REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION

Similar documents
... Water, Our Most Precious Resource... KaWai A Kline...

SECTION GRAVEL PACKED WATER WELL

JUDD STREET LIFT STATION DEWATERING CONTRACT

The Contract Documents may be examined at the following locations:

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO NOTICE TO CONTRACTORS

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

BID PROPOSAL PROPOSAL OF, corporation, a partnership consisting of, an individual doing business as,

SUBSURFACE ROTARY DRILLING INVESTIGATION SPECIFICATIONS

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

Drilling of grout holes will be measured for payment on the basis of the linear feet of holes actually drilled.

ADDENDUM #1 Dated: August 14, Lubna Drive Water Booster Station Effective Water Storage Improvements Project Town of Christiansburg

Sample. Bid Proposal. Not Valid for Use

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO. 6004R NOTICE TO CONTRACTORS

ADVERTISEMENT TO BID PARTIAL

Environmental Management Chapter

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

CHAPTER 32 - WELL ABANDONMENT ORDINANCE OF DUBUQUE COUNTY, IOWA. Adopted September 5, Part 1 Introduction...2

CHARLES COUNTY GOVERNMENT ITB NO WELL CONSTRUCTION (ST. PAUL S WELL/CLIFFTON WELL NO. 5)

Request For Proposals

Water Well Drilling Agreements

CITY OF MARSHALL, MINNESOTA

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion

SECTION IRRIGATION WATER WELL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/

CITY OF DE SOTO Miller Park Trail Extension and Picnic Table Pads

Main Building Auditorium

Request for Quote. For. Invitation # Issue Date: 08/08/2011

ADDENDUM 1 January 29, 2016

CITY OF BLOOMINGDALE WELL DRILLING APPLICATION. Estimated depth in feet & method of construction: Purpose of Well & Desired Yield:

City of Eagle Point 2017 Paving Instruction to Bidders

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

CHAPTER 39 REQUIREMENTS FOR PROPERLY PLUGGING ABANDONED WELLS

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

1993 Specifications CSJ SPECIAL SPECIFICATION ITEM 4417 DEWATERING IN CONTAMINATED GROUNDWATER

SECTION DRILLED CONCRETE PIERS AND SHAFTS

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

Typical Specifications of Compaction Grouting Scope

SECTION SITE GRADING. Part 1 - General Work Included Related Requirements Reference Standards...

SECTION IRRIGATION WATER WELL

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT

INVITATION TO BID FOR PUBLIC WORKS MATERIALS

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

Design Checklist for EWB-USA Chapters Working on Drilled Well

BITUMINOUS MIXTURE # 13A BID SHEET

Nye County Comptroller Accounting Contracts Finance Grants Purchasing

Identification. Module 4 Water Well Drilling Agreements

CITY OF LYNWOOD. Specification for Correlator-Based Leak Detection Study

INVITATION TO BID CITY OF HOPKINSVILLE

TECHNICAL SPECIFICATIONS SOUTH MARTIN REGIONAL UTILITY

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE CITY OF BRECKSVILLE,

THE CITY OF MT. PLEASANT, MICHIGAN

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

SECTION MEASUREMENT AND PAYMENT

KENTUCKY DIVISION OF OIL & GAS KIM COLLINGS, DIRECTOR STATE-BID PLUGGING AND ABATEMENT PROGRAM

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

10:00 AM, Wednesday, April 8, 2015

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES

REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819

GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM

PROJECT MANUAL PART 2

Town of Skowhegan BOAT

LICENSE AND INSURANCE:

STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite 300 Austin, TX April 29, 2016

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

NOTICE TO BIDDERS. Purchase of Brush Chipper Worcester County, Maryland

MITIGATION PLAN SEAWATER INTRUSION

10:00 AM, Wednesday, May 6, Peters Creek Sanitary Sewer Rehabilitation Project

California Groundwater Association An NGWA Affiliate State 700 R Street Suite 200 Sacramento, CA

COTTONWOOD IMPROVEMENT DISTRICT SALT LAKE COUNTY SERVICE AREA #3 SOLITUDE IMPROVEMENT DISTRICT TOWN OF ALTA WATERSHED SERVICE LINE SPECIFICATIONS

