12
Addendum No. 1 00 91 13 - 1 GRV14121 – Regional Lift Station, Force Main, and Gravity Main CITY OF GREENVILLE 17-18-02 REGIONAL LIFT STATION, FORCE MAIN, AND GRAVITY MAIN GRV14121 ADDENDUM NO. 1 12/1/2017 The location and time for the submission of bids is unchanged. 00 91 13 ADDENDUM NO. 1 The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Form. BIDDING REQUIREMENTS: A1-1 Section 6 “Exhibit A, Bid Proposal” Modification: Delete this Section and replace it with the Bid Form included with this Addendum. The revised form is to be attached to the Contract Documents and submitted with the Bid. TECHNICAL SPECIFICATIONS: A1-2 Section 40 90 02 “Supervisory Control and Data Acquisition (SCADA) System” A. Reference page 2, Paragraphs 1.01.E.2 &3 Modification: Modify paragraphs 1.01.E.2 & 3 to read as follows: “ 2. Programming System Upgrades – One (1) day. One (1) weeks. 3. Startup Site Visit – One (1) day. One (1) week. ” B. Reference page 3, Paragraph 1.01.H.1 Modification: Modify the paragraph to read as follows: “…between the Lift Station and the existing Central SCADA computer station, which is located at the Water Treatment Plant (501 Wesley St.).” C. Reference page 3, Paragraph 1.02 Deletion: Delete Paragraph 1.02.B in its entirety. A1-3 ADD THE FOLLOWING SECTIONS: Section 33 12 16.33 “Swing Check Valves”

00 91 13 ADDENDUM NO. 1

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

GRV14121 – Regional Lift Station, Force Main, and Gravity Main
CITY OF GREENVILLE
GRV14121
12/1/2017
The location and time for the submission of bids is unchanged.
00 91 13 ADDENDUM NO. 1
The following additions, deletions, modifications, or clarifications shall be made to the appropriate
sections of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space
provided on the Bid Form.
BIDDING REQUIREMENTS:
A1-1 Section 6 “Exhibit A, Bid Proposal”
Modification: Delete this Section and replace it with the Bid Form included with this Addendum.
The revised form is to be attached to the Contract Documents and submitted with the Bid.
TECHNICAL SPECIFICATIONS:
A1-2 Section 40 90 02 “Supervisory Control and Data Acquisition (SCADA) System”
A. Reference page 2, Paragraphs 1.01.E.2 &3
Modification: Modify paragraphs 1.01.E.2 & 3 to read as follows:
“ 2. Programming System Upgrades – One (1) day. One (1) weeks.
3. Startup Site Visit – One (1) day. One (1) week. ”
B. Reference page 3, Paragraph 1.01.H.1
Modification: Modify the paragraph to read as follows: “…between the Lift Station and the
existing Central SCADA computer station, which is located at the Water Treatment Plant
(501 Wesley St.).”
Deletion: Delete Paragraph 1.02.B in its entirety.
A1-3 ADD THE FOLLOWING SECTIONS:
Section 33 12 16.33 “Swing Check Valves”
Addendum No. 1 00 91 13 - 2
GRV14121 – Regional Lift Station, Force Main, and Gravity Main
DRAWINGS:
A1-4 SHEET DT-1, SEQ. 48, Detail 1 “Typical Flowable Fill Encasement”
Modification: Flowable fill shall be brought to a minimum of 12” above the top of pipe, in
lieu of to the existing ground elevation as shown in the current detail.
END OF ADDENDUM NO. 1
12-1-2017
BASE BID ITEM A - LIFT STATION
ITEM NO. EST.
1: Lift Station 1
LS Furnish and Install Lift Station. Measurement and
payment shall be made at the lump sum price bid and shall
include all materials, equipment, installation, testing, labor,
and incidentals for all work for a complete working lift
station system as required by the Plans and Specifications
unless a separate bid item is included. It will include at a
minimum furnishing the structures, pumping units and
motors, bases, guide rails, assemblies, odor control system,
yard piping, onsite valves, onsite manholes, connections, 1”
water service with meter box, hose bib assembly, fencing,
clearing & grubbing, grading, onsitIe hydro-mulch, driveway,
gates, bollards, site paving, all unclassified structural
excavation and over excavation as required, all backfill,
including embedment materials as specified, pump control
panel and associated instrumentation, testing of the pump and
motor units and providing a competent service technician
during installation and testing for a complete installation in
accordance with the Contract Drawings, including any items
not specifically mentioned elsewhere.
