SOUTH FLORIDA WATER MANAGEMENT DISTRICT SOLICITATION ADDENDUM

Size: px
Start display at page:

Download "SOUTH FLORIDA WATER MANAGEMENT DISTRICT SOLICITATION ADDENDUM"

Transcription

1 SOUTH FLORIDA WATER MANAGEMENT DISTRICT SOLICITATION ADDENDUM South Florida Water Management District Attn: Procurement Bureau B-1 Building, 2 nd Floor West 3301 Gun Club Road West Palm Beach, FL REQUEST FOR BIDS (RFB) NUMBER: ADDENDUM NUMBER: 2 DATE: APRIL 2, 2014 PROJECT TITLE: C-44 RESERVOIR/STA SYSTEM DISCHARGE PROJECT, MARTIN COUNTY, FL This ADDENDUM NO. 2 is issued for the purpose of providing the following information: 1. DEADLINE FOR BID SUBMISSION: REMAINS WEDNESDAY, APRIL 9, 2:30 PM 2. SPECIFICATIONS: The following revisions shall be made to the following Specifications. 1. Technical Specification Section Add at the end of Subparagraph 1.07.C.2 the following sentence: The new District field office remains the responsibility of the Contractor for the life of the Contract. 2. Technical Specification Section Add Subparagraph 1.02.E as follows: For past and current C-44 Canal surface elevation data refer to the DISTRICT s DBHYDRO website at plication. For the U.S. Army Corps of Engineers water management reports for the St. Lucie Lock (S-80 Spillway) and Port Mayaca Lock (S-308 Spillway) which are located on the C-44 Canal refer to 3. Technical Specification Section Delete Subparagraph 2.01.A.2 originally provided in the solicitation and replace with the following: Provide new trailers, mobile buildings, or buildings constructed with floors raised aboveground, with steps and landings at entrance doors. 4. Technical Specification Section Add at the end of Subparagraph 2.02.A.3 the following sentence: ARVS shall be stored off the ground on top of pressure treated lumber. 5. Technical Specification Section Add Subparagraph 3.01.A.12 as follows: CONTRACTOR shall install one mailbox in accordance with U.S. Postal Service Guidelines adjacent to the new DISTRICT Field Office entrance off of Minute Maid Road. The mailbox shall be positioned 41 to 45 off the ground and 6 to 8 from the edge of the road. The mailbox shall include letters for SFWMD and for the project address, SW Minute Maid Rd Indiantown, FL 34956, clearly on the outside of the mailbox. The CONTRACTOR shall verify final installation location of the mailbox with the DISTRICT prior to commencement of WORK. 6. Technical Specification Section Delete Technical Specification Section originally provided in the solicitation and replace with the attached Technical Specification Section provided as part of this Addendum No. 2. RFB , Addendum No. 2, Page 1 of 6

2 7. Technical Specification Section Add Subparagraph 1.01.A.2 as follows: The CONTRACTOR may use, in conjunction with other approved borrow sources per the Contract Drawings, the borrow area shown on Figure 01 provided at the end of this SECTION only for fill required for the new District Field Office area, as defined by Drawing G1006. The borrow area may be excavated to a maximum depth of 2.5 feet below the existing grade. The CONTRACTOR shall not remove the existing dirt road leading to and passing through the borrow area and shall maintain the road during the borrow activities. The CONTRACTOR shall remove all irrigation piping and appurtenances for the removed borrow and dispose of in accordance with Technical Specification SECTION The CONTRACTOR shall grade the area of borrow to promote drainage of the area in conjunction with the Dewatering Plan. The CONTRACTOR shall complete the borrow activities, regarding and stabilization of the area as part of Milestone No. 1. The CONTRACTOR shall submit to the DISTRICT a borrow plan for this area for review and approval within 15 days after receiving the notice to proceed. The plan shall include as a minimum a sketch of the area for borrow, anticipated amount of borrow, schedule, post borrow grading plan and haul routes. 8. Technical Specification Section Add Figure 01 to the end of SECTION as attached and made a part of this Addendum No Technical Specification Section Delete Subparagraph 2.04.A.1.e provided as part of Addendum No. 1 and replace with the following: Fuel storage for the drive units to provide a minimum of 5 days pumping at the bypass capacity. The CONTRACTOR is responsible for all labor and cost for filling and refilling the tanks, as necessary, including the cost of the fuel. 3. DRAWINGS: The following revisions shall be made to the following Drawings. 1. Drawing No. G1009, sheet 9 of 70 Delete NOTE 10 provided as part of Addendum No. 1 and replace with the following: a. 10. CONTRACTOR TO VERIFY THAT EXISTING BRIDGE ON MINUTE MAID ROAD (E-W) HAS SUFFICIENT LOAD CAPACITY PRIOR TO USING THE BRIDGE. CONTRACTOR SHOULD CONTACT TROUP INDIANTOWN WATER CONTROL DISTRICT FOR ANY DOCUMENTATION ABOUT THE BRIDGE. 2. Drawing No. G1009, sheet 9 of 70 Delete NOTE 11 provided as part of Addendum No. 1 and replace with the following: a. 11. CONTRACTOR IS NOT ALLOWED TO USE MINUTE MAID ROAD (NORTH- SOUTH) AT ANY TIME. 3. Drawing No. S1030, sheet 44 of 70 Delete drawing originally provided in the solicitation and replace with the attached Drawing No. S1030, sheet 44 of 70, Revision A2, Addendum No. 2, as attached and made a part of this Addendum No Drawing No. IC1060, sheet 66 of 70 Add NOTES 8, 9 and 10 as follows: a. 8. STILLING WELLS SHALL BE 12 IN DIAMETER SCHEDULE 80 PVC PIPE MEETING THE REQUIREMENTS OF ASTM D-1785 (LATEST EDITION). b. 9. FITTINGS FOR STILLING WELLS SHALL BE SCHEDULE 80 MEETING THE REQUIREMENTS OF ASTM D-2447 (LATEST EDITION). RFB , Addendum No. 2, Page 2 of 6

