District 2 Wells No. 8 & 9 Replacement (Rebid) Form 3 PURCHASING DIVISION BOARD OF COUNTY...

36
Addendum Form 3 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA DISTRICT 2 WELLS NO. 8 & 9 REPLACEMENT ADDENDUM NO. 5 DATE OF ADDENDUM: September 4, 2012 ATTENTION ALL POTENTIAL BIDDERS: MUST ADDENDUM. READ CAREFULLY AND FOLLOW ALL INSTRUCTIONS. Information included in this Addendum will have a material impact on the submittal for this solicitation. All “MUST” addenda and/or revised Bid Sheets are considered a matter of responsiveness. “MUST” addenda must be returned with your Bid. All revised Bid Sheets must be returned with your Bid. Failure of a Submitter to or acknowledge the addenda and/or return the revised Bid Sheets shall be cause for rejection of the bid. Return Addendum with BID Submittal or Acknowledge on the Bid Sheet TO ALL PROSPECTIVE BIDDERS, PLEASE NOTE THE FOLLOWING CHANGES AND CLARIFICATIONS: Words in strikethrough type are deletions from existing text. Words in bold underlined type are additions to existing text. 1. The Bid Opening Date has been revised as follows: September 12, 2012 at 2 p.m. Location remains the same. 2. Refer to the new paragraph PP. Bid Item No. 42 added to Technical Specifications, Section 01150, MEASUREMENT AND PAYMENT through the issuance of Addendum No. 2: This New Paragraph and Section are revised as follows: “PP. Bid Item No. 42 – Alternate Bid Item: Rehabilitation of Well #7 at WTP 2A: Measurement and Payment: The lump sum payment for this item shall be full compensation for all associated labor, equipment, supplies, materials, supervision, and performing all operations necessary to secure the separated 20” well casing, clean the well of debris, install a new 16” PVC liner, rehabilitate and clear the well for service. Specific tasks for the rehabilitation work include the following: (1) Permanently secure the separated section of 20” well casing (from 75 ft. to 106 ft. +/- BLS) from further movement (dropping into the open hole portion of the well). The casing is separated approximately 6-inches at 75 ft. +/- BLS. It appears that sand has filled the open hole up to the bottom of the casing. Contractor shall submit a plan to permanently secure the casing to the Engineer for review. Fill void outside separation in well casing with grout, lightly brush and clean the well casing and reverse flush well of all debris. If the contractor introduces grout into the production zone, the grout in the production zone shall be removed in its entirety and verified by downhole video; BID NO. Y1038221C1 ADDENDUM NO. 5 Page 1 of 2

Transcript of District 2 Wells No. 8 & 9 Replacement (Rebid) Form 3 PURCHASING DIVISION BOARD OF COUNTY...

Addendum Form 3

PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS

BROWARD COUNTY, FLORIDA

DISTRICT 2 WELLS NO. 8 & 9 REPLACEMENT ADDENDUM NO. 5

DATE OF ADDENDUM: September 4, 2012

ATTENTION ALL POTENTIAL BIDDERS:

MUST ADDENDUM. READ CAREFULLY AND FOLLOW ALL INSTRUCTIONS. Information included in this Addendum will have a material impact on the submittal for this solicitation. All “MUST” addenda and/or revised Bid Sheets are considered a matter of responsiveness. “MUST” addenda must be returned with your Bid. All revised Bid Sheets must be returned with your Bid. Failure of a Submitter to or acknowledge the addenda and/or return the revised Bid Sheets shall be cause for rejection of the bid.

Return Addendum with BID Submittal or Acknowledge on the Bid Sheet

TO ALL PROSPECTIVE BIDDERS, PLEASE NOTE THE FOLLOWING CHANGES AND CLARIFICATIONS: Words in strikethrough type are deletions from existing text. Words in bold underlined type are additions to existing text.

1. The Bid Opening Date has been revised as follows: September 12, 2012 at 2 p.m. Locationremains the same.

2. Refer to the new paragraph PP. Bid Item No. 42 added to Technical Specifications, Section 01150, MEASUREMENT AND PAYMENT through the issuance of Addendum No. 2: This New Paragraph and Section are revised as follows:

“PP. Bid Item No. 42 – Alternate Bid Item: Rehabilitation of Well #7 at WTP 2A: Measurement and Payment: The lump sum payment for this item shall be full compensation for all associated labor, equipment, supplies, materials, supervision, and performing all operations necessary to secure the separated 20” well casing, clean the well of debris, install a new 16” PVC liner, rehabilitate and clear the well for service.

Specific tasks for the rehabilitation work include the following:

(1) Permanently secure the separated section of 20” well casing (from 75 ft. to 106 ft. +/- BLS) from further movement (dropping into the open hole portion of the well). The casing is separated approximately 6-inches at 75 ft. +/- BLS. It appears that sand has filled the open hole up to the bottom of the casing. Contractor shall submit a plan to permanently secure the casing to the Engineer for review. Fill void outside separation in well casing with grout, lightly brush and clean the well casing and reverse flush well of all debris. If the contractor introduces grout into the production zone, the grout in the production zone shall be removed in its entirety and verified by downhole video;

BID NO. Y1038221C1 ADDENDUM NO. 5

Page 1 of 2

Addendum Form 3

fill void outside separation in well casing with grout, lightly brush and clean the well casing and reverse flush well of all debris;

(2) Provide a down hole video survey and report of the existing well condition;

(3) Set and grout a new 16” Certa-Lok (or equal) liner down to the base of the existing steel casing;

(4) Provide acid treatment and high pH treatment of well’s production zone with calcium hypochlorite and surge, flush and neutralize well discharge of all material from the treatment processes;

(5) Surge and over pump well for a minimum of 50 hrs; (6) Install existing pump, motor and well discharge piping;

(7) On north end of the 12” well discharge wye, furnish and install a new 12”x8” FXF reducer with an 8” FXF hand wheel gear operated BFV and an 8”x6” FXCam-Lock blow-off fitting assembly with cap;

(8) Conduct a 72-hour well yield pump step test with report;

(9) Disinfect and clear well for operation;

(10) Provide a post down hole video survey of the well. Any required permit fees for discharge water will be paid under Bid Item 39.”

All other terms, conditions and specifications remain unchanged for this bid.

NAME OF COMPANY: _________________________________________________

BID NO. Y1038221C1 ADDENDUM NO. 5

Page 2 of 2

Bid No. Y1038221C1 Addendum No. 4

Addendum Form 3 02/23/2012

PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS

BROWARD COUNTY, FLORIDA

DISTRICT 2 WELLS NO. 8 & 9 REPLACEMENT (NSM) ADDENDUM NO. 4

DATE OF ADDENDUM: August 24, 2012

ATTENTION ALL POTENTIAL BIDDERS:

SHOULD ADDENDUM. Information included in this Addendum is for clarification purposes. This Addendum SHOULD be acknowledged on the Bid Sheet Form/Bid Tender Form or returned with your Bid submittal.

TO ALL PROSPECTIVE BIDDERS, PLEASE NOTE THE FOLLOWING CHANGES AND CLARIFICATIONS: Words in strikethrough type are deletions from existing text. Words in bold underlined type are additions to existing text. 1. The Bid Opening Date has been revised as follows: September 5, 2012 at 2:00 p.m.

Location remains the same.

2. As a new bid line item, Rehabilitation of Well No. 7, was added to the solicitation via issuance of Addendum No. 2, an additional non-mandatory site visit has been scheduled for Tuesday, August 28, 2012 at 8:30 a.m. at the following location:

Water Treatment Plant 2A 1390 N.E. 50 Street

Pompano Beach, Florida 33064 Attendees will meet the Project Manager, John Morra, at the main gate which is accessible from N.E. 13 Way. If directions or additional information is required, please contact John at 954-831-0902.

