13
Addendum #1 WAKULLA COUNTY, FLORIDA ADDENDUM #1 BID NO. 2010-05 Issue Date: October 5, 2010 Project: WAKULLA COUNTY SANITARY FORCE MAIN Notice to all bidders is hereby given that the following modifications and clarifications are made to the Request for Bids referenced above. The modifications and clarifications made under Addendum #1 are summarized below: 1. Minutes and Comments/Responses from the project pre-bid conference. 2. Requests for Additional Information received since the project pre-bid conference. 3. A copy of the attendee sign-in list from the project pre-bid conference. 4. A Revised Bid Tabulation form is included herein. Changes to the Bid Tabulation Form include: a. Line items have been renumbered to delete a duplicate. b. Quantity has been updated for items 1.19 and 1.28. c. Items 1.26 and B1.8 have been changed to 5/8” meters. d. Item 1.33 has been added to distinguish connections. 5. Revised Drawing, including the following: a. Sheet 10 b. Sheet 36 c. Sheet 53 Each Bid submitted in response to this Advertisement for Bids shall include an acknowledgment of this Addendum. BOARD OF COUNTY COMMISSIONERS

ADDENDUM #1 covermywakulla.com/document_center/RFP2010_05Addendum1Final.pdfb. Quantity has been updated for items 1.19 and 1.28. c. Items 1.26 and B1.8 have been changed to 5/8”

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

  • Addendum #1

    WAKULLA COUNTY, FLORIDA

    ADDENDUM #1 BID NO. 2010-05

    Issue Date: October 5, 2010 Project: WAKULLA COUNTY SANITARY FORCE MAIN Notice to all bidders is hereby given that the following modifications and clarifications are made to the Request for Bids referenced above. The modifications and clarifications made under Addendum #1 are summarized below:

    1. Minutes and Comments/Responses from the project pre-bid conference. 2. Requests for Additional Information received since the project pre-bid conference. 3. A copy of the attendee sign-in list from the project pre-bid conference. 4. A Revised Bid Tabulation form is included herein. Changes to the Bid Tabulation Form

    include: a. Line items have been renumbered to delete a duplicate. b. Quantity has been updated for items 1.19 and 1.28. c. Items 1.26 and B1.8 have been changed to 5/8” meters. d. Item 1.33 has been added to distinguish connections.

    5. Revised Drawing, including the following: a. Sheet 10 b. Sheet 36 c. Sheet 53

    Each Bid submitted in response to this Advertisement for Bids shall include an acknowledgment of this Addendum.

    BOARD OF COUNTY COMMISSIONERS

  • Date: October 4, 2010 To: Wakulla County Sanitary Force Main Pre-Bid Meeting Attendees From: Matt Hurd RE: Force Main Pre-Bid Summary General Items:

    1. All bids must be submitted to the Board of County Commissioners Administration building, 3093 Crawfordville Hwy, and clocked in by 2:00 P.M. on Monday, October 18, 2010. Bids will be opened and read aloud at 2:30 P.M. at the Commission Chambers.

    2. This project is funded through the FDEP SRF program. There is no ARRA funding in this project.

    3. Bidders should pay special attention to the Questionnaire in section 00415. This will give the owner a detailed view of your company’s project history and performance.

    4. There are several alternates to base bid items listed for the project, including fiberglass wet well structures and potable water services. The owner reserves the right to choose all base bid options, all alternate options, or any combination of base and alternate options.

    5. A significant portion of the project’s work is in FDOT right of way. All FDOT guidelines must be followed to provide a safe working environment and safe travel. Work in FDOT right of way is prohibited on the day before, day of, and day after a state holiday.

    6. In order to meet FDOT restoration requirements, it is highly recommended that the contractor take video of the project route prior to commencement of work.

    7. Bidders are advised that the utility corridors on portions of US Hwy 98 are very crowded. Hand-digging should be anticipated.

    8. Questions will be accepted until Wednesday, October 13. All questions should be submitted in writing, preferably by email to [email protected].

    Questions and Answers

    1. How should bidders deal with potential rock removal?

    Bid Item 2.5 deals with rock removal, including removal, disposal, and replacement with select backfill. The quantity was estimated based on depth and area of the wet wells, and on previous experience along the project route.

