ADDENDUM 1 OF SOLICITATION

Size: px
Start display at page:

Download "ADDENDUM 1 OF SOLICITATION"

Transcription

1 1. SOLICITATION NO.: IFB ADDENDUM NO.: CITY OF SAFETY HARBOR (THE CITY) ADDENDUM 1 OF SOLICITATION 1 3. EFFECTIVE DATE: 11/07/ REVISED OFFER SUBMISSION DUE DATE AND TIME: REVISED AS FOLLOWS: 4. BRIEF SOLICITATION DESCRIPTION: North Bayshore Sanitary Sewer and Force Main Replacement Project Addendum #1 The date and/or time specified for receipt of offers is changed as follows: DATE: Thursday, December 20, 2018 TIME: 2:00 PM 6. REVISED PRE-BID/PROPOSAL CONFERENCE: MANDATORY PRE-OFFER CONFERENCE REVISED AS FOLLOWS: The scheduled pre-bid/proposal conference is changed as follows: DATE: Wednesday, November 14, 2018 TIME: LOCATION: 11:00 AM City of Safety Harbor City Hall 750 Main Street Safety Harbor, FL AMENDMENT OF SOLICITATION: The Solicitation identified in Block 1, above, is hereby amended as described in Block 11, below. Except as provided herein, all other provisions of the solicitation, or as heretofore amended, remain unchanged and in full force and effect. 8. REQUIREMENT TO ACKNOWLEDGE AMENDMENT: Offerors must acknowledge receipt of this amendment prior to the deadline specified in the solicitation for receipt of offers by one of the following methods: a. By signing this amendment in Block 9, below, and returning one signed copy; b. By acknowledging receipt of this amendment on the Solicitation, Offer and Award form; or, c. By separate letter or telegram that includes a reference to this solicitation and amendment number. WARNING: Failure of an Offeror to acknowledge receipt of this Amendment, as described herein, may result in REJECTION OF THE OFFER. NOTE: For Invitations for Bids the terms "Offer" and Offeror" shall mean "Bid" and "Bidder", respectively; and for Requests for Proposals or Quotation the terms "Bid" and "Bidder" shall mean "Offer" and "Offeror", respectively, in this solicitation and any associated exhibits. 9. OFFEROR'S ACKNOWLEDGEMENT OF AMENDMENT: Name & Title: (Print/Type) Signed Acknowledgment: Offeror: Date Acknowledged: / / 10. FOR FURTHER INFORMATION CONTACT: Name: John E. Powell, P.E., City Engineer ; jpowell@cityofsafetyharbor.com ; Phone: Ext DESCRIPTION OF AMENDMENT: ADDENDUM 1 INCLUDES: REPLACE SOLICITATION, OFFER AND AWARD FORM INVITATION FOR BID (IFB) COVER PAGE WITH THE ATTACHED REVISED COVER: Items Revised: Number 5: PRE OFFER CONFERENCE: The City will hold a MANDATORY Pre-Offer Conference on Wednesday, November 14, 2018 at 11:00 AM, in the Commission Chambers in City Hall at 750 Main Street, Safety Harbor, FL Number: 7: OFFER SUBMISSION DUE DATE AND TIME: Sealed Bids will be received up to 2:00 PM, Eastern Standard Time, on Thursday, December 20, Bids will be publicly opened, and read aloud in the Commission Chambers in City Hall at 750 Main Street, Safety Harbor, FL Number 10: FIRM OFFER PERIOD: Offers shall remain firm for a period of 60 calendar days from the offer submission due date. Page 1 of 1