2. Excavation and Shoring Plan 1 LS Design and Implementation of Excavation and Shoring
Plan. Measurement and payment shall be made at the lump
sump price bid and shall include all services for the design
and full implementation of an excavation and shoring plan.
This plan shall be site specific and shall be provided ahead of
any construction activities at the lift station site.
3: Generator and Automatic
1 LS Furnish and Install a Generator and Automatic Transfer
Switch. Measurement and payment shall be at the unit price
bid per lump sum and shall be full compensation for
providing a stand-by generator and an automatic transfer
switch. Bid item includes furnishing, installing, testing and
training for the generator and automatic transfer switch in
accordance with the Contract Drawings.
4: Electrical/SCADA 1 LS Furnish and Install Electrical/SCADA. Measurement and
payment shall be at the unit price bid per lump sum and shall
be full compensation for providing all conduit, wiring,
control devices and electrical work. SCADA services shall
include furnishing, programming, installing, testing and
providing training for a Supervisory Control and Data
Acquisition System for the site. Bid item includes all on-and
off-site materials, equipment, and appurtenant work as
specified on the plans complete in place. Electrical services
include all costs and fees associated with the electrical utility
company, and the electrical utility connections shall be
included in this bid item. A service disconnect, surge
protection device, mini power station, and all materials
equipment and appurtenant work in accordance with the
Contract Drawings, complete in place.
TOTAL BASE BID A=
ITEM NO. EST.
235, DR-18 (AWWA C-
900)
22,605
LF Furnish and Install PVC Pipe. The sewer pipe lines shall
be measured horizontally from center of fitting to center of
fitting, without any deduction for the length of intermediate
specials, fittings, or valves. Payment shall be made at the
unit price bid per linear foot as specified in the plans for size,
class and type (payment shall not be made for a different
class other than specified) and shall include furnishing,
hauling and laying of pipe shown on the plans, fittings,
blocking required by-pass pumping during construction,
trench excavation, and backfilling, including embedment
material as specified, clearing & grubbing, replacement of
top soil, supporting of power/light poles,
removal/reinstallation of light poles, removal/replacement of
headwalls/rip-rap, pushing through casing pipe, protecting or
replacing existing structures or utilities, testing, disposal of
surplus materials, cleaning up and maintenance, landscaping,
as result of the pipeline construction to equal or better
condition. Surveying and replacement of monuments, dust
control, removal of mud from roadways and any incidental
work and materials not otherwise provided for these
specifications, all in strict accordance with the plans and
specifications. Payment shall include any and all extra
precautions or construction requirements necessary to
adequately protect and support existing utilities in accordance
with plans and specifications.
Casing by Bore
707 LF Furnish and Install Steel Casing by Bore. The steel casing
pipe shall be per linear foot of casing pipe installed for the
nominal diameter and thickness shown on the Contract
Drawings, and in accordance with the details shown in the
Contract Drawings and Project Specifications. Cost shall
include all costs for pits or shafts as required to construct the
bore, casing pipe, bulkheads, casing spacers, welding, special
backfill, grouting, end seals, and all other items for the
crossing as shown on the Contract Drawings and required for
installation. Payment for carrier pipe inside the casing is not
included in this bid item.
3: 24” x 1/4" Thick Steel
Casing by Bore
Lining
12 EA Furnish and Install Gate Valve. Measurement and
payment shall be at the unit price bid per each and shall be
full compensation for furnishing and installing the gate valve
with epoxy lining for a complete installation in accordance
with the Contract Drawings.
Valve and Vault
7 EA Furnish and Install Combination Air Release Valve and
Vault. Measurement and payment shall be at the unit price
bid per each and shall be full compensation for furnishing
and installing the valve and vault for a complete installation
in accordance with the Contract Drawings.
TOTAL BASE BID B=
ITEM NO. EST.