NGWA s Water Well Construction Standard: ANSI/NGWA 01-14

REQUEST FOR PROPOSAL

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

1993 SPECIFICATIONS CSJ SPECIAL SPECIFICATION ITEM 4110 CONCRETE ENCASED DUCT BANK

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

DOCUMENT BID PROPOSAL

APPLICATION FOR A PERMIT TO CONSTRUCT A WATER WELL IN THE LOWER PLATTE NORTH NATURAL RESOURCES DISTRICT

SECTION BID SCHEDULE

COMMUNICATIONS NETWORK UPGRADES AT VARIOUS LOCATIONS CITY OF SIOUX FALLS, SOUTH DAKOTA Bid Request No ADDENDUM NO.

SECTION 920 SANITARY AND STORM SEWER MANHOLES

COUNCIL ROCK SCHOOL DISTRICT ADMINISTRATION & BUSINESS OFFICES The Chancellor Center 30 North Chancellor Street Newtown, PA ADDENDA No.

Request for Proposal W

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

SAMPLE GUIDE SPECIFICATIONS FOR OSTERBERG CELL LOAD TESTING OF DRILLED SHAFTS

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

SECTION MONITORING WELL ABANDONMENT

Solicitation Number: CO Job No.:

A D D E N D U M N O. 4

NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS

Transcription:

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM The Carroll County Public Service Authority requests bids from properly licensed well drilling firms, hereafter referred to as Driller for drilling and testing of one (1) or more groundwater supply wells to be used for public water supply for expansion of the existing Exit 1 water system. PROJECT DESCRIPTION The Carroll County Public Service Authority is seeking bids from properly licensed well drilling firms to drill and test one (1) or more groundwater supply wells located off of Virginia State Route 832 Surratt Drive near Exit 1 of Interstate 77 in Carroll County, VA. The well site location is shown on the attached map(s). The well site location is on a lot located beside the City of Mount Airy s water storage tank. The well is to be drilled at the location indicated within the lot at least 50 feet from all boundaries. The well is needed to provide additional source capacity for the existing Exit 1 water system. The number of wells drilled is dependent upon the well yield capacity, water quality test results, and other factors. At least one (1) 6" diameter well will be drilled, but it is possible that additional wells could be required. Unit price bids are being requested for this project. The well driller will be paid based upon the actual amount of work performed. The well site will be made available to the well driller "as-is". Any improvements needed to access and accommodate the Driller's equipment shall be the Driller's responsibility. The well driller shall drill, grout, and yield test each well within forty five (45) days after being authorized to proceed. All wells shall be constructed to meet Class II-B standards as established by the Virginia Department of Health. Other general project requirements are as follows: CONSTRUCTION All wells shall be drilled and developed to Class II-B Standards in accordance with all applicable requirements of the Virginia Department of Health s Waterworks Regulations for a Community public water system. The Carroll County Public Service Authority has secured well site approval from the VDH Office of Drinking Water in Abingdon. Wells drilled shall be 6" diameter. Wells shall be cased into bedrock using 6" inside diameter schedule 40 steel pipe, and in no case shall the casing be less than 50 feet deep. The required casing depth may be increased if warranted by the drilling conditions encountered. The drill hole for the upper cased portion of the well shall be no less than 10" diameter to allow room for the casing pipe and cement grout. The total well depth will depend upon conditions encountered during drilling, but is anticipated to be up to 400 feet. The CCPSA reserves the right to cease drilling shallower than 400 feet or to go deeper than 400 feet based upon conditions encountered. The driller shall maintain a log of the well; including depth to each seam, changes in rock, etc. Rock samples shall be collected every 10 foot in depth and at changes of rock type. Following drilling, the well casing shall be grouted. Grout shall consist of not more than 6 gallons of water per 94 pound sack of cement. Grout shall be installed using a grout pump, pumping the cement mixture from the bottom of the casing until the annular opening is filled. Pouring grout from the top shall not be acceptable. Following drilling and grouting, the wellhead shall be capped with a 6" sanitary seal. The Base Bid being received is for development of a 6" diameter well. The CCPSA is also accepting an Additive Bid for increasing the 6" well to 8" diameter. The well would initially be drilled as 6" size. If sufficient water quantity is encountered, the CCPSA would determine whether or not to increase the well size. The decision to increase well size would not be made until after the 6" well is initially drilled to full depth, but prior to grouting the well casing.

