAN WASTEWATER TREATMENT PLANT (MWWTP)
CLOSED LOOP SYSTEMS IMPROVEMENT
ADDENDUM NUMBER FOUR
TO: All Bidders
Please be advised of the following modification(s) & information related to Invitation to Bid (ITB)
17-26. These modifications, comments, and attachments are hereby made a part of the solicitation
documents to the same extent as if bound therein. The last day for questions has passed and the bid due
date and time remains the same as stated in Addendum 3.
1. Change – ITB Solicitation Document
A. Part I – Instructions to Bidders, Section 2.1 – Award of Contract
Replace the existing text with the bold and italicized text below:
The County reserves the right to reject any and all Bids and to accept whichever Bid is deemed
to be in the best interest of the County. Further, the County reserves the right to negotiate with
the apparent low bidder or low bidders to achieve the most beneficial contract price, completion
schedule, and scope of work. The County anticipates the award based upon the Total Bid Price
(Base Bid plus Allowances), with or without Bid Alternate values as desired and in any
combination that best suits the County’s project for the funds available, this criteria may be used
to determine the apparent low bidder.
The County intends to contract with a single firm and not with multiple firms doing business as
a joint venture. Subcontractors may not be used in the conduct of this contract without express
written approval of the County. The County reserves the right to reject any subcontracted
relationship if changes or additions of subcontractors are necessary during the life of the
contract. The Contract documents will consist of the Contract, this Solicitation, the Bidder’s bid,
and any addenda or other modifications to the solicitation and items below specified in Part I,
Section 2.3.
-
ITB 17-26 – ADDENDUM #4
2
B. Part I –Instructions to Bidders, Section 5.0 – Forms
Replace the Bid Form in its entirety and replace with the Revised Bid Form (d. 6/29/2017) in
Attachment A of this Addendum.
C. Part III – Special Provisions, Section 3.0 – Scope of Work
Replace the Scope of Work section in its entirety and replace with the Revised Scope of Work (d.
6/29/2017) in Attachment B of this Addendum.
D. Appendices
1. Appendix 1 – Closed Loop – Specifications – 170511.pdf
a. Section 15060 – Article 2.02B
Add the following item and text: 4. PVC Drain Pipe
“4. PVC Drain Pipe
a. PVC drain pipe shall be ASTM D1784, Schedule 40. Fittings used with this pipe shall be solvent weld type conforming to ASTM D2665. All piping and fittings shall be of
same color and provided by the same manufacturer.
b. Section 15060 – Article 3.11
Add the following additional line item and text to the existing table:
FD Floor Drain PVC Sch 40 N/A Solvent
Welded
N/A D
c. Section 16120 – Article 1.06
Add the following item: D. Cable Tray: 16114
d. Section 16120 – Article 2.01
Add the following item and text: F. Tray Cable (TC)
1. Tray cable shall meet the following UL standards and listing and additional standards:
a. UL83 Thermoplastic insulated wires and cables b. UL44 Thermoset insulated wire and cables c. UL1277 Electrical Power and Control Tray Cables d. UL listed Sunlight resistant in all sizes and in all colors as required e. IEEE 1202 (70,000 Btu/hr) Vertical cable Tray Frame Test f. Outer jacket is flame retardant g. TC containing conductors size 6 AWG or smaller, the equipment grounding
conductor shall be provided within the cable
h. ASTM standards
-
ITB 17-26 – ADDENDUM #4
3
i. NEC Article 336 j. NEMA WC57/ICEA S-73-532 k. ICEA T-29-520 (210,000 Btu/hr) Flame test
2. Inner Conductor. The Conductor shall be soft annealed cooper.
3. Inner Conductor Insulation: The insulation shall be high-heat and moisture resistance,
THHN/THWN-2 or XHHW-2.
4. Jacket: Jacket shall be abrasion, moisture, gasoline and oil resistant nylon or listed
equivalent.
5. Manufacturer: Provide tray cable manufacturer by Encore Wire Corporation or
equivalent.
e. Section 16120 – Article 3.01.A
Add item and text: 5. Tray Cable
a. Shall be installed per the manufacturer’s published installation instruction. b. Cable tray shall be supplied from a single manufacturer. c. Bends shall be made so the cable will not be damaged. For tray cable without metal
shielding, the minimum bending radius of the inner edge curve shall be as follows:
1in or less in overall diameter shall not be less than four (4) times the overall
diameter. Over 1in to 2in overall diameter shall not be less than five (5) times the
overall diameter, larger than in diameter shall not be less than six (6) times the overall
diameter.
d. Tray cable may be used in conduit, raceways and cable trays for power, lighting, control and signal circuits as specified in the applicable section of the NEC.
2. Appendix 1 – Closed Loop – Drawings – 170511.pdf
a. Drawing E027, Manhole Detail
Add Note 3 to read as follows: All manholes shall be 72” deep. Coordinate throat height
with manhole depth.
b. Drawing E027, Manhole Detail, Manhole Schedule, MH-2
Delete strikethrough text and replace with bold and italicized text: "48”x48” 60”x60”
3. Appendix 1 – Effluent – Specifications – 170511.pdf
a. Section 02740, Article 2.01.D
Add the following after the first sentence: Fittings for underground pipe confirming to
ANSI/AWWA C153/A21.53 are also acceptable.
