HomeMy WebLinkAboutAddendum #1_021015Page 1 of 6
ADDENDUM # 1
CITY OF CAPE CANAVERAL
BID #2015-05
CITY OF CAPE CANAVERAL LIFT STATIONS NOS. 6&7 IMPROVEMENTS
February 10, 2015
All contents of this addendum shall be incorporated into the solicitation documents
and the ensuing contract with the awarded contractor.
• Questions will be accepted up to seven days prior to the bid opening. The last day questions and
RFI’s for this bid is February 17, 2015. No further questions or RFI’s will be accepted after that date.
• Addendums may be issued up to 72 hours prior to the bid opening due time. Brief addenda may be issued
between 72 hours and 24 hours before Bid time by e-mail or facsimile. It is the responsibility of all
potential bidders to ensure they have received all addendums issued.
• All documents pertaining to this solicitation may be obtained free of charge on CD from the City of Cape
Canaveral, City Clerk’s Office, 105 Polk Avenue, Cape Canaveral, FL 32920.
This addendum is to clarify items discussed at the Mandatory Pre-Bid Meeting on January 29, 2015.
A. CLARIFICATION:
1. The Contractor will be expected to construct the project in accordance with the plans and specifications
provided. Neither the City nor Tetra Tech will provide recommendations as to means and methods of
construction.
2. Owner direct purchase is in effect for this project for all items that include $5,000 or more from a single
supplier.
3. The Contractor will be expected to submit for and obtain a right of way permit and a building/electrical
permit from the City of Cape Canaveral. A building permit will be required for Lift Station No. 6 and Lift
Station No. 7. The City of Cape Canaveral will waive all city permit fee for this project. Please see
Specification Changes in Section C below.
4. The water main shall be installed in accordance with the City of Cocoa’s latest Utility Handbook, “REVISED
October 2013”. A copy of the REVISED October 2013 City of Cocoa Utility Handbook is attached hereto.
Please see Drawing Changes in Section D below.
5. The Selzer (ABS) has been added as an approved pump manufacturer for this project. Please see Drawing
Changes in Section D below.
Page 2 of 6
6. Existing Lift Station No. 6 wet well shall be removed in its entirety. Existing Lift Station No. 7 wet well top
and top riser shall be removed, fill the remaining portion of the wet well with Section 03600 Grouting -
Flowable Fill. Please see Specification Changes in Section C below and Drawing Changes in Section D below.
7. The schedule for completion of the work shall be outlined in Section 00500 Agreement. See Specification
Changes is Section C below.
8. The Contractor shall construct the project entirely within existing easements and public rights of way. The
Contractor may, at his own expense, obtain temporary construction easements as necessary.
9. Sign in sheet from the Mandatory Pre-Bid Meeting is attached hereto.
B. QUESTIONS:
Question # 1 – Who is responsible for bacteriological testing?
Answer # 1 – The Contractor is responsible for bacteriological testing of the water main in accordance with Florida
Department of Environmental and City of Cocoa Utilities Handbook standards. Florida Department of
Environmental Protection (FDEP) approved testing laboratories can be searched at the following
FDEP web address: http://appprod.dep.state.fl.us/labs/cgi-bin/aams/loc_search.asp
Question # 2 – Can you please advise if there is a minority goal percentage is on this project? If yes what is
the percentage goal?
Answer # 2 – There is no minimum minority goal percentage established for this project.
Question # 3 – Sheet E-401 has a hand hole detail. We are not finding a hand hole on either site plan
drawing.
Answer # 3 – Lift Station No. 6 is completely overhead, no hand hole is required. At Lift Station No. 7 the Contractor
may decide to utilize a hand hole in order to pull the cable in underground without damaging it, in which case the
detail provided would be utilized.
C. SPECIFICATION CHANGES:
1. In Section 00500 Agreement Delete Paragraph 5 and 6 and replace with the following:
“5. CONTRACT TIME - The CONTRACTOR shall begin work immediately after the issuance of a written Notice
to Proceed.
a. The CONTRACTOR shall substantially complete and place into service the work for Lift Station No. 6,
and associated gravity sewer improvements, no later than August 31, 2015.
b. The CONTRACTOR shall complete all remaining work for the Lift Station Nos. 6 & 7 Improvements
project within 240 calendar days from the date of the Notice to Proceed and complete the work of the
Lift Station Nos. 6 & 7 Improvements project within 270 calendar days of the Notice to Proceed.
Extensions, if any, are authorized by OWNER, and may only be granted in writing.
6. LIQUIDATED DAMAGES - OWNER and CONTRACTOR recognize that time is of the essence of this
Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the
time specified in Paragraph 3 above, plus any extensions thereof allowed in accordance with the General
Conditions. They also recognize the delays, expense, and difficulties involved in proving in a legal or
Page 3 of 6
arbitration preceding the actual loss suffered by OWNER if the Work is not substantially complete on time.
Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated
damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER:
a. Five hundred dollars ($500.00) for each day that expires after the time specified in Paragraph 5 (a)
for substantial completion until Lift Station No. 6 is placed into service. This amount represents an
estimate of City’s damages for loss of use and administrative costs associated with the delay.
b. Five hundred dollars ($500.00) for each day that expires after the time specified in Paragraph 5 (b)
for final completion until the work is finally complete. This amount represents an estimate of City’s
damages for loss of use and administrative costs associated with the delay.”
2. Delete Section 01065 Permits and Fees and replace with the attached Section 01065 Permits and Fees.
3. Add Section Section 03600 Grouting – Flowable Fill in its entirety. The Section is attached to this Addendum.
4. Delete the sentence in Section 11208 Paragraph 1.02 C. and replace with the following:
“The pumps shall be furnished complete with accessories required including spare parts and shall be as
manufactured by Xylem (Flygt) or Selzer (ABS).”
Page 4 of 6
5. Delete Table 11208-A “PUMP PERFORMANCE SCHEDULE” in its entirety and replace with the following:
Parameter
LS No. 6 Pumps(1)
LS No. 7 Pumps(2)
Number of Pumps 2 2
Pump Type Standard Submersible Standard Submersible
Type of Drive Constant Speed Constant Speed
Design Capacity per Pump,
GPM/Ft. TDH
571 / 25 571/25 1,058 / 70 1,040/70
Minimum Shut Off Head,
Ft.
36 36 115 115
Run Out-Head, Ft. 5 8 30 50
Minimum Capacity at Run-
Out Head, gpm
1,400 1,000 2,400 1550
Minimum Efficiency at
Design Capacity
63% 61% 77% 73%
Minimum Size Solids,
Passing, In.
2.9 4 2.9 4
Minimum Discharge Size,
In.
4 6 4 6
Minimum Horsepower Per
Pump, HP
7.5 6 34 28
Basis of Design Pump
MFR & Pump
Model/Impeller
Flygt Model NP
3127 Series /
174 mm
ABS Model
XFP 150E-
CB1-PE45/4
181mm
Flygt Model NP
3171 Series /
255 mm
ABS Model XFP
150G-CB1.5-
PE210/4 258mm
Page 5 of 6
6. Delete Section 15050 Paragraph 3.08 and replace with the following (from the REVISED October 2013 City of
Cocoa Utilities Handbook):
3.08 Water Main Flushing and Cleaning (Chlorination)
A. After the utility extension has been installed and backfilled, all mains shall be swabbed. Foam
swabs shall be flushed through the new mains. The swabbing shall be done by the contractor under
the direct supervision of the Engineering Inspector.
B. After swabbing, a pressure test is required in accordance with Section 15050 Paragraph 3.09. The
first hour is to be witnessed by the utility contractor; the last hour is to be witnessed by the City’s
Engineering Inspector and the utility contractor. The utility contractor is responsible for
scheduling this test with an Engineering Inspector.
C. After the pressure test is successfully completed, the water line and appurtenances must be
chlorinated. Disinfection will conform to the applicable provisions of American Water Works
Association Specification C-651. The chlorine solution must remain in the pipe for at least 24 hours
before flushing. No flushing is allowed between bacteriological sampling. All Chlorinated water is
required to be de-chlorinated prior to discharge.
D. A bacteriological test will be performed by a private laboratory in accordance with the City of
Cocoa’s Latest Utility Standards “Bacteriological Testing Procedures By Private Laboratories”
(Appendix 2).
Page 6 of 6
D. DRAWING CHANGES:
1. Remove Sheet G-001 in its entirety and replace with the attached Sheet G-001.
2. Remove Sheet C-101 in its entirety and replace with the attached Sheet C-101.
3. Remove Sheet C-103 in its entirety and replace with the attached Sheet C-103.
4. Remove Sheet C-104 in its entirety and replace with the attached Sheet C-104.
5. Remove Sheet D-101 in its entirety and replace with the attached Sheet D-101.
6. Remove Sheet D-102 in its entirety and replace with the attached Sheet D-102.
The bid due date remains February 24, 2015 at 2:00 p.m. All prospective bidders are hereby instructed not
to contact the City of Cape Canaveral Council, City Manager, or City of Cape Canaveral Staff members other
than the noted contact person regarding this Invitation to Bid or their bid proposal at any time during the
bid process, all the way up to an award. Any such contact shall be cause for rejection of your bid proposal.
ALL OTHER SPECIFICATIONS AND CONDITIONS REMAIN UNCHANGED.
RECEIPT OF THIS ADDENDUM IS HEREBY ACKNOWLEDGED
____________________________________________________
NAME OF BUSINESS
BY: ________________________________________________
SIGNATURE/DATE
___________________________________________________
NAME & TITLE, TYPED OR PRINTED
___________________________________________________
MAILING ADDRESS
___________________________________________________
CITY, STATE, ZIP CODE