TESTING Following well completion, the driller shall schedule with the CCPSA a time to conduct the yield test. The yield test shall be conducted for continuous 48-hour duration with a 2-hour recovery period. The Driller shall be responsible for providing all equipment required to conduct the test; including test pump, electric generator, pump, piping, etc. The test pump capacity shall be equal to or greater than the anticipated well capacity. The targeted well yield capacity is at least 50 GPM. The test pump shall be installed to within 20 feet of the well bottom. The pump discharge piping shall be equipped with an indicating/totalizing water meter and valve to throttle the well pump. A method of measuring the well water depth during the test shall be provided by the driller. The new well shall be manned continuously during the 48-hour yield test period. The well pumping rate and depth to water shall be recorded by the Driller every 5 minutes for the first hour of the drawdown, then at least every half hour thereafter. Water sample bottles and accompanying collection forms provided by the CCPSA shall be filled by the Driller at the proper times over the last 10 hours of the test. Following the 48-hour drawdown, the water level recovery depth shall be monitored and recorded for 2-hours. Water quality samples will be delivered/shipped to the State labs by the CCPSA. Following testing, the well pump assembly shall be removed from the well. The well site location is currently not owned by the Carroll County Public Service Authority, but the CCPSA has a purchase Option Agreement for a well on the property and permission to drill and test the well. The well site is made available to the Driller as-is. Access to the site shall be off of VSR 832 Surratt Drive. The Driller shall be responsible for any necessary site improvements required to accommodate well drilling and testing equipment. The Driller may, at his own expense and if necessary, complete minor site grading, clearing, addition of gravel, and other similar site improvements in order to facilitate drilling and testing. Following completion of the well drilling and testing, the Driller shall repair any site damages as needed to leave the site in good condition. Trash, tire ruts, erosion, and the like shall be removed and/or repaired as applicable. All work shall be coordinated with the Carroll County Public Service Authority and the Engineer (Adams-Heath Engineering) DOCUMENTATION - Following testing, the driller shall provide to the CCPSA a Water Well Completion Report (Virginia Form GW-2) and a log of the 48-hour well drawdown test pumping rates and water depths. PAYMENT - Following completion of drilling and testing and furnishing the required reports, the well driller shall submit an itemized bill for each well. The bill will be reviewed at the next month s regularly scheduled PSA meeting and the driller paid accordingly thereafter. BIDDING REQUIREMENTS - Bidding for this project is open to all properly Virginia licensed well Drillers. Bids shall be submitted only on the enclosed Bid Form. Conditional or qualified bids are not acceptable and will be rejected. The bid form is based upon a typical 400 foot deep well. Payment to the Driller will be based upon actual quantities installed. Bids will be accepted by the Carroll County Public Service Authority until 2:00 p.m. on Thursday, March 14, 2013 at 605-2 Pine Street, Hillsville, VA 24343, then publicly opened and read aloud. Contract award will be made to the lowest bidder for the Base Bid. The Owner may waive any informalities or minor defects or reject any and all bids. The CCPSA is an Equal Opportunity Employer. Bidders must submit one (1) copy of their bid on the enclosed Bid Form by 2:00p.m. on Thursday, March 14, 2013 to: Mailing/ Shipping Address Ms. Jessica Montgomery, P.E., PSA/County Engineer Carroll County Public Service Authority 605-2 Pine Street Hillsville, VA 24343 Bids can either be mailed or delivered in person. Bidders are not required to be present at bid opening, but are welcome to attend. Late bids received after the specified time will not be considered. The CCPSA s contact person is Jessica Montgomery, P.E. (276-730-3170). The Engineer s contact person is Kevin Heath, P.E. (276-236-4588).