-
ITB 17-26 – ADDENDUM #4
4
2. Written Questions Received as of 6/20/2017
# Question Response
1 We would like to make a second visit to the site. Please
advise if a second visit can be scheduled.
A second optional site visit was conducted in accordance
with Addendum 2.
2
The Federal Insert has been provided with the bid
documents. At the prebid meeting it was stated that
Federal guidelines for MBE subcontracting were not a
project requirement. Please clarify which provisions are
applicable to this Contract and which document takes
precedence. One particular example for clarification:
Are Buy American requirements required for this
project?
All federal guidelines in Appendix 6 apply. As stated on
page 18 of the federal insert "Part 31 contains reference
to the Davis-Bacon Act and "Buy American"
requirements of the Clean Water Act. Notwithstanding
these references, special appropriation act projects are not
subject to these requirements." This project is a special
appropriation project and the "Buy American"
requirement does not apply.
3
Per note R on sheet G003 we are to assume that some
material at the Mattawoman WWTP contains asbestos.
Can you provide an estimated quantity and type of
material that may contain asbestos for this contract. Or
an allowance for Abatement?
Refer to Section 02030, Article 1.03 regarding hazardous
environmental conditions including asbestos.
4 Can we come and take a walk around the Mattawoman
Wastewater Treatment Plant?
A second optional site visit was conducted in accordance
with Addendum 2.
5
Capacity of the bypass: In the summary of work on
page 01010-7 it states the existing flow rates have a
peak of 45 mgd which is approx. 31,500 gpm.
On drawing M-002 (sheet 35) it states the new design
flow of the pump stations (raw and effluent) is 41,667
gpm.
The bypass specification doesn't specify any required
specific flow, just to cover peak.
In addition, the drawings show a 36" HDPE bypass
line. Based on this I would assume the engineers based
design off the 31,500. If they intended to cover 41,667
the velocity through the 36" pipe would be approx.
15.6 feet per second which is way higher then you want
to be on a sewer bypass. Versus 11.82 fps for 31,500
gpm which is about the maximum it should be. Please
confirm that the bypass pump systems should be
designed for 45 mgd.
The bypass should be designed for a peak flow of 45
mgd.
6
The specifications and drawings don't indicate that the
cables in the cable tray will be tray cables. The only
reference is to THHN cables for 600v. Can you
confirm that individual 600v THHN cables should be
provided in the cable tray instead of multi conductor
tray cable? If tray cables are to be used, please provide
a specification.
Refer to Item 1.D.1 of this addendum for clarification.
-
ITB 17-26 – ADDENDUM #4
5
7
The door schedule on A009 references 3 different
hardware sets (1, 2, &3). In spec section 08710-Door
Hardware, 3.06 has the hardware set schedule, but only
has hardware set No. 1. Please clarify.
Double doors SPS100A, SPS100B, SPS101, and SPS103
shall have Hardware Set 1. Single doors SPS102 shall
have a threshold, hinges, lockset L4, a closer, a door
protection plate, weather-stripping, and smoke/draft
seals. All cores to be SFIC (small format interchangeable
cores).
8 "Manhole Detail" on E027 shows the length and width
for the electrical manholes, but not the depth. Please
provide.
Refer to item 1.D.2 of this addendum for clarification.
9 Is it the Engineers intent to sand blast all metals in the
pump station per drawing m012? Conduit, plumbing
materials, HVAC materials, handrails?
Abrasive blast clean and coat piping, pipe supports,
support beams, and structural steel with System M-2 per
specification section 09900, Article 3.07.A. This
treatment does not apply to electrical conduit, plumbing,
HVAC materials, and handrails.
10 Is it the Engineers intent to paint any existing
equipment in the pump station? Gates & wall thimbles?
All existing equipment remaining after demolition shall
be painted, including wall thimbles. Refer to Section
09900, Article 3.07.A.
11 Is any concrete required to be painted in the pump
station?
Refer to Room Finish Schedule on Drawing A009 for
areas that require painting.
12 Is there lead paint or any other hazardous materials in
the pump station?
The County will engage a lead paint testing agency and
issue the results in a future addendum.
13 If an emergency auto dialer is provided, can the 24
hour manned attendant for the by-pass pump system be
waived?
Refer to items 1.A, 1.B., and 1.C of this addendum for
clarification.
14 Is the contractor expected to clean any sludge from the
wet wells, if so how much material is expected to be in
the PS?
Use a quantity of 75 cubic yards (~100 dry tons) for
bidding purposes. Refer to item A-6 of the revised Bid
Form in Attachment A and revised Scope of Work in
Attachment B of this addendum.
15 Can any sludge or pump station de-watering materials
be disposed of on-site? No.
16 There is a large pile of debris adjacent to the valve
replacement work area, will the Owner dispose of the
material?
Disposal of those materials shall not be included in the
contractor’s bid.
17 Will the Owner secure the E&S permit and the
Building permit? Yes. The County has obtained these permits.
18 Can one by-pass be utilized for both the valve
replacement and the PS work? Yes. Refer to Addendum One.