All other terms, conditions and specifications remain unchanged for this bid. NAME OF COMPANY: _________________________________________________

Addendum Form 3

PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS

BROWARD COUNTY, FLORIDA

DISTRICT 2 WELLS NO. 8 & 9 REPLACEMENT ADDENDUM NO. 3

DATE OF ADDENDUM: August 22, 2012

ATTENTION ALL POTENTIAL BIDDERS:

MUST ADDENDUM. READ CAREFULLY AND FOLLOW ALL INSTRUCTIONS. Information included in this Addendum will have a material impact on the submittal for this solicitation. All “MUST” addenda and/or revised Bid Sheets are considered a matter of responsiveness. “MUST” addenda must be returned with your Bid. All revised Bid Sheets must be returned with your Bid. Failure of a Submitter to or acknowledge the addenda and/or return the revised Bid Sheets shall be cause for rejection of the bid.

Return Addendum with BID Submittal or Acknowledge on the Bid Sheet

TO ALL PROSPECTIVE BIDDERS, PLEASE NOTE THE FOLLOWING CHANGES AND CLARIFICATIONS: Words in strikethrough type are deletions from existing text. Words in bold underlined type are additions to existing text.

1. The Bid Opening Date has been revised as follows: August 29, 2012 at 2:00 p.m. Location remains the same.

2. Refer to Technical Specifications, SECTION 13300 PROCESS CONTROL AND INSTRUMENTATION SYSTEM: This section is revised as follows:

1. Page 2, Item 1.2.B has been revised to add the following:

“B. The single instrument and controls supplier shall demonstrate their ability to successfully complete projects of similar sizes and nature. Provide references (including phone number and contact name) for at least three (3) projects successfully completed in which the following tasks were performed: system Engineering, documentation including panel assembly, schematics and wiring diagram, loop sheets, field testing, calibration and start-up, operator instruction and maintenance training.

The foregoing shall enable the CONTRACTOR and the OWNER to be assured that the full responsibility for the requirements of this Section shall reside in an organization, which is qualified and experienced in the water management field and its process technology on a functional systems basis.

The single I&C supplier shall have a UL approved shop and shall build all panels according to UL 508A.

The single I&C supplier shall be C.C. Control Corp., Commerce Controls, Curry Controls, or Revere Controls, Champion Controls or approved equal.”

BID NO. Y1038221C1 ADDENDUM NO. 3

Page 1 of 7

Addendum Form 3

3. A current list of plan holders has been posted to the Purchasing Division’s website. The document may be obtained at the following weblink: http://www.broward.org/Purchasing/Pages/CurrentSolicitationList.aspx

4. The following are responses to written questions submitted by prospective bidders:

A. Bidding Requirements:

Question: The CBE participation is set at 28%. The work involved in this project is almost entirely well contractor work. It is estimated that the work performed by the contractor is approximately 95%. Will the owner consider reducing this goal?

Response: The goal cannot be reduced at this time.

Question: Does the surety bid bond have to be done on YOUR form?

Response: Please refer to the Contract Documents, Section 002100: Instructions to Bidders, Paragraph 29 Bid Guaranty Requirement for additional information. The AIA form is acceptable.

B. The following questions were submitted in response to the issuance of Addendum No. 2, which added new Bid Item No. 42 – Rehabilitation of Well #7 at WTP2A:

Question: Please provide a location map of the well location.

Response: A location map of the well is attached as Exhibit 1.

Question: Is there a water source? What is it? How far from the well? Will the contractor have to pay for the water?

Response: Yes, the water source is a fire hydrant 300 feet from the well. The contractor will not have to pay for the use of the water.

Question: Please provide a location for the discharge water.

Response: The discharge area is a dry retention area approximately 100 feet away from the well.

Question: What is the access to the well?

Response: The access to the well is clear and unobstructed.

BID NO. Y1038221C1 ADDENDUM NO. 3

Page 2 of 7

Addendum Form 3

C. The following questions were submitted regarding the specific tasks for the rehabilitation work identified in Addendum No. 2:

Refer to Task (1):

Question: A.) Is it the contractor’s responsibility to determine the method of securing the separated casing?; B.) If so, please provide all the

information use in determining that the 20” casing has separated.; C.) If it is not the contractor’s responsibility please provide a method to be used.

Response: A.) Yes, it is the contractor’s responsibility to determine the method of securing the separated casing; B.) On site camera view of separation; C.) It is the contractors responsibility.

Refer to Task (2):

Question: What is the depth of the well?

Response: The well is 176’ below land surface (bls).

Refer to Task (3):

Question: What depth is the base of the steel casing?

Response: The depth of the base of the steel casing is believed to be 146’ bls.

Question: What class of 16” Certa-Lok is to be supplied?

Response: The minimum pressure class for National Santation Foundation (NSF) Potable Water approved Certa–Lok or equal selected.

Refer to Task (4):

Question: What volume is to be used?

Response: Appropriate for light treatment of 3858 gpm open hole well with a production zone from 146’ BLS to 176’ BLS.

Question: What depth is the production zone?

Response: The production zone is approximately 30 feet.

Question: Is the contractor to acidize the well then chlorinate?

BID NO. Y1038221C1 ADDENDUM NO. 3

Page 3 of 7

Addendum Form 3

Response: Yes.

Refer to Task (5):

Question: What is the pumping rate?

Response: The pumping rate is 2000-3000 gpm.

Question: What depth is the pump to be set at?

Response: 40’.

Refer to Task (6):

Question: What are the pump and motor specifications?

Response: The well pump and motor specifications are attached as Exhibit 2.

Question: What depth is the pump set at?

Response: The pump was set at 45.75 feet. The pump is not installed.

Question: What is involved in the discharge piping installation?

Response: The pathway to the discharge area is clear of obstructions.

Question: How does the drop/column pipe connect to the new 16” casing?

Response: That is for the contractor to submit for approval.

Question: Are modifications to the discharge pipe required?

Response: Yes, the contractor should visit site to determine modifications that may be required.

Refer to Task (7):

Question: Please provide a picture of the existing assembly.

Response: None available.

Question: What is the access to this location?

Response: The access to this location (water plant site) is standard gate access on paved road.

BID NO. Y1038221C1 ADDENDUM NO. 3

Page 4 of 7

Addendum Form 3

Refer to Task (8):

Question: What is the pumping rate?

Response: The pumping rate is approximately 2000-3000 gpm.

Question: What are the parameters to be measured?

Response: Drawdown and specific yield.

Question: What is to be provided in the report?

Response: Down hole video with pre and post conditions and parameters listed. Note: well pump and motor are not in the well at this time.

All other terms, conditions and specifications remain unchanged for this bid.

NAME OF COMPANY: _________________________________________________

BID NO. Y1038221C1 ADDENDUM NO. 3

Page 5 of 7

BID NO. Y1038221C1 ADDENDUM NO. 3

Page 6 of 7

BID NO. Y1038221C1 ADDENDUM NO. 3

Page 7 of 7

Addendum Form 3

PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS

BROWARD COUNTY, FLORIDA

DISTRICT 2 WELLS NO. 8 & 9 REPLACEMENT ADDENDUM NO. 2

DATE OF ADDENDUM: August 15, 2012

ATTENTION ALL POTENTIAL BIDDERS:

MUST ADDENDUM. READ CAREFULLY AND FOLLOW ALL INSTRUCTIONS. Information included in this Addendum will have a material impact on the submittal for this solicitation. All “MUST” addenda and/or revised Bid Sheets are considered a matter of responsiveness. “MUST” addenda must be returned with your Bid. All revised Bid Sheets must be returned with your Bid. Failure of a Submitter to or acknowledge the addenda and/or return the revised Bid Sheets shall be cause for rejection of the bid.

