MPA Project No. M545-C2 Project Title: New Berth 10 Project - Phase II Location: Conley Terminal, South Boston, Massachusetts

Similar documents
MPA Project No. M495-C1 Refrigerated Container Storage Improvements Project Location: Conley Terminal, Boston, MA

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, 1990 EDITION

MPA Project No. M495-C1 Refrigerated Container Storage Improvements Project Location: Conley Terminal, Boston, MA

2. What are the estimated volumes for the Residuum Harvesting See response to Question 1

PORT OF ST. HELENS SCAPPOOSE INDUSTRIAL AIRPARK PARALLEL TAXIWAY B RELOCATON AIP PROJECT ADDENDUM NO. 1

EXCAVATION AND BACKFILL

SECTION 58 PRECAST CONCRETE BOX CULVERT. This work consists of furnishing and installing Pre-cast Concrete Box Culverts.

IGGA Guide Specification: Dowel Bar Retrofit (DBR) Introduction

REQUEST FOR PROPOSALS

How to Estimate the Cost of a. Precast Concrete Parking Structure

ADDENDUM NO. 3 PROJECT: COURTLAND PUMP STATION CONTRACT: IFB NO COM.00030

CITY OF PITTSBURG ENGINEERING DEPARTMENT CONTRACT NO A WATER TREATEMENT PLANT CAPITAL IMPROVEMENTS PHASE 1A ADDENDUM #1 FENCE AND DITCH AUGUST

Anticipated schedule, Page 2. Change the Contract Term from 635 Days to be 1,127 Days.

A. Extent of structural precast concrete work is shown on drawings and in schedules.

For crossing under a railroad, contact the specific railroad company's engineering department.

SPECIFICATIONS FOR THE MANUFACTURE AND DESIGN OF PRECAST THREE SIDED ARCH STRUCTURES, WINGWALLS AND HEADWALLS

SECTION CHAIN LINK FENCING AND GATES AND SOFTBALL BACKSTOP

ADDENDUM NO. 2. Furnace Bridge - Installation. Essex County, NY. July 29, 2015

James W. Moore, PE / Brandon D. Enevold, PE / Kjersten E. Kuhta, PE Dylan J. Cunningham, PE / Jacob L. Deering, PE / Joel R.

MTJ Outdoor Baggage Claim

CONVEYANCE PIPELINE AND PUMP STATION

SPECIFICATIONS FOR THE INSTALLATION OF CONDUIT SYSTEMS IN RESIDENTIAL SUBDIVISIONS. Notification of Completed Conduit Sections

SECTION CLOSEOUT SUBMITTALS SECTION CLOSEOUT SUBMITTALS

NORTH HARRIS COUNTY REGIONAL WATER AUTHORITY. Section ELECTRICAL IDENTIFICATION

JUNE 27, 2016 ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS SYRACUSE HANCOCK INTERNATIONAL AIRPORT CULVERT REPLACEMENT FOR RUNWAY 28 APPROACH ACCESS ROAD

ADDENDUM NO. 02 July 31, 2012

UNDERGROUND UTILITY TRENCHES AND VAULTS Page 1 of 6 ADDENDUM #1

SECTION SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

SECTION STEEL LIGHTING STANDARDS. 1. Electrical conduit and fittings; Section

CHARLES COUNTY GOVERNMENT ITB NO ST. MARK S PUMP STATION UPGRADE

SECTION 39 - MANHOLES TABLE OF CONTENTS

B422 - PRECAST REINFORCED CONCRETE BOX CULVERTS AND BOX SEWERS - OPSS 422

Taylor County July 2011 SECTION SHOP DRAWINGS, WORKING DRAWINGS AND SAMPLES

Customer Connection Guide Updates Effective May 2017

REGIONAL TRANSIT AUTHORITY PUBLIC NOTICE. IFB Rail Expansion (Streetcar) Rampart Street. Addendum IV

Standard Specifications

SAUSALITO-MARIN CITY SANITARY DISTRICT MISCELLANEOUS UPGRADES PROJECT. Addendum No. 2

A. Deviation from this standard must be approved by the Project Architect.

Software Services, Section 16748, Add as an attachment to this section Attachment A enclosed with this addendum.

