23
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 NO. 17-26 MATTAWOMAN WASTEWATER TREATMENT … · 2017. 6. 29. · 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

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

  • 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.