ADDENDUM NO. 8 CITY OF DADE CITY TANK HILL WATER …
Transcript of ADDENDUM NO. 8 CITY OF DADE CITY TANK HILL WATER …
DAD003 ADDENDUM 8 ADD#8 - 1
ADDENDUM NO. 8 CITY OF DADE CITY
TANK HILL WATER FACILITY IMPROVEMENTS CITY BID #1704WD
DWSRF PROJECT #510412 DATE: July 21, 2020
To All Proposers: This addendum is issued to modify the previously issued documents and/or given for information purposes and is hereby made a part of the bid documents. Bidders are reminded to acknowledge receipt of this addendum, and all other addenda issued during bidding, on the bid form prior to submittal. CLARIFICATION 1. This addendum responds to all submitted bidder questions. 2. This addendum addresses substitution requests. 3. This addendum changes the Construction Plans and Contract Documents and Specifications as
detailed below. 4. This addendum does not change the bid schedule and it remains as follows:
ATTACHMENTS: The following attachments are included in this Addendum and incorporated into the Contract Docu-ments & Specifications and Construction Plans for the project:
1) Revised Drawing M-01 2) Revised Section 00210 Bid Form
MODIFICATIONS TO CONSTRUCTION PLANS Revisions were made to Drawing M-01 only and all revisions are clouded. MODIFICATIONS TO CONTRACT DOCUMENTS & SPECIFICATIONS Section 00210 Bid Form was revised and a new form attached. SUBSTITUTIONS The following request for approval of substitutions were received. 1) Would the owner consider adding Blacoh Industries as an approved supplier of the Hydropneumatic
tank? Answer: Blacoh Industries is approved as a supplier of the Hydropneumatic tank.
2) Will the Engineer accept Flow Wise Vertical Turbine Pump as an approved equal? Answer: Adequate information was not submitted to determine Flow Wise Vertical Turbine
Pump as equal and therefore, this request is not approved for bidding.
Last Day for Questions: Monday, 7/13/20
Response to Questions by City/ISS: Friday, 7/17/20
Bid Submittal/Opening Deadline: Thursday, 7/23/20 at 2:00pm
DAD003 ADDENDUM 8 ADD#8 - 2
QUESTIONS FROM BIDDERS The following questions were received from bidders. Answers to the questions are considered incorpo-rated into the Contract Documents & Specifications and Construction Plans for the project.
1. The specifications call for a 0.375 Wall 20” steel Surface Casing, and a 0.307 Wall 16” Primary Casing. They do not make a 0.307 wall, only a 0.312 wall. The Industry Standard is normally a 0.375 wall. A 2” minimum annular is required for all Community Public Supply Wells Constructed by Rotary Drilling. A 24” 0.375 wall is 23.25” ID, and a 16” is 16.00” OD and 15.25” ID. This annu-lar spacing also allows for The installation of tremie piping to complete the grouting without complications. Will Engineer accept 24” 0.375 Wall Steel Surface Casing, and a 16” 0.375 Wall Steel Primary Casing? Answer: The intermediate casing is changed to 24” diameter and the surface casing is
changed to 30” diameter. The casings shall have 0.375” wall thicknesses. The 0.307” wall thickness is for a 10” steel casing. Drawing M-01 is revised to reflect these changes.
2. Will the Engineer accept Installation of the surface casing, by driven method using Number-8
Bentonite grout, with drive shoe? This is an approved method by the Water Management Dis-trict. Answer: The bids shall be based on the methodologies listed in the specifications and actu-
al construction methods can be discussed and approved after award and prior to construction.
3. The specification’s call for specific capacity test using a submersible electric pump minimum of
250 GPM at depths of 370, 410, 450, and 490 feet. What is the expected Run time for each test for bidding purposes? Answer: Per the specs, the pump duration is based on the groundwater level stabilizing be-
fore termination of the test. For bidding purposes, Contractor shall use one hour as the basis for the test duration.
4. The specifications call for a video survey upon completion of the well construction, and Testing. Is
Static, and Dynamic Geophysical Logging Required? Answer: No additional logging is required.
5. How far will the Contractor be required to run discharge piping for well testing with pumping
equipment? Answer: The Contractor shall be required to provide temporary containment on site of the
well discharge during drawdown testing. This distance should be within 150 feet of the well but the actual location is at the discretion of the Contractor and ap-proved by the Engineer and/or City.
6. What is the anticipated NTP?
Answer: It is currently anticipated that the NTP shall be issued in the fall.
