ADDENDUM 4 July 20, 2018 CHINO BASIN DESALTER PHASE 3 EXPANSION

Size: px
Start display at page:

Download "ADDENDUM 4 July 20, 2018 CHINO BASIN DESALTER PHASE 3 EXPANSION"

Transcription

1 ADDENDUM 4 July 20, 2018 CHINO BASIN DESALTER PHASE 3 EXPANSION PRODUCT WATER PIPELINE PROJECT, SANTA ANA RIVER HDD CROSSING CDA SPECIFICATION NO. CDAEXP All bidding contractors shall utilize the attached revised Bid Schedule. The Authority requests that all prospective bidders file an Intent to Bid form with the Authority. This form is found in the Contract Documents, Front-End Specification package. Revisions to Contract Documents The following ADDENDUM 4 shall be made part of the Contract Documents with revisions as described below: 1. Contract Drawings, DWGS C-1, C-2, C-3, Legend, Bubble 1 is revised to: New 30 CML/CMC WSP (Class 250) Waterline, Trench Backfill per JCSD STD DWG A-1 and repave per City of Norco STD DWG Contract Drawings, DWG D-1, DTL 4 is replaced with revised and attached drawing. 3. Contract Specifications, Front-End Specifications, Bid Forms, Bid Schedule, Bid Item 103 quantity is revised from 25 LF to: 300 LF 4. Contract Specifications, Technical Specifications, Section 01010, Part 1.02H last sentence is revised to: The means and methods chosen by the Contractor shall be submitted to the Authority and City of Norco for review and approval within 2 (two) weeks after the Notice of Award. 5. Contract Specifications, Technical Specifications, Section 01010, Part 1.02K is revised to: At the completion of construction, the Contractor shall replace all pavement, striping, hardscape and landscape in kind or better than existing. It is required that the Contractor conduct a pre-construction video of all work areas to document existing conditions prior to the start of work. A copy of the Contractor s pre-construction video shall be provided to the Authority for review and approval prior to the start of construction. The pre-construction video shall completely define the existing condition of the subject work area, and be clearly visible when viewed. If deemed inadequate by the Authority, Contractor shall re-video and re-submit to the Authority for review and approval prior to the start of construction at no additional expense. Chino Basin Desalter Authority 1 Spec CDAEXP Addendum 4

2 6. Contract Specifications, Technical Specifications, Section 01010, Part 1.02 part L is added to Part 1.02 as follows: The Contractor is prohibited from entering any riparian habitat area. The Authority will erect fencing delineating the restricted areas that are adjacent to the construction site. The Authority will provide a full time biological monitor onsite for the duration of the work. 7. Contract Specifications, Technical Specifications, Section 01010, Part 1.04A4 is revised to: Contractor shall have sufficient facilities available to dewater and dechlorinate the existing product water pipeline on Hamner Avenue from the connection point to the new product water pipeline just north of the Santa Ana River crossing to Norco Turnout B. 8. Contract Specifications, Technical Specifications, Section 01010, Part 1.04A8 is revised to: A pipe laydown staging area on the southern side of the Santa Ana River is provided within an existing Southern California Edison (SCE) easement. This staging area is included for purposes of butt fusing the HDPE pipe only. No excavation, grading or disturbance of existing vegetation and/or facilities is allowed. Contractor must adhere to the following requirements: a. Provide SCE 24 hours a day/7 days a week access to the powerlines during construction b. Nothing flammable may be stored within the SCE easement c. Nothing over 6-ft may be stored within the SCE easement d. Contractor shall provide 10-foot working clearance around each of the existing SCE transmission poles. 9. Contract Specifications, Technical Specifications, Section 01010, Part 1.04A9 last sentence is revised to: HDPE butt fusing of joints and pipe stringing is not allowed on Old Hamner Road, outside of pullback day. 10. Contract Specifications, Technical Specifications, Section 01010, Part 1.05A is revised to: The Contractor shall submit his proposed Sequence of Construction and Construction Schedule, including a pullback plan, as part of the required submittal process. The pullback plan shall be submitted within two weeks of the Notice of Award. The concept provided shall comply with all of the requirements of the Contract Documents, such as submittal review, permit acquisition, traffic control, water pollution prevention measures, and other required tasks. 11. Contract Specifications, Technical Specifications, Section 01025, Part 1.03B3, Bid Item Description is revised to: Description: Payment for all work performed includes all labor, supervision, materials, and equipment purchased, installed and utilized for saw cutting, removal, disposal, slurry all affected areas after trench repairs are complete, and replacement of Chino Basin Desalter Authority 2 Spec CDAEXP Addendum 4

