16

In accordance with Instructions to Bidders, we hereby

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: In accordance with Instructions to Bidders, we hereby
Page 2: In accordance with Instructions to Bidders, we hereby

Orange County Water District

Groundwater Replenishment System Addendum No. 2

Final Expansion Page 2 of 6

In accordance with Instructions to Bidders, we hereby issue Addendum No. 2, as indicated by the attached sheets. Acknowledge receipt of this Addendum by inserting its number and date on the Bid Form, Item 12, page P-6. This addendum forms a part of the Contract Documents and, with respect to the Contract Documents, this Addendum shall govern. The effort/cost of work included or excluded by this addendum shall be reflected in the Bidder’s Sealed Bid.

A. MODIFICATIONS TO THE FRONT END DOCUMENTS

1. NOTICE INVITING BIDS

DELETE: On Page N-1 in first paragraph, “Tuesday, July 9, 2019”.

ADD: In place of deleted, “Tuesday, July 23, 2019”.

2. INFORMATION FOR BIDDERS, Page I-6, Interpretations and Addenda.

ADD: To end of section, “Clarifications, interpretations, and questions must be received by the Project Manager no later than fourteen calendar days (14) prior to bid opening.”

B. MODIFICATIONS TO THE TECHNICAL SPECIFICATIONS

1. Section 02396, “1-1 The Requirement”

ADD: The following at end of section, “F. The Contractor or specialty contractor shall be responsible for supplying all power necessary for completion of the work in Section 02396 and in drawings 144-SM-010 thru 144-SM-070.”

2. Section 01640A, “Valve and Gate Schedule”

ADD: The following,

3. Section 01640A, “Valve and Gate Schedule”

Page 3: In accordance with Instructions to Bidders, we hereby

Orange County Water District

Groundwater Replenishment System Addendum No. 2

Final Expansion Page 3 of 6

DELETE: On pages 1 and 2 the following valves in their entirety, 144-A05-IW-AVRV-0100, 144-A04-IW-AVRV-0100, 144-A03-IW-AVRV-0100, 144-A02-IW-AVRV-0100, and 144-A01-IW-AVRV-0100.

4. Section 01640A, “Valve and Gate Schedule”

REPLACE: On pages 1 and 2 the size of the valves 144-A05-SE-AVRV-0100, 144-A04-SE-AVRV-0100, 144-A03-SE-AVRV-0100, 144-A02-SE-AVRV-0100, and 144-A01-SE-AVRV-0100 from “1” to “2”.

5. Section 01640A, “Valve and Gate Schedule”

DELETE: On page 2 for valve 144-A01-SE-AVRV-0115, “144-I-012” and “1/2”.

ADD: In place of deleted the following respectively, “144-I-010” and “12”.

6. Section 01640A, “Valve and Gate Schedule”

DELETE: On page 2 for valves 144-A01-SE-NV-0140 and 144-A02-SE-NV-0140, the “NV” and “Needle”.

ADD: In place of deleted the following respectively, “PV” and “Plug”.

7. Section 11400, “Reverse Osmosis Treatment System”

DELETE: In Section 2-3 “Anticipated Water Quality” table in its entirety.

ADD: In place of delete the following new revised table.

Anticipated Water Quality (all units in mg/L unless stated otherwise)

