Florida Department of Environmental Protection Bureau of Design and Construction 3540 Thomasville Road Tallahassee, Florida 32309

Size: px
Start display at page:

Download "Florida Department of Environmental Protection Bureau of Design and Construction 3540 Thomasville Road Tallahassee, Florida 32309"

Transcription

1 Florida Department of Environmental Protection Bureau of Design and Construction 3540 Thomasville Road Tallahassee, Florida Rick Scott Governor Jennifer Carroll Lt. Governor Herschel T. Vinyard Jr. Secretary June 21, 2012 NOTICE TO APPLICANTS ADDENDUM NO. TWO (2) MARJORIE HARRIS CARR CROSS FLORIDA GREENWAY DUNNELLON RECREATIONAL PAVED TRAIL & BRIDGE OVER THE WITHLACOOCHEE RIVER DEP BID NO. BDC18-11/12 TO BIDDERS AND PLAN HOLDERS ON THE ABOVE REFERENCED PROJECT: PLEASE NOTE CONTENTS HEREIN AND AFFIX (PASTE OR STAPLE) TO BID DOCUMENTS YOU HAVE ON HAND. The following statements supersede and supplant the corresponding item in the specifications/drawings: 1. Question: Grading Plan Sheet 33 calls for 6 x 6 x 2 tap and a 2 gate valve at the CR39 tie-in. Is this connection a 6 x 2 service saddle with a corp stop and a 2 gate valve? Answer: Yes, this connection is a 6 x 2 service saddle with corp stop and 2 gate valve. All water utilities shall be installed per utility provider requirements. 2. Question: Plan Sheet 33 also calls for gate valve and new meter at the CR39 and new trail connection. Is this meter furnished and installed by the contractor or the Owner? Answer: Meter shall be furnished and installed by Contractor per utility provider requirements. Should utility provide meter and require a connection fee, Contractor shall pay connection fee. 3. Question: Note 10 on Grading Plan Sheet 4 says railroad bed from sta to 87+00, existing ballast to be scraped and compacted for use as subgrade. Does this mean no stabilization is required from sta to 87+00, only a compacted subgrade? Answer: All subgrade shall meet Note 4, Sheet 4 and Geotechnical Engineer s Recommendations, please disregard Note 10. DEP Bid No. BDC18-11/12, Addendum #2, Page 1 of 6

2 4. Question: Note 8 on Sheet 4 says the Contractor to salvage and stockpile ballast away from the work site. Please clarify where these stockpiles will be located. Is there any special stockpiling requirements? Are there any additional areas where ballast is to be salvaged other than the stations specified in Note 10, to 87+00? Answer: Ballast materials can be stockpiled at the bridge staging areas. 5. Question: Drainage pipe from S-5 to S-6 on Sheet 6 is undefined. Is it an 18 RCP or 24 RCP? Answer: 24 RCP, 33 LF 6. Question: From sta to there are numerous HDPE culverts with mitered end sections. Can the mitered end sections be HDPE or are CMP or RCP MES s required? Answer: MES shall be as per FDOT SI 272 as stated on the plans, for CMP/RCP. FDOT Index for this has been included as Sheet Question: Notes 21.1 to 21.8 on Grading Plan Sheet 3 indicate that the Contractor is responsible for removal of all hazardous materials. Please specify what test or findings that indicate hazardous materials exist on these properties. What hazardous materials are likely to be encountered? What specific areas on the project are suspect of containing hazardous materials? Answer: refers to the use of hazardous materials by the Contractor. At this time, there are no known hazardous materials on site. 8. Question: The legend symbols on Grading Plan Sheet 2 identify by line types & symbols both staked silt fence and turbidity barriers. The grading plan drawings from Sheet 6 to 16 indicate mostly silt fence but notes also point to areas where turbidity barrier is required, but lines do not match the symbols shown on Sheet 2. No starting or stopping points are shown for the turbidity barrier or what type is required. Please identify by station, the areas that require turbidity barrier and the type is required. Answer: Silt Fence/Turbidity Barrier shall be required along entire project where sediment may leave the project. This shall be accomplished and implemented as per the Florida Stormwater Erosion and Sedimentation Control Inspector s Manual -July 2008 by FDEP. Contractor will be responsible for all NPDES permit application and fees and shall be responsible for all erosion and sediment control. All silt fence/turbidity Barrier shall be installed properly. Floating Turbidity Barrier shall be utilized as necessary and as called for on the plans to reduce or eliminate sediment transport off site. See Sheet 27 for Silt fence, Turbidity Barrier, and Floating Turbidity Barrier details. DEP Bid No. BDC18-11/12, Addendum #2, Page 2 of 6

3 Silt fence as detailed on Sheet 27 shall be installed in locations as follows: - Station 0+00 to left to right sides of work area. - Station to right side of work area. - Station to left side of work area. - Station to Bridges Road left and right sides of work area. Staked Turbidity Barrier as detailed on Sheet 27 shall be installed in the following locations: - Station to (civil plans set)-left and right sides of work area. - Stations to left and right sides of work area. - Stations to left side of work area. - Stations to left and right sides of work area. - Stations to right side of work area. Floating Turbidity Barrier shall be installed at Stations to as shown in the plans. 9. Question: Item 9 in the Special Conditions says the contractor will erect an orange barricade fence to keep the public from accessing the construction site along a north section of the property, west of the Dunnellon Sewage Treatment Plant. Please specify the stationing where orange safety fence is required. Answer: Sheet to 113 area north of the trail segment orange barrier fence to be installed from the river to the fence at the water treatment plant. 10. Question: Is a 6 inch finished soil layer required? Answer: Question is not specific enough for a response. 11. Question: Please specify thickness of the concrete overflow weirs shown on Sheet 24. Answer: Concrete overflow weirs shall be 4 thick and shall turn down a minimum of 12 around perimeter as shown in section A-A on Sheet Question: Grading Plan Sheet 10 identifies 3 locations of new fencing and gates and Sheet 11 identifies 1 location of new fencing. Please specify the length of fence at each location. If there is more than one gate at each location specify the size of the second gate. Are there any gates at the location shown on Sheet 11? Answer: Fencing in these locations will be PVC coated Type B per FDOT SI 802. All vehicular access gates shall be per FDOT SI 803, all vehicular access gates shall have a 12 opening minimum. Approximate Station left, 12 drive gate, 4 pedestrian gate, 125LF Type B Fence. Approximate Station left, 12 drive gate, 4 pedestrian gate, 75LF Type B Fence. Approximate Station right, 12 drive gate, 4 pedestrian gate, 75LF Type B Fence. Approximate Station right, 60LF Type B Fence. DEP Bid No. BDC18-11/12, Addendum #2, Page 3 of 6

