BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

Similar documents
SECTION XXXXX CHEMICAL GROUTING

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

SANITARY SEWER CHEMICAL GROUTING

TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK

Eastern Sewershed Package IV Project Solicitation Number: CO Job No.: ADDENDUM 1 April 20, 2018

SECTION CONSTRUCTION SERVICES

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

10:00 AM, Wednesday, April 8, 2015

Sample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction

SECTION 802 GRAVITY SEWER PIPE

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

SECTION DUCTILE IRON PILES

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS

GENERAL REQUIREMENTS AND TECHNICAL SPECIFICATIONS

INSPECTION AND ACCEPTANCE FOR MAINTENANCE

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

San Antonio Water System Standard Specifications for Construction ITEM NO. 850 SANITARY SEWER STRUCTURES

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

MATERIAL ALLOWANCES AND UNIT PRICES

CONSTRUCTION SURVEY. Construction survey includes personnel, equipment, and supplies required for, but not limited to, the following:

Table of Contents for Guide Specifications

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

EXHIBIT A SCOPE OF SERVICES Districtwide Storm Sewer Inspection

DRAFT TECHNICAL SPECIFICATIONS FOR

SECTION 806 MANHOLE REHABILITATION

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

SECTION TRENCHING & BACKFILLING

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan.

SECTION WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING

SPECIFICATION : BORING AND JACKING

FOLDED (THERMOPLASTIC) PIPE (FP) INSTALLATION (HDPE, PVC, AND PVC TYPE A)

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

CHAPTER 6. Sanitary Sewer

PIPE BURSTING GRAVITY SEWER MAINS WITH HDPE PIPE

STANDARD SPECIFICATIONS SECTION BORING AND JACKING. A. Section includes requirements for boring and jacking casing pipe.

Scope of Work Bid Package C-4 - West Polished Concrete

SUGGESTED MANHOLE FRAME SEALING SPECIFICATION (Rehabilitation)

Table of Contents. Section 11,010 - Construction Survey Section Includes Description of Work Submittals 1. 1.

SECTION GENERAL REQUIREMENTS

Residential Sewer Backup Prevention Program

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

SECTION GRAVEL PACKED WATER WELL

REQUEST FOR DEVIATION WATER AND WASTEWATER SYSTEM STANDARD SPECIFICATIONS

SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL

SECTION GRAVITY IRRIGATION PIPELINES RUBBER GASKETED REINFORCED CONCRETE PIPE (RGRCP)

REQUEST FOR PROPOSALS

MANHOLES, VAULTS AND CATCH BASINS SECTION A. Section Soil and Aggregate Materials. C. Section Storm Drainage Systems

INVITATION TO BID ON TOWN PAVING PROJECTS

SECTION WASTEWATER COLLECTION SYSTEM

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

1. B16.1 Cast Iron Pipe Flanges and Flanged Fittings, Class C 111 Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings

3.0 DESIGN CRITERIA FOR SANITARY SEWER FACILITIES

Scope of Work Bid Package C-3 - West Precast Concrete

KANSAS CITY METROPOLITAN CHAPTER OF THE AMERICAN PUBLIC WORKS ASSOCIATION

ULTRAVIOLET LIGHT CIPP LINING OF EXISTING SEWERS

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION

PUMP STATION TECHNICAL SPECIFICATIONS COLLIER COUNTY PUBLIC UTILITIES PLANNING AND PROJECT MANAGEMENT DEPARTMENT

SECTION A1 EXCAVATION AND BACKFILL GENERAL

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

Addendum No. 1 Page 1 of 2

Village of Arlington Heights. Sewer Back-up Rebate Program

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703)

ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS


City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

B. Subsurface data is available from the Owner. Contractor is urged to carefully analyze the site conditions.

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

SITE SERVICES GUELPH TRANSIT OPERATIONS & MAINTENANCE SECTION WATSON ROAD FACILITY PAGE 1 OF 6 WATER RECLAMATION PROJECT JUNE 2013

Task Order Authorization

City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS

INDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS SCOPE... 2

SPECIAL SPECIFICATIONS UV CURED IN-PLACE SPIRAL WOUND FIBERGLASSS PIPE LINING

Section Storm Sewers STORM SEWERS PART 1 - GENERAL 1.01 SECTION INCLUDES. A. Storm Sewers. B. Abandonment of Storm Sewers

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

COMMISSIONERS OF PUBLIC WORKS of the CITY OF CHARLESTON, SOUTH CAROLINA DEVELOPMENT POLICIES

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

MIDLAND COUNTY ROAD COMMISSION

RESIDENTIAL FIRE SERVICE METERS Addendum #1

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.

