ADDENDUM NO. 1 Town of Clarksville Wastewater … ·  · 2018-02-083 | Page...

22
1 | Page P:\50061521\Specs\Contract I\Addendum No. 1\ADDENDUM NO 1.docx ADDENDUM NO. 1 Town of Clarksville Wastewater Treatment Plant and Remote Pump Station Improvements Contract I Clarksville, Virginia August 4, 2015 You are hereby directed to include the following changes in the subject contract documents. Please remember to acknowledge this and all addenda that are issued in the proper location on the Bid Form. Bid Form Delete Bid Form pages 1 – 6 in its entirety and insert the attached Bid Form pages 1 – 6 Addendum No. 1. Agreement In paragraph 4.03 A (1) – Liquidated Damages replace “$750” with “$500”. In paragraph 4.03 A (2) – Liquidated Damages replace “$500” with “$300”. Specifications Section 260920 – Duplex Alternating Controls o Revise the third sentence of paragraph 2.2 A to read as follows: “Pump stations for Forest Hills and Kinderton Country Club shall be 230 voltage single phase and three phase service respectfully.” o Revise paragraph 2.2 C to read as follows: “C. Local/Remote Dry Contact: All alarms will have dry unpowered contact points and be labeled in the control panel to be tied to the new telemetry system.” o Delete paragraph 2.2 M.1 (f) in its entirety. o Revise paragraph 2.2 S to read as follows: “S. Telemetry 1. Remote monitoring of the Forest Hills and Kinderton Country Club wastewater pump stations shall be performed by one of the following: a. High Tide b. XR50 Series as manufactured by Omni-Site, Inc. c. Mission Control d. Or approved equal 2. The telemetry shall monitor the following conditions and transmit to operator: a. Loss of power b. Low battery c. High Water Level (HWL) alarm d. Pump 1 failure e. Pump 2 failure f. Pump 1 run g. Pump 2 run

Transcript of ADDENDUM NO. 1 Town of Clarksville Wastewater … ·  · 2018-02-083 | Page...

1 | P a g e P:\50061521\Specs\Contract I\Addendum No. 1\ADDENDUM NO 1.docx

ADDENDUM NO. 1

Town of Clarksville Wastewater Treatment Plant and Remote Pump Station Improvements

Contract I Clarksville, Virginia

August 4, 2015

You are hereby directed to include the following changes in the subject contract documents. Please remember to acknowledge this and all addenda that are issued in the proper location on the Bid Form. Bid Form Delete Bid Form pages 1 – 6 in its entirety and insert the attached Bid Form pages 1 – 6 Addendum

No. 1. Agreement In paragraph 4.03 A (1) – Liquidated Damages replace “$750” with “$500”.

In paragraph 4.03 A (2) – Liquidated Damages replace “$500” with “$300”. Specifications Section 260920 – Duplex Alternating Controls

o Revise the third sentence of paragraph 2.2 A to read as follows:

“Pump stations for Forest Hills and Kinderton Country Club shall be 230 voltage single phase and three phase service respectfully.”

o Revise paragraph 2.2 C to read as follows: “C. Local/Remote Dry Contact: All alarms will have dry unpowered contact points and be labeled in the control panel to be tied to the new telemetry system.”

o Delete paragraph 2.2 M.1 (f) in its entirety.

o Revise paragraph 2.2 S to read as follows: “S. Telemetry 1. Remote monitoring of the Forest Hills and Kinderton Country Club wastewater pump

stations shall be performed by one of the following: a. High Tide b. XR50 Series as manufactured by Omni-Site, Inc. c. Mission Control d. Or approved equal

2. The telemetry shall monitor the following conditions and transmit to operator: a. Loss of power b. Low battery c. High Water Level (HWL) alarm d. Pump 1 failure e. Pump 2 failure f. Pump 1 run g. Pump 2 run

2 | P a g e P:\50061521\Specs\Contract I\Addendum No. 1\ADDENDUM NO 1.docx

3. The telemetry will be housed in a NEMA 4X fiberglass enclosure located adjacent to the pump station enclosure and operate on 120 VAC. The transmitted date can be viewed on the internet using either Netscape Navigator or Microsoft Explorer.

Section 333213.13 – Influent Sewage Pumps Package

o In paragraph 2.2 D replace “20 Hp” with “15 Hp”.

o In paragraph 2.4 A replace “480” with “240”.

o Revise 2.4 S to read as follows: “S. Level Control System: A complete float system, mercury switches are not acceptable, shall consist of four (4) floats as follows:

– Low water pump off – Lead pump on – High water level alarm”

o Revise the last sentence in paragraph 2.4 T to read as follows:

“If a seal failure occurs the pumps shall not be allowed to operate, an alarm shall be triggered, and an indicator displayed.”

o Revise paragraph 2.4 U to read as follows: “U. Power Failure Alarm: In the event of a power failure, the local and remote alarm shall be triggered. Provide dry contacts to tie into the existing SCADA system.”

Section 333213.14 – Forest Hills and Kinderton Country Club Grinder Pumps

o Delete the last sentence in paragraph 1.3 B in its entirety.

o Revise the second sentence in paragraph 2.3 E to read as follows: “The motor shall be for 60 Hz and the voltage specified.”

Section 333325 – Temporary Bypass Pumping Systems

o Delete paragraph 1.3 A in its entirety.

