Full Text
May 16, 2014 Riverside Greenway Bicycle/Pedestrian Facility – Phase II Bid No. 2014-012 Bid Date: 5/20/14 ADDENDUM NO 2 Please make the following changes to the Specifications: Replace the Proposal and Contract with the attached documents. In addition to the changes from Addendum the following changes have been made: Specifications 1. Added Bid Item 502.325 Structural Concrete Pedestal/Footer – The concrete for the pedestal will not be incidental to the Jepson Brook Culvert. Instead, it will be paid for at the Contract price per cubic yard (CY). 2. Super-Span 6x2 Corrugated Galvanized Steel Structural Plate Specifications – In Section 1.2, Paragraph please remove the first sentence: “Each bidder is required to identify their intended bridge supplier as part of the bid submittal”. Bidders will not be required to provide this information in the bid submittal. Plans 1. Add the following information to Note 47, on Sheet 1 of 18 – The chain link fence shall have 2-inch SS 40 line posts and 2-½ inch SS40 end/terminal posts. Post bases shall be driven a minimum of 4-feet, end/terminal posts shall be set in a 12- inch diameter concrete base, 4-feet deep. Questions 1. The DEP permit limits in-stream water work between July 1st – October 1st, while the ACOE limits in-stream work between July 15th – October 1st. Which one governs? Answer: The most restrictive window is the one that applies, so in- stream work must occur between July 15th – October 1st. 2. Will the rock removal be paid under the new rock excavation item 203.21 or is this considered incidental to the arch pipe item 509.131? Answer: Any required bedrock removal is incidental to the pipe arch item. 3. Is the backfill of the structural arch pipe to be paid under the granular borrow item 203.25 or is the granular backfill of the arch pipe considered incidental? Answer: The backfill for the pipe arch shall be paid for as granular borrow. The backfill was originally included in the common borrow so the quantities of both have been adjusted accordingly. END Department of Public Works David A. Jones, P.E. Director ---PAGE BREAK--- P - 1 REVISED #2 CITY OF LEWISTON PROPOSAL FOR RIVERSIDE GREENWAY BICYCLE/PEDESTRIAN FACILITY PHASE II FEDERAL PROJECT No. STP-1184(800)X / MEDOT PIN No. 11848.00 To: Director of Budget & Purchasing City Hall, Lewiston, Maine Dear Sir/Madam: The undersigned hereby declares that he/she has carefully examined the location of the proposed work, the proposed Contract Form and the Contract Documents therein referred to and that he/she proposes and agrees, if this Proposal is accepted, that he/she will contract with the City of Lewiston, by its City Administrator to provide all machinery, tools, labor, equipment and other means of construction and to do all the work and to furnish all the materials, except those specified in the Specifications to be furnished by the City, necessary to complete the work in the manner and time therein prescribed, in accordance with the conditions and requirements set forth in the Contract Documents and the requirements of the Engineer and/or Director of Public Works as provided for therein; and that he/she will accept in full payment therefore the following sums to wit: ITEM EST PAY NO. QTY UNIT ITEM DESCRIPTION AND UNIT TOTAL 201.11 2 AC Clearing )AC 203.20 1780 CY Common Excavation )CY 203.21 20 CY Rock Excavation )CY ---PAGE BREAK--- P - 2 203.24 2000 CY Common Borrow )CY 203.25 2000 CY Granular Borrow )CY 206.061 20 CY Structural Earth Excavation – Drainage Minor Structures Below Grade )CY 304.10 3300 CY Aggregate Sub-Base Course )CY [PHONE REDACTED] TON Hot Mix Asphalt 9.5 mm )TON $ 502.325 50 CY Structural Concrete Pedestal/Footer )CY $ 509.131 1 LS 25’-11” Span x 8’-7” Rise Steel Arch )LS $ ---PAGE BREAK--- P - 3 603.159 20 LF 12” Culvert Pipe, Option III )LF $ 603.179 40 LF 18” Culvert Pipe, Option III )LF $ 603.219 175 LF 36” Culvert Pipe, Option III )LF $ 605.09 1000 LF 6” Underdrain, Type B )LF $ 605.10 25 LF Underdrain Outlet )LF $ 606.611 332 LF Timber Guardrail )LF $ 607.16 5600 LF 4’ High Vinyl Coated Chain Link Fence )LF $ 608.26 16 SF Curb Ramp Detectable Warning Field )SF $ ---PAGE BREAK--- P - 4 610.08 310 CY Riprap (D50 = )CY $ 610.16 60 CY Heavy Riprap (D50 = 12”) )CY $ [PHONE REDACTED] SY Erosion Control Blanket )SY $ 615.07 1300 CY Loam )CY $ 618.1301 105 Unit Seeding Method Number 1 – Plan Quantity )Unit $ 618.1401 32 Unit Seeding Method Number 2 – Plan Quantity )Unit $ 619.1201 137 Unit Mulch – Plan Quantity )Unit $ [PHONE REDACTED] LF 4” White or Yellow Marking Line )LF $ ---PAGE BREAK--- P - 5 629.05 20 HRS Hand Labor, Straight Time )HRS $ 631.12 20 HRS All Purpose Excavator (including operator) )HRS $ 631.171 20 HRS Truck-small (including operator) )HRS $ 631.22 20 HRS Small Front End Loader (including operator) )HRS $ 635.31 2280 SF Pre-Fabricated Concrete Block Gravity Wall )SF $ 645.1 4 EA MUTCD Signs )EA $ 652.31 5 EA Type I Barricade )EA $ 652.312 4 EA Type II Barricade )EA $ ---PAGE BREAK--- P - 6 652.33 5 EA Drum )EA $ 652.34 10 EA Cone )EA $ 652.35 40 SF Construction Signs )SF $ 652.361 1 LS Maintenance of Traffic Control Devises )LS $ 652.38 20 HR Flaggers )HR $ 656.75 1 LS Temporary Erosion and Water Pollution Control )LS $ 659.10 1 LS Mobilization )LS $ 802.162 8 EA Adjust Sewer Manhole )SF $ ---PAGE BREAK--- P - 7 841.481 2 EA Removable Bollard )EA $ TOTAL: $ The undersigned acknowledges the receipt of Addenda numbered . The undersigned further agrees that, after notification by the Director of Budget & Purchasing of the acceptance of his/her Proposal and the readiness of the Contract for signature, he/she will execute the Contract and furnish the required Bonds within ten (10) days, Saturdays, Sundays and Holidays, excluded, and that he/she will commence the work within ten (10) days after the execution of the Contract and deliverance of the Bonds, unless otherwise specified in the Supplemental Specifications or directed by the Director of Public Works or City Engineer in writing; and that he/she will prosecute the work to its completion within the time limit specified in the Supplemental Specifications. The undersigned further agrees that there shall be deducted from monies due the Contractor, not as a penalty, but as inspection costs, the sum of five hundred ($500.00) dollars for each working day beyond the time limit specified in the Supplemental Specifications which is required by the Contractor to complete the whole work to the satisfaction of the Engineer and the Director of Public Works. The undersigned further agrees that in the employment of labor, preference will be given, all other things being equal, to the citizens of Lewiston and of the State of Maine, in that order. The undersigned hereby further declares that the only persons or parties interested in this Proposal, as principals, are named below; that the Proposal is made without any connection with any other person or party making any Proposal for the same work; and that no person acting for or employed by the City of Lewiston is directly or indirectly interested in this Proposal or in any contract which may be made under it or in profits expected to arise there from, except as provided by the City Charter. The full names and addresses of all persons and parties interested in this Proposal, as principals, are as follows: (Give first and last names in full; and in the case of a Corporation, give names and addresses of President, Treasurer and Manager; and in case of a Partnership, give names and addresses of members): Accompanying this Proposal is a bid security deposit in the amount of which is to become the property of the City of Lewiston, by forfeiture, if the undersigned fails, after notification by the Director of Budget & Purchasing of the acceptance of his/her Proposal, to execute a Contract with the City and furnish the required Bonds within the time agreed to herein; or, in case the undersigned withdraws his/her Proposal within thirty (30) days after the ---PAGE BREAK--- P - 8 opening of the Proposals. Otherwise, the deposit will be returned to the undersigned in accordance with the provisions in the Notice to Contractors. Signature of person, firm, or corporation making bid: By: Legal Address: Principal place of business: FIRM’S I.R.S. IDENTIFICATION NO: Date: _ Address to which all correspondence and notifications are to be sent: Phone No: ---PAGE BREAK--- C - 1 CITY OF LEWISTON, MAINE CONTRACT FOR RIVERSIDE GREENWAY BICYCLE/PEDESTRIAN FACILITY PHASE II FEDERAL PROJECT No. STP-1184(800)X / MEDOT PIN No. 11848.00 BID NO. 2014-012 This Agreement, made and entered into this day of in the year Two Thousand Fourteen, by and between the City of Lewiston, Maine, a municipal corporation existing under the laws of the State of Maine, hereinafter called “Owner”, by its City Administrator, party of the first part, and hereinafter called “Contractor”, with legal address and principal place of business at party of the second part: WITNESSETH: That the parties to these presents, each in consideration of the covenant and agreements on the part of the other herein contained, have covenanted and agreed and do hereby covenant and agree, the party of the first part for itself and the party of the second part for himself/herself and his/her heirs, executors, administrators and assigns under the penalties expressed in the Performance Bond and the Labor and Material Payment Bond as follows: That this Agreement includes the following documents, hereinafter referred to as Contract Documents, which are attached hereto and incorporated by reference into this Agreement: A. Notice to Contractors B. Proposal C. Contract D. Notice of Award E. Notice to Proceed F. Supplemental Specifications G. Standard Specifications H. Contract Plans, if any I. Addenda, if any ---PAGE BREAK--- C - 2 J. Federal Conditions, if any That the party of the second part will do all the work, furnish all the materials, tools and equipment, except as otherwise specified, and do everything necessary and proper for performing and faithfully completing the work required by the Contract Documents in strict conformity with the provisions of the Contract Documents within the time specified in the Special Provisions, Plans, and the Standard and Supplemental Specifications. That the party of the first part will pay the party of the second part as full compensation for well and faithfully completing the whole work according to the Contract Documents as follows: ITEM EST PAY NO. QTY UNIT ITEM DESCRIPTION AND UNIT TOTAL 201.11 2 AC Clearing )AC 203.20 1780 CY Common Excavation )CY 203.21 20 CY Rock Excavation )CY 203.24 2000 CY Common Borrow )CY 203.25 2000 CY Granular Borrow )CY ---PAGE BREAK--- C - 3 206.061 20 CY Structural Earth Excavation – Drainage Minor Structures Below Grade )CY 304.10 3300 CY Aggregate Sub-Base Course )CY [PHONE REDACTED] TON Hot Mix Asphalt 9.5 mm )TON $ 502.325 50 CY Structural Concrete Pedestal/Footer )CY $ 509.131 1 LS 25’-11” Span x 8’-7” Rise Steel Arch )LS $ 603.159 20 LF 12” Culvert Pipe, Option III )LF $ 603.179 40 LF 18” Culvert Pipe, Option III )LF $ ---PAGE BREAK--- C - 4 603.219 175 LF 36” Culvert Pipe, Option III )LF $ 605.09 1000 LF 6” Underdrain, Type B )LF $ 605.10 25 LF Underdrain Outlet )LF $ 606.611 332 LF Timber Guardrail )LF $ 607.16 5600 LF 4’ High Vinyl Coated Chain Link Fence )LF $ 608.26 16 SF Curb Ramp Detectable Warning Field )SF $ 610.08 310 CY Riprap (D50 = )CY $ 610.16 60 CY Heavy Riprap (D50 = 12”) )CY $ ---PAGE BREAK--- C - 5 [PHONE REDACTED] SY Erosion Control Blanket )SY $ 615.07 1300 CY Loam )CY $ 618.1301 105 Unit Seeding Method Number 1 