Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Size: px
Start display at page:

Download "Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018"

Transcription

1 155 Corey Avenue St. Pete Beach, FL Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated in the above referenced RFB. Sealed bids still must be received by 10:00 AM on June 18, 2018, in the Office of the City Clerk, 155 Corey Avenue, St. Pete Beach Florida at which time they will be publicly opened and read. All bidders are invited to attend this bid opening, which will be held immediately following the closing time specified. Bids received after the deadline will not be accepted. Q: Is professional liability insurance required? A: Page 13 and 14 of the Request for Bid address insurance requirements for this project. Please see attached response from the Engineer of Record for the remaining questions and responses. Acknowledge receipt of this addendum by initialing and including this page with the submittal. Initial

2 June 11, 2018 Re: Valve Vault Request for Information Response To whom it may concern, The following comments were raised during the bid process, responses are in bold: 1). On sheet 004 Both linestops are noted to see detail on sheet 007. The only detail found on sheet 007 pertaining to the linestops is detail #4 Concrete Fitting Support Is this the detail being referred to? Yes, Detail 4 Concrete Fitting Support Detail is the detail being referenced. 2). It is our understanding that line stops with bypasses do not come in size on size. For this project I would expect that the 16 linestop would have a 12 bypass. Will a 12 bypass be adequate for the flows this pipe is carrying? Yes, a 12 Bypass should be sufficient for this length of pipe. 3). Just north of the vault the profile shows a deflection of the 16 force main. Is this due to a fitting? If we need to replace a fitting and will there be enough room for a fitting should the location of the 16 Plug valve need to be at Sta and the Check Valve at 2+86? The intention of the plans is to deflect the pipe between the check valve vault and the line stop fitting so a connection can be made. The deflection angle between the proposed profile and connection point confirmed by the vacuum excavate is less than one degree. This falls below the recommended deflection angle for most mechanical joint pipe fittings. A fitting should not be required. 4). Section 9 of the Technical Specifications, Pay Item No. 11 indicates that the new force main shall be PVC. Additionally, plan view on plan sheet 005 indicates PVC pipe. Is it your intention that the piping within the vault be PVC? if so what method or product is approved to create a flange on PVC pipe? The segments of pipe in question have been revised to Ductile Iron Pipe with a plain end to connect to the proposed plug valves and a flanged end to connect to the proposed check valve. Plans, specifications, and bid form have been revised to reflect changes. Items #5 #9 pertain to possible tankering. 5). Is the condition of the existing Cast Iron Pipe known? The condition of the pipe in this area is currently not known. 6). In the event that the pipe ruptures due to its condition prior to having bypassing in place, who s responsible for tankering the sewage? Per Note 5 of the Utilities Section on Sheet 002, The Contractor must prepare an emergency bypass plan for review by the Engineer. Plan should include provisions for the continuation of flow from the City of St. Pete Beach and the City of Treasure Island. The contractor would be responsible for the conveyance of the sewage. However, assuming the rupture of the pipe is caused by the condition of

