AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

Size: px
Start display at page:

Download "AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN"

Transcription

1 ADDENDUM NO. 1 ITB-U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ISSUE DATE: February 14, 2011 BID DATE: TO: SUBJECT: INTENT: March 1, 2:00 P.M. All Prospective Bidders and Others Concerned Addendum No. 1 to Bidding Requirements and Contract Documents for CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN PALM COAST, FLORIDA This Addendum is issued prior to the date bids are due to incorporate the following clarifications, additions, omissions, deletions, or changes to the Contract Documents. Except as hereinafter specified, the work shall be in accordance with the Drawings and Specifications. Bidders are to use the changed quantities of the items listed on this Addendum in their proposals, and it shall become a part of the Contract Documents when construction is executed. Bidders are reminded that this Addendum must be noted on the fifth page of the Official City Bid Form when they submit their proposal. A signed copy of the addendum must also be included with your bid submittal. This Addendum shall become part of the Contract Documents from this point forward. The Bidding Requirements and Contract Documents for the subject project are hereby amended as follows: 1. STATEMENTS a. The Bid Form shall be completely filled out. Failure to complete the Bid Form may be a cause for rejection of the Bid. b. Bids shall be delivered and will be opened on Tuesday, March 1, 2011 at 2:00 p.m. at Palm Coast City Offices, 160 Cypress Point Parkway, Suite B-106, Palm Coast, FL. DO NOT deliver the Bid to the Utility Department on Utility Drive. c. The Material & Equipment List shall be completely filled out. The names of the manufacturers shall be inserted, NOT the suppliers. Failure to complete this sheet may be a cause for rejection of the Bid. d. Any scheduled shut-downs, cut-ins, or connections will be performed after consultation with the City of Palm Coast. e. The CITY will post addenda information on the CITY s Web Site. All Bidders should check the CITY S Web Site or contact the CITY S Purchasing and Contracts Management Division at least twenty-four (24) hours before the date fixed to verify information regarding Addenda. Failure to do so could result in rejection of the proposal as unresponsive. Bidders shall sign, date, and return all addenda with their bid. AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

2 Previous addenda will be deemed received. Addenda information will be posted on the CITY S Web Site at It is the sole responsibility of the Proposer to ensure they obtain information related to Addenda. Oral and other interpretations or clarifications will be without legal effect. f. The direct purchase program will be utilized by the City of Palm Coast. Refer to Page of the Bid Form which lists the material the City will direct purchase. g. The Engineer s estimate of construction cost is $1.2 million. h. The fees for any City or Flagler County right-of-way permit will be paid for by the City of Palm Coast. The Contractor will prepare the application. i. The Engineer will address questions from bidding Contractors up to the end of the day on Wednesday, February 23, QUESTIONS AND RESPONSES The following questions were raised by the prospective bidders at the Pre-Bid Conference held on February 9, 2011: Since Fusible PVC Pipe is AWWA C900, will you allow the Contractors to utilize a better material for the directional drill sections in lieu of HDPE? The directional drills for this project will utilize HDPE pipe; fusible PVC is not allowed. Is Owner s Protective Liability Coverage (OCP) required or will the standard Contractor s Liability insurance suffice? OCP insurance is not required for this project. Is Builder s Risk insurance required? Builder s Risk insurance is not required for this project. Who relocates the gopher tortoises? Mr. Aaron Moore of CPH Engineers will relocate the tortoises. His contact information is listed in the Measurement and Payment, Section 01025, Bid Item No. 15, Relocate Gopher Tortoises. Mr. Moore will essentially be a subcontractor to the awarded General Contractor. How long will it take to relocate the tortoises? Mr. Moore anticipates it will take approximately three days. Who is responsible for installing the silt fence for the penning of the tortoises prior to relocation? The Contractor will be responsible for this activity. Please refer to the attached drawing in this addendum which shows the location and limits of the silt fence. When installing the silt fence along the water main route, what do you do with the fence when you are within 25 feet of the burrow? The Contractor will leave a gap in the fence where the burrow is located. Once the tortoise is moved, the gap in the fence will be closed. Will a logging crew be required to remove the trees and clear the area for installation of the water main? A logging crew should not be required. The amount of clearing is minimal and should be accomplished through non-logging crew means. AD 1-2 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