4 13. Question: Grading Plan Sheet 31 has FDOT details for grates. No grates are identified on plan sheets 6 to 16. Do any of the mitered end sections or endwalls require grates? Answer: No grates are required unless specifically called for in the plans and specifications. 14. Question: Note 3 on B-4 states, Existing steel girders to be removed and stored as direct by FDEP. Is the location of where the girders are going to be stored known? If yes, please provide location and does the contractor have to provide equipment to unload the girders at said location? If the location is not known, how is the contractor to accommodate this request in their proposal? Answer: Please see Special Conditions # 17 on page 229. Also, Addenda No1 will provide you with a second storage location at the Inglis Lock. The cost associated with the bridge s relocation is part of the bid price. 15. Question: Note 2 on B-4 states, Existing foundation shall be removed to 2-0 below mud line. Piles to be extracted where conflicts exist with the proposed structure. and on B-12 there is a note pointing to the large circular foundation stating, Existing concrete foundation to be removed 2-0 below mud line. Neither notes say foundations so is only the large circular foundation to be remove or does this apply to all foundations? Also B-12 there is a note pointing to some existing pile that are not in conflict with the proposed structure that states, Existing wooden pile to be removed min 2-0 below mud line. Do all the existing wooden pile have to be removed or only the ones that are in conflict with the proposed structure? Answer: All existing foundations are to be remove to 2-0 below the mud line, both wooden piles and concrete foundations. For those piles that are in conflict with the proposed 18 piles, they should be completely removed, i.e., extracted. 16. Question: Do we install any pavement marking along the length of the trail? Centerline? Stop Bars when the trail crosses an existing roads? Answer: Thermoplastic Stop Bars and Stop Signs shall be installed on trail where the trail crosses and existing road. Where maintenance dirt roads cross trail, Stop Bars and Stop Signs shall be placed on the constructed paved apron for the maintenance road to be required to stop. All Stop Bars and Signs on trial shall comply with MUTCD, Part 9, traffic controls for Bicycle Facilities. All pavement markings shall comply with MUTCD, 2009 edition, as well. See figure 9B-7 for signage and markings to be installed. All other signage shall be as shown on the plans. Stop Bars shall be placed at all Stop Signs. See Sheet 13 for detail of typical road crossing signage and pavement marking placement requirement. 17. Question: Do we install any signs along the length of the trail? Stop signs when the trail crosses an existing road? DEP Bid No. BDC18-11/12, Addendum #2, Page 4 of 6

5 Answer: Stop Signs shall be installed where trial crosses existing roads and maintenance roads as outlined in RFI Question #23. Signage for road crossings shall comply with figure 9B-7 of MUTCD, 2009 edition. 18. Question: Is the wooden Split Rail Fence at two or three rail fence? Answer: Please see detail sheet Question: Will the fence shown at the trail / road crossings (sheet 10) be 7 chain link PVC coated fence just like the gates? Answer: Fence will be PVC coated Type B as per FDOT SI Question: Can the wood clearing debris (chipped material) be spread evenly on the ground within the trail right of way before the sod / seed and mulch is installed? Answer: Contractor shall haul all clearing debris from site and properly disposed of at the cost of the contractor. 21. Question: Can you provide a copy of the January & June 2010 Gopher Tortoise survey for this project? Answer: Results of the gopher tortoise survey are located on the plan sheets. 22. Question: As the structural steel truss superstructure is to be uncoated weathering steel, are the sheet pile to also be uncoated weathering steel? Answer: The bridge is to be uncoated weathering steel and the steel sheet pile is to be coated, non-weathering steel. 23. Question: What is the construction time for this project? Answer: Non technical specifications page days to substantial completion. Plan Clarification SOD: This information shall over ride all general notes and callouts on the plans for sod. Sod shall be Bahia of type. Sod shall be placed around all sidewalks, trail edge, parking edge, roadway edge 30 minimum. All pond slopes shall be sodded completely. Note 4, under Miscellaneous Notes, Sheet 3 shall remain in effect. Any sod related to erosion control measures shall also remain in effect. All Routing Swales shall be completely sodded. Sod shall be placed around all overflow weirs. All earthen ditch blocks shall be sodded. In all other respects, the contract documents of which this is an Addendum, and attachments relative thereto, shall remain in full force and effect. DEP Bid No. BDC18-11/12, Addendum #2, Page 5 of 6

6 NOTICE It will be required that this addendum be signed in acknowledgment of receipt and that it be attached to Bid when same is submitted to Michael Renard, Construction Projects Administrator II, Bureau of Design and Construction, 3540 Thomasville Road, Tallahassee, Florida Failure to do so may be grounds for rejection of the Bid Signature of Contractor and Date DEP Bid No. BDC18-11/12, Addendum #2, Page 6 of 6