November 29, CITY OF PLANT CITY Purchasing Division (813)

Size: px
Start display at page:

Download "November 29, CITY OF PLANT CITY Purchasing Division (813)"

Transcription

1 November 29, 2018 CITY OF PLANT CITY Purchasing Division (813) IFB UM-LG 12-inch Water Transmission Main-Franklin St., Hancock St. and Terrace Drive West ADDENDUM No. 3 *Bidders are required to acknowledge this addendum in their response. The following is additional information, clarifications, questions and responses related to the above referenced IFB. Additional Information: A revised Bid Form is attached to this Addendum. Vendors must use this new form when submitting their bids. Questions: 1. What are the amount of days granted for this particular project? A: The days for construction are clearly listed in the bid document. 2. Regarding Ductile Iron Fitting Spec Will C153 be allowed over C110.. Or is C110 the only approved style of ductile iron fitting? A: C110 is the only approved ductile iron fitting. 3. What is the bid bond requirement? A: The amount of the bid. 4. Will this project require that permanent materials be Buy American or will import materials be allowed? A: The City does not have a Buy American policy. Materials should meet the required specifications.

2 5. Will the City of Plant city perform the QC testing or will it be the contractor s responsibility to include this in our costs? A: All testing is the Contractor s responsibility. 6. Bid item 16- Pavement Restoration- Will this bid item be used to pay for the open cut restoration on Monroe St, Franklin St, and Terrace Drive? Is this item to included Stabilization, Base and Asphalt Replacement? A: Bid Item No. 16, Pavement Restoration, is for pavement restoration for the project along Franklin Street, Monroe Street and Terrace Drive West. Restoration shall be limited to the limits of the open cut as indicated by the Drawings, and all necessary restoration exceeding this footprint will be at the Contractor s expense. Pavement and markings shall be restored in accordance with FDOT Standard Specifications for Road and Bridge Construction and/or City Standards. Payment will be based on linear feet restored. A revised Section 3 Bid Submittals for Item No. 16, Pavement Restoration, is included in this addendum. 7. Bid item 17- Base Replacement- Will this bid item be used for the base replacement on Hancock Street, if so could the limits be clarified? Since the alignment indicates that a large portion of this section will be under the base and the quantity of 60 lf does not correspond to the alignment replacement quantity anticipated. A: Bid Item No. 17, Base Material, is for base replacement for the project along Hancock Street. Replacement shall be limited to the limits of the open cut as indicated by the Drawings, and all necessary restoration exceeding this footprint will be at the Contractor s expense. Payment will be based on linear feet restored. A revised Section 3 Bid Submittals for Item No. 17, Base Material, is included in this addendum. 8. The bid for is showing a quantity of four (4) 12 Tapping Sleeve and Valve. Verify quantity. Sta Franklin Street Connection Sta Hwy 39 Connection A: In Section 3 Bid Submittals, the quantity for Item No. 12, 12 Tapping Sleeve & Valve, is two (2). 9. Plan Sheet G-001 Note 2, Contractor shall perform SUE, Soft Digs and Hire a Three Dimensional (3D) Ground Penetrating Radar (GPR) provider who will gather all existing utility information in accordance with contract documents. A: The requirement of Note 2 on sheet G-001 of the drawings has been removed from the project. 10. Plan Sheet G-001 Note 36, The owner may also obtain temporary construction for access on private properties adjacent to the construction. Where agreed

3 upon by the property owner. The Contractor shall be responsible for satisfying the conditions of the temporary construction agreement. Since there are no construction agreements in the specs, what is the contractor responsible for? A: The City did not obtain temporary construction for access on private properties adjacent to the construction for the project. As a result, the Contractor is not responsible for satisfying the conditions of a City acquired temporary construction for access on private properties adjacent to the construction. 11. Plan Sheet G-001 Note 41, there are no tree barricades shown on the plans. Which trees will require barricades? A: It is the responsibility of the Contractor to determine the location of any required tree barricades. 12. There are several large oak trees along the north side of Terrace Drive West. The proposed 12 Water Main is being installed between the asphalt and these trees. In order to perform this excavation, the root system will need to be cut along one side of these trees. By doing this it will either kill the oak trees or weaken them which may cause the trees to blow over in a storm. An example is a station 29+70, the 12 WM is shown 5 foot from the base of a 72 Oak. We are assuming these trees are not to be removed, since they are not labeled to be removed. Is the contactor liable for the trees dying and or blowing over? A: Yes. 13. There are only 3 trees shown to be removed at station Are we to assume no other trees are required to be removed since they are labeled as such in the plans? A: It is the responsibility of the Contractor to determine if any additional trees will be impacted during construction. 14. Plan Sheet G-102 Station Left shows a dirt drive. The driveway is concrete. Can a pay item for concrete drives be added or is this driveway paid for under item #19 driveway restoration? A: Yes, Item No. 19, Driveway Restoration, is for driveway restoration. 15. Pay Item #16 Pavement Restoration is by the LF. Can this be changed to SY? Also, the quantity of 100 LF is not accurate. There is 400 LF of asphalt restoration shown on plan sheets C-101 & C-102 alone. Is this item for Mill & Pave and asphalt restoration with the pipe trench? A: No, payment for Item No. 16, Pavement Restoration, is based on LF. A revised Section 3 Bid Submittals for Item No. 16, Pavement Restoration, is included in this addendum. 16. Pay Item #17 Base Material is by the LF. Can be changed to SY? Is this item only to be used for the road crossings within the pipe trench only?