Parameter Minimum

Value

Average

Value

Maximum

Value

Temperature (deg F) 67.1 74.7 80.6

pH 7.2 7.5 7.7

Ammonia Nitrogen (NH4-N) 3.0 6.8 13.1

Alkalinity 210 235 289

Hardness 239 267 352

TDS 1,102 1,442 1,925

Nitrate Nitrogen (NO3-N) 5.6 6.3 8.55

Total Nitrogen 12.1 18.3 29.4

Phosphate as PO4 0.13 0.67 1.6

Total Organic Carbon (TOC) 6.5 10.7 16.1

Aluminum (Al) 0.004 0.01 0.019

Calcium (Ca) 52 73 98

Magnesium (Mg) 16.8 20.3 26.3

Sodium (Na) 215 350 472

Potassium (K) 20.0 22.4 27.3

Barium (Ba) 0.0001 0.0001 0.0001

Page 4: In accordance with Instructions to Bidders, we hereby

Orange County Water District

Groundwater Replenishment System Addendum No. 2

Final Expansion Page 4 of 6

Iron (Fe) 0.01 0.46 1.36

Manganese (Mn) 0.025 0.064 0.12

Bicarbonate (HCO3) 257 314 353

Sulfate (SO4) 124 173 245

Chloride (Cl) 329 434 618

Fluoride (F) 0.7 0.8 1.0

Silica (SiO2) 13.8 20.8 31.5

Strontium (Sr) 0.9 0.34 0.78

* Data for separate constituents listed were accumulated during multiple sample periods, reflecting conditions that may not simultaneously occur.

C. MODIFICATIONS TO THE PLANS (Note: Sheets not being re-issued for Addendum

unless noted)

1. Drawing No. 100-Y-259

DELETE: On Piping Plan, “235-P-015”.

ADD: In place of deleted, “210-P-015”.

2. Drawing No. 100-Y-290

DELETE: Drawing 100-Y-290.

ADD: In place of deleted, attached new Drawing 100-Y-290.

3. Drawing No. 100-Y-292

DELETE: Drawing 100-Y-292.

ADD: In place of deleted, attached new Drawing 100-Y-292.

4. Drawing No. 100-Y-293

DELETE: Drawing 100-Y-293.

ADD: In place of deleted, attached new Drawing 100-Y-293.

5. Drawing No. 100-Y-294

DELETE: Drawing 100-Y-294.

ADD: In place of deleted, attached new Drawing 100-Y-294.

6. Drawing No. 144-S-012, For 3’-9” x 3’-9” concrete equipment pad located

Page 5: In accordance with Instructions to Bidders, we hereby

Orange County Water District

Groundwater Replenishment System Addendum No. 2

Final Expansion Page 5 of 6

west of transformer pad.

DELETE: One of the “3’-9”” dimensions.

ADD: In place of deleted “9’-9” (See Note 12)”

ADD: The following note, “12. The equipment shall be oriented such that service to the equipment panel(s) will occur atop the concrete pad not adjacent asphalt. Orientation to be coordinated with Owner.”

7. Drawing No. 235-P-009

DELETE: On Plan Note 1, “100-Y-259”.

ADD: In place of deleted, “210-D-011”.

8. Drawing No. 140-I-010

DELETE: Ball valve “140-BV-0136”.

ADD: In place of deleted, “140-PV-0136”.

9. Drawing No. 144-I-010

DELETE: Ball valve “A01-BV-0115”.

ADD: In place of deleted, “A01-PV-0115”.

10. Drawing Nos. 144-I-010, 144-I-011, and 144-I-012

REPLACE: Ball valves serving valves 144-A05-SE-AVRV-0100, 144-A04-SE-AVRV-0100, 144-A03-SE-AVRV-0100, 144-A02-SE-AVRV-0100, and 144-A01-SE-AVRV-0100 from “1” to “2”.

11. Drawing Nos. 144-I-010, 144-I-011, and 144-I-012

REPLACE: On IW feed to pump A05, A03, and A01, “3/4-STL-D” to “3/4-STL-IW”.

12. Drawing Nos. 210-I-080, 210-I-082, 210-I-084, 210-I-086, 210-I-102, 210-I-104,

210-I-106, 210-I-108, 210-I-130, 210-I-132, 210-I-134, and 210-I-136

DELETE: On 24” pipeline downstream of BFV-805 at three locations “STL/L” from 24-STL/L-BWW.

ADD: In place of deleted, “316SS”.