3 How much will it cost to relocate the tortoises? The cost is $35,000 and is shown as an Allowance on the Bid Form. If the relocation of the tortoises takes an abnormal amount of time, can the contract be extended. Yes. Section 01025, Measurement and Payment, states that the directional drills will be paid for based upon the horizontal distance along the ground surface between beginning and end point. The drill under I-95 will take approximately 760 feet of pipe rather than the 635 feet stated. Will the bid be revised to reflect a more accurate length of the drill? The line item will not be revised. The Contractor shall base the bid for this line item on what will be the lump sum cost to drill under I-95 and the wetlands to the west of the Interstate. Are the line item quantities the actual quantities in the project? Yes. What is the system pressure at the Universal Trail/Citation Blvd. intersection? Approximately psi. Is a jumper required to install the poly pig for flushing? A temporary connection shall be used for launching and retrieving the pig. What type of poly pig is required for this project? A swab device may be used to clean the pipe. Will a 14 diameter pig be required to flush the directional drills? No. The inside diameter of the 14 HDPE and 12 PVC mains are quite similar, so a 12 device will accommodate and negotiate the 14 and 12 pipe. Will the City of Palm Coast supply the water for flushing and pressure testing? Yes. Will the gate located adjacent to Old Kings Road be taken down in order to gain access to the project along the drainage canal? Yes. To what depth shall the soil be removed within the wetlands swale along Old Kings Road? The top 6 (minimum) shall be removed and placed in a separate spoil pile from the rest of the excavated material. The bid line items show seed and mulch and sod as the same quantity. Can either material be used for restoration? No. It will be the City s option as to which material is used. Therefore, the Contractor shall provide a unit price for each bid item based upon the total amount of the material shown in the Bid. What type of sod is required? Bahia. AD 1-3 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

4 3. SECTION INVITATION TO BID The Invitation to Bid has been revised so that now the Bids will remain firm for a period of ninety (90) days after Bid closing time. This time frame now coincides with that stated in the Instructions to Bidders. Delete Page in its entirety and substitute Page R, which is attached and made part of this Addendum. 4. SECTION BID FORM Bid Item Nos. 1, 14, 15 and 21 have been revised. A new bid item No. 18 has been added. Delete Pages and in their entirety and substitute Pages R and R, which are attached and made part of this Addendum. 5. SECTION MEASUREMENT AND PAYMENT Delete Pages and in their entirety and substitute Pages R and R, which are attached and made part of this Addendum. 6. DRAWINGS The following sheets are hereby revised: Drawing No. Description C-7 Added/deleted pipe locators. Added the symbol for the 1 tap for sampling. Relocated the gate valve on the Old Kings Road water main closer to the 12 x12 wye. C-10 Removed the Note relating to wetland excavation. C-18 Revised Typical Detail-Open Cut. C-20 Revised Locate Wire Figure No. 1. Revised Locate Tape Installation Detail. Revised Air Release Valve Detail. C-21 Added air release valves in profile. An additional drawing is hereby included with this Addendum that shows the location for the installation of the silt fence for penning the gopher tortoise at the north end of the project. 7. PERMIT A copy of the Department of Army Nationwide Permit Number 12 permit is attached and made part of this Addendum. AD 1-4 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

5 The foregoing changes are hereby incorporated into the Bidding Requirements and Contract Documents for CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN, Palm Coast, Florida. Bids will be opened as previously announced. THE CITY OF PALM COAST FLAGLER COUNTY, FLORIDA By /s/ Jim Landon City Manager ATTACHMENTS: Section Invitation to Bid: Page R Section Bid Form: Pages R and R Section Measurement and Payment: Pages R and R Drawings: Sheet Nos. C-7, C-10, C-18, C-20, and C-21; and Drawing showing extent of silt fence for penning gopher tortoises Permit: Dept. of Army Nationwide Permit Number 12 Acknowledgment: Signature and Date Printed Name and Title Company Name END OF ADDENDUM NO. 1 AD 1-5 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

