CITY OF O’FALLON West Sanitary Sewr Line Rehab. CIPP Project

Transcription

CITY OF O’FALLON West Sanitary Sewr Line Rehab. CIPP Project
CITY OF O’FALLON
West Sanitary Sewr Line Rehab. CIPP Project
City of O’Fallon, Missouri
100 North Main Street
O’Fallon, MO 63366
636-379-5567
636-978-4144 Fax
E-mail: [email protected]
ADDENDA COVER PAGE
The following Addenda have been currently released for this project, and are attached to this cover
page:
•
•
•
Addendum #1, 11/14/2012
Addendum #2, 11/19/2012
Addendum #3, 11/20/2012
Please stay tuned for additional Addenda, if any, for this project. This cover sheet will reflect additional
Addenda and the attachments to this cover page will include any and all current Addenda as they are
published.
Note: Contractor is required to acknowledge receipt of all Addenda. Acknowledgement of addenda
(addendum number and date of receipt) shall be recorded within the submitted bidder’s forms within
the sealed envelope, easily visible so they may be recognized and recorded at the bid opening. Failure to
acknowledge receipt could result in Contractor not being recommended for award of contract.
ADDENDUM # 1
TO THE DRAWINGS AND SPECIFICATIONS FOR:
WEST SANITARY SEWR LINE REHAB. CIPP
City of O’Fallon, Missouri
100 North Main Street
O’Fallon, Missouri 63366
City of O’Fallon, Missouri
100 North Main Street
O’Fallon, MO 63366
636-379-5567
E-mail: [email protected]
November 14, 2012
INFORMATION_______________________________________________________________
Please replace “Alternate Bid No. 1 of 1” with the revised “Alternate Bid No. 1 of 1’ sheet
(attached).
Please revise section J 1.3.4 to include Layne Inliner (Note: all material will need to meet
specifications in accordance with JSP).
Please revise section J 1.3.5 to include LAYNE (Note: all contractors will need to meet
experience requirements per JSP).
Refer to the attached minutes and sign-in sheet from the pre-bid meeting for eligible bidders for
this project.
Refer to the attached parcel list of affected property owners.
Please revise the bid opening date and time to Wednesday, November 21, 2012 at 10:00 am
local time.
For all pipes, the pipe type, based on the Sewer Departments placement of a camera in the
manholes, appears to be Reinforced Plastic Mortar (RPM) or otherwise known as Truss Pipe.
Based on this, it doesn’t appear that a pre-liner will be required. However given the pipe
material, bids should be submitted based on a wet cure method as well as utilizing a “Neat
Resin” (per ASTM standards).
END OF ADDENDUM
Page 1 of 1
WEST SANITARY SEWR LINE REHAB. CIPP
ADDENDUM #1
Addendum No. 1
ALTERNATE BID NO. 1 OF 1
Should the Bidder be required to furnish all material, labor and equipment necessary for the
following:
Rehabilitation of mainline to lateral interfaces and the portion of the lateral past the first joint
without excavation. The repair shall consist of a lateral connection that shall seal full
circumference around the opening of the lateral and encompass at minimum 200 degrees of the
sewer main. It should be assumed for now that multiple sizes exist and that three (3)
connections per size will need to be addressed.
Description
Cured in Place Service Connection Line
Rehabilitation – 4” line
Cured in Place Service Connection Line
Rehabilitation – 6” line
Cured in Place Service Connection Line
Rehabilitation – 8” line
Unit
Qty
EA
3
EA
3
EA
3
Unit Price
TOTAL ALTERNATE #1 COST
Extension
$_____________________
AS WRITTEN:
____________________________________________________________________________
____________________________________________________________________________
________
Check One: _____Add
____Deduct
_____No Change: Bidder will perform this Alternate without change to Contract
Sum.
(if this is checked, then do not provide a cost, but write ‘zero dollars/no cost’ in the
spaces provided)
The above cost shall include the cost of all labor, equipment, materials, shoring, removals,
overhead, profit, insurance and other incidental items required to cover the completion of each
such item of work in accordance with the Drawings, Specifications, and Contract Documents.
No extension of time will be granted if this Alternate is accepted.
City of O'Fallon reserves the right to accept this Alternate within thirty (30) calendar days after
the date the City of O'Fallon signs the Agreement.
WEST SANITARY SEWER LINE REHABILITATION CURED IN-PLACE PIPE
Site_Address
400 HWY P
DAMES PARK DR
BITTERSWEET DR
500 BITTERSWEET DR
710 BITTERSWEET DR
821 LAURALEE DR
BITTERSWEET DR
823 LAURALEE DR
LOISELAINE DR
819 LAURALEE DR
817 LAURALEE DR
195 W 3RD ST
419 LOISELAINE DR
418 LOISELAINE DR
416 LOISELAINE DR
606 IMPERIAL CT
607 IMPERIAL DR
608 IMPERIAL DR
604 IMPERIAL DR
CIVIC PARK DR
IMPERIAL DR
Parcel_ID
2-0121-2632-00-0001.0120000
2-0121-9573-00-0004.0000000
2-0121-2632-00-0001.0140000
2-050A-S020-00-0002.0000000
2-050A-8704-00-000B.0000000
2-050A-6440-00-0062.0000000
2-050A-S020-00-0002.2000000
2-050A-6440-00-0063.0000000
2-050A-6440-00-000A.1000000
2-050A-6440-00-0061.0000000
2-050A-6440-00-0060.0000000
2-050D-9414-00-0001.0000000
2-050A-6440-00-0055.0000000
2-050A-6440-00-0054.0000000
2-050A-6440-00-0053.0000000
2-050D-4961-00-0015.0000000
2-050D-5053-00-0008.0000000
2-050D-5053-00-0009.0000000
2-050D-5053-00-0010.0000000
2-050D-S020-00-0038.0000000
2-050D-5053-00-0017.0000000
Owner
OFALLON CITY OF
CITY OF OFALLON
KREIDER LEO L*KREIDER MARY KAY
KREIDER LEO L*KREIDER MARY KAY
MITCHELL SUSAN S*BRETZ JULIE A
WYSE PATRICIA M
MITCHELL SUSAN S*BRETZ JULIE A
KOENIG PHILLIP E*KOENIG SARA C
ELIM DYNAMICS INC
HIBBELER CHERYL A*KARLL JAMES G
SCHWEIGERT JAMES L*SCHWEIGERT KATHRYN J
ST CHARLES COUNTY CATHOLIC CHURCH REAL EST TRUST
ASHER JAMES E
ASHER JAMES E
HOLMAN DANNE E*HOLMAN SANDRA K
KILGARIFF JEFFREY J*KILGARIFF ANNE S
RITTER NORMAN J*RITTER LINDA P
BURLEIGH BRUCE D
NASH SANDRA C REVOCABLE LIVING TRUST
CITY OF OFALLON
OFALLON CITY OF
Mailing_Address
100 N MAIN ST
100 N MAIN ST
500 BITTERSWEET DR
500 BITTERSWEET DR
710 BITTERSWEET DR
821 LAURALEE DR
710 BITTERSWEET DR
823 LAURALEE DR
1105 ASHFORD PLACE DR
819 LAURALEE DR
817 LAURALEE DR
20 ARCHBISHOP MAY DR
419 LOISELAINE DR
419 LOISELAINE DR
416 LOISELAINE DR
606 IMPERIAL CT
607 IMPERIAL DR
608 IMPERIAL DR
604 IMPERIAL DR
100 N MAIN ST
100 N MAIN ST
OFALLON MO
OFALLON MO
OFALLON MO
OFALLON MO
OFALLON MO
OFALLON MO
OFALLON MO
OFALLON MO
OFALLON MO
OFALLON MO
OFALLON MO
ST LOUIS MO
OFALLON MO
OFALLON MO
OFALLON MO
OFALLON MO
OFALLON MO
OFALLON MO
OFALLON MO
OFALLON MO
OFALLON MO
ZipCode
63366
63366
63366-1684
63366-1684
63366
63366-2152
63366
63366-2152
63366
63366-2152
63366
63119
63366-2148
63366
63366-2149
63366
63366
63366
63366
63366
63366
West Sanitary Sewer Line Rehabilitation Cured In Place Pipe
Meeting Notes/Minutes from the Nov. 6, 2012 Pre-Bid Meeting
Q.
A.
There was a question regarding the signature line on the bid form
See page P-7. It appears that the appropriate line is included on this page
Q.
A.
The water table may affect the required thickness of the liner
The water table is not known. Use the thickness specified in the bid documents for bidding purposes.
Q.
A.
Do we have any video of the line?
No
Q.
A.
Are there estimate flow?
Approx. 1.85 MGD average daily flow at lift station
Note: Please refer to JSP for bypass pumping requirements. Bypass pumping shall be of adequate sized and of capacity to handle
all flows, including peak daily flows, wet weather, and high-groundwater flows.
Pumping plans do not need to be submitted prior to bidding.
Avg. daily flow (dry weather) = 1.85 MGD
Avg. daily flow (wet weather= 4.3 MGD
Q.
Would the City only require a portion of the correction work at a manhole?
A.
If the City elects to have the manhole rehabilitated, the repair work should be for the complete repair per section L of the
JSP. This would include 1” think Cementitious liner as well as the epoxy liner. Other methods would be considered provided the end
product is equivalent to or greater than that described in section L. The City would have the final determination as to the
equivalency based on the Contractors submitted information.
Q.
What type of pipe will be encountered?
A.
The Sewer Department has located all manholes with the exception of MH # 18. This manhole may or may not exist. They
also place a camera in each manhole and it appears that all pipe material is Reinforce Plastic Mortar (RPM) also known as “Truss
Pipe”.
Q.
Can material removed during cleaning be taken to the treatment plant?
A.
Contractor will be responsible for collecting debris and proper disposal during the cleaning process. The material can be
taken to the City’s treatment plant.
Q.
A.
For bid alternate # 1, are all service lines the same size?
Please use attached revised Alternate Bid No. 1 sheet.
Q.
Does the Park Department have any major events planned?
A.
No major events planned this winter. For Dames park, flag football tryouts start in March and games are in April and May.
Regardless of planned events, contractor should take precautions to protect equipment, material, trenches, etc. and provide a safe
working area given the location of the work within a park. Depending on equipment and amount of disturbance, work could be
restricted during certain times around MH # 4.
Q.
Will the City require the Contractor to “jump around” and install the liner in several different size pipes
A.
The City will not require the Contractor to “jump around” and would anticipate the contractor to progress in a workmanlike
manner starting at one end (for example west lift station) and working to the other end (MH 20).
Q.
Is there a concern with noise?
A.
The contractor would need to adhere to the City Ordinances regarding noise. Having said that, if pumps or other
excessively loud equipment will be used in close proximity to residential homes and if they are used in a continuous manner and
after those working hours allowed by City Ordinance, special consideration should be given to minimize the impact to homeowners.
Q.
A.
Can the City provide a list of property owners?
List of property owners is provided as part of the addendum # 1.
Q.
A.
Will any question received be made available to all bidders?
Yes
Q.
Can the City provide funding levels for this 2012 and 2013?
A.
There is currently $634,000 available in 2012 and $750,000 requested in 2013 (pending Council’s approval of the budget at
the December Council Meeting.)
Q.
A.
Is pre-liner required?
If necessary, this should be included in the lf cost of CIPP.
Note: Based on the type of pipe, it doesn’t appear that pre-lining will be required however the type of pipe may require an alternate
curing method (wet cure) as well as an alternate resin (Neat Resin). See addendum # 1 for more information.
Additional questions receive to date:
Q.
Can subcontractors perform the preconstruction cleaning and preconstruction television inspection for this project?
(submitted by J and J Boring, Inc.)
A.
A subcontractor can provide these services provide they have adequate experience and can perform the work in
accordance with the JSP and other applicable standards.
Q.
A.
