Lift Stations 2 & 3

Project Files

  • Addendum 2
    • Signed Addendum 2 - Non-Mandatory Site Tour and Revised Schedule.pdf Uploaded: 8/31/2023 (100 kb)
  • Solicitation
    • LS2 and LS3 Bid Document with Deduct Final.pdf Uploaded: 8/17/2023 (1364 kb)
  • Specifications
    • CCUA LS2 Part A and LS3 Part B Improvements Tech Specs 22-23-A16 4-26-23.pdf Uploaded: 8/17/2023 (28733 kb)
  • Addendum 1
    • Signed Addendum 1 - Pre-Bid Meeting - LS2 and LS3.pdf Uploaded: 8/31/2023 (43 kb)
  • Plans
    • FINAL- Bid 2022-2023-A16 CCUA LS-2 Part A AND LS3 Part B 8-09-23 24x36.pdf Uploaded: 8/17/2023 (42123 kb)
  • Addendum 3
    • ITB 22-23-A16 Signed Addendum 3 - Response to Questions - LS2 and LS3 Improvements.pdf Uploaded: 10/3/2023 (107 kb)

Project Info

Project # B230904
Project Name Lift Stations 2 & 3
Location Doctors Lake area
Address
City Orange Park
State FL
Zip
Bid Date October 3, 2023
Bid Time 12:00 PM
 
Scope
LS2 IMPROVEMENTS (PART A) 
The Selected Contractor shall perform the Work complete, in place and make ready for 
construction of a complete rehabilitation of the existing Clay County Utility Authority (CCUA) 
Lift Station 2 (LS2) duplex pump station as a triplex pump station as described in the Contract  Documents. The LS2 shall always stay in operation during construction either by the existing LS2 components or temporary bypass pumping operations. The Selected Bidder shall furnish, unless otherwise noted, all necessary permits, labor, equipment and materials to complete the following: 
 
1. Mobilization/Demobilization, General Requirements, Bonds and Insurance. 
 
2. Contractor is responsible for protecting existing materials, structures, and 
equipment on-site during construction activities. 
 
3. Site Work 
• Remove, demolish and/or abandon equipment and structures from LS2 site including but not limited to pump building, pumps, level control equipment, discharge pipes, and all other equipment in wet well interior, valves, and fittings, wet well, gravity sewer piping, forcemain, electrical equipment, control panels, power pole and overhead service, generator, electrical conduits, concrete pads and other concrete structure, and existing water and telephone services. Demolition may require phasing in order to maintain the existing LS2 in operation during the primary duration of the construction period. Equipment shall be retained by CCUA as noted in the construction documents. 
• Remove vegetation, noted trees, and clear site as needed. 
• Temporarily remove and restore fencing along access drive to LS2 as 
necessary for construction equipment access.  Site shall remain secure at 
all times. 
• Install new 10-feet (inside diameter) precast polymer concrete wet well 
structure.  
• Install five new 4-feet (inside diameter) precast polymer concrete 
manholes, including two saddle manholes and one manhole with drop 
connection.  
• Install new 10-inch and 15-inch PVC gravity sewer piping between new manholes and wet well structure to reroute gravity sewer. 
• Install new triplex pumps, bases, stainless steel discharge and suction 
piping, cable rack, level control equipment, above grade stainless steel 
piping and valves, below grade 10-inch PVC forcemain, tapping sleeve and 
valve for connection to existing 10-inch forcemain. Use 10-inch linestop 
and plug to abandon segment of existing 10-inch forcemain.  
• Install new pump station control panel to CCUA standards, PLC Controls, 
Operator Interface Panel.  
• Install new electrical service, service meter, service entrance main breaker, 
demarcation box, electrical equipment racks, grounding, conduit, and wire, 
and site light.  
• Install new generator with integral fuel tank and enclosure on cast-in-place 
concrete foundation.  
• Bypass the lift station by establishing bypass pumps, piping, and 
connections between the influent gravity sewer or wet well and the existing 
6-inch discharge forcemain bypass connection onsite. Detailed bypassing 
specifications are provided. 
• Cut, fill and grade LS2 site, construct new concrete slab and cast-in-place  
retaining wall at LS2, new gravel/rock driveway to property line, and grass 
parking area within site. 
• Install new 2-inch water service from Shenandoah Drive S and new 
backflow preventer and hose connection. 
• Construct new chain link fencing with privacy slats and 16 ft wide double 
swing gate around LS2 site.  Construct bump stop along south and west 
sides of concrete pad.  
• Construct new handrail/guardrail system along access drive transition to 
lower site. Construct curb as indicated.  
• Restore all areas of lift station site, access drive, and Shenandoah Drive S 
right-of-way disturbed by proposed construction. 
• Collect and remove to an approved disposal facility all construction debris, 
trash, garbage, etc. that results from the Contractor’s operations. 
LS3 IMPROVEMENTS (PART B) 
The Selected Contractor shall perform the Work complete, in place and make ready for 
construction of a complete rehabilitation of the existing Clay County Utility Authority (CCUA) 

