Pigeon Forge, Tennessee Collection System Manhole Rehabilitation

Transcription

Pigeon Forge, TennesseeCollection SystemManhole Rehabilitation(March 2, 2016)Contract DocumentsPrepared By:Veolia Water North AmericaFor theCity of Pigeon Forge, Tennessee3221 Rena StreetPigeon Forge TN 37868-1350Public Works Office: 865-429-7312Wastewater Treatment Plant: 865-428-3558

INSTRUCTIONS TO BIDDERSSection 1BID FORM: All blanks must be completed on the bid form and must be filled in with ink ortyped. All names must be typed or printed below signatures. Partnerships must be executed inthe partnership name and signed by a partner. Corporations must be executed in the corporatename by the president or a vice-president, or a corporate officer with accompanying evidence orauthority to sign, and must include an attest by the secretary. The corporate address and state ofincorporation must be shown below the signature.1.Questions regarding technical Work Specifications or Contract Documents shall bedirected solely to; Mr. Martin Cross, Veolia Water North America, 2530 City Park Drive.Pigeon Forge, Tennessee 37863, (865) 428-3558.2.MANDATORY PRE-BID MEETING; A Pre-Bid Meeting and Facility Inspection isMANDATORY and will be held on March 8th, 2016 at 9:30 AM at the WastewaterTreatment Plant site, located at 2530 City Park Drive. Pigeon Forge, Tennessee 37863,(865) 428-3558.3.Bids will not be accepted or considered from firms that do not attend this meeting. Formore specific directions contact Mr. Martin Cross, Sr. Project Manager, at (865) 4283558.4.Bids will be received until 2:00 PM, March 17th, 2016, at which time they will be openedand read aloud at the City of Pigeon Forge Public Works Office, located at 3211 RenaStreet, Pigeon Forge, Tennessee 37863.5.No bidder may withdraw his or her bid for a period of SIXTY (60) days after the datebids are opened. Bids may be withdrawn before the bid opening.6.GENERAL: The intent of these Specifications is to obtain a competent company with thenecessary equipment, personnel and workmanship necessary to produce an adequate andacceptable job and to describe the requirements for the work. The work will generallyconsist of manhole and wet well rehabilitation in Pigeon Forge, Tennessee. The Cityreserves the right to assign quantities after the bid opening. Actual quantity is dependanton availability funds.7.SCOPE: The work will include all labor, equipment and services required to do all thedescribed work in accordance with these specifications. Any deviation shall be approvedby the City in advance of said changes.8.AWARD OF CONTRACT: In evaluating the bids, the CITY may consider: A) Thequalifications of the Bidder, B) Whether or not Bids comply with prescribedrequirements, C) Results of investigation of references, D) the small business status ofthe company submitting the bid. Final award of the contract shall be subject to theCITY’s review of bids and recommendation at a City Commission Meeting.9.CONTRACT TIME: The work must be completed in entirety no more than 60 (Sixty)calendar days from the NOTICE TO PROCEED date. If the CONTRACTOR cannotwork due to weather, he/she must notify the City within one week of the day(s) that theyInstructions - Page 2

do not work in order to have that day(s) added to the Contract Time. The City reservesthe right to deny an extension to the Contract Time. The CITY reserves the right toextend the contact time as quantities are added.10.SIGNING OF AGREEMENT: When the CITY gives NOTICE OF AWARD to thesuccessful bidder, it will be accompanied by the required number of unsignedcounterparts of an Agreement with all other written Contract Documents. Within ten (10)days thereafter, the CONTRACTOR will sign and deliver the required number ofcounterparts of the Agreement and attached documents to the CITY with the requiredBonds and Insurance Certificates.11.No work shall begin until a written NOTICE TO PROCEED is issued by the City. Workshall commence within ten (10) calendar days after the date on the Notice to Proceed.12.ASSIGNMENT OF CONTRACT: The CONTRACTOR shall not assign, sell, transferor otherwise dispose of his Contract or any monies due or that may become duethereunder, without the prior written consent of the City.13.REFERENCES: Bidder is required to submit along with the Bid Form the names andphones numbers of the two (2) most recent projects of comparable size and scope.14.SUBLETTING CONTRACT: The CONTRACTOR may utilize the services of specialtysubcontractors on those parts of the Work which, under contracting practices, areperformed by specialty subcontractors. However, the CONTRACTOR will not bepermitted to sublet any portion of his contract to any individual, co-partnership, orcorporation without the prior written consent of the City. The CONTRACTOR shall notsublet more than fifty percent (50%) of the work without the consent of the City prior tothe receipt of Bids. The CONTRACTOR shall, if requested, notify the City in writing ofthe names of subcontractors proposed for the work. The CONTRACTOR shall be fullyresponsible to the OWNER for the acts and omissions of his subcontractors, and ofpersons either directly or indirectly employed by them, as he is for the acts and omissionsof persons directly employed by him.15.FAILURE TO COMPLETE WORK WITHIN THE ALLOTTED TIME: Should theCONTRACTOR fail or refuse to complete the work within the time specified in thisdocument (or extension of time granted by the City), the CITY may deduct an amountequal to 1% of the final contract amount per calendar day the project extends beyond theCity approved Contract Time as set out in this document. This deduct shall in no eventbe considered a penalty.16.PAYMENT: Payment shall be made for completed work only and once every thirty (30)days as stated in the Contract Documents. The CITY shall have up to thirty (30) days toremit payment after date of payment request.* * * END OF SECTION * * *Instructions - Page 3

Bid Proposal FormforThe City of Pigeon Forge, TennesseeManhole Rehabilitation ProjectNOTE:The following Proposal will be followed exactly in submitting a bid for this work.This copy will be properly filled in and must be used in submitting a bid.This Bid is submitted te:To:City of Pigeon Forge3221 Rena StreetPigeon Forge TN 37868-1350Office: 865-429-7312FAX: 865-429-7322Having carefully examined the complete contract documents, including all standards andspecifications, and completed a site inspection, the undersigned, herein known as theCONTRACTOR, proposes to furnish all labor, materials, tools, machinery, appliances, supplies,equipment and services as called for to complete the work described in these documents and anyAddenda issued before the Bid Opening. We agree to reach a contract and to complete all workrequired by and under the terms and conditions of the contract documents for the amounts shownon the proposal form.Bid Forms - Page 4

ItemNo.ItemDepth (feet)1AWC2-A12.2 2AWC6-A13.0 3EJT - 117.0 4CMC18-B-210.0 5CMC289.5 6EEP000211.1 7HBH00706.3 8HBH0043.3 9EJT-408.75 10EJT-297.3 11EJT-327.2 12EJT-319.1 TOTAL Manhole Depth114.7513Cost Per LF(Underground Pipe Point Repair)Total Price ITEM 1: The total bid for Items 1-15 will be written both in words and numerically.The CONTRACTOR’S TOTAL PROJECT BID IS:DOLLARS ANDCENTS (Written)(NOTE: Actual and final payment for all work will be subject to additional bonuses or subtractedpenalties or other adjustments AND quantities allowed under this contract).In submitting this bid, the CONTRACTOR acknowledges that the time of completion is reasonable andacceptable to perform the required work in accordance with the Contract Documents and that he/she hascarefully read all documents and specifications and has had all questions answered fully;Respectfully submitted:(Name of Contracting Firm)By:(Signature and title)Bid Forms - Page 5

WORK SPECIFICATIONS, DESCRIPTIONS AND CONTRACT REQUIREMENTSSection 21. GENERAL: The intent of these specifications is to obtain the material and workmanshipnecessary to produce an adequate, and acceptable job, and to describe the requirementsfor the work.a. Manhole related scope includes the rehabilitation of twelve (12) manholes thathave either active leaks or have deteriorated due to hydrogen sulfide damage.b. Under-ground trenchless point repair to correct an active leak in a 24inch PVCgravity line. The subject repair is located at a depth of approximately 15 feet.The City has CCTV and cleaning equipment that can be used to faciite this repair.Bid Forms - Page 6