Can the pump station be drawn down during cleaning and televising? (submitted by J and J Boring, Inc.)
Yes. Contractor will need to coordinate with Sewer Dept.
Q.
Does the City of O’Fallon own the soccer field near the park to the South? Access Road to the field? (submitted by J and J
Boring, Inc.)
A.
The soccer/flag football fields and south loop road are owned by the City.
Q.
A.
Should the manhole # 18 be raised to grade? (submitted by J and J Boring, Inc.)
Sewer Dept. could not locate this manhole.
Q.
A.
Should manhole # 11 be raised to grade? (submitted by J and J Boring, Inc.)
No.
Q.
On the previous CIPP project Layne was listed as an approved contractor in the specifications – as Reynolds. Reynolds was
acquired by Layne in September 2005. In May 2012 all subsidiaries of Layne were asked to take on the Layne name so we now go by
Layne Inliner. Layne Inliner has installed over 15 million feet of CIPP. We are requesting that City of O’Fallon list us as LAYNE in the
1.3.5 section of project specs. (submitted by LAYNE)
A.
LAYNE will be an acceptable Contractor provided they meet experience requirements listed in the JSP’s.
Q.
In section 1.3.4 the specifications list the products allowed (liner) and currently shows the liner tube manufacturers that
Insituform and SAK might typically use. It does not include the one Layne Inliner uses (and has used). We are requesting that LINER
PRODUCTS be added to the list of approved CIPP products in the 1.3.4 section of project specs. (submitted by LAYNE)
A.
Layne Inliner will be considered an approved CIPP product provided it meets or exceeds the requirements listed in the JSP.
ADDENDUM # 2
TO THE DRAWINGS AND SPECIFICATIONS FOR:
WEST SANITARY SEWR LINE REHAB. CIPP
City of O’Fallon, Missouri
100 North Main Street
O’Fallon, Missouri 63366
City of O’Fallon, Missouri
100 North Main Street
O’Fallon, MO 63366
636-379-5567
E-mail: [email protected]
November 19, 2012
INFORMATION_______________________________________________________________
Job Special Provisions (JSP), Section J ‘Cured in Place Pipe (CIPP)’, [Page JSP-10]. Please
disregard the Bidder requirement of 50,000 feet of lining in the State of Missouri over the past
two years. Other national requirements as listed still apply.
END OF ADDENDUM
Page 1 of 1
WEST SANITARY SEWR LINE REHAB. CIPP
ADDENDUM #2
ADDENDUM # 3
TO THE DRAWINGS AND SPECIFICATIONS FOR:
WEST SANITARY SEWR LINE REHAB. CIPP
City of O’Fallon, Missouri
100 North Main Street
O’Fallon, Missouri 63366
City of O’Fallon, Missouri
100 North Main Street
O’Fallon, MO 63366
636-379-5567
E-mail: [email protected]
November 20, 2012
INFORMATION_______________________________________________________________
Disregard any Alternate Bid #1 related work and pricing from the proposal.
It should be assumed that all curing of any liner is to be done with hot water (wet cure) over
steam, as a worst-case scenario, until the final pipe material can be 100% verified by the
contractor during construction. All pricing should anticipate hot water curing. If segments of
pipe can be cured with steam based on the pre-construction inspection, then the Contractor may
submit a proposal to the City to identify the steam-cured sections. If there are any savings that
can be achieved by curing with steam, then those costs shall be credited back to the City.
It has been discovered that the minimum thicknesses for the linings of some pipe sizes are
conflicting throughout the bid documents. The correct thicknesses are found in the JSP’s. The
thickness for the 15” pipe remains per the bid form even though it is not mentioned in the JSP.
The bid form shall be modified as follows (please strikethrough the incorrect thickness and
write-in the correct thickness; no revised bid form will be issued):
• 24” Diameter CIPP (shall be 13.5 mm)
• 18” Diameter CIPP (shall be 10.5 mm)
END OF ADDENDUM
Page 1 of 1
WEST SANITARY SEWR LINE REHAB. CIPP
ADDENDUM #3