END OF ADDENDUM NO. 8
DAD003 BID FORM 00210-1
BID FORM
TO THE
OWNER:
City of Dade City
38020 Meridian Avenue
Dade City, FL 33525
PROJECT: Tank Hill Water Facility Improvements
Dade City, Florida
City Project #1704WD
DATE:
LADIES and GENTLEMEN:
The undersigned Bidder, having carefully examined the premises and conditions affecting the
work and having carefully examined the Instructions to Bidders, the Form of Agreement, and the
Contract Documents for the project does hereby propose to furnish all labor, materials, equipment,
and services for the proper execution and completion of the work called for and described by said
documents for the following unit(s) of work:
No. Description Amount
1 Mobilization/Demobilization $ .00
2 Administrative (permits, bonds, insurance, etc.) $ .00
3 Site Work (site clearing, access road and gate, pond, fencing, stormwater, piping, etc.)
$ .00
4 Well Drilling Services (Total from Unit Price Table) $ .00
5 Well outfitting (pump, well pad, piping, appurtenances, etc.) $ .00
6 Booster pumps and hydropneumatic tank (pumps, piping, tank, etc.) including slab and cover
$ .00
7 NaOCl storage and feed system including containment slab and cover
$ .00
8 Elevated storage tank and foundation $ .00
9 Electrical $ .00
10 Instrumentation $ .00
11 SCADA System Integration Allowance $ 40,000.00
12 Demolition (existing Tank Hill, College Heights, & Sally Road) facilities and off-site work (pressure reducing valves)
$ .00
13 Allowance for Access Road Improvements $ 40,000.00
14 Allowance for Testing $ 25,000.00
TOTAL $ .00
DAD003 BID FORM 00210-2
Quantities and Unit Bid Prices:
The bidder declares that he understands that the quantities shown below, if applicable, are
estimates only, and are subject to either increase or decrease; and that should the quantities
of any of the items of work be increased, the undersigned proposes to do the additional
work at the unit prices set herein; and should the quantities be decreased, he also
understands that payment will be made on actual quantities installed at the unit bid prices,
and will make no claim for anticipated profits for any decrease in the quantities.
The bidder does hereby propose to furnish all labor, materials, equipment, and services for
the proper execution and completion of the Well Drilling Services called for and described
by the Contract Documents for the following unit prices:
No Description Quantity Unit Unit Price Amount
4A Mobilization/Demobilization 1 LS $ $
4B Permits, reports, administrative, etc. 1 LS $ $
4C Standard Penetration Test 80 LF $ $
4D Drill 36-inch borehole 20 LF $ $
4E Install & grout 30-inch surface casing 20 LF $ $
4F Drill 30-inch borehole 100 LF $ $
4G Install & grout 24-inch intermediate casing
100 LF $ $
4H Drill well casing borehole 230 LF $ $
4I Install and grout 16-inch well casing 350 LF $ $
4J Drill 10-inch diameter open borehole 150 LF $ $
4K Cleaning, testing and video survey 500 LF $ $
4L 4-hour specific capacity test 1 LS $ $
4M 4-inch diameter well abandonment 400 LF $ $
4N 6-inch diameter well abandonment 300 LF $ $
TOTAL $ .00 (Enter Total Amount into bid table on first page)
DAD003 BID FORM 00210-3
Substantial Completion and Liquidated Damages:
The undersigned Bidder agrees to commence the work under his contract upon receipt of
a Notice to Proceed from the Owner to achieve substantial completion of the work within
five hundred ten (510) calendar days and five hundred forty (540) calendar days for final
completion.
Failure of the Bidder to achieve substantial completion within the time specified will
constitute violation of the terms of the contract and will result in an assessment of one
hundred and fifty dollars per day liquidated damages by the Owner.
The undersigned Bidder agrees that:
The proposal shall remain in force and effect for a period of one hundred twenty calendar
days from the time of this proposal and that the Bidder will not revoke, cancel, or withdraw
this proposal within the said one hundred twenty calendar days.
In the event this proposal is accepted by the Owner, the parties will enter into a formal
written agreement with the Owner in accordance with the accepted bid within twenty
calendar days after said Contract Performance and Payment Bond with good and sufficient
sureties satisfactory to the Owner, in the amount of one hundred percent of the accepted
bid, the form and terms of which shall fully comply with Section 255.05, Florida Statutes.
Contractor shall begin work within seven days of issuance of the Notice to Proceed.
Acknowledgment is hereby made of receipt of the following Addenda issued during the bidding
period:
Addendum No. Dated:______________
Addendum No. Dated:______________
Addendum No. Dated:______________
Addendum No. Dated:______________
Addendum No. Dated:______________
Addendum No. Dated:______________
Addendum No. Dated:______________
Addendum No. Dated:______________
DAD003 BID FORM 00210-4
IN WITNESS WHEREOF, the Bidder has hereunto set his signature and affixed his seal this
day of . A.D. 20 .
