ADDENDUM #2. September 14, 2018

Similar documents
ADDENDUM NO. 4. Modification to Part I, Section 2.0, Item J of the Project Book

Invitation For Bid IFB 2895

COUNTY OF TANEY, MISSOURI

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier

Abatement and Management Office Demolition at Parks Place IFB Number

Mountain View Middle School (RRPS Project # ) 4101 Montreal Loop NE, Rio Rancho, NM 87144

Chapter 8. Competitive Sealed Bidding: Addenda, Modifications, and Withdrawals

INVITATION TO BID. Outdoor Slide with Trailer for use at the North Little Rock Parks and Recreation Funland Amusement Park

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

Chapter 5. Competitive Sealed Bidding: Procedure

220 S.E. Green Street Lee s Summit, MO RFP # RE TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE

PRE-BID MEETING MINUTES/ADDENDUM #1 S. LAKEVIEW DRIVE DRAINAGE IMPROVEMENT PROJECT BID NUMBER PW

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

COUNTY OF EL DORADO, CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES NOTICE TO BIDDERS

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

Invitation to Bid. Manhole

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

Town of Caroline. Town Hall Exterior Painting Project

INFORMATION FOR VENDORS DOING BUSINESS WITH THE CITY OF CORAL SPRINGS, FLORIDA FINANCIAL SERVICES DEPT

BLIND BID PROCEDURES

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

Request for Proposals (RFP) for. The construction of a new pole barn addition for the AuSable Township Department of Public Works

REQUEST FOR PROPOSALS PROPERTY MANAGEMENT SERVICES RFP#

WEST BLOOMFIELD TOWNSHIP INVITATION TO BID. CDBG MINOR HOME REPAIR CONTRACT PROGRAM YEAR 2014 DEADLINE: Wednesday, September 24 th, 2014 at 2:00 p.m.

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

PUTNAM COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSALS

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /16. Sale of 1978 Mack Fire Truck. BID OPENING: June 10, 2016 at 11:00 a.m.

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

ATTACHMENT A BID FORM FIXED PRICE CONTRACT ITB # VK

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

ROXBURY COMMUNITY CENTER

INSTRUCTION PAGE. 3. All SBE firms included on SBE utilization plan must complete a Schedule C.

The University of Michigan is seeking proposals for the SALE AND REMOVAL of the house located at 1322 Wilmot, Ann Arbor, Michigan,

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

Project Manual. For. September 26, 2017

ADDENDUM # 1 Emergency Services Contract Peachtree City Water and Sewerage Authority

Town of South Berwick Contact: Public Sale of Tax Acquired Property. Tax Map 10 Lot 30. Bid Packet

CITY OF GAINESVILLE INVITATION TO BID

GOOCHLAND COUNTY REQUEST FOR QUOTATION LANDSCAPE ARCHITECTURE DESIGN SERVICES

BID DOCUMENTS FOR DEMOLITION OF STRUCTURE AND DETACHED SHED AT 111 SOUTH LANSING STREET

Woodhaven Drive Relocation Bedford County, Virginia H&P Project Number: September 9, 2013 ADDENDUM #1

SECTION INVITATION TO BID

PROCUREMENT CODE: What Districts Need to Know

Fred Maxon Gail VanLinder Mary Watson Purchasing Director Purchasing Clerk Purchasing Clerk

PERRY CITY UTAH REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

New 2017 Fairway Deep Tine Aerifier

LISTING AND SALE OF NEIGHBORHOOD STABILIZATION PROGRAM HOMES TOTAL OF 10 + HOMES TO BE LISTED ONCE REHABILITATED

INSTRUCTION PAGE. Definitions

Chapter 11. Competitive Negotiation: Procedure

Charter Township of Shelby Parks & Recreation Department Request for Proposals Gene Shepherd Park Splash Pad

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

Township of Salisbury Lehigh County, Pennsylvania REQUEST FOR PROPOSALS EMERGENCY SERVICES COMPREHENSIVE REVIEW

RELAY PANEL UPGRADE. For SPRING CREEK SUBSTATION TUB PROJECT E

H. UNIVERSITY PROCUREMENT CODE

8 th Avenue Duct Bank 8 th Avenue From 8 th Street to 10 th Street Underground Electrical Distribution New Westminster, BC

COMMONWEALTH OF KENTUCKY TRANSPORTATION CABINET DIVISION OF RIGHT OF WAY AND UTILITIES INVITATION FOR PROPOSAL/BID

BOARD OF TRUSTEES JEFFERSON TOWNSHIP, MONTGOMERY COUNTY, OHIO RESOLUTION NO 16-38

Commercial and Industrial Revaluation. Lincoln County Tax Department. RFP # Commercial/Industrial Tax Appraisal