CARROLL COUNTY PUBLIC SERVICE AUTHORITY WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM BID SCHEDULE The undersigned hereby proposes and agrees to furnish all necessary labor, materials, equipment, tools, and services for drilling and testing potential public water supply well(s) at the prices stated herein. Well drilling and construction shall be performed by a properly licensed Virginia contractor in strict accordance with all applicable sections of the Virginia Department of Health's Waterworks Regulations. All wells constructed shall be Class II-B. The indicated prices shall cover all expenses, including sales and any other taxes applicable to the construction. Total contract amounts shall be stated in both words and figures; in the event of a discrepancy between the numeric and word values, words shall govern. The contract amount shall be good for one or more wells. It is understood that the well site(s) will be made available to the Driller "as-is". PART A - LUMP SUM ITEMS la - MOBILIZATION: Mobilization includes the out-of-pocket expenses necessary to begin construction. Mobilization includes such items as the cost of bonds or permits, transport of equipment and materials to the site, fuel, and other related items. Mobilization shall also include the contractor s cost to demobilize from the work site; including equipment removal, cleanup of scrap materials, and moving off of the site. LUMP SUM PART 1A 2A - WELL YIELD & RECOVERY TEST: Following completion of the well drilling and grouting, the well shall be yield tested if, in the opinion of the Engineer, the well has sufficient yield and quality to warrant development as a public water supply well. The yield test shall be conducted for a period of 48 hours, continuous. During the yield test, the well will be pumped using the Contractor s pump. The well pump used shall have a minimum nominal capacity greater than or equal to the anticipated yield, but not less than 50 GPM. The pump shall be temporarily installed within 20 feet of the well bottom for the test, and the contractor shall have means of monitoring the well water depth to the nearest foot. The well pump discharge piping shall be equipped with a valve for pump throttling and an indicating/totalizing water meter. Contractor shall continuously monitor and record well pump flow rate and water depth for the duration of the test. During the last 10 hours of the yield test, the contractor shall collect water samples in containers and at intervals supplied by the CCPSA. Following completion of the 48-hour drawdown period, the contractor shall continue to monitor and record the well water recovery level for 2 hours. The well yield and recovery tests will be scheduled in accordance with the CCPSA. In the event that the well yield test is terminated prior to the end of the 48-hour period, the CCPSA and the Driller shall negotiate an adjustment to this bid item. LUMP SUM PART 2A TOTAL PART A (Total 1A & 2A)

PART B - UNIT PRICE ITEMS The following items will be paid for on a unit price basis, based upon actual installed quantities. Determination of quantities to be installed is to be coordinated with the Engineer during construction. The quantities shown in the bid schedule reflect a 400-foot total depth well. ITEM DESCRIPTION QNTY. UNIT UNIT PRICE TOTAL PRICE 1B Drill 10" hole for and install 50 V.F. permanent well casing, 6" diameter, Sch 40 Steel 2B Install sanitary well seal 1 EA. on the 6" wellhead 3B Grouting equipment 1 EA. rental and labor 4B Grout well casing, price 25 BAG per 94 lb. bag of cement 5B Drill 6" diameter well below 350 V.F. the bottom of the casing steel TOTAL PART B (Total 1B through 5B) TOTAL BASE BID (Total Parts A and B) PART C ADDITIVE BID ITEMS INCREASING WELL SIZE FROM 6 TO 8 The following items will be paid for on a unit price basis and represents the additional costs over and above the Base Bid required to increase the well size from 6 diameter to 8 diameter after the 6 well is drilled but prior to grouting. Payment will be made based upon actual quantities installed. The CCPSA reserves the right to either accept or reject this Additive Bid. ITEM DESCRIPTION QNTY. UNIT UNIT PRICE TOTAL PRICE 1C Additional cost to ream 10 hole 50 V.F. to 12 size and to increase casing from 6 size to 8 diameter 2C Additional cost to increase sanitary 1 EA. well seal from 6 size to 8 size 3C Additional cost to ream 6 diameter 350 V.F. well to 8 diameter 4C Additional cost to grout 8 well 20 BAG casing, price per 94 lb bag of cement

TOTAL ADDITIVE PART C (Total 1C through 4C) SUBMITTED BY: CONTRACTOR BY VA. REGISTRATION NUMBER TITLE BUSINESS ADDRESS CITY STATE ZIP CODE DATE