Procurement Department Bid Office Customer Center 1 st Floor, Room W. Church Street Jacksonville, Florida 32202

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1073 PRECAST CONCRETE CERTIFICATION PROGRAM JULY 20, 2018

CONSTRUCTION SPECIFICATION FOR PRECAST REINFORCED CONCRETE BOX CULVERTS AND BOX SEWERS

UNIFIED FACILITIES GUIDE SPECIFICATIONS

June 10, 2014 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA

Contractor Shingle Recycling Qualification

Item 550 Chain Link Fence

November 16, 2017 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA. Y CH / Addendum #6 SHERRY DRIVE BRIDGE REPLACEMENT

HOLLOW CORE PRODUCTS GROUNDED IN STRENGTH

MISSISSIPPI STATE UNIVERSITY Office of Planning Design and Construction Administration

USE OF TEAR-OFF RECYCLED SHINGLES IN ASPHALT PAVEMENTS

OFFICE OF MANAGEMENT AND FINANCE

FAST TRACK WORKSHOP OBJECTIVES

Special Provision No. 999F29 March 2018 REQUIREMENTS FOR INSTALLATION OF METALLIC DOWELS INTO CONCRETE

ABC and Innovative Bridge Construction for Minnesota Local Roads

CITY OF NEW WESTMINSTER SECTION Westminster Pier Park ADDENDUM NO. 1 Landscape Contract

CITY OF TOMBALL. Section FIRE HYDRANTS 1.01 SECTION INCLUDES. A. Fire hydrants. B. Adjustment of fire hydrants and gate valves.

SECTION DEWATERING TANKAGE PART 1 - GENERAL 1.1 RELATED DOCUMENTS

Special Provision No. 999S29 May 2010

CITY OF DANA POINT DEVELOPMENT REVIEW

I. GENERAL: The Bidding and Contract Documents for Riverside North Parking Lot are modified as described in this Addendum.

A. This section specifies procedural requirements for Shop Drawings, product data, samples, and other miscellaneous Work-related submittals.

TELEPHONE: (215) Addendum No New Solomon Solis-Cohen Elementary School SDP Contracts No. B-075C, B-076C, B-077C and B-078C of 2017/18

SECTION PRECAST CONCRETE STRUCTURES

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR WELL MAINTENANCE SERVICES ADDENDUM NO.

SPECIFICATIONS FOR THE INSTALLATION OF CONDUIT SYSTEM(S) FOR STREETLIGHTS. 1 Definitions. 2 Scope of Work. 3 Extent of Work

Ursinus College Residence Hall 2

BPDL Architectural precast concrete specifications USA TESTING AND INSPECTION A. Testing by Independent Agency : Materials and workmanship furn

Precast Concrete Pavement

GRICE-TRIVERS JOINT VENTURE ARCHITECTS PAGE 1 PROJECT NO

Customer Requirements Commercial Secondary Service

This addendum forms a part of the Contract Documents dated: August 10, 2012.

Large Scale CalArc Pavers for Sand-Set Pedestrian Use Installations

SUBSTATION SECURITY WALL INSTALLATION MANUAL

ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS DATED JULY 2017 FLORIDA GOVERNMENTAL UTILITY AUTHORITY PROJECT NO.

Valley Road Main Replacement

Can you please issue the most recent Soils Report as prepared by Strata? Updated Soils Report to be posted to Christenson Corporation web site

Humboldt Bay Piling Removal

Foundation Specifications

.1 Applicability: These criteria shall be applied as follows:

SECTION SUBMITTALS. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

Precast Concrete. Installation Guide V GR-WI-599. Page 1

STANDARD BID ITEM NUMBERS

Breadth: Change CIP Structural Walls and Beams to Precast

JEFFERSON LAB TECHNICAL ENGINEERING & DEVELOPMENT FACILITY (TEDF ONE) Newport News, Virginia

4.1. Foremen 4.2. Concrete plant manager 4.3. Concrete plant operator 4.4. Personnel performing saw cutting and joint sealing

September 6, 2018 CITY OF BERKELEY SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO C ADDENDUM NO.