4 A: No, payment for Item No. 17, Base Material, is based on LF. A revised Section 3 Bid Submittals for Item No. 17, Base Material, is included in this addendum. 17. Hancock Street is shown as a gravel road. Under what item is the gravel road restoration to be paid under? How much of the existing gravel road is to be replaced? Remove & Replace the entire gravel road and install fabric and new stone per the detail #6 on plans sheet C-901? Provide quantities. A: Bid Item No. 17, Base Material, is for base replacement for the project along Hancock Street. Replacement shall be limited to the limits of the open cut as indicated by the Drawings, and all necessary restoration exceeding this footprint will be at the Contractor s expense. Payment will be based on linear feet restored. A revised Section 3 Bid Submittals for Item No. 17, Base Material, is included in this addendum. 18. At station the plans show connecting to the existing water main with a 12 Tee. Can this existing water main be shut down or is a line stop required? A: Connect to the existing 12 water main with a 12 tapping sleeve and valve. 19. Pay Item #12 calls for 2 12 Tapping Sleeves and Valves. One is located at station Where is the second one located? A: The connection to the existing 12 water main at station is with a 12 tapping sleeve and valve. 20. Per sheet 10 of the specifications, section 2, what permits are required by the contractor? If any are required, what are the cost? A: Section 2 Scope of Work states that the contractor is to provide the required permits and maintenance of traffic (MOT) for the project. The Contractor will be required to determine the required MOT cost. Permits to be provided to the contractor include FDEP, FDOT, and City of Plant City ROW permit. 21. Are signed and sealed MOT plans required or can FDOT Index s be used? A: Per Item No. 3, Maintenance of Traffic, the Contractor is required to provide signed and sealed MOT Plans. 22. Is 4.5 of top soil required to be placed under the proposed Bahia sod per the finish grade spec? A: The Contractor shall follow the requirements in Section , Solid Sodding. 23. What type of material is the existing 30 RCW Line that we have to go underneath at station 10+70? Is the existing line restrained or will restraints need to be installed since we are excavating underneath it?

5 A: The material is unknown. It is the contractor s responsibility to determine the material of the pipe as well as the means and methods of the pipe installation. The City does not dictate means and methods. 24. Is thermo required for the replacement striping or paint? A: Per Item No. 16, Pavement Restoration, Pavement and markings shall be restored in accordance with FDOT Standard Specifications for Road and Bridge Construction. 25. Is silt fence required for the entire length of the water Main? A: The Contractor is responsible for an erosion control plan. All other requirements, terms and conditions of the Bid Document remain unchanged.

6 Revised Bid Form This form must be used for bid submittal. Pursuant to and in compliance with your Invitation to Bid, Plans, Specifications, Instruction to Bidders, the Fixed Price Construction Contract between Owner and Contractor, Special Conditions and other documents related thereto, the undersigned does hereby propose to furnish all labor, materials and other equipment necessary to complete the work. All work is to be performed in accordance with the contract documents, project manual and all addenda, if any issued prior to the date of the work at the prices listed herein as follows: Item Description Quantity Units Unit Cost Total Cost No 1 Mobilization/Demobilization 1 LS $ $ 2 Project Record Documents 1 LS $ $ 3 Maintenance of Traffic 1 LS $ $ 4 12" C-900 PVC Water Main 2,300 LF $ $ 5 12" MJ Gate Valve 2 EA $ $ 6 12" x 12" MJ Tee 2 EA $ $ 7 12" MJ Plug 2 EA $ $ 8 12" MJ 90-degree Bend 2 EA $ $ 9 12" MJ 45-degree Bend 26 EA $ $ 10 12" MJ 22.5-degree Bend 1 EA $ $ 11 12" MJ degree Bend 3 EA $ $ 12 12" Tapping Sleeve & Valve 2 EA $ $ 13 Fire Hydrant Assembly 1 EA $ $ 14 2" Combination Air Release Valve 4 EA $ $ 15 Sample Point 3 EA $ $ 16 Pavement Restoration 450 LF $ $ 17 Base Material 650 LF $ $ 18 Sod Restoration 900 LF $ $ 19 Driveway Restoration 1 EA $ $ TOTAL BID $ Total Price in Words: Authorized Signature: Printed Name: Address: Date: Person to execute contract: (print name) Primary Phone Number: