CITY OF MIAMI Capital Improvements Program BID NO.: 11-12

CITY OF MIAMI
Capital Improvements Program
BID NO.: 11-12-027
Museum Park Baywalk and Promenade Phase II and III, B-30538
ADDENDUM NO.7
August 10, 2012
TO: ALL PROSPECTIVE BIDDERS:
The following changes, revisions, additions, clarifications, and deletions amend the above-captioned Bid/Contract
documents, and shall become an integral part of the Invitation to Bid responses and the subsequent Contract. Please note
the contents herein and affix same to the documents you have on hand.
Note*: Below is a link to the Miami-Dade County website where Bidders can view the current listing of
certified CSBE contractors by trade. City Ordinance 13331 applies to the CSBE Program for
certification purposes, not wages.
http://new.miamidade.gov/business/business-certification-programs.asp
Revised Bid Forms
The Bid forms for Museum Park Baywalk PH II and Museum Park Promenade PH III have been revised and posted with
Addendum No. 7. Bidders must use these revised forms. Failure to submit the revised forms with your bid submittal will
deem your bid non-responsive. Museum Park Baywalk PH II, line items 15 and 17 were removed from the plans and are
intentionally left blank. Museum Park Promenade PH III bid form, line items 87 and 104 were removed from the plans and
intentionally left blank.
Museum Park Restroom Drawings
Sheets S0.01, S1.01, S2.01 have been revised and S3.01 posted with Addendum 7.
The following changes have been made:
Structure:
1. On Sheet S0.01 “Structural General Notes"
Foundation Plan Notes, note #3 it is WWM.
Reinforced Concrete, note #5B, it is weld wire mesh.
Masonry, note #6, it is 9 gage.
2. On sheet S1.01
Legend foundation plan elev. +/- 0.00, note #2, 6‟-6” long.
3. On sheet S2.01
Add two (2) 2#4 x 6‟-0” @ 2” from corner on Roof Plan.
Sections “4-4”, “6-6”, and “7-7” the #5 bars are space at 24” center to center (maximum).
Museum Park Baywalk and Promenade Phase II and III
Addendum No. 7
ITB 11-12-027
The following information is for clarification purposes:
Architecture:
1. On sheet A3.01
the two (2) mirrors are 72”x 36”, letter E washroom accessories.
New Drawing – Museum Park Promenade PH III
Sheet PGD-5, is posted with Addendum 7. This drawing corresponds with new Add Alternates No. 22 and No. 23, on the
revised bid form for Museum Park Promenade PH III.
Request for Information
Q1.
Proposed 6” Fire line: Drawing WS-2 (Phase II) indicate the new 6” fire line to be Ductile Iron Pipe (DIP)
wrapped with polyethylene. However a specification allow for PVC pipe to be used for all underground,
and does not include specifications for any Ductile Iron Pipe or for its wrapping. We will be estimating,
unless a clarification is otherwise provided with the corresponding specifications for DIP also provided
that PVC pipe will be acceptable for the 6” fire line scope.
A1.
Contractor to price DIP, wrapped in polyethylene, in accordance with the Miami-Dade Water and Sewer
Department Standard Details and Specifications.
Q2.
Please clarify that the intent of the sentence: “and to accommodate any representative of the City which
the City may chose to have present at the Project”, is to allow the City’s representative access on a
transient basis into the Contractors’ field offices when those representatives visit the site, but is not to
have the Contractor provide dedicated offices at the site for the exclusive use of the City’s representative
since no requirements are included in the Bid Documents for the configuration of those offices.
A2.
Yes, this is correct.
Q3.
Please clarify that the sentence: “Contractor shall bear all losses incurred on account of the amount of
character of the work, or the character of the ground, being different from what he anticipated”, does not
include subsurface conditions which may be found different from anticipated, and which are covered by
the last sentence in article 12. “Site Investigation and Representation” on Page 27.
A3.
Article 12, “Site Investigation and Representation”, as referenced above, is standard contract language in CIP‟s
construction documents and therefore, applicable to this project.
Q4.