Section 333400 – Sanitary Utility Sewage Force Main

o Add paragraph 2.11 to read as follows: “2.11 DUCTILE-IRON PIPE AND FITTINGS (For Air Header) A. Mechanical-Joint, Ductile-Iron Pipe: AWWA C151 centrifugally cast-in-metal molds

without cement, lined molds for air conveyance, with mechanical-joint bell and plain spigot end and flanged ends above grade or where indicated. All piping and fittings shall be a minimum Class 52 unless shown otherwise on the drawings or elsewhere in the specifications. 1. Mechanical-Joint, Ductile-Iron Fittings: AWWA C110, ductile- or gray-iron standard

pattern or AWWA C153, ductile-iron compact pattern. 2. Glands, Gaskets, and Bolts: AWWA C111, ductile- or gray-iron gland, EPDM style 40

gaskets rated 250˚F temperature and meeting ASTM F104 and steel bolts. B. Flanges: ASME 16.1, Class 125, cast iron. C. The plans specify the replacement of gaskets material on the existing below ground

blower piping. However, the Contractor has the option to replace the existing piping with new blower piping with approved gaskets stated above.”

3 | P a g e P:\50061521\Specs\Contract I\Addendum No. 1\ADDENDUM NO 1.docx

Section 462020 – Mechanical Bar Screen

o Delete the word “original” in paragraph 1.3 A and B and paragraph 1.4 A.

o Add paragraph 2.1 B to read as follows: “B. Acceptable manufacturer to furnish labors and materials for refurnishing of mechanical screen are Parkson and FilterOne USA.”

o Delete paragraph 2.2 A (1 through 6) in its entirety and replace with the following:

Item Description Item Number QuantityComplete Screen Assembly * 1 Front Seal Brush Set ** 1 Rotating Brush Assembly 3815-041-103/4 1 Upper Guide Rails, AS/OH, 304SS Custom 2 Guide Rails, AS/OH, 304SS Custom 2 Lower Guide Rails, 304SS 1003309 2 Lower Guide Rail Mtg. 1003308 4 Spacers Filler Plates 1000115 2 Discharge Pan Seal 1006634 1 Side Seal 1002541 2 Brush Chain, #40 0004729 1 Sprocket, Drive Shaft 0000270 1 Sprocket, Brush 0000269 1 Drive Shaft Flange Bearing 0000266 1 Pillowblock, Rotating Front 0000265 2 Guide Rail Bearing Brush Bearing 0000264 2 Brushing 0000268 1 Brushing 0000267 1 Chain Tightener 3384-006/M 1 Misc. Hardware 1 Nameplates and Labels 3027-087/D 1 Nameplates and Labels 3824-002/D 1 Nameplates and Labels 3824-065/D 2 Screen Assembly Components Side Plates, 304SS 1000546 176 Spacer Washers, 1/8” 1000740 176 Chain Link Assembly, 304/410 1001879 176 Filter Shafts 1292-042-003/4 88 Snap Rings 0000034 176 Elements, 15 mm 1000745 945 Front Seal Brush Set Brush, 2” x 16-1/4” 0002257 1 Brush, 3” x 16-14” 0000451 1

o Revise paragraph 3.2 A to read as follows:

“A. Supplier will furnish two (2) factory representatives for approximately 10 days (including travel) during one (1) trip to replace the elements listed above. Personnel and time can be adjusted as required should the Contractor select to rebuild the unit with supplier overseeing repairs.”

o Delete the word “Parkson’s” in paragraph 3.2 B and 3.3 A (1 and 2) with “suppliers”.

4 | P a g e P:\50061521\Specs\Contract I\Addendum No. 1\ADDENDUM NO 1.docx

Section 464321 – Clarifiers Reconditions

o Revise paragraph 2.1 A to read as follows: “A. The one (1) existing Primary Clarifier No. 1 as manufactured by Amwell and the two (2) existing Secondary Clarifier as manufactured by Envirex shall receive a rebuild drive unit equal to the existing drives.”

o Add paragraph 2.1 F to read as follows: “F. Contractor shall remove all rust and loose paint from the clarifiers units (typ. 4) and paint in accordance to Section 099600.”

Drawings Sheet C2 – WWTP Overall Site Plan

o Remove and destroy Sheet C2 and replace with attached Sheet C2 Addendum No. 1.

Sheet C4 – Primary Clarifier No. 1 Improvements and Influent Pump Station

o Remove and destroy Sheet C4 and replace with attached Sheet C4 Addendum No. 1.

Sheet C5 – Primary Clarifier No. 2 Improvements and Influent Pump Station

o Remove and destroy Sheet C5 and replace with attached Sheet C5 Addendum No. 1.

Sheet C6 – Secondary Clarifier No. 1 Improvements

o Remove and destroy Sheet C6 and replace with attached Sheet C6 Addendum No. 1.

Sheet C7 – Secondary Clarifier No. 2 Improvements

o Remove and destroy Sheet C7 and replace with attached Sheet C7 Addendum No. 1.

Sheet C10 – Sludge Dewater Building Improvements

o Remove and destroy Sheet C10 and replace with attached Sheet C10 Addendum No. 1.

Sheet C11 – Duplex Pump Station Improvements

o Remove and destroy Sheet C11 and replace with attached Sheet C11 Addendum No. 1.

Sheet C11.1 – Forest Hill Pump Station Improvements

o Remove and destroy Sheet C11.1 and replace with attached Sheet C11.1 Addendum No. 1

showing the new emergency pump connection.

Sheet E5 – Duplex Pump Stations Improvements

o Add Note 7 to Forest Hills Duplex Pump Station to read as follows: “7. Contractor has the option to replace both pumps and control panel at the same time with a single startup of equipment in lieu of replacing one pump at a time, providing control panels on the backside of the existing panels provided that proper bypass pumping setup is provided, and having two (2) startups of pumps.”