Return Addendum with BID Submittal or Acknowledge on the Bid Sheet Return Completed Revised Schedule of Prices Bid with BID Submittal

TO ALL PROSPECTIVE BIDDERS, PLEASE NOTE THE FOLLOWING CHANGES AND CLARIFICATIONS: Words in strikethrough type are deletions from existing text. Words in bold underlined type are additions to existing text. 1. The Bid Opening Date has been revised as follows: August 29, 2012 at 2:00 p.m. Location

remains the same.

2. Refer to Construction Contract Documents, Form 004113-2: SCHEDULE OF PRICES BID, Pages 50 thru 52: The pages have been revised and are attached. The revised pages “MUST” be completed and returned with your Bid submittal.

A. Line Item 27.0 has been revised to change the Estimated Quantity from "2” to “1”. B. Line Items 39.0 and 40.0: remove the double asterisks “**”.

C. Line Item 42.0 has been added as follows: “42.0- Optional Item: Rehabilitation of Well #7 at WTP 2A”.

D. The second and third paragraphs are revised as follows: “The Mobilization and Demobilization (Pay Item 1) is not expected to exceed 5% of the total amount. The Performance and Payment Guarantee, (Pay Item(s) 2) is not to exceed 3% of the total amount. The 5% and 3% ceilings for Pay Items 1 and 2 is are not a reflection of responsiveness; it is only the instruction of the maximum amount the COUNTY will pay for these items. Any amount in excess of 5% for Pay Item 1 and 3% for Pay Item 2 will be moved into Pay Item 83; however, the total bid amount will not change.

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 1 of 22

Addendum Form 3

Overage placed in Pay Item 83 will be paid in accordance with the Table located in Technical Specifications, Section G10001150, Part.1.3.A. Include allowable percentage with your monthly pay request.

E. The following Basis of Award paragraph has been added to the Schedule of Prices Bid Sheet:

“BASIS OF AWARD: IT IS THE INTENT OF THE COUNTY TO AWARD BY TOTAL BASE BID PRICE OR TOTAL BASE BID PRICE PLUS OPTIONAL ITEM , WHICHEVER METHOD IS DEEMED IN THE COUNTY’S BEST INTEREST. UNBALANCED PRICES MAY BE GROUNDS TO DEEM BIDDER NON-RESPONSIVE. BIDDERS MUST BID ON ALL ITEMS, INCLUDING OPTIONAL ITEM, TO BE CONSIDERED FOR AWARD.”

3. Refer to Construction Contract Documents, Section 001100-2: NOTICE OF INVITATION TO BID, Page 6 has been revised to the following: “The Contract Documents (with drawings) are available only on compact disc (CD) and may be obtained at the Water and Wastewater services Engineering Division, 2555 West Copans Road, Pompano Beach, Florida 33069 Malcolm Pirnie/ARCADIS, 8201 Peters Road, Suite 3400 Plantation, FL 33324 or by mail upon request. There is no charge for the CD. For questions about the Contract Documents, please contact John Morra at 954-831-0903 or [email protected] Brian Scott, Project Engineer @ 954-525-1718 or [email protected].”

4. Refer to Technical Specifications, Section 01150, MEASUREMENT AND PAYMENT: This Section is revised as follows:

A. Add New Paragraph:

“PP. Bid Item No. 42 – Alternate Bid Item: Rehabilitation of Well #7 at WTP 2A: Measurement and Payment: The lump sum payment for this item shall be full compensation for all associated labor, equipment, supplies, materials, supervision, and performing all operations necessary to secure the separated 20” well casing, clean the well of debris, install a new 16” PVC liner, rehabilitate and clear the well for service. Specific tasks for the rehabilitation work include the following: (1) Permanently secure the separated section of 20” well casing (from 75 ft. to 106 ft. +/- BLS) from further movement (dropping into the open hole portion of the well), fill void outside separation in well casing with grout, lightly brush and clean the well casing and reverse flush well of all debris; (2) Provide a down hole video survey and report of the existing well condition; (3) Set and grout a new 16” Certa-Lok (or equal) liner down to the base of the existing steel casing; (4) Provide acid treatment and high pH treatment of well’s production zone with calcium hypochlorite and surge, flush and neutralize well discharge of all material from the treatment processes;

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 2 of 22

Addendum Form 3

(5) Surge and over pump well for a minimum of 50 hrs; (6) Install existing pump, motor and well discharge piping; (7) On north end of the 12” well discharge wye, furnish and install a new 12”x8” FXF reducer with an 8” FXF hand wheel gear operated BFV and an 8”x6” FXCam-Lock blow-off fitting assembly with cap; (8) Conduct a 72-hour well yield pump step test with report; (9) Disinfect and clear well for operation; (10) Provide a post down hole video survey of the well. Any required permit fees for discharge water will be paid under Bid Item 39.”

5. Refer to Technical Specifications, SECTION 02520 PRODUCTION WELL CONSTRUCTION: This section is revised as follows:

A. Page 11, Item 3.2.A.9 has been revised to add the following:

“b. Once installation of the gravel pack is completed, a permanent 1.5-inch diameter stainless steel sand line shall be permanently installed to a depth of 80 feet from the top of the well casing flange. The stainless steel sand line shall extend a minimum of 6-inches above the well flange and shall be fitted with a water-tight stainless steel cap.”

B. Page 15, Item 3.6.A.4 has been revised to the following:

“4. Prior to pumping water to the District 2 water treatment plant, the CONTRACTOR

shall chlorinate the replacement well and pumping system and submit bacterial samples as required in accordance with Broward County Health Department requirements and SECTION 02525 Well Disinfection. Once the bacterial clearance has been received, the CONTRACTOR can send test water to the plant. The CONTRACTOR also shall coordinate with plant personnel and the ENGINEER prior to the commandment commencement of pumping. Additional bacterial testing will be required by the CONTRACTOR as specified, to approve the replacement wells and pumping systems for use by the OWNER.”

C. Page 17, Item 3.7.D has been revised to the following:

“D. The discharge options are provided below. Option 1 utilizes the Property of Broward

County roadway right-of-way (R/W) to the west of Well No. 8 for the disposal of the pumped water. Results of a recent percolation test have been provided for informational purposes only. For a temporary construction easement for the RV park contact Ms. Mary Felicello, Office Manager. The attached drawing (Figure A-1) Sheet C-3 of the drawing set shows the dimensions of the area for Option 1 (75 ft. by 400 ft.). No permits will be required for this work. The OWNER will clear the area of vegetation. The CONTRACTOR shall re-grade, contour and berm native soil to accommodate the volume of water without overflow. Excavation depth will be limited to four (4) feet below existing ground surface and CONTRACTOR shall protect existing utilities from damage. A temporary safety/security fence shall be required

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 3 of 22

Addendum Form 3

to cordon off the north and south extremities of the discharge area. Upon completion of the well testing, the CONTRACTOR shall re-grade the discharge area to pre-test conditions. As with both test well water and discharge options, and as part of Bid Item 16, temporarily flooded areas shall be monitored in accordance with all local, State and Federal Regulations and/or Ordinances. The percolation test data is attached to this addendum included in these Contract Documents for informational purposes only.”

