CITY OF VENICE PROCUREMENT- FINANCE DEPARTMENT 401 W. VENICE AVE. - ROOM # 204 VENICE, FL (941) FAX (941) ADDENDUM NO.

Similar documents
November 29, CITY OF PLANT CITY Purchasing Division (813)

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

RIVERWOOD COMMUNITY DEVELOPMENT DISTRICT 4250 Riverwood Drive Port Charlotte, Florida ADDENDUM #2 September 26, 2011

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

ADVERTISEMENT FOR BIDS

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

CITY OF CHESAPEAKE INVITATION FOR BID ADDENDUM NO. 1. Battlefield Golf Club Water Project, Centerville Turnpike


ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

SECTION MEASUREMENT AND PAYMENT

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

RPQ ADDENDUM. Project Manager Frank Ramirez

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

CITY OF TACOMA Department of Public Utilities - Water Division

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original

JANUARY 25, 2016 ADDENDUM NO. 3 FOR. ORD Baggage Service Road Retaining Wall Repair

A new Proposal Form is being issued with this Addendum, the following is an explanation of the changes, disregard originally issued form.

The following clarifications, changes, additions, and/or deletions are hereby made part of the Contract Documents

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS

Addendum No. 1 Issue Date: March 29, 2016

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION

ADDENDUM #1 Dated: August 14, Lubna Drive Water Booster Station Effective Water Storage Improvements Project Town of Christiansburg

CHARLES COUNTY GOVERNMENT ITB NO WATER & SEWER LINE REPAIR, REPLACEMENT, AND CONSTRUCTION SERVICES

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

FC-9403, Street Resurfacing and Associated Street Maintenance Activities - Group A Addendum No. 3 January 24, 2017 Page 2

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

ADMINISTRATIVE DIRECTIVE #CS-04

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

BID FORM. (Firm) FOR CONSTRUCTION OF

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements,

ROAD CUT PERMIT APPLICATION & INSTRUCTIONS

SUPPLEMENTAL SPECIFICATIONS AND DRAWINGS TO THE IDAHO STANDARDS FOR PUBLIC WORKS CONSTRUCTION TABLE OF CONTENTS

NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS Engineering Division. CONTRACT NO PROJECT NAME: 2018 Citywide Contract Overlay

Please acknowledge receipt of this Addendum No. 01 on the Bid Schedule submitted with your sealed Bid

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

CAMP BULLIS ROAD 12-INCH WATER MAIN PROJECT Solicitation No.: CO RA Addendum 2 July 22 nd 2016

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

MONTECITO WATER DISTRICT. March 13, 2017 ADDENDUM NO. 2

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

Response: The due date for receipt of proposals has been extended. Please see Amendment

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

ADDENDUM NO. 5. Except as hereinafter specified, the work shall be in accordance with the drawings and specifications.

CITY OF PUNTA GORDA, FLORIDA

ADDENDUM #1. The following sheets have been revised and are being reissued as part of this addendum:

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION MEASUREMENT AND PAYMENT

CITY OF MIAMI Capital Improvements Program BID NO.:

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

FLORIDA DEPARTMENT OF TRANSPORTATION

FENCING AND FENCE REPAIR

FLORIDA DEPARTMENT OF TRANSPORTATION

I. General Information. A. Project Team & Contacts: Role Company Name Phone City of Johnson City Jeff Owner Water & Sewer Harmon, PE Department

TRIAD ENGINEERING CONSULTANTS, INC.

ACKNOWLEDGEMENT OF RECEIPT OF ADDENDUM

FLORIDA DEPARTMENT OF TRANSPORTATION

Procurement Services SVC East Fowler Avenue Tampa, Florida (813)

Escambia County Technical Notices 2010

FLORIDA DEPARTMENT OF TRANSPORTATION

SUMMARY TO MINUTES OF PRE-BID CONFERENCE FOR T-HANGAR REPLACEMENT

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

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

Addendum Number 1. August 31, Colcock Hall Windows. Owner Project Number: Prepared by:


BIRMINGHAM CITY SCHOOLS (BCS) OPERATIONAL CENTER COMPLEX BID PACKAGE #1 SITE WORK

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Generator for Maintenance/Police Complex

This Addendum consists of:

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

Engineering Department

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

SECTION BID FORM (REVISED ) ADDENDUM No. 1

CITY OF LONGWOOD. Fostering citizen trust and cultivating a prosperous community ADDENDUM II. June 6, 2016

Gateway Lake Bank Restoration

TRIAD ENGINEERING CONSULTANTS, INC.