5 | P a g e P:\50061521\Specs\Contract I\Addendum No. 1\ADDENDUM NO 1.docx

o Add the following note to refer to both Forest Hills and Kinderton Country Club Pump Stations: “Note that Contractor shall include 20 amp single pole breaker, wiring, and conduit to the new telemetry system for complete operation of the unit.”

Attachments Revised Bid Form Pre-Bid Conference Minutes Agenda Pre-Bid Attendance List Plan Holder List (Bidders List) END OF ADDENDUM NO. 1

EJCDC® C‐410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, 

and American Society of Civil Engineers.  All rights reserved.       Page iii – ADDENDUM NO. 1 

BID FORM 

Clarksville Wastewater Treatment Plant and Remote Sewer Pump Stations Improvements Contract I 

 

TABLE OF CONTENTS 

 

Page 

Article 1 – Bid Recipient ................................................................................................................................ 1 

Article 2 – Bidder’s Acknowledgements ....................................................................................................... 1 

Article 3 – Bidder’s Representations ............................................................................................................. 1 

Article 4 – Bidder’s Certification ................................................................................................................... 2 

Article 5 – Basis of Bid ................................................................................................................................... 3 

Article 6 – Time of Completion ..................................................................................................................... 4 

Article 7 – Attachments to this Bid ............................................................................................................... 5 

Article 8 – Defined Terms ............................................................................................................................. 5 

Article 9 – Bid Submittal ............................................................................................................................... 5 

EJCDC® C‐410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, 

and American Society of Civil Engineers.  All rights reserved.       Page 1 – ADDENDUM NO. 1 

ARTICLE 1 – BID RECIPIENT 

1.01 This Bid is submitted to: 

Town of Clarksville, 321 Virginia Avenue, Clarksville, VA 239278 

1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 

ARTICLE 2 – BIDDER’S ACKNOWLEDGEMENTS 

2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders,  including without limitation  those  dealing with  the  disposition  of  Bid  security.  This  Bid will  remain  subject  to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 

ARTICLE 3 – BIDDER’S REPRESENTATIONS 

3.01 In submitting this Bid, Bidder represents that: 

A. Bidder  has  examined  and  carefully  studied  the  Bidding  Documents,  and  any  data  and reference  items  identified  in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: 

Addendum No.    Addendum, Date 

     

     

     

     

B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become  familiar with and satisfied  itself as  to  the general,  local, and Site conditions that may affect cost, progress, and performance of the Work. 

C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work. 

D. Bidder  has  carefully  studied  all:  (1)  reports  of  explorations  and  tests  of  subsurface conditions  at  or  adjacent  to  the  Site  and  all  drawings  of  physical  conditions  relating  to existing  surface  or  subsurface  structures  at  the  Site  that  have  been  identified  in  the Supplementary Conditions, especially with  respect  to Technical Data  in  such  reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been  identified  in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. 

E. Bidder  has  considered  the  information  known  to  Bidder  itself;  information  commonly known  to  contractors  doing  business  in  the  locality  of  the  Site;  information  and observations obtained from visits to the Site; the Bidding Documents; and any Site‐related reports  and drawings  identified  in  the Bidding Documents, with  respect  to  the  effect of such information, observations, and documents on (1) the cost, progress, and performance 

EJCDC® C‐410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, 

and American Society of Civil Engineers.  All rights reserved.       Page 2 – ADDENDUM NO. 1 

of  the  Work;  (2)  the  means,  methods,  techniques,  sequences,  and  procedures  of construction to be employed by Bidder; and (3) Bidder’s safety precautions and programs. 

F. Bidder  agrees,  based  on  the  information  and  observations  referred  to  in  the  preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within  the  times required, and  in accordance with  the other  terms and conditions of the Bidding Documents. 

G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. 

H. Bidder  has  given  Engineer  written  notice  of  all  conflicts,  errors,  ambiguities,  or discrepancies that Bidder has discovered  in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder. 

I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work. 

J. The  submission of  this Bid  constitutes  an  incontrovertible  representation by Bidder  that Bidder has complied with every requirement of this Article, and that without exception the Bid  and  all  prices  in  the  Bid  are  premised  upon  performing  and  furnishing  the  Work required by the Bidding Documents. 

ARTICLE 4 – BIDDER’S CERTIFICATION 

4.01 Bidder certifies that: 

A. This  Bid  is  genuine  and  not  made  in  the  interest  of  or  on  behalf  of  any  undisclosed individual  or  entity  and  is  not  submitted  in  conformity with  any  collusive  agreement  or rules of any group, association, organization, or corporation; 

B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; 

C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and 

D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.  For the purposes of this Paragraph 4.01.D: 

1. “corrupt practice” means  the offering,  giving,  receiving, or  soliciting of  any  thing of value likely to influence the action of a public official in the bidding process; 

2. “fraudulent  practice” means  an  intentional misrepresentation  of  facts made  (a)  to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non‐competitive  levels, or  (c)  to deprive Owner of  the benefits of  free and open competition; 

3. “collusive practice” means a scheme or arrangement between  two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non‐competitive levels; and 

4. “coercive  practice”  means  harming  or  threatening  to  harm,  directly  or  indirectly, persons  or  their  property  to  influence  their  participation  in  the  bidding  process  or affect the e execution of the Contract. 