  • 2. Can you elaborate on tight utilities?

    Existing utilities are shown on the project plans to the best of the engineer’s knowledge. There are areas, particularly along US 98, where existing water, reuse and sanitary lines are in close proximity to each other and cross over/under each other a number of times. The contractor will be required to hand excavate where the separation between existing and proposed utilities is less than three (3) feet.

    3. How will the alternates affect the basis of award?

    The contract will be awarded to the contractor with the lowest qualifying bid for the combination of base bid and alternate items as chosen by the owner.

    4. If fiberglass wet wells are part of a set package, can pumps be different than the pumps in the concrete wet wells?

    Only pumps from the list of acceptable manufacturers will be allowed. Fiberglass wet well manufacturer’s must utilize one of the approved pump types.

    5. Can directional drilling be substituted for Jacking & Boring under FDOT roads?

    FDOT requires that directional drilling be installed a minimum of 10 times the diameter of the pipe. For this project, that minimum depth is 10 feet. Based upon physical requirements to reach this depth via directional drilling, there does not appear to be adequate right-of-way for installation via this method.

    6. Will alternate materials be considered?

    For maintenance purposes, the owner requires PVC for direct bury main construction. FPVC and HDPE will be considered as acceptable alternate materials for all directional bores. See attached updated bid tab.

    7. Are HDPE transition fittings required between PVC and HDPE?

    Yes.

    8. How will project correspondence be handled?

    All project correspondence should be via fax or email to Eutaw Utilities at 888-878-2939 and [email protected]. Any addenda will also be posted at www.mywakulla.com.

  • Questions Received After Pre-Bid

    1. Is Agru “Sure Grip” Liner an acceptable alternate material for lining concrete structures?

    Yes.

    2. Please clarify lift station fencing. Plan sheets 41-43 call for 6’ chain link fence with 12’ gates. Spec section 02550 and detail on sheet 53 call for 8’ chain link fence with 16’ gates.

    Chain link fence shall be 6’ tall and gates shall be 12’ wide. See revised sheet 53.

    3. Please provide list of pumps that are approved by Wakulla County Ordinance.

    Allowable pumps shall be manufactured by EMU or Flygt.

    4. Sheet #10 Station #212+50, ARV symbol is shown on the line but not labeled. Is it your intent to have ARV at this location?

    Yes, see revised sheet 10.

    5. Sheet #36 Station #136+50 and Station #143+50, GV’s shown but not labeled. Is it your intent to have GV’s at these locations?

    Yes, see revised sheet 36.

    6. It appears that some specs are out of date. May AWWA C153 be used for ductile iron fittings instead of C110? May C515 be used for gate valves instead of C509? For steel casing, may a bitumous coating be used instead of coal-tar?

    Ductile iron fittings shall conform to AWWA C153. Gate valves shall conform to AWWA 515. Steel casing shall have a bitumous coating.

    7. Please clarify bid items and alternates for potable water services to lift stations.

    Items 1.26-1.28 apply to Lift Station 2. These are in the base bid because there is an existing water main adjacent to the site. B1.8 includes meter assemblies for Lift Stations 1 and 3. The quantity for item B1.9 includes service lines at Lift Stations 1 and 3, 40 LF at each.

    8. Sheets 5 and 14 show connections to existing force main. Do both require concrete vaults? The connection on sheet 14 abandons an existing line. Does abandonment require grout or plug?

    The connection on Sheet 5 shall be in a concrete vault. The connection on sheet 14 does not require a concrete vault. The abandoned line at this location should be plugged. Separate bid items have been included on the revised Bid Tabulation (Items 1.32, 1.33).

  • 9. When installing an air release valve, can a tapping saddle be used instead of a mechanical joint tapping tee?

    Yes, tapping saddles are acceptable.

    10. The valve vault detail on sheet 53 shows mechanical wall sleeves, will the Connection have to be cut it? Should the piping in the vault be ductile iron? Can a tee be used instead of a tapping sleeve?

    The piping in the vault shall be ductile iron. The existing force main must not be interrupted while making the connection, therefore a tapping sleeve must be used for a wet tap. The wall sleeves have been eliminated so that the existing pipe will not have to be cut. See revised sheet 53.