19 Can the Owner provide on-site power if electric pumps
are utilized for by-pass? No.
20 Can the contractor work extended hours during the by-
pass pumping operation?
Yes. Notify County of extended schedule at least 1 week
ahead to allow County to modify inspectors working
hours.
21 Does the Owner have a preferred instrumentation I&C
subcontractor?
The County does not have a preferred System Integrator
(SI).
22 Will the Owner provide temporary construction water
for the project?
The Contractor may use plant utility (non-potable) water
to the degree the usage doesn't interfere with the plant
processes. Contractor to tie-in and run any temporary
lines.
23 Does the Owner have a data base for the 25% MBE
goal? No.
24 Will the project be awarded on Total Base Bid Items
Priced? Refer to Item 1.A of this addendum for clarification.
-
ITB 17-26 – ADDENDUM #4
6
25 Is the Pump Station in a flood zone? The pump station is not within the 100 year floodplan but
is within the 500 year flood plan.
26 Drawing M008 indicates all concrete is to be power
washed and sealed, does this include the walls and
ceilings?
All concrete surfaces shall be cleaned. All exposed to
view horizontal concrete surfaces shall be sealed.
27 Is there a planholders list? No.
28
Article 1.3 of the Instructions to Bidders states that we
are to submit 1 unbound original and 3 bound copies.
Since the bidding documents were provided in
electronic format, please confirm that we are to provide
1 original and 3 copies.
Part I, Section 1.3 of the ITB specifies the number of Bid
packages.
Part I, Section 1.2 of the ITB specifies the Bid Package
Content.
29
Article 4.3 of the Instructions to Bidders states that the
contractor needs to include all sales tax in the bid price
and none of the materials and equipment is tax exempt.
Typically, materials and equipment at wastewater
treatment plants in the State of Maryland that are
considered tangible property are tax exempt. Please
confirm that tangible property is tax exempt and we can
exclude this from our bid price.
The County's tax exempt certificate is not transferable to
the Contractor.
30 Please confirm that the building permit will be obtained
by the owner. If not, then please provide the cost so we
can include it in our bid.
Correct. The owner will provide the building permit.
31 Please confirm that the trade permits can be obtained at
no cost to the contractor. If not, then please provide the
cost so we can include it in our bid.
The Contractor has to apply for and pay for trade permits.
Currently, FY17 fees and charges are available at
https://www.charlescountymd.gov/sites/default/files/pgm
/files/fy17_feesandcharges_4-20-17_0.pdf.
32 Are you replacing your wastewater treatment
equipment or is this a bid specifically to the pumping
station equipment?
The solicitation document contains specifics about the
project, which is available on the County Bid Board at
www.charlescountymd.gov. Click on "Procurement", and
then "Bid Board".
33
Refer to Specification Section 02131 and various notes
on the Contract Drawings which require the Contractor
to remove all sludge, grit, and debris from tanks in
which new work is performed. Since the quantity of
sludge, grit, and debris to be removed is unknown, it is
requested that the County provide a defined quantity of
this residual material, in gallons, that is to be included
in lump sum base bid item(s). Alternatively, the County
could remove this work from the applicable firm lump
sum base bid item(s) and add a unit price bid item per
gallon of residual material to be removed to the Bid
Form. Please address this matter via addendum.
Use a quantity of 75 cubic yards (~100 dry tons) for
bidding purposes. Refer to item A-6 of the revised Bid
Form in Attachment A and revised Scope of Work in
Attachment B of this addendum.
34
Refer to Specification Section 01010 and 01540 with
regards to peak flow rate requirements for bypass
pumping. It is assumed those existing flow rates listed
in the table of Paragraph 1.10.C.1 shall govern bypass
pumping requirements and not those design flow rates
listed on Contract Drawing M002. If this is incorrect,
please clarify via addendum.
Bypass pumping should be designed for peak flow of 45
mgd.
35
Refer to Note No. 1 of the Fabricated Stainless-Steel
Slide Gate Schedule in Specification Section 11291
which states that the Contractor is required to field
verify the existing slide gate dimensions and other
existing conditions and that confirmation that this has
been completed be included with the shop drawings for
The County will not isolate and dewater the wet wells. It
is anticipated that temporary bulkheads and/or other
temporary structures and facilities will be necessary for
isolation purposes. Contractor shall provide all temporary
facilities and equipment necessary in accordance with
Specification Section 01010, Articles 1.06 and 1.10 and
https://www.charlescountymd.gov/sites/default/files/pgm/files/fy17_feesandcharges_4-20-17_0.pdfhttps://www.charlescountymd.gov/sites/default/files/pgm/files/fy17_feesandcharges_4-20-17_0.pdf
-
ITB 17-26 – ADDENDUM #4
7
these gates. It is assumed that both the Influent
Wetwell and Grit Chamber(s) can be temporarily
isolated or removed from service and dewatered by the
County, without any additional cost or support by the
Contractor, to allow the Contractor to perform this field
verification. If this is incorrect, please clarify via
addendum including modifications to Specification
Section 01010 as necessary.
Specification Section 01501, Article 1.02. The plant will
be able to operate with no grit removal for up to 7 days.