Please clarify that the sentence: “No request for additional compensation or contract time resulting from
encountering utilities not shown will be considered”, does not include subsurface or unmarked utilities
which may be found after mobilization, and which are covered by the last sentence in article 12 “Site
Investigation and Representation” on Page 27.
A4.
Answer is the same as A3 above.
Q5.
Please refer to Phase III (Promenade) Bid Form, Item #9:
4” x 12”x 4” Natural Gray Concrete Unit Pavers is not a standard paver size. Please provide the complete
specification including manufacturer.
A5.
Refer to the Paver Specification Section 32 13 14, Part 2.01. Use the same recommended manufactures for the
4”x12”x4” Pavers.
Museum Park Baywalk and Promenade
Addendum No. 7
ITB 11-12-027
Page 2
Q6.
Please provide the specifications & details of trench drains per item #17 of phase II bid form.
Additionally, we will include 240 LF of trench drain as listed in bid item even though they are not shown
on plans.
A6.
This item was removed from the plans. Refer to the revised Bid Form with a 0 quantity for this item.
Q7.
The following are the Phase II drainage items included on the plans for which there are no
corresponding bid items. Please review & clarify.
a) 10” inline drains. See Line Item 18D.
b) 12” inline drains. See Line Item 18C.
c) 12” perforated HDPE and exfiltration trench. See Line Item 19C for the pipe and 21A for the
Infiltration Trench.
d) 12” HDPE See Line Item 19B.
e) 18” Perforated HDPE with 12’ wide Dry Retention Trench. See Line Item 20A for the pipe and 21A for the
Infiltration Trench.
f) 15” Drain Basin. See Line Item 18B.
g) 18” Drain Basin. See Line Item 18A.
h) 15” Perforated HDPE with 6’ wide exfiltration trench. See Line Item 19A for the pipe and 21A for the
Infiltration Trench.
i) 10” inline Domed Grate. See Line Item 18E.
j) 10” Perforated pipe (type not spec’ed) with exfiltration trench. Item was removed from the plans.
A7.
Refer to the updated Bid Form for Phase II.
Q8.
We will be estimating, unless otherwise clarified, that all cost related to EE&G services, including
collection of soil samples, analysis and reports, will be outside of the scope of this bid, and will be paid
by the Owner.
A8.
This is a correct assumption.
Q9.
We will be estimating, unless otherwise clarified, that all cost related to EE&G services, including
collection of soil samples, analysis and reports, will be outside of the scope of this bid, and will be paid
by the Owner.
A9.
This is a correct assumption.
Q10.
If the retaining walls must be color, please provide complete specification?
A10.
Natural Gray, there is no additional specification.
Q11.
Where in the specifications are the joints located for us to provide Bentonite type waterstops?
Are they in the Cast-In-Place Concrete specification 03 30 00, part 2.1.J?
A11.
Refer to S sheets for wall structural details for Phase III.
Q12.
Must we use concrete to encase the drain pipe per Storm Sewerage specification section
number 26 35 00, part 3.4.3?
A12.
No, please disregard this part of the specifications.
Q13.
Phase II. Line Item Number 85 requires Typar filter fabric but does not specify the model.
Please provide the model number.
A13.
DuPont Typar SF37-SF56 or Typar Geotextiles 3341-3601.
Museum Park Baywalk and Promenade
Addendum No. 7
ITB 11-12-027
Page 3
Q14.
The bid form shows this filter fabric quantity as 1 lump sum. How much filter fabric must we
install or where does this filter fabric show on the plans?
A14.
Filter Fabric is to be placed underneath decomposed granite walkways.
Q15.
Into which bid item or items should we include the fire lane on Phase II plan sheet PGD-14?
A15.
Refer to revised Bid Form, Item number 7A.
Q16.
The stabilized decomposed granite detail 3 on phase 3 sheet PGD-24 does not show any
aggregate base layer on the compacted sub-grade. One stabilization supplier recommends
a minimum 3” aggregate layer for proper drainage. If you wish an aggregate layer, please
provide complete information in an Addendum.
A16.
No aggregate layer required.
Q17.
Please provide a handrail detail showing the integrated LED lights mentioned in detail B on
sheet S-5.
A17.
No LED lights. To be removed from plans.
Q18.
What grade of stainless steel must our bid include?
A18.
Handrails are to be „Copper Free‟ Marine Grade Aluminum Alloy 5052 with sealer.
Q19.
What finish must we bid for the stainless steel handrails?
A19.
Aluminum finish is to be brushed with sealer.
Q20.
Plan sheet PGD-7 has two notes which seem to contradict each other. Should our bid
include 10” or 15” perforated pipe in the proposed 6’ wide infiltration trench system, which is
located at the base of the berm with contour elevations from 6 to 11 feet?
A20.
Refer to the revised Bid Form. Item number 21A for the infiltration system. Item number 19A for the
perforated 15” HDPE pipe. 10” Perforated HDPE pipe has been removed.
Q21.
Please refer to Section 2-General Terms and Conditions- Item 51: Product and Material Testing. Please
verify that the cost of all material testing, including concrete test, slum tents, soil compaction tests,
Proctors, density, and all others which are usually paid by the Owner, will be required to be paid by the
Contractor.
A21.
Costs associated with these items should be included in the Bid price. Additionally, any laboratories selected for
testing by the contractor require prior City approval.
Q22.
Addendum # 5 for the Museum Park Baywalk and Promenade Phase II & III – Request for Information –
Question/Answer # 30 appears to be a Question/Answer that has been accidently posted for the Museum
Park Baywalk and Promenade Phase II & II (B-30538). In reality, this Question/Answer # 30 appears to be a
Request for Information for the other City of Miami Project called the New Dinner Key Maria Dockmaster
Building (B-60464).
A22.
Correct. Please strike and disregard question and answer # 30 from Museum Park Addendum No.5.
Q23.
It is standard business practice for subcontractors and suppliers, to provide the pricing for their scopes
to the bidders as close as possible to the Bid Due time (in this case, 2:00 PM). Because of this, the City’s
requirement to request that a copy of the bid be submitted in digital form on CD-ROM in PDF format, with
the bid, will impose an extreme hardship to the bidders. We respectfully request that the copy of the Bid
in digital form on CD-ROM be allowed to be submitted in a separate envelope no later than an hour after
the Bid Due time.
Museum Park Baywalk and Promenade
Addendum No. 7
ITB 11-12-027
Page 4
A23.
CD‟s containing a copy of your submitted bid must be included with the submittal package and received and date
stamped at the City Clerk‟s office prior to being opened and publicly read. The bids are due no later than 2:00
p.m.
Revisions to Indemnification Language
Some language was erroneously omitted and has been added (in red). Deleted language has been
(Struck through).
Section 2 – General Terms and Conditions
6.
Indemnification
“Contractor shall indemnify and hold harmless and defend the City, its officials, officers, agents, directors, and/or
employees, from liabilities, damages, judgments losses, and costs, including, but not limited to reasonable
attorney's fees, to the extent caused by the, recklessness or intentional wrongful misconduct of Contractor and
persons employed or utilized by Contractor in the performance of this Contract. The Contractor shall, further, hold
the City, it‟s officials and/or employees, harmless for, and defend the City, its officials, and/or employees officers,
agents, directors against, any civil actions, statutory or similar claims, injuries or damages arising or resulting
from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent. unless
such injuries or damages are ultimately proven to be the result of grossly negligent or willful acts or omissions on
the part of the City, its officials and/or employees. These indemnifications shall survive the term of this Contract.
In the event that any action or proceeding is brought against City by reason of any such claim or demand,
Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel
satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by
this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and
save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided.
The indemnification provided above shall obligate Contractor to defend at its own expense to and through
appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all
claims of liability and all suits and actions of every name and description which may be brought against City
whether performed by Contractor, or persons employed or utilized by Contractor.
This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under
the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of
§725.06 and/or §725.08, Fla. Statues, as amended from time to time as applicable.
Contractor shall require all Sub-Contractor agreements to include a provision that they will indemnify the
City.
Museum Park Baywalk and Promenade
Addendum No. 7
ITB 11-12-027
Page 5