Lift Station 3 (LS3) duplex pump station as described in the Contract Documents.
The LS3 shall always stay in operation during construction either by the existing LS3 components or temporary bypass pumping operations. The Selected Bidder shall furnish, unless otherwise noted, all necessary permits, labor, equipment and materials to complete the following: 
 
1. Mobilization/Demobilization, General Requirements, Bonds and Insurance. 
 
2. Contractor is responsible for protecting existing materials, structures, and 
equipment on-site during construction activities. 
 
3. Site Work 
• Remove, demolish and/or abandon equipment and structures from LS3 site 
including but not limited to pump building, pumps, level control 
equipment, discharge pipes, and all other equipment in wet well interior, 
valves, and fittings, wet well, gravity sewer piping, electrical equipment, 
control panels, telemetry tower, fence (partial) and gate, power pole and 
overhead service, generator and slab, electrical conduits, and existing water 
services. Demolition may require phasing in order to maintain the existing 
LS3 in operation during the primary duration of the construction period. 
Equipment shall be retained by CCUA as noted in the construction 
documents. 
• Remove vegetation and clear site as needed. 
• Remove existing chain link fencing and gates fronting Moody Avenue. 
Replace fencing with new chain link fencing with privacy slats and double 
swing gate. 
• Install new 8-feet (inside diameter) precast polymer concrete wet well 
structure.  
• Install four new 4-feet (inside diameter) precast polymer concrete 
manholes, including one saddle manhole and two manholes with drop 
connections.  
• Install new 8-inch and 10-inch PVC gravity sewer piping between new 
manholes and wet well structures to reroute gravity sewer.  
•  Install new pumps, bases, stainless steel discharge and suction piping, 
cable rack, level control equipment, above grade stainless steel piping and 
valves, below grade 6-inch PVC forcemain, 6-inch insert valve, and 
connection to existing 6-inch forcemain. 
• Install new pump station control panel to CCUA standards, PLC Controls, 
Operator Interface Panel.  
• Install new electrical service, service meter, service entrance main breaker, 
demarcation box, electrical equipment racks, grounding, conduit, and wire, 
and site light.  
• Install new generator with integral fuel tank and enclosure on cast-in-place 
concrete foundation. 
•  Bypass the lift station by establishing bypass pumps, piping, and 
connections between the influent gravity sewer or wet well and the existing 
dual 4-inch discharge forcemain bypass connection onsite. Detailed 
bypassing specifications are provided. 
• Remove portion of existing water services and replace with new backflow 
preventer and hose connection in alternate location. Install new water 
service and end connections for static water pressure reading. 
• Fill and grade LS3 site, construct new concrete slab at LS3, new concrete 
driveway to Moody Avenue, and rock cover within site. 
• Restore all areas of lift station site and Moody Avenue right-of-way 
disturbed by proposed construction.  
• Collect and remove to an approved disposal facility all construction debris, 
trash, garbage, etc. that results from the Contractor’s operations. 
Plans
Other Info

PROJECT Specific Requirements:

01.  Deadline for Questions to Engineer: 09.12.23 @ 5:00PM

02.  Liquidated Damages: $200 per calendar day after Substantial Completion date

03.  Schedule: 180 calendar days to Substantial Completion

04.  Engineers Estimate:

05.  Proposal Acceptance Period: Ninety (90) days form the date of bid deadline.

06.  Minority Requirement(s): N/A

07.  Warranty: One (1) year from the Date of Substantial Completion or for such longer periods of time as may be set forth with respect to specific warranties contained in the trade sections of the Specifications.

08.  Davis Bacon Wage Rates: N/A

09.  Certified Payroll: N/A

10.  American Iron and Steel: N/A

SUPPLIER General Requirements:

01.  Provide all of the normal and customary work necessary for a complete and operating system.  Seal water trains, anchor bolts, and any other item specifically called for in the relevant specification, or related specification, shall be included.