REQUEST FOR PROPOSAL Paving of Parking Lots within the County Complex April 11, 2017

REQUEST FOR PROPOSALS Professional Engineering Services for Lift Station In the Rural Municipality of Wellington

COORDINATING COMMITTEE

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

SPECIFICATIONS FOR. Birthing Simulator Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date: June 15, 2017

Charleston County School District. Procurement Services

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Graphic Design Training Services. office. 301 West Railroad Weslaco, Texas 78596

REQUEST FOR PROPOSALS LIHTC PROPERTY MANAGEMENT CONSULTING MAKAH TRIBAL HOUSING DEPARTMENT

Request for Proposals For Outdoor Advertising - Billboards. At the Following Locations. TelPosta Towers: Roof Top on Tower 2 (Kenyatta Avenue)

General Terms and Conditions of Sealed Bid Auction Auction Date October 4, 2017

Invitation to Bid #12/13-09

SURPLUS PROPERTY BID PACKAGE

CALL FOR TENDER. Demolition and Removal of Vacant House, Foundation, and Decommissioning of Septic System. Tender AP

DALE COUNTY BOARD OF EDUCATION OFFICE OF SUPERINTENDENT DALE COUNTY GOVERNMENT BUILDING 202 S HWY 123, SUITE E. OZARK, ALABAMA

Broken Arrow Public Schools Independent School District NO S Main Street Broken Arrow, OK Phone (918)

Silverdale Water District 2017 Construction Agreement Developer to Build Extension

PURCHASING LAW BASICS FOR COUNTIES

CITY OF LANCASTER DEPARTMENT OF ECONOMIC DEVELOPMENT AND NEIGHBORHOOD REVITALIZATION

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

Instructions. Specifications. For. Tree Removal for Nolin River Sewer Infrastructure Project Bid

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

REAL ESTATE MARKET STUDY SERVICES

City of Keller Glossary of Procurement Terms. Addendum: A written change to a Bid, Quote, RFQ, or RFP during the solicitation process.

Request for Proposals HQS Inspection Services May 21,

INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH(IISER) PUNE SECTION I -NOTICE INVITING TENDER

Ingham County Land Bank Fast Track Authority RESIDENTIAL REAL ESTATE PROFESSIONALS

ADMINISTRATIVE REGULATION

Peninsula Township Requests for Proposal For Tree Removal at a Municipal Site

Request for Qualifications (RFQ) # On-Call Land Surveying Services November 21, 2018

A Community of Communities REQUEST FOR TENDER CBRM_T SALE BY TENDER SURPLUS POLICE VEHICLES

CHAPTER 34 BUILDING REGULATIONS

INVITATION FOR SALE BY SEALED BID. SB No MAP 429A-18A APPROXIMATELY ACRES

REQUEST FOR PROPOSAL. Request Number

The "Buyer" as referred to herein is the "successful bidder." The "Seller" as referred to herein is the "County of Ventura."

SANDOVAL ARCHITECTURE, P.C. STUDENT SERVICES CENTER IMPROVEMENTS - REBID 02 APRIL UNIVERSITY BLVD. SE ALBUQUERQUE, NEW MEXICO 87106

The President is authorized to delegate this authority to the Vice President for Administration and Treasurer.

EAST BATON ROUGE REDEVELOPMENT AUTHORITY ADMINISTRATIVE POLICY PROCUREMENT CONTRACTING AND DBE POLICY FOR FEDERALLY FUNDED PROJECTS.

Transcription:

ADDENDUM #2 September 14, 2018 PROJECT: Virginia Polytechnic Institute & State University, Blacksburg, Virginia Perry Street Steam System Improvements IFB: 0057278 Changes and Clarifications - General 1. See attached non-mandatory prebid meeting Sign-in Sheet (1 page). 2. See attached non-mandatory prebid meeting Agenda (1 page). Response to Bidder Questions 1. The Perry Street Specifications call for copper wire leak detection. Mechanical Pipe Systems supplies a 2 wire system, which all pre-insulated pipe manufacturers can buy since it is made in Germany. It is a true leak detection for 100% of the line. The copper wire by other companies is only on the straights, and at all potential leak areas (elbows, anchors, end seals) where you need protection, they supply a coated copper wire that cannot detect an event if water gets to steel conduit. Is this what the owner wants for this project? Response: Per discussion with Virginia Tech, a leak detection system shall not be provided per Specification Section 232233. A dryness test has been added to the scope of the project as follows. Upon completion of the underground steam and condensate conduit system, the installing contractor shall perform a system dryness test. The outer conduit shall have -20 degrees F or lower membrane or desiccant dry compressed air at the required SCFM based on conduit size in one end of the conduit. Contractor shall ensure the outer conduit is not over pressurized and all safety measures are taken. The dew point shall be read using a dew point meter and should not exceed +20 degrees at the opposite end of the conduit system. If the dew point temperature exceeds +20 degrees F the contractor shall proceed with the conduit manufactures drying procedures. All tests shall be from each isolated section of the system. Each section tested shall be witnessed by the pipe manufacture or their representative, engineer and/or owners representative. A report shall be provided and signed by the installing contractor stating the system has been tested successfully. 2. The Notice of Invitation For Bid form states that contractors shall provide a detailed schedule with their bids. In order for that to be completed, a list of dates and times that work can be done in certain areas is needed. A list of days and times when work will be restricted is also needed. A phasing plan (if the job cannot be completed in one mobilization) is needed to determine where additional mobilization will need to be completed. Response: The contractor shall prepare a work plan to conform to all of the notes and details included in the project documents. This also includes specific notes regards pedestrian and vehicular traffic as included on Plan Sheet C3.01 Pedestrian and Traffic Control Plan. At this time, there are only two work restrictions during the construction period of November 11, 2018 through May 31, 2019. No work is allowed to be done between December 6, 2018 and December 14, 2018, and between May 9, 2019 and May 18, 2018.

Connections to the high pressure steam cannot be completed until the existing system is shutdown. The scheduled shutdown of the system will be from May 19, 2019 through May 26, 2019. 3. Specification Section 230100.3.3A2 states that an independent testing firm shall be used in radiographic testing. Is it acceptable to use ultrasound testing in lieu of radiographic testing? This method is being proposed for the following reasons: a. Radiographic testing will require a 60 foot radius clear distance all around the testing area. No personnel or vehicle traffic of any kind is allowed during testing. Testing will take approximately 1 hour per weld with multiple welds being completed during a test session. b. The companies that perform radiographic testing have limited RT certified technicians, and they are already committed to other jobs extending into next year. Ultrasonic testing technicians are more available and can meet the construction schedule. Ultrasound testing is an equal to radiographic testing and does not require clearing the area during testing. Response: No exception is taken to the use of ultrasonic testing. Ultrasonic testing shall meet ASME B31.1. 4. Specification Section 232233.3.7A calls for a steam blow for steam piping. Due to the location of the underground piping system a steam blow would not be practical. With the available steam at manhole 5, the distance would not give enough steam pressure. Per Specification Section 232233.3.7B, the condensate will be flushed with water for cleaning. Can the steam piping be cleaned like the condensate? Response: Contractor shall bid the project per the specifications. Changes and Clarifications to Front End Documents 1. Replace the Notice of Invitation For Bid form with the enclosed Notice of Invitation For Bid form. Please note that the bid due date and time is changed FROM September 27, 2018 at 4:00 pm TO October 18, 2018 at 2:00 pm. The bid opening date is changed FROM September 28, 2018 at 2:00 pm TO October 19, 2018 at 2:00 pm. 2. Replace the Bid Form with the enclosed Bid Form. Please note that the notice to proceed date is changed FROM October 15, 2018 TO November 11, 2018. All other terms, conditions and descriptions remain the same. The bid due date and time is changed FROM September 27, 2018 at 4:00 pm TO October 18, 2018 at 2:00 pm. The bid opening date is changed FROM September 28, 2018 at 2:00 pm TO October 19, 2018 at 2:00 pm. The notice to proceed date is changed FROM October 15, 2018 TO November 11, 2018. This addendum will be posted on the VT Procurement website at www.procurement.vt.edu.