6 CITY OF PALM COAST INVITATION TO BID ITB-U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN SCOPE OF SERVICES: Project consists of furnishing and installing approximately 15,000 linear feet of 12-inch water main; directional drill crossing of I-95 and several shorter crossings; hydrant assemblies; gate valves; connections; gopher tortoise relocations; pavement replacement and appurtenances. CONTRACT TIME: Construction time to achieve Substantial Completion is One Hundred and Fifty (150) consecutive calendar days from the date of the Notice to Proceed, with an additional thirty (30) consecutive calendar days to achieve Final Completion. CONTRACT DOCUMENTS AND DRAWINGS: Bids shall be prepared using the Contract Documents and Drawings. Early addenda may be issued up to seventy-two (72) hours before the Bid closing time. Brief Addenda may be issued between seventy-two (72) hours and twenty-four (24) hours before Bid closing time. All addenda will be posted on the City s website: BID SECURITY: A certified check, cashier s check or bid bond shall accompany each Bid. The certified check, cashier s check or bid bond shall be for an amount not less than five percent (5%) of the Bid price and shall be made payable to the City as a guarantee that the Bidder will not withdraw his/her Bid for a period of ninety (90) days after Bid closing time. PERFORMANCE, PAYMENT, MATERIAL AND WORKMANSHIP BONDS: In the event the Contract is awarded to the Successful Bidder, it will thereafter enter into a written Agreement with the City and furnish a Payment Bond and a Performance Bond in an amount equal to the Contract Price. The Material and Workmanship Bond shall be in an amount equal to 10 percent of the Contract Price as adjusted on the Final Application for Payment. The Bidder will forfeit his/her Bid Security if he/she fails to do so. All Bonds shall be secured from or countersigned by an agency or surety company recognized in good standing and authorized to do business in the State of Florida. BID DOCUMENTS: Drawings and Project Manual (including Bid Form) may be obtained from the City of Palm Coast Purchasing Office by payment of fifty dollars ($50.00) for both sets of documents. Checks shall be made payable to the City of Palm Coast. It is mandatory that Bidders receive Bid Documents prior to submitting a Bid. Questions concerning the bidding should be directed to Brian Rothwell, Purchasing Manager, at the following telephone number: The drawings and project manual may also be obtained at no cost from the City s website: NON-MANDATORY PRE-BID DATE/TIME: February 9, 2011 at 2:00 P.M. at the 2 Utility Drive, Palm Coast, Florida. DUE DATE/TIME: March 1, 2011 at 2:00 P.M. at the Purchasing and Contracts Management Division, 160 Cypress Point Parkway, Suite B-106, Palm Coast, FL Bids received after that date and time shall be disregarded and not considered. INVITATION TO BID R ITB-U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

7 ITEM NO. DESCRIPTION QTY. UNIT UNIT COST Mobilization / Demobilization (Max 1. 5% of Bid) 1 LS $ $ Furnish and Install Water Mains with 2. Restrained Joints a. 8-inch PVC 40 LF $ $ b. 12-inch PVC 460 LF $ $ Furnish and Install Water Mains with 3. Non-Restrained Joints a. 12-inch PVC 14,510 LF $ $ Furnish and Install Compact Ductile 4. Iron Fittings 1.06 TON $ $ Furnish and Install Valve and Valve 5. Boxes a. 8-inch Gate 4 EA $ $ b. 12-inch Gate 24 EA $ $ 6. Furnish and Install Fire Hydrant Assemblies 13 EA $ $ 7. Furnish and Install 1-Inch Tapping Saddle and Corporation Stop 23 EA $ $ 8. Furnish and Install Air Release Valve 9. Assembly and Vault 2 EA $ $ Cut-ins and Connections to Existing Mains a. 12-inch Cut-In 1 EA $ $ b. 12-inch Dry Connection 1 EA $ $ 10. Construct Road/Utility/Ditch Crossings a. 635-foot Crossing of I-95 1 LS $ $ b. 135-foot Crossing of Canal at Station LS $ $ c. 120-foot Crossing of Driveway at Station LS $ $ d. 120-foot Crossing of Canal at Station LS $ $ e. 85-foot Crossing of Road at Station LS $ $ f. 85-foot Crossing of Road at Station LS $ $ g. 85-foot Crossing of Road at Station LS $ $ h. 85-foot Crossing of Road at Station LS $ $ i. 100-foot Crossing of Ditch at Station LS $ $ 11. Furnish and Install Sod a. Bahia 41,750 SY $ $ AMOUNT BID FORM R ITB-U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

8 ITEM NO. DESCRIPTION QTY. UNIT UNIT COST AMOUNT 12. Furnish and Install Seed and Mulch 41,750 SY $ $ 13. Clear and Grub within Right-of-Way/ Easement 1 LS $ $ 14. Furnish and Install Pipe Locators 23 EA $ $ 15. Allowance for Relocation of Gopher 1 LS $ 35, $ 35, Tortoises 16. Pavement Repair and Replacement a. Asphalt Road Patch 10 SY $ $ b. Crushed Concrete for Driveway Stabilization 36 SY $ $ 17. Erosion and Sedimentation Control 1 LS $ $ 18. Silt Fence for Penning Gopher Tortoises 400 LF $ $ 19. Maintenance of Traffic 1 LS $ $ 20. Submit Certified As Built Drawings 1 LS $ $ 21. Indemnification (1% of Bid) 1 LS $ $ TOTAL AMOUNT OF BID (ITEM NOS. 1 21) $ (Figures) (In Words) BID FORM R ITB-U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