EJCDC® C‐410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, 

and American Society of Civil Engineers.  All rights reserved.       Page 3 – ADDENDUM NO. 1 

ARTICLE 5 – BASIS OF BID 

5.01 Bidder will  complete  the Work  in accordance with  the Contract Documents  for  the  following price(s): 

PART A:  GENERAL STRUCTURAL, ELECTRICAL, AND SITE WORK: Lump sum price to furnish and install all new products and equipment or refurbishing as per contract documents completed and ready for operation including, but not limited to, furnishing all necessary labor, machinery, apparatus, tools, materials, piping, concrete, electrical, controls, E&S controls, site restoration, mobilization, and other associated work to install and erect those products for the recondition or replacement of the WWTP and remote pump stations equipment and components, in accordance with the drawings and specifications.  Price for PART A shall be for all work NOT included in subsequent Part B below: 

   PART A (LUMP SUM):___________________________________________________   _______________________________________________________________(in words)   Dollars ($____________________________)    PART B: MAJOR PROCESS EQUIPMENT:  Furnishing major WWTP and pump stations   equipment (excluding those costs included in Part A above).  Price indicated below shall include   direct purchase of equipment and exclude mark‐up and any associated installation costs.  The   bid price will be based on furnishing equipment and materials in compliance with the   specifications.  Should the Contractor fail to list a manufacturer of equipment which complies   with the specifications, the Owner reserves the right to select an approved specified equipment   of his choice without an increase in the contract price.  Only one approved manufacturer may be   entered on the  blank for each equipment item.  Failure to provide an approved manufacturer’s   name for each item may result in rejection of the bid.  The applicable section of the   specifications is listed beside each equipment item.    Equipment and Manufacturer          Bid Price  1.  Mechanical Screen Recondition (Section 462020)    $____________    Manufacturer:_________________________________  2.  Primary Clarifier Rebuilt Drive (Typ. 1) (Section 464321)    $____________ 

Manufacturer:_________________________________  3.  Secondary Clarifiers Rebuilt Drive Unit (Typ. 2) (Section 464321) $____________   Manufacturer:_________________________________  4.  Primary and Secondary Clarifiers Baffle Weir, Squeegee       $____________   Replacement, Etc. (Typ. 4) (Section 464321)   Manufacturer:_________________________________    5.  UV System’s Weir Replacement (Section 466656)     $____________   Manufacturer:_________________________________  6.  Sludge Dewatering Belt Press Recondition (Sheet C10)    $____________   Manufacturer:_________________________________  

EJCDC® C‐410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, 

and American Society of Civil Engineers.  All rights reserved.       Page 4 – ADDENDUM NO. 1 

7.  Waste Activate Sludge Pumps Gantry Crane Package    $____________   (Section 412213.16)   Manufacturer:_________________________________  8.  7th Street Remote Pump Station Ventilation Replacement,  $____________   Vent Piping, and Structure Improvements (Sheet C11)   (Manufacturer name not required)  9.  Forest Hills Remote Pump Station Two (2) Pumps and Control  $____________   Replacement (Section 333213.14)   Manufacturer:_________________________________  10.  Kinderton Country Club Remote Pump Station Two (2) Pumps  $____________   and Control Replacement (Section 3332113.14)   Manufacturer:_________________________________  

PART B BASE BID (sum of items 1‐10 above)   ___________________________________________________________Dollars  (in words)   ($____________________)  TOTAL BASE BID (Parts A and B Combined)_____________________________________ ___________________________________________Dollars (in words) ($____________________)  ALTERNATIVES:  Bidder is required to provide an ADD Lump Sum Price for each alternate item indicated below.  The Owner shall award the Contract to the lowest responsible Bidder based on the Base Bid or the combination of the Base Bid and alternates.  The alternates will be awarded based on the order listed in the Bid Form starting with Alternate Bid No. 1 and ending with Alternate Bid No. 2.  The low bidder will be revaluated after the exercising of each alternate.  

Alternate Bid No. 1 – Influent Pumps and Control (Section 333213.13:  Bidder agrees to furnish and install two influent pumps along with a controller including all piping, valves, supports, electrical as shown on plans and all incidental items necessary to provide a complete installation ready for operation.   ADD to Base Bid _________    _______________________________________ _________________________________________ (in words) ($_________________) Manufacturer:_________________________________  

Alternate Bid No. 2 – Sludge Piping Draw‐Off Modification:  Bidder agrees to modify sludge piping as shown on Sheet C9 for the installation of isolation valve complete and ready for use as intended.   ADD to Base Bid _______________________      _________________ __________________________________________ (in words) ($_________________) 

ARTICLE 6 – TIME OF COMPLETION 

6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment  in accordance with Paragraph 15.06 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 

6.02 Bidder accepts the provisions of the Agreement as to liquidated damages. 

EJCDC® C‐410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, 

and American Society of Civil Engineers.  All rights reserved.       Page 5 – ADDENDUM NO. 1 

ARTICLE 7 – ATTACHMENTS TO THIS BID 

7.01 The following documents are submitted with and made a condition of this Bid: 

A. Required Bid security; 

B. List of Proposed Subcontractors; 

C. List of Proposed Suppliers; 

D. List of Project References; 

E. Evidence of authority  to do business  in  the state of  the Project; or a written covenant  to obtain such license within the time for acceptance of Bids; 

F. Contractor’s  License No.:  __________  [or]  Evidence  of  Bidder’s  ability  to  obtain  a  State Contractor’s  License and a  covenant by Bidder  to obtain  said  license within  the  time  for acceptance of Bids; 

G. Required Bidder Qualification Statement with supporting data;  

H. If Bid amount exceeds $10,000, signed Compliance Statement (RD 400‐6), refer to specific equal opportunity requirements set forth in the Supplemental General Conditions; 

I. If Bid amount exceeds $25,000,  signed Certification Regarding Debarment,  Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transactions (AD‐1048); 

J. If Bid amount exceeds $100,000, signed RD Instruction 1940‐Q, Exhibit A‐1, Certification for Contracts, Grants, and Loans.  

ARTICLE 8 – DEFINED TERMS 

8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. 