NOTICE OF INVITATION FOR BIDS IFB # 0057278 PERRY STREET STEAM SYSTEM IMROVEMENTS in Blacksburg, Virginia Sealed bids are invited for the Perry Street Steam System Improvements Project for Virginia Tech at its campus located in Blacksburg, Virginia. The base project is generally described as the new installation of high pressure steam pipe and pump condensate. Sealed bids will be received at the Procurement Department (MC 0333), Virginia Tech, 300 Turner Street Suite 2100, Blacksburg, Virginia 24061. The deadline for submitting bids is 2:00 P.M. sharp, as determined by the Bid Officer, on October 18, 2018. The bids will be opened publicly and read aloud at 2:00 PM sharp, as determined by the Bid Officer, on October 19, 2018, at the same location. A Bid Bond and Contract Security will be required of all bidders regardless of bid amount. eva Vendor Registration: The bidder or offeror shall be a registered vendor in eva prior to making the first Application for Payment. Bidder or offeror must include the cost of the eva transaction fee in its bid. The eva transaction fee will be assessed approximately 30 days after each purchase order is issued. Any adjustments (increases/decreases) will be handled through the eva change orders. Subcontracting Plans and SWaM Spend Reporting: Each prime contractor who wins an award in which a provision of a small business subcontracting plan is a condition of the award (see Instructions to Bidder, item 17) AND is not individually certified as a Small, Woman Owned or Minority Owned vendor through the Commonwealth of Virginia SWaM certification program (http://www.sbsd.virginia.gov/certification-division/) shall deliver evidence of compliance with their small business subcontracting plan each time a request for payment is submitted. Upon completion of the contract, the contractor agrees to furnish with the final request for payment, at a minimum, the following information: name of firm with the DMBE certification number or FEIN number, phone number, total dollar amount subcontracted, category type (small, women-owned, or minority-owned), and type of product or service provided. Payment(s) may be withheld until compliance with the subcontracting spend reporting is received and confirmed. The Owner reserves the right to pursue other appropriate remedies to include, but not be limited to, termination for default. A template for reporting subcontracting data can be found at: http://www.procurement.vt.edu/vendor/vendorlink.html The university encourages including all subcontractor (SWaM certified and non-swam certified) spend on reports submitted. Procedures for submitting a bid, claiming an error, withdrawal of bids and other pertinent information are contained in the Instructions to Bidders, which is part of the Invitation for Bids. Withdrawal due to error in bid will be permitted in accord with Section 9 of the Instructions to Bidders and 2.2-4330, Code of Virginia. The Owner reserves the right to reject any or all bids. A Non-Mandatory Pre-Bid Conference was held at 10:00 AM, local prevailing time, on Tuesday, September 4, 2018 at Sterrett Facilities Complex (Classroom). The cutoff date for Pre-Bid questions will be Tuesday, September 11, 2018, at close of business. An Addendum providing answers to the questions will be issued Friday, September 14, 2018, at close of business.

The contract shall be awarded on a lump sum basis as follows: the Total Base Bid Amount including any properly submitted and received bid modifications as the Owner in its discretion decides to award in the manner set forth in Paragraph 12 of the instructions to bidders. Contractor shall also provide an achievable construction schedule based on the critical path method concurrently with their bid. The schedule which is submitted shall be followed by the contractor, no exceptions. The Owner reserves the right to make an award based on either the low-bid or the construction schedule. The Notice of Award or Intent to Award will be posted on eva, Virginia Department of General Services central electronic procurement website, at https://eva.virginia.gov Contractor registration is required in accordance with Section 54.1-1103 of the Code of Virginia. See the Invitation for Bids for additional contractor qualification requirements. Electronic copies of the Invitation for Bids documents, including the plans and the specifications, are available for inspection at this location: https://records.facilities.vt.edu/weblink User Name: PerrySSS Password: 45!ED6e3 END OF NOTICE OF INVITATION FOR BIDS

BID FORM DATE: August 6, 2018 PROJECT: Perry Street Steam System Improvements VT Project Number: G1301-18-311-042 IFB #: 0057278 To: Virginia Polytechnic Institute and State University (Virginia Tech) 330 Sterrett Drive, Suite 201 Blacksburg, Virginia 24061. Attention: David Bolt In compliance with and subject to your Invitation for Bids and the documents therein specified, all of which are incorporated herein by reference, the undersigned bidder proposes to furnish all labor, equipment, and materials and perform all work necessary for construction of this project, in accordance with the Plans and Specifications dated August 6, 2018, and the Addenda noted below, as prepared by Dewberry Engineers Inc. in Charlotte, NC for the consideration of the following amount: BASE BID (including the following parts but excluding work in Additive Bid Items): PART A. Lump sum price for Perry Street Steam System Improvements, in accordance with the Plans and Specifications: PART A = Dollars ($ ). Base Bids for PARTS B, C, and D shall be based on the estimated quantities indicated to be provided complete and in accordance with the applicable portions of the plans and specifications. Payment amounts for each of these items will be based on the actual quantities authorized, provided and approved times the unit costs indicated by the bidder. The final contract amount shall be adjusted upward or downward based on the actual payment amounts versus the bid amounts of PARTS B, C, and D. PART B Rock Removal: Rock removal shall be paid for as noted as specified in the contract documents to include, but not limited to, all fees and costs to provide all equipment, materials, and manpower to excavate, dispose of rock materials legally, backfill with acceptable material below the limits of excavation, compact, and test the soil in the project limits. 100 CY @ $ /CY = $ PART B = Dollars ($ ). Standard Bid Form Format Page 1 of 4

