The City of Port Arthur, Texas Waterline Aerial Crossing Coating BID NUMBER P24-031

expired opportunity(Expired)
From: Schaumburg and Polk Inc Beaumont(Other)
BID NUMBER P24-031

Basic Details

started - 14 Mar, 2024 (1 month ago)

Start Date

14 Mar, 2024 (1 month ago)
due - 17 Apr, 2024 (17 days ago)

Due Date

17 Apr, 2024 (17 days ago)
Bid Notification

Type

Bid Notification
BID NUMBER P24-031

Identifier

BID NUMBER P24-031
Schaumburg and Polk Inc Beaumont

Customer / Agency

Schaumburg and Polk Inc Beaumont
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Details ID: BID NUMBER P24-031 Estimate: $430,000.00 Type: Waterline Aerial Crossing Coating Owner: City of Port Arthur, Texas Location Jefferson County, TX Map Code: Show Google Map Open Map On Google No Map Scope SCOPE OF WORK CITY OF PORT ARTHUR, TEXAS Waterline Aerial Crossing Coating Bid Number P24-031 A. GENERAL This contract provides for the coating of potable waterlines for the City of Port Arthur at two different locations. The project provides for the rehabilitation of two 36-inch steel waterlines aerial crossings at Savannah Avenue & Main Outfall Canal and at Savannah Avenue & Main D Canal/Alligator Bayou. The proposed rehabilitation includes blasting the pipes to bare metal and then recoating. This contract shall include all necessary labor, equipment, tools, materials, painting, disinfection, structural steel repairs, safety measures, environmental protection, shrouding, disposal of surplus items, site restoration, and all other related construction for the proposed water
line installation and coating. The contractor shall coordinate with the City personnel when restoring the water lines to service. It shall be the bidder’s responsibility to carefully inspect the site and all pertinent parts and appurtenances of the waterlines to ascertain the quantity of surface preparation, coating and replacement required to perform the proposed work and place the water line back into operation in accordance with the contract specifications. The Contractor shall use the materials specified, or materials of another manufacturer that are deemed equivalent in the opinion of the Engineer to the materials specified. In the event the Contractor desires to substitute the products of another manufacturer, he shall apply to the Engineer in writing at least fifteen (15) days prior to the bid date requesting substitution and shall furnish with the request complete descriptive materials on the product along with NSF Certification plus manufacturer’s recommendations for surface preparation and application. B. WORK TO BE ACCOMPLISHED Contractor shall coordinate with City personnel prior to commencing work. All work is to be performed in strict accordance with the guidelines and procedures set forth within the Contract Specifications. This contract includes, but is not limited to, the following: 1. Savannah Avenue & Main Outfall Canal (36” Steel Waterline) 1. Contractor shall perform all surface preparation and coating of approximately 240 LF of 36-inch steel waterline exterior surfaces per specification Item 603 including, pressure washing the outside of the waterline, shrouding, removal and disposal of spent materials prior to commencing work. Contractor shall provide for quality control procedures for preparation of surfaces and coating application, all in strict accordance with the plans and specifications. 2. Contractor shall perform lead testing of exterior surfaces of the waterline. Contractor to provide lab testing result reports to Engineer for review, all in strict accordance with the plans and specifications. 3. Contractor shall perform lead abatement of hazardous material, if determined that the waterline contains lead as demonstrated by the lead testing results, all in strict accordance with the plans and specifications. 4. Contractor shall remove and replace the existing 3" x 1/4" Galv. Straps, all in strict accordance with the plans and specifications. 5. Contractor shall remove and replace the existing 2-inch air release valves, all in strict accordance with the plans and specifications. 6.Contractor shall restore the site to its original condition or better, including removal and disposal of all blasting media, construction debris, and by grading and replacing San Augustin sod, all in strict accordance with the plans and specifications. 2. Savannah Avenue & Alligator Bayou (36” Steel Waterline) 1. Contractor shall perform all surface preparation and coating of approximately 200 LF of 36-inch steel waterline exterior surfaces per specification Item 603 including, pressure washing the outside of the waterline, shrouding, removal and disposal of spent materials prior to commencing work. Contractor shall provide for quality control procedures for preparation of surfaces and coating application, all in strict accordance with the plans and specifications. 2. Contractor shall perform lead testing of exterior surfaces of the waterline. Contractor to provide lab testing result reports to Engineer for review, all in strict accordance with the plans and specifications. 3. Contractor shall perform lead abatement of hazardous material, if determined that the waterline contains lead as demonstrated by the lead testing results, all in strict accordance with the plans and specifications. 4. Contractor shall remove and replace the existing 3" x 1/4" Galv. Straps, all in strict accordance with the plans and specifications. 5. Contractor shall remove and replace the existing 2-inch air release valves, all in strict accordance with the plans and specifications. 6. Contractor shall restore the site to its original condition or better, including removal and disposal of all blasting media, construction debris, and by grading and replacing San Augustin sod, all in strict accordance with the plans and specifications. C. SPECIAL REQUIREMENTS 1. The Contractor shall contact Mrs. Jess Liao, P.E., Utility Engineer Manager at (409) 983-8193 prior to starting any work within the project site. 2. Contractor shall coordinate with the Owner and Engineer his schedule and sequence of construction. 3. Contractor to coordinate with property owners prior to entering property/easement. 4. The City will provide electrical service to the Contractor at no cost for this project. The Contractor will be required to apply for a construction water meter at the City of Port Arthur City Hall Customer Service office. 5. The Contractor shall restore the project site to its original condition or better prior to the project completion and acceptance by the Owner. Pre-Bid Details Date: 4/02/2024 Time: 2:00 PM Location: City Hall, 5th Floor Council Chambers, 444 4th Street, Port Arthur, Texas 77640 Notes: NON-MANDATORY Bid Details Date: 4/17/2024 TBA Time: 3:00 PM CDT Location: City Secretary Office, City Hall, 444 4th Street, Port Arthur, Texas 77640 Notes: Contact Address Schaumburg & Polk, Inc. (Beaumont) 8865 College Street Beaumont, Texas 77707 www.spi-eng.com Contact Info Contact: Nestor Barroeta Phone: 409-866-0341 Fax: 409-866-0337 Email: nbarroeta@spi-eng.com Bid Package Notes Additional Notes

Schaumburg & Polk, Inc. (Beaumont) 8865 College Street Beaumont, Texas 77707 www.spi-eng.comLocation

Address: Schaumburg & Polk, Inc. (Beaumont) 8865 College Street Beaumont, Texas 77707 www.spi-eng.com

Country : United StatesState : Texas