3 c. 10. STILLING WELLS AND FITTINGS SHALL BE ASSEMBLED PER THE APPLICABLE ASTM STANDARDS UTILIZING SOLVENT CEMENT PER ASTM D2564 (LATEST EDITION), STANDARD SPECIFICATION FOR SOLVENT CEMENTS FOR POLY (VINYL CHLORIDE) (PVC) PLASTIC PIPING SYSTEMS. ASSEMBLY OF PIPES AND FITTINGS SHALL CONFORM TO THE REQUIREMENTS OF ASTM-2855 (LATEST EDITION). 5. Drawing No. IC1060, sheet 66 of 70 Delete the callout in Detail A that states 12 ø SCH 40 PVC PIPE (12.75 OD) (SHOWN IS THIS VIEW ONLY) and replace with 12 ø SCH 80 PVC PIPE (12.75 OD) (SHOWN IS THIS VIEW ONLY) 4. QUESTIONS AND ANSWERS: See attached list of responses to questions submitted during the inquiry period. Please direct any questions to the Procurement Representative specified below at (561) or bcantrel@sfwmd.gov Bonnie Cantrell Senior Contract Specialist Procurement Bureau Attachments (4) RFB , Addendum No. 2, Page 3 of 6

4 ATTACHMENT 1 RFB ADDENDUM NUMBER: 2 QUESTIONS AND ANSWERS 1. Question: Is the water well and treatment system to be considered a public water system serving more than 25 people? If so FDEP regulations may require permitting as such, and O&M be performed by a qualified firm on a periodic basis with reporting requirements to the Health Department. Answer: The design and projected usage of the well to be installed at the new District Field Office is the same as the existing well, which is currently permitted by Martin County as a Limited Use Public Water Supply type system. 2. Question: Does the District have Martin County Planning or Zoning approval for the permanent field office? Has the District asked Martin County for a preliminary review of the drawings for the office compound. Answer: The term permanent is specific to the C-44 Reservoir/STA System Discharge construction contract. The new District Field Office will be used during the period of construction for the entire C- 44 Reservoir/STA Project which includes several different construction contracts. It is not a permanent feature of the Project and shall be considered temporary. The C-44 Reservoir/STA Project is part of the Martin County Growth Management Comprehensive Plan Chapter Question: Will Martin County permit a permanent field office with a holding tank sewage system? This has been an issue on other District projects in other counties. Answer: The design and projected usage of the holding tank to be installed at the new District Field Office is the same as the existing system. 4. Question: Would a septic tank system with drain field be an acceptable alternative to the District? If so please indicate location, capacity and SF of drain field required. Answer: Refer to Technical Specification Section and General Terms & Conditions Articles 6 and 18 regarding substitutions and value engineering proposals. 5. Question: Is full time 24 hour security required for the office complex? Are there any intrusion alarms desired? Answer: Refer to Technical Specification Section and the General Terms & Conditions for protection of the Work and property requirements. 6. Question: Is the Contractors builders risk insurance to cover the costs of the permanent office after the District takes occupancy? If a CO is issued by Martin County, coverage of builders risk may cease. How will this insurance issue be addressed? Answer: Refer to the General Terms & Conditions regarding insurance requirements. 7. Question: Are used modular office units acceptable to the District? Answer: Refer to SPECIFICATION section 01590, item 3 on page 1, of this Addendum No Question: The contractor is told to have the modular office plans reviewed by the Martin County Fire Marshall? There are no fire safety details on the drawings. Please provide revised drawings by the design professional showing exit signs, fire extinguisher locations, fire alarms as required. RFB , Addendum No. 2, Page 4 of 6