3 City of St. Pete Beach June 11, 2018, Page 2 the pipe and not by Contractor s negligence, the cost of conveyance would a change order to the contract amount. 7). What is the location of the nearest upstream and downstream valve? The nearest operational upstream valve is at Pump Station No. 1 in St. Pete Beach at the corner of Boca Ciega Drive and 87 th Avenue. The nearest operational downstream valve that the City of St. Pete Beach has on record is at Lift Station 61/Pasadena Master Station at the Intersection of Pasadena Avenue South and Park Circle. The valve at Lift Station 61, could be used to isolate the Treasure Island and St Pete Beach force main, from the other three connections into Lift station 61. 8). Is any other municipality tied into the force main between the upstream and downstream valve, if so can they be diverted or will tankering be required? The City of Treasure Island has two lift stations that manifold through a central force main downstream of the project area. The existing valve vault where these force mains manifold is shown in the Survey along Central Avenue. The valves in this vault are non-operational. The Treasure Island stations and associated valves are located as follows: Treasure Island LS#4 Intersection of Paradise Blvd and Dolphin Drive Treasure Island Master Station Intersection of 108 th Avenue and Gulf Blvd. 9). How much sewer will need to be tankered from all sources should the unexpected happen? The amount of flow would be dependent on the situation and condition of the break or rupture. From the City of St. Pete Beach Model Capacity Report Addendum dated January 19, 2017, during a peak flow event the combined flow from St Pete Beach and Treasure Island could be as high at MGD. However, during average daily flows this is somewhere in the 6-8 MGD range. Items #10 13 pertain to M.O.T. 10). We will need to close one lane of traffic for the installation, will we need to keep two-way traffic on this section of 79 th St. S. requiring flaggers 24 hours per day during the lane closure? Traffic Control Notes listed on the General Notes Page where completed through a Pre-submittal review with the City of St. Petersburg. Any Maintenance of Traffic will have to be finalized with the City of St. Petersburg. Per Note 4 on Sheet 002, Contractor will be required to obtain a City of St. Petersburg Right-of-Way Permit If Contractor plans to use the Right-of-Way within the Treasure Island Causeway they must coordinate with the City of Treasure Island for Right-of-Way Use. 11). Can we detour traffic to the East or West along Causeway Blvd. S. to or from Central Ave. Traffic Control Notes listed on the General Notes Page where completed through a Pre-submittal review with the City of St. Petersburg. Any Maintenance of Traffic will have to be finalized with the City of St. Petersburg. Per Note 4 on Sheet 002, Contractor will be required to obtain a City of St. Petersburg Right-of-Way Permit If Contractor plans to use the Right-of-Way within the Treasure Island Causeway they must coordinate with the City of Treasure Island for Right-of-Way Use.

4 City of St. Pete Beach June 11, 2018, Page 3 12). Can we totally close 79 th St. S between Central Ave. & Causeway Blvd. S. (assuming we can detour) or do we need to keep one lane open? Traffic Control Notes listed on the General Notes Page where completed through a Pre-submittal review with the City of St. Petersburg. Any Maintenance of Traffic will have to be finalized with the City of St. Petersburg. Per Note 4 on Sheet 002, Contractor will be required to obtain a City of St. Petersburg Right-of-Way Permit If Contractor plans to use the Right-of-Way within the Treasure Island Causeway they must coordinate with the City of Treasure Island for Right-of-Way Use. 13). Assuming we need to keep one lane open, is there a preference if it is closed to Northbound or Southbound? Traffic Control Notes listed on the General Notes Page where completed through a Pre-submittal review with the City of St. Petersburg. Any Maintenance of Traffic will have to be finalized with the City of St. Petersburg. Per Note 4 on Sheet 002, Contractor will be required to obtain a City of St. Petersburg Right-of-Way Permit If Contractor plans to use the Right-of-Way within the Treasure Island Causeway they must coordinate with the City of Treasure Island for Right-of-Way Use. 14). Is professional liability insurance required? See response from the City of St. Pete Beach. 15). Per the technical specs 1.14, are test wells required in order to monitor the dewatering discharge? No, test wells are not required in order to monitor the dewatering discharge. 16). Replacement of the stripping and stop bars, does this need to be thermo? Replacement of the stripping and stop bars is required to be thermoplastic. Pay Item No. 16 has been revised to include this information. 17). Does the existing brick walkway at Causeway Blvd need to be removed and replaced or will this area be replaced with asphalt? This existing brick walkway will need to be removed and replaced. This information has been added to the plans, specifications, and bid form have been revised to reflect changes. Pavement Restoration quantities have been revised as well to reflect changes. 18). Note 1 on plan sheet 4, does the entire run need to be excavated or just one spot to verify the existing pipe? At a minimum, the pipe will need to be excavated at both locations where linestops will be placed. 19). Can 79 th St be closed between Causeway Blvd and Central Ave? Traffic Control Notes listed on the General Notes Page where completed through a Pre-submittal review with the City of St. Petersburg. Any Maintenance of Traffic will have to be finalized with the