3 the existing AC paving and base per City of Norco STD DWG 155, per lineal foot of trench as required for trenching. 12. Contract Specifications, Technical Specifications, Section 01025, Part 1.03B21, Bid Item Description is revised to: Description: Payment for all work performed includes all labor, supervision, materials, and equipment purchased, installed and utilized for demolition of 4 (four) existing piezometer wells and disposal of water in accordance with the Contract Documents, Specification Section Contract Specifications, Technical Specifications, Section 02010, Part st sentence is revised to: Wells shall be perforated using a mills knife or other Engineer/DEH approved tools/method to a minimum depth of 200 feet below ground surface (bgs), as required by County of Riverside DEH. 14. Contract Specifications, Technical Specifications, Section 09800, Part 1.01B 1. is revised to: Non-ferrous metals and fiberglass unless otherwise noted or indicated. (Galvanized metal shall not be considered a non-ferrous metal.) 15. Contract Specifications, Technical Specifications, Section 15041, Part 1.04A. is revised to: A written disinfection and dechlorination plan signed by a certified chlorinator shall be submitted to the Authority for review and approval one month prior to mobilization. 16. Contract Specifications, Technical Specifications, Section 15051, Part 2.02G. is revised to include third sentence added to end of paragraph as follows: Results of the continuity testing shall be documented in a report generated by the Contractor and provided to the Authority for review and approval 17. Contract Specifications, Technical Specifications, Section 15052, Part 3.01B4, is revised to: Testing water shall be supplied through a metered connection equipped with a certified backflow prevention device at the point of connection to the water source used. The backflow prevention device must be re-certified every time it is relocated. The Contractor shall provide any temporary piping needed to deliver test water to the piping to be tested. 18. Contract Specifications, Technical Specifications, Section 15052, Part 3.01B1, is revised to: Test water shall be supplied by an Authority-approved source. Make-up water for testing shall be potable. A meter and meter deposit may be required. Contractor is responsible for cost of obtaining meter and all water. Contractor Clarifications The following responses are provided to questions posed by prospective bidders: Chino Basin Desalter Authority 3 Spec CDAEXP Addendum 4

4 1. The summary sheet of the construction constraints in Section 01010, it states that no work can occur from March 15 to September 15. When do you anticipate this project to begin? Response: Notice and award is anticipated on August 3. See Section Part 1.04A6 related to the March 15 September 15 constraints. 2. Will the agency inspect the welding for the cml&c steel pipe or is the contractor responsible for inspection? If so, what type of inspection does the agency require? Response: The Authority will provide inspection of the CMLC WSP. Chino Basin Desalter Authority 4 Spec CDAEXP Addendum 4

5 SPECIFICATION NO. CDAEXP SECTION B BID FORMS (Place this form as the first page of the proposal) NAME OF BIDDER: The undersigned, hereby declare that we have carefully examined the location of the proposed Work, and have read and examined the Contract Documents, including all plans, specifications, and all Addenda, if any, for the following Project: PRODUCT WATER PIPELINE, SANTA ANA RIVER HDD CROSSING, CDAEXP We hereby propose to furnish all labor, materials, equipment, tools, transportation, and services, and to discharge all duties and obligations necessary and required to perform and complete the Project for the following TOTAL BID PRICE: SDPUB\SAKINS\ ADDENDUM 4 - Bid Forms -- Page 1 of 26