ARTICLE 9 – BID SUBMITTAL 

BIDDER: [Indicate correct name of bidding entity] 

 

By: [Signature]   

[Printed name]   

(If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.) 

Attest: [Signature]   

[Printed name]   

Title:   

Submittal Date:   

EJCDC® C‐410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, 

and American Society of Civil Engineers.  All rights reserved.       Page 6 – ADDENDUM NO. 1 

Address for giving notices: 

 

 

 

Telephone Number:   

Fax Number:   

Contact Name and e‐mail address:   

   

Bidder’s License No.:   

 (where applicable) 

 

Town of Clarksville Wastewater Treatment Plant and Remote Pump Stations Improvements – Contract I

Clarksville, VA Pre-Bid Agenda

July 27, 2015

Page 1 of 4

1. PARTICIPANT INTRODUCTIONS AND SIGN-IN

1.1 OWNER: TOWN OF CLARKSVILLE, VIRGINIA Represented at this meeting by: Jeff Jones, Town Manager 321 Virginia Avenue Clarksville, VA 23927 (434) 374-8178 [email protected]

Richard Elliott, Director of Operations P.O. Box 1147 Clarksville, VA 23927 (434) 210-0915 [email protected]

1.2 DESIGNER / OWNER’S REPRESENTATIVE: DEWBERRY ENGINEERS INC. Represented at this meeting by: Freeman R. “Randy” Jones, PE Designer / Project Administrator

Dewberry Engineers Inc. 551 Piney Forest Road, Danville, VA (434) 549-8513 (direct) (434) 797-4341 (fax) [email protected]

1.3 FUNDING: UNITED STATES DEPARTMENT OF AGRICULTURE/RURAL DEVELOPMENT

USDA/RD David E. Worley, Area Director 20311-A Timberlake Road, Lynchburg, VA 24502

(434) 239-3473 ext. 106 www.rd.usda.gov/va

1.4 GRANT ADMINISTRATOR: Southside Planning District Commission Represented at this meeting by: Sangi Cooper 200 S. Mecklenburg Avenue South Hill, VA 23970 (434) 447-7101 [email protected]

1.5 PARTICIPANT INTRODUCTIONS

All attendees must sign-in.

Town of Clarksville Wastewater Treatment Plant and Remote Pump Stations Improvements – Contract I

Clarksville, VA Pre-Bid Agenda

July 27, 2015

Page 2 of 4

2. PROJECT DESCRIPTION AND CONSIDERATIONS 2.1 SCOPE OF WORK

a) The Work consists of equipment refurbish, replacement or modification as described in Section 011000 or as shown on plans.

b) All associated structural, mechanical, electrical, plumbing, underground and process piping, earthwork and site work is included.

c) All equipment, materials and labor, except as noted in the plans and specifications shall be included in the bid

d) Bidders shall familiarize themselves with all aspects of the Work included in the Contract Documents and account for all in their bids

e) Contract Documents can be reviewed at various locations as described in the Advertisement for Bid, including the Town of Clarksville and Dewberry Engineers Inc. at the addresses listed above.

f) Contract Documents can be purchased for $150 with refund per set as stated in Advertisement for Bid through Dewberry Engineers Inc., at the address listed for Randy Jones above or contact Crystal Newton at 434-549-8519.

2.2 NOTABLE CONTRACT CONDITIONS OR WORK SCOPE

a) Existing WWTP Operations must continue throughout construction period b) Work Hours; Standard Work Hours in the Specifications - 7:00 am to 3:30 pm Monday

through Friday, unless otherwise approved by the Owner c) Permits; Contractor must obtain and pay for all applicable Building Permit(s). d) Bonds; 100% Payment and Performance Bonds are required e) Staking; Construction staking shall be provided by a professional land surveyor in the state

of VA

2.3 CONTRACT TIME AND DAMAGES a) Total Contract Time is currently 360 Calendar Days to Substantial Completion and 390 to

Final Completion b) Contract allows 60 days to award project c) Damages for late completion beyond Substantial Completion will be liquidated at $750/day d) Damage for late completion beyond Final Completion will be Liquidated at $500/day

2.4 BID FORMAT

Single Prime, Lump Sum with Base and Alternate Values. Alternates will be discussed later in this conference.

3. QUERIES & ADDENDA

3.1 FORMAL QUESTIONS REQUIRING WRITTEN RESPONSE

All questions must be received by 12:00 noon on August 3, 2015 and include contact information for those submitting the questions. Addenda will be issued as necessary, with a final addendum issued by 5:00 p.m. on August 4, 2015. Direct all questions in writing (fax is acceptable; e-mail is NOT acceptable) to:

Town of Clarksville Wastewater Treatment Plant and Remote Pump Stations Improvements – Contract I

Clarksville, VA Pre-Bid Agenda

July 27, 2015

Page 3 of 4

Randy Jones, PE Dewberry Engineers Inc. 551 Piney Forest Road Danville, VA 24540 Fax: (434) 797-4341

Questions should include:

Reference of the document section and/or drawing sheet number in question. Bidder’s name, address, phone and fax numbers, and e-mail (if available) asking the question. Date. An exact question to be answered.

3.2 ADDENDA

Addenda will be issued in writing as deemed necessary by the Engineer and Owner. If any are issued they must be noted on the Bid Form in the space provided on that form.

4. BIDDING INSTRUCTIONS AND PROCEDURES 4.1 TIME AND PLACE FOR BIDS TO BE RECEIVED AND OPENED

Separate sealed Bids from qualified contractors will be received by the Town of Clarksville Town Hall 321 Virginia Avenue, Clarksville, VA 23927 until 2:00 p.m., (Local Time) August 11, 2015; and there and then be publicly opened and read aloud.