5 City of St. Pete Beach June 11, 2018, Page 4 City of St. Petersburg. Per Note 4 on Sheet 002, Contractor will be required to obtain a City of St. Petersburg Right-of-Way Permit If Contractor plans to use the Right-of-Way within the Treasure Island Causeway they must coordinate with the City of Treasure Island for Right-of-Way Use. 20). What is the engineer s estimate? $317,200 Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. Jordan W. Walker, P.E. Project Manager

6 BID FORM ST. PETE BEACH VALVE REPLACEMENT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT 1 Mobilization(10%) 1 LS 2 Maintenance of Traffic 1 LS 3 As-Built Drawings 1 LS 4 Erosion and Sediment Control 1 LS 5 Pipe Inspection 1 LS 6 16" Plug Valve 3 EA 7 16" Check Valve 1 EA 8 Temporary Bypass 1 LS 9 16" Tee 2 EA 10 16" 90 Elbow 2 EA 11 16" Force Main (Updated in Addendum No. 1) 60 LF 12 Concrete Thrust Collar 2 EA 13 Precast Valve Vault, Manhole Ring, and Cover Casting 1 EA 14 Stainless Steel Pipe Supports 2 EA Pavement Repair and Road Restoration (Subgrade, Base, Mill & Resurface) (Updated in Addendum No. 1) Pavement Repair and Road Restoration (Mill & Resurface) (Updated in Addendum No. 1) 50 SY 84 SY 17 Curb and Gutter Replacement 80 LF 18 Dewatering 1 LS

7 BID FORM ST. PETE BEACH VALVE REPLACEMENT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT 19 Site Restoration & Landscaping 1 LS 20 16" Ductile Iron Pipe (Added in Addendum No. 1) 10 LF 21 Remove and Replace Brick Pavers (Added in Addendum No. 1) 14 SY CONSTRUCTION TOTAL

8 NORTH VALVE REPLACEMENT PREPARED FOR CITY OF ST. PETE BEACH PLAN AND PROFILE 004

9

10 Technical Specifications Section 9 - Pay Item Descriptions Valve Replacement SECTION 12 - PAY ITEM DESCRIPTIONS 9.01 SCOPE A. The scope of this section of the Contract Documents is to further define the items included in each Pay Item in the Bid Form section of the Contract Documents. Payment will be made based on the specified items included in the description in this section for each Pay Item. B. All contract prices included in the Bid Form section will be full compensation for all shop drawings, working drawings, labor, materials, tools, equipment and incidentals necessary to complete the construction as shown on the Drawings and/or as specified in the Contract Documents to be performed under this Contract. Actual quantities of each item bid on a unit price basis will be determined upon completion of the construction in the manner set up for each item in this section of the Specifications. Payment for all items listed in the Bid Form will constitute full compensation for all work shown and/or specified to be performed under this Contract ESTIMATED QUANTITIES The quantities shown are approximate and are given only as a basis of calculation upon which the award of the Contract is to be made. The City does not assume any responsibility for the final quantities, nor shall the Contractor claim misunderstanding because of such estimate of quantities. Final payment will be made only for satisfactorily completed quantity of each item WORK OUTSIDE AUTHORIZED LIMITS No payment will be made for work constructed outside the authorized limits of work MEASUREMENT STANDARDS Unless otherwise specified for the particular items involved, all measurements of distance shall be taken horizontally or vertically AREA MEASUREMENTS In the measurement of items to be paid for on the basis of area of finished work, the lengths and/or widths to be used in the calculations shall be the final dimensions measured along the surface of the completed work within the neat lines shown or designated LUMP SUM ITEMS 9-1

