DocuSign Envelope ID: B616ADE6-31F9-45D2-9DEC-71B49409BC84
ADDENDUM NUMBER ONE
NAVASSA WASTEWATER COLLECTION SYSTEM REHABILITATION PROJECT
DWI PROJECT NO. SRP-W-0186
BRUNSWICK COUNTY PUBLIC UTILITIES
BRUNSWICK COUNTY, NORTH CAROLINA
This Addendum Number One is issued this 6th day of December 2023, to all parties who hold a
set of Bid Documents for the project entitled “NAVASSA WASTEWATER COLLECTION
SYSTEM REHABILITATION PROJECT, DWI PROJECT NO. SRP-W-0186.” This Addendum
Number One shall become part of the Contract Documents, and its receipt acknowledged on
the Bid Documents at the time of bidding.
The following changes and clarifications shall be made to the Contract Documents:
General
1.
2.
3.
As a reminder, sealed bids will be received at the Brunswick County Public
Utilities Operations Center, located at 250 Grey Water Road, NE Courthouse
Square, Carthage, North Carolina, until 3:00 p.m. on December 13, 2023, and
will then be publicly opened and read aloud.
Please find attached the minutes and attendance sheet from the Pre-Bid meeting
held on November 29, 2023. The minutes, and answers to questions therein, are
considered part of this addendum.
The Pump Prequalification requirement has been removed as described below.
Specifications
1. Section 223120:
a. REPLACE Section 1.8 with the following: PUMP MANUFACTURERS: Per
County standards, the following are considered approved pumps: Myers, Barnes,
Flygt, Fairbanks Morse, Sulzer/ABS, or approved equal.
b. Replace Section 2.3.D with the following: Motors shall be sized to ensure that
they are non-overloading throughout the entire pump curve associated with this
application, or have a horsepower rating sufficient to operate pumps up to 1.5
times the design flow.
Addendum #1 – 12/6/2023
22.07090
Page 1 of 2
DocuSign Envelope ID: B616ADE6-31F9-45D2-9DEC-71B49409BC84
2. Section 332765, REVISE Part 2.3.B, First sentence shall read as follows “Polyurea
system shall be OBIC or approved equal.”
This Addendum Number One is issued this the 6th day of December 2023.
Matthew R. Jones, P.E.
712 Village Rd SW, Suite 103
Shallotte, North Carolina 28470
12/6/2023
Addendum #1 – 12/6/2023
22.07090
Page 2 of 2
DocuSign Envelope ID: B616ADE6-31F9-45D2-9DEC-71B49409BC84
Shaping Communities Together
Pre-Bid Meeting Minutes
Project Name:
Owner:
NAVASSA WASTEWATER COLLECTION SYSTEM
REHABILITATION PROJECT
NCDWI PROJECT NO. SRP-W-0186
BRUNSWICK COUNTY PUBLIC UTILITIES
McGill Project #: 22.07090
Organizer:
Matthew Jones, P.E.
Meeting Date:
November 29, 2023, at 10:00 A.M.
Bid Opening Date: Wednesday December 13th, 2023, at 3:00 p.m. at 250 Grey
Water Road NE, Supply, NC, 28462.
1. Welcome, introductions and distribute sign-in sheet.
Name
Representing/Company
Phone
E-mail
Michael Norton, P.E.
Matthew Jones, P.E.
Jay Murray
Calvin Honeycutt
Coy McCalmon
Patrick Seay
Walter J Carmichael
McGill Associates, P.A.
McGill Associates, P.A.
McGill Associates, P.A.
United Rentals Fluid Solutions
Graham Construction
Zylem Dewatering
Carmichael Construction
910-367-6869
910-295-3159
910-619-4272
910-279-3213
910-617-7706
910-237-7135
910-457-6510
Dustin Wagram
Bob Tweedy
Peter Heuschneider
John Gregory
Mario Barron
Mitch Dillahay
State Utility
BCPU
BCPU
BCPU
BCPU
BCPU
910-367-0024
910-880-5827
910-664-8451
910-279-7206
910-269-8248
910-523-4729
Michael.norton@mcgillassociates.com
matthew.jones@mcgillassociates.com
james.murray@mcgillassociates.com
Choneycut1@ur.com
walter@carmichaelcc.com,
walterjr@carmichaelcc.com
dustin@sucontractors.com
bob.tweedy@brunswickcountync.gov
peter.heuschneider@brunswickcountync.gov
john.gregory@brunswickcountync.gov
mario.barron@brunswickcountync.gov
mitch.dillahay@brunswickcountync.gov
MCGILL ASSOCIATES 712 VILLAGE RD SW, SUITE 103, SHALLOTTE, NC 28470 / 910.755.5872 / MCGILLASSOCIATES.COM
DocuSign Envelope ID: B616ADE6-31F9-45D2-9DEC-71B49409BC84
Navassa Wastewater Collection System Rehab
Pre-Bid Meeting Minutes
Page 2 of 3
2. Project Description:
A. The work on this project shall include, without limitation, rehabilitation and
replacement of gravity sewer lines, manhole rehabilitation, and sewer lift
station improvements in the Town of Navassa.
B. The Work is bid as a Formal Bid.
C. Contract Times:
i. 175 calendar days to Final Completion from Notice to Proceed,
Liquidated Damages: $1,000/day.
ii. All bids shall be lump sum with provisions for unit prices as indicated in
the Form of Proposal.
D. Bid Security/Bond, Payment Bond and Performance Bonds are required.
E. Unit price bid schedule in Bid Form with Bid Quantities.
F. Project is funded by NCDWI State Reserve Funds. State funding
requirements apply.
G. Noted the insurance requirements as outlined in the General Conditions.
H. Bid Requirements were reviewed as follows:
i. Form of Proposal
ii. Bid Bond or Bid Security
iii. MBE/WBE Forms – Good Faith Efforts Form, Table A, Table B and
applicable information
iv. Contractor’s License info
3. Additional Items
A. Note that only those proposed manholes to be rehabilitated are listed on the
plan sheets – master list on G-002, and individual manholes are noted on
sheets C-102 through C-104.
B. Note Traffic Control Plan requirement and NCDOT approval prior to new line
construction. Also note NCDOT requirement for providing continued access
along Old Mill Road and along Royster Road during line replacement in these
areas.
C. Note requirement for bypass pumping that is included in the lump sum for
wetwell rehabilitation at Lift Stations.
D. Refer to Measurement and Payment section for details related to individual
bid items.
MCGILL ASSOCIATES 712 VILLAGE RD SW, SUITE 103, SHALLOTTE, NC 28470 / 910.755.5872 / MCGILLASSOCIATES.COM
DocuSign Envelope ID: B616ADE6-31F9-45D2-9DEC-71B49409BC84
Navassa Wastewater Collection System Rehab
Pre-Bid Meeting Minutes
Page 3 of 3
E. Note bid alternates as described in the Bid Documents:
i. Alternative Bid No. 1 - Install Klarbane Lift Station Transformer with
new 480V Delta-480/277 Wye
ii. Alternate Bid No. 1 - Replace Lena Springs Lift Station Pump Control
Panel
F. An optional site visit was offered to follow the agenda portion of the meeting.
No parties present were interested in a site visit at this time.
4. Reminder to submit any questions to matthew.jones@mcgillassociates.com. The
deadline for bidder questions and/or clarification will be on Friday, December 1st at
5:00 p.m.
5. Questions and Answers
A. Will active shoring be required for open cuts along NCDOT Roads?
i. Active shoring will not be required for NCDOT road open cut.
B. What flow should wetwell bypass pumping be sized for?
i. Bypass pumping for lift stations should be sized based on pump
design point for each lift station.
C. Will County provide flow monitoring during bypass pumping?
i. The Contractor shall be responsible for monitoring bypass pumping
while in operation.
D. Will lay-flat type pipe be allowed for bypass pumping?
i. Lay-flat will be allowed only in non-traffic rated applications.
E. Is allowance made for select backfill related to point repair?
i. Yes, a line for select backfill is included in the bid schedule. Contractor
shall be liable for any/all discharges from the bypass piping.
F. When does the County anticipate making award and executing contracts?
i. The County anticipates award within 60 days and contract execution
within 90 days of the bid opening.
MCGILL ASSOCIATES 712 VILLAGE RD SW, SUITE 103, SHALLOTTE, NC 28470 / 910.755.5872 / MCGILLASSOCIATES.COM