MANDATORY PRE-BID MEETING FLORIDA KEYS AQUEDUCT AUTHORITY

Size: px
Start display at page:

Download "MANDATORY PRE-BID MEETING FLORIDA KEYS AQUEDUCT AUTHORITY"

Transcription

1

2

3 MANDATORY PRE-BID MEETING FLORIDA KEYS AQUEDUCT AUTHORITY NAVY SYSTEM UPGRADES WASTEWATER PUMPING SYSTEMS BOCA CHICA KEY, SIGSBEE PARK, AND FLEMING KEY FKAA PROJECT # Date: April 26 th, DATES, CONTRACT DURATION AND COMPLETION Bid Opening: May 4 th, 2018, 2:00 pm Board Award: May 23 th, 2018 NTP: July 2018 Contract Duration: 150 Calendar Days: Substantial Completion 180 Calendar Days: Final Completion 2. PROJECT PRINCIPAL PERSONNEL Project Manager: Construction Manager: Contract Field Representative: Mech. Supervisor Wastewater: Justin Dacey jdacey@fkaa.com Office: (305) Cell: (305) Bubba Osterhoudt bosterhoudt@fkaa.com Office: (305) Cell: (305) To be determined Michael Pullis mpullis@fkaa.com Office: (305) Cell: (305) SUMMARY OF WORK The location of the work is on various U.S. Navy properties on Boca Chica Key, Sigsbee Park, and Fleming Key in Monroe County, Florida. 1 P age

4 The work for this project consists of replacement of discharge piping, valves, and fittings as well as pipe supports, pump railing and chains, and pump base plates at four sewer lift stations with High Density Polyethylene (HDPE) pipe and in-kind equipment, except where different specifications are provided by FKAA. The end of the replacement work will occur at the first appurtenance or fitting outside the discharge side of the lift station valve pits or after the bypass pumping tie-in point, whichever is the farthest downstream. The four lift stations are referred to as A-647 (Boca Chica Key), A-939 (Boca Chica Key), V-4155 (Sigsbee Park), and K-100 (Fleming Key). The work also includes sandblasting, patching, and lining of lift station K-100 with IET SYSTEMS SYSTEM 3 wet well lining. The work also includes cutting and capping of an existing 8-inch gravity overflow line at lift station V BIDDING CONSIDERATIONS Lump Sum. Bid form review. Contingency for unforeseen conditions to be used at FKAA s discretion. Ensure review of standards, as some have possibly changed since your last bid. Schedule of material deliveries and staging areas (e.g. EPDM gaskets) All questions concerning this project will be due in writing to Justin Dacey (jdacey@fkaa.com) the end of business Friday, April 27 th, 2018 Bid bond required to be submitted and acknowledgement of any addenda 5. SPECIAL CONDITIONS Dewatering requirement includes NO discharge to Monroe County inlets as they Outfall to Outstanding Florida Waters and controlled on site. Work must be done in the Dry. Dewatering plan needs to be submitted no later than 10-day after NTP. Project is located on U.S. Navy property. Workers and subcontractors are required to meet the requirements of DBIDS for site access. There are existing utilities running underground throughout this project. These utilities must remain in service during construction. Contractor will be responsible to identify and address all conflicts and make adjustments to the existing system as necessary. 6. LIQUIDATED DAMAGES The FKAA and the Contractor agree that as liquidated damages for delay (but not as a penalty) the Contractor shall pay the FKAA $1,000 for each day that expires after the time specified for substantial completion until the work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse or fail to complete the remaining work within the contract time or any proper extension thereof granted by the FKAA, Contractor shall pay the FKAA $500 for each day that expires after the time specified for completion and readiness for final payment. 7. CONTRACTOR S INSURANCE, BONDS and OTHER DOCUMENTS REQUIRED FOR CONTRACT ISSUANCE: 2 P age

5 Certificates of Insurance Performance and Payment Bonds Florida Contractors License Project Construction Schedule Project Schedule of Values Affidavit stating All Vehicles and Equipment to be used in conjunction with this Project are registered in the State of Florida. This affidavit must be on file prior to commencing work on this Project. Preliminary bypass pumping plan 8. PROJECT PERMITS U.S. Navy Dig Permits 9. WORKING HOURS FKAA standard working hours are Monday through Friday, 8:00am until 5:00pm. A current list of observed holidays is available. Any work outside the standard working hours will have to be approved by FKAA s Construction Manager two (2) weeks in advance. When the work requires FKAA inspection outside normal business hours arrangement must be made in order to cover the cost of such inspection. (Currently $91.26/hr). Contractor to coordinate all daily activities with FKAA field representative. 10. UTILITIES AND/OR AGENCIES WITH COMMENTS OR CONCERNS RELATIVE TO THIS PROJECT 11. SHOP DRAWINGS/RECORD DRAWINGS Submittal Procedure: Contractor to submit copies of shop drawings and product data for FKAA review in accordance with submitted progress schedule on 8.5 x 11 standard sheet, as specified in Section Please note that there is a penalty for reviewing any re-submittals after the second submittal. Review Time: Twenty (20) working days, maximum. Submittal Numbering: The numbering will begin with 001, resubmittals will be numbered the same as the original but have a letter suffix, i.e. 001-A 3 P age

6 Record Drawings: The contractor is responsible for collecting GPS coordinates for all valves and appurtenances on required State Coordinate System- NAD_NAD_1983_HARN_StatePlane_Florida_East_FIPS_0901_ Feet and must be deliverable as a shape file with attributes (i.e. water main pipe with size, diameter and length of pipe segment, valves with type, size, turns to close, and fittings with type and sizes, Etc.) The vertical and horizontal precision should be within 1 and 1, respectively. The Contractor shall maintain on a daily basis at the jobsite, and make available to the FKAA on request, one current record set of the Drawings which have been neatly and accurately marked up to indicate all modifications in the completed work that differ from the design information shown on the drawings. Upon substantial completion and, prior to final payment of the work, the Contractor shall give the FKAA one complete set of neatly marked up Record Drawings. Any questions concerning the GPS information listed above can be directed to Justin Dacey (jdacey@fkaa.com) by the end business on Friday, April 27th, CONTRACT MODIFICATION AND/OR CHANGE ORDER PROCEDURE Contract Modification Request (CMR) will be numbered as follows: CMR-001, CMR- 002, etc., and be directed to Bubba Osterhoudt, Construction Manager. Change Orders over $35,000 require approval of the Board of Directors and need to include all costs related and any additional time associated with the change. Cost Reimbursement Work if an agreement cannot be reached prior to the work commencing, the Contractor will adhere to the requirements as set forth in Article 8.4 of the General Conditions. Extension of Time will be requested in writing and addressed to Bubba Osterhoudt, Construction Manager, and furnish the complete detail as to why the time is justified. 13. PAYMENT APPLICATIONS Cut-off Date will be the 25 th of each month and needs to be submitted within five working days after that date. A Draft of the Pay Request needs to be reviewed with the Contract Field Representative prior to being forwarded to the Main Office. The final pay request needs to be signed by the Contract Field Representative and submitted on the cover sheets supplied by the FKAA. 4 P age

7 Final Pay Request the final pay request must be submitted to the Board of Directors and all required documents must be in hand prior to this submittal. 14. CONCERNS OF THE OWNER, CONTRACTOR, UTILITIES AND/OR AGENCIES 15. MEETING ADJOURNED AT: Bidders are required to conduct a site visit prior to submitting a bid for the work. 5 P age

8 Representatives present, see attached sign in sheet. MINUTES FLORIDA KEYS AQUEDUCT AUTHORITY MANDATORY PRE-BID MEETING PROJECT # NAVY SYSTEM UPGRADES WASTEWATER PUMPING SYSTEMS BOCA CHICA KEY, SIGSBEE PARK, AND FLEMING KEY APRIL 26TH, :00 AM Justin Dacey, FKAA Project Manager started the meeting at 9:02 am. Bid Opening: May 4 th, 2018, 2:00 pm Board Award: May 23 rd, 2018 NTP: July 2018 Contract Duration: 150 Calendar Days: Substantial Completion 180 Calendar Days: Final Completion PROJECT PRINCIPAL PERSONNEL Project Manager: Construction Manager: Justin Dacey jdacey@fkaa.com Office: (305) Cell: (305) Bubba Osterhoudt bosterhoudt@fkaa.com Office: (305) Cell: (305) Contract Field Representative: To be determined Mech Supervisor Wastewater: Michael Pullis mpullis@fkaa.com Office: (305) Cell: (305) SUMMARY OF WORK The location of the work is on various U.S. Navy properties on Boca Chica Key, Sigsbee Park, and Fleming Key in Monroe County, Florida. The work for this project consists of replacement of discharge piping, valves, and fittings as well as pipe supports, pump railing and chains, and pump base plates at four sewer lift stations with High Density Polyethylene (HDPE) pipe and in-kind equipment, except where different specifications are provided by FKAA. The end of the replacement work will occur at the first

9 appurtenance or fitting outside the discharge side of the lift station valve pits or after the bypass pumping tie-in point, whichever is the farthest downstream. The four lift stations are referred to as A-647 (Boca Chica Key), A-939 (Boca Chica Key), V-4155 (Sigsbee Park), and K-100 (Fleming Key). The work also includes sandblasting, patching, and lining of lift station K-100 with IET SYSTEMS SYSTEM 3 wet well lining. The work also includes cutting and capping of an existing 8-inch gravity overflow line at lift station V BIDDING CONSIDERATIONS Lump Sum. Bid form review. Contingency for unforeseen conditions to be used at FKAA s discretion Ensure review of standards, as some have possibly changed since your last bid. Schedule of material deliveries and staging areas (e.g. EPDM gaskets) All questions concerning this project will be due in writing to Justin Dacey jdacey@fkaa.com by the end of business Friday, April 27th, Bid bond required to be submitted and Acknowledgement of any addenda. SPECIAL CONDITIONS Dewatering requirement includes NO discharge to Monroe County inlets as they Outfall to Outstanding Florida Waters and controlled on site. Work must be done in the Dry. Dewatering plan needs to be submitted no later than 10-day after NTP. Project is located on U.S. Navy property. Workers and subcontractors are required to meet the requirements of DBIDS for site access. There are existing utilities running underground throughout this project. These utilities must remain in service during construction. Contractor will be responsible to identify and address all conflicts and make adjustments to the existing system as necessary. LIQUIDATED DAMAGES The FKAA and the Contractor agree that as liquidated damages for delay (but not as a penalty) the Contractor shall pay the FKAA $1,000 for each day that expires after the time specified for substantial completion until the work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse or fail to complete the remaining work within the contract time or any proper extension thereof granted by the FKAA, Contractor shall pay the FKAA $500 for each day that expires after the time specified for completion and readiness for final payment. CONTRACTOR S INSURANCE, BONDS and OTHER DOCUMENTS REQUIRED FOR CONTRACT ISSUANCE Certificates of Insurance Performance and Payment Bonds Florida Contractors License Project Construction Schedule Project Schedule of Values Affidavit stating All Vehicles and Equipment to be used in conjunction with this Project are registered in the State of Florida. This affidavit must be on file prior to commencing work on this Project. Preliminary bypass pumping plan

10 PROJECT PERMITS U.S. Navy Dig Permits WORKING HOURS FKAA standard working hours are Monday through Friday, 8:00am until 5:00pm. A current list of observed holidays is available. Any work outside the standard working hours will have to be approved by FKAA s Construction Manager 2 weeks in advance. When the work requires FKAA inspection outside normal business hours arrangement must be made in order to cover the cost of such inspection. (Currently $91.26/hr). Contractor to coordinate all daily activities with FKAA field representative. UTILITIES AND/OR AGENCIES WITH COMMENTS OR CONCERNS RELATIVE TO THIS PROJECT SHOP DRAWINGS/RECORD DRAWINGS Submittal Procedure: Contractor to submit copies of shop drawings and product data for FKAA review in accordance with submitted progress schedule on 8.5 x 11 standard sheet, as specified in Section Please note that there is a penalty for reviewing any re-submittals after the second submittal. Review Time: Twenty (20) working days, maximum. Submittal Numbering: The numbering will begin with 001, resubmittals will be numbered the same as the original but have a letter suffix, i.e. 001-A Record Drawings: The contractor is responsible for collecting GPS coordinates for all valves and appurtenances on required State Coordinate System- NAD_NAD_1983_HARN_StatePlane_Florida_East_FIPS_0901_ Feet and must be deliverable as a shape file with attributes (i.e. water main pipe with size, diameter and length of pipe segment, valves with type, size, turns to close, and fittings with type and sizes, Etc.) The vertical and horizontal precision should be within 1 and 1, respectively. The Contractor shall maintain on a daily basis at the jobsite, and make available to the FKAA on request, one current record set of the Drawings which have been neatly and accurately marked up to indicate all modifications in the completed work that differ from the design information shown on the drawings. Upon substantial completion and, prior to final payment of the work, the Contractor shall give the FKAA one complete set of neatly marked up Record Drawings. Any questions concerning the GPS information listed above can be directed to Justin Dacey (jdacey@fkaa.com) by the end business on Friday, April 27th, CONTRACT MODIFICATION AND/OR CHANGE ORDER PROCEDURE Contract Modification Request (CMR) will be numbered as follows: CMR-001, CMR-002, etc., and be directed to Bubba Osterhoudt, Construction Manager. Change Orders over $35,000 require approval of the Board of Directors and need to include all costs related and any additional time associated with the change. Cost Reimbursement Work if an agreement cannot be reached prior to the work commencing, the Contractor will adhere to the requirements as set forth in Article 8.4 of the General Conditions.

11 Extension of Time will be requested in writing and addressed to Bubba Osterhoudt, Construction Manager, and furnish the complete detail as to why the time is justified. PAYMENT APPLICATIONS Cut-off Date will be the 25th of each month and needs to be submitted within five working days after that date. A Draft of the Pay Request needs to be reviewed with the Contract Field Representative prior to being forwarded to the Main Office. The final pay request needs to be signed by the Contract Field Representative and submitted on the cover sheets supplied by the FKAA. Final Pay Request the final pay request must be submitted to the Board of Directors and all required documents must be in hand prior to this submittal. FKAA will be implementing E-Builder computer program in the next few months, which will change the process of submitting Payment Applications. Contractor will be notified and training will be provided. PROJECT ESTIMATE Engineer s estimate: $410,000 ADJOURNED AT 9:16 AM