WASHINGTON POOL FILTER REPAIR

Agency: City of Charlottesville
State: Virginia
Type of Government: State & Local
Category:
  • 35 - Service & Trade Equipment
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Jan 12, 2024
Due: Jan 26, 2024
Solicitation No: 24-53
Publication URL: To access bid details, please log in.
Bid Number: 24-53
Bid Title: WASHINGTON POOL FILTER REPAIR
Category: REQUEST FOR QUOTES
Status: Open

Description:

Contractor will remove all filter media and laterals from two existing Neptune Benson 84DRF-8 filters. All new media and laterals are to be installed. All adjustable jack legs are to be replaced with new legs. An existing leak shall be repaired by replacing an 8” tee and 4-8” flanges and gaskets. All pipe material to be schedule 80. Contractor to provide all materials, labor and remove all debris from the site.

Publication Date/Time:
1/12/2024 12:00 PM
Closing Date/Time:
1/26/2024 2:00 PM
Submittal Information:
SEE SOLICITATION
Bid Opening Information:
SEE SOLICITATION
Contact Person:
Daniel McClung, Management Specialist I, mcclungd@charlottesville.gov
Related Documents:

Attachment Preview

Request for Quotation
Issue Date: January 12, 2024
RFQ# 24-53
Title: Washington Pool Filter Repair
Issuing Agency: City of Charlottesville – Parks Division
Project Name/Location: Washington Park Pool, 1001 Preston Ave. Charlottesville, VA 22902
All quotes submitted in response to this solicitation must comply with all aspects of the requirements of the
RFQ.
All Inquiries For Information Should Be Directed To:
Project Manager: Daniel McClung
Email: mcclungd@charlottesville.gov
Phone: 434-970-3582
Quotations in response to this RFQ will be received by the Project Manager no later than 2:00 PM (local
prevailing time) on January 26, 2024. Quotations receive after the time designated for receipt will not be
considered.
Quotations must be in writing and shall be submitted to the attention of the Project Manager using one
of the following methods:
Mail: 1300 Pen Park Road, Charlottesville, Virginia 22901
In Person (includes courier service): 1300 Pen Park Road, Charlottesville, Virginia 22901
Email: Refer to the Project Manager’s email address specified above
"This public body does not discriminate against faith-based organizations in accordance with the Code of
Virginia, § 2.2-4343.1 or against a bidder or offeror on the basis of race, color, religion, national origin, sex,
pregnancy, childbirth or related medical conditions, age, marital status, sexual orientation, gender identity,
status as a veteran, disability, or any other basis prohibited by state law relating to discrimination in
employment."
RFQ# 24-53 Washington Pool Filter Repair
Page 1 of 36
Table of Contents
COMPETITION INTENDED ....................................................................................................................3
MINORITY BUSINESS PROGRAM .........................................................................................................3
PROJECT DESCRIPTION ........................................................................................................................3
GENERAL TERMS AND CONDITIONS ..................................................................................................5
SUPPLEMENTAL TERMS AND CONDTIONS ......................................................................................14
SPECIAL TERMS AND CONDITIONS ..................................................................................................30
ATTACHMENTS ...................................................................................................................................31
RFQ# 24-53 Washington Pool Filter Repair
Page 2 of 36
I. COMPETITION INTENDED: It is the City’s intent that this Request for Quotation (RFQ) permits
competition. It shall be the bidder’s responsibility to advise the Purchasing Agent in writing if any
language requirement, specification, etc. or any combination thereof, inadvertently restricts or limits the
requirements stated in this RFQ to a single source. Such notification must be received by the Purchasing
Agent not later than five (5) days prior to the date set for bids to close.
II. MINORITY BUSINESS PROGRAM: As part of the City of Charlottesville’s Minority Business
Program, the City of Charlottesville encourages the participation of small, women, minority, veteran and
micro-owned businesses (SWaM-O) in the City’s procurement transactions. In order to support and build
up the capacity of SWaM-O businesses, City Council and staff have taken steps to push forward policy
changes and initiatives to help reduce barriers to doing business with the City. To find out more about the
current City of Charlottesville initiatives and programs please visit the Minority Business Program website
at www.charlottesville.gov/purchasing.
III. PROJECT DESCRIPTION:
PART 1: GENERAL
Contractor will remove all filter media and laterals from two existing Neptune Benson 84DRF-8 filters. All
new media and laterals are to be installed. All adjustable jack legs are to be replaced with new legs. An
existing leak shall be repaired by replacing an 8” tee and 4-8” flanges and gaskets. All pipe material to be