13. Drawing Nos. 210-I-081, 210-I-083, 210-I-085, 210-I-087, 210-I-103, 210-I-105,

210-I-107, 210-I-109, 210-I-131, 210-I-133, 210-I-135, and 210-I-137

Page 6: In accordance with Instructions to Bidders, we hereby

Orange County Water District

Groundwater Replenishment System Addendum No. 2

Final Expansion Page 6 of 6

DELETE: On 24-STL/L-BWW pipeline, “STL/L”.

ADD: In place of deleted, “316SS”.

14. Drawing No. 510-I-720, 510-I-745, 510-I-765 and 510-I-785

DELETE: “316SS” from the “2-316SS-ROF” line after RO Bank 2.

ADD: In place of deleted “DSS”

D. OTHER

1. POTENTIAL BIDDER RFIs

A log of RFIs submitted and responded to has been included in Attachment 1.

2. RE-ISSUED DRAWINGS Re-issued drawings have been included in Attachment 2.

3. RE-ISSUED SPECIFICATIONS (NOT USED)

Page 7: In accordance with Instructions to Bidders, we hereby

Attachment 1

Information Requests and Responses

Page 8: In accordance with Instructions to Bidders, we hereby

Prebid Meeting 0 1 Is 6% a requirement or just a goal for MBD/DBE participation? The DBE participation of 6% is a goal not a requirement. 5/2/2019

Prebid Meeting 0 2 Have either of the previous GWRS Projects required AIS participation and goals?

Neither the original GWRS nor the GWRS Initial Expansion necessitated compliance with

the American Iron and Steel (AIS) requirement since the constructions of both phases of

the GWRS occurred before January 17, 2014, the date of enactment of the Consolidated

Appropriations Act (Public Law 113-76) which includes an AIS requirement.

5/2/2019

Prebid Meeting 0 3 If current projects at Plant 2 are not finished how can we complete the Expansion?All the project components in this bid contract can be completed and tested without the

OCSD Plant 2 projects.5/2/2019

Prebid Meeting 0 4 Where is the equipment access point for the MF basement?

Through the 8-ft square access hatches on MF deck and/or through the sawcut openings

in existing MF basement walls (to be completed as part of the work in this contract)

and/or through the existing freight elevator. An 8-ft square access hatch exists at Train

C and a new 8-ft square access hatch is to be installed as part of the Final Expansion near

Train F. See Drawing 210-S-042. See Addendum 1 for addtional requirement for use of

the existing freight elevator.

5/2/2019

Prebid Meeting 0 5Will the contractor have use of the bridge crane in the Final Product Water Pump

Station?

The contactor shall based bid on non-use of the bridge crane. However, Owner is open

to further discussion regarding bridge crane use during construction and may include

similar restrictions and requirements addressed in the addendum for use of the MF

elevator which includes cost for repair/maintenance.

5/2/2019

Prebid Meeting 0 6Are the various values and cost estimate from the Power point presentation accurate or

more up to date than what is in the Contract Documents?

The contractor is to use the values and estimates presented in the Contract Documents

unless changed by addendum. 5/2/2019

Shimmick 1 1

At the Pre-bid meeting, OCWD stated that Good Faith Effort documentation was to be

submitted by the apparent low bidder within 24 hours of the bid date.  We are

requesting that that it be changed so that the Good Faith Effort documentation from the

lowest bidder be provided within 72 hours of the bid date.

OCWD will accept Good Faith Documentation to be submitted by the apparent lowest

bidder within 72 hours of the bid opening date.5/10/2019

Shimmick 1 2

According to Exhibit C – Guidelines for Meeting the California State Revolving Fund

(CASRF) Programs (Clean Water and Drinking Water SRF) Disadvantaged Business

Enterprise Requirements: Six Good Faith Efforts (GFE) Item 2. “Make information on

forthcoming opportunities available to DBEs. Posting solicitations for bids or proposals

for a minimum of 30 calendar days in a local newspaper, before the bid opening date.”