4.2 BID FORM

A Bid Form is included in the Contract Documents. This form can be photocopied for use in submitting a bid. All information entered on the Bid Form, however, must be original.

4.3 ADDITIONAL DOCUMENTS TO ACCOMPANY EACH BID

All Bidders must include signed, completed originals (notarized or witnessed as described) of the following: Bid form Bid Bond (5% of Bid Price) Compliance Statement NOTE: All requirements must be met for a Bid to be considered “Responsive.”

4.4 BIDDING FORMAT

The base bid consists of the sum of Part A and Part B. o Part B includes price for furnishing the major equipment listed. Installation is to be

included in Part A. Bidder shall provide name of approved manufacturer. If bidder fails to list an approved manufacturer the owner reserves the right to select a specified named manufacture. Equipment manufacture that is not named in the specification and listed by the bidder will be subject to requirements of the Substitution Procedures (Section 012500).

o Part A is to include all other cost not provided in Part B.

Town of Clarksville Wastewater Treatment Plant and Remote Pump Stations Improvements – Contract I

Clarksville, VA Pre-Bid Agenda

July 27, 2015

Page 4 of 4

4.5 REVIEW AND AWARD Designer will review bids to confirm Responsiveness, check values submitted, then complete

and issue a Certified Bid Tab within 2 business days of the bid opening, noting the apparent low bidder, including all Alternates, at that time

Designer will review Bidders’ Qualifications and references, evaluate the Responsible nature of the Bidders, compare Base and Alternate Pricing against available funds, then make written recommendation of Award to the Owner within 2 business days of the bid opening

Owner will review Designer’s recommendation and take action to award contract upon the USDA/RD approval, and notify the apparent low, Responsive and Responsible within the time allowed in the Contract Documents o Owner reserves the right to make award based solely on the Base Bid or Base Bid plus

alternate(s). o The Alternatives will be exercised in the order presented in the Bid Documents up to the

project budget as allowed by USDA.

The Low Bidder will be evaluated after the selection of each alternative. 5. OWNER COMMENTS Owner will provide those properties and/or easements for construction which are shown on the drawings. 6. USDA/RD COMMENTS & CONSIDERATIONS

Project sign is required as shown in Virginia RUS Bulletin 1780-1 Exhibit A.

7. BIDDER QUESTIONS Question: Will building permit be required? Answer: Mecklenburg County will require Contractor to obtain permit concerning electrical work.

Question: Provide clarification concerning clarifiers refurbishing. Answer: Clarification will be addressed in Addendum No. 1.

Question: Bid document did not include space for a bidder to list manufacturers. Answer: Bid document will be replaced with new bid document though Addendum No. 1.

Question: Will a temporary bypass pumping plan be required to be submitted with bid package. Answer: No. 8. PRE-BID SITE VISIT

The site will be available for visiting immediately following the close of this Pre-Bid Conference

 

Town of Clarksville 

Wastewater Treatment Plant an

d Remote Pump Station Im

provement 

Contract I 

Pre‐Bid Conference 

Sign

‐in‐Sheet 

 July 27, 2015 

 

Nam

Compan

y Phone 

Fax 

Email 

John Gooch 

FCE, Inc. 

434.244.0250 

434.977.3783 

estimating@

fce‐digs.com 

Ken

 Long 

H.G. R

eynolds Co. 

252.492.3071 

252.492.2590 

klong@

hgreynolds.net 

Charlie Schwabe 

J. Harman

 Saunders 

Construction 

434.575.0922 

434.575.0288 

[email protected] 

David Pittm

an 

TA Loving Co. 

919.734.8400 

919.736.2148 

dpittm

[email protected] 

Robert Draper 

FL Showalter 

434.845.2388 

434.845.3040 

[email protected] 

Jeff Jones 

Town of Clarksville 

434.374.8177 

 clarksvilledirector@

gmail.com 

Sangi Cooper 

Southside Planning 

District Commission 

434.447.7101 

434.447.7104 

scooper@southsidep

dc.org 

Randy Jones 

Dew

berry 

434.549.8513 

434.797.4341 

fjones@dew

berry.com  

 

DIS

TR

IBU

TIO

N O

F P

LA

NS

AN

D S

PE

CIF

ICA

TIO

NS

/PL

AN

DE

PO

SIT

RE

PO

RT

P

roje

ct N

ame:

W

TP

and

Rem

ote

Sew

er P

ump

Sta

tion

Im

prov

emen

ts –

Con

trac

t I

D

epos

it $

150.

00

Bid

ders

ret

urni

ng P

/S w

ithi

n 15

day

s of

bid

C

lien

t: T

own

of C

lark

svil

le

date

in g

ood

cond

itio

n w

ill r

ecei

ve 1

00%

de

posi

t on

firs

t set

& 5

0% d

epos

it o

n

Bid

Dat

e/T

ime/

Pla

ce:

Aug

ust 1

1 at

2:0

0 P

M

re

mai

ning

set

s. N

on-b

idde

rs, S

uppl

iers

, &

Sub

cont

ract

ors

wil

l rec

eive

50%

on

all s

ets

retu

rned

wit

hin

15 d

ays

of b

id d

ate

in g

ood

cond

itio

n.

P&

S

No.

C

ontr

acto

r S

hip

/Mai

l Ad

dre

ss,

Tel

eph

one

No.

& F

ax

S

hip

/ D

ate

Via

D

ate

Ad

den

da

Mai

led

P

& S

Dat

e P

&S

R

et’d

P

lan

Dep

osit

s 1

2 3

4 5

Ck

# &

Am

oun

t R

ecei

ved

Ref

un

d

Am

oun

t 1.

2. 3. 4. 5.