CEDAR RAPIDS METROPOLITAN AREA STANDARD SPECIFICATIONS FOR PUBLIC IMPROVEMENTS May 2014 SECTION SEWER LINERS

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS (PRESSURE PIPE)

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

STANDARD TECHNICAL SPECIFICATIONS

SECTION UNCLASSIFIED EXCAVATION AND GRADING

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002)

Hydrodynamic Separation Product Calculator

SPECIFICATIONS - DETAILED PROVISIONS Section Horizontal Centrifugal Water Pumps C O N T E N T S

901 - PIPE SEWERS COMPLETE IN PLACE

SITE PLAN CERTIFICATION REQUIREMENTS Rev 2 May 25, 2017

BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE. "Beit Hanoun Emergency Water Supply Project"

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Project: Multiple Park Demolition Project Bid#P

Infrastructure Point Repair System Technical Specifications

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

Contact the Jurisdictional Engineer for materials allowed by each jurisdiction.

DIVISION 33 - UTILITIES SECTION UTILITY PIPE BORING AND JACKING DIVISION 33 UTILITIES SECTION UTILITY PIPE BORING AND JACKING

Transcription:

BID SHEET FOR CIP 17-101 CIPP LINING OF SANITARY SEWER SYSTEM Item No. 16 17 18 19 20 21 Description and Bid Unit Price Brim Style Service Line Connection Sealing System Temporary Bypass Facilities Set Up for Chemical Grouting Chemical Grouting Record Documents Allowance for Field Orders Estimated Quantity 46 EA 1 LS EA 50 Gal 1 LS Extended Amount Fixed Price $50,000 Total Bid Amount in Figures: $ Total Bid Amount in Words: BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING: I HAVE RECEIVED AND REVIEWED THE CCTV VIDEOS ASSOCIATED WITH THE PIPE SEGMENTS IDENTIFIED IN THE CONTRACT DOCUMENTS. I ACKNOWLEDGE THE CCTV VIDEOS ARE PART OF THE CONTRACT DOCUMENTS. Contractor Signature: B-4

SECTION 01 22 00 UNIT PRICES PART 1 - GENERAL 1.01 Description A. Measurement and payment for Bid Items listed in proposal shall be based upon use of a lump sum or unit price method. Extra Work or changes in Work shall be accomplished as provided in the General Provisions. 1.02 Related Work A. Not Applicable 1.03 Submittals A. Not Applicable 1.04 Payment A. Payment for Unit Price Items Payment for unit price Bid Items shall be based upon amount shown in bid schedule multiplied by total quantity measurement of item, and shall be full compensation for furnishing all supervision, planning, design, design engineering fees, labor, transportation, materials, equipment, tools, and appurtenances required for construction of item complete in place in accordance with Plans and Specifications. B. Payment for Lump Sum Items Payment for lump sum Bid Items shall be based upon amount shown in bid schedule and shall be full compensation for furnishing all supervision, planning, design, design engineering fees, labor, transportation, materials, equipment, tools and appurtenances required for construction of unit of Work complete in place in accordance with Plans and Specifications. C. Work Not Listed in Bid Schedule Costs for related Work and appurtenances which are required and/or implied by General Provisions, Technical Specifications, Special Provisions, and Plans and are not listed as a separate Bid Item but are necessary to complete project shall be included in appropriate Bid Item or items within proposal. PART 2 - MATERIALS 2.01 General (Measurement) A. Measurement for unit price quantities shall be based upon appropriate Bid Item in proposal. Actual quantity of measurement shall be as constructed by Contractor in place in conformance with Plans and Specifications. 2.02 Linear Measurements 01 22 00 Unit Prices - 1 of 9