36
Refer to the “North Elevation/Section” Detail on
Drawing A005 states to connect the Downspout to yard
piping and to see detail on A001. However, there is no
yard piping shown connected to this downspout. It is
our interpretation that all new and existing downspouts
are to discharge on grade and that no buried piping will
be connected to them. If this is incorrect, please notify
us via addendum and provided revised drawings
showing buried downspout discharge piping.
This is correct. Refer to Addendum 3 for further
clarification.
37
Refer to Specification Section 02740-2.01D of the
Effluent Forcemain Valve Replacement and Bypass
which states that fittings shall conform to AWWA
C110, but Section 2.01E.2b states that restraints for
Mechanical Joints are allowed to confirm to AWWA
C153. It is our interpretation that all Mechanical Joint
fittings will be allowed to be per AWWA C 153, as is
specified in in the Closed Loop Specification 15060-
2.02A.2. If this is incorrect, please notify us via
addendum.
Mechanical joint fittings conforming to AWWA C153
are also acceptable. Refer to item 1.D.3 of this addendum
for clarification.
38
Refer to Specification 15100.2.07.I. Schedule Note 1
which states that in addition to combination air valve
shown on Contract drawings, Contractor shall furnish
and install a 6” combination air valve located at the
high point on the existing force main, located in a vault
along Hawthrone Road. It also states that the existing
combination air valve should be demolished and an
uninstalled spare shall also be provided. Please
drawings of this vault, physical location of this vault on
a map or drawing, and photos of the vault and its
surroundings via addendum.
Refer to item B-6 of the revised Bid Form in Attachment
A and revised Scope of Work in Attachment B of this
addendum for clarification.
39
Drawing C3 details a line stop and wet tap into the
existing 36" influent pipe for the tie-in of the bypass
system. None of the contract drawings or the as builts
detail what type of pipe this is. Please clarify the type
of existing pipe material for bidding purposes.
We believe the 36" pipe is cast iron but there is a
possibility that it could be ductile iron.
40
Reference Drawing M6. Some of the 24" influent
piping, including the last valve on the 24" line leaving
the station gets demolished and replaced. Can the flow
be isolated so it does not come back into the pump
station during the influent bypass detailed on C3. The
bypass shown is for the 36" pipe, but no there is
nothing required for the 24" pipe. The contract
drawings and as built drawings do not provide enough
information. Please clarify that this pipe can be isolated
by the owner. If not and a linestop needs to be installed
similar to the 36" pipe, then please clarify the type of
existing pipe material for bidding purposes.
We believe the 24" pipe is cast iron but there is a
possibility that it could be ductile iron. The 24" influent
runs from the pump station to a splitter box alongside the
36" influent but is not utilized. There is a valve on the
24" pipe in close proximity of the splitter box; however,
the County assumes that it does not hold. Therefore, the
contractor needs to isolate and dewater the pipe as
necessary.
-
ITB 17-26 – ADDENDUM #4
8
41 If not a plan holder's list, could you provide me with a
copy of the ITB attendance sheet?
A plan holder's list is not available. Attendance sheets are
available on the County Bid Board.
42
Refer to Paragraph 2.03 of Specification Section 02740
(Effluent Force Main Valve Replacement Specs) which
provides requirements of the linestops for use in
bypassing the Effluent Force Main Vault. Most notably
these include a maximum head loss requirement of 2
psi at 27 MGD through each linestop. Since the bypass
work associated with the Effluent Force Main Vault
has now been combined with the Closed Loop System
bypass operations via Addendum No. 1, it is assumed
that the requirements of Paragraph 2.03 of
Specification Section 02740 are no longer applicable to
any linestops utilized for any bypass operations
implemented to execute the Work of the Project. It is
further assumed that if linestops are utilized, that only
the requirements of Paragraph 2.11 of Specification
Section 15100 (Closed Loop System) shall apply. If
this is incorrect, please clarify via addendum including
the type and manufacturer of linestop equipment
capable of meeting specified head loss requirements.
Correct. The bypass system including the linestops
should be designed by the Contractor's engineer per the
Closed Loop specifications.
43 This is to request that [vendor] is added as one of the
named suppliers in the above reference pump
specifications.
The Master Equipment Schedule allows Contractors to
list pump manufacturers that are not listed otherwise.
44
Drawing Reference: M009, Project Manual Reference:
15060 Pipe Schedule. There is no designation on the
pipe schedule in section 15060. Typically PVC Drain
Pipe is Sch 40 DWV. Is this acceptable?
Refer to Item 1.D.1 of this addendum for clarification.
45 Please advise what type of PVC pipe the new floor
drain shown on M-09 is to be. Refer to Item 1.D.1 of this addendum for clarification.
***END OF ADDENDUM***
-
ITB 17-26 – ADDENDUM #4
ATTACHMENT A
-
ITB 17-26 – ADDENDUM #4
Page 1 of 6
Firm’s Name and Address:
Date:
FEIN#:
REVISED BID FORM (d. 6/29/2017)
The County Commissioners of Charles County, Maryland
Charles County Government Building
Post Office Box 2150
La Plata, Maryland 20646
Honorable Commissioners:
This bid is submitted in accordance with your “Notice to Bidders” inviting bids to be received for the
work outlined in the “Specifications and Drawings”, and the “Special Provisions” attached hereto for Bid
No. 17-26, MWWTP CLOSED LOOP SYSTEMS IMPROVEMENTS.