PART C Unsuitable Soil Replacement: Unsuitable Soil Replacement shall be paid for as noted and as specified in the contract Documents to include, but not limited to, all fees and costs to provide all equipment, materials, and manpower to dispose of unsuitable soil legally, backfill with acceptable material within the limits of excavation, compact, and test the soil in the project limits. 100 CY @ $ /CY = $ PART C = Dollars ($ ). PART D Unsuitable Soil Undercut: Unsuitable Soil Undercut shall be paid for as noted and as specified in the contract Documents to include, but not limited to, all fees and costs to provide all equipment, materials, and manpower to dispose of unsuitable soil legally, backfill with acceptable material below the limits of excavation, compact, and test the soil in the project limits. 100 CY @ $ /CY = $ PART D = Dollars ($ ). TOTAL BASE BID AMOUNT (Sum of PARTs A, B, C, AND D) IS: DOLLARS ($ ) The Contractor shall also provide an achievable Construction Schedule based on the critical path method concurrently with their bid. The schedule which is submitted shall be followed by the contractor, no exceptions. Contract award will be based on the TOTAL BASE BID AMOUNT shown above (including any properly submitted bid modifications) plus such successive Additive Bid Items as the Owner in its discretion decides to award in the manner set forth in Paragraph 12 of the Instructions to Bidders. The bidder has relied upon the following public historical climatological records: National Weather Service for Blacksburg, VA. The undersigned understands that time is of the essence and agrees that the date for Substantial Completion of the entire project shall be on or before May 31, 2019 based on a Notice authorizing Work to proceed on or before November 11, 2018, and Final Completion shall be achieved within 30 consecutive calendar days after the date of Substantial Completion as determined by the A/E. If notice of acceptance of this bid is given to the undersigned within 60 days after the date of opening of bids, or any time thereafter before this bid is withdrawn, the undersigned will execute and deliver a contract in the prescribed form (Commonwealth of Virginia Contract Between Owner and Contractor, Form CO-9) within 10 days after the contract has been presented to him for signature. Immigration Reform and Control Act of 1986: The undersigned certifies that it does not and shall not during the performance of the Contract for this project violate the provisions of the Federal Immigration Reform and Control Act of 1986, which prohibits employment of illegal aliens, or Standard Bid Form Format Page 2 of 4

knowingly employ an unauthorized alien as defined in the Federal Immigration Reform and Control Act of 1986. DISQUALIFICATION OF CONTRACTORS: By signing this bid or proposal, the undersigned certifies that this Bidder or any officer, director, partner or owner is not currently barred from bidding on contracts by any Agency of the Commonwealth of Virginia, or any public body or agency of another state, or any agency of the federal government, nor is this Bidder a subsidiary or affiliate of any firm/corporation that is currently barred from bidding on contracts by any of the same. We have attached an explanation of any previous disbarment(s) and copies of notice(s) of reinstatement(s). Either the undersigned or one of the following individuals, if any, is authorized to modify this bid prior to the deadline for receipt of bids by writing the modification and signing his name on the face of the bid, on the envelope in which it is enclosed, on a separate document, or on a document which is telefaxed to the Owner: I certify that the firm name given below is the true and complete name of the bidder and that the bidder is legally qualified and licensed by the Virginia Department of Professional and Occupational Regulation, Board for Contractors, to perform all Work included in the scope of the Contract. Virginia License No.: Contractor Class: Specialty: Bidder: (Name of Firm) By: (Signature) Valid until: FEIN/SSN: Title: If General Partnership (List Partners' Names) Business Address: Telephone # Standard Bid Form Format Page 3 of 4

FAX # If Corporation, affix Corporate Seal & list State of Incorporation State: (Affix Seal) Virginia State Corporation Commission ID No.: ; or If Contractor is a foreign business entity not required to be authorized to transact business in the Commonwealth under Titles 13.1 or 50 of the Code of Virginia, or as otherwise required by law, please provide an explanation as to why such entity is not required to be so authorized:. Standard Bid Form Format Page 4 of 4