Provide clarification: Please confirm that the solicitation must be placed a minimum of

30 days prior to the bid opening, but does not need to be run for a minimum of 30 days

total.

OCWD confirms that the solicitations for bids or proposals from DBE subcontractors

must be placed a minimum of 30 calendar days prior to the bid opening date. Therefore,

the solicitations for bids or proposals must be posted for a period of, at least, 30

consecutive days in a local newspaper or trade journals or website or building exchange

or a combination hereof. For example, a prime contractor may post its solicitation for

DBE subcontractors in a local newspaper for 5 calendar days and in trade journals for

the remaining 25 calendar days, for a combined posting period of 30 calendar days.

5/10/2019

Shimmick 1 3 Please confirm if there is a mandatory DBE Goal for this project.  The OCWD goal of 6% DBE participation is not a requirement for award of the project. 5/10/2019

ReceivedResponseContractor

Orange County Water DistrictGroundwater Replenishment System Final Expansion Project

Bid Period RFI Response Log

RFI No. Question#

Page 1 of 4

Page 9: In accordance with Instructions to Bidders, we hereby

ReceivedResponseContractor

Orange County Water DistrictGroundwater Replenishment System Final Expansion Project

Bid Period RFI Response Log

RFI No. Question#

Lyles 1 1

In regards to Good Faith Effort, please clarify whether the posting of bid solicitations

needs to happen a minimum of 30 days before bid or for a 30 day duration before bid.

There has been confusion on previous projects as to how long the actualy advertisement

needs to run (1 day or 30 days).

OCWD confirms that the solicitations for bids or proposals from DBE subcontractors

must be placed a minimum of 30 calendar days prior to the bid opening date. Therefore,

the solicitations for bids or proposals must be posted for a period of, at least, 30

consecutive days in a local newspaper or trade journals or website or building exchange

or a combination hereof. For example, a prime contractor may post its solicitation for

DBE subcontractors in a local newspaper for 5 calendar days and in trade journals for

the remaining 25 calendar days, for a combined posting period of 30 calendar days.

5/28/2019

Lyles 1 2 Is there a cut off date for asking pre-bid questions? The cutoff date will be 14 calendar days prior to bid opening. See Addendum 2. 5/28/2019

Lyles 1 3Sheet 235-P-090 Plan Note 1 indicates that the new 2"-PVC-DW is to connect to an

exisitng 10"-PVC-DW. Please clarify.

The 10"-PVC-DW pipeline is located just east of the new containment structure. See

Drawing 210-D-011 for location of DW pipeline. Addendum 2 will revise note to cite 210-

D-011.

5/28/2019

Lyles 1 4DWG 100-Y-259 shows the 1"-CU-PA heading West to a note "For Continuation See

DWG 235-P-015." This DWG doesn't exist please clarify.Drawing 210-P-015 should have been referenced. See Addendum 2 for correction. 5/28/2019

DH Water Systems Section 11345- Will Blue-White Peristaltic pump be accepted as an approved equal?

OCWD will not pre-approve this pump as an “or equal” at this time. The appropriate

protocol is to submit all documentation through the general contractor (i.e. a specific

submittal for our application) that will be reviewed by the Engineer and OCWD to

determine if it is “equal” during the submittal process.

5/28/2019

DH Water Systems

Section 11727MF: Will the Rotho  hose pump be accepted as an approved equal? This

pump is the updated version of the Siemens Chemtube that the district has been using

in a variety of chemical feed/transfer pump applications.

OCWD will not pre-approve this pump as an “or equal” at this time. The appropriate

protocol is to submit all documentation through the general contractor (i.e. a specific

submittal for our application) that will be reviewed by the Engineer and OCWD to

determine if it is “equal” during the submittal process.

