addendum #1 covermywakulla.com/document_center/rfp2010_05addendum1final.pdfb. quantity has been...
TRANSCRIPT
-
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