RIVER OAKS PUMP STATION RENOVATIONS/MODIFICATIONS, PHASE II for the LAFAYETTE CONSOLIDATED GOVERNMENT LAFAYETTE, LOUISIANA (DS&A #4628.

Size: px
Start display at page:

Download "RIVER OAKS PUMP STATION RENOVATIONS/MODIFICATIONS, PHASE II for the LAFAYETTE CONSOLIDATED GOVERNMENT LAFAYETTE, LOUISIANA (DS&A #4628."

Transcription

1 ADDENDUM TO CONTRACT DOCUMENTS AND SPECIFICATIONS RIVER OAKS PUMP STATION RENOVATIONS/MODIFICATIONS, PHASE II for the LAFAYETTE CONSOLIDATED GOVERNMENT LAFAYETTE, LOUISIANA (DS&A # ) ADDENDUM NO. February 4, 205 The following items shall take precedence over referenced to counterparts in the specifications, contract drawings and any other documents in conflict herewith. Item No. Item No. 2 Refer to the Specifications and Contract Documents, Section V Contractor s Bid Form; REPLACE with the attached Section V Contractor s Bid Form. [Note: The Unit of Measure for Item 4 was erroneously listed as 28 instead of in the Bid Form. Also unit price items 26 and 27 were modified to include flap gates for the two 42 discharge pipes and the one 6 discharge pipe in the base bid (instead of Tideflex) and an item was added for Alternate # now being an incremental ADD alternate for changing the two 42 discharge pipes and the one 6 discharge pipe check valves from flap gates to Tideflex gates] Refer to the Specifications and Contract Documents, Section 0279 Discharge Piping & Accessories, Part 2- Products, paragraphs on CHECK VALVES and CHECK VALVE ALTERNATES: DELETE these paragraphs in their entirety and SUBSTITUTE the following: CHECK VALVES: One 60 diameter Flap Valve, two 42 diameter Flap Valves, and one 6 diameter Flap Valve for drainage pipe discharges. 60 Flap Valve shall be Waterman Medium Duty Model F-25 or approved equal with cast iron construction, high strength ductile iron links, non-metallic hinge bushings, neoprene seat (replaceable in flap cover), type 36 stainless steel assembly hardware, 25 lb. ANSI drilling as required for mounting to flanges provided on discharge pipes [coordinate with discharge pipe flanges for face type and pattern]. All hardware, including bolts for attachment to the pipe shall be type 36 stainless steel and shall be accounted for in the price bid for the Flap Valve. The 42 and 6 Flap Valves shall be Rodney Hunt FG-ACP, Waterman Heavy Duty Model F-55 or equal with cast iron construction, type 36 stainless steel links, non-metallic hinge bushings, type 36 stainless steel assembly hardware, 25 lb. ANSI drilling as required for mounting to flanges provided on discharge pipes [coordinate with discharge pipe flanges for face type and pattern], lubrication fittings with extensions for access at top of bulkhead. Pump discharge shall have stainless steel seat faces, and a dovetail neoprene seat in the frame S:\ \ \Bidding\ADDENDUM\Addendum #.docx

2 CHECK VALVE ALTERNATES: In the Bid Form, Alternate No. shall include the LUMP SUM to be ADDED to the base bid for substituting specialty check valves for pump drainage pipe discharge Flap Valves and all necessary connections, supports, restraints, hardware and adjustments required to the base bid details in order to accomplish the change to this type system. The ADD price shall be the incremental price to be added to the base bid for substituting Tideflex type specialty check valves for flap valves on two 42 pump discharge pipes and on one 6 discharge pipe (the unit prices bid for the flap gates in the base bid will be paid in addition to this incremental lump sum if Alternate No. is accepted). Note that the 60 discharge does not change if the alternate is accepted it remains a flap valve. Specialty check valves for this alternate shall be as follows: Tideflex Series TF35- EPDM flanged check valve with type 36 stainless steel backup rim for attachment to 42 diameter galvanized steel discharge pipe with ANSI 25# flange as shown on the drawings. All hardware, including bolts for attachment to the pipe shall be type 36 stainless steel and shall be included in the incremental price bid for the alternate. The 6 diameter check valve shall be Tideflex Series 35- EPDM flanged check valve with type 36 stainless steel backup rim for attachment to 6 diameter galvanized steel discharge pipe with ANSI 25# flange as shown on the drawings. All hardware, including bolts for attachment to the pipe shall be type 36 stainless steel and shall be included in the price bid for the alternate. Item No. 3 Refer to the Specifications and Contract Documents, Section Steel Sheet Piling; Section Painting; and applicable details on the Contract Drawings. DELETE requirements for sheet piling; caps; railing sockets; wale angles, channels and plates; and pipe penetration sleeves through sheet pile wall to be hot dip galvanized and DELETE sheet pile section designated on plans as AZ 2-770, ASTM A ksi YIELD. SUBSTITUTE PZ 27, ASTM A572 grade 50 with shop applied coating on top 20 feet of piles and on other steel items (caps; railing sockets; wale angles, channels and plates; and pipe penetration sleeves through sheet pile wall) as follows: Steel Sheet Piling (top 20 ft.); caps; railing sockets; wale angles, channels and plates; and pipe penetration sleeves through sheet pile wall: Surface Preparation: SSPC-SP 0 Near-white Blast Cleaning Coating: st coat - Tnemec 66 Hi-Build Epoxoline, 5 to 6 mils dry film thickness (different color from final coat selected) 2nd coat - Tnemec Series 66 Hi-Build Epoxoline, 5 to 6 mils dry film thickness S:\ \ \Bidding\ADDENDUM\Addendum #.docx

