Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT

Size: px
Start display at page:

Download "Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT"

Transcription

1 Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT Prepared By: 3800 Via Del Rey Bonita Springs, FL July 2015

2 Table of Contents Name Section Bid Schedule Project Description Supplemental Project Requirements Permits Owner Provided Material Drawings I II III IV V VI

3 Item Description Quantity Unit Unit Price Amount 1 1 LS 2 Grout and Abandon Existing Pipe 1 LS Total Bid: Measurement and Payment: SECTION I BID SCHEDULE Item 1: Measurement of this item will not be made for payment and all items shall be included in the lump sum price and shall include installing Owner provided material and furnishing and installing items not purchased by the Owner including piping, sidewalk, guardrail, and asphalt/concrete work as depicted in the Drawings and specified here within. The Owner provided material for Water Service Replacement is listed in Section V. All other material shall be provided be the Contractor. The price and payment shall be full compensation for all general requirements, mobilization, demobilization, stormwater improvements, clearing, grubbing, excavation, preconstruction continuous color audio-video recording, maintenance of traffic, dewatering, installation of silt fencing for erosion control along all areas adjacent to ditches or wetlands, sheeting and bracing, pipe bedding, backfill and compaction, rock removal and disposal, backfill drying (as necessary), sodding, seeding, restoration, temporary asphalt patching, utility crossing (including storm water utility crossings), base restoration, tree removal/restoration; driveway removal/restoration, roadway removal/restoration, sidewalk removal/restoration, supports, fittings, reducers, bends, detectable tape, clamps, joining connections to piping, concrete coring, demolition, tie-ins, tapping, testing, pipe identification, as-built drawings, removal and replacement of fences and other structures, construction staking, trench safety (Contractor to assure that the standards of the Florida Trench Safety Act (90-096, Laws of FL) effective October 1, 1990 are complied with), and for all material, equipment, labor and all other work necessary to complete the installation as specified. Item 2: Grout and Abandon Existing Pipe Measurement of this item will not be made for payment and all items shall be included in the lump sum price. Payment to grout and abandon the existing water main piping will be made at the Contract lump sum price for the grout and abandonment of the existing water main piping as depicted in the Drawings and specified here within. Price and payment shall be full compensation for all cutting, capping, restraint, and grouting of the existing pipe, maintenance of traffic, site restoration, including landscaping and/or sodding as necessary, tree trimmings, vegetation removal, pipe removal and disposal, road restoration, and for all equipment and all other work necessary to complete the installation as specified. Note: All work shall conform to Collier County standards. The County retains the right to award all or any portion of the above. G:\Engineering\PROJ-ENG\C\CCU169\08CDocs\01Bidding-Addenda-COs-Corr\1. Bid Schedule Page 1 of 1

4 SECTION II PROJECT DESCRIPTION The proposed project consists of the installation of a new water service connection to the Pelican Marsh Elementary School. The County currently has parallel water mains along Airport Pulling Road from Immokalee Road to Vanderbilt Beach Road; one 16-inch DIP along the western ROW and one 8-inch DIP along the median. As part of this project, the County desires to abandon in place the existing 8-inch DIP water main from Crescent Lake Drive to Vanderbilt Beach Road and install a new water service to Pelican Marsh Elementary from the 16-inch DIP water main. is currently provided potable water from the existing 8-inch water main to be abandoned. The new 10-inch DR11 HDPE water service will be directionally drilled under Airport Pulling Road and the South Florida Water Management District s Airport Pulling Canal. The connection of the new water service to the School will require an interruption of potable water service to the School and thus must be performed during the 2015 summer break while the School is not in session. The new water service must be installed, tested, cleared for service, and connected by January 1, The project shall include, but not be limited to: Connection to the existing 16-inch DIP water main. 10-inch DR 11 HDPE water service piping. Gate valves, adaptors, fittings and associated appurtenances. Connection to the School s meter assembly. Sidewalk restoration. Handrail replacement. Air release valve. Coordination with Collier County Utilities and Collier County School District on the schedule for the water service switch from the existing service to the new service. The grouting and abandonment of existing 8-inch DIP water main and water service. Demolition, restoration, grading, maintenance of traffic, removal and replacement of driveways, sidewalks, and roadways disturbed during construction to meet pre-construction condition or better, site restoration, including landscape and/or sodding as necessary, and all equipment and all other work necessary to complete the installation as specified and depicted in the drawings. G:\Engineering\PROJ-ENG\C\CCU169\08CDocs\01Bidding-Addenda-COs-Corr\2. Project Description.docx

5 SECTION III SUPPLEMENTAL PROJECT REQUIREMENTS 1. All roadway, sidewalk, and stormwater materials and work shall be supplied and completed in accordance with the FDOT Standard Specifications for Road and Bridge Construction dated 2013 as revised to date. 2. All utility construction shall be supplied and completed in accordance with the Collier County Water-Sewer District, Utilities Standards Manual, available at the following link: 3. Clearing and grubbing shall be limited to work areas only. Contractor shall be responsible for restoring all areas disturbed by his work. All disturbed areas shall be sodded to match existing. If sod is required to be reinstalled, Contractor shall be required to water reinstalled sections until they are established/rooted. All trees and shrubs within the work area shall be removed as directed by the County and coordinated and/or the property owner. 4. In accordance with Collier County Utility Standards a pre-construction video shall be taken with copies provided to County. Contractor shall supplement these videos with still photographs as necessary to reflect existing conditions. This shall include but not be limited to driveways and driveway culvert. 5. Contractor shall be responsible for all construction layout and preparation of Record Drawings in accordance with County Specification This shall include but not be limited to water main, valves, fire hydrants and services. 6. Contractor shall field verify all utility mains in which connections are to be made. 7. Contractor shall contact all utility suppliers, including Collier County Water and Wastewater, CenturyLink, FPL, TECO Gas, Summit Cable and Comcast for locating of these facilities. Contractor shall coordinate with these utilities for protection and adjustment of their facilities as needed. All costs shall be included in individual bid items. 8. Contractor shall locate all underground utilities prior to starting construction. 9. Contractor shall be responsible for the cost of all material testing as required. Testing at roadway crossings (if necessary) shall be in accordance with the County Right-of-Way Ordinance and the issued permit. Testing shall include the following: G:\Engineering\PROJ-ENG\C\CCU169\08CDocs\01Bidding-Addenda-COs-Corr\3. Supplemental Project Req.docx Page 1 of 2