6. Refer to Technical Specifications, SECTION 11112 VERTICAL SUBMERSABLE WELL PUMPS has been added. See attached Section 11112.

7. Refer to Technical Specifications, SECTION 11530 SUMP PUMPS has been added. See attached Section 11530.

8. Refer to Technical Specifications, SECTION 15104, AIR VALVES FOR WATER SERVICE: This Section is revised as follows: A. Page 3, Item 2.1 has been revised to the following:

“A. Extent:

1. Provide air/vacuum release valves where air release valves are Shown on the Drawings.

1. The vent for the vacuum part of the valve shall extend from the valve through the concrete vault roof, and shall terminate in a fashion similar to the well vent pipe. The valve vent pipe shall be of corrosion resistant material, sized in accordance with the manufacturers recommendations, shall be securely fastened and supported, and shall have a waterproof vault roof penetration similar to the well vent pipe.

B. Requirements:

1. Valve Design Pressure: Unless otherwise specified, Valve Design Pressure shall be equal to or exceed design pressure of pipe or equipment on which the valve is installed.

2. Valve Type: Air/vacuum release valve. 3. Service: Water. 4. Inlet Size: 12-inch. 5. Orifice Size: 3/16-inch 0.0186 sq-in. 6. Accessories: Provide isolation valve. 7. Materials: Air Valve materials shall be suitable for long-term use in the service specified. 8. Ends:

a. Threaded, NPT. b. Comply with valve connection requirements in Section 4.3 of ANSI/AWWA C512.

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 4 of 22

Addendum Form 3

9. Operating Pressure Range: Valves shall be suitable for specified pressure range. Valve Design Pressure shall be greater than the valve’s Maximum and Minimum Working Pressure.

10. Air Valves in water service shall comply with ANSI/AWWA C512 unless otherwise shown or specified.

C. Markings: 1. Mark valves per Section 6.1 of ANSI/AWWA C512. D. Manufacturers: 1. GA Industries (#920, #922) 2. Crispin (PL10, PL10A, PL20, PL20A) 3. Valve and Primer A.R.I. (D-060) 4. APCO 5. Or equal”

9. Refer to Technical Specifications, SECTION 15119, VALVES AND APPURTENANCES: This Section is revised as follows: A. Page 9, Item 2.6.B.1 has been revised to the following:

“B. Pressure Gauges 1. Extent: As shown on drawings, and on the discharge pipe for each well

upstream of the control valve.”

10. Refer to DRAWINGS: A. SHEET G2, GENERAL NOTES FOR UTILITY CONSTRUCTION, NOTE NO. 18 has

been revised to the following: “The contractor shall evaluate and select a well water disposal option: to include, but not limited to the NE 5th Terrance R/W (owned by Broward County) in Deerfield beach, or install temporary discharge piping to the FDOT detention basins along Dixie Highway. Contractor shall obtain temporary easement and construction permits from the property owners, Deerfield Beach and FDOT as required.”

B. SHEET C3, TYPICAL DETAILS II, Site Plan Optional Well Test Water Discharge Areas,

note for “Option 1:” has been revised to the following: “City of Deerfield Beach Broward County Percolation/Discharge Area.”

11. The deadline for receipt of questions concerning the technical specifications pertaining to this bid is fourteen (14) calendar days prior to the Bid Opening Date.

All other terms, conditions and specifications remain unchanged for this bid. NAME OF COMPANY: _________________________________________________

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 5 of 22

REVISED SCHEDULE OF PRICES BID

DISTRICT 2 WELLS NO. 8 & 9 REPLACEMENT

THE BIDDER MUST COMPLETE THIS FORM

Bid Number:_Y0988001C1___________ Name of Bidder:_________________________________________

Line Item

Description Estimated Quantity

Unit Unit Price Total

1.0 Mobilization and Demobilization* 1 LS $

2.0 Bonds and Insurance 1 LS $

3.0 Concrete Vault Modifications, Pump Pad and Piping Removal at Wells No. 8 & 9

1 LS $

4.0 Well Pump Removal at Wells No. 8 & 9 1 LS $

5.0 16-inch Diameter Well Casing, 12-inch Diameter Screen, and Gravel Removal for Wells No. 8 & 9

1 LS $

6.0 Reaming Nominal 24-inch Diameter Borehole to 150 feet for Wells No. 8 & 9

1 LF $

7.0 Remove 16-inch Diameter Well Casing at Wells No. 8 & 9 by Milling or Coring

146 LF $

8.0 Casing Length 18-inch Diameter at Wells No. 8 & 9 180 LF $

9.0 Well Screen 18-inch Diameter at Wells No. 8 & 9 120 LF $

10.0 Gravel Pack for Backfill of Well Screen at Wells No. 8 & 9 130 LF $

11.0 Fine Silica Sand Seal at Wells No. 8 & 9 10 LF $

12.0 Cement Grout at Wells No. 8 & 9 180 LF $

13.0 Geophysical Logging (Full Suite) at Wells No. 8 & 9 1 LS $

14.0 Well Acidization at Wells No. 8 & 9 1 LS $

15.0 Well Development at Wells No. 8 & 9 1 LS $

16.0 Well Test Water Discharge at Wells No. 8 & 9 1 LS $

17.0 Temporary Well Head at Wells No. 8 & 9 1 LS $

18.0 Variable Rate Testing at Well No. 8 8 Hours $

19.0 Variable Rate Testing at Well No. 9 8 Hours $

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 6 of 22

REVISED SCHEDULE OF PRICES BID

DISTRICT 2 WELLS NO. 8 & 9 REPLACEMENT

Line Item

Description Estimated Quantity

Unit Unit Price Total

20.0 24-Hour Constant Rate Test of Well No. 8 24 Hours $

21.0 24-Hour Constant Rate Test of Well No. 9 24 Hours $

22.0 Standby Time for Rig and Crew 100 Hours $

23.0 Clearing, Grading, Excavation, Fencing, Paving, Final Bacterial Clearances, and Site Restoration

1 LS $

24.0 Concrete Work 1 LS $

25.0 Aluminum Hatches 1 LS $

26.0 Ladders with Safety Post 1 LS $

27.0 Submersible Vertical Turbine Well Pumps at Wells No. 8 & 9 1 LS $

28.0 Valves and Appurtenances 1 LS $

29.0 Sump Pumps and Piping at Wells No. 8 & 9 1 LS $

30.0 Ductile Iron Piping and Fittings 1 LS $

31.0 PVC Piping and Fittings 1 LS $

32.0 Mechanical Miscellaneous 1 LS $

33.0 Flow Meters at Wells No. 8 & 9 1 LS $

34.0 HVAC Equipment at Wells No. 8 & 9 1 LS $

35.0 Panels and Enclosures at Wells No. 8 & 9 1 LS $

36.0 Electrical Work and Equipment 1 LS $

37.0 Instrumentation Work and Equipment 1 LS $

38.0 Signage 1 LS $

39.0 Permit Fees Other than Broward County Allowance - - $20,000

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 7 of 22

REVISED SCHEDULE OF PRICES BID

DISTRICT 2 WELLS NO. 8 & 9 REPLACEMENT

Line Item

Description Estimated Quantity

Unit Unit Price Total

40.0 Permit Fees for Broward County Allowance - - $50

41.0 Bacterial Clearance For Test Water Discharged to Plant 2 Each $

TOTAL AMOUNT OF BASE BID PRICE (Bid Items No. 1.0 – 41.0, inclusive) $_______________________________________________________________________

42.0 Optional Item: Rehabilitation of Well #7 at WTP 2A

1 LS $

TOTAL AMOUNT OF BASE BID PRICE PLUS OPTIONAL ITEM (Bid Items No. 1.0 – 42.0, inclusive) $_______________________________________________________________________

1. Quantities provided in this bid form are estimates and actual quantities may vary. CONTRACTOR shall provide unit prices

based on these quantities. Unit prices shall remain as bid regardless of actual quantities.