2 ITY OF SAFETY HARBOR (THE CITY) SAFETY HARBOR, FLORIDA SOLICITATION, OFFER AND AWARD FORM INVITATION FOR BID (IFB) 1. SOLICITATION #: IFB BRIEF DESCRIPTION: 2. ISSUE DATE: ORIGINAL : OCTOBER 26, 2018 Addendum #1: 3. FOR INFORMATION CONTACT: NAME: John E. Powell, P.E., LEED AP City Engineer PHONE: , FAX: ext jpowell@cityofsafetyharbor.com 5. PRE OFFER CONFERENCE: The City will hold a MANDATORY Pre-Offer Conference. Site Visit will immediately follow Pre-Offer Conference. LOCATION: 750 MAIN STREET SAFETY HARBOR, FLORIDA, SUBMIT OFFER TO THE FOLLOWING ADDRESS: IFB City of Safety Harbor Attn: City Engineering Department 750 Main Street Safety Harbor, Florida North Bayshore Sanitary Sewer and Force Main Replacement Project DATE AND TIME: Wednesday, November 14, 2018, 11:00 AM Eastern Standard Time 7. OFFER SUBMISSION DUE DATE AND TIME: Sealed Bids will be received up to 2:00 PM, Eastern Standard Time, on Thursday, December 20, Bids will be publicly opened, and read aloud in the Commission Chambers in City Hall at 750 Main Street, Safety Harbor, FL SUBMIT WITH OFFER: Original offer and 1 photocopy including the exhibits and attachments listed on Page 2 of this form. 9. Offers will be publicly opened on 12/20/2018, 2:00 P.M, Eastern Standard Time. 10. FIRM OFFER PERIOD: Offers shall remain firm for a period of 60 calendar days from the date specified in Block 7, above. 11. This solicitation and any resulting contract, respectively, consists of this Form and the exhibits and documents designated with a symbol on Page 2 of this form. 12. DISCOUNT FOR PROMPT PAYMENT: NOT APPLICABLE OFFER - (To be completed by Offeror) 13. If this offer is accepted within the period specified in Block 10, above, the offeror agrees to fully provide the goods and/or services covered by this solicitation at the prices and timelines specified in the solicitation. 14. ACKNOWLEDGEMENT OF AMENDMENTS: The offeror acknowledges receipt of the following solicitation amendments (write in all amendment numbers and amendment dates. Amendment Number and Date Amendment Number and Date Amendment Number and Date 15. OFFEROR S NAME AND ADDRESS: (Type or Print) 16. NAME AND TITLE OF OFFEROR S REPRESENTATIVE (PERSON AUTHORIZED TO EXECUTE CONTRACTS): (Type or Print) TELEPHONE: CELL PHONE: FAX: 17. OFFEROR S REPRESENTATIVE SIGNATURE & DATE: AWARD - (To be completed by City) 18. ACCEPTED AS TO: 19. TOTAL AMOUNT OF AWARD: 20. CONTRACT NUMBER: Schedule Bid Form SIGNATURE & CONTRACT AWARD DATE: Signature: Attest: Date / / Joe Ayoub, Mayor Karen Sammons, City Clerk Approved As to Form: City Attorney Form Revised 9/06/2018 Page 1 of 1 Addendum #1 - Solicitation, Offer and Award Form

3 1. SOLICITATION NO.: IFB ADDENDUM NO.: 5. SUBMISSION DUE DATE AND TIME: CITY OF SAFETY HARBOR (THE CITY) ADDENDUM 2 OF SOLICITATION 2 3. EFFECTIVE DATE: 12/10/ BRIEF SOLICITATION DESCRIPTION: North Bayshore Sanitary Sewer and Force Main Replacement Project Addendum #2 6. MANDATORY PRE-OFFER CONFERENCE: DATE: Thursday, December 20, 2018 TIME: By 2:00 PM DATE: Wednesday, November 14, 2018 TIME: LOCATION: 11:00 AM City of Safety Harbor City Hall 750 Main Street Safety Harbor, FL AMENDMENT OF SOLICITATION: The Solicitation identified in Block 1, above, is hereby amended as described in Block 11, below. Except as provided herein, all other provisions of the solicitation, or as heretofore amended, remain unchanged and in full force and effect. 8. REQUIREMENT TO ACKNOWLEDGE AMENDMENT: Offerors must acknowledge receipt of this amendment prior to the deadline specified in the solicitation for receipt of offers by one of the following methods: a. By signing this amendment in Block 9, below, and returning one signed copy; b. By acknowledging receipt of this amendment on the Solicitation, Offer and Award form; or, c. By separate letter or telegram that includes a reference to this solicitation and amendment number. WARNING: Failure of an Offeror to acknowledge receipt of this Amendment, as described herein, may result in REJECTION OF THE OFFER. NOTE: For Invitations for Bids the terms "Offer" and Offeror" shall mean "Bid" and "Bidder", respectively; and for Requests for Proposals or Quotation the terms "Bid" and "Bidder" shall mean "Offer" and "Offeror", respectively, in this solicitation and any associated exhibits. 9. OFFEROR'S ACKNOWLEDGEMENT OF AMENDMENT: Name & Title: (Print/Type) Signed Acknowledgment: Offeror: Date Acknowledged: / / 10. FOR FURTHER INFORMATION CONTACT: Name: John E. Powell, P.E., City Engineer ; jpowell@cityofsafetyharbor.com ; Phone: Ext DESCRIPTION OF AMENDMENT: ADDENDUM 2 INCLUDES: - SCHEDULE BID FORM ITEM 25 REVISED TO: FURNISH AND INSTALL 1-INCH OF SP-9.5 ASPHALT (PHASE 2 RESTORATION) - QUESTIONS & RESPONSES AS OF 12/10/ PRE BID CONFERENCE MEETING MINUTES and Sign-In Sheet held on November 14, Page 1 of 1 Addendum #2