DOCUMENT POST BID INTERVIEW

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )

APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES

SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances

CITY OF MARSHALL, MINNESOTA

SECTION 1 GENERAL NOTES

CECIL COUNTY, MARYLAND. ADDENDUM #2 Bid ; Marley Road Sewer Extension

MEMORANDUM TO THE INDUSTRY

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

QUESTIONS AND ANSWERS SET # 4

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

Transcription:

CITY OF VENICE PROCUREMENT- FINANCE DEPARTMENT 401 W. VENICE AVE. - ROOM # 204 VENICE, FL. 34285 (941) 486-2626 FAX (941) 486-2790 ADDENDUM NO. 1 Date: June 23, 2014 To: All Prospective Proposers Re: ITB# 2988-14: Asbestos Concrete Force Main Replacement Project This addendum sets forth changes and/or information as referenced and is hereby made part of and should be attached to the subject Contract Documents. Receipt of this Addendum shall be acknowledged below and in the submitted proposal. It shall be the responsibility of each proposer, prior to submitting a proposal, to contact the City of Venice- Procurement- Finance Department to determine if addenda were issued and to make such addenda a part of their proposal. The following is to clarify and provide additional information requested during the prebid meeting held June 17, 2014 at 2:00 P.M. Summary: Peter Boers, Procurement Manager, opened the meeting by reviewing the next important dates stating that the bids are due July 16th at 2:00 p.m. at City Hall room #204. 5% Bid Security is required and the awarded contractor will be required to provide a Performance and Payment Bond equaling 100% of the contact amount. The cut-off for questions is July 7, 2014 at 1:00 PM. Mr. Boers advised the bidders to read through Section 1: General Conditions & Instructions to Offerors. Mr. Boers reviewed Section 2: Insurance Requirements. General Liability -$1,000,000 per occurance Business Auto Liability - $1,000,000 combined single limit Worker s Comp per State Statute Builders Risk Installation Coverage to be provided prior to Notice to Proceed

Michael Knowles, the City s consultant from Greeley and Hansen, reviewed the scope of work and provided a brief overview of the project. Mr. Boers advised that the stipulated damages for this project are $966 per day, and time to completion is 210 days from NTP. Mr. Boers read the Bid Award statement regarding the award of alternate bids. Mr. Boers reviewed the Bid Information page, stating that his contact information was listed there, and that all questions must be submitted in writing (via e-mail is preferable), and that reiterated that the cut-off for questions is July 7, 2014 at 1:00 PM. Mr. Boers reviewed the required forms that must be returned with each firm s submittal. These required forms are listed in the Appendix of the bid document. Mr. Boers advised, even if a form does not pertain to said company - to still mark it with a N/A and return it with each submittal. Mr. Boers also advised that the Required Forms List could be used as a check off sheet for firms to use. Mr. Boers opened the floor for bidder s questions. Q. The section of force main to be hot tapped on Sheet P4 is not horizontal and the tapping valve operator would not be perfectly vertical. A. Contractor needs to utilize bolt pattern on the tapping sleeve to get the valve operating stem as vertical as possible. Q. Will the City consider adding pay items related to pavement restoration for asphalt patch and mill & overlay? A. Pavement restoration limits are defined in General Note 25 on Sheet G3 and need to be incorporated into the appropriate pay items. Q. What type of pipe does RJ-PVC refer to? A. RJ-PVC (HDD) refers to Certa-Lok or approved equal (Specification Section 02622 1.3.A.4). RJ-PVC (OPEN CUT) refers to either Certa-Lok (Specification Section 02622 1.3.A.4) or C900 PVC with external joint restraints (Specification Section 02622 1.3.A.2). Q. Measurement & Payment: If a HDD is extended beyond the limits of what is specified as HDD in the plans, how will it be paid? A. See Section 01026, 3.1.4b of the Technical Specifications.

