CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 2 FOR THE CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD,

Similar documents
ATTACHMENT 3: SPECIFICATION FOR SEWER CLEANING

City of Grand Island Tuesday, October 10, 2017 Council Session

DELETE first sentence of first paragraph that reads: REPLACE with the following:

NAME OF BIDDER MERCER GROUP INTERNATIONAL OF NJ, INC CALHOUN STREET CITY, STATE, ZIP TRENTON, NJ 08638

TENDER FOR COUNTY ROAD 44 MULTI-USE PATHWAY PHASE 1A & 1B. Tender No.: NG16-19 ADDENDUM #1. October 31, 2016

City of Grand Island Tuesday, June 26, 2018 Council Session

2150 F&I 4" PVC pipe LF 100 $ F&I 6" PVC pipe LF 100 $ F&I 8" PVC pipe LF 100 $ 90.00

4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED BELOW.

CONTRACT TERM: APRIL 28, 2018 THROUGH APRIL 27, 2020 RES. NO

TOWNSHIP OF RARITAN COUNTY OF HUNTERDON, NEW JERSEY ORDINANCE #16-06 REVISED

COUNTY OF ROCKLAND Department of General Services Purchasing Division

Appendix A - Technical Specifications RFQ Emergency WasteWater Cleanup Services

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

CHAPTER 22 SOLID WASTE AND RECYCLABLE COLLECTION. (with amendments through )

ROADSIDE PARK CONTRACT JANITORIAL AND GROUNDS MAINTENANCE SERVICES

BID FORM PART A. Total Quantity 1 LS $ - 2a Surveying, Layout, and Field Staking 1 LS $ - 2b Maintenance of Traffic 1 LS $ -

Invitation for Quote (IFQ) For the Supply and Delivery of Sodium Bisulfite IFQ

Section 5 - Operations and Maintenance Program

EXHIBIT A EAST VALLEY WATER DISTRICT SCHEDULE OF WATER AND WASTEWATER RATES AND CHARGES

Secondary Digester Cleaning to Meet Ohio Sludge Rules. Timothy McCann AECOM Keith Bovard Rocky River WWTP

BID PROPOSAL. Item Description Unit Quantity Unit Price Total Price No. (Unit Price to be written in Words) (Figures) (Figures)

CITY OF WESTON, a municipal corporation SEWERAGE AND SEWAGE DISPOSAL SERVICE

STREET IMPROVEMENTS PROPOSAL BID ITEMS

San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS

Public Works Department

City of Grand Island Tuesday, February 13, 2018 Council Session

CITY of NOVI CITY COUNCIL

Albany County Water Purification District. General Permit Rules and Regulations for Sanitary Hauled Waste

Town of Medley Office of Capital Projects & Development Services 7777 NW 72 Avenue, Medley, Florida 33166

Austin Constructors, LLC S FM N. Richey 9810 FM 969. Pasadena, TX Austin, TX 78724

Patton Hill Road (Four Inch Main), Project No

ATTACHMENT I BID SCHEDULE IFB NO , CHURCH FARMS EAST STORAGE TANK AND BOOSTER PUMP STATION

City of Grand Forks Staff Report

ADDENDUM NO. 1. Contractor shall fax back the recognition sheet acknowledging the receipt of this addendum, or include in their proposal.

CITY OF ESTHERVILLE, IOWA MISCELLANEOUS FEES & CHARGES. At Sewer Main.. $

Date: 04/20/2018 City Project No.: Addendum No.: 4. The following changes shall be made to the project plans and specifications:

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

Ohio Department of Transportation Official Bid Tabulation James G. Beasley, P.E., P.S., Director

ADDENDUM NO REFERENCE: FORM OF AGREEMENT, Schedule 2 List of Contract Drawings C C C C

Request For Bids. Sewer Cleaning Truck

DOCUMENTATION WORKBOOK FY 2017

Please Refer to Attached Sample Form

SOLID WASTE/REFUSE, YARD WASTE, AND RECYCLING COLLECTION AND DISPOSAL RFP

ADDENDUM NO. 1. This Addendum shall form part of the Contract Documents.

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

INDUSTRIAL HAUL AGREEMENT

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

Regarding: North Industrial Park/Infrastructure Build Project - Contractor Payments

UBC Watermain as shown on Sheet 202 : Sub total 97,050

Page 1 of 6 ADDENDUM NO. 1. January 11, Shuttle Bus Service RFP # H General

San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS

THE MUNICIPALITY OF BRIGHTON

SUBTOTAL SITE WORK & DEMOLITION (UTILITIES) $180, $348, $319,943.71

REGIONAL WATER RESOURCE AGENCY JOB DESCRIPTION

REGULATIONS CONCERNING TRAILER PARKS COBB PUBLIC HEALTH

REPORT TO MAYOR AND COUNCIL

PURCHASING DEPARTMENT

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/15/17 Comp. Dt: 08/04/17. Contract Time: Min: Max:

Riverside County Transportation Department Summary of Bids

San Antonio Water System Standard Specifications for Construction ITEM NO. 836 GREY-IRON AND DUCTILE-IRON FITTINGS

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

365, , , A Total of Schedule I and II 530, , A 702, A

ROCK RIVER WATER RECLAMATION DISTRICT ADDENDUM NO. 1 TO THE INVITATION TO BID UNLEADED GASOLINE AND DIESEL FUELS SUPPLY ITB #

ADDENDUM 3. C. Bidders are requested to attach a copy of this Addendum to the Project Manual in their possession.

Otsego County Road Commission

Application for Service Residential Subdivision / Development

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

REGULATIONS GOVERNING WATER SERVICE

Condition Assessment Evaluation

County of Los Angeles Department of Public Works BID SUMMARY

Please Refer to Attached Sample Form

VILLAGE OF ORLAND PARK

ANNE ARUNDEL COUNTY, MARYLAND Annapolis, Maryland ADDENDUM NO. 4 June 8, 2017

BY-LAW NOW THEREFORE THE COUNCIL OF THE CORPORATION OF THE TOWN OF MARKHAM HEREBY ENACTS AS FOLLOWS:

PROPOSAL FORM 2014 FUEL BID

ADDENDUM #2 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT RP031-18

THORNTON ROAD WIDENING PROJECT NO. PW1428 B I D D I N G S C H E D U L E

Charter Township of Plymouth ~ Comprehensive Fee Schedule ~ Effective July 24, 2018 WATER AND SEWER SYSTEM

Proposal, pages P-1 through P-8 of the Contract Documents and Specifications.

Western Virginia Water Authority Schedule of Monthly Water Rates Botetourt County Customers

City Transfer Stations: Loading Services and Fees

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENTAL SPECIFICATION 808 DIGITAL SPEED LIMIT (DSL) SIGN ASSEMBLY.

DRIVEWAY/SIDEWALK PERMIT APPLICATION

Western Virginia Water Authority Schedule of Monthly Water Rates Roanoke City and Roanoke County Customers

Commercial Plan Submittal Form Utility Service Requirements

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

TOWN OF WINDSOR AGENDA REPORT

RECOMMENDATION APPROVED; RESOLUTION NO (PERMIT 930) ADOPTED BY THE BOARD OF HARBOR COMMISSIONERS. August 17, 2017

Palm Beach County Department of Environmental Resources Management Construction Contract Bid Evaluation Summary

REPORT TO MAYOR AND COUNCIL

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

Guidelines for Filming in The City of Vernon. General Requirements

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

6 Hour Backhoe Loader (CAT 415F2/ 415F2 IL, 416F/ 416F2, 420F/420F IT, 420F2/ 420F2 IT, 430F/430F IT, 430F2/ 430F2 IT, 450F or Equiva $32.

VILLAGE OF ISLAND PARK LOCAL LAW NO. 1 OF THE YEAR A local law entitled Rules and Regulations of Municipal Parking Fields

Food Truck Festivals by Miller Promotions Food vendor application Check event participation

Valve and Piping Replacements Various Facilities Deer Island Treatment Plant

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

Oaks Commerce Center

Transcription:

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 2 FOR THE CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD, 2017-2018 FOR THE CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS RQ# 39104 BIDS DUE ON: April 20, 2017, 2:00 P.M. COUNTY OF CUYAHOGA Armond Budish, County Executive DEPARTMENT OF PUBLIC WORKS Michael Dever, MPA, Director PREPARED BY: The Cuyahoga County Department of Public Works

CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD, 2017-2018 ADDENDUM NUMBER 2 1. QUESTION: Is this a Prevailing Wage project? ANSWER: See Specifications Section 2, Instructions to Bidders, Paragraph 2.13, Miscellaneous, paragraph (c), Wage Rates, which reads, in part, as follows: Any cleaning, televising, and maintenance of sanitary and storm sewers is not subject to prevailing wage law. However, if, during the course of cleaning, televising and/or maintenance of the various sanitary and storm sewers, it is determined that a repair needs to be completed, any repair work shall be paid at the prevailing wage rate as determined by the State of Ohio Rates of Wages. Accordingly, the attention of the Bidders is directed to the provisions of the Revised Code of the State of Ohio, which requires that the Contractor to whom the award is made and all of his Subcontractors shall pay not less than the prevailing rate of wages for any repair work which may occur during the course of this public improvement, in the locality where the work is to be performed. 2. QUESTION: The Specifications mentions a county approved disposal site ; please clarify. ANSWER: See the General Provisions, Section 107.11, Paragraph A, Disposal of Waste Material and Construction Debris and Excavation of Borrow on the Project Rightof-Way or on Other County-Owned Property, as follows: 2. If the Contract Documents do not identify locations for the disposal of waste material and construction debris or excavation of borrow material within the Project Right-of-Way or on other County-owned property, then do not bid assuming that the County will make such locations available. Since there are no county approved disposal sites identified and/or listed, then do not bid assuming that the County will make such locations available. Therefore, it is the Contractor s responsibility to locate proper disposal sites per the requirements of the referenced Specification sections including, but not limited to: Detailed Specifications DS-24, Disposal of Materials, Bid Items 29 and 30, Detailed Specifications DS-19, Manual Sewer Cleaning with Confined Space Entry, Debris Removal & Disposal, Bid Item 24, Special Provisions SP-3, Disposal of Waste Materials. 3. QUESTION: Please provide a list of prices in the previous contract. ANSWER: See the attached spreadsheet: Attachment 1, 2016 Bid Tab. Page 1 of 4

CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD, 2017-2018 ADDENDUM NUMBER 2 4. QUESTION: What is the total footage to date on the current contract? ANSWER: For the previous contracts, the footages were as follows (includes cleaning and CCTV inspection): 2016 2015 Sanitary: 250,082 lf. 276,269 lf. Storm: 145,317 lf. 146,760 lf. Total: 395,399 lf. 423,029 lf. 5. QUESTION: Who were the SBEs on the previous contracts? ANSWER: For the previous contract entitled Cleaning And Televising Of Sewers In Various Communities For A Three-Year Period, 2016-2018, the SBEs were as follows: The Safety Company, LLC dba M Tech Company, 7401 First Place, Suite G, Oakwood Village, Oh 44146, Phone: 440-646-0996 Pete & Pete Container Service, Inc., 4830 Warner Road, Garfield Heights, OH 44125, Phone: 216-441-4422 For the sewer cleaning contract prior to the above 2016-2018 contract, the SBE was as follows: Broadway Excavating, 27111 Wolf Road, Bay Village, OH 44140, Phone: 440-808-0953 6. QUESTION: For Bid Item 27, Temporary Bypass Pumping Systems, what size pumps are to be bid? ANSWER: The requirements for Item 27, Temporary Bypass Pumping Systems shall remain the same and in full force except as revised herein in Addendum Number 2. Item 27, Temporary Bypass Pumping Systems shall be revised to include the following two bid items: Item 27A, Temporary Bypass 4-inch Pumping System Item 27B, Temporary Bypass 6-inch Pumping System All pumps used by the Contractor for temporary bypass pumping shall be sewage pumps capable of passing three-inch (3-inch) solids. The Contractor may include bypass pumping in any Task Order in which he believes it would be necessary to facilitate the work of this Contract; however, the County shall make the final decision as to whether or not the Contractor will be paid for the bypass pumping for a given Task Order. If the County concludes that the bypass pumping is not necessary for a given Task Order, the Page 2 of 4

CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD, 2017-2018 ADDENDUM NUMBER 2 bypass pumping shall be at the sole cost of the Contractor, and the Contractor shall not receive any payment for this bypass pumping. Since the County does not know where bypassing may be required, and since the actual conditions of the existing flow rate in the specific runs of sewer to be bypassed are unknown, the bidding conditions are herein established to provide a common item for all bidders to bid on. Thus, Contractors shall bid on the conditions as stated herein for bidding purposes only. If and/or when bypassing is required by mutual agreement between the County and the Contractor in an actual Task Order, the Contractor shall be expected to provide sufficient bypass pumping as required by the Contract Documents, regardless of the conditions specified for bidding. The Contractor shall be paid at the bid unit price and no additional payment, nor decrease in payment, shall be considered. Item 27A, Temporary Bypass 4-inch Pumping System The 4-inch Pump shall meet at least 90% of the following pumping capacities at the operating conditions shown: Item 27B, Temporary Bypass 6-inch Pumping System The 6-inch Pump shall meet at least 90% of the following pumping capacities at the operating conditions shown: The bid item shall include five-hundred (500) feet of all necessary suction and discharge piping of the proper size. Page 3 of 4

CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD, 2017-2018 ADDENDUM NUMBER 2 Measurement and Payment Payment shall be at the contract unit bid price per 24-hour day, or portion thereof, that the pumping system is actually operating. The measurement shall be provided by the tamper-proof time measurement and recording device which is attached to the pumping system, and which shall record and print out the actual number of hours that the pumping system is in operation. The printout shall be attested to by the signature(s) of the operator(s) assigned to monitor the bypass pumping system. If conflicts in time recording and/or totals claimed occur, the decision of the County shall be final. The accepted quantities shall be paid for at the unit price bid, which price and payment shall be full compensation for all labor, equipment, and materials necessary, including but not limited to, provide, set-up, complete, operate, remove the bypass pumping system, fuel and oil and/or electricity to power and lubricate the pumping equipment, piping, sewer plugs, including incidentals, and for all necessary restoration work for this item as specified, and the bid price shall constitute full compensation. 7. REVISED ITEMIZED UNIT PRICE BID TABULATION FORM See Attachment 2 for the Revised Itemized Unit Price Bid Tabulation Form that shall be used for all bidding for this Project. Page 4 of 4

Attachment #1, 2016 Bid Tab ITEM 1 DESCRIPTION High Priority Response Task Order Work -- Mobilization ESTIMATED QUANTITY UNIT UNIT PRICE BID by C&K 2016 TOTAL AMOUNT BID 25 EA $150.00 $3,750.00 2 Light Sanitary Sewer Cleaning 8" to 18" 200,000 LF $0.85 $170,000.00 3 Heavy Sanitary Sewer Cleaning 8" to 18" 200,000 LF $1.00 $200,000.00 4 Light Sanitary Sewer Cleaning 21" to 24" 25,000 LF $2.14 $53,500.00 5 Heavy Sanitary Sewer Cleaning 21" to 24" 25,000 LF $3.00 $75,000.00 6 Light Sanitary Sewer Cleaning 27" to 36" 12,000 LF $2.16 $25,920.00 7 Heavy Sanitary Sewer Cleaning 27" to 36" 12,000 LF $2.20 $26,400.00 8 Light Storm Sewer Cleaning 8" to 18" 25,000 LF $1.75 $43,750.00 9 Heavy Storm Sewer Cleaning 8" to 18" 25,000 LF $2.00 $50,000.00 10 Light Storm Sewer Cleaning 20" to 36" 22,000 LF $2.00 $44,000.00 11 Heavy Storm Sewer Cleaning 20" to 36" 22,000 LF $2.25 $49,500.00 12 Light Storm Sewer Cleaning 42" to 60" 5,500 LF $2.55 $14,025.00 13 Heavy Storm Sewer Cleaning 42" to 60" 5,500 LF $2.75 $15,125.00 14 Manhole Cleaning 8,000 VF $2.10 $16,800.00 15 Lateral Cleaning 3,000 LF $5.00 $15,000.00 16 Lateral Vacuuming 4,500 LF $5.00 $22,500.00 17 Catch Basin Cleaning 4,500 EA $50.00 $225,000.00 18 Remove Hard Deposits From Pipe 22,000 LF $1.65 $36,300.00 19 Root Cutting 3,500 LF $2.35 $8,225.00