Trench Safety Act does not apply to this bid solicitation.

*The Mobilization and Demobilization (Pay Item 1) is not to exceed 5% of the total amount. The Performance and Payment Guaranty, and Insurance, (Pay Item(s) 2 ) is not to exceed 3% of the total amount. The 5% and 3% ceilings for Pay Items _1_ and __2_ are not a reflection of responsiveness; it is only the instruction on the maximum amount the COUNTY will pay for these items. Any amount in excess of 5% for Pay Item _1__ and 3% for Pay Item __2__ will be moved into Pay Item _3_; however, the total bid amount will not change.

Overage placed in Pay Item _3_ will be paid in accordance with the Table located in Technical Specifications, Section 01150, Part 1.3.A. Include allowable percentage with your monthly pay request.

Insurance Certificate must be project specific. Documentation of actual cost for bonding and insurance for this project from your carrier must be supplied with first request for payment for reimbursement by COUNTY.

BASIS OF AWARD: IT IS THE INTENT OF THE COUNTY TO AWARD BY TOTAL BASE BID PRICE OR TOTAL BASE BID PRICE PLUS OPTIONAL ITEM , WHICHEVER METHOD IS DEEMED IN THE COUNTY’S BEST INTEREST. UNBALANCED PRICES MAY BE GROUNDS TO DEEM BIDDER NON-RESPONSIVE. BIDDERS MUST BID ON ALL ITEMS, INCLUDING OPTIONAL ITEM, TO BE CONSIDERED FOR AWARD.

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 8 of 22

ivaldivia
Typewritten Text
ivaldivia
Typewritten Text
ivaldivia
Typewritten Text
ivaldivia
Typewritten Text
ivaldivia
Typewritten Text
ivaldivia
Typewritten Text
ivaldivia
Typewritten Text
ivaldivia
Typewritten Text

SECTION 11112

VERTICAL SUBMERSIBLE WELL PUMPS PART 1 - GENERAL 1.1 DESCRIPTION

A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals

required to furnish and install vertical submersible well pumps complete and operational with motors, control equipment, and accessories as shown and as specified. Anchor bolts are included in this Section.

B. Coordination:

1. Review installation procedures under this and other Sections and coordinate the installation of items that must be installed with, or before the vertical submersible well pumps Work.

C. Related Sections:

1. Section 05501, Miscellaneous Metals. 2. Section 09900, Painting 3. Division 13, Applicable Sections on Instrumentation and Controls 4. Division 15, Applicable Sections on Piping, Valves and Appurtenances 5. Division 16, Electrical

1.2 REFERENCES

A. Standards referenced in this Section are listed below: 1. American Bearing Manufacturers Association, (ABMA) 2. American National Standards Institute, (ANSI) 3. American Water Works Association, (AWWA) 4. ANSI/Standards of the Hydraulics Institute, (ANSI/HI) 5. Institute of Electrical and Electronics Engineers, (IEEE) 6. National Electrical Code, (NEC) 7. National Electrical Manufacturers Association, (NEMA) 8. National Sanitation Foundation, (NSF) 9. Local and State Building Codes and Ordinances

1.3 QUALITY ASSURANCE

A. Manufacturer’s Qualifications:

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 9 of 22

1. Manufacturer should have a minimum of five (5) years experience producing substantially similar equipment and should be able to show evidence of at least five (5) installations in satisfactory operation for at least five (5) years.

B. Component Supply and Compatibility:

1. Obtain all equipment included in this Section regardless of the component manufacturer from a single vertical submersible well pumps manufacturer.

2. The vertical submersible well pumps equipment manufacturer to review and approve or to prepare all Shop Drawings and other submittals for all components furnished under this Section.

3. All components shall be specifically constructed for the specified service conditions and shall be integrated into the overall assembly by the vertical submersible well pumps equipment manufacturer.

1.4 SUBMITTALS

A. Shop Drawings: Submit the following: 1. Manufacturer's literature, illustrations, paint certification, specifications and

engineering data including: dimensions, materials, size, weight, performance data and curves showing overall pump efficiencies, required net positive suction head, flow rate, head, brake horsepower, motor horsepower, speed and shut-off head.

2. Provide fabrication drawings, assembly drawings, installation drawings and wiring diagrams.

3. Ten (10) copies of the certified results of shop tests. 4. List of all deviations from Contract Documents.

B. Operation and Maintenance Manuals:

1. Submit complete Installation, Operation and Maintenance Manuals, including, test reports, maintenance data and schedules, description of operation, and spare parts information.

2. Furnish Operation and Maintenance Manuals in conformance with the requirements of Section 01781, Operations and Maintenance Data.

1.5 DELIVERY, STORAGE AND HANDLING

A. Packing, Shipping, Handling and Unloading: 1. Deliver materials to the Site to ensure uninterrupted progress of the Work.

Deliver anchor bolts and anchorage devices which are to be embedded in cast-in-place concrete in ample time to prevent delay of that Work.

B. Storage and Protection:

1. Store materials to permit easy access for inspection and identification. Keep all material off the ground, using pallets, platforms, or other supports. Protect steel members and packaged materials from corrosion and deterioration.

C. Acceptance at Site:

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 10 of 22

1. All boxes, crates and packages shall be inspected by CONTRACTOR upon delivery to the Site. CONTRACTOR shall notify ENGINEER, in writing, if any loss or damage exists to equipment or components. Replace loss and repair damage to new condition in accordance with manufacturer's instructions.

PART 2 - PRODUCTS 2.1 EQUIPMENT PERFORMANCE

A. General: 1. Pumps shall be submersible vertical turbine type, suitable for pumping

groundwater. The pumps, with appurtenances and cable, shall be designed for continuous operation under submergence, without leakage, in water to a depth of 129 feet.

2. The characteristic curve of the pump shall rise from minimum head condition to shutoff without dips. The complete pumping unit consisting of the pump and respective motor shall be suitable in all respects for continuous, stable performance when operating at any point on the characteristic curve without cavitation and in accordance with the vibration criteria specified herein.

3. Each complete pumping unit, including the motor, shall be capable of safely operating at up to 125 percent of full load speed in reverse rotation without sustaining damage.

4. Pumps shall be specially designed, constructed, and installed for the service specified and shall comply with the Design Criteria as specified herein.

B. Design Criteria:

1. CONTRACTOR shall supply the OWNER with a submersible pump and motor

to meet conditions as described in the table below.

(The remainder of this page was left blank intentionally.)

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 11 of 22

Pump Pump No. 8 Pump No. 9 Location: Biscayne

Well No. 8 Biscayne Well No. 9

Use: Raw Water Supply

Raw Water Supply

Design Flow, (gpm): 3,200 3,200 Design TDH, (ft.): 90 90 Overall Efficiency at Design, (percent):

79 79

Motor, (Hp): 100 100 Maximum Operating Speed, (rpm):

1760 1760

Pump Column Diameter, (in.): 12 12 Discharge Size, (in.): 12 12 Available NPSH at Design, (ft.): 62 62 Minimum Flow at 2nd Design Point, (gpm):

2,500 2,500

TDH at 2nd Design Point, (ft.): 120 120 Maximum Shutoff Head (2 stages), (ft.):

174 174

Liquid Pumped: Raw water Raw water Temperature, (°F): 60-75 60-75 Liquid, (pH): 7.5 7.5 Drive Type: Constant

Speed Constant

Speed Motor: Volts/Phase/Hertz 460/3/60 460/3/60

Notes: 1. This design point is for a 2-stage pump. 2. Surface elevation at Well No. 8 is 19.4 ft. Surface elevation at Well No. 9 is 17.2 ft. 3. Refer to Drawings for pump, static water and drawdown elevations.