5 Answer: Technical Specification Section 01590, 3.01.B.1 states, The CONTRACTOR shall schedule, coordinate, provide access and make necessary provisions for a site fire inspection of the new DISTRICT field office by the Martin County Fire Chief. A similar inspection was performed on the existing trailer complex. 9. Question: Please provide the costs of maintaining the existing USACE/ District field office that are to be assumed by this contract. Answer: Technical Specification Section 01590, 3.03.C states, The CONTRACTOR shall be responsible for the maintenance of existing services including but not limited to utilities, water system permit, weed control, security, waste removal, janitorial, extermination, providing bottled water, and restroom supplies. The Contractor shall be responsible to negotiate and provide these services. 10. Question: Please provide the contact information for Indiantown Telephone Company regarding the line relocation along Citrus Blvd. Answer: The Indiantown Telephone Company contact for the C-44 Reservoir/STA Project is Bill Logan, , bill@itsfiber.com. 11. Question: At what elevation is the water in the C-44 canal controlled to? Answer: Refer to SPECIFICATION section 01010, item 2 on page 1, of this Addendum No Question: Spec A.1.e states "Subsequent filling of the tanks shall be included in a separate bid item based on unit cost per gallon delivered to the site. The unit cost per gallon of delivered fuel shall be an itemized part of the Bypass Pump bid item in SECTION " Please provide a new bid form with this bid item included. Answer: Refer to SPECIFICATION section 02401, item 3 on page 2, of this Addendum No Question: Please provide a specification for the stilling wells. Answer: Refer to Drawing No. IC1060, sheet 66 of 70, and IC1061, sheet 67 of 70, for stilling well details. Refer to DRAWINGS, item 4 and 5 on page 2, of this Addendum No Question: What is the required thickness of the Type A riprap? Answer: Refer to Drawing No. C1064, sheet 39 of 70, for riprap details. Type A and Type B riprap is installed at the same thickness of 18 inches as shown. 15. Question: On Drawing No. 44 Section 'A' shows the length of the steel sheet pile cutoff wall to be only 4.67'. Is this correct? Answer: Refer to DRAWINGS, item 3 on page 2, of this Addendum No Question: Since we will be assuming the costs for the existing field offices until the new field offices are completed, what are the present monthly costs including utilities,etc? Answer: Technical Specification Section 01590, 3.03.C states, The CONTRACTOR shall be responsible for the maintenance of existing services including but not limited to utilities, water system permit, weed control, security, waste removal, janitorial, extermination, providing bottled water, and restroom supplies. The Contractor shall be responsible to negotiate and provide these services. 17. Question: Are there any existing flow rates available for rthe existing C-44 system discharge since a temporary pumping bypass is required? Answer: Technical Specification Section 02401, 3.03.A states Flow capacity shall be maintained and run continuously 24 hours per day seven (7) days per week, from the time the facility under repair or construction is taken out of service until it is flow capable with flow rates of 950 cfs or as needed to RFB , Addendum No. 2, Page 5 of 6

6 maintain the water surface elevation in the ditches and canals upstream of the by pass at an elevation of 19 feet (NAVD88). Flow rates may vary from no-flow up to the bypass capacity indicated. 18. Question: Revised Sheet 9 (Addendum No. 1) mentions an existing bridge on Minute Maid Road(E- W). What is the load capacity of this bridge since this is one of our access points. Answer: Refer to DRAWINGS, item 1 on page 2, of this Addendum No Question: We are also requesting a bid postponement of approximately one week. Answer: At this time, the due date for bid submission remains Wednesday, April 9, 2014 at 2:30 PM. RFB , Addendum No. 2, Page 6 of 6