02.  Equipment or materials shall only be shipped under written direction from PSCC. 

03.  Purchase Order includes all manufacturers’ services (i.e. certification & startup) of equipment and materials as specified.

04.  Vendor shall include all material, equipment and labor escalation costs for the duration of the construction schedule.

05.  When or if on site, Vendor shall adhere to the PSCC General Guidelines Concerning Safety and Policy Procedures for Subcontractors, Vendors, Jobsite Visitors, which are general safety standards for all persons on site.

06.  Submittals and shop drawings shall be in electronic format, or as further described in the specifications.

07.  Site hours will be forty (40) hours per week, five (5) days per week; Monday through Friday, between the hours of 7:00AM and 5:30PM.

 

SUBCONTRACTOR General Requirements: (include in all IFB’s on Pipeline)

01.  Supply qualified supervision, qualified operators, qualified labor, material, heavy equipment, hand tools, associated appurtenances and all other items required to complete the scope of work.

02.  The subcontractor is required to coordinate their work with PSCC and all other subcontractors on site.

03.  All survey and layout required for the performance of this subcontract is the responsibility of the subcontractor.  PSCC will establish reference benchmarks and baselines, as specified, for subcontractor use.

04.  Subcontractor shall provide Payment and Performance bonds in the amount equal to 100% of subcontract value for subcontracts in excess of $100,000; or unless otherwise noted.

05.  Subcontractor shall include all federal, state and local sales and use taxes.

06.  Subcontractor shall provide all necessary trade specific permits.  The Building Permit and NPDES Storm Water Permit will be obtained by PSCC.

07.  Materials testing shall be provided by PSCC.  This does not include trade specific testing such as welding inspections or destructive/non-destructive weld testing, or other special inspections.  It includes concrete, grout, soil and asphalt testing.  All other testing in the various specifications required by the manufacturer, or performance testing (pressure testing pipe, hydrostatic testing of water bearing structures, etc.) shall be by this Subcontractor.

08.  Subcontract includes all manufacturers’ service of equipment and materials provided under this subcontract.

09.  Subcontractor shall include all unloading and hoisting of equipment and materials provided under this Subcontract, or by the Owner if applicable.

10.  Subcontractor shall use job site waste disposal containers provided by PSCC.  All waste shall be nonhazardous and placed in the proper container, should different types of job site waste require different containers.  Subcontractor will remove debris daily and provide a “broom clean” work area prior to leaving the job site each day.  Waste shall be strictly limited to general waste; not demolished or excess material such as concrete, asphalt, utilities, etc.

11.  Subcontractor shall use sanitary facilities provided by PSCC.

12.  Subcontractor responsible for all saw cutting, core drilling and concrete patching required to accomplish the work of this subcontract.

13.  Subcontractor to attend a jobsite coordination meetings a minimum of two weeks prior to the start of their work.

14.  Subcontractor shall include all material, equipment and labor escalation costs for the duration of the construction schedule.

15.  The insurance requirements must be met prior to the start of work.  SUBCONTRACTOR SHALL NOT BE ALLOWED TO START WORK OR RECEIVE PAYMENT UNTIL ALL ACCEPTABLE INSURANCE DOCUMENTATION IS RECEIVED BY PSCC.

16.  Subcontractor shall adhere to the PSCC General Guidelines Concerning Safety and Policy Procedures for Subcontractors, Vendors, Jobsite Visitors, which are general safety standards for all persons on site.

17.  Submittals and shop drawings shall be in electronic format. 

18.  Site hours will be forty (40) hours per week, five (5) days per week; Monday through Friday, between the hours of 7:00AM and 5:30PM.

 

Notices

If you are looking for attached files related to a Notice, go back to the Home tab ("Project Files" are on the right side).
Title Created By Created On
Lift Stations 2 & 3 Lori Keller 8/31/2023
Addenum 3 Lori Keller 10/3/2023

Estimators

Company Estimator Phone Extension Fax Email
Petticoat-Schmitt Civil Contractors, Inc. Joe Fisher 904-854-7423 904-751-0988 jfisher@petticoatschmitt.com

If you have project-related questions, please contact your contractor or use the "Submit Question" tab.
If you are having technical difficulties downloading, please email support@pipelinesuite.com or call 949-222-0400.