News Flash Home
The original item was published from 10/16/2024 10:21:25 AM to 10/17/2024 2:05:01 PM.

News Flash

Public Notices

Posted on: October 16, 2024

[ARCHIVED] ADDENDUM #3 - Shelby County North South Connector Project Phase 1

Public Notice Graphic

THE SHELBY COUNTY COMMISSION

NORTH-SOUTH CONNECTOR 

PHASE 1

 

ADDENDUM NO.  3

 

TO:     ALL PROSPECTIVE CONTRACTORS AND SUPPLIERS

 

The changes, modifications, clarifications and/or additions covered by and set forth in this Addendum No. 3 shall become part and be incorporated in the Specifications, Contract Documents, Bid Documents, and Plans for the above referenced project.   The Contractor shall include this Addendum as well as any previous and subsequent addenda that may be issued with his proposal Bid Documents as indicating his receipt and acceptance of its terms, requirements, and clarifications.

 

The Contractor shall also acknowledge receipt of this addendum on page BD-17 of the Specifications-Contractual Documents.

 

GENERAL CLARIFICATIONS:

  1. Re: Davis Bacon Wage Rates

Clarification: The wage rates for “Heavy Construction Projects” provided on pages SP-20 thru SP-24 are applicable to this phase of the project, not the “Building Construction Projects” rates.

 

SPECIFICATIONS:

  1. Re: Pages BD-10 & BD-17 - Bid Item 6 – 36” Restrained Joint Gaskets

Clarification: Restrained joint gaskets are not available for 36” diameter ductile iron pipe. In lieu of RJ Gaskets, prospective contractors and suppliers shall provide pricing for field restraint assemblies (American Field Flex-Ring, or equal). 

Revision: Bid Item 6 shall be for 36” Field Restraint Assembly. Replace Page BD-10 with the attached BD-10 (Add#3). Replace Page BD-17 with the attached BD-17 (Add#3).

 

  1. Re: Page BD-18 of the Bid Documents

Revision/Clarification: Quantity of Bid Item 12 – Concrete Thrust Collars and Pipe Anchors changed to “19” to account for thrust collars required on the three 16” and one 24” Branch Assemblies. Replace Page BD-18 with the attached BD-18 (Add#3).

 

  1. Re: Page BD-18 of the Bid Documents

Revision: Unit of measurement for Bid Item 21 – Rip-Rap, Extra changed to “Ton” as is stated in the Basis of Payment for this item. Replace Page BD-18 with the attached BD-18 (Add#3).

 

  1. Re: Bid Item 20 – Crushed Stone, Extra

Clarification: Gradation for this bid item shall be No. 57 stone.

 

 

 

DRAWINGS:

  1. Re: Sheet 27 - Typical Slope Protection Detail 

Clarification: Where required during construction per note #2 of the detail, this work will be considered incidental to the Bid Items 1 and 2, Ductile Iron Slip Joint or Restrained Joint Pipe.

 

  1. Re: Sheet 28 – Thrust Collar and Anchor Detail 

Approved Alternative: A Megalug is acceptable in place of the factory continuous welded thrust ring.

 

  1. Re: Sheet 29 – ARV Models

Revision: The ARV’s shall be changed to the following AIS/BABA compliant models:

Type A: Crispin PL20-US (151-300 psi)

Type B: Crispin AL43/PL20-US (151-300 psi)

Type C: Crispin VR63/SC/PL20-US

 

  1. Re: Sheet 29 – ARV Working Pressure Ratings

Revision: The working pressure rating for all ARV models (Type A, B, and C) shall be 300 psi, not the 350 (Type A) and 400 psi (Type B and C) shown on the plans.

 

  1. Re: Sheet 29 – Tapping Sleeves for ARV

Approved Alternate: A welded boss outlet of matching size may be used in lieu of the tapping sleeves shown. A letter from the manufacturer must be provided at the time of submittals certifying that the welded boss meets or exceeds the pressure rating of the pipe to which it is mounted. 

 

 

ITEMS 3 THROUGH 4 - VALVES

 

The Contract Unit Price Bid per each shall be payment in full for the furnishing of all labor, machinery, equipment, materials, and all incidentals necessary and required to install valves with valve boxes. This item shall include, but not be limited to: valve, valve box, concrete slab, valve pad, and nameplate or concrete donut (whichever is required by detail), bracing, and all incidentals necessary and required to complete the work per the Plans and Specifications and to the satisfaction of the Owner and Engineer. Restraining glands (i.e. mega-lugs) for mechanical joint valves shall be included in this item. If called for, tapping valves and flushing assembly valves shall be included in their respective connection items. 

 

ITEM 5 – MECHANICAL JOINT DUCTILE IRON FITTINGS, ALL SIZES

 

            The Contract Unit Price Bid per ton shall be payment in full for the furnishing of all labor, machinery, equipment, materials, and all incidentals necessary and required to install ductile iron fittings on water mains where indicated, specified, or required by the Engineer.  Unauthorized fittings will not be paid for.  Fittings shall have mechanical joints with glands as specified in Plans and Specifications.  Restraining glands (i.e. mega-lugs) for mechanical joint fittings shall be included in this item.  Payment will be made on invoice weights of the base fitting excluding the weight of all accessories (glands, bolts, gaskets, etc.).  This item shall include all incidentals associated with this work.   