11 Technical Specifications Section 9 - Pay Item Descriptions Valve Replacement Where payment for items is shown to be paid for on a lump sum basis, no separate payment will be made for any item of work required to complete the lump sum items. Lump sum contracts shall be complete, tested and fully operable prior to request for final payment. Contractor may be required to provide a break-down of the lump sum totals UNIT PRICE ITEMS Separate payment will be made for the items of work described herein and listed on the Bid Form. Any related work not specifically listed, but required for satisfactory completion of the work shall be considered to be included in the scope of the appropriate listed work items. No separate payment will be made for the following items and the cost of such work shall be included in the applicable pay items of work. Final payments shall not be requested by the Contractor or made by the City until as-built (record) drawings have been submitted and approved by the City. 1. Shop Drawings, Working Drawings. 2. Clearing, grubbing and grading except as hereinafter specified. 3. Trench excavation, including necessary pavement removal and rock removal, except as otherwise specified. 4. Dewatering and disposal of surplus water. 5. Structural fill, backfill, and grading. 6. Replacement of unpaved roadways, and shrubbery plots. 7. Cleanup and miscellaneous work. 8. Foundation and borrow materials, except as hereinafter specified. 9. Testing and placing system in operation. 10. Any material and equipment required to be installed and utilized for the tests. 11. Pipe, structures, pavement replacement, asphalt and shell driveways and/or appurtenances included within the limits of lump sum work, unless otherwise shown. 12. Maintaining the existing quality of service during construction. 13. Maintaining or detouring of traffic. 14. Appurtenant work as required for a complete and operable system. 15. Seeding and hydro mulching. 16. As-built Record Drawings. PAY ITEM NO. 1 MOBILIZATION Measurement and payment for this Pay Item shall include full compensation for the required 100 percent (100%) Performance Bond, 100 Percent (100%) Payment Bond, all required insurance for the project and the Contractor's mobilization and demobilization costs as shown in the Bid Form. Mobilization includes, but it not limited to: preparation and movement of personnel, equipment, 9-2

12 supplies and incidentals such as safety and sanitary supplies/ facilities. Technical Specifications Section 9 - Pay Item Descriptions Valve Replacement Payment for mobilization shall not exceed 10 percent (10%) of the total Contract cost unless the Contractor can prove to the City that his actual mobilization cost exceeds 10 percent (10%). Partial payments for this Pay Item will be made in accordance with the following schedule: Percent of Original Contract Amount: Percent Allowable Payment of Mobilization/Demobilization Pay Item Price: These payments will be subject to the standard retainage provided in the Contract. Payment of the retainage will be made after completion of the work and demobilization. PAY ITEM NO. 2 MAINTENANCE OF TRAFFIC Payment for all work included, but is not limited to, under this Pay Item shall represent full compensation in accordance with the lump sum price bid for all maintenance of traffic, including coordination with the City of St. Petersburg and FDOT, and all equipment and manpower necessary to comply with the FDOT Design Standards 600 Series. Measurement for periodic payments of this lump sum Pay Item will be in accordance with the approved Schedule of Values, to be supplied by the Contractor in accordance with the Contract Documents. PAY ITEM NO. 3 AS-BUILT DRAWINGS Payment for all work included, but is not limited to, under this Pay Item shall represent full compensation in accordance with the lump sum price bid for as-built record drawings or any other required certifications to put proposed force mains in service. All items are subject to approval by the Engineer. Measurement for periodic payments of this lump sum Pay Item will be in accordance with the approved Schedule of Values, to be supplied by the Contractor in accordance with the Contract Documents. PAY ITEM NO. 4 EROSION AND SEDIMENT CONTROL Payment for all work included, but is not limited to, under this Pay Item shall represent full compensation in accordance with the lump sum price bid for erosion and sediment control. 9-3