2.2 MANUFACTURERS

A. Products and Manufacturers: Provide one of the following: 1. Pump: Hydroflo 14HH; Motor: Alstra 2. Or ENGINEER approved equal.

2.3 DETAILS OF CONSTRUCTION

A. Pump Materials and Construction: 1. Contractor shall provide the pump, bowls, guide vanes, and strainer shall be 316

stainless steel. The bowls shall be flanged type. They shall be capable of withstanding a hydrostatic pressure equal to twice the pressure at rated flow or 1.5 times shut-off head, whichever is greater. All the bowls shall be fitted with bearings of thermoplastic or viton rubber. A flanged 316 SS discharge adaptor

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 12 of 22

shall be used to connect bowl assembly to the discharge pipe. A thrust ring shall be above the top impeller to prevent excessive vertical upthrust.

2. The shaft and coupling shall be 316L stainless steel. 3. No moving parts should be constructed from plastic or other brittle materials. 4. Impellers: The impellers shall be 316 stainless steel of the enclosed type,

statically and dynamically balanced and fastened with taper locks. 5. Install a 1/4-inch diameter stainless steel sounding tube. Tube shall be 316L

stainless steel in 20-foot lengths connected with threaded 316L stainless steel couplings. The sounding tube shall be strapped to the column pipe every 20 feet using Type 316L stainless steel straps and shall extend from the discharge head to the top of the bowl assembly.

6. Anchor bolts and inserts shall be furnished under this Section and shall be sized and installed in accordance with the manufacturer’s recommendations. The anchor bolts shall be Type 316L stainless steel.

7. Stainless steel nameplates giving the manufacturer's model and serial number, rated capacity, head, speed and all other pertinent data shall be attached to the pump.

8. The inlet motor adapter shall be of 316 s tainless steel and shall contain a thermoplastic or Viton rubber bearing. The inlet area shall have a net open area of at least four times the eye of the impeller and shall be protected with a Type 316 stainless steel screen. The openings on the screen shall not be more than 75 percent of the minimum opening of the water passage through the bowl or the impeller.

9. The pump shaft shall be of Type 316L stainless steel. It shall be precision ground and polished with surface finish better than 40 RMS.

10. The shaft coupling shall be Type 316L stainless steel and be capable of transmitting the total torque and total thrust of the bowl assembly in either direction of rotation.

11. Pump shall be provided with a 316L stainless steel threaded connection to the drop pipe/column.

12. Any Stainless Steel items subject to welding shall be type 316L. B. Motors:

1. Motors shall be solid shaft of stainless steel. The motor housings shall be all 316 Stainless Steel. Motor casing shall be a hermetically sealed type motor. Power shall be 460 Volts, 60 Hz, and 3 Phase, 1760 rpm with an outside diameter not to exceed 9.5-inches. The Motor shall be a premium efficient design not requiring more than 130 Full Load Amps.

2. Cable entry shall be isolated with an internal sealed chamber. 3. Pump and motor shall be designed for continuous and intermittent operation up

to 100 starts in 24 hours in a submerged condition without damage. 4. Motors shall be non-overloading for the entire pump operating curve, and shall

have a 1.15 service factor. 5. Pump motor cable shall be designed for submersible duty and shall be indicated

by code or legend permanently applied to cable and has three (3) separate conductors. Cable and sizing shall conform to the National Electrical Code for pump motors and shall be supplied in sufficient length to extend continuously,

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 13 of 22

without splices, from the pump to the pump control panel. The power cable entry assembly shall be stainless steel and shall be provided with a strain relief element to inhibit leakage in the event the cable is pulled. Motor power cords shall be suitable for direct burial, and sized to limit the voltage drop to no more than six (6) percent.

6. Motor thrust bearings shall be designed for continuous thrust loads under all conditions of pump operation from zero head to shut-off.

C. Submersible Cable:

1. Conductor Size: Size to limit voltage drop to six (6)percent at the motor. 2. Cable Clamps: Clamps used to secure the cable to the discharge column shall be

Type 316 stainless steel with rubber cable protectors. Place clamps at least every 20 feet, minimum.

3. Cable Length: Provide as required to connect to pump control panel. Include an extra 6-inches of slack above each cable clamp.

4. Cable Shield: Cable shield at pump bowls shall be of Type 316 stainless steel. 5. Pump motor cable shall be designed for submersible duty and shall be indicated

by code or legend permanently applied to cable. 6. Cable Shape: Oval; round cable will not be accepted. 7. CONTRACTOR shall verify well head power cable entry conduit size of 2-inch

is sufficient for the manufacturer supplied power cables.

D. Standard Construction and Testing: 1. Unless otherwise specified herein, all pumping unit components and testing

shall be in accordance with the requirements of ANSI/AWWA E102 Submersible Vertical Turbine Pumps. Provide an affidavit of compliance as defined in Section 6.3 of that standard.

2.4 CONTROLS

A. Provide pump controls as shown and specified in the applicable Sections of Division 13, Special Construction.

2.5 SOURCE QUALITY CONTROL

A. Shop Tests: 1. Provide shop testing in accordance with ANSI/AWWA E102. The following is

required: a. Performance Test. b. Sample calculation from test readings. c. Shop inspection. d. Hydrostatic test of the bowl assembly.

2. Each test shall be witnessed by a Registered Professional Engineer who may be an employee of the manufacturer. The Registered Professional Engineer shall sign and seal all copies of curves and shall certify that hydrostatic tests were performed and the test results comply with the specified requirements. The certifications shall include the serial numbers of the equipment tested.

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 14 of 22

3. Pumps shall not be shipped until the ENGINEER has approved the test reports. PART 3 -EXECUTION 3.1 INSTALLATION

A. Installation shall be in complete accordance with manufacturer’s instructions and recommendations.

B. A check valve and shut-off valve in discharge piping are required for each pump as

shown. Coordinate with Division 15, Mechanical.

C. Support piping independent of pump. 3.2 START-UP AND TEST

A. CONTRACTOR shall verify that structures, pipes and equipment are compatible. B. Make adjustments required to place system in proper operating condition.

C. Coordinate with County for use of pipeline to discharge pump test water.

3.3 DISINFECTION

A. The well pumps shall be disinfected by CONTRACTOR conforming to AWWA requirements. To disinfect the pumps, CONTRACTOR shall use a liquid chlorine solution to provide a minimum 50 parts per million (ppm) of available chlorine concentration.

B. After introduction of the disinfectant, the solution shall be thoroughly mixed in the

well by surging with the well pump. The solution shall remain in the well for at least 12-hours during which time the well shall be surged at two-hour intervals.

C. CONTRACTOR shall be responsible for obtaining proper disinfection as determined

by the bacteriological tests made by the OWNER. If additional disinfection is required, CONTRACTOR shall repeat disinfection procedures until satisfactory bacteriological samples are obtained, at no additional cost to the OWNER.

3.4 MANUFACTURER’S SERVICES

A. A factory trained representative shall be provided for installation supervision, start-up

and test services and operation and maintenance personnel training services. The representative shall make a minimum of two (2) visits, minimum (6) hours on-Site for each visit, to the Site. The first visit shall be for assistance in the installation of equipment. Subsequent visits shall be for checking the completed installation, start-up and training of the system. Manufacturer's representative shall test operate the system

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 15 of 22

in the presence of the ENGINEER and verify that the equipment conforms to the requirements. Representative shall revisit the Site as often as necessary until all trouble is corrected and the installation is entirely satisfactory.

B. Perform a performance test on the installed pump to demonstrate that it is operating as shown on the approved Shop Test curves. CONTRACTOR shall provide calibrated pressure gages and means to measure water elevation in the well casing. The CONTRACTOR supplied flow meter shall be used to measure flow.

C. All costs, including travel, lodging, meals and incidentals, for additional visits shall be at no additional cost to the OWNER.

+ + END OF SECTION + +

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 16 of 22

SECTION 11530

SUMP PUMPS PART 1 - GENERAL 1.1 DESCRIPTION A. Scope: 1. Furnish all labor, materials, equipment and incidentals required to provide

sump pumps complete and operational with motors, control equipment and accessories as shown and specified.

1.2 QUALITY ASSURANCE A. Manufacturer's Qualifications: 1. Equipment furnished shall be a standard product of the manufacturer. 2. All sump pump equipment shall be the product of one manufacturer. B. Reference Standards: Comply with applicable provisions and recommendations of

the following, except as otherwise shown or specified. 1. National Electric Code 2. Standards of National Electrical Manufacturers Association 3. Institute of Electrical and Electronic Engineers 4. American National Standards Institute 5. Standards of American Water Works Association 1.3 SUBMITTALS A. Shop Drawings and Product Data: 1. Comply with Sections 01330, Submittal Procedures and 01332, Shop Drawing

Procedures and the supplemental requirements below. 2. Submit manufacturer's literature, illustrations, specifications and engineering

data including the following: a. Complete description in sufficient detail to permit item by item

comparison with the specifications. b. Dimensions c. Materials d. Size e. Weight f. Performance data and curves showing pump performance, efficiencies,

break horsepower and NPSH g. Brake and motor horsepower h. Speed i. Complete motor information

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 17 of 22

j. Manufacturer's standard guarantee k. Complete product data and catalog cuts on all control components and

wiring. 3. Submit Shop Drawings showing the following: a. Fabrication and assembly drawings b. Installation details c. Pump Motor and wiring diagrams B. Operation and Maintenance Manuals: 1. Comply with the requirements of Section 01781, Operations and Maintenance

Data and the supplemental requirements below. 2. Required Operation Data: a. Complete, detailed operating instructions for each piece of equipment. b. Explanations of all safety considerations related to operation. 3. Required Maintenance Data: a. Include all information and instructions required to keep equipment

properly lubricated and adjusted, so that it f unctions economically throughout its full design life.

b. Explanation with illustrations as necessary for each maintenance task. c. Recommend spare parts list. d. Recommend schedule of maintenance tasks. e. Lubrication changes and table of alternate lubricants. f. Trouble shooting instructions. g. Name, address, and phone number of manufacturer and manufacturer's

local service representative. h. Include copies of all approved Shop Drawings. 1.4 DELIVERY, STORAGE AND HANDLING A. Comply with the requirements of Sections 01651, Transportation and Handling of

Products and 01661, Storage and Protection of Products. PART 2 - PRODUCTS 2.1 MANUFACTURER REQUIREMENTS A. Acceptable Manufacturers: 1. Hydromatic Pumps 2. Or equal

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 18 of 22

2.2 PUMP DESIGN A. General Requirements: 1. Type: Submersible pump and motor 2. Design to be easily removable for inspection and servicing. 3. Design, construct and install sump pumps for the service intended. B. Performance Requirements: 1. Capable of pumping materials required under applicable service conditions. 2. Capable of meeting detailed performance requirements specified in the Pump

Schedule at the end of this Section. 3. Continually decreasing head-capacity curve between shut-off and maximum

capacity. 4. Capable of operating continuously at all points on t he head-capacity curve

between minimum and maximum capacity without vibration, noise, cavitation, or overheating.

2.3 DETAILS OF CONSTRUCTION A. Pump Chamber: Cast iron. B. Motor Housing: Stainless steel or cast iron C. Impeller: 1. Vortex or semi open non-clog design 2. Material: Thermoplastic 3. Capable of passing solids at size specified in Pump Schedule. D. Shaft, Bearings and Seals: 1. Stainless steel shafts, or steel 2. Upper Bearing Type: Sleeve or ball bearing 3. Shaft Seal Construction: Carbon-Ceramic E. Volute: 1. Material: Cast iron 2. Free Standing Pumps: Provide volute with integral base legs drilled and tapped

for pipe leg extensions. F. Motors: 1. Submersible, suitable for operation on 115 Vac, single phase 60 Hz nominal

system. Motor shall be grounded in accordance with NEC and via the ground wire in the power cord.

2. Motors shall be in accordance with all current applicable standards of NEMA, IEEE, AFBMA, NEC, and ANSI.

3. Motors shall be normal starting torque, normal starting kva/hp, normal slip, high efficiency, NEMA Design B.

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 19 of 22

4. Provide Class A or B insulation. Motors shall be capable of carrying nameplate full load current plus service factor continuously without injurious temperature rise in an ambient temperature of 40°C.

5. Motors shall be provided with a service factor of 1. 6. Provide hermetically sealed motor in oil-filled chamber. 7. Provide built-in thermal overload protection. G. Power Cables: 1. Power cord shall be SJTW, water resistant, UL and CSA approved. 2. Conductors sized per NEC standards. 3. Continuous unspliced. 4. Sump pumps shall have piggyback switch plugs, which plug into the electrical

outlet. 2.4 CONTROLS A. General: 1. Provide a tilt-sensitive wide-angle float switch with each pump for on-off

operation and a piggyback switch plug. 2.5 FACTORY ASSEMBLY AND PAINTING A. Shop Assembly: 1. Preassemble items in the shop to the greatest extent possible, so as to minimize

field splicing and assembly of units at the Project site. 2. Disassemble units only to the extent necessary for shipping and handling

limitations. 3. Clearly mark units for reassembly and coordinated installation. B. Use Type 304 stainless steel fasteners unless otherwise specified. C. Painting: Provide manufacturer's standard paint system. 2.6 TOOLS, SPARE PARTS AND MAINTENANCE MATERIALS A. Supply a complete set of special purpose maintenance tools and a spare parts kit as

recommended by the manufacturer; include the following items as a minimum: 1. 25 feet of switch cable. B. Furnish a one-year supply of all greases and lubricants as recommended by the

manufacturer. C. Package tools, spare parts, and maintenance materials in sturdy containers with clear

indelible markings, identifying parts, and the equipment for which intended. Store in a dry warm location until transferred to the OWNER at the conclusion of the Work.

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 20 of 22

2.7 SUMP PUMP SCHEDULE A. Location: Each well vault B. Service Condition: Pumping of raw water spillage and drainage C. Installation: Duplex system, free standing D. Design Flow at Design Head: 38 gpm E. Design Head: 12 feet F. Maximum Shutoff Head: 27 feet G. Speed: 1550 RPM H. Motor Rating: 1/3 hp I. Sphere Size Handling Capability: 1/2 inches J. Discharge Size and Type: 1-1/2 inch NPT K. Basis of Design: SW33 by Hydromatic PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with the Drawings, approved Shop Drawings and

recommendations of the manufacturer. B. Inspect, calibrate, adjust, lubricate and otherwise prepare equipment for operation. C. Install all piping, valves and appurtenances as required to provide a complete and

fully operational system. D. Provide check valves and shut-off valves on all pump discharge piping and as

shown on the Drawings. E. Support piping independent of pump. F. Provide unions where shown on the Drawings and as required to facilitate pump

removal. G. Provide stainless steel lifting chain for each installed pump. Attach lifting chain to

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 21 of 22

pump, extend to floor slab above, and attach to concrete wall or slab using stainless steel eye bolt.