schedule 80. Contractor to provide all materials, labor and remove all debris from the site.
Neptune Benson Project number 73008.
PART 2: PRODUCTS: Omitted
PART 3: EXECUTION:
Workmanship, Quality, Safety, & Conduct:
A. The Contractor shall hold a current and valid Commonwealth of Virginia Contractor’s License.
B. All work shall be performed in compliance with the Related Documents.
C. All work shall be performed by thoroughly trained and highly experienced tradesmen who are familiar
with the requirements of this work.
D. All work shall be representative of high-quality commercial construction standards. Rejection of
unacceptable work is solely at the Owner’s discretion. Remedy, and related costs, of work deemed
unacceptable shall be the responsibility of the Contractor.
E. Regulations: Permits are required. Comply with industry standards and applicable laws and regulations
of authorities having jurisdiction including, but not limited to:
i. Building Code requirements;
ii. Health and safety regulations;
iii. Utility company regulations;
iv. Police, Fire Department and Rescue Squad rules; and,
v. Environmental protection regulations.
F. Standards: Specifications for quality, execution, and installation shall be primarily governed by the
manufactures’ written specifications and instructions for the respective task or component of this project.
Specifications for quality, execution, and installation shall be secondarily governed by leading industry
standards, as determined by the Owner, for the respective task or component of this project.
G. Inspections:
i. Permit Inspections: Coordinate with jurisdiction having authority.
ii. Third Party Testing and Inspection: Coordinate with Owner’s representative.
H. The Contractor shall unconditionally warrant all work described herein for a period of one year from the
date of project completion and acceptance by the Owner.
RFQ# 24-53 Washington Pool Filter Repair
Page 3 of 36
I. Bonds: Bonds (bid bonds, or, payment and performance bonds) are not required for bid/contract amounts
less than $200,000.
J. The Contractor is responsible for not damaging the Owner’s property as part of this work. Where
damage is caused, by the Contractor, to the Owner’s property, the Contractor shall be responsible for the
cost of all repairs. The Contractor is responsible for documenting any existing damage prior to beginning
work.
K. The Contractor shall verify all existing conditions and dimensions prior to commencement of work and
shall advise the Owner immediately upon discovery of variances between site conditions and the Related
Documents.
L. The Contractor shall comply with all legally mandated safety precautions.
M. The Contractor shall maintain a high level of worker and site safety.
N. All Contractor employees, staff, visitors, or sub-contractors shall wear and/or display ID at all times
while on site; and, all workers shall conduct themselves in a safe, professional, and courteous manner.
O. Smoking is prohibited at all facilities owned, operated, or managed by the City of Charlottesville or
Charlottesville City Schools.
Air Quality, Environmental, & Noise:
A. The Contractor shall comply with all legally mandated environmental regulations and precautions. For
any release of fluid, or other material, which could be considered an environmental contaminate the
Contractor shall immediately stop the Work, initiate spill response procedures, call emergency responders
(if prudent), and contact the Owner’s Construction Manager assigned to the Project. When required,
contact the appropriate regulating authority.
B. If necessary and determined by the Owner, the Contractor shall provide and maintain dust enclosures and
walk-off mats so as ensure that all dust, debris, and aromas associated with the work are contained within
the immediate Project Work Area.
C. Any work that may produce annoying or hazardous dust, aroma, or fumes shall be performed during
hours when tenant, staff, or patrons are not scheduled to be present. Coordinate such work periods with
the City’s Construction Manager.
D. The Owner understands that, by the nature of this work, that noise may be a factor. However, for periods
of excessive noise caused by the project work, the Contractor shall identify those periods on the schedule
he submits after contract award and prior to commencement of work. See Part 4, below, for limitations
and special working hours.
E. If necessary and determined by the Owner, any HVAC supply and return apparatus, within the affected
Project Work Area, shall be sealed and/or filtered during this work by the Contractor. The Contractor
shall coordinate HVAC shut-off, sealing, or filtering with the City’s Construction Manager, or other
designated staff, as required.
F. When finishing gypsum wall board (GWB), or performing other operations which generate high levels of
dust, all sanding (or dust generating work) shall be performed using vacuum collection devices which
collect dust as the work is being performed.
G. The City has a goal, for this project, of 85% re-use and recycle of demolition debris. The Contractor shall