13 Technical Specifications Section 9 - Pay Item Descriptions Valve Replacement Measurement for periodic payments of this lump sum Pay Item will be in accordance with the approved Schedule of Values, to be supplied by the Contractor in accordance with the Contract Documents. PAY ITEM NO. 5 PIPE INSPECTION Payment for all work included, but is not limited to, under this Pay Item shall represent full compensation in accordance with the lump sum price bid for inspection of existing force main before ordering materials as well as the installation of temporary pavement until full mobilization has taken place. Measurement for periodic payments of this lump sum Pay Item will be in accordance with the approved Schedule of Values, to be supplied by the Contractor in accordance with the Contract PAY ITEM NO PLUG VALVE Payment for all work included in this Pay Item shall be made at the applicable Contract unit price bid per each valve for furnishing and installing the 16 plug valve as shown on the Contract Drawings and listed on the Bid Form. Payment shall represent full compensation for all labor, material, excavation, including rock as necessary, bedding, backfill, compaction, testing and equipment required to complete these Pay Items. PAY ITEM NO CHECK VALVE Payment for all work included in this Pay Item shall be made at the applicable Contract unit price bid per each valve for furnishing and installing the 16 check valve as shown on the Contract Drawings and listed on the Bid Form. Payment shall represent full compensation for all labor, material, excavation, including rock as necessary, bedding, backfill, compaction, testing and equipment required to complete these Pay Items. PAY ITEM NO. 8 Temporary Bypass Payment for all work included, but is not limited to, under this Pay Item shall represent full compensation in accordance with the lump sum price bid for installation of the temporary bypass valves, fittings, tapping equipment, and bypass tees. PAY ITEM NO TEE Payment for all work included in this Pay Item shall be made at the applicable Contract unit price bid per each fitting for furnishing and installing the 16 tee as shown on the Contract Drawings and listed on the Bid Form. Payment shall represent full compensation for all labor, material, excavation, including rock as necessary, bedding, backfill, compaction, testing and equipment required to complete these Pay Items. PAY ITEM NO ELBOW 9-4

14 Technical Specifications Section 9 - Pay Item Descriptions Valve Replacement Payment for all work included in this Pay Item shall be made at the applicable Contract unit price bid per each fitting for furnishing and installing the elbow as shown on the Contract Drawings and listed on the Bid Form. Payment shall represent full compensation for all labor, material, excavation, including rock as necessary, bedding, backfill, compaction, testing and equipment required to complete these Pay Items. PAY ITEM NO FORCE MAIN Payment for all work included in this Pay Item shall be made at the applicable Contract unit price bid per length of pipe for furnishing and installing the 16 PVC force main as shown on the Contract Drawings and listed on the Bid Form. Payment shall represent full compensation for all labor, material, excavation, including rock as necessary, bedding, backfill, compaction, testing and equipment required to complete these Pay Items. PAY ITEM NO. 12 CONCRETE THRUST COLLAR Payment for all work included in this Pay Item shall be made at the applicable Contract unit price bid per each concrete thrust collar, as shown on the Contract Drawings and listed on the Bid Form. Payment shall represent full compensation for all labor, material, equipment, excavation, including rock as necessary, bedding, backfill, compaction, testing and disinfection required to complete this Pay Item. PAY ITEM NO. 13 PRECAST VALVE VAULT, AND MANHOLE RING AND COVER CASTING Payment for all work included, but is not limited to, under this Bid Item shall be at the applicable Contract unit price bid per each precast valve vault, manhole ring and cover casting including furnishing and installing as shown on the Contract Drawings and listed on the Bid Form. Payment shall represent full compensation for all labor, material, excavation, including rock as necessary, bedding, backfill, compaction testing, and equipment required to complete these Pay Items. PAY ITEM NO. 14 STAINLESS STEEL PIPE SUPPORTS Payment for all work included, but is not limited to, under this Bid Item shall be at the applicable Contract unit price bid per each pipe support including furnishing and installing as shown on the Contract Drawings and listed on the Bid Form. Payment shall represent full compensation for all labor, material, excavation, including rock as necessary, bedding, backfill, compaction testing, disinfection and equipment required to complete these Pay Items. PAY ITEM NO. 15 PAVEMENT REPAIR AND ROAD RESTORATION (SUBGRADE, BASE, MILL AND RESURFACE) Payment for all work included in these Pay Items will be made at the applicable Contract unit price bid per square yard for soil, crushed concrete, milling and asphaltic concrete, for the roadway restoration as listed on the Bid Form. Measurement will be based on the actual number of square yards of base, milling, and resurfacing installed, tested, completed and approved. The measurement will be from face of curb to face of curb or as specified, but not greater than the width of the existing roadway prior to construction. Payment shall represent full compensation for 9-5

