ADDENDUM NO. 1 Town of Clarksville Wastewater … · · 2018-02-083 | Page...
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
e
Compan
y Phone
Fax
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
David Pittm
an
TA Loving Co.
919.734.8400
919.736.2148
dpittm
Robert Draper
FL Showalter
434.845.2388
434.845.3040
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