Having carefully examined the bid documents, the undersigned herein agrees to furnish all services as
outlined in the bid documents for the “Special Provisions” as stated, for the following prices:
A. BASE BID
ITEM
NO. DESCRIPTION OF ITEMS
UNIT
PRICE
EST.
QTY.** U/M TOTAL PRICE
A-1
Closed Loop System Improvements at
MWWTP excluding Base Bid Items: A-2, A-
3, A-4, A-5, & A-6. See Major Equipment
Schedule.
$ 1 Lump
Sum $
A-2 MWWTP Effluent Force Main Valve
Replacement and Bypass $ 1
Lump
Sum $
A-3 Concrete Crack Repair $ 100 Linear
Feet $
A-4 Spalled and Deteriorated Concrete Repair $ 50 Square
Feet $
A-5 Re-Seal Existing Concrete Joints $ 100 Linear
Feet $
A-6 Sludge and Grit Removal and Disposal $ 75 Cubic
Yards $
TOTAL BASE BID PRICE $
Bid Form continued on next page
-
ITB 17-26 – ADDENDUM #4
Page 2 of 6
Bid Form continued
B. ALLOWANCE
ITEM
NO. DESCRIPTION OF ITEMS TOTAL PRICE
B-1 Computer Workstation for County Field Office $5,000.00
B-2 Programming Software $50,000.00
B-3 Programming Engineer Services $100,000.00
B-4 Additional Miscellaneous Wiring and Conduit $50,000.00
B-5 Additional Miscellaneous Small Diameter Piping and Fittings $20,000.00
B-6 Combination Air Valves per Section 15100, Article 2.07I, Note 1 $20,000.00
TOTAL ALLOWANCE PRICE $245,000.00
TOTAL BID PRICE (BASE + ALLOWANCE) $
C. ALTERNATE ITEMS*
ITEM
NO. DESCRIPTION OF ITEMS
UNIT
PRICE
EST.
QTY.** U/M TOTAL PRICE
C-1 Continuous Pump Watch $ 1 Lump
Sum $
C-2 Partial Pump Watch $ 800 Hour $
All Alternates shall be bid.
D. CONTINGENCY BID ITEMS*
ITEM
NO. DESCRIPTION OF ITEMS
UNIT
PRICE
EST.
QTY.** U/M TOTAL PRICE
D-1 Additional Test Pit Excavation $ 25 Cubic
Yards $
D-2 Select Backfill $ 100 Cubic
Yards $
D-3 Offsite Disposal of Unsuitable Material $ 100 Cubic
Yards $
D-4 Stone Bedding $ 50 Cubic
Yards $
Bid Form continued on next page
-
ITB 17-26 – ADDENDUM #4
Page 3 of 6
Bid Form continued
D. CONTINGENCY BID ITEMS – CONTINUED*
ITEM
NO. DESCRIPTION OF ITEMS
UNIT
PRICE
EST.
QTY.** U/M TOTAL PRICE
D-5 Compacted Bank Run Gravel $ 50 Cubic
Yards $
D-6 Additional Excavation $ 100 Cubic
Yards $
D-7 Miscellaneous Concrete $ 25 Cubic
Yards $
D-8 Silt Fence $ 200 Linear
Feet $
D-9 Demolish and Replace Existing Bituminous
Concrete Pavement $ 50
Square
Yards $
D-10 ¾ Inch Type G1 Conduit $ 50 Linear
Feet $
D-11 ¾ Inch Type E1 Conduit $ 50 Linear
Feet $
D-12 No. 12 AWG, Type THWN Conductor $ 300 Linear
Feet $
D-13 No. 14 AWG, Type THWN Conductor $ 750 Linear
Feet $
D-14 No. 16 TSP Instrumentation Cable $ 150 Linear
Feet $
D-15 Low Voltage Conductor Terminations $ 30 Each $
D-16 Concrete Encased Ductbank $ 30 Linear
Feet $
D-17 Miscellaneous Electrical Labor $ 200 Man
Hours $
D-18 Miscellaneous Mechanical Labor $ 200 Man
Hours $
D-19 Additional Temporary Influent Pumping $ 14 Days $
D-20 Additional Temporary Effluent Pumping $ 14 Days $
* Contingency Bid Items and Alternate Bid Items may or may not be used.
** Est. Qty. – Quantities are estimated and not guaranteed.
Bid Form continued on next page
-
ITB 17-26 – ADDENDUM #4
Page 4 of 6
Bid Form continued
MAJOR EQUIPMENT SCHEDULE
Instructions: The Bidder MUST select at least one (1) Specified Equipment Manufacturer for Items 1 – 4, by circling the selected “Specified
Equipment Manufacturer” Bidder proposes to use in Column D, and which shall be included in the Total Item Bid Price (Item A-1). If also
proposing an “Or Equal” Equipment Manufacturer, enter the name of the “Or Equal” Equipment Manufacturer in the blank provided for each
item in Column D and provide an amount to be deducted from the Total Item Bid Price (Item A-1) in Column E Deductions for “Or Equal”
items shall not be considered in the evaluation of bids. If no name is circled, it is assumed the first product listed will be provided by the Bidder
regardless of whether, or not, an “or equal” is identified.