1: 15” Gravity Main PVC SDR-
26 (ASTM D3034)
11,424 LF Furnish and Install PVC Pipe. The sewer pipe lines shall
be measured horizontally from center of manhole to center
of manhole or cleanout without deduction for the length of
pipe through manholes. Payment shall be made at the unit
price bid per linear foot as specified in the plans for size,
class and type (payment shall not be made for a different
class other than specified) and shall include furnishing,
hauling and laying of pipe shown on the plans, required by-
pass pumping during construction, trench excavation, and
backfilling, including embedment material as specified,
clearing & grubbing, replacement of top soil, replacement of
top soil, supporting of power/light poles,
removal/reinstallation of light poles, removal/replacement
of headwalls/rip-rap, pushing through casing pipe,
protecting or replacing existing structures or utilities,
mandrel pulling, testing, disposal of surplus materials,
cleaning up and maintenance, landscaping, as result of the
pipeline construction to equal or better condition. Surveying
and replacement of monuments, dust control, removal of
mud from roadways and any incidental work and materials
not otherwise provided for these specifications, all in strict
accordance with the plans and specifications. Payment shall
include any and all extra precautions or construction
requirements necessary to adequately protect and support
existing utilities in accordance with plans and specifications.
Payment for the pipe lines shall include all costs required to
have utility companies repair any damage inflicted to their
lines by the Contractor and any cleanup, property damages,
fines, etc. resulting from damage inflicted to any utility line
by the Contractor. Removal and disposal of existing pipe
and manholes in same trench and in areas of conflict with
proposed utilities shall be incidental to pipe line installation.
2: 12” Gravity Main PVC SDR-
26 (ASTM D3034)
(ASTM D3034)
6,070 LF
(ASTM D3034)
660 LF
(ASTM D3034)
162 LF
by Bore
812
LF Furnish and Install Steel Casing by Bore. The steel casing
pipe shall be per linear foot of casing pipe installed for the
nominal diameter and thickness shown on the Contract
Drawings, and in accordance with the details shown in the
Contract Drawings and Project Specifications. Cost shall
include all costs for pits or shafts as required to construct the
bore, casing pipe, bulkheads, casing spacers, welding,
special backfill, grouting, end seals, special insurance,
flagmen, and all other items for the crossing as shown on
the Contract Drawings and required for installation.
Payment for carrier pipe inside the casing is not included in
this bid item.
by Bore
519 LF
by Bore
8 EA Furnish and Install Manholes. Measurement and payment
shall be at the unit price bid per each and shall be full
compensation for furnishing and installing the manhole (0’
thru 10’ vertical depth), pumping, backfill and embedment,
vacuum testing, connection of existing or new lines to the
manhole, and any other appurtenances as indicated in the
plans and in accordance with the plans and specifications,
complete in place.
Manhole
height extension for manhole above 10 vertical feet shall be
at the unit price bid per vertical foot and shall be full
compensation for furnishing and installing additional
manhole sections for a complete installation in accordance
with the Contract Drawings.
18: Vertical Height Extensions
for 5’ Diameter Manhole
1 LS Furnish TV Inspection. Measurement and payment shall
be at the unit price bid per lump sum and shall be full
compensation for providing post construction TV inspection
for all installed gravity mains. Any deficiencies found in
the gravity mains shall be corrected, and TV inspection shall
be provided again for repaired sections at no additional cost
to the Owner.
ITEM NO. EST. QTY. UNIT DESCRIPTION UNIT
PRICE
AMOUNT
1: Flowable Fill Encasement 661 LF Flowable Fill Encasement. Measurement and payment shall
be at the unit price bid per linear foot and shall be full
compensation for furnishing and installing the encasement
complete in place in accordance with the Contract Documents.
2: Trench Safety 40,000
LF Trench Safety. Measurement and payment for trench safety
shall be at the unit price bid per linear foot of actual horizontal
trench safety installed. Partial payment for trench safety shall
be based on the total linear footage of pipe installed and
backfilled where a safety system was installed.
3: Hydro-Mulch 185,000
SY Hydro-mulch Seeding. Measurement and payment shall be at
the unit price bid per square yard in all areas disturbed by
construction and shall be full compensation for furnishing and
installing a cool or warm season hydro-mulch seeding,
fertilizer and watering and all other appurtenances specified
and indicated on the plans complete in place.