6 SPECIFICATION NO. CDAEXP BID SCHEDULE BASE BID SCHEDULE Item No. Description Qty (1) Unit Unit Price Amount* 101 Mobilization/Demobilization, Bonding and Insurance (2) 102 Prepare and submit a traffic control plan and implement approved traffic control plan including manpower & devices in accordance with the Work Area Traffic Control Handbook (WATCH), Manual on Uniform Traffic Control Devices (MUTCD) and City of Norco Requirements. 103 Saw-cut, remove, and replace AC paving, temporary paving and base material in accordance with City of Norco requirements 104 Furnish and install 30-inch diameter ( thick) CML&C steel pipe with fully welded joints, all fittings, flange insulation kits, and necessary joint parts in accordance with the contract plans and specifications. (3) 105 Furnish and install by Horizontal Directional Drill (HDD) 32-inch diameter IPS DR9 HDPE pipe with locating wire, and connections to existing pipelines in accordance with the contract plans and specifications. (3) 106 Connect to Existing Product Water Pipeline along Hamner Avenue 107 Connect to Existing Arlington Pipeline on Old Hamner Road 108 Provide pressure testing and disinfection of the installed pipeline in accordance with the Contract Specifications LF $ * $ * 225 LF $ * $ * 790 LF $ * $ * ADDENDUM 4 - Bid Forms -- Page 2 of 26 SDPUB\SAKINS\

7 SPECIFICATION NO. CDAEXP Item No. Description Qty (1) Unit Unit Price Amount* 109 Implement a Storm Water Pollution Prevention Program (SWPPP) in accordance with the State of California Department of Transportation s Stormwater Quality Handbooks, latest edition. 110 Provide and install blow-offs per JCSD Standard Drawing F-1 and F Provide and install 30-inch Butterfly Valve, Class 250 per JCSD Standard Drawing B Provide and install Air vacuum and air release valve assembly per the Contract Drawings 113 Potholing of all underground utilities per specification. 114 Compliance with Environmental Mitigation and Monitoring Measures in accordance with Special Conditions Article Furnish and install labor, equipment, and material to comply with SCAQMD Rule 403 to actively prevent, reduce, or mitigate fugitive dust emissions, complete and in place. 116 Diversion of Recyclable Waste Materials 117 Inspection allowance for required project permits 118 Dewatering, disposal of water, and CCTV inspection and verify condition of the existing Arlington Pipeline in Old Hamner Road 119 Provide pressure testing and disinfection of the existing Arlington Pipeline in Old Hamner Road in accordance with the Contract Specifications. 2 EA $ * $ * 2 EA $ * $ * 2 EA $ * $ * LS --- $_5,000 * 1,100 LF $ * $ * ADDENDUM 4 - Bid Forms -- Page 3 of 26 SDPUB\SAKINS\