A.
ITEM
NO.
B.
SPECIFICATIO
N SECTION
C.
EQUIPMENT
DESCRIPTIO
N
D.
SPECIFIED EQUIPMENT
MANUFACTURER(S) AND “OR EQUAL”
ALTERNATIVE (CIRCLE SELECTED
AND/OR FILL IN BLANK)
E.
AMOUNT TO BE DEDUCTED
FROM A-1 (BASE BID) PRICE
FOR THE USE OF
SUBSTITUTE EQUIPMENT
MANUFACTURER
1 11304
Vertical
Extended Shaft
Centrifugal
Pumps
Xylem Flygt N/A
Fairbanks Nijhuis N/A
“Or Equal” Alternative:
___________________
2 11302 Vertical Turbine
Pumps
Fairbanks Nijhuis N/A
Goulds Water Technology N/A
“Or Equal” Alternative:
___________________
3 11291
Fabricated
Stainless Steel
Slide Gates
Whipps, Inc. N/A
Rodney Hunt / Fountaine USA Inc. N/A
“Or Equal” Alternative:
___________________
Bid Form continued on next page
-
ITB 17-26 – ADDENDUM #4
Page 5 of 6
Bid Form continued
4 16157
Variable
Frequency
Drives
Eaton N/A
•“Or Equal” Alternative:
___________________
It is understood and agreed that, if awarded a Contract, the Bidder shall not make any additions, deletions or substitutions to this certified list
without the consent of the Owner.
Bid Form continued on next page
-
ITB 17-26 – ADDENDUM #4
Page 6 of 6
Bid Form continued
By submitting a bid in response to this solicitation, the Bidder certifies that their firm is not debarred,
suspended, or otherwise ineligible for participation in government procurement by the federal
government, the State of Maryland, or any other state, county, or municipal government.
The undersigned has caused this Bid to be executed as of the day and year indicated above.
(Printed Name) (Signature)
(Title) (Email)
(Phone) (Fax)
-
ITB 17-26 – ADDENDUM #4
ATTACHMENT B
-
ITB 17-26 – ADDENDUM #4
Page 1 of 7
REVISED SCOPE OF WORK (d. 6/29/2017)
3.0 SCOPE OF WORK
The Scope of Work for this project includes, but is not limited to the furnishing of all coordination,
scheduling, supervision, labor, tools and equipment, materials and supplies,
mobilizations/demobilization as required for the construction of the project drawings and construction
specifications provided in the Appendices. The Closed Loop System Improvements at the Mattawoman
Wastewater Treatment Plant (MWWTP) shall comply with all applicable sections of the Charles County
Department of Planning and Growth Management Standards and Specifications for Construction and
all other applicable requirements of the County, the Maryland Department of the Environment, and any
other regulatory authority having jurisdiction to control, limit or otherwise regulate the work performed
under this contract.
3.1 BASE BID ITEMS
3.1.1 Bid Item A-1: Closed Loop System Improvements at Mattawoman Wastewater Treatment Plant (MWWTP)
The Contractor shall furnish all labor, material, and equipment/tools (must include the costs of the
“Specified Equipment Manufacturers”) necessary to coordinate, plan, and execute the work shown on
the project drawings and specifications that are provided in Appendix 1 of this ITB. Base Bid Items A-
2 through A-6 are excluded from this bid item.
Major Equipment Schedule
The Bidder shall provide equipment made by one of the specified equipment manufacturers for each
item listed on the “Major Equipment Schedule” on the Bid Form. The Bidder shall circle one “specified
manufacturer” per Bid Item number.
The Bidder may propose “Or Equal” equipment manufacturers, if the “Or Equal” equipment cost is less
than that of the “specified equipment manufacturer”. Any “Or Equal” equipment manufacturer proposed
for Items 1 to 4 shall be named in Column D, and the amount to be deducted from the Total Item Bid
Price (Item A-1) for the use of “Or Equal” Equipment shall be specified in column E on the “Major
Equipment Schedule” located within the Bid Form. The use of the “Or Equal” manufacturer’s
equipment must be accepted and approved by the County in writing. The Bidder certifies that the price
identified includes all costs associated with the “Or Equal” equipment including modifications and/or
additions to the work necessary to install the equipment and allow the unit to meet the performance
requirements specified. The County reserves the right to accept or decline the use of any or all “Or
Equal” equipment.
The design of the Project is based upon use of the specified manufacturers for each equipment type. Any
delay caused by the need for redesign necessary as a result of the use of “Or Equal” equipment shall not
constitute grounds for any increase in the Contract Price or extension of Contract Time and the
Contractor shall be fully and solely responsible for any additional cost or time resulting from the use of
“Or Equal” equipment.
Payment: Bid Item A-1 of the Bid Form establishes the lump sum price for which payment will be
made by the County for furnishing and installing the Closed Loop System Improvements at the
Mattawoman Wastewater Treatment Plant (MWWTP) and all work associated with this task in
accordance with the Contract Documents.