    11. The specification for transfer switches is in conflict the electrical detail sheet. Please clarify ATS amperage and enclosure type.

    The automatic transfer switch shall be 250A in a NEMA 4X enclosure.

  • Wak

    ulla

    Cou

    nty

    San

    itary

    For

    ce M

    ain

    Pre

    -Bid

    Con

    fere

    nce

    9/30

    /201

    0

    Com

    pany

    Nam

    ePh

    one

    Emai

    l

    1C

    urt's

    Con

    stru

    ctio

    n, In

    c.W

    alte

    r Joh

    nson

    386-

    362-

    7814

    wj@

    curts

    con.

    com

    2C

    alla

    way

    Con

    tract

    ing,

    Inc.

    Bob

    by W

    alke

    r90

    4-75

    1-89

    44B

    obby

    @ca

    llaw

    ayco

    ntra

    ctin

    g.co

    m

    3S

    tand

    ard

    Con

    tract

    ors

    Bria

    n M

    erge

    r22

    9-24

    2-77

    72st

    anda

    rd72

    0@be

    llsou

    th.n

    et

    4A

    .J. J

    ohns

    , Inc

    .Jo

    hn K

    irkla

    nd90

    4-64

    1-20

    55es

    timat

    ing@

    ajjo

    hns.

    com

    5G

    roun

    dtro

    nics

    , Inc

    .E

    d S

    toke

    ly90

    4-85

    9-94

    33eg

    s@gr

    ound

    troni

    cs.c

    om

    6M

    arsh

    all B

    roth

    ers

    Indu

    stria

    lM

    ike

    Bro

    wn

    850-

    265-

    8742

    mik

    e-m

    bi@

    knol

    ogy.

    net

    7A

    llen'

    s E

    xcav

    atio

    nD

    avid

    Edw

    ards

    850-

    878-

    0626

    Jdav

    ided

    war

    ds@

    yaho

    o.co

    m

    8M

    usic

    Con

    stru

    ctio

    n, In

    c.D

    enni

    s M

    usic

    386-

    658-

    1598

    mus

    icco

    nstru

    ctio

    n@w

    inds

    tream

    .net

    9S

    andc

    o, In

    c.B

    ob M

    yric

    k85

    0-20

    5-52

    18bm

    yric

    k@sa

    ndco

    fl.co

    m

    10Ta

    lcon

    Gro

    up, L

    LCD

    avid

    Tho

    mps

    on85

    0-54

    5-05

    96da

    vidt

    alco

    n@ao

    l.com

    11C

    roos

    poin

    t Con

    sulti

    ngD

    on H

    urst

    850-

    251-

    4764

    dh_c

    ross

    poin

    t@co

    mca

    st.n

    et

    12B

    lank

    ensh

    ip C

    ontra

    ctin

    gK

    enny

    Bla

    nken

    ship

    850-

    878-

    5738

    kbla

    nken

    ship

    @co

    mca

    st.n

    et

    13JB

    Cox

    wel

    l Con

    tract

    ing

    Don

    ald

    Spe

    ncer

    904-

    786-

    1120

    Don

    alds

    @JB

    Cox

    wel

    l.com

    14H

    D S

    uppl

    y W

    ater

    wor

    ksB

    art B

    ryan

    t85

    0-57

    6-36

    17ba

    rt.br

    yant

    @H

    DS

    uppl

    y.co

    m

    15H

    D S

    uppl

    y W

    ater

    wor

    ksM

    att K

    raus

    e85

    0-57

    6-36

    17m

    atth

    ew.k

    raus

    e@H

    DS

    uppl

    y.co

    m

    16H

    D S

    uppl

    y W

    ater

    wor

    ksS

    teve

    Stri

    ckla

    nd85

    0-57

    6-36

    17st

    even

    .stri

    ckla

    nd@

    HD

    Sup

    ply.

    com

    17B

    & B

    Und

    ergr

    ound

    One

    al B

    ates

    561-

    682-

    3310

    sdec

    ker@

    B&

    Bco

    ntra

    ctor

    s.co

    m

    18Tr

    ench

    less

    Spe

    cial

    ties

    Roy

    Rus

    hing

    407-

    426-

    9806

    Roy

    @dr

    illpr

    ollc

    .com

    19Fl

    orid

    a D

    evel

    oper

    s, In

    c.K

    yle

    Cra

    wfo

    rd85

    0-22

    4-60

    02K

    yle@

    fldev

    elop

    ers.