8 SPECIFICATION NO. CDAEXP Item No. Description Qty (1) Unit Unit Price Amount* 120 Provide drainage and disinfection of existing product water pipeline in Hamner Avenue to Norco Turnout B 121 Demolition of existing piezometer wells, including disposal of water 122 Complete the balance of the Project including all work not specifically called out in bid items in order to provide the Authority with a complete correctly functioning facility and to restore the Project site as required by the Project plans and specifications. * The above prices include any amount payable by The Authority for taxes by reason of this Contract. (1) Quantities when called out are estimated and are for the purpose of comparing Bid only. Payment will be based upon actual quantities furnished, installed or constructed in accordance with the Contract Documents. (2) For payment purposes, Bid Item 101 will be split 75% for mobilization and 25% for demobilization. If the Bid Extension Bid Item 101 exceeds 5% of the total Bid, this may be grounds for rejection of the bid as non-responsive. (3) Payment for pipe shall be based on net installed horizontal, pipeline centerline length exclusive of C.T.F. s stab losses, etc. ADDITIVE BID SCHEDULE Item No. Description Qty (1) Unit Unit Price Amount* 123 Existing Arlington Pipeline cement mortar lining repair (1) 200 SF $ * $ * * The above prices include any amount payable by The Authority for taxes by reason of this Contract. (1) Quantities when called out are estimated and are for the purpose of comparing Bid only. Payment will be based upon actual quantities furnished, installed or constructed in accordance with the Contract Documents. Bidders must provide pricing for every bid item. In case of discrepancy between the unit price and the item cost set forth for a unit basis item, the unit price shall prevail and, shall be utilized as the basis for determining the lowest responsive, responsible Bidder. However, if the amount set forth as a unit price is ambiguous, unintelligible or uncertain for any cause, or is omitted, or is the same amount as the entry in the Item Cost column, then the amount set forth in the Item Cost column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. Said unit price shall be utilized as the basis for determining the lowest responsive, SDPUB\SAKINS\ ADDENDUM 4 - Bid Forms -- Page 4 of 26

9 SPECIFICATION NO. CDAEXP responsible Bidder. Final payment shall be determined by the Engineer from measured quantities of Work performed based upon the unit price. If the Contract Documents specify additive bid items, the Additive Bid amounts shall be added to the Base Bid Price entered below, at the Authority s sole option. The Authority can choose to include any, all or none of the Additive Bid items in the Work. If the Authority selects any of the Additive Bid items, the corresponding Additive Bid prices shall be added to the Base Bid Price for the Work. The Authority can award/select Additive Bid items at any time(s). The Authority will use the sum of the Base Bid plus the Additive Bid Items as the basis for determining the lowest responsive, responsible bidder and awarding the project. BASE BID PRICE (BASED ON BASE BID SCHEDULE TOTAL OF UNIT PRICES): $ Total Base Bid Price in Numbers Total Base Bid Price in Written Form ADDITIVE ITEMS BID PRICE (BASED ON ADDITIVE ITEMS BID SCHEDULE): $ Total Additive Items Bid Price in Numbers Total Additive Items Bid Price in Written Form TOTAL PRICE (BASED ON BASE BID SCHEDULE + ADDITIVE ITEMS, BASED ON BID SCHEDULE TOTAL OF UNIT PRICES): $ Total Bid Price (Base + Additive Items) in Numbers Total Bid Price (Base + Additive Items) in Written Form SDPUB\SAKINS\ ADDENDUM 4 - Bid Forms -- Page 5 of 26

10 SPECIFICATION NO. CDAEXP In case of discrepancy between the written price and the numerical price, the written price shall prevail. The undersigned agrees that this Bid Form constitutes a firm offer to the Authority which cannot be withdrawn for the number of calendar days indicated in the Notice Inviting Bids from and after the Bid opening, or until a Contract for the Work is fully executed by the Authority and a third party, whichever is earlier. The Contract duration shall commence on the date stated in the Authority s Notice to Proceed, and shall be completed by the Contractor in the time specified in the Contract Documents. In no case shall the Contractor commence construction prior to the date stated in the Authority s Notice to Proceed. Bidder certifies that it is licensed in accordance with the law providing for the registration of Contractors, License No., Expiration Date, class of license. If the Bidder is a joint venture, each member of the joint venture must include the above information. The undersigned acknowledges complete review, understanding, and full consideration of the specifications and drawings that are incorporated into these Contract Documents. The undersigned affirms that a representative of the Bidder inspected the site of the proposed work under the Contract Documents. The undersigned acknowledges receipt, understanding and full consideration of the following Addenda to the Contract Documents. (Attached signed copies of each addenda) Addenda No. Addenda No. Addenda No. Addenda No. Addenda No. 1. Attached is the required Bid security in the amount of not less than ten percent (10%) of the Total Bid Price. 2. Attached is the fully executed Non-Collusion Affidavit form. 3. Attached is the completed Designation of Subcontractors form. 4. Attached is the completed Bidder Information Form. 5. Attached is the completed Contractor s Certificate Regarding Workers Compensation form. SDPUB\SAKINS\ ADDENDUM 4 - Bid Forms -- Page 6 of 26