4 Addendum #2 Rev Schedule Bid Form - Solicitation No. IFB CITY OF SAFETY HARBOR (THE CITY) SCHEDULE BID FORM Addendum #2 CAUTION: A false statement in any offer submitted to the City may be a criminal OFFENSE. NOTE: For Invitations for Bids the terms "Offer" and "Offeror" shall mean "Bid" and "Bidder", respectively; and for Request for Proposals the terms "Bid" and "Bidder" shall mean "Offer" and "Offeror", respectively, in this solicitation and any associated exhibits. THE OFFEROR MUST SIGN AND DATE THIS SCHEDULE WHERE PROVIDED AND SUBMIT ALL PAGES WITH THE OFFER. The line item unit price(s) must include all costs that the offeror intends to recover, such as, but not limited to: supervision, labor, equipment, materials, vehicle licensing, vehicle title, warehousing, freight, pick-up, financing, carrying charges, and all other such charges to accommodate the supplies/services and delivery requirements. No price adjustments will be made, unless specifically provided for by an additional provision included in this contract. ITEM NO. (A) - BASE BID DESCRIPTION QTY UNIT UNIT PRICE EXTENDED PRICE 1 MOBILIZATION/DEMOBILIZATION (MAX. 5%) 1 LS $ $ 2 MAINTENANCE OF TRAFFIC & PEDESTRIAN CONTROLS (MAX 3%) 1 LS $ $ 3 INSURANCE 1 LS $ $ 4 PERFORMANCE & PAYMENT BONDS 1 LS $ $ 5 VIDEO-AUDIO EXISTING CONDITIONS 1 LS $ $ 6 8 PVC SDR-35 GRAVITY SEWER PIPE 1,900 LF $ $ 7 8 PRECAST SANITARY SEWER MANHOLE <8 DEEP PRECAST SANITARY SEWER MANHOLE >8 DEEP 8 EA $ $ 3 EA $ $ 9 CONNECTION TO EXISTING MANHOLE 1 EA $ $ 10 CONNECTION TO EXISTING LIFT STATION 1 EA $ $ CONNECTION TO EXISTING SANITARY SEWER MAIN 6 PVC STREET LATERAL, CLEANOUT & BOX 6 EA $ $ 15 EA $ $ 13 6" C-900 PVC FORCE MAIN BY OPEN CUT 1,600 LF $ $ STEEL CASING BY OPEN CUT 30 LF $ $ 15 6 C-900 PVC FORCE MAIN WITH CASING PIPE BY JACK AND BORE 50 LF $ $ Bid Documents Page 1 of 2 Addendum #2 Rev. Schedule