SECTION SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS

Date: October 17, To: All Prospective Bidders. Re: Addendum No 3. Questions and Answers and Construction Document Changes

ADDENDUM NO. 2 PROJECT: COURTLAND PUMP STATION CONTRACT: IFB NO COM.00030

TAXIWAY B NORTH ROAD RUNWAY TAXIWAY C NORTH ROAD VICINITY MAP. Plans Prepared By:

PART MATERIALS. Section Fencing Materials. Description

1. Land survey Work. 2. Civil and Structural engineering services.

9. Pay for the power consumed until the project has been accepted as substantially complete.

SECTION SUBMITTAL PROCEDURES

Article 250 Grounding & Bonding

INVITATION FOR BID (IFB) IFB NO. GSWA

STORM M ANHOLE FOR 42" PIPE AND SM ALLER JOB NO. SHEET NO. DATE MARCH 2015 OF MIN OF 3 CRSES MAX OF 5 CRSES 30"MAX 3 OR 3.5 PRECAST ECCENTIC CONC

SECTION G ESTIMATE OF QUANTITIES

I. MINUTES OF THE PRE-BID CONFERENCE

DOCUMENT ADDENDUM NO. 4. Issued to all Bidders: Date: October 14, Contract Name: Electrical Installation. Contract Number: C8410

Transcription:

MPA Project No. M545-C2 Project Title: New Berth 10 Project - Phase II Location: Conley Terminal, South Boston, Massachusetts RESPONSES TO QUESTIONS and/or RFI s # 3 Date: 09/14/18 The attention of Contractors submitting General Bids for the above referenced project is called to the following Responses to Questions and/or RFI s. Responses to Questions and/or RFI s: (D.W. White Construction Inc) electronic mail to CPBidQuestions from (Corey Silveira) email dated 09/11/2018; Item #1 Spec section 02260 Armor Stone Part 3.02 Placement of Stone (General) mentions Stone shall not be dumped or dropped into place in such a manner leading to breaking or other damage to the stone, geotextile The detail on the plans does not depict any geotextile on the Armor Stone Slope. Is geotextile required under the Armor Stone Slope? Design Team Response: No geotextile is required below the underlayer stone Item #2 May indicator piles be production piles? If so, will the material and installation paid for under the Pile LF items? Design Team Response: Indicator piles may be production piles provided they comply with requirements for production piles including the final driving criteria. The pay item for indicator piles (Pay Item 02316-06) includes all materials and installation and no separate additional payment will be made for Indicator piles installed as production piles. 1

(J.F. White Contracting Company) electronic mail to CPBidQuestions from (Bernie Doherty) email dated 09/11/2018; Item #3 Please confirm that geotextile fabric is NOT required under the armor stone slope. Note that it is not shown on the plans or called out in the material section but is referenced in the specifications (see 3.02 B & 3.04 C). Design Team Response: No geotextile is required below the underlayer stone. Item #4 Please confirm that probe piles added under A-1 are intended to verify top of rock and are paid as indicator piles. Design Team Response: Probe piles are intended to verify top of rock along Row A and presence of obstructions along Row F. It is not intended that the probe piles will be production piles with dynamic load testing and they will not be paid as indicator piles. Payment for probe piles driven at the locations listed on the Contract Documents will be treated as incidental to pile driving and is included under pay item descriptions. Item #5 Please refer to Section 2316-3.04K and confirm that the authority is referring to restricting only the actual impact hammer drive time under this section. Design Team Response: This clause is derived from a condition in the US Army Corps Permit issued for this project and refers to use of any pile hammer. However, the restriction only applies when a cruise ship is moored at the Black Falcon Cruise Terminal and within specific limits stated. Please see Condition #19 as well as Enclosure #3 to the US Army Corps Permit, contained within Attachment F to Division IIB of the Specifications. (J.F. White Contracting Company) electronic mail to CPBidQuestions from (Bernie Doherty) email dated 09/12/2018; Item #6 Drawing E-101 Addendum 1, under note 15 states provide 2-pole, 20A circuit breaker in existing 208/120V panelboards tied to the two (2) backflow preventer pits. The DP-10 panel schedule on drawing E-506 shows two (2) 3-pole 30A backflow circuits. Please clarify the owner s intention for backflow prevention circuitry. Design Team Response: DP-10 circuit breakers will remain as design indicates. Please see Addendum #1. 2