-
ITB 17-26 – ADDENDUM #4
Page 2 of 7
3.1.2 Bid Item A-2: MWWTP Effluent Force Main Valve Replacement and Bypass
The Contractor shall furnish all labor, material, and equipment/tools necessary to coordinate, plan, and
execute the work shown on the project drawings and specifications titled Mattawoman Effluent Force
Main Valve Replacement and Bypass that are provided in Appendix 1 of this ITB.
Payment: Bid Item A-2 of the Bid Form establishes the lump sum price for which payment will be
made by the County for furnishing and installing the Mattawoman Effluent Force Main Valve
Replacement and Bypass and all work associated with this task in accordance with the Contract
Documents.
3.1.3 Bid Item A-3: Concrete Crack Repair
Concrete crack repair, in accordance with Specification Section 03732 of the Contract Documents.
Payment: Bid Item A-3 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity of work authorized by the County and satisfactorily performed by the
Contractor.
3.1.4 Bid Item A-4: Spalled and Deteriorated Concrete Repair
Spalled and deteriorated concrete repair, in accordance with Specification Section 03732 of the Contract
Documents.
Payment: Bid Item A-4 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity of work authorized by the County and satisfactorily performed by the
Contractor.
3.1.5 Bid Item A-5: Re-Seal Existing Concrete Joints
Re-seal existing concrete joints, in accordance with Specification Section 03732 of the Contract
Documents.
Payment: Bid Item A-5 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor.
3.1.6 Bid Item A-6: Sludge and Grit Removal and Disposal
Remove and dispose sludge, grease, grit, and debris in accordance with Specification Section 02131 of
the Contract Documents.
Payment: Bid Item A-6 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor.
3.2 ALLOWANCE BID ITEMS
The Bid Form provides specified cash allowances as part of the work. Allowances includes cost of
product and applicable taxes to the Contractor or Subcontractor, less applicable trade discounts.
Allowance shall include costs associated with the product delivery to site and handling at the site,
including unloading, uncrating, and storage (protection of Products from elements and from damage) and
labor for installation and finishing.
The Contractor shall coordinate with the County for consideration and selection of Products and the
-
ITB 17-26 – ADDENDUM #4
Page 3 of 7
Contractor shall execute purchase agreement with designated supplier, arrange for delivery, and promptly
inspect products upon delivery for completeness, damage, and defects. Submit claims for transportation
damage.
Differences between allowance amounts and actual costs may be adjusted at the County’s discretion via
Change Order as specified in Part II, General Provisions of the ITB prior to final payment.
3.2.1 Bid Item B-1: Computer Workstation for County Field Office
Furnish and install Computer Workstation for County’s Field Office in accordance with Specification
Section 01501.
3.2.2 Bid Item B-2: Programming Software
Furnish and install programming software in accordance with Specification Section 16942.
3.2.3 Bid Item B-3: Programming Engineer Services
Allowance for Programming Engineer in accordance with Specification Section 16900.
3.2.4 Bid Item B-4: Additional Miscellaneous Wiring and Conduit
Furnish and install additional miscellaneous wiring and conduit above and beyond that is required by
the Contract Documents.
3.2.5 Bid Item B-5: Additional Miscellaneous Small Diameter Piping and Fittings
Furnish and install additional miscellaneous small diameter piping and fittings, above and beyond that
is required by the Contract Documents.
3.2.6 Bid Item B-6: Combination Air Valves per Section 15100, Article 2.07I, Note 1
In addition to the combination air valves shown on the Contract Drawings, Contractor shall furnish and
install a 6” combination air valve located at the high point on the existing force main, located in a vault
along Hawthorne Road. The existing combination air valve shall be demolished. An uninstalled spare
shall also be provided.
3.3 ALTERNATE BID ITEMS
3.3.1 Bid Item C-1: Continuous Pump Watch
Provide continuous (24 hours per day, 7 days per week) pump watch during bypass operation by a
representative of the Contractor who is trained and certified by the pump supplier.
1. Liquidated damages of $300/hour will be assessed if the temporary pumping system is left unmanned, and the County is required to man the system.
Payment: Bid Item C-1 of the Bid Form establishes the lump sum price for which payment will be made
by the County for the continuous manning of the bypass operation.
3.3.2 Bid Item C-2: Partial Pump Watch Provide partial pump watch by the hour for bypass operation by a representative of the Contractor who is
trained and certified by the pump supplier.
-
ITB 17-26 – ADDENDUM #4
Page 4 of 7
Payment: Item C-2 of the Bid Form establishes the unit price for which payment by the County will be
based for the quantity of hours authorized by the County and provided by the Contractor. It is estimated
that 800 hours will be needed to perform this task. The hourly rate shall include all expenses incurred,
including but not limited to project management, vehicles, overhead, and all other related costs.
3.4 CONTINGENCY BID ITEMS
Contingency bid items quantities are estimated and not guaranteed. The Bid Form established the Unit
Price to be paid for each contingency bid item. Contingency Bid Items will be performed only at the
express written authorization of the County. The Bidder agrees that the unit prices represent a true
measure of all labor, materials, equipment, and services required to provide the specified item, including
allowances for overhead and profit for each type and unit of work provided. When authorized, the work
associated with contingency bid items shall be above and beyond, separate and apart from work that is
customarily required or reasonably expected in the performance of other work under this contract.
