TWIN VALLEY PUMP STATION IMPROVEMENTS - CITY OF FARMINGTON FARMINGTON, MI 48335

Size: px
Start display at page:

Download "TWIN VALLEY PUMP STATION IMPROVEMENTS - CITY OF FARMINGTON FARMINGTON, MI 48335"

Transcription

1 TWIN VALLEY PUMP STATION IMPROVEMENTS - CITY OF FARMINGTON FARMINGTON, MI BIDS TO BE RECEIVED UNTIL 1:00 P.M., LOCAL TIME, WEDNESDAY, OCTOBER 28, 2015, AT THE OFFICE OF THE CITY CLERK LOCATED AT LIBERTY STREET, FARMINGTON, MI OHM Advisors Plymouth Road Livonia, MI ADDENDUM NO. 1 October 23, 2015 The following changes, additions, and/or clarifications to the Contract Documents shall be incorporated in said documents and shall be allowed for in the unit prices bid by the Contractor such that the unit prices indicated in the Bid Form shall represent the conditions as set forth in the Contract Documents and this addendum. The bidder shall acknowledge the receipt of this addendum on page of the BID FORM section. The Bidder shall also return, via facsimile or , the acknowledgment sheet located on page 6 of this addendum. This Addendum contains 6 pages. TABLE OF CONTENTS 1. Table of Contents, Page iii Add the following text: APPENDIX B DETAILS OF SEWAGE LIFT STATION CHANGES TO BID FORM 2. BID FORM - Page Page 3 of 5, Delete this page and substitute the attached Page Page 3 of 5Add1. CHANGES TO SPECIFICATIONS 3. UNIT PRICES, Page In the second line of text, delete in Michigan Avenue and substitute at the site of the Twin Valley Pump Station. 4. SEWAGE BYPASS PUMPING, Page , 1.5 Project Conditions, 1.5.A.1 Delete 500 and substitute SEWAGE BYPASS PUMPING, Page , 1.5 Project Conditions, 1.5.A. Add the following subparagraph: 2. Existing 4 force main, DIP approximately 280 to MH # 748. Discharge elevation SEWAGE BYPASS PUMPING, Page , 1.5 Project Conditions, 1.5.B. Delete 500 and substitute STANDING-SEAM METAL ROOF PANELS, Page , 1.6 WARRANTY, B.1. Delete existing text and replace with Finish Warranty Period: 5 years from date of Substantial Completion. 8. STANDING-SEAM METAL ROOF PANELS, Page , 1.6 WARRANTY, C.1. Delete existing text and replace with Warranty Period: 5 years from date of Substantial Completion. 9. STANDING-SEAM METAL ROOF PANELS, Page , 2.1 PERFORMANCE REQUIREMENTS Delete item D. 10. STANDING-SEAM METAL ROOF PANELS, Page , 2.2, STANDING-SEAM METAL ROOF PANELS, B.2.a Delete existing text and replace with Nominal Thickness: inch. 11. STANDING-SEAM METAL ROOF PANELS, Page , 2.2, STANDING-SEAM METAL ROOF PANELS, B.2.b Delete existing text and replace with Exterior Finish: Two-coat fluoropolymer. Page 1 of 6