5 Addendum #2 Rev Schedule Bid Form - Solicitation No. IFB DUCTILE IRON FITTINGS 0.5 TONS $ $ 17 ARV ASSEMBLY 2 EA $ $ 18 LOCATE STATIONS 10 EA $ $ REMOVE EXISTING SANITARY SEWER MANHOLES REMOVE EXISTING 4 FORCE MAIN AT BRIDGE CROSSING GROUT FILL EXISTING FORCE MAIN AND GRAVITY SANITARY SEWER MAIN 8 EA $ $ 1 LS $ $ 30 CY $ $ 22 FLOWABLE FILL FOR CONFLICTS 40 CY $ $ FURNISH AND INSTALL 1-INCH OF SP-9.5 ASPHALT (PHASE 1 RESTORATION) MILL 1-INCH OF EXISTING ASPHALT (PHASE 2 RESTORATION) FURNISH AND INSTALL 1-INCH OF SP-9.5 ASPHALT (PHASE 2 RESTORATION) 1,700 SY $ $ 1,700 SY $ $ 3,400 SY $ $ 26 EXPORT OF UNSUITABLE MATERIALS 2,500 CYD $ $ 27 IMPORT OF SELECT FILL MATERIAL 3,300 CYD $ $ 28 SITE RESTORATION 1 LS $ $ 29 PORTABLE VARIABLE/CHANGEABLE MESSAGE BOARDS/SIGNS 2 EA $ $ TOTAL BASE BID = $ FAILURE OF THE OFFERER TO PROVIDE PRICES FOR ALL LINE ITEMS LISTED ON BASE BID FORM SHALL BE CAUSE OF REJECTION OF THE ENTIRE OFFER. NAME & TITLE OF OFFEROR'S REPRESENTATIVE: (Print or type) SIGNATURE & DATE: / / (Name & Title) (Signature of Offeror's Representative) (Offeror's Name) Bid Documents Page 2 of 2 Addendum #2 Rev. Schedule

6 City of Safety Harbor RFQ : North Bayshore Sanitary Sewer and Force Main Replacement Project Responses to Request for Information The following are City of Safety Harbor s responses to request for information and clarification to RFQ , North Bayshore Sanitary Sewer and Force Main Replacement Project: Date: November 19, 2018: Question 1: The proposed Force Main route (open cut portion) cuts thru various driveways (concrete, brick pavers). The replacement of the concrete drives is straight forward restoration. However the age any type of brick pavers to be removed via the open cut installation may be difficult, if not impossible to match. We are concerned that the home owner may not be pleased with the contractor or the City should the brick pavers that can be obtained currently would not match the remainder of the brick pavers from the ROW to the home. Would the city entertain that these drives be replaced with Concrete Drives from the edge of pavement to the ROW line? Response 1: The Contractor shall restore all driveways, brick roads, asphalt, and sidewalk that are damaged due to construction or abandonment of the force main or sanitary sewer. If a homeowner has installed decorative pavers within the City of Safety Harbor Right of Way (ROW), and the homeowner has an agreement with the City for said decorative brick pavers within the ROW, then the Contractor shall remove the bricks and store at the property of the homeowner, and the homeowner would be responsible for the cost to replace the bricks. If a City agreement is not in place, the City will allow the bricks to be removed and replaced at the homeowner s expense. If the homeowner is no longer interested in brick pavers, then restoration of driveways with concrete would be acceptable, and shall be installed by the Contractor at the Contractor s expense. Please also refer to Specification Section 01530, Protection of Existing Facilities, included in the bid documents. Question 2: There appears to be areas where the home owners have installed Landscaping Shrubbery and decorative items with the proposed Force Main route and areas where the new sanitary laterals will be going. Will the city contact the owners to remove them from the ROW. If these landscape items are not removed by the home owner, will the contractor be responsible for their replacement? Response 2: For landscaping and decorative items within City ROW, the Contractor must notify the homeowner of these items prior to removal. The Contractor shall remove the items, unless the homeowner would like to remove themselves. The Contractor is not responsible for replacement of landscaping and decorative items within City ROW. 1