3.4.1 Bid Item D-1: Additional Test Pit Excavation
Additional test pit excavation as directed by the County, and in accordance with the Contract
Documents. The work performed under this bid item shall include backfilling as required, and in
accordance with the contract documents.
Payment: Bid Item D-1 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and work performed by the Contractor.
3.4.2 Bid Item D-2: Select Backfill
Furnish and install select backfill material as directed by the County, and in accordance with the Contract
Documents. Select backfill shall be from a material source approved by the County.
Payment: Bid Item D-2 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor.
3.4.3 Bid Item D-3: Offsite Disposal of Unsuitable Material
Transport unsuitable material from the project to an offsite disposal site as directed by the County. Bid
price shall include all associated disposal/dumping fees necessary to perform this work.
Payment: Bid Item D-3 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily disposed of by the Contractor.
3.4.4 Bid Item D-4: Stone Bedding
Furnish and install stone bedding backfill as directed by the County, and in accordance with the Contract
Documents.
Payment: Bid Item D-4 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor.
3.4.5 Bid Item D-5: Compacted Bank Run Gravel
Furnish and install compacted bank run gravel as directed by the County, and in accordance with the
Contract Documents.
-
ITB 17-26 – ADDENDUM #4
Page 5 of 7
Payment: Bid Item D-5 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor.
3.4.6 Bid Item D-6: Additional Excavation
Additional excavation and offsite disposal of unsuitable material as directed by the County, and in
accordance with the Contract Documents.
Payment: Bid Item D-6 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor.
3.4.7 Bid Item D-7: Miscellaneous Concrete
Furnish and install miscellaneous concrete as directed by the County, and in accordance with the
Contract Documents.
Payment: Bid Item D-7 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor.
3.4.8 Bid Item D-8: Silt Fence
Furnish and install additional silt fence as directed by the County, and in accordance with the Contract
Documents.
Payment: Bid Item D-8 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor.
3.4.9 Bid Item D-9: Demolish and Replace Existing Bituminous Concrete Pavement
Demolish and replace existing bituminous concrete pavement, including graded aggregate base course,
as directed by the County, and in accordance with the Contract Documents.
Payment: Bid Item D-9 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor.
3.4.10 Bid Item D-10: ¾ Inch Type G1 Conduit
Furnish and install ¾-inch Type G1 Conduit as directed by the County, and in accordance with the
Contract Documents.
Payment: Bid Item D-10 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor.
3.4.11 Bid Item D-11: ¾ Inch Type E1 Conduit
Furnish and install ¾-inch Type E1 Conduit in accordance with the Contract Documents.
Payment: Bid Item D-11 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor.
3.4.12 Bid Item D-12: No. 12 AWG, Type THWN Conductor
Furnish and install No. 12 AWG, Type THWN Conductor in accordance with the Contract Documents.
-
ITB 17-26 – ADDENDUM #4
Page 6 of 7
Payment: Bid Item D-12 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor.
3.4.13 Bid Item D-13: No. 14 AWG, Type THWN Conductor
Furnish and install No. 14 AWG, Type THWN Conductor in accordance with the Contract Documents.
Payment: Bid Item D-13 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor.
3.4.14 Bid Item D-14: No. 16 TSP Instrumentation Cable
Furnish and install No. 16 TSP Instrumentation Cable in accordance with the Contract Documents.
Payment: Bid Item D-14 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor.
3.4.15 Bid Item D-15: Low Voltage Conductor Terminations
Furnish and install Low Voltage Conductor Terminations in accordance with the Contract Documents.
Payment: Bid Item D-15 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor in
accordance with the Contract.
3.4.16 Bid Item D-16: Concrete Encased Ductbank
Furnish and Install Concrete Encased Ductbank (reinforced) with three 4-Inch Type D Conduits and
Type E-1 Conduit Stub Ups on Both Ends (One Ductbank) in accordance with the Contract Documents.
Payment: Bid Item D-16 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and satisfactorily installed by the Contractor.
3.4.17 Bid Item D-17: Miscellaneous Electrical Labor
Provide additional miscellaneous labor as necessary for electrical work.
Payment: Bid Item D-17 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and provided by the Contractor.
3.4.18 Bid Item D-18: Miscellaneous Mechanical Labor
Provide additional miscellaneous mechanical labor as necessary for mechanical work.
Payment: Bid Item D-18 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and provided by the Contractor.
3.4.19 Bid Item D-19: Additional Temporary Influent Pumping
Provide additional temporary influent Pumping, as directed by the County, and in accordance with
Specification Section 01540. This work excludes mobilization/demobilization.
Payment: Bid Item D-19 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity (days) authorized by the County and provided by the Contractor.
-
ITB 17-26 – ADDENDUM #4
Page 7 of 7
3.4.20 Bid Item D-20: Additional Temporary Effluent Pumping
Provide extended temporary effluent Pumping as directed by the County, and in accordance with
Specification Section 01540. This work excludes mobilization/demobilization.
Payment: Bid Item D-20 of the Bid Form establishes the unit price for which payment by the County
will be based for the quantity authorized by the County and provided by the Contractor.