2. The CONTRACTOR shall be responsible to follow all federal, state and localregulations.3. TYPE OF REHABILITATION – UNDERGROUND PIPE REPAIR This specification shall govern all work, materials, and equipment required toeffectively eliminate an active leak in a 24 inch PVC gravity line, providing corrosionprotection, and repair of voids to restore the structural integrity of the line. The materials to be utilized shall be designed and manufactured to eliminateinfiltration in an active water table and to withstand the effects of hydrogen sulfide. Equipment for installation of materials shall be high quality grade and be asrecommended by the manufacturer. Manufacturer of the chosen point repair technology shall have long provenexperience in the production of the products utilized and shall have a satisfactoryinstallation record.4. TYPE OF REHABILITATION – MANHOLESa. This specification shall govern all work, materials, and equipment required toobtain a structural, monolithic liner eliminating infiltration, providing corrosionprotection, repair of voids, and to restore the structural integrity of the substrate.b. The materials to be utilized in the lining of manholes shall be designed andmanufactured to withstand the severe effects of hydrogen sulfide in a wastewaterenvironment. Manufacturer of corrosion protection products shall have longproven experience in the production of the lining products utilized and shall havesatisfactory installation record.c. Equipment for installation of lining materials shall be high quality grade and be asContract Requirements - Page 7

recommended by the manufacturer.d. The lining system to be utilized for manhole structures shall be a multicomponent stress skin panel liner system as described below:1. LinerInstallationMoisture barrierSurfacerFinal corrosion barrierLinerModified PolymerPolyurethane/Polymeric blend foamModified polymer2. Modified polymer shall be sprayable, solvent free, two-componentpolymeric, moisture/chemical barrier specifically developed for thecorrosive wastewater environment.3. Polyurethane Rigid Structure Foam, low viscosity two-component, containingflame retardants.4. Total thickness of multi-component liner system shall be a minimum of 500mils.e. Described are procedures for cleaning, substrate preparation, application andtesting. The applicator, certified and trained by the manufacturer, shall furnish alllabor, equipment and materials for application and shall rebuild deterioratedstructures back to original dimensions, restore structural integrity and eliminateinfiltration.f. All aspects of the installation shall be in accordance with the manufacturer’srecommendation and per the following specifications which include:i. The removal of any loose and unsound substrateii. Cleaning of the area to be sprayediii. The elimination of active infiltration prior to making the applicationiv. The repair and filling of voidsv. The repair of the invert, benches, walls and chimney. All benches shallslope towards the invert with a minimum thickness of one-half (½) inchwhere the bench and invert intersect.vi. The application of an acid resistant material to rebuild the substrate tooriginal dimensions, eliminate infiltration, restore structural integrity andprovide the proper surface application of the outer coat.5. SUBMITTALS: The following items shall be submitted:a. A technical data sheet for each product used, including ASTM test resultsverifying the product meets specifications and verifying product is suitable for it’sintended use.b. Material Safety Data Sheets (MSDS) for all products used, including materialsused for patching, profiling, and leak stoppage and corrosion protection.c. Project guidelines and recommendations.d. Qualification of applicatori. Manufacturer Certification that personnel have been trained and approvedin the handling, mixing and application of the products to be used. Contract Requirements - Page 8