7 Question 3: Since the plans do not include a pre- designed MOT plan by the engineer, the contractor may have a proposed plan that would be priced in their proposal costs. Should the city not approve the Contractors Plan and additional items (aka costs) be required, would the contractor be reimbursed for these additional requested items? Response 3: The Contractor shall include in their bid, under an appropriate bid item, the cost for an MOT plan that must be provided to the City and approved by the City. Question 4: Does the existing manhole where the new force main is proposed to connect to currently have an interior coating that would require patching and if so, what material is currently in the manhole structure? Response 4: It is unknown if the existing manhole has an interior coating. Please refer to specification section 02730, included in the bid documents. Question 5: There is no bid item for root pruning of existing tree root system. The proposed Force Main will go thru the root system of trees adjacent to the proposed route. Will a bid item be added or will this be considered incident to the open cut bid item? Response 5: No, there will be no added bid item for root pruning of existing tree root systems. The Contractor shall include in their bid, under an appropriate bid item, the cost of proper root pruning at the direction of a certified arborist. Question 6: Will the contractor be able to utilize an area along North Bayshore, between the existing sidewalk and the bay shoreline for a staging area? Response 6: Staging along Bayshore Blvd. within the City Right of Way is an option. All material stored must be enclosed by construction fencing and/or a double row of silt fence to protect the shoreline. All disturbed areas from staging material shall be restored at the Contractor s expense. Staging areas will be discussed further with the selected Contractor. 2

8 Date: December 3, 2018: Question 7: In regards to the size of the steel casing at STA STA Detail D1.00 shows for 6 Carrier pipe 12 Steel casing required. 14 Isn t listed on the detail and is an odd size not normally stocked. Will 12 be acceptable per the detail? Same questions for STA STA will 12 suffice for the casing pipe? Response 7: The City will require the 14 casing pipe to provide sufficient clearance. All pipe within casing must be restrained. The City will not accept 12 casing pipe. Date: December 7, 2018: Question 8: Is it the intent to remove any tree that is in-line of the proposed FM installation? If so, are additional permits or certified arborist required? Example location, STA Response 8: Please refer to Specification Section Unless indicated to be removed, the Contractor shall adequately protect all trees and shrubs with boxes or otherwise in accordance with ordinances governing the protection of trees. No excavated materials shall be placed so as to injure such trees or shrubs. Trees or shrubs destroyed through negligence of the Contractor or his employees shall be replaced with new stock of similar size and age, in the proper season and at the sole expense of the Contractor. Beneath trees or other surface structures, where possible, pipelines may be built in short tunnels, backfilled with excavated materials, except as otherwise specified, or the trees or structures carefully supported and protected from damage. The Contractor shall be required to notify the City forty-eight (48) hours in advance of any removal of trees on the project. No clearing shall occur and no earth moving equipment shall be placed on-site until after the notice has been issued. The Contractor shall provide maintenance of the tree barricades and other preventive measures to protect the trees that are6 to remain. The Contractor shall conform to all local ordinances, rules and regulations in the removal of any trees from the site of the Work. All tree trimming, root pruning and tree removal must be done by or under the direct supervision of an ISA certified arborist. Said certified arborist must also be an employee of the tree care company performing said work. To clarify, the certified arborist must be on site during any tree trimming, root pruning or other tree work. The Contractor shall provide the City a copy of the certified arborist s current ISA Certification and be approved by the City prior to the commencement of the work. Also note, there is no added bid item for root pruning of existing tree root systems. The Contractor shall include in their bid, under an appropriate bid item, the cost of proper root pruning at the direction of a certified arborist. 3