9 Bid Item No. 15 Allowance for Relocation of Gopher Tortoises Allowance. The exact number of gopher tortoises to be relocated is unknown. Include an allowance in this Bid Item for the cost to relocate the gopher tortoises out of the construction zone as shown on the Drawings. Monies in this allowance will be used only on issuance of proper documentation that details the cost of the tortoise relocation by the gopher tortoise agent. At the close-out of the Contract, any monies remaining in this allowance will remain with the OWNER. Payment. Payment from the relocation allowance shall be full compensation for furnishing all plant, labor, materials and equipment necessary to relocate the gopher tortoises. Any tortoise burrow that is within 25 feet of construction activity shall be excavated, and any tortoise found within the burrow shall be relocated to the area established by an authorized gopher tortoise agent. Relocation shall be performed by CPH Engineers, Sanford, Florida (407) ; Attn: Aaron Moore. Bid Item No. 16 Pavement Repair and Replacement General: For purposes of payment under the paragraph, the following shall apply: 1. Pavement classification shall be based on the type of surface. 2. Pavement replacement shall include earth/flowable fill backfill, stabilized subgrade, base, prime and tack coat and asphalt wearing course. 3. Concrete driveways six-inches (6 ) or greater in thickness or of any thickness, if reinforced, shall be considered as concrete pavement. 4. No differentiation shall be made between types of concrete curbs, curbs and gutters and valley gutters. 5. No payment shall be made under this item or pavement replacement within the limits of highway crossings or special crossing lump sum pay items. 6. The asphaltic concrete driveways shall include six inches (6 ) of limerock or shell base material. 7. Sidewalks shall match existing thickness or four inches (4 ), whichever is greater. Contraction and expansion joint spacing shall match existing. Measurement. The quantity for payment shall be the actual number of square yards of pavement, or each type, acceptable replaced, measured along the centerline of the trench and of the actual width of pavement replaced within the following limitations: Raw/Potable Water and Force Mains Maximum width eight feet (8 ) or as shown on the Drawings. Where special details require widths in excess of the specified amounts, payment will be made for the added width. Measurement for lengths at intersections will be from the edge of the main trench allowance. The maximum width of pavement overlay shall be the width shown on the Drawings. Payment. Payment for pavement replacement shall be made at the applicable unit price per square yard for the actual quantity of each item satisfactorily replaced. Such payment shall be full compensation for furnishing all plant, labor, materials, equipment and incidentals and constructing the applicable item. MEASUREMENT AND PAYMENT R ITB-U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

10 Bid Item No. 17 Erosion and Sedimentation Control Payment. Payment of the applicable lump sum price shall be full compensation for furnishing all plant, labor, materials and equipment necessary to provide the required erosion and sedimentation control called out in the Specifications and as shown on the Detail Drawings of this set. Bid Item No. 18 Silt Fence for Penning Gopher Tortoises Measurement. The quantity for payment shall be the actual number of linear feet of silt fencing that is satisfactorily furnished and installed. Payment. Payment of the applicable unit price shall be full compensation for furnishing all plant, labor, materials and equipment necessary to furnish and install the silt fencing at the location shown on the Drawing included with Addendum No. 1. The site is located on Old Kings Road immediately north of the connection point to the existing 12-inch water main. It will be used for penning the gopher tortoise located on the north end of Old Kings Road. Bid Item No. 19 Maintenance of Traffic Payment. Payment of the applicable lump sum price shall be full compensation for furnishing all plant, labor, materials and equipment necessary to provide the Maintenance of Traffic (MOT) required as shown on the Drawings. Bid Item No. 20 Submit Certified As-Built Drawings Payment. Payment of the applicable lump sum price shall be full compensation for furnishing all plant, labor, materials and equipment necessary to submit the As-Built Drawings, certified by a registered land surveyor or professional engineer. The CONTRACTOR S attention is directed to Section 01720, Paragraph 1.02, which addresses the requirements for maintaining up-to-date As-Built Drawings. Final payment will be withheld until an acceptable set of As-Built Drawings are delivered to the City. Bid Item No Indemnification Payment. Payment of the applicable lump sum price will be made for providing indemnification (as called out in Section 00800: General Conditions, Article 6.18). END OF SECTION MEASUREMENT AND PAYMENT R ITB-U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30