4: Sod 5,000 SY Sod. Measurement and payment shall be at the unit price bid
per square yard in all areas disturbed by construction and shall
be full compensation for furnishing and installing sod and all
other appurtenances specified and indicated on the plans
complete in place. Sod shall be placed at areas directed by the
Owner’s representative.
5: Gravel Pavement Repair 150 SY Gravel Repair. Measurement and payment shall be at the unit
price bid per square yard at the depth shown in the Contract
Documents and shall be full compensation for removal of
existing gravel pavement, furnishing and installing gravel
pavement to the limits shown in the Contract Documents,
including grading, subgrade preparation, special backfill,
temporary backfill, and other items required. No additional
payment will be made for additional gravel pavement
replacement for paving damaged by Contractor’s operations
outside those limits shown on the Contract Documents. All
driveways shall remain passable for property owners
throughout construction.
6: Concrete Pavement Repair 500 SY Concrete Pavement Repair. Measurement and payment shall
be at the unit price bid per square yard at the depth shown in
the Contract Documents and shall be full compensation for
removal of existing concrete pavement, furnishing and
installing concrete pavement to the limits shown in the
Contract Documents, including concrete, reinforcing, curb and
gutter, special backfill, temporary backfill, finishing and other
items required. No additional payment will be made for
additional concrete pavement replacement for paving damaged
by Contractor’s operations outside those limits shown on the
Contract Documents. All driveways shall remain passable for
property owners throughout construction.
7: Asphalt Pavement Repair 500 SY Asphalt Pavement Repair. Measurement and payment shall
be at the unit price bid per square yard at the depth shown in
the Contract Documents and shall be full compensation for
removal of existing asphalt pavement, furnishing and installing
asphalt pavement to the limits shown in the Contract
Documents, including grading, subgrade preparation, special
backfill, temporary backfill, forms, HMAC, HMAC sealant,
flexbase, tack and prime coat, finishing and other items
required. No additional payment will be made for additional
asphalt pavement replacement for paving damaged by
Contractor’s operations outside those limits shown on the
Contract Documents. All driveways shall remain passable for
property owners throughout construction.
8: Fence Repair 620 LF Fence Repair. Measurement and payment for fence repair
shall be at the unit price bid per linear foot and shall be full
compensation for furnishing and installing the fence repair for
a complete installation in accordance with the Contract
Drawings.
9: Connection to Existing SS 3 EA Connect to Existing SS. Measurement and payment shall be
at the unit price bid per each and shall be full compensation for
furnishing and connecting to an existing manhole, pumping,
backfill and embedment, and any other appurtenances as
indicated in the plans and in accordance with the plans and
specifications, complete in place.
10: Furnishing Project Sign
1 LS Furnishing Project Sign and Mobilization. Measurement
and payment shall be at the lump sum price bid and shall be
full compensation that consist of furnishing and maintaining
project signs and the mobilization and demobilization of
equipment and supplies at the project site in preparation for
beginning work on other contract items. Mobilization shall
include, but is not limited to, the movement of equipment,
material, supplies, etc. to the project site and the establishment
of office and other facilities necessary prior to beginning the
work. Demobilization shall include, but is not limited to, the
removal of equipment, material, supplies, project sign, offices,
and other facilities from the project site. Mobilization shall be
measured and paid in accordance with Section 01 29 00
“Payment Procedures”, Paragraph 1.02.A.3.c.4.
11: SWPPP 1 LS Furnishing SWPPP. Provide a Storm Water Pollution
Prevention Plan (SWPPP) for storm water discharge in
accordance with TPDES general permit TXR150000
and or EPA regulations. This shall include the
assumption of responsibility of said pollution prevention
system, including the design and implementation of said
system, complete in place. Moreover, when it comes to
(SWPPP), the contractor has the sole authority,
responsibility and control over plans and specification of
the said (SWPPP) only and can make changes to those
specifications for the entire project as he deems
necessary or needed to remain in compliance with the
TCEQ and or EPA regulations.
12: Traffic Control Plan 1 LS Design and Furnishing Traffic Control Plan.
Payment for traffic control shall be made at the lump
sum price bid, and shall include design and all materials
necessary for providing and maintaining traffic control
around construction and providing a traffic control plan
to meet all City of Greenville and TxDOT standards.
The lump sum bid price shall include temporary paving,
cones, signs, barricades, flag med, temporary signal
modifications, temporary striping and buttons,
temporary drainage, and any other items required to
provide for the safe movement of traffic. Traffic control
will be paid in equal monthly installments based on the
time remaining to achieve substantial completion.
TOTAL BASE BID D=
Construction Schedule: Work must be completed with 365 consecutive calendar days after notification
period of 10-days has passed.
EXHIBIT A, PAGE 8 7
BID PROPOSAL
Supplemental General Notes
** Any and all existing improvements in yard areas damaged by contractor will be replaced to a condition
equal to or better than original at no additional cost. ** Any and all spoil materials shall be removed from job site and placed at a location designated by the
contractor. The City does not have and will not furnish dump sites. ** The City pays items installed complete and in place. The City does not pay for materials on hand
or stored items.
BID PROPOSAL
Recapitulations
TOTAL BASE BID $_____________________
_______________________________________
Attest: __________________________
Secretary: __________________________
Acknowledgment is hereby made of receipt of the following Addenda, if any:
No. ___________________________ Date: __________________
No. ___________________________ Date: __________________
No. ___________________________ Date: __________________
GRV14121 – Regional Lift Station, Force Main, and Gravity Main
33 12 16.33 SWING CHECK VALVES
1.00 GENERAL
A. Furnish labor, materials, equipment and incidentals necessary to install swing check valves
(external weight and lever) at the locations and size as indicated. Valves shall be designed,
manufactured and tested in accordance with American Water Works Association Standards
ANSI/AWWA C508.
The Manufacturer shall have had successful experience in manufacturing valves for this type
service in the sizes indicated. The Manufacturer shall have at least 10 years experience in
the manufacture of the valves.
B. All valves shall be hydrostatically tested and seat tested to demonstrate zero leakage.
When requested, the Manufacturer shall provide test certification and required
documentation. The valve coating system shall be shall be appropriate for sewer
applications.
1.03 SUBMITTALS
Submittals shall be in accordance with Section 01 33 00, SUBMITTALS and shall include:
1. Equipment and material data
2. Operation and Maintenance Manuals
3. Certificate of Adequacy of Design
1.04 STANDARDS
A. The following standards shall apply as if they are included in these documents.
1. AWWA C508
2. ASTM A126
3. ASTM A536
4. ASTM A276
GRV14121 – Regional Lift Station, Force Main, and Gravity Main
2.00 PRODUCTS
2.01 SWING CHECK VALVES
A. The check valves shall be oil controlled side-mount cushioned swing check valves unless
otherwise specified and shall be constructed with a heavy cast iron body and bronze seat
ring, non-corrosive shaft for attachment of weight and lever, and complete bronze cushion
chamber. Swing check valves shall be APCO Series 6100, Golden-Anderson (Equal Model),
Mueller, or equal.
B. The valve disc shall absolutely prevent the return of water or sewage back through the
valve when the inlet pressure decreases below the delivery pressure, on pump shutoff or
power failure. The valve shall be tight-seating. The seat ring shall be renewable and shall
be securely held in place by stainless steel screws. The valve disc shall be of ductile iron
and shall be suspended from a stainless steel (non-corrosive) shaft which passes through
bushings and shall be connected to the weight and lever on the outside of the valve. The
shaft shall be keyed into the disc and lever arm. Set screws shall not be acceptable.
C. Valves shall be furnished with ANSI 125 pound flat faced flanges. Interior and exterior to
be painted with fusion epoxy paint per AWWA C550, Protecto 401 or approved equal.
D. The closing and opening rate of the valve shall be field adjustable.
3.00 EXECUTION
3.01 INSTALLATION
Carefully handle and lower the valves into position so to prevent damage to any part of the
valves.
3.02 CLEAN AND ADJUST
Adjust weight position and air cushion operation in accordance with manufacturer
recommendations.