9 Question 9: Is there any record of irrigation within the ROW of N. Bayshore Blvd? Response 9: There are no record drawings of irrigation within City ROW. Refer to Specification Section that states: All damage resulting from construction on existing structures, wetland areas, roadway pavement, driveways, other paved areas, fences, utilities, traffic control devices and any other obstruction not specifically named herein, shall be repaired, restored or replaced by the Contractor unless otherwise specified. Question 10: Is there any record of irrigation between the curb and sidewalk on Church St? Response 10: There are no record drawings of irrigation within City ROW. Refer to Specification Section that states: All damage resulting from construction on existing structures, wetland areas, roadway pavement, driveways, other paved areas, fences, utilities, traffic control devices and any other obstruction not specifically named herein, shall be repaired, restored or replaced by the Contractor unless otherwise specified. Question 11: There is no detail on brick pavers for driveway aprons within the ROW. Is it the intent to replace in-kind? Response 11: Yes. The Contractor shall restore all driveways, brick roads, asphalt, and sidewalk that are damaged due to construction or abandonment of the force main or sanitary sewer. If a homeowner has installed decorative pavers within the City of Safety Harbor Right of Way (ROW), and the homeowner has an agreement with the City for said decorative brick pavers within the ROW, then the Contractor shall remove the bricks and store at the property of the homeowner, and the homeowner would be responsible for the cost to replace the bricks. If a City agreement is not in place, the City will allow the bricks to be removed and replaced at the homeowner s expense. If the homeowner is no longer interested in brick pavers, then restoration of driveways with concrete would be acceptable, and shall be installed by the Contractor at the Contractor s expense. Please also refer to Specification Section 01530, Protection of Existing Facilities. Question 12: Plan sheet D1.01 note 16 states that when a FM discharges into a gravity sewer MH, a fiberglass liner will be installed. The new FM discharges into an existing MH at STA Does this MH have a fiberglass liner? If one needs to be installed, under what pay item is this to be paid under? Response 12: It is unknown if the existing manhole has an interior coating. Please refer to specification section 02730, included in the bid documents. Also, refer to Bid Item #9, and Attachment 1 to the Schedule Bid Form. 4

10 Pre-Bid Conference Meeting Minutes IFB North Bayshore Sanitary Sewer and Force Main Replacement Project November 14, :00 AM INTRODUCTIONS John Powell, P.E., City Engineer Michelle Giuliani, E.I., Senior Project Engineer Troy Wilcox, Civil Designer Brian Dennington, Civil Designer Loc Truong, P.E., King Engineering Matthew Davis, P.E., King Engineering Engineer of Record GENERAL Mandatory Pre-Bid All attendees were asked to sign-in. Sign-In Sheet is attached. CONTRACT ITEMS Bids are due at 2 pm on December 20, (Refer to Addendum #1) This is a primarily a Measurement and Payment contract with some lump sum items. Work hours are Monday through Friday 7 am to 6 pm. Contract time is 300 days from Notice to Proceed. ITEMS TO BE INCLUDED WITH BID Solicitation, Offer and Award Form Invitation for Bid (RFQ) Schedule - Bid Form (Bid Form) Attachment 1 to the Schedule Bid Form Representations and Certifications (Exhibit A) Attachment 1 to Exhibit A (NPDES Document) Attachment 1 to Exhibit C Bid Bond PROJECT DESCRIPTION The scope of work for the replacement of the existing gravity sanitary sewer system includes in general the following: Installation of 8-inch gravity sanitary sewer main; Installation of precast concrete sewer manholes; Installation of sanitary sewer street laterals and cleanouts; Abandonment/removal of existing sanitary sewer and manholes; Infiltration/Exfiltration testing of sewer mains and manholes; TV Inspection and mandrel testing of sanitary sewer mains; Obtaining FDEP clearance for the new sanitary sewer system components; Restoration of asphalt, concrete curb, driveways, sidewalks and miscellaneous site restoration 1

11 The scope of work for the installation of the replacement force main includes in general the following: Installation of 6-inch force main by the open cut method; Installation of 6-inch force main by jack and bore method; Installation of air release valves and appurtenances;pressure testing of force mains; Obtaining FDEP clearance for the new force main; Abandonment/removal of existing force main; Restoration of asphalt, concrete curbs, sidewalks, and miscellaneous site restoration. PLAN REVIEW G1.02: o Remove 4 FM from North Bayshore Bridge. C1.01: o FM connection to existing manhole on 1 st Avenue N. o Jack and Bore under Philippe Parkway. o FM installation is by open cut. C1.02: o FM casing required under N Bayshore Drive. o FM bends required around inlet and under storm sewer. o Proposed FM Air Release Valve. o Grout old FM o Gravity sanitary sewer proposed within N Bayshore Drive. o Grout old sanitary sewer system. C1.03: o Connect FM to pump station. o Connect gravity sanitary sewer to pump station. o Gravity sanitary sewer under storm pipes. C1.04: o Gravity sanitary sewer under storm pipe. o Connect to existing manhole at Hamilton Avenue. C1.05: o Construct gravity sanitary sewer across Philippe Parkway. Address notifications and Maintenance of Traffic. o Gravity sanitary sewer to be constructed under other utilities. 2