11 SPECIFICATION NO. CDAEXP Bidder acknowledges and understands that, pursuant to Public Contract Code Section 20676, sellers of mined material must be on an approved list of sellers published pursuant to Public Resources Code Section 2717(b) in order to supply mined material for this Contract. I hereby certify under penalty of perjury under the laws of the State of California, that all of the information submitted in connection with this Bid and all of the representations made herein are true and correct. Name of Bidder Signature Name and Title Dated SDPUB\SAKINS\ ADDENDUM 4 - Bid Forms -- Page 7 of 26

12 SPECIFICATION NO. CDAEXP BID ITEM ADJUSTMENTS The Bidder may utilize this form to effect last minute adjustments to the prices listed for a Bid item or group of Bid items in its Bid. By using this form, the Bidder will not need to recompute Bid item totals or the total Bid amount due to last minute changes in materials, quotations or subcontractor Bids. The Authority will not provide to the Bidder(s) the use of Authority s telephones. The Authority will apply the Bid item adjustments shown below to the prices listed in the base bid and re-total the Bid prior to summarizing the Bids. The Bid summary will then list adjusted Bid item totals and adjusted total Bid amounts. The adjustments indicated will be applied to the prices Bid, the unit prices recomputed (prorated if change is for more than one Bid item) and the proposal re-totaled by the Authority prior to evaluation of the Bids. The Bid analysis will show the prices as modified. If this form is to be utilized, it shall be considered a binding portion of the Bid and, as such, shall be fully executed. TOTAL BID SCHEDULE Bid Item No. or Group of Bid Item Nos. to be Adjusted (Decrease Price) Increase Price Net Bid Item Adjustment Total Price from Bid Schedule ADJUSTED TOTAL PRICE ( ) ( ) ( ) ( ) ( ) ( ) ( ) Subtotals ( ) BIDDER AUTHORIZED SIGNATURE/TITLE SDPUB\SAKINS\ ADDENDUM 4 - Bid Forms -- Page 8 of 26

13 LEGEND: PROFILE NOTES: GRAPHIC SCALE PLAN 605 Third Street Encinitas, CA Fax CHINO DESALTER PHASE 3 EXPANSION PROJECT, PRODUCT WATER PIPELINE, SANTA ANA RIVER HDD CROSSING 4 C-1 9

14 LEGEND: NOTES: PROFILE ENLARGEMENTS GRAPHIC SCALE 605 Third Street Encinitas, CA Fax C-2 CHINO DESALTER PHASE 3 EXPANSION PROJECT, PRODUCT WATER PIPELINE, SANTA ANA RIVER HDD CROSSING 9 5

15 LEGEND: STAGING AREA NOTES PLAN GRAPHIC SCALE 605 Third Street Encinitas, CA Fax CHINO DESALTER PHASE 3 EXPANSION PROJECT, PRODUCT WATER PIPELINE, SANTA ANA RIVER HDD CROSSING 6 C-3 9

16 BACKING PLATE A CONSTRUCTION LEGEND CONNECTION TO EXISTING 30" WATERLINE AT NORTHERN CONNECTION 1 PLAN AT HDPE FLANGE A SECTION A-A MILLED 32" IPS DR 9 HDPE FLANGE CUSTOM DETAIL 2 NOTES: LEGEND CONSTRUCTION LEGEND CONNECTION TO EXISTING 30" WATERLINE AT OLD HAMNER ROAD 3 4" AIR VALVE INSTALLATION DETAIL Third Street Encinitas, CA Fax D-1 CHINO DESALTER PHASE 3 EXPANSION PROJECT, PRODUCT WATER PIPELINE, SANTA ANA RIVER HDD CROSSING 9 9