Reference Library

Soilworks products are the industry’s top standard due to our insistence on creating high performance soil stabilization and dust control products that stand up to rigorous testing – both in the lab and in the field. Our commitment to quality and performance has led to our involvement and testing in hundreds of real-world situations. The following library of reports, presentations, specifications, approvals and other similar documents provide you, our customer, the transparency and dependable assurance that is expected from Soilworks.

Treasure Island & Causeway Geotechnical Mitigations Project – Addendum No. 2 (TPD1610086)

Addendum No. 2

 

Project:                       Treasure Island & Causeway Geotechnical Mitigations

 

Issue Date:                  October 31, 2016

 

Proposal Due Date:     The Proposal Due Date is November 8, 2016 @ 2:00 PM

 

The Proposal Due Date has been updated to November 8, 2016 @ 2:00 PM.

 

Bidders should note that the Deadline for Questions has been updated to November 2, 2016 @ 5:00 PM.

 

Bidders should note the following Addendum No. 2 updates, which have been uploaded to the following box.com link:

https://fivepoint.box.com/s/det0vr6svgndl7hmxq6tvyls8jz4qpsl

 

  1. 1.       Specification 00410 – Bid Form
  • Updated TI Geotechnical Mitigation Bid Schedule and Schedule of Values – See attached
  • Updated Causeway Improvements Bid Schedule and Schedule of Values – See attached

 

  1. 2.       Specification 01025 – Measurement and Payment
  • Updated Section 1.6, Regulatory Requirements:

 

D. No Progress Payments will be processed until the Contractor has submitted to Owner, the following items:

  • Insurance Certificates Compliant thru billing period.
  • As-Built Plans and reports completed thru billing period.
  • Contractor Safety Reports submitted thru billing period.
  • Monthly Progress Reports submitted thru billing period. Owner to approve report format in advance of monthly processing. The intent of the report is to include, but not be limited to: Contractor narrative of the work scope, man-hour reporting, safety reporting, photo images of work completed to date, narrative of project schedule and any delays to date, including work scope narrative and recovery schedule update to adjust the project schedule, Budget reporting including contract and change order work to date.
  • Subcontractor/Supplier Conditional Lien Waivers thru billing period.
  • Subcontractor/Supplier Unconditional Lien Waivers thru previous billing period.
  • Monthly DBE Reports (miscellaneous) completed thru billing period.
  • MMRP Reporting Requirements

n    Noise Measures, CARB and TIER-4 reporting.

n    DDRP Diversion Rate reporting.

  • Community Facilities District (CFD) Reporting Requirements

n    Owner to approve report format in advance of monthly processing.

n    Reporting of Contract and Change Order work to date.

n    Reporting of budget and forecasting trends.

 

  • Updated Section 1.7.AA Alternate Bid Item 26 – Direct Placement of Owner Provided Surcharge Material

 

The contract unit price paid for Direct Placement of Owner-Trucked Provided Surcharge EarthworkMaterial includes full compensation for providing all labor, material, tools, equipment, and incidentals required to furnish the entire project as specified in Sections 01020, 02200 and other related specification sections, including the Geotechnical Special Provisions and Specifications for Vibro Compaction, Deep Soil Mixing and Surcharge placement, and wick installation. The work of this bid item includes, but is not limited to:

  1. 1.       Transportation and placement of material to Treasure Island (TI) Facility (at the existing TI – Stockpile along Avenue H). Bidders are hereby advised to include in their lump sum bid proposal the take-over, maintenance and management of the existing stockpile location. Such maintenance and management is further detailed below, but will consist primarily of stockpile management to coordinate, receive, monitor and track import sources, approved by the Owner and eligible for stockpile onto the current TI stockpile. The maintenance will include daily SWPPP/BMP services during active stockpile import, periodic review and inspection during inactive import periods as required to maintain applicable SWPPP/BMP measures in accordance with the approved SWPPP, Dust Control Plan, and Groundwater and Soil Management Plan (GSMP), or as directed by the Owner or Owner’s agent(s).
    1. 2.       Environmental testing of all imported soil required per the Treasure Island Groundwater and Soil Management Plan (GSMP).
    2. 3.      Track out control and dust control.
      1. 4.       Contractor shall be responsible for coordination of import trucked materials to the Treasure Island Facility (at the existing TI – Stockpile along Avenue H), and provide for flaggers, traffic control, street sweeping as required.
      2. 5.       Pending schedule availability, Contractor shall also be responsible to coordinate import trucked material directly onto the surcharge location(s) as needed.
      3. 6.       For trucked  import  material  placed  directly  onto  the  surcharge  location(s), Contractor shall be responsible to provide haul routes with traffic control, dust control, street sweeping measures and all other required SWPPP/BMP measures and maintenance provisions as needed.
      4. 7.       Quarterly measurement and survey of existing stockpile.
        1. 8.       Maintenance of stockpiles and inactive areas for dust control. Including, but not limited to: daily dust control and watering of active and inactive stockpile(s) and surcharge location(s), install temporary cover to the surface of stockpile and surcharge location(s), install dust enclosures, dust curtains and barriers, plastic tarps, screens, windbreaks, misting systems, and fencing. Specific focus to ensure zero fugitive dust migration and travel towards Job Corps campus, Building 1 and TI – residential areas.
        2. 9.       Maintenance of inactive areas, including daily and/or periodic application of water and dust control measures. Including, but not limited to: install, maintenance and re-installation (as required) of chemical stabilization, hydroseed, bonded fiber matrix, “Gorilla-Snot®” and other commercially  applied  materials  to miscellaneous inactive stockpile, surcharge, lay down and storage areas for both short term (less than 5-days) and extended term  (over  5-days)  periods  of inactivity. Cover all

 

inactive stockpiles greater than ten cubic yards. Cover shall consist of a 10 mil polyethylene plastic or equivalent, with adequate bracing and/or anchors to hold down the cover as required.

  1. 10.   Monitoring and sweeping of haul routes to/from San Francisco – Oakland Bay Bridge and to/from stockpile and surcharge pile(s), including track-out prevention and traffic control – see Truck Delivery Route.
    1. 11.   Contractor shall obtain all required permits from the State Water Resources Control Board before commencing stockpile maintenance activities. Contractor shall comply with all the conditions and requirements of the General Permit and implementation of the SWPPP at an appropriate level and in a proactive manner year round to prevent sediment from entering water bodies.
    2. 12.  Provide coordination, interface and support with CCSF/CalTrans as required.
      1. 13.   Contractor to comply with specific USCG traffic provisions as noted in Section 01570, Traffic Routing Work.
      2. 14.   Bidders shall consider the following in regards to qualifying their proposed alternate bid unit rate. Owner intends to allow for direct placement of approved stockpile and/or surcharge material at the existing TI – Stockpile location (along Avenue H) or within the applicable phase of surcharge placement (schedule to be coordinated with the geotechnical improvements and surcharge improvements). Bidders shall include in their proposal, the proposed rate for both low and high production of the Owner provided material. The low production rate should be considered at approximately 500-cy per day, and the high production rate should be considered at approximately 2000-cy per day. Bidders should qualify in their lump sum proposal, the measures by which they are establishing their unit rate as noted above, detailing the number of labor, equipment and material resources included in their proposed rate determination. Bidders should also consider a rate variation for periods of active and coordinated work efforts onsite, i.e. combination of geotechnical/surcharge/stockpile work scopes, versus inactive periods, i.e. singular stockpile work scope only.
  • Bidders shall refer to the revised Draft Storm Water Pollution Prevention Plan (SWPPP Drawings), dated October 10, 2016

 

  • Updated Section 1.7.BB Alternate Bid Item 27 – Import and Direct Placement of Contractor Provided Surcharge Material

The contract unit price paid for Import and Direct Placement of Contractor Provided Surcharge EarthworkMaterial includes full compensation for providing all labor, material, tools, equipment, and incidentals required to furnish the entire project as specified in Sections 01020, 02200 and other related specification sections, including the Geotechnical Special Provisions and Specifications for Vibro Compaction, Deep Soil Mixing and Surcharge placement, and wick installation. The work of this bid item includes, but is not limited to:

  1. Transportation and placement of material to Treasure Island Facility (exact location to be determined by Owner).
  2. Environmental testing of all imported soil required per the Treasure Island Groundwater and Soil Management Plan (GSMP).
  3. Track out control and dust control.
    1. Contractor shall be responsible for coordination of import trucked materials to the Treasure Island Facility (exact location to be determined by Owner), and provide for flaggers, traffic control, street sweeping as required.
    2. Pending schedule availability, Contractor shall also be responsible to coordinate with import trucked material directly onto the surcharge location(s) as needed.
      1. For trucked  import  material  placed  directly onto  the  surcharge  location(s), Contractor shall be responsible to provide haul routes with traffic control, dust control, street sweeping measures and all other required SWPPP/BMP measures and maintenance provisions as needed.
      2. 7.       Quarterly measurement and survey of existing stockpile.
        1. 8.       Maintenance of stockpiles and inactive areas, including provision of adequate watering of active stockpiles, install temporary cover to the surface of stockpiles located in sensitive areas, and install dust enclosures, curtains, dust collectors, plastic tarps, screens, windbreaks, misting systems, fencing, etc., on windward and down windward sides of active stockpiles.
        2. 9.       Maintenance of inactive areas, including application of water or chemical stabilization to storage areas of prior to extended periods of inactivity. Cover inactive stockpiles greater than ten cubic yards. Cover shall consist of a 10 mil polyethylene plastic or equivalent trap, with bracing to hold it down, or other equivalent techniques.
        3. 10.   Monitoring and sweeping of haul routes to/from San Francisco – Oakland Bay Bridge and to/from stockpile and surcharge pile(s), including track-out prevention and traffic control – see Truck Delivery Route.
        4. 11.   Contractor shall obtain all required permits from the State Water Resources Control Board before commencing stockpile maintenance activities. Contractor shall comply with all the conditions and requirements of the General Permit and implementation of the SWPPP at an appropriate level and in a proactive manner year round to prevent sediment from entering water bodies.
        5. Provide coordination, interface and support with CCSF/CalTrans as required.
          1. Contractor to comply with specific USCG traffic provisions as noted in Section 01570, Traffic Routing Work.

 

  • Bidders shall refer to the revised Draft Storm Water Pollution Prevention Plan (SWPPP Drawings), dated October 10, 2016.

 

  • Corrected Section 1.7.FF – Bid Item No. 25 31 – Storm Drain Force Main (NOT USED)

 

  • Corrected Section 1.7.GG – Bid Item No. 26 32 – Storm Drain Pump Station (NOT USED)

 

  • Corrected Section 1.7.HH – Bid Item No. 27 33 – Sanitary Sewer Force Main (Inside Limits of Sub-Phase 1B, 1C & 1E) (NOT USED)

 

  • Corrected Section 1.7.II – Bid Item No. 28 34 – Sanitary Sewer Force Main (Outside Limits of Sub-Phase 1B, 1C, & 1E) (NOT USED)
    • Corrected Section 1.7.JJ – Bid Item No. 29 35 – Retaining Walls (NOT USED)

 

 

  • Added Section 1.7.KK – Alternate Bid Item No. 36 – MSE Retaining Wall (NOT USED)

 

  • ·         Added Section 1.8KK – Alternate Bid Item No. 36 – MSE Retaining Wall (CAUSEWAY) The contract lump sum price to be paid under Retaining Walls includes full compensation for providing all labor, material, tools, equipment, and incidentals required to construct retaining walls as specified in Section 03300, 03350, 06115 and other related specification sections. The work of this bid item includes, but is not limited to:

1. Furnish and install M.S.E retaining wall (complete).

  • Bidder shall include in their proposal a unit price for MSE Retaining Wall as an Alternate Bid.

 

  1. 3.       Treasure Island Sub-Phase 1B, 1C & 1E Improvement Plans 100% Design Set, dated October 7, 2016
  • Update to Sheet L1.15-1T to clarify wall type. Base bid to include all walls as Cast-In-Place (CIP) and an Alternate has been included to price walls as Mechanically Stabilized Earth (MSE). Details for both types have been included in this Addendum.

 

  1. 4.       Treasure Island Sub-Phase 1B, 1C & 1E Improvement Plans Technical Specifications, 100% Design Set, dated October 7, 2016
  • Bidders shall reference updated Improvement Plans Technical Specification when considering Causeway Improvements.

 

  1. 5.       CPT Results – Applicable Cone Penetrometer Test Results
  • Bidders shall reference the Excel spreadsheet for information regarding the CPT Results.

 

The Bidders shall acknowledge receipt of Addendum No. 2 on the Bid Form.

Complete the form below to download this document now.

https://bit.ly/3n5cQNl