12 SPECIAL CONSIDERATIONS Maintenance of traffic o Philippe Parkway is a collector road. o Variable Message Signs as needed for public notification. o MOT and advanced public notification is the responsibility of the Contractor throughout the project. Phasing of gravity sanitary sewer connections. Asphalt Restoration Sidewalk ADA requirements must meet current ADA if impacted during construction. Site Restoration MISCELLANEOUS Provide 48 hour notice for coordination with City. Notification to property owners by contractor. Coordination with property owners including disruption of service, work on their property. Questions must be in writing received 5 working days prior to bid opening. Project Construction Estimate is $1,490, PERMITS FDEP General Permit and Individual Permits for Wastewater Systems obtained. Permits included in bid package. LICENSES All contractors and sub-contractors are required to hold a Pinellas County Contractors License and a State License for the appropriate discipline and must also register with the City of Safety Harbor through the Building Department. OTHER ITEMS OF DISCUSSION CONSTRUCTION PHASING PLAN: Refer to Specification Section PRECAST MANHOLE COATING/LINING SYSTEM: Refer to Specification Section All interior surfaces of sanitary sewer manholes including walls, benches, inverts, chimney, and brick adjustments shall be coated with a calcium aluminate lining system containing 100% calcium aluminate cement and 100% calcium aluminate aggregate at a minimum thickness of 1/2-inch. Lining system shall be SewperCoat PG by Kerneos Aluminate Technologies. 3

13 QUESTIONS/RESPONSES QUESTION 1: When is the start date? RESPONSE 1: The project must be presented to City Commission for award prior to start of construction. We anticipate this project to go before the City Commission in January Depending on the Contractor s schedule and submittals, the City anticipates start of construction some time in February or March of QUESTION 2: Is there a staging area for the project? RESPONSE 2: The staging area will be discussed with the selected Contractor. Staging along Bayshore Blvd. within the Right of Way is an option. QUESTION 3: Is the Contractor responsible for fees? RESPONSE 3: Any City Building permit fees are the responsibility of the Contractor. Also, the Contractor is responsible for water fees. Current monthly base charges are attached. QUESTION 4: Will there be any stop of work for seasonal events? RESPONSE 4: There are City events along Bayshore Blvd. These events will be discussed with the selected Contractor, and special provisions shall be taken if construction will take place during these events. Work should not stop during the contract period. QUESTION 5: Where can the Contractor obtain water for common flush purposes. RESPONSE 5: The selected Contractor shall apply for a water meter through the City Finance department. Public Works staff will install the water meter at the desired location. Note that the Contractor is responsible for water fees. Current monthly base charges are attached. 4

14 QUESTION 6: Will the City pay for bacteriological testing fees? RESPONSE 6: Disinfection nor bacteriological testing of the sanitary sewer mains are not required. QUESTION 7: Where is the bid item for density testing and as-built surveys shown? RESPONSE 7: These items do not have a specific bid item and should be applied to the appropriate bid item. Refer to Specification Section , Section 1.04 for Inspection and Testing. All testing furnished under this Contract shall be performed by the Contractor. The cost of shop and field tests of equipment and of certain other tests specifically called for in the Contract Documents shall be borne by the Contractor and such costs shall be deemed to be included in the Contract price. Refer to Specification Section regarding Contractor s closeout submittals to the Engineer. Contractor shall submit project record documents and As-Built Documents. QUESTION 8: Is there a limitation on linear footage of pipe testing? RESPONSE 8: No limit. SITE VISIT: Audience members were invited to attend a site visit immediately following this meeting. Meeting was adjourned at 11:45 AM. 5

15

16

17

18

19

20

21