6 a. Roadway Crossing i. Limerock Base: Minimum of 1 test per each 6 lift for each lane (2 per roadway crossing). No testing of flowable fill will be required. b. Trench i. Backfill (Earth): Minimum of 2 tests per 200 lineal feet. Where backfill is 12 or greater, density tests are required in each 12 lift. 10. Contractor shall be responsible for all Maintenance of Traffic for the project. Maintenance of Traffic shall be in accordance with the FDOT Standard Index and the Manual of Uniform Traffic Control Devise (MUTCD, Part VI). 11. The Contractor shall be responsible for obtaining equipment and material storage areas. There are limited areas within the Right-of-Way. All storage areas within Right-of- Way shall be approved by County Utilities and DOT. Where private storage areas are utilized, the Contractor shall provide a copy of the Lease Agreement to the County. 12. The Contractor shall be responsible for maintaining all work areas in a safe and clean manner as identified in the County Standard Specification. This shall include but not be limited to daily sweeping of roadway and sidewalk surfaces. 13. All excavation shall be unclassified with no additional payment to be made for rock or dewatering. The Contractor shall be responsible for making his own site observations and exploration to determine site conditions prior to bidding. 14. In accordance with the Supplemental Terms and Conditions, the Contractor shall prepare a Safety Program/Risk Management Program. This Program in conjunction with the list items shall include a Plan for Tropical Storms and Hurricanes. 15. Contractor shall conduct pot-holing of all areas a minimum of one (1) week prior to any work in an area. The existing private and public utilities shall be pot-holed to verify location and grade. This shall be reviewed to allow adjustment of mains as required to minimize conflicts. 16. The connection of the new water service to the School will require an interruption of potable water service to the School and thus must be performed during the 2015 Thanksgiving break (November 23 rd 27 th ) or the 2015 Christmas break (December 21 st 31 st ) break while the School is not in session. The new water service must be installed, tested, cleared for service, and connected by January 1, Work shall be limited to 7:30 AM to 5:30 PM Monday through Saturday. No work shall be permitted on Sundays and County Holidays without prior approval. G:\Engineering\PROJ-ENG\C\CCU169\08CDocs\01Bidding-Addenda-COs-Corr\3. Supplemental Project Req.docx Page 2 of 2

7 SECTION IV PERMITS The following Permits for the Project have already been obtained by Collier County or are the Contractor s responsibility to obtain, as noted below. Copies of all obtained Permits shall be made available to the Contractor. It shall be the Contractor s responsibility to read and understand all Permit and Permit Conditions. 1. A FDEP General Permit for Construction of Water Main Extensions for this project (permit number DSGP/02). 2. A SFWMD ROW permit (permit number ). 3. Collier County Right-of-Way Permit Submitted by the County; requires Contractor coordination. G:\Engineering\PROJ-ENG\C\CCU169\08CDocs\01Bidding-Addenda-COs-Corr\4. Permits.docx

8 SECTION V OWNER PROVIDED MATERIAL A. Mechanical Fittings & Piping Item Description Quantity Unit 1 10" x 8" REDUCER 1 EA 2 8"x8"x8" TEE 1 EA 3 16"x16"x10" TEE 1 EA 4 10"X12" MJ LONG SLEEVE 1 EA 5 16"X16" MJ LONG SLEEVE 2 EA 6 8" PVC WEDGE RESTRAINT ONELOK W/A 7 EA 7 10" PVC WEDGE RESTRAINT ONELOK W/A 4 EA 8 16" PVC WEDGE RESTRAINT ONELOK ACC SET 10 EA 9 8" MJ 22.5 BEND 1 EA 10 8" PVC DR18 WATER MAIN 20 LF 11 10" PVC DR18 WATER MAIN 20 LF 12 16" PVC DR18 WATER MAIN 20 LF B. Directional Drill Item Description Quantity Unit 1 10" DR-11 HDPE (D.I.P.S.) Water main (PE4170 Resin) 300 LF 2 10" DIPS SDR11 MJ ADAPTER 2 EA C. Valves Item Description Quantity Unit 1 10" MJ GATE VALVE W/ STEM, VALVE BOX, & ID 1 EA 2 16" MJ GATE VALVE W/ STEM, VALVE BOX, & ID 2 EA 3 8" BLOWOFF VALVE (BOV) 1 EA 4 TEMPORARY BACTERIAL SAMPLE (TBSV) 2 EA 5 AIR RELEASE VALVE W/ACC 1 EA D. Miscellaneous Item Description Quantity Unit 1 OMNI BLUE MARKER 3 EA 2 5 MIL UG DETECTABLE BLUE WATER TAPE 1 EA 3 12 GA BLUE LOCATING WIRE 500 LF 4 TEMPORARY JUMPERS 1 EA G:\Engineering\PROJ-ENG\C\CCU169\08CDocs\01Bidding-Addenda-COs-Corr\5. Owner Provided Material.docx Page 1 of 1