I certify that this bid is made without prior understanding, agreement, or connection with any
corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and
is in all respects fair and without collusion or fraud.
Firm Name: _____________________________________________________
___________________________________________________________________
(Type or Print)
Address: ___________________________________________________________
City: State: Zip: _______
Phone: (____)________________
Names and title of officer or other individual executing proposal:
Signature: ___________________________________________________
Name: ____________________________________________________
(Type or Print)
Title: ____________________________________________________
(Type or Print)
DISCONNECT
1
1
2
3
4
5
6
7
8
9
10
WELL PAD SECTION A-A
WELL PAD PLAN
8
7
6
4
3
2
9
AA
TO TANK
14
15
11
12
13
14
15
10
2
3
4
5
6
8
9
7
1
12
13
10
12" DI PIPE
CONCRETE SLAB (SEE STRUCTURAL DRAWINGS)
3/4" GALVANIZED PIPE W/PRESSURE SWITCH AND SOLENOID VALVE
FOR PUMP SHAFT PRE-LUBRICATION SYSTEM.
2" WELL ACCESS PORT WITH CAP
2" WELL VENT TURNED DOWN W/24 MESH SS SCREEN
CONCRETE WELL PEDESTAL AND SLAB. (SEE STRUCTURAL DRAWINGS)
VERTICAL TURBINE PUMP
8" FLEXIBLE EXPANSION JOINT
2" PRESSURE GAUGE AND SMOOTH-NOSE, DOWN-TURNED SPIGOT
8" FLANGED ADAPTER COUPLING
8" SWING CHECK VALVE
8" PROPELLER METER
8" GATE VALVE
8"X12" FL DI BEND
5
11
SAND
SURFICIAL
CLAY / SANDY CLAY
CONFINING LAYER
LIMESTONE
UPPER FLORIDAN
AQUIFER
EL. = 180.0
EL. = 135.0
WELL PROFILE
EL. = 190.0
2" WELL SERVICE AIR VALVE
EL. = -310.0
NOTE:
ELEVATIONS ARE APPROXIMATED BASED ON GEOTECHNICAL INVESTIGATION AND
PROVIDED FOR BIDDING PURPOSES.
TH
OM
AS
M
V
ILL, P
.E
.
# 71186
71
85
M
urre
ll R
oa
d, S
uite
1
01
Me
lb
ou
rn
e, F
lo
rid
a 3
29
40
Ph
on
e: (3
21
) 6
22
-4
64
6
ww
w.In
frastru
ctureS
S.com
TH
OM
AS
M
V
ILL, P
.E
.
# 71186
71
85
M
urre
ll R
oa
d, S
uite
1
01
Me
lb
ou
rn
e, F
lo
rid
a 3
29
40
Ph
on
e: (3
21
) 6
22
-4
64
6
ww
w.In
frastru
ctureS
S.com
1
DA
TE
:N
O.
DE
SC
RIP
TIO
N
RE
VIS
IO
NS
CHK. BY:
DRWN. BY:
DR
AW
IN
G T
IT
LE
:
CLIE
NT
:
DATE:
SCALE:
DRAWING NO:
SHEET NO.
PROJ. MGR.:PROJECT NO.:
CIT
Y O
F D
AD
E C
IT
Y
1
DA
TE
:N
O.
DE
SC
RIP
TIO
N
RE
VIS
IO
NS
CHK. BY:
DRWN. BY:
DR
AW
IN
G T
IT
LE
:
CLIE
NT
:
DATE:
SCALE:
DRAWING NO:
SHEET NO.
PROJ. MGR.:PROJECT NO.:
CIT
Y O
F D
AD
E C
IT
Y
TMV
WAC
SB
CIT
Y O
F D
AD
E C
IT
Y
M-01
WE
LL
P
UM
P M
EC
HA
NIC
AL
D
ET
AIL
S
TA
NK
H
IL
L W
AT
ER
F
AC
IL
IT
Y
IM
PR
OV
EM
EN
TS
CIT
Y O
F D
AD
E C
IT
Y
1"=2'
Jul 20
DAD003
DAD003-MECH.DWG
16
CHLORINE INJECTION POINT
16
17
17
CHLORINE SUPPLY PIPE FROM NAOCL METERING SKID
EL. = 52.0
EL. = 190.25
16
EL. = -160.0
EL. = 70.0