2 12. MAGNETIC FLOW METERS, Page , 2.1 Magnetic Flow Meter, 2.1.B Manufacturers Add the following sub-paragraph: 8. Siemens 13. MAGNETIC FLOW METERS, Page , 2.1.E Flow Tubes 1.a. - Delete with Teflon liner and substitute with liner material of Soft Rubber, Natural Rubber, Elastomer, Neoprene, Polyurethane or EPDM Rubber for raw wastewater service. 14. MAGNETIC FLOW METERS, Page , 2.2 Transmitters 2.2.E Delete this sub-paragraph in its entirety. 15. DISTRIBUTED PROCESS CONTROL SYSTEMS, page , 1.1 Summary1.1.A. - In the fourth line of this paragraph, delete Allowance No. 1 and substitute Allowance No SUBMERSIBLE NON-CLOG PUMPS, Page , 2.1.C General Delete sub-paragraphs 1 and 2 in their entirety and replace with the following: 1. Submersible non-clog pumps, each equipped with submersible electric motor. Furnish power and signal hypalon jacketed type SPC cable with sufficient length to extend from the pump in the lowest position in the wet well to the electrical panel connection. Furnish mating cast iron 4- inch discharge connection elbow. 17. SUBMERSIBLE NON-CLOG PUMPS, Page and 5, 2.1.I Pump Motor Delete subparagraphs 5, 6 and 7 in their entirety. 18. SUBMERSIBLE NON-CLOG PUMPS, Page , 2.1.J Access Frames, Covers and Guides Delete this paragraph in its entirety. Rename paragraph 2.1.J Guide Rails and Accessories. Insert the following text: 1. Standard weight stainless steel pipe guide rails, upper guide holders and level sensor cable holders. Integral lower guide rail holders with the discharge connections. CHANGES TO APPENDIX 19. Add Appendix B: DETAILS OF SEWAGE LIFT STATION. This is a drawing dated and is attached to this addendum. The information on this drawing is general in nature and all dimensions and other arrangements shown on the drawing should be verified by the Contractor. CHANGES TO DRAWINGS 20. Sheet 9 OF 38, Force Main Profile In the profile of the proposed12 PVC sewer pipe, delete the sump in proposed Manhole #1. Add the following text underneath the 12 sewer profile: NOTES FOR MANHOLE # Core the opening for the new 12 sewer on the west side. 2. Connect the new 12 sewer with a watertight flexible boot. 3. Fill the sump with concrete to about 1 below the lowest sewer invert. Place plywood or plastic on the concrete surface to prevent scouring of the poured concrete and carry-over into the new wet well. 4. Install PVC pipe sections as troughs to shape the flow channels in the manhole. Pour a new concrete bench with stiff concrete and slope floor to the channels. 5. Protect the new sewer pipes, pumps and wet well at all times. 6. Install a temporary pump in the new wet well and connect it to the new bypass piping. Use this temporary pump until the modifications at Manhole #319 are completed. 7. Remove all debris from the new wet well before putting the new pumps back into service. 8. Submit a work plan for the modifications of Manhole #319 to the Engineer for approval. 21. Sheet 25 of 38, Pump Station Electrical Details, Detail 2 Revise the panel name to PLC/VFD PANEL. 22. Sheet 26 of 38, Controls Diagram 1, Line 100 Delete Feed from Utility Meter and substitute Feed from DP Sheet 27 of 38, Controls Diagram 2 Delete Sheet 27 and replace with the attached Sheet 27A. Page 2 of 6

3 Item No. Description Estimated Quantity Unit Bid Unit Price Bid Price 1 Mobilization, Max. 5% 1 LS $ $ 2 Traffic Control 1 LS $ $ 3 Erosion Sediment Control 1 LS $ $ 4 Pulverize Drive 1260 SYD $ $ 5 Sidewalk Removal 35 SYD $ $ 6 Tree Removal 7 EA $ $ 7 Clearing and Grubbing 1 LS $ $ 8 Metal Object Removal 1 LS $ $ 9 Abandon 4" Force Main with Flowable Fill 160 FT $ $ 10 Bulkhead 4" Force Main 3 EA $ $ 11 Electrical Demolition 1 LS $ $ 12 Station Grading, Access Drive 7 STA $ $ 13 Station Grading, Site 1 LS $ $ 14 1x3 Crushed Stone 1260 SYD $ $ 15 8" Thick Concrete Apron 60 SYD $ $ 16 4" Concrete Sidewalk 307 SFT $ $ 17 6" Concrete Sidewalk 187 SFT $ $ 18 6" IPS DR11 HDPE FM, Directional Drill 147 FT $ $ 19 6" IPS DR11 HDPE FM, Open Cut 35 FT $ $ 20 12" PVC Sanitary Sewer 55 FT $ $ 21 Standard 4' Manhole 1 EA $ $ 22 Manhole Bench Repair 2 EA $ $ 23 Bypass Pumping 1 LS $ $ 24 Topsoil, Seed and Mulch 250 SYD $ $ 25 Mulch Blanket 250 SYD $ $ 26 Pump Station 1 LS $ $ 27 Allowance No. 1 DTE Allowance 1 LS $ 15, $ 15, Allowance No. 2 SCADA Allowance 1 LS $ 50, $ 50, Total of all Bid Prices $ Unit Prices have been computed in accordance with Paragraph B of the General Conditions. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities, determined as provided in the Contract Documents. City of Farmington Twin Valley Pump Station Improvements # October 23, 2015 BID FORM Page 3 of 5Add1 Page 3 of 6

4 The Superstructure as shown here was not constructed. The function of the superstructure at the project site is contained within a prefabricated enclosure that is mounted on a steel access tube over a below ground pump room. APPENDIX B - DETAILS OF SEWAGE LIFT STATION Page 4 of 6

5 Page 5 of 6

6 ACKNOWLEDGEMENT of RECEIPT OF ADDENDUM ATTENTION: Please complete this form and return immediately by facsimile to OHM Advisors at or by to Our firm: has received from OHM Advisors: Addendum No. 1 for: Twin Valley Pump Station Improvements City of Farmington OHM Job No. Today, (date) at (time) a.m. / p.m. (circle one) Signature of receiver: Printed name of receiver: Company name: End of Addendum No. 1 Page 6 of 6