(Skanska USA Civil) electronic mail to CPBidQuestions from (Tracy Mildenberger) email dated 09/12/2018; Item #7 Note 2 on the Site Preparation Plan, Sheet C-104, says Contractor shall also note the requirements of Sheet C-105 to be implemented as the work progresses. Sheet C-105 was not included in the drawing set. Please provide. Design Team Response: Sheet C-105 was purposefully not included in this plan set and no work is required related to this note. Item #8 What are the thicknesses of the lane line striping shown on drawing Sheet SH-505? Design Team Response: The width of the lane stripes shall be 4 (inches). The markings shall be applied at a wet film thickness of.35 mm. Item #9 Item 02081-11 Cleaning, Removing, and Disposing of Piping is measured by the Ton. The estimated bid quantity is 105 tons. There is no indication on the drawings or in the specifications of what type of pipe exists, the size, or where it is located within the Berth 10 limits. How did the Owner determine the quantity? Design Team Response: The site is a former oil terminal and buried pipe has been found on previous projects on the property. Quantity was generally based on information from previous projects. Item #10 Item 02110-02 Handling & Disposal of Unknown Asbestos Containing Material is measured by the Ton. The estimated bid quantity is 52 tons. There is no indication on the drawings or in the specifications of what or where the ACM is. How did the Owner determine the quantity? Is it assumed that asbestos is found in the soil, hence the ton measurement? If not soil, then what medium should the Contractor assume? Design Team Response: Historic underground product piping is known to be present within the Work Area; however, no asbestos containing material (ACM) has been specifically identified within the project limits as of the date of this Response to Questions. Asbestos wrapped product piping, as well as other ACM, has been identified elsewhere on the Former Coastal Oil Property while completing work unrelated to this project. Therefore, the line items are in place in case previously unknown ACM is uncovered as part of the Work. For the purposes of the bid, the Contractor should assume that discovery of unknown ACM consists of one mobilization/demobilization to remove up to 52 tons of ACM. The Contractor can assume that there is no additional information at this time relative to the source or type of material that may be encountered. 3

Item #11 Please refer to Spec. Division IIB Special Provisions, Page IIB-5, Section 4.2 and Contract Drawing C-103 Phasing Plan; it shows that the contractor will have the full access to the land-side site area on and after 2/15/19, but no water-side access prior to 9/30/19 from Sta. 1900 to Sta. 2750. The F line Crane Rail piles are depicted on the border line of these two areas. The early completion of these piles is critical to the overall project schedule, since there are limitations on construction surcharge loads and no backfill can be placed within 40 feet of the bulkhead prior to completion of inshore crane beam including embedded piles. Please clarify; will the contractor be permitted to install F line piles from the land-side 40 feet away from the existing bulkhead after 2/15/19? Design Team Response: Row F piles may be installed after 2/15/19 using landside equipment but no waterside access will be permitted. Item #12 The Contract Drawing C-102 shows a 25,000 sf staging area rip rap temporary stockpile which is also being used by the M545-C1 Contract. Note 7 on Drawing CE-101 and the note on CR-101 call for using rip rap from the stockpile for armor stone below the wharf. How much rip rap material will be available at the stockpile for use by the Contractor on Phase II? Design Team Response: The intent is to reuse suitable material to the extent practicable but only a limited quantity is available. Bidders are to carry cost of furnishing all stone required to complete the work. (MEC Systems) electronic mail to CPBidQuestions from (Clif Sims) email dated 09/12/2018; Item #13 Key note 6 of sheet E-100 states provide new 12 strand OS2 single-mode fiber optic cable to three new high mast poles Are we to run (1) homerun to each of the 3 poles or are they installed in some other configuration? Design Team Response: The intent of defining three poles is to indicate a 12 strand OS2 singlemode fiber optic cable to each pole. (United Concrete Products Inc.) electronic mail to CPBidQuestions from (Chris Moore) email dated 09/12/2018; Item #14 Does the precast manufactured have to adhere to specification Section 3.01.E.1 All concrete shall be ready mixed concrete, and shall be mixed and delivered..? Precaster s have their own batching systems and means of transporting concrete and do not require the use of ready mix 4

concrete or trucks. Design Team Response: Concrete produced by a precast manufacturer s batching plant with established quality control will be considered equivalent to ready mixed concrete. Item #15 Part 2 Products 2.01 Materials G. Shrinkage- Reducing Agent Is this required for precast? If so 2 year history of breaks cannot be provided since this hasn t been used before at our facilities. Section 1.05.D is requesting that the concrete mix design provided have a break history of 2 years. I. Microsilica Admixture Is this required for precast? If so how much is required? Q. Form Coatings Is this applicable to precast or is it only intended for field CIP? Design Team Response: Shrinkage Reducing Agent is required to minimize shrinkage cracking of concrete. The Authority may consider alternative means to limit shrinkage cracking of precast concrete. Microsilica admixture is not required but, if used, shall comply with the specification. Form coatings are not required but, if used, shall comply with the specification. Item #16 Section 2.02.C The slump in 5000 psi concrete shall be between 3 to 5.All Standard Precast Mixes are SCC (Self-Consolidating Concrete), which is industry standard. Is a Self-Consolidating Mix Permitted for precast? Design Team Response: Manufacturers may submit alternate mixes but will be required to demonstrate using test results for a mix used for at least a two year period that placed and cured concrete does not show segregation and shows adequate strength and proper compaction. Item #17 Section 3.01.L.3 Keep Concrete in a thoroughly moist condition from time it is place until it has cured, for at least (7) days. Is this a requirement for the precast slabs? This will be virtually impossible during the winter months. Design Team Response: This is a requirement to ensure concrete is properly cured. (McDonald Electrical Corp) electronic mail to CPBidQuestions from (Chafic Eldamaa) email dated 09/12/2018; Item #18 Drawing E 504 Weld pile detail mentioning that SC-102/103/104 will provide count for the weld grounding. No grounding detail referenced on SC 102/103/104. Please provide count and where the 5

exothermic Weld Tee get connected to Design Team Response: Refer to Addendum No. 1, Drawing E-504. (Skanska USA) electronic mail to CPBidQuestions from (Anna Moll) email dated 08/29/2018; Item #19 Given the size and complexity of the scope of work, and the significant time required to adequately engage subcontractor and supplier responses, we respectfully request a 4 week extension to the currently advertised bid date. (JF White Contracting Company) electronic mail to CPBidQuestions from (Bernard Doherty) email dated 09/10/2018; Item #20 The proposal at present (h)as a bid date of 9/19/18 at 11:00 AM. Due to the complexity of the project, JF White respectfully requests a 4 week postponement of the bid date to 10/17/18 at 11:00 AM. (SPS New England, Inc.) electronic mail to CPBidQuestions from (Jim Rancone) email dated 09/11/2018; Item #21 Due to the complexity of the work and difficult schedule, SPS New England, Inc. respectfully requests a 3-4 week postponement of the bid date to responsibly develop the estimate. (Jay Cashman, Inc.) electronic mail to CPBidQuestions from (Drew Clark) email dated 09/12/2018; Item #22 We request a 1 week extension to the bid date. - End of Responses - 6