3 MIN. 0 MILS TOTAL DRY FILM THICKNESS Repair all damage, field welds, etc. by Power tool cleaning in field and recoating with same material and number of coats as specified above in strict conformance with manufacturer s repair instructions. Note that all other items previously specified as hot dip galvanized shall remain as hot dip galvanized (e.g., discharge piping, vent pipes, new 60 steel pipe, grating, edge angles, grating support beams, pipe railing, helical anchors, access hatch, etc. and any hardware not specified as stainless steel shall remain galvanized). Pipe rail sockets shall be shop welded to cap steel and shop coated to minimize field welding and field coating repairs. Detent pins remain type 36 stainless steel. Item No. 4 Refer to the Specifications and Contract Documents, Notice to Contractors and SECTION VII - CONTRACT CHANGE the number of working days for completion of the project from ninety (90) Working Days from the effective date of the Notice to Proceed to one-hundred-twenty (20) Working Days from the effective date of the Notice to Proceed Item No. 5 Item No. 6 Refer to the contract drawings, Sheet 2, Pump Station Notes, Note 2, ADD the following sentence: For information purposes, each of the existing stormwater pumps that discharge through the 42 diameter discharge pipes has a capacity for pumping approximately 50,000 gpm; the smaller 6 discharge pump has a capacity for pumping approximately,000 gpm. Refer to the Plans, sheet 2, Pump Station Notes, ADD the following note: 5. With regard to work in the Bayou Vermilion, specifically the contractor s possible construction of temporary coffer dam (sheeting), any such work must comply with the permit the Owner has obtained from the Corps of Engineers for construction of this project. Item No. 7 Refer to the Plans, sheet 3, Section B/3 for clarification where the text is overlapping for notes at the top of the section, the notes read: INSTALL NEW VENTS w/ COMBINATION AIR VALVES (SEE SPECIFICATIONS FOR SIZE AND MODEL) ; and NEW BULKHEAD, APPROX. 5 BEYOND EXISTING TIMBER BULKHEAD Item No. 8 PRIOR APPROVAL LIST: The following manufacturers equipment or products may be considered for use on this project (they have received prior approval subject to the following): The Engineer may allow minor deviations from the project plans and specifications subject to the Engineer s judgment as to whether such deviations would detract from the quality, reliability or function of the item in question S:\ \ \Bidding\ADDENDUM\Addendum #.docx

4 Prior approval of other manufacturers products or equipment shall in no way relieve the Contractor of responsibility for submitting the specified shop drawings for approval or complying fully with all provisions of these specifications and the contract drawings. If a prior approved product is used, the contractor shall, at his own expense, make any changes or additions in the structures, piping, electrical, etc. as necessary to accommodate the product. If engineering is required due to substitution of a prior approved product, the contractor shall furnish and pay for all such engineering services. No qualifications or exceptions listed in prior approval submittals shall in any way alter or serve as substitute provisions relative to this contract. Section Description of Items Approved Mfr Flap Gates Washington Aluminum Co. Type 36 Stainless Steel (allowed substitute for specified flap gates, subject to design heads, flange mounting, etc.) Steel Sheet Pile Coating Carboline Carboguard 690 (and associated steel caps, wales, etc.) Note: Bidders must acknowledge receipt of the addenda in the space provided on the bid form. End of Addendum No. ABCD S:\ \ \Bidding\ADDENDUM\Addendum #.docx

5 BIDDER/CONTRACTOR INFORMATION FORM Please complete the following information and return this form with your bid. This information is needed if you are awarded the bid. PROJECT NAME: COMPANY NAME: CONTACT PERSON (if other than person who signed bid): DATE: MAILING ADDRESS: CITY/STATE/ZIP: REMITTANCE ADDRESS: TELEPHONE NUMBER: FAX NUMBER:

6 TO: Lafayette Consolidated Government 705 W. University Avenue Purchasing Division PO Box 407-C Lafayette, Louisiana LOUISIANA UNIFORM PUBLIC WORK BID FORM BID FOR: River Oaks Pump Station Renovations/Modifications Phase II Revised February 4, 205 The undersigned bidder hereby declares and represents that she/he; a) has carefully examined and understands the Bidding Documents, b) has not received, relied on, or based his bid on any verbal instructions contrary to the Bidding Documents or any addenda, c) has personally inspected and is familiar with the project site, and hereby proposes to provide all labor, materials, tools, appliances and facilities as required to perform, in a workmanlike manner, all work and services for the construction and completion of the referenced project, all in strict accordance with the Bidding Documents prepared by: Domingue, Szabo & Assoc., Inc. and dated: October, 204. Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following has assigned to each of the addenda that the Bidder is acknowledging) ADDENDA: (Enter the number the Designer TOTAL BASE BID: For all work required by the Bidding Documents (including any and all unit prices designated "Base Bid" but not alternates) the sum of: Dollars ($ ) ALTERNATES: For any and all work required by the Bidding Documents for Alternates including any and all unit prices designated as alternates in the unit price description. Alternate No. (Substitute Tideflex check valves for flap valves on 2-42" and -6" discharge pipes) ADD the lump sum of: Dollars ($ ) Alternate No. 2 (N/A) N/A Dollars ($ N/A ) Alternate No. 3 (N/A) N/A Dollars ($ N/A ) NAME OF BIDDER: ADDRESS OF BIDDER: LOUISIANA CONTRACTOR'S LICENSE NUMBER: NAME OF AUTHORIZED SIGNATORY OF BIDDER: TITLE OF AUTHORIZED SIGNATORY OF BIDDER: SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER**: DATE: * The Unit Price Form shall be used if the contract includes unit prices. Otherwise it is not required and need not be included with the form. The number of unit prices that may be included is not limited and additional sheets may be included if needed. ** If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with La. R.S. 38:222(A)()(c) or R.S. 38:222(O). BID SECURITY in the form of a bid bond, certified check or cashier's check as prescribed by LA R.S. 38:228.A is attached to and made a part of this bid. 2 Louisiana Register Vol. 35, No. 08 August 20, 2009

7 LOUISIANA UNIFORM PUBLIC WORK BID FORM UNIT PRICE FORM TO: Lafayette Consolidated Government 705 W. University Avenue Purchasing Division PO Box 407-C Lafayette, Louisiana BID FOR: RIVER OAKS PUMP STATION RENOVATIONS/MODIFICATIONS PHASE II Revised February 4, 205 UNIT PRICES: This form shall be used for any and all work required by the Bidding Documents and described as unit prices. Amounts shall be stated in figures and only in figures. DESCRIPTION: REF. NO. þ Base Bid or o Alt. # Mobilization QUANTITY UNIT OF MEASURE UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) Field Laboratory 2 Clearing, Grubbing, Tree & Stump Removal 3 DESCRIPTION: REF. NO. 4 þ Base Bid or o Alt. # Removal of Structures, Obstructions, & Debris QUANTITY UNIT OF MEASURE UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) Temporary Signs & Barricades 5 Construction Layout 6 Temporary Seeding 7 60 Pounds Temporary Baled Hay 8 Ton Temporary Silt Fencing Temporary Sediment Basin 0 Temporary Vegetative Mulch Ton 3

8 Temporary Slope Drains 2 50 Excavation Embankment Select Borrow/Fill Limestone for Maintenance 6 5 Ton Articulated Block Mat Square Yard Remove & Dispose of Pipes & Flap Gates 8 Compacted Aggregate Surfacing 9 00 Ton Geotextile Fabric (not for ABM) Square Yard Hydroseeding 2 45 Square Yard Topsoil 22 8 Lining of 60" Bypass Drain Pipe 23 Removal & Replacement of Pump Discharge Piping (incl. wall penetrations, complete) 24 60" Flap Valve 25 42" Flap Valve " Flap Valve 27 4

9 Remove & Reinstall 2" PVC Discharge 28 Steel Sheet Pile 29 3,300 Square Foot Steel Sheet Pile Wale System (angles, channels, etc.) 30 Remove Existing Timber Bulkhead 3 Precast Concrete Box with Cast-in-place top section, grating, supports, etc., complete 32 Unformed Concrete 33 Fill-Crete 34 5 Class R Concrete for revetment Steel pipe Guardrail " Vents and Combination Air Valves 37 2 " Vent and Combination Air Valve 38 60" Galvanized Steel Pipe (incl. flanges) " Pipe wall penetration, Complete 40 Limestone for embedment 4 8 Sheet Pile Capping Construction Photographs and Video 43 5

10 6' Chain Link Fence ' (Double 2') x 6' High Chain Link Fence Gate 45 2 Limestone for backfill Ton Operable Sluice Gate, complete 47 DESCRIPTION: REF. NO. 48 þ Base Bid or o Alt. # Helical Screw Anchors (includes 90' long base lump bid) QUANTITY UNIT OF MEASURE UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) Helical Screw Anchors adjustment to length for capacity DESCRIPTION: o Base Bid or þ Alt. # Substitute Tideflex check valves for flap valves on 2-42" and -6" discharge pipes, ADD 50 All quantities are estimated. The contractor will be paid based upon actual quantities as verified by the Owner. 6