15 Technical Specifications Section 9 - Pay Item Descriptions Valve Replacement all labor, materials and equipment for cutting the edges of existing roadway, compacting subgrade, furnishing and installing the crushed concrete, asphaltic concrete and all incidentals necessary to complete the roadway restoration as shown on the Contract Drawings and included in the Specifications, all ready for approval and acceptance by the City. No payment for restoration of a private driveway within or outside the right-of-way shall be made under this Pay Item. PAY ITEM NO. 16 PAVEMENT REPAIR AND ROAD RESTORATION (MILL AND RESURFACE) Payment for all work included under this Pay Item will be made at the Contract unit price bid per square yard of asphalt milling and resurfacing within these Contract Drawings and as listed on the Bid Form. Measurement will be based on the actual number of square yards of milling and resurfacing installed, tested, completed and approved. The measurement will be from face of curb to face of curb or as specified, but not greater than the width of the existing roadway prior to construction. Payment will include complete restoration of the roadway surface in accordance with the applicable details on the Contract Drawings, including the milling and resurfacing of the asphaltic concrete and thermoplastic striping in accordance with these Specifications. No payment for restoration of a private driveway within or outside the right-of-way shall be made under this Pay Item. Payment shall include all items and incidentals necessary to complete the road restoration in accordance with the requirements of the City, ready for approval and acceptance by the City. PAY ITEM NO. 17 CURB AND GUTTER REPLACEMENT Payment for all work included in this Pay Item will be made at the applicable Contract unit price bid per linear foot for removal of existing curbing and for furnishing and placing curb and gutter as shown on the Drawings and listed on the Bid Form. Measurement will be per actual number of linear feet of curbing installed. Payment shall represent full compensation for removal of existing curb and all labor, material and equipment for compacting subgrade, forming, furnishing, placing the concrete, and finishing as specified and all incidentals necessary for completion of this Pay Item, ready for approval and acceptance by the City. PAY ITEM NO. 18 DEWATERING Payment for all work included, but is not limited to, under this Pay Item shall be at the applicable Contract lump sum price bid for dewatering as shown on the Contract Drawings and listed on the Bid Form. Payment shall represent full compensation for all preparation, manpower and equipment required to complete this Pay Item. PAY ITEM NO. 19 SITE RESTORATION & LANDSCAPING Payment for all work included under this Pay Item will be made at the applicable Contract lump sum price for restoration of landscape areas affected by construction activities. Contractor shall restore areas back to original or better conditions, with like-for-like vegetation, bedding and shrubbery. Payment shall represent full compensation of all incidentals necessary for completion of this Pay Item, ready for approval and acceptance by the City. 9-6

16 Technical Specifications Section 9 - Pay Item Descriptions Valve Replacement PAY ITEM NO DUCTILE IRON PIPE Payment for all work included in this Pay Item shall be made at the applicable Contract unit price bid per length of pipe for furnishing and installing the 16 Ductile Iron Pipe force main as shown on the Contract Drawings and listed on the Bid Form. Payment shall represent full compensation for all labor, material, excavation, including rock as necessary, bedding, backfill, compaction, testing and equipment required to complete these Pay Items. PAY ITEM NO. 21 REMOVE AND REPLACE BRICK PAVERS Payment for all work included in this Pay Item will be made at the applicable Contract unit price bid per square year for removal of existing brick pavers and for furnishing and replacing them as shown on the Drawings and listed on the Bid Form. Measurement will be per actual number of square yards of pavers installed. Payment shall represent full compensation for removal of existing pavers and all labor, material and equipment for compacting subgrade, furnishing, placement, and finishing as specified and all incidentals necessary for completion of this Pay Item, ready for approval and acceptance by the City. END OF SECTION 9-7