    com

    20N

    orth

    Flo

    rida

    Con

    stru

    ctio

    nB

    ryan

    New

    som

    e85

    0-67

    4-57

    30ne

    wso

    me.

    brya

    n@gm

    ail.c

    om

  • Wak

    ulla

    Cou

    nty

    San

    itary

    For

    ce M

    ain

    Pre

    -Bid

    Con

    fere

    nce

    9/30

    /201

    0

    Com

    pany

    Nam

    ePh

    one

    Emai

    l

    21P

    eavy

    & S

    onG

    eorg

    e P

    arra

    mor

    e85

    0-53

    9-50

    19kt

    aylo

    r@pe

    avya

    ndso

    ncon

    stru

    ctio

    n.co

    m

    22B

    en W

    ither

    s, In

    c.B

    en W

    ither

    s85

    0-98

    4-01

    49be

    n236

    1@ao

    l.com

    23B

    en W

    ither

    s, In

    c.K

    athy

    Shi

    rah

    850-

    984-

    0149

    kath

    ysbe

    nwith

    ersi

    nc@

    emba

    rqm

    ail.c

    om

    24C

    ounc

    il C

    ontra

    ctin

    g, In

    c.E

    dmon

    d C

    ounc

    il85

    0-87

    8-71

    59co

    unci

    lcci

    @ao

    l.com

    25C

    onso

    lidat

    ed P

    ipe

    Ste

    ve D

    avis

    850-

    575-

    0846

    sdav

    is@

    cons

    olid

    ated

    pipe

    .com

    26C

    onso

    lidat

    ed P

    ipe

    Edw

    ard

    Scr

    even

    850-

    575-

    0846

    escr

    even

    @co

    nsol

    idat

    edpi

    pe.c

    om

    27U

    nder

    grou

    nd S

    olut

    ions

    , Inc

    . D

    avid

    Hun

    nifo

    rd94

    1-92

    8-34

    21dh

    unni

    ford

    @un

    derg

    roun

    dsol

    utio

    ns.c

    om

    28M

    etro

    Equ

    ipm

    ent S

    ervi

    ceD

    anie

    l Gon

    zale

    z78

    6-66

    3-28

    11D

    anny

    .Met

    ro@

    hotm

    ail.c

    om

    29M

    of T

    alla

    hass

    ee, I

    nc.

    Mik

    e S

    talli

    ngs

    850-

    562-

    1022

    min

    cmik

    e1@

    com

    cast

    .net

    30Fe

    rgus

    on W

    ater

    wor

    ksB

    radl

    ey S

    wan

    son

    850-

    216-

    2951

    Bra

    d.S

    wan

    son@

    ferg

    uson

    .com

    31C

    omm

    erci

    al In

    dust

    rial C

    orp.

    Kar

    en C

    ox35

    2-84

    0-01

    61ja

    y@ci

    cfl.c

    om

    32G

    arne

    y C

    ompa

    nies

    , Inc

    .Ja

    son

    Seu

    bert

    407-

    846-

    3121

    jseu

    bert@

    garn

    ey.c

    om

    33G

    ulf C

    oast

    Util

    ity C

    ontra

    ctor

    sJa

    mes

    God

    win

    850-

    265-

    9166

    jam

    esgc

    uc@

    bells

    outh

    .net

    34S

    olom

    on C

    onst

    ruct

    ion

    Mat

    thew

    Sol

    omon

    850-

    627-

    8428

    mat

    t@so

    lom

    on-c

    onst

    ruct

    ion.

    com

    35R

    oyal

    Am

    eric

    a C

    onst

    ruct

    ion

    Ste

    ve S

    umm

    erbe

    ll85

    0-91

    4-32

    07st

    eve.

    sum

    mer

    bell@

    roya

    l-am

    eric

    an.c

    om

    36R

    edfis

    h M

    arin

    e C

    onst

    ruct

    ion

    Bra

    nch

    McC

    lend

    on85

    0-62

    2-32

    72br

    anch

    mcc

    lend

    on@

    yaho

    o.co

    m

    37N

    orth

    Flo

    rida

    Asp

    halt

    Dan

    ny R

    eyno

    lds

    850-

    575-

    7228

    dann

    y@no

    rthflo

    ridaa

    spha

    lt.co

    m

    38G

    rimes

    Con

    tract

    ing

    Cly

    de G

    off

    904-

    278-

    1736

    cgof

    f@gc

    i-inc

    .net

    39B

    en's

    Site

    Dev

    elop

    men

    tB

    en B

    row

    n85

    0-55

    6-90

    05w

    bbjb

    b@ao

    l.com

    40V

    alle

    ncou

    rt C

    onst

    ruct

    ion

    Com

    pany

    Ada

    m D

    ilg90

    4-29

    1-93

    30A

    dam

    @va

    llenc

    ourt.

    com

  • Wak

    ulla

    Cou

    nty

    San

    itary

    For

    ce M

    ain

    Pre

    -Bid

    Con

    fere

    nce

    9/30

    /201

    0

    Com

    pany

    Nam

    ePh

    one

    Emai

    l

    41D

    owdy

    Plu

    mbi

    ng C

    orp.

    Kris

    tin A

    nder

    son

    850-

    656-

    1211

    info

    @do

    wdy

    plum

    bing

    .com

  • 1.0 SANITARY SEWER SYSTEM IMPROVEMENTS Unit Quantity Unit Price Total

    1.1 6" C-900 (DR-18) PVC Force Main(green) Installed, including fittings, tracer wire & appurtenances LF 3400 -$ 1.2 6" Gate Valve & Valve Box EA 5 -$

    1.3 8" C-900 (DR-18) PVC Reuse Main(purple) Installed, including fittings, tracer wire & appurtenances LF 905 -$

    1.48" HDPE (DR-11) Reuse Force Main (Purple), installed via direct burial, including fittings, tracer wire & appurtenances

    LF 165-$

    1.5 8" C-900 (DR-35) Gravity Main (Green) (0-6' Depth) LF 37 -$

    1.6 8" C-900 (DR-18) PVC Force Main(green) Installed, including fittings, tracer wire & appurtenances LF 15,140 -$ 1.7 8" Gate Valve & Valve Box EA 21 -$ 1.8 10" C-900 (DR-35) Gravity Main (Green) (10-12' Depth) LF 53 -$

    1.9 10" C-900 (DR-18) PVC Force Main(green) Installed, including fittings, tracer wire & appurtenances LF 15,580 -$ 1.10 10" Gate Valve & Valve Box EA 16 -$ 1.11 12" C-900 (DR-35) Gravity Main (Green) (0-6' Depth) LF 20 -$

    1.12 12" C-900 (DR-18) PVC Force Main(green) Installed, including fittings, tracer wire & appurtenances LF 43,315 -$ 1.13 12" Gate Valve & Valve Box EA 46 -$

    1.1412" HDPE (DR-11) Force Main (Green), installed via direct burial, including fittings, tracer wire and appurtenances.

    LF 165-$

    1.15 Directional Bore - 6" HDPE (DR-11) or FPVC (DR-18) Force Main (Green) LF 60 -$

    1.16 Directional Bore - 8" HDPE (DR-11) or FPVC (DR-18) Force Main (Green) LF 565 -$

    1.17 Directional Bore - 8" HDPE (DR-11) or FPVC (DR-18) Reuse Main (Purple) LF 65 -$

    1.18 Directional Bore - 10" HDPE (DR-11) or FPVC (DR-18) Force Main (Green) LF 520 -$

    1.19 Directional Bore - 12" HDPE (DR-11) or FPVC (DR-18) Force Main (Green) LF 3425 -$ 1.20 Jack & Bore- 12" DIP in 24" Casing (0.375" Thick) LF 226 -$ 1.21 Air Release Valve EA 32 -$ 1.22 Open Cut and Replace Driveways (Milled Asphalt) SF 120 -$ 1.23 Traffic Control (FDOT Index 600) LS 1 -$ 1.24 Pressure Testing LS 1 -$ 1.25 Sanitary Manhole VF 22 -$ 1.26 5/8" Meter Assembly EA 1 -$ 1.27 3/4" Water Service, including RPZ, BFP, & spigot LF 40 -$