provide certification as to the percentage (by weight) of recycled construction debris.
Finishing and Clean-up:
A. Conform to manufacturers’ recommendations in the use of chemical cleaners.
B. Remove all errant drips, spills, splatters, etc. from the project work area.
C. Protect all finishes and components until the work is turned over to the Owner.
D. Remove scrap materials and packaging from the work area and dispose of properly.
E. Generally clean and remove debris at the end of each work day.
F. Thoroughly clean the Project Work Areas upon completion of work and prior to the work being turned
over to the Owner.
PART 4: SCHEDULE, LOGISTICS, & SITE CONDITIONS
Work Schedule:
RFQ# 24-53 Washington Pool Filter Repair
Page 4 of 36
A. All work shall be performed per the following schedule:
i. January 12, 2024: Work may begin on or after this date
ii. March 22, 2024: Substantial Completion
iii. March 29, 2024: Final Completion (all punch-list and close out requirements complete)
B. Following are Available Working Hours:
i. Monday-Friday: 7:00 am - 6:00 pm
ii. Other times as agreed to by the Owner.
C. Notice to Proceed (NTP) will be in the form of a written Purchase Order. Within one week of the date of
the NTP, the Contractor shall provide a basic project schedule suitable to the Owner (include work start,
milestones, substantial completion, and final completion) and in compliance with Sections ‘A’ and ‘B’
directly above.
D. Prior to beginning any work at the site, a pre-construction meeting is to be held and shall include the
following: Owner’s tenant, Owner’s Project Manager, Owner’s Construction Manager, and Contractor.
Site Conditions:
A. Work will occur in an occupied and working facility, care shall be taken to minimize disruptions and
avoid hazards to staff and patrons using the facility. At the end of each work period, the following shall
be performed by the Contractor:
i. Barricade the Project Work Area and all work in progress to prevent access by school or City staff;
ii. Return all areas, in and around the Project Work Area, to a clean and orderly condition.
iii. Clean and secure all work access and/or hauling routes (within the facility) to and from the Project
Work Area.
B. Any exterior fabrication shall be negotiated with the Owner. Clean-up of debris (slurry, dust, etc.) from
such operations is the Contractor’s responsibility.
C. Electricity and water supply is available, within reason, by the Owner as provided in the Project Work
Area.
D. Any shut-down in service (water, electricity, etc.) shall be coordinated with the Owner. The Contractor
shall provide 72 hour notice of any required service shut-down.
IV. GENERAL TERMS AND CONDITIONS:
A. ANTI-DISCRIMINATION: By submitting their bids, bidders certify to the City that they will
conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the
Virginia Fair Employment Contracting Act of 1975, as amended, where applicable, the Virginias
with Disabilities Act, the Americans with Disabilities Act and Code of Virginia §2.2-4311, §2.2-
4311.2, and §2.2-4312 . If the award is made to a faith-based organization, the organization shall
not discriminate against any recipient of goods, services, or disbursements made pursuant to the
contract on the basis of the recipients religion, religious belief, refusal to participate in a religious
practice, or on the basis of race, color, religion, national origin, sex, pregnancy, childbirth or
related medical conditions, age, marital status, sexual orientation, gender identity, status as a
veteran, or disability, and shall be subject to the same rules as other organizations that contract
with public bodies to account for the use of the funds provided; however, if the faith-based
organization segregates public funds into separate accounts, only the accounts and programs
funded with public funds shall be subject to audit by the public body. (Code of Virginia §
2.2.4343.1E and Code of the City of Charlottesville Chapter 2, Article XV, § 2-431).
Every contract over $10,000 shall include the provisions:
1. During the performance of this contract, the contractor agrees as follows:
a. During the performance of this contract, the Contractor agrees that it will not discriminate
against any employee or applicant for employment on the basis of race, color, religion,
national origin, sex, pregnancy, childbirth or related medical conditions, age, marital
status, sexual orientation, gender identity, status as a veteran, disability, or any other basis
RFQ# 24-53 Washington Pool Filter Repair
Page 5 of 36
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Bid Number: 20240763B Bid Title: James City County Marina Upgrades and Supporting Infrastructure

James City County

Bid Due: 4/30/2024

Views: Current Version ( 14 ) All Versions ( 124 ) Details IFB-61713

State Government of Virginia

Bid Due: 5/23/2024

301 Moved Permanently301 Moved Permanentlynginx Solicitation Header Solicitation Number 24-2657-3PKW Solicitation Type IFB

Henrico County

Bid Due: 8/04/2024

Views: Current Version ( 22 ) All Versions ( 474 ) Details RFP-58184

State Government of Virginia

Bid Due: 5/01/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.