A. Gravity sewers shall be measured in horizontal plane along centerline of Work between ends as laid. Linear measurement for gravity sewers and storm drains shall not include inside dimensions of manholes or structures. 2.03 Unit Measurements A. Refer to Instructions to Bidders, Section 6.1 B. Measurement for Bid Items involving units of item shall be based upon quantity of units counted as indicated in Bid Item. 2.04 Lump Sum Measurement A. Refer to Instructions to Bidders, Section 6.2 B. Measurement for lump sum Bid Items shall be considered as a complete project or portion of project constituting a unit. Items to be included in lump sum Bid Items shall be as specified in proposal Bid Item and/or Standard or Special Provisions. 2.05 Payment for Testing A. Party responsible for payment for testing is identified in individual sections of Contract Documents under tests required. Where specifications are silent regarding responsible party paying for tests, costs of first tests will be paid by The City. B. If testing or inspection indicates failure of a material or procedure to meet Contract Document requirements, The City will back-charge Contractor for retesting and re-inspection costs incurred by testing or inspection agency of The City s choice. C. Additional tests and inspections not specified herein but requested by The City will be paid for by The City, unless result of such tests and inspections are found to not comply with Contract Documents, in which case The City will pay all costs for initial testing as well as retesting and re-inspection and back-charge Contractor for retesting and re-inspection. D. Costs for additional tests or inspections required because of change in materials being provided or change of source or supply shall be paid by Contractor direct to testing laboratory. E. Cost of testing which is required solely for convenience of Contractor in his scheduling and performance of Work shall be borne by Contractor. F. Contractor shall pay all costs for correcting deficiencies. PART 3 - EXECUTION 3.01 Scope A. This section defines Bid Items listed in bid schedule and describes measurement and payment provisions for each item. 3.02 Bid Item 1 Mobilization/Demobilization 01 22 00 Unit Prices - 2 of 9

A. Amount bid for Mobilization/Demobilization shall not exceed 6.0% of Contractor s bid total for either schedule. Bids in excess of stipulated 6.0% cap will be deemed non-responsive. B. Payment for this item will be made at lump sum price named in Bid Schedule under Item Number 1, which price shall constitute full compensation for all Work and expenditures required to mobilize, provide bonds and insurance, obtain required permits, take preconstruction photos and videos, prepare project schedule, prepare sewer bypass plan, prepare Health and Safety plan, prepare Spill Prevention Plan, provide project sign, construct temporary bypass facilities, prepare contingency back-up plan in case the bypass pumping system fails, construct temporary traffic control facilities, perform required surveys, testing, site maintenance and cleanup, remove and reinstall existing site facilities as required, comply with all General and Supplementary conditions, demobilize, and provide cleanup of construction site complete in place, as required by Contract Documents with sole exclusion of payments to be made as defined herein for other items in Bid Schedule. This item also includes any required resubmittals. C. Work to be paid for under this item shall also include furnishing, setting up, and removing Contractor s operations at project site including temporary offices, utilities, staging areas, security, etc. Work shall also include furnishing any temporary construction facilities and trailers required by Contract Documents. D. Work to be paid for under this item shall also include protecting existing survey monuments in place and, if Contractor s operations disturb any such monuments, hiring a registered land surveyor to reestablish and reset disturbed monuments. E. Upon completion of mobilization, 50% of amount bid for this item (or 50% of stipulated 6.0%) cap, whichever is less, will be paid to Contractor. Remainder will be paid as part of final contract payment upon project completion. 3.03 Bid Item 2 Site Management and Traffic Control A. No measurement will be made for this item. B. Work to be paid for under this item shall also include all labor, materials, and equipment for traffic control for pipe rehabilitation work, including preparation of traffic control plans, permitting, installation and removal of barriers, temporary delineators, enclosures, and traffic control devices as required by the Contract Documents and public agency permits. 3.04 Bid Item 3 Sewer Cleaning and TV Inspection 6-inch Diameter Sewer Pipe in Easement A. Measurement will be based on the actual length from manhole to manhole of the sewer pipeline to be cleaned and video inspected as determined in the field and verified by the City. B. The work to be paid for under this item shall include all supervision, labor, equipment, C. The work to be paid for under this item shall include all supervision, labor, equipment, 01 22 00 Unit Prices - 3 of 9