ii. Certification that the equipment to be used for applying the products hasbeen manufactured or approved by the manufacturer.e. Design details for any additional ancillary systems and equipment to be used onsite and surface preparation, application and testing must be approved by theproduct manufacturer and the CITY.6. TESTING and INSPECTION ACCEPTANCE:a. During application, a mil thickness gauge as designated by the CITY, shall beused to ensure a monolithic lining and uniform thickness during application.b. Measurement of the bond strength of the protective coating to the substrate can bemeasured in accordance with ASTM D4541. A CITY representative shallevaluate any areas detected to have inadequate bond strength. Further bond testsmay be performed in that area and repairs shall be made by applicator in strictaccordance with the manufacturer’s recommendations.c. Each manhole, shall be inspected with high voltage holiday detection equipment.The contractor will be responsible for conducting spark testing under theobservation of the Inspector. An induced holiday shall be made onto the coatedconcrete surface and shall serve to determine the minimum / maximum voltage tobe used to test the coating for holidays at the particular area. The spark testershall be initially set at 100 volts per 10 mil (250 microns) of film thicknessapplied but may be adjusted as necessary to detect any induced holiday. Alldetected holidays shall be marked and repaired by abrading the coating with 40grit disc paper or other hand tooling method. After abrading and cleaning,additional protective coating material can be hand spray applied to the repair area.All touch-up / repair procedures shall follow the manufacturer’srecommendations.d. A final visual inspection shall be made by the inspector and contractor. Anydeficiencies in the finished coating shall be marked and repaired according to theprocedures set forth by the manufacturer.7. The work will include all labor, materials, equipment necessary for completion of theProject. The Contract Documents are intended to provide the basis for proper completionof the work suitable for the intended use of the CITY. Anything not expressly set forthbut which is reasonably implied or necessary for proper performance of the Project shallbe included.8. UNDERGROUND FACILITIES: The CONTRACTOR shall be responsible for obtainingutility clearance prior to any excavating, digging or disturbance of the sub-surface. TheCONTRACTOR shall use Tennessee One Call to locate underground facilities. It willalso be the responsibility of the CONTRACTOR to obtain clearance from Tennessee OneCall non-participating utilities. All underground utility providers shall be allowed at leastforty-eight (48) hours prior to any excavating activities, to locate and mark theirrespective utilities. Excavation must commence within twenty-one (21) days afterutilities are located and marked.Contract Requirements - Page 9

9. The CITY’s inspector, shall provide inspection of all aspects of the work. Allrequirements of the work will be subject to review by the CITY’s inspector, Veolia WaterNorth America (VWNA) and the CITY. Unless specifically directed otherwise by theCITY, the CONTRACTOR shall comply with any instructions, opinion or findings assaid person(s) mentioned above shall be acting as an agent of the CITY.10. GUARANTEE PERIOD: All workmanship shall be guaranteed for a minimum of five (5)years. Materials shall be guaranteed for a minimum of 10 Years.11. RESTORATION WARRANTY: All restoration shall be under warranty for a period ofeighteen (18) months. All restoration warranty work shall be the responsibility of theCONTRACTOR and shall be addressed within fourteen (14) days after writtennotification is provided by the CITY or the CITY’s representative.12. CONTRACT TIME EXTENSIONS: This requirement specifies the procedure for thedetermination of time extensions for unusually severe weather.a. All contract time extensions shall be considered by the City on a case by casebasis. The CONTRACTOR shall request, in writing, all extensions within seven(7) days of the occurrence. The City shall respond within seven (7) working days.The City has the final say on all time extensions.13. WORK DAYS: Will be any day of the week, including weekends and holidays. Thework will be completed outdoors and the CONTRACTOR shall take precautions asnecessary to protect equipment and their employees.14. SAFETY: The CONTRACTOR shall be responsible under State and Federal laws andregulations to perform all work in compliance with all safety regulations which maygovern and apply to this work and the CONTRACTOR agrees to comply with all of theseregulations while carrying out this work. The CITY’s contract operator, Veolia WaterNorth America, also has in place a CONTRACTOR Safety Program, which will need tobe followed and implemented by the CONTRACTOR. A representative of theCONTRACTOR must complete the Veolia Water CONTRACTOR Safety Orientation atleast seven (7) days prior to beginning work. The primary CONTRACTOR will berequired to sign a Compliance Statement that acknowledges the requirements of theCONTRACTOR Safety Program. Should a work stoppage be caused due to noncompliance, the CONTRACTOR shall not be able to request a time extension during thiswork stoppage.15. LIABILITY INSURANCE: The CONTRACTOR will be required to provide insuranceas listed herein. Proof of required insurance must be made available to the CITY at thetime of execution of the contract. The minimum required coverage will be;a. COMPREHENSIVE GENERAL AND AUTO BODILY LIABILITY ANDPROPERTY DAMAGE INSURANCE issued to the CONTRACTOR protectinghim or her from all claims for personal injury, bodily injury, and all claims fordestruction of the same to property, arising out of or concerning any operationsunder the contract, whether carried out by the CONTRACTOR or aSUBCONTRACTOR. The policy must include completed operations insurance.Such insurance shall be a minimum of 1 million (One Million Dollars) per loss. Contract Requirements - Page 10