Attachment #1, 2016 Bid Tab ITEM DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE BID by C&K 2016 TOTAL AMOUNT BID 20 Herbicide Treatment 1,100 LF $1.40 $1,540.00 21 Reverse Set Up for Cleaning or Inspection 30 EA $0.00 $0.00 22 Locate Only -- Test Tee and Riser (Per House or Per User) 150 EA $70.00 $10,500.00 23 Locate Only -- Buried Manhole 60 EA $50.00 $3,000.00 24 Manual Sewer Cleaning with Confined Space Entry, Debris Removal & Disposal 80 HR $460.00 $36,800.00 25 Pump Station Wet Well Vacuuming 1,200 HR $160.00 $192,000.00 26 Hydro Excavation (Vacuum Excavation) 5 DAY $3,000.00 $15,000.00 27 Temporary Bypass Pumping Systems 2,100 HR $62.00 $130,200.00 28 Additional Cost for Work Out of Street 6,000 LF $0.00 $0.00 29 Disposal of Materials: Sediment/Grit/Solids 10 TON $225.00 $2,250.00 30 Disposal of Materials: Liquified Materials 10 M Gallons $300.00 $3,000.00 31 Sewer Televised with Report 300,000 LF $1.45 $435,000.00 32 Manhole Inspection 1,000 VF $22.00 $22,000.00 33 34 35 Walk-Through CCTV Inspection of Large Diameter Sewers -- Under 300 feet Length Walk-Through CCTV Inspection of Large Diameter Sewers -- 300 feet and longer NASSCO Pipeline Assessment and Certification Program (PACP) Training 900 LF $5.25 $4,725.00 2,000 LF $4.75 $9,500.00 32 HR $355.00 $11,360.00 36 Project Contingency Allowance 1 LS $100,000.00 $100,000.00 GRAND TOTAL BID $2,071,670.00

Attachment #2, CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD, 2017-2018 ITEMIZED UNIT PRICE BID ITEM 1 DESCRIPTION High Priority Response Task Order Work -- Mobilization ESTIMATED QUANTITY 35 EA 2 Light Sanitary Sewer Cleaning 8" to 18" 300,000 LF 3 Heavy Sanitary Sewer Cleaning 8" to 18" 300,000 LF 4 Light Sanitary Sewer Cleaning 21" to 24" 37,500 LF 5 Heavy Sanitary Sewer Cleaning 21" to 24" 37,500 LF 6 Light Sanitary Sewer Cleaning 27" to 36" 18,000 LF 7 Heavy Sanitary Sewer Cleaning 27" to 36" 18,000 LF 8 Light Storm Sewer Cleaning 8" to 18" 50,000 LF 9 Heavy Storm Sewer Cleaning 8" to 18" 50,000 LF 10 Light Storm Sewer Cleaning 20" to 36" 50,000 LF 11 Heavy Storm Sewer Cleaning 20" to 36" 50,000 LF 12 Light Storm Sewer Cleaning 42" to 60" 8,250 LF 13 Heavy Storm Sewer Cleaning 42" to 60" 8,250 LF 14 Manhole Cleaning 1,000 VF 15 Lateral Cleaning 1,000 LF 16 Lateral Vacuuming 1,000 LF 17 Catch Basin Cleaning 1,000 EA UNIT UNIT PRICE BID TOTAL AMOUNT BID Page 4 of 9

Attachment #2, CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD, 2017-2018 ITEMIZED UNIT PRICE BID ITEM DESCRIPTION ESTIMATED QUANTITY 18 Remove Hard Deposits From Pipe 33,000 LF 19 Root Cutting 5,250 LF 20 Herbicide Treatment 1,650 LF 21 Reverse Set Up for Cleaning or Inspection 45 EA 22 Locate Only -- Test Tee and Riser (Per House or Per User) 225 EA 23 Locate Only -- Buried Manhole 90 EA 24 Manual Sewer Cleaning with Confined Space Entry, Debris Removal & Disposal 120 HR 25 Pump Station Wet Well Vacuuming 1,800 HR 26 Hydro Excavation (Vacuum Excavation) 8 DAY 27A Temporary Bypass 4-inch Pumping System 7 DAY 27B Temporary Bypass 6-inch Pumping System 7 DAY 28 Additional Cost for Work Out of Street 9,000 LF 29 Disposal of Materials: Sediment/Grit/Solids 15 TON 30 Disposal of Materials: Liquified Materials 15 M Gallons 31 Sewer Televised with Report 500,000 LF 32 Manhole Inspection 1,500 VF UNIT UNIT PRICE BID TOTAL AMOUNT BID 33 Walk-Through CCTV Inspection of Large Diameter Sewers -- Under 300 feet Length 1,350 LF Page 5 of 9

Attachment #2, CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD, 2017-2018 ITEMIZED UNIT PRICE BID ITEM 34 DESCRIPTION Walk-Through CCTV Inspection of Large Diameter Sewers -- 300 feet and longer ESTIMATED QUANTITY 8,000 LF 35 Smoke Testing 20 DAY 36 Dye Testing 5,000 LF 37 NASSCO Pipeline Assessment and Certification Program (PACP) Training 32 HR UNIT UNIT PRICE BID TOTAL AMOUNT BID 38 Project Contingency Allowance 1 LS $200,000.00 $200,000.00 GRAND TOTAL BID Page 6 of 9