illuminate the entire periphery of the sewer. The camera shall be radial view type capable of 3.05 Bid Item 4 Sewer Cleaning and TV Inspection 8-inch Diameter Sewer Pipe in Easement A. Measurement will be based on the actual length from manhole to manhole of the sewer pipeline to be cleaned and video inspected as determined in the field and verified by the District. B. The work to be paid for under this item shall include all supervision, labor, equipment, C. The work to be paid for under this item shall include all supervision, labor, equipment, illuminate the entire periphery of the sewer. The camera shall be radial view type capable of 3.06 Bid Item 5 Sewer Cleaning and TV Inspection 8-inch Diameter Sewer Pipe A. Measurement will be based on the actual length from manhole to manhole of the sewer pipeline to be cleaned and video inspected as determined in the field and verified by the District. B. The work to be paid for under this item shall include all supervision, labor, equipment, C. The work to be paid for under this item shall include all supervision, labor, equipment, illuminate the entire periphery of the sewer. The camera shall be radial view type capable of 3.07 Bid Item 6 Sewer Cleaning and TV Inspection 10-inch Diameter Sewer Pipe D. Measurement will be based on the actual length from manhole to manhole of the sewer pipeline to be cleaned and video inspected as determined in the field and verified by the City. E. The work to be paid for under this item shall include all supervision, labor, equipment, 01 22 00 Unit Prices - 4 of 9

F. The work to be paid for under this item shall include all supervision, labor, equipment, illuminate the entire periphery of the sewer. The camera shall be radial view type capable of G. 3.08 Bid Item 7 Sewer Cleaning and TV Inspection 15-inch Diameter Sewer Pipe A. Measurement will be based on the actual length from manhole to manhole of the sewer pipeline to be cleaned and video inspected as determined in the field and verified by the District. B. The work to be paid for under this item shall include all supervision, labor, equipment, C. The work to be paid for under this item shall include all supervision, labor, equipment, illuminate the entire periphery of the sewer. The camera shall be radial view type capable of 3.09 Bid Item 8 Sewer Cleaning and TV Inspection 18-inch Diameter Sewer Pipe A. Measurement will be based on the actual length from manhole to manhole of the sewer pipeline to be cleaned and video inspected as determined in the field and verified by the District. B. The work to be paid for under this item shall include all supervision, labor, equipment, C. The work to be paid for under this item shall include all supervision, labor, equipment, illuminate the entire periphery of the sewer. The camera shall be radial view type capable of 3.10 Bid Item 9 Cured-In-Place Liner 6-inch Diameter Sewer Pipe in Easement A. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, 01 22 00 Unit Prices - 5 of 9

B. After installing and curing, Contactor will perform a video inspection of the new lining system C. Work to be paid for under this item shall include furnishing all labor, materials, and equipment for replacement in kind of any disturbed private property while working within the utility easements. 3.11 Bid Item 10 Cured-In-Place Liner 8-inch Diameter Sewer Pipe in Easement A. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, B. After installing and curing, Contactor will perform a video inspection of the new lining system C. Work to be paid for under this item shall include furnishing all labor, materials, and equipment for replacement in kind of any disturbed private property while working within the utility easements. 3.12 Bid Item 11 Cured-In-Place Liner 8-inch Diameter Sewer Pipe A. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, B. After installing and curing, Contactor will perform a video inspection of the new lining system 3.13 Bid Item 12 Cured-In-Place Liner 10-inch Diameter Sewer Pipe C. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, D. After installing and curing, Contactor will perform a video inspection of the new lining system 01 22 00 Unit Prices - 6 of 9