The CONTRACTOR must maintain such completed operations insurance for atleast two (2) years after final payment is made.b. WORKER’S COMPENSATION INSURANCE, including occupational diseaseprovisions, for all of the CONTRACTOR’s employees at the site of the work.When any of the work is sublet, CONTRACTOR will require suchSUBCONTRACTOR similarly to provide Worker’s Compensation Insurance,including occupational disease provisions for all of the SUBCONTRACTORSemployees, unless such employees are covered by the protection afforded byCONTRACTOR.c. Bidder is required to submit, along with the Bid Form, proof of insurance meetingCity limits of 1M for general liability and Workman’s Compensation.16. PERFORMANCE BOND: The CONTRACTOR agrees to provide a Performance Bond,or other surety instrument acceptable to the City, in the amount equivalent to the TotalBid Amount. The conditions and specific obligation and use of said surety shall complyto the following.a. That the CONTRACTOR must carry out the terms of this document, to the extentthat the City is not required to obtain a Replacement CONTRACTOR to take theplace of the CONTRACTOR.b. The surety shall be for a one (1) year period, or until the lateral line and two wayclean out installation and restoration has been determined by the City to havebeen satisfactorily completed.c. Any fee or premium to purchase required surety shall be paid directly by theCONTRACTOR, however, cost of same may be recovered in the Bid Fee chargedto the City and paid to the CONTRACTOR.d. The City may not use the surety in the event that the CONTRACTOR requests tobe released from this Agreement, and the City agrees to provide said release, andthat the CONTRACTOR provides all assistance, cooperation and payment ofadditional costs to obtain a Replacement CONTRACTOR who is able to take overand carry out all terms of this Agreement to the satisfaction of the City.17. Bidder is required to submit along with the Bid Form the names and phones numbers ofthe two (2) most recent projects of comparable size and scope.18. Each Bidder must be appropriately licensed as a Contractor in the State of Tennessee asprovided in T.C.A. 62-6-101. The Bidder’s name, license number, expiration date andthat part of the contracting classification applying to the Bid shall appear on the sealedenvelope containing the Bid. Otherwise the Bid shall not be opened. All bids must bemarked “Pigeon Forge Manhole and Wet Well Rehabilitation.”* END OF SECTION * *Contract Requirements - Page 11

ADVERTISEMENT FOR BIDSCity of Pigeon Forge, TennesseePigeon Forge Manhole Rehabilitation ProjectThe City of Pigeon Forge is receiving bids for the rehabilitation of (12) manholes located andone (1) sub-surface point repair in the Pigeon Forge sewage collection system.Specifications may be obtained from the Pigeon Forge Wastewater Treatment Plant between thehours of 8:00 a.m. and 4:30 p.m., Monday thru Friday.Each Bidder must be appropriately licensed as a Contractor in the State of Tennessee asprovided in T.C.A. 62-6-101. The Bidder’s name, license number, expiration date and thatpart of the contracting classification applying to the Bid shall appear on the sealed envelopecontaining the Bid. Otherwise the Bid shall not be opened. All bids must be marked“Pigeon Forge Manhole Rehabilitation.”A Pre-Bid Meeting and Facility Inspection is MANDATORY and will be held on March 8th,2016 at 9:30 AM at the Wastewater Treatment Plant site, 2530 City Park Drive. Pigeon Forge,Tennessee 37863, (865) 428-3558.Bids will be received until 2:00 PM, March 17th, 2016, at which time they will be opened andread aloud at the City of Pigeon Forge Public Works Office located at 3211 Rena Street, PigeonForge, Tennessee 37863.For more information contact Mr. Martin Cross, at (865) 428-3558. The City reserves the right toreject any or all bids or to accept the bid most favorable to the City.This 2nd day of March, 2016.Department of Public WorksPigeon Forge, Tennessee 37863 Contract Requirements - Page 12

Contract Requirements - Page 13

Pigeon Forge, Tennessee 37863, (865) 428-3558. 2. MANDATORY PRE-BID MEETING; A Pre-Bid Meeting and Facility Inspection is MANDATORY and will be held on March 8th, 2016 at 9:30 AM at the Wastewater Treatment Plant site, located at 2530 City Park Drive. Pigeon Forge, Tennessee 37863, (865) 428-3558. 3.