The following questions were received in writing: Q. Will the contractor be responsible for density testing? Please advise. A. Yes, the contractor will be responsible for all testing associated with this project. Q. Will the fittings for the project require P-401 interior lining or the fusion epoxy inside/outside? Please advise. A. All ductile iron fittings shall fusion bonded epoxy coated inside and outside. Q. In previous force main projects within The City of Venice, the city has opted to utilize gate valves in lieu of plug valves. Please advise. A. Provide valves as called out in the plans and contract documents. Q. Due to the contract stipulation, "Mobilization" can not exceed 5% of the total base bid, would the city consider adding "Construction Stakeout/As-Builts, Maintenance of Traffic & Performance Bond as bid line items as example "Pre-Construction Video". There will be considerable cost involved especially with MOT on this project (mot plans, signs/barricades) that will be required prior to any pipe installed, surveyor's initial time/cost to set-up via electronic file for the project and of course the performance bond. Please advise. A. The Mobilization will remain capped at 5% of the base bid items 2 thru 24. Q. Will the city be providing a source of construction water for the project? Please advise. A. See Section 01500, 1.4A of the Technical Specifications. Fire hydrant meters are available at the City s standard cost. Q. Sheet #P4A is missing. Please advise. A. Sheet P4A used to be a close-up of Sheet P4 that has since been removed. References to Sheet P4A in the general notes should be disregarded. Q. Will the geo-technical reports be available for review by the contractors prior to the bid date? (any sub-soil borings that have been performed for project) Please advise. A. The Geotechnical Report prepared by Universal Engineering was included as part of the bid documents and specifications. Revisions/Clarifications: General Note 25 Restoration Limits: The note indicates that the decorative crosswalks at the intersection of Miami and Nokomis are not to be disturbed. The construction will require disturbing the intersection and the decorative crosswalk will need to be restored based on the specification attached to this addendum (asphalt faux brick) and match the decorative cross walk

in the undisturbed portion of the intersection. If the disturbance to the intersection of Miami and Nokomis is limited to the southern half, only the southern half of this intersection will need to be re-paved. Proposed Temporary Construction Easement: The design of the new force main on Sheet P9 utilizes a proposed temporary construction easement. This proposed temporary construction easement was not been secured but the contractor has the option to secure any temporary construction easements at no additional cost to the City. If the contractor either chooses not to or is unable to secure the proposed temporary construction easement on Sheet P9, the design will be revised with the same alignment as currently shown but with the HDD beginning within the culde-sac and some open-cut installation within the cul-de-sac. If re-designed, the cost and limits of restoring the cul-de-sac would be negotiated through a change order. Peter A. Boers Procurement Department Acknowledgment is requested even if you have elected not to respond to this bid. A designated management representative of your firm can sign the receipt for this addendum. Please acknowledge receipt of this addendum immediately by fax to (941) 486-2790 or mail to the above noted address, if a fax is not possible. Receipt Acknowledged: Signature Company Date

SIGNING AND PAVEMENT MARKING GENERAL NOTES 1. ALL FLORIDA ROUTE MARKERS MUST CONFORM TO F.D.O.T. DESIGN STANDARDS INDEX No. 17355. 2. PAVEMENT MARKINGS SHOULD BE PLACED AS SHOWN IN THE PLANS AND THE APPROPRIATE F.D.O.T. DESIGN STANDARDS INDEX. 3. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO VERIFY THE LENGTH OF COLUMN SUPPORTS IN THE FIELD PRIOR TO FABRICATION. 4. REFER TO F.D.O.T. DESIGN STANDARDS INDEX. No. 17352 FOR RETRO-REFLECTIVE PAVEMENT MARKER PLACEMENT DETAILS. 5. PATTERENED PAVEMENT CROSS WALKS SHALL BE CONSISTENT WITH CITY STANDARDS AND AS DETAILED BELOW 6. TRUNCATED DOMES SHALL BE CONSISTENT WITH APPROVED CITY COLORS TEXTURED PATTERN CORSSWALK DETAIL WIDTH AS DEFINE BY ROADWAY PLANS 12" WHITE THERMOPLASTIC DIAGONAL HERRINGBONE FIELD COLOR TO BE PAVEWAY STS COLOR CRIMSON SOLDIER COARSE BORDER TO BE PAVEWAY STS COLOR GRAPHITE 12" WHITE THERMOPLASTIC CROSSWALK TYPICAL SECTION - NOT TO SCALE PATTERED PAVEMENT CROSSWALKS TO BE INSTALLED IN ACCORDANCE WITH FDOT SECTION 523. INSTALLED PRODUCT IS TO BE PAVEWAY STS, OR APPROVED EQUIVALENT. DATE DESCRIPTION REVISIONS DATE DESCRIPTION LIGHTHOUSE ENGINEERING INC. 701 ENTERPRISE ROAD EAST, SUITE 410 SAFETY HARBOR, FL 34695 PHONE: (727) 726-7856 FAX: (727) 683-9848 CERTIFICATE OF AUTHORIZATION NO. 28576 E.O.R.: BRADLEY S. FORAN, P.E. NO. 52634 ROAD NO. 45 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION COUNTY SARASOTA FINANCIAL PROJECT ID 430162-1-58-01 GENERAL NOTES SHEET NO. S-2 Thomas 6/3/2013 8:29:28 AM S:\Projects\City of Venice\signing\gnntsp01.dgn