E. 3.14 Bid Item 13 Cured-In-Place Liner 15-inch Diameter Sewer Pipe A. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, B. After installing and curing, Contactor will perform a video inspection of the new lining system 3.15 Bid Item 14 Cured-In-Place Liner 18-inch Diameter Sewer Pipe A. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, B. After installing and curing, Contactor will perform a video inspection of the new lining system 3.16 Bid Item 15 Service Lateral Reinstatements A. Measurement will be based on the actual number of live sewer laterals that are reactivated after installation of the CIPP. Contractor shall provide Owner representative with cookie cutouts to match the number of lateral reinstatements for each pipe segment upon completion of installation. B. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, equipment, supplies, tools and incidentals necessary to reactivate the live sewer laterals at the connection point between existing sewer main and customer lateral connection. The private sewer lateral connections may be from three inches (3 ) through eight inches (8 ) in diameter. Existing capped laterals shall not be reinstated. C. After lateral reactivation, Contactor will perform a video inspection of the new lining system to insure that the service lateral is free from defect. Contractor is to provide the City with copies of all post-installation video inspections upon project completion before submitting request for final payment. 3.17 Bid Item 16 Service Lateral Top Hats A. Measurement will be based on the actual number of sewer lateral top hat installations after installation of the CIPP. 01 22 00 Unit Prices - 7 of 9

B. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, equipment, supplies, tools and incidentals necessary to install top hat. The private sewer lateral connections may be from three inches (3 ) through eight inches (8 ) in diameter. Top hats shall be installed at all break-in connections and defective wye connections on live sewer laterals. C. After lateral reactivation and top hat installation, Contactor will perform a video inspection of the new lining system to insure that the service lateral is free from defect. Contractor is to 3.18 Bid Item 17 Temporary Bypass Facilities A. No measurement will be made for this item. B. Work to be paid for under this item shall include all labor, materials and equipment for temporary bypass facilities including 24-hour pump watch, connections to existing buried or above-ground piping, piping, valves, concrete coring, pumping facilities, electrical work, fencing, protecting and securing temporary equipment, and all appurtenant Work to maintain The City s operations throughout construction as required by Contract Documents. 3.19 Bid Item 18 Set Up for Chemical Grouting for Infiltration A. Measurement will be based on the actual number of set-ups required for chemical grouting. B. Work to be paid for under this item shall include all labor, materials and equipment for chemical grouting set up as required to stop active infiltration into the City s sewer pipe prior to installation of the CIPP. Work shall be performed as required by Contract Documents. 3.20 Bid Item 19 Chemical Grouting for Infiltration C. Measurement will be based on the actual number of gallons of chemical grout injected to sop infiltration prior to installation of the CIPP. D. Work to be paid for under this item shall include all labor, materials and equipment for chemical grouting as required to stop active infiltration into the City s sewer pipe prior to installation of the CIPP. Work shall be performed as required by Contract Documents. 3.21 Bid Item 20 Record Documents A. No measurement will be made for this item. B. Work to be paid for under this item shall include all labor, materials and equipment for operation and maintenance manuals, record drawings and warranties including but not limited to cost of document assembly, binders, reproduction, and all appurtenant Work as required by Contract Documents. C. Payment for operation and maintenance manuals shall be made in the following manner: 30% of lump sum bid price after Contractor submits record drawings for initial review by the City's Representative. 01 22 00 Unit Prices - 8 of 9

70% of lump sum bid price after Contractor submits final record drawings incorporating or responding to comments of The City's Representative and successfully demonstrates system operation. 3.22 Bid Item 21 Allowance for Field Orders A. No measurement will be made for this item. B. Stipulated allowance shown in Bid Form has been set aside as allowance for Owner to reimburse Contractor for field orders. C. Payment for necessary construction as directed by FIELD ORDER will be made per criteria outlined in Standard Specifications for Public Works Construction (Greenbook) Section 3-3 Extra Work which price shall be constitute full compensation for this item. D. Contractor s hourly charge rate for labor, tools, and equipment shall not exceed published Catrans rates for similar labor, tools, and equipment. END OF SECTION 01 22 00 Unit Prices - 9 of 9