    1.28 Connect to Existing PVC Water Line, Tapping Sleeve & Valve including Fittings EA 1 -$

    1.29Lift Station 1- Duplex Pump Station including 2 40 HP pumps, electrical controls and valve box, and on-site stand-by generator

    EA 1-$

    1.30 Lift Station 2- Duplex Pump Station including 2 20 HP pumps, electrical controls and valve box EA 1 -$

    1.31 Lift Station 3- Duplex Pump Station including 2 20 HP pumps, electrical controls and valve box EA 1 -$

    1.32Connect to existing force main, including tapping sleeve, gate valve, check valve, valve vault and appurtenances. (Plan Sheet 5)

    EA 1-$

    1.33 Connect to existing force main, including tapping sleeve and plugging abandoned line (Plan Sheet 14) EA 1 -$ PIPING & EQUIPMENT TOTAL = -$

    WAKULLA COUNTYFORCEMAIN CONSTRUCTION

    BID TABULATION

    Wakulla County 00410-Bid Tabulation Sanitary Force Main

  • WAKULLA COUNTYFORCEMAIN CONSTRUCTION

    2.0 ENVIRONMENTAL Unit Quantity Unit Price Total2.1 Clearing & Grubbing AC 4 -$ 2.2 Silt Fencing LF 4500 -$ 2.3 Right of Way Restoration, Seed and Mulch SY 64,850 -$ 2.4 Right of Way Restoration, Sod SF 11,600 -$

    2.5Rock Excavation Including Removal, Disposal, & Replacement with Select Backfill CY 500 -$

    2.6 Lift Station Sitework LS 1 -$

    ENVIRONMENTAL TOTAL = -$

    3.0 PROFESSIONAL SERVICES BY CONTRACTOR Unit Quantity Unit Price Total3.1 Project Layout LS 1 -$ 3.2 Certified As-Built by RLS LS 1 -$ 3.3 Soil Testing by PE LS 1 -$

    SERVICES TOTAL = -$

    4.0 START-UP Unit Quantity Unit Price Total4.1 Mobilization LS 1 -$ -$ 4.2 Insurance LS 1 -$ -$

    START-UP TOTAL = -$

    TOTAL AMOUNT of BASE BID =

    ALTERNATE AFIBERGLASS WET WELLS Unit Quantity Unit Price Total

    A1.0 Lift Station 1- Alternate to Bid Item 1.28, with Fiberglass WetWell Structure EA 1 -$

    A1.1 Lift Station 2- Alternate to Bid Item 1.29, with Fiberglass WetWell Structure EA 1 -$

    A1.2 Lift Station 3- Alternate to Bid Item 1.30, with Fiberglass Wetwell Structure EA 1 -$ ALTERNATE A TOTAL = -$

    ALTERNATE BPOTABLE WATER LINES Unit Quantity Unit Price Total

    B1.0 1.5" Schedule 40 PVC Water Main(blue) Installed, including fittings, tracer wire & appurtenances LF 920 -$

    B1.1 2" Schedule 40 PVC Water Main(blue) Installed, including fittings, tracer wire & appurtenances LF 3650 -$

    B1.2 6" C-900 (DR-18) PVC Water Main(blue) Installed, including fittings, tracer wire & appurtenances LF 240 -$ B1.3 6" Gate Valve & Valve Box EA 1 -$ B1.4 1.5" HDPE installed by directional bore LF 40 -$ B1.5 2" HDPE installed by directional bore LF 50 -$ B1.6 6" HDPE installed by directional bore LF 75 -$ B1.7 Flush Hydrant EA 1 -$ B1.8 5/8" Meter Assembly EA 2 -$ B1.9 3/4" Water Service, including RPZ, BFP, & spigot LF 80 -$

    B1.10 Connect to Existing PVC, Tapping Sleeve & Valve including Fittings EA 2 -$ B1.11 Disinfection & Testing (Pressure, Bac'T) LS 1 -$

    ALTERNATE B TOTAL = -$

    -$

    Wakulla County 00410-Bid Tabulation Sanitary Force Main