H. Coordinate sump pump installation with sump pit size and sump pit cover grating as

shown on the Drawings. 3.2 FIELD QUALITY CONTROL A. Field Testing: 1. Field test and calibrate equipment to demonstrate to the OWNER's

representative that all equipment will satisfactorily perform the functions and criteria specified in Part 2.

2. Provide all test apparatus required at no extra cost to OWNER. 3. Follow testing procedures recommended by the manufacturer and approved by

the ENGINEER.

+ + END OF SECTION + +

BID NO. Y1038221C1 ADDENDUM NO. 2

Page 22 of 22

Bid No. Y1038221C1 Addendum No. 1

Addendum Form 3 02/23/2012

PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS

BROWARD COUNTY, FLORIDA

DISTRICT 2 WELLS NO. 8 & 9 REPLACEMENT (NSM) ADDENDUM NO. 1

DATE OF ADDENDUM: August 1, 2012

ATTENTION ALL POTENTIAL BIDDERS:

SHOULD ADDENDUM. Information included in this Addendum is for clarification purposes. This Addendum SHOULD be acknowledged on the Bid Sheet Form/Bid Tender Form or returned with your Bid submittal.

TO ALL PROSPECTIVE BIDDERS, PLEASE NOTE THE FOLLOWING CHANGES AND CLARIFICATIONS: Words in strikethrough type are deletions from existing text. Words in bold underlined type are additions to existing text.

1. The Bid Opening Date has been revised as follows: August 22, 2012 at 2:00 p.m. Location remains the same.

2. Responses to technical questions received by the Project Manager as well as questions posed at the pre-bid meeting held on July 24, 2012 will be released in Addendum No. 2 that is forthcoming.

All other terms, conditions and specifications remain unchanged for this bid.

NAME OF COMPANY: _________________________________________________

FINANCE AND ADMINISTRATIVE SERVICES DEPARTMENT PURCHASING DIVISION 115 S. Andrews Avenue, Room 212 • Fort Lauderdale, Florida 33301 • 954-357-6065 • FAX 954-357-8535

Broward County Board of County Commissioners Sue Gunzburger • Dale V.C. Holness • Kristin Jacobs • Chip LaMarca • Ilene Lieberman • Stacy Ritter • John E. Rodstrom, Jr. • Barbara Sharief • Lois Wexler

www.broward.org

NOTICE FOR BIDS - BID No. Y1038221C1 DISTRICT 2 WELLS No. 8 & 9 REPLACEMENT

Sealed bids for selling and delivering all necessary labor, materials, equipment, and services for the completion of the work, including installation of materials, supplies and equipment sold and delivered to Broward County for the construction of DISTRICT 2 WELLS 8 & 9 REPLACEMENT, (Bid No. Y1038221C1), will be received by the Board of County Commissioners until 2:00 p.m. on August 15, 2012, at the offices of the Purchasing Division of Broward County, Governmental Center, Room 212, 115 South Andrews Avenue, Fort Lauderdale, Florida 33301. Bids will be publicly opened and read thereafter. Scope of Work: The Scope of Work includes, but is not limited to, the furnishing of all labor, equipment, materials, tools and services required to construct, test, and startup the proposed improvements for the rehabilitation of Wells 8 & 9 at District 2 well field in Broward County, Florida. Refer to the Project Manual for a comprehensive description of the work involved in the project.

Estimated Project Cost: $1,500,000.00 Pre-bid Conference and Site-Visit: A non-mandatory Pre-Bid Conference and Site-Visit will be held on Tuesday, July 24, 2012 at 10:00 a.m. at the following locations: Pre-bid Conference: Broward County Water & Wastewater Services Complex, Building 2, Training

Room, 1st Floor, located at 2555 West Copans Road, Pompano Beach, FL 33069.

Site-Visit – Immediately following the Pre-bid Conference: Broward County District 2A well field

adjacent to NE 7 Avenue, Deerfield Beach, Florida. Attendance at the Pre-bid Conference and Site-visit is not mandatory but is highly encouraged as a source of information. Goal Participation: The County Business Enterprise (CBE) participation goal for this project is 28%. Inspection of the Project Manual: The Project Manual is open to public inspection at the offices of the Purchasing Division of Broward County, located at Governmental Center, Room 212, 115 South Andrews Avenue, Fort Lauderdale, Florida 33301. Obtaining the Project Manual: The Contract Documents (with drawings) are available only on compact disc (CD) and may be obtained at the Water and Wastewater Services Engineering Division, 2555 West Copans Road, Pompano Beach, Florida 33069 or by mail upon request. There is no charge for the CD. For questions about the Contract Documents, please contact John Morra at 954-831-0903 or [email protected].

Notice for Bids Bid No. Y1038221C1 Project Manager: John Morra, P.E., 954-831-0902 or [email protected]. Purchasing Agent: Ilyse S. Valdivia, 954-357-6078, or [email protected] Addenda: All Addenda will be posted to the Broward County Purchasing Division’s website under “Current Solicitations” at http://www.broward.org/purchasing/Pages/Default.aspx . Bidders shall be responsible for obtaining, reviewing, and executing addenda. County/State License Requirements: In order to be considered a responsive bidder for the scope of work set forth in the bid documents, the bidder must possess the following document(s) at the time of bid submittal: STATE: CERTIFIED GENERAL CONTRACTOR; OR

CERTIFIED PLUMBING CONTRACTOR; OR

WATER WELL CONTRACTOR; OR

BROWARD COUNTY: MASTER PLUMBING CONTRACTOR (MUST BE REGISTERED WITH STATE)

Please note that all work not within the scope of the above Contractor shall be completed by a licensed subcontractor. Bid Guaranty: Each bid shall be accompanied by a bid guaranty in an amount equal to five percent (5%) of the bid amount. Performance and Payment Bonds: A Performance Bond and a Payment Bond each in an amount equal to one hundred percent (100%) of the Contract amount or an alternative form of security permitted by the County’s Procurement Code must be submitted by the successful Bidder within fifteen (15) calendar days after notification of award by the County. Cone of Silence Ordinance: The Cone of Silence is in effect for this project. Section 1-266, of the Broward County Code of Ordinance, as amended, provides that after the advertisement of the bid solicitation, potential vendors and their representatives are substantially restricted from communicating regarding the Bid with the County Administrator, Deputy County Administrator, Assistant County Administrator, Assistants to the County Administrator, their respective support staff, or any or any staff person that is to evaluate or recommend selection in this bid process. The Cone of Silence Ordinance further provides that after the bid opening for this solicitation, potential vendors and their representatives are substantially restricted from communicating regarding this Bid with the County Commissioners and their staff. For Invitations for Bids the Cone of Silence shall be in effect for staff involved in the award decision process at the time of the solicitation advertisement. The Cone of Silence shall be in effect for the Board of County Commissioners upon bid opening for the solicitation. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation. Any violations of this ordinance by any member(s) of the responding firm or joint venture may be reported to the COUNTY’s Office of Professional Standards. If there is a determination of violation, a

Notice for Bids Bid No. Y1038221C1 fine shall be imposed against the vendor as provided in the County Code of Ordinances. Additionally, a determination of violation shall render any award to a vendor who is found to have violated the Ordinance voidable, at the sole discretion of the Board of County Commissioners.