5/28/2019

Shimmick 2 4

Due to the scope of this project that includes modifications to the existing

switchgear/MCC it is requested to be allowed access to this gear through a second job

walk where the Contractors have access to inspect this equipment.  This is critical to be

able to properly price out the modifications to the switchgear and MCC.

A job walk is scheduled for June 13, 2019 from 9:00 AM to 11:00 AM. Access to

equipment will occur during this meeting. Equipment will be opened by OCWD staff.5/31/2019

Shea 1 1

In Specification Section 15092 - 2-1.03 the VBF-3 High Performance Butterfly valve listed

as Keystone, is not manufactured anymore in the USA, and Emerson has discontinued its

AIS valve line. Do you wish to use exclusively DeZurik and Pratt for these valves, do you

have an additional valve manufacture to list or will it be acceptable to use Keystone

even if they don’t meet the requirements of AIS?

Under review. To be addressed in Addendum 3. 6/4/2019

Page 2 of 4

Page 10: In accordance with Instructions to Bidders, we hereby

ReceivedResponseContractor

Orange County Water DistrictGroundwater Replenishment System Final Expansion Project

Bid Period RFI Response Log

RFI No. Question#

Shea 1 2

In Specification Section 15092 - 2-1.05 the VBF-5 High Performance Butterfly valve listed

as Keystone, is not manufactured anymore in the USA, and Emerson has discontinued its

AIS valve line. Do you wish to use exclusively DeZurik and Pratt for these valves, do you

have an additional valve manufacture to list or will it be acceptable to use Keystone

even if they don’t meet the requirements of AIS?

Under review. To be addressed in Addendum 3. 6/4/2019

Shea 1 3

In Specification Section 15092 - 2-1.06 the VBF-6 Triple Offset Butterfly valve listed as

Vanesa, is not manufactured in the USA, but is exclusively made in Italy and will not

meet AIS requirements. Do you have an additional valve manufacture to list or will it be

acceptable to use Vanesa even if they don’t meet the requirements of AIS?

Under review. To be addressed in Addendum 3. 6/4/2019

Shea 1 4

In Specification Section 15092 - 2-1.07 the VBF-7 Butterfly valve tagged as 815-A05-BFV-

3405, listed as Tyco/Vanesa, is not manufactured in the USA, but is exclusively made in

Italy and will not meet AIS requirements. Do you have an additional valve manufacture

to list or will it be acceptable to use Vanesa even if they don’t meet the requirements of

AIS?

Under review. To be addressed in Addendum 3. 6/4/2019

Shea 1 5

In Specification Section 15101MF - 2-3. B the Type 2 Butterfly valve BFV-2, lists

Keystone, Crane, Jamesbury, Fisher and Masoneilon, none of which are manufactured in

the USA. Do you wish to use exclusively DeZurik for these valves, do you have additional

valve manufactures to list or will it be acceptable to use Keystone, Crane, Jamesbury,

Fisher or Masoneilon, even if they don’t meet the requirements of AIS.

Under review. To be addressed in Addendum 3. 6/4/2019

Shea 1 6

In Specification Section 01640A -Valve and Gate Schedule, page 2, the valve tagged 144-

A01- AVRV-0115, states that it is a 1/2" Air/Vac valve found drawing 144-I-012. We

cannot find this valve on the referenced drawing, but rather find this tag number on

drawing 144-I-010, where it is called out as a 12" valve. Please clarify this apparent

discrepancy.

The drawing referenced should be 144-I-010 and the size should be 12". See Addendum

2 for revisions.6/4/2019

Shea 1 7

In Specification Section 01640A -Valve and Gate Schedule, page 2, the valves tagged 144-

A01 & A02 -NV-0140, states that they are 6" Needle valves. We cannot find these valves

on the referenced drawing, but rather find two Plug Valves with the corresponding tag

numbers. Please clarify this apparent discrepancy.

The valves should be redesignated from Needle to Plug. See Addendum 2 for revision. 6/4/2019

Shea 1 8

On Drawing 210-I-080, the piping downstream of the waste valve BFV-E05-0805 is

depicted as changing to STL/L to the BWW flume. This is consistent on all BWW from all

trains. Yet on the drawing 210-M-013 the callout for the piping material downstream of

the referenced valves on all trains, is 316SS. Please clarify this apparent discrepancy.

The piping downstream of BFV-E05-0805 should be 316SS. See Addendum 2 for

revision.6/4/2019

Page 3 of 4

Page 11: In accordance with Instructions to Bidders, we hereby

ReceivedResponseContractor

Orange County Water DistrictGroundwater Replenishment System Final Expansion Project

Bid Period RFI Response Log

RFI No. Question#

Flatiron 1 1

Due to the size and complexity of this project and the large number of water

infrastructure projects that are currently out for bid across Southern California, we

respectfully request a minimum three week bid extension. An extensionis needed in

order for Prime Contractors to have sufficient time to provide a complete and

competitive estimate.

Bid date will be extended to July 23, 2019. See Addendum 2 for revision. 6/4/2019

Shea 2 9Due to the complexity of this project and the multiple sites that the work will take place

on, we respectfully request that the bid date be extended by two weeks.Bid date will be extended to July 23, 2019. See Addendum 2 for revision. 6/5/2019

Lyles 2 5

Specification section 01025-2.2 - Bid Item No. 6, Microfiltration Membranes: states "

The owner expects to finalize the selection process by no later than December 31,

2020", please confirm this is a typo and should read "December 31, 2019".

December 2020 is correct. A decision by December 2019 is targeted however the

contractor should plan for the decision to be made by December 2020.6/6/2019

Lyles 2 6

Outage N in specification 01140 describes the Diversion Structure (Plant 2) work. The

points of isolation state "stop plate at OOBS (24GGAT104) and Stop plate for 36'' plant

water pipeline connection at LOFLO PS/PWPS Junction Structure". Please provide

details on where these stop plates are located. Does the contractor need to provide or

just set them in place? Please provide the estimated amount of water needed to

dewater from the pipeline or provide the locations of isolation.

The OOBS stop plate is existing and resides at OOBS. The plant water stop is being

constructed as part of another OCSD project. The plant water stop plate will be located

near OOBS. Both stop plates will be installed by the GWRSFE contractor not OCSD,

OCWD, or another projects contractor. Addendum 3 will show the location of the stop

plates.

6/6/2019

Midwestern

Fabricators1 1

I would like to to request that Midwestern Fabricators be listed as an acceptable

manufacturer for the FRP Tanks found in specification 11249 and 13190.

Midwestern Fabricators will be added as an acceptable manufacturer. Addendum 3 will

reflect revision.6/6/2019

Page 4 of 4

Page 12: In accordance with Instructions to Bidders, we hereby

Attachment 2

Re-Issued Drawings

Page 13: In accordance with Instructions to Bidders, we hereby

XX

XX

XXXXXX

100-Y-290

GROUNDWATER REPLENISHMENT SYSTEM FINAL EXPANSION

PLANT 1OVERALL YARD PIPING PLAN

06/07/2019

Page 14: In accordance with Instructions to Bidders, we hereby

°

°

°

°

°

100-Y-292

GROUNDWATER REPLENISHMENT SYSTEM FINAL EXPANSION

PLANT 1YARD PIPING PLAN AND PROFILE 2 OF 2

06/07/2019

Page 15: In accordance with Instructions to Bidders, we hereby

100-Y-293

GROUNDWATER REPLENISHMENT SYSTEM FINAL EXPANSION

PLANT 1GAP PIPING PLAN AND PROFILE

06/07/2019

Page 16: In accordance with Instructions to Bidders, we hereby

100-Y-294

GROUNDWATER REPLENISHMENT SYSTEM FINAL EXPANSION

NORTH POC ENLARGED PLAN

06/07/2019