Ran

dy J

ones

– D

ewbe

rry

V

alle

y C

onst

ruct

ion

New

s 35

6 C

ampb

ell A

venu

e S

W

Roa

noke

, VA

240

16

emil

yvcn

@ya

hoo.

com

B

uild

ers

Exc

hang

e of

Ric

hmon

d 32

07 H

erm

itag

e R

oad

Ric

hmon

d, V

A 2

3227

ed

itor

@bx

ava.

com

T

own

of C

lark

svil

le (

Jeff

Jon

es)

321

Vir

gini

a A

venu

e C

lark

svil

le, V

A 2

3927

cl

arks

vill

eman

ager

@ve

rzio

n.ne

t S

outh

side

Pla

nnin

g D

istr

ict

Com

mis

sion

(S

angi

Coo

per)

20

0 S

. Mec

klen

burg

Ave

S

outh

Hil

l, V

A 2

3970

sc

oope

r@so

uths

idep

dc.o

rg

6/29

6/

29

6/29

6/

29

DIS

TR

IBU

TIO

N O

F P

LA

NS

AN

D S

PE

CIF

ICA

TIO

NS

/PL

AN

DE

PO

SIT

RE

PO

RT

P

roje

ct N

ame:

W

TP

and

Rem

ote

Sew

er P

ump

Sta

tion

Im

prov

emen

ts –

Con

trac

t I

D

epos

it $

150.

00

Bid

ders

ret

urni

ng P

/S w

ithi

n 15

day

s of

bid

C

lien

t: T

own

of C

lark

svil

le

date

in g

ood

cond

itio

n w

ill r

ecei

ve 1

00%

de

posi

t on

firs

t set

& 5

0% d

epos

it o

n

Bid

Dat

e/T

ime/

Pla

ce:

Aug

ust 1

1 at

2:0

0 P

M

re

mai

ning

set

s. N

on-b

idde

rs, S

uppl

iers

, &

Sub

cont

ract

ors

wil

l rec

eive

50%

on

all s

ets

retu

rned

wit

hin

15 d

ays

of b

id d

ate

in g

ood

cond

itio

n.

P&

S

No.

C

ontr

acto

r S

hip

/Mai

l Ad

dre

ss,

Tel

eph

one

No.

& F

ax

S

hip

/ D

ate

Via

D

ate

Ad

den

da

Mai

led

P

& S

Dat

e P

&S

R

et’d

P

lan

Dep

osit

s 1

2 3

4 5

Ck

# &

Am

oun

t R

ecei

ved

Ref

un

d

Am

oun

t 6.

7. 8.

HG

Rey

nold

s

Ken

Lon

g 35

95 U

S 1

Bus

ines

s N

orth

H

ende

rson

, NC

275

37

Ph

– 25

2.49

2.30

71

Fax

– 2

52.4

92.2

590

klon

g@hg

reyn

olds

.net

B

iggs

Con

stru

ctio

n 34

1 C

ater

pill

ar D

rive

L

aCro

sse,

VA

239

50

Ph

– 43

4.77

4.29

00

Fax

– 4

34.7

74.2

911

bigg

s@bi

ggsc

onst

ruct

ionc

ompa

ny.c

om

Wac

o, I

nc.

Lar

ry M

ille

r 54

50 L

ewis

Roa

d S

ands

ton,

VA

231

50

Ph

– 80

4.22

6.32

05

Fax

– 8

04.2

26.3

245

lmil

ler@

wac

oinc

.net

6/30

6/

30

6/30

Che

ck #

7612

$3

00.0

0

Che

ck #

7870

8 $3

00.0

0

Che

ck #

1500

24

$150

.00

DIS

TR

IBU

TIO

N O

F P

LA

NS

AN

D S

PE

CIF

ICA

TIO

NS

/PL

AN

DE

PO

SIT

RE

PO

RT

P

roje

ct N

ame:

W

TP

and

Rem

ote

Sew

er P

ump

Sta

tion

Im

prov

emen

ts –

Con

trac

t I

D

epos

it $

150.

00

Bid

ders

ret

urni

ng P

/S w

ithi

n 15

day

s of

bid

C

lien

t: T

own

of C

lark

svil

le

date

in g

ood

cond

itio

n w

ill r

ecei

ve 1

00%

de

posi

t on

firs

t set

& 5

0% d

epos

it o

n

Bid

Dat

e/T

ime/

Pla

ce:

Aug

ust 1

1 at

2:0

0 P

M

re

mai

ning

set

s. N

on-b

idde

rs, S

uppl

iers

, &

Sub

cont

ract

ors

wil

l rec

eive

50%

on

all s

ets

retu

rned

wit

hin

15 d

ays

of b

id d

ate

in g

ood

cond

itio

n.

P&

S

No.

C

ontr

acto

r S

hip

/Mai

l Ad

dre

ss,

Tel

eph

one

No.

& F

ax

S

hip

/ D

ate

Via

D

ate

Ad

den

da

Mai

led

P

& S

Dat

e P

&S

R

et’d

P

lan

Dep

osit

s 1

2 3

4 5

Ck

# &

Am

oun

t R

ecei

ved

Ref

un

d

Am

oun

t 9.

10.

11.

Cro

wde

r C

onst

ruct

ion

Com

pany

K

athy

She

ar

1111

Bur

ma

Dri

ve

Ape

x, N

C 2

7539

P

h –

919.

367.

2000

F

ax –

919

.367

.209

7 ks

hear

@cr

owde

rcc.

com

J.

Har

mon

Sau

nder

s C

onst

ruct

ion,

Inc

. C

harl

ie S

chw

abe

2514

Hou

ghto

n A

venu

e S

outh

Bos

ton,

VA

245

92

Ph

– 43

4.57

5.09

22

Fax

– 4

34.5

75.0

288

char

lie@

jhar

man

saun

ders

.com

T

.A. L

ovin

g C

ompa

ny

Bil

l Mus

so

400

Pat

etow

n R

oad

Gol

dsbo

ro, N

C 2

7530

P

h –

919.

734.

8400

F

ax –

919

.736

.214

8 bm

usso

@ta

lovi

ng.c

om

6/30

7/

6 7/

9

7/29

Che

ck #

3749

$1

50.0

0

Che

ck #

1676

5 $1

50.0

0

Che

ck #

2471

00

$150

.00

DIS

TR

IBU

TIO

N O

F P

LA

NS

AN

D S

PE

CIF

ICA

TIO

NS

/PL

AN

DE

PO

SIT

RE

PO

RT

P

roje

ct N

ame:

W

TP

and

Rem

ote

Sew

er P

ump

Sta

tion

Im

prov

emen

ts –

Con

trac

t I

D

epos

it $

150.

00

Bid

ders

ret

urni

ng P

/S w

ithi

n 15

day

s of

bid

C

lien

t: T

own

of C

lark

svil

le

date

in g

ood

cond

itio

n w

ill r

ecei

ve 1

00%

de

posi

t on

firs

t set

& 5

0% d

epos

it o

n

Bid

Dat

e/T

ime/

Pla

ce:

Aug

ust 1

1 at

2:0

0 P

M

re

mai

ning

set

s. N

on-b

idde

rs, S

uppl

iers

, &

Sub

cont

ract

ors

wil

l rec

eive

50%

on

all s

ets

retu

rned

wit

hin

15 d

ays

of b

id d

ate

in g

ood

cond

itio

n.

P&

S

No.

C

ontr

acto

r S

hip

/Mai

l Ad

dre

ss,

Tel

eph

one

No.

& F

ax

S

hip

/ D

ate

Via

D

ate

Ad

den

da

Mai

led

P

& S

Dat

e P

&S

R

et’d

P

lan

Dep

osit

s 1

2 3

4 5

Ck

# &

Am

oun

t R

ecei

ved

Ref

un

d

Am

oun

t 12

. 13

. 14

.

F.L

. Sho

wal

ter,

Inc

. K

athy

Dra

per

2900

Ful

ks S

tree

t L

ynch

burg

, VA

245

01

Ph

– 43

4.84

5.23

88

Fax

– 4

34.8

45.3

040

KD

rape

r@fl

show

alte

r.co

m

Con

stru

ctio

n M

arke

t Dat

a D

avid

Fea

ron

30 T

echn

olog

y P

arkw

ay S

outh

S

uite

100

N

orcr

oss,

GA

300

92

Ph

– 77

0.41

7.43

15

Fax

– 8

00.3

03.8

629

davi

d.fe

aron

@cm

dgro

up.c

om

Mon

tval

e C

onst

ruct

ion,

Inc

. 51

08 G

oose

Cre

ek V

alle

y R

oad

P.O

. Box

184

M

ontv

ale,

VA

241

22

Ph

– 54

0.94

7.29

86

Fax

– 5

40.9

47.5

691

eile

ne@

mon

tcns

t.com

w

ayne

@m

ontn

st.c

om

7/9

7/16

7/

21

7/

24

Che

ck #

4894

9 $3

00.0

0

Che

ck #

978

47

$150

.00

C

heck

#11

420

$150

.00

DIS

TR

IBU

TIO

N O

F P

LA

NS

AN

D S

PE

CIF

ICA

TIO

NS

/PL

AN

DE

PO

SIT

RE

PO

RT

P

roje

ct N

ame:

W

TP

and

Rem

ote

Sew

er P

ump

Sta

tion

Im

prov

emen

ts –

Con

trac

t I

D

epos

it $

150.

00

Bid

ders

ret

urni

ng P

/S w

ithi

n 15

day

s of

bid

C

lien

t: T

own

of C

lark

svil

le

date

in g

ood

cond

itio

n w

ill r

ecei

ve 1

00%

de

posi

t on

firs

t set

& 5

0% d

epos

it o

n

Bid

Dat

e/T

ime/

Pla

ce:

Aug

ust 1

1 at

2:0

0 P

M

re

mai

ning

set

s. N

on-b

idde

rs, S

uppl

iers

, &

Sub

cont

ract

ors

wil

l rec

eive

50%

on

all s

ets

retu

rned

wit

hin

15 d

ays

of b

id d

ate

in g

ood

cond

itio

n.

P&

S

No.

C

ontr

acto

r S

hip

/Mai

l Ad

dre

ss,

Tel

eph

one

No.

& F

ax

S

hip

/ D

ate

Via

D

ate

Ad

den

da

Mai

led

P

& S

Dat

e P

&S

R

et’d

P

lan

Dep

osit

s 1

2 3

4 5

Ck

# &

Am

oun

t R

ecei

ved

Ref

un

d

Am

oun

t 15

. 9.

Fie

lder

’s C

hoic

e E

nter

pris

es, I

nc.

John

Goo

ch

1020

Lin

den

Ave

nue

Cha

rlot

tesv

ille

, VA

229

02

Ph

– 43

4.24

4.02

50

Fax

– 4

34.9

77.3

783

jgoo

ch@

fce-

digs

.com

D

odge

Dat

a 33

15 C

entr

al A

venu

e H

ot S

prin

gs, A

R 7

1913

P

h -

501.

321.

4125

F

ax –

866.

794.

5065

A

ndre

a.ke

rwin

@co

nstr

uctio

n.co

m

7/28

7/

31

Che

ck #

1404

5 $1

50.0

0