 

ITEM 6 – 36” FIELD RESTRAINTS

 

            The Contract Unit Price Bid per each shall be payment in full for furnishing of all labor, machinery, equipment, materials, and all incidentals necessary and required to complete the installation of field restraint assemblies (American Field Flex-Ring, or equal) on ductile iron pipe as directed by the Engineer during construction. Field restraint assembly installation paid under this item shall include only extra field restraint assemblies installed during construction at the direction of the Engineer. 

 

ITEMS 7 THROUGH 9 - AIR RELIEF, ALL TYPES SHOWN

 

The Contract Unit Price Bid per each shall be payment in full for the furnishing of all labor, machinery, equipment, materials, and all incidentals necessary and required to install Air Valve Assemblies as shown on the drawings.  This includes, but is not limited to, all earth and rock excavation, backfill with specified material, bedding, sheeting and bracing, dewatering, removal of debris and excess material, all components, fittings, valves, piping, saddles as required, coatings, manhole, and all other accessories and all incidentals necessary and required to complete the work to the satisfaction of the Owner and Engineer.

 

ITEM 10 - 8" PVC DRAIN FOR AIR RELIEF

 

The Contract Unit Price Bid per linear foot shall be payment in full for the furnishing of all labor and materials to install 8" PVC drain for Type “C” Air Relief on grade and as shown on the drawings.  This includes all components including headwall and connection to manhole.  


 

BIDDER acknowledges receipt of the following ADDENDUM:

                                                                                                                                                            

                                                                                                                                                            

 

            BIDDER agrees to perform all the work described in the Contract Documents for the following unit prices or lump sum:

 

            Note:   The Owner has Sales and Use Tax Exemption status under Alabama law. BIDS shall include only those taxes which are applicable based on this tax exemption status. See Special Provisions for “Application For Tax Certificate of Exemption”.

 

ITEMS OF WORK

BID SCHEDULE

 

BASE BID

 

ITEM

QUANT

UNIT

DESCRIPTION

UNIT PRICE

TOTAL

1

26,000

Linear Foot

36” D.I. Slip Joint Pipe;

CL 250

 

$_______________

 

$_________________

2

3,500

Linear Foot

36” D.I. Restrained Joint Pipe; CL 250

 

$_______________

 

$_________________

3

7

Each

36” M.J. Butterfly Valves and Boxes; CL 250

 

$_______________

 

$_________________

4

2

Each

36” M.J. Resilient Seat Gate Valves and Boxes; CL 250

 

$_______________

 

$_________________

5

10

Ton

Ductile Iron Fittings, All Sizes

 

$_______________

 

$_________________

6

10

Each

36” Field Restraint Assembly

 

$_______________

 

$_________________

7

10

Each

Type “A” Air Relief Assembly

 

$_______________

 

$_________________

8

11

Each

Type “B” Air Relief Assembly

 

$_______________

 

$_________________

9

4

Each

Type “C” Air Relief Assembly

 

$_______________

 

$_________________

10

200

Linear Foot

8” PVC Drain for Type “C” Air Relief

 

$_______________

 

$_________________

11

6

Each

Flushing Assembly

 

$_______________

 

$_________________

12

19

Each

Concrete Thrust Collars and Pipe Anchors

 

$_______________

 

$_________________

13

20

Each

Unreinforced Concrete Thrust Block for D.I. Fittings

 

$_______________

 

$_________________

14

50

Each

Rip-Rap Ditch Checks

 

$_______________

 

$_________________

15

1,000

Linear Foot

Polyethylene Encasement for D.I. Pipe, 

 

$_______________

 

$_________________

16

1

Lump Sum

Creek Crossing #1

 

$_______________

 

$_________________

17

1

Lump Sum

Connection to Existing System

 

$_______________

 

$_________________

18

1

Lump Sum

24” Branch Assembly, Complete

 

$_______________

 

$_________________

19

3

Lump Sum

16” Branch and Hydrant Assembly, Complete

 

$_______________

 

$_________________

20

500

Cubic Yard

Crushed Stone, Extra

 

$_______________

 

$_________________

21

150

Ton

Rip-Rap, Extra

 

$_______________

 

$_________________

22

250

Cubic Yard

Class “B” Concrete, Extra

 

$_______________

 

$_________________

23

400

Square Yard

Asphalt Replacement for Open Cut

 

$_______________

 

$_________________

24

1

Lump Sum

Erosion and Sediment Control - Best Management Practices

 

$_______________

 

$_________________

25

1

Lump Sum

ROW and/or Easement Clearing and Grubbing

 

$_______________

 

$_________________

26

28,000

Linear Foot

ROW and/or Easement Restoration and Grassing

 

$_______________

 

$_________________

27

5

Each

Ditch Crossing

 

$_______________

 

$_________________

28

40

Each

Concrete Markers

 

$_______________

 

$_________________

29

1

Lump Sum

Mobilization[CC1] 

 

$___150,000_____

 

$_____150,000_____

30

1

Lump Sum

Owner Directed Allowance[CC2] 

 

$___400,000_____

 

$_____400,000_____

31

1

Lump Sum

Startup, Testing, Clean-up, and Use of Project[CC3] 

 

$___100,000_____

 

$_____100,000_____

 

 

TOTAL OF BASE BID                                           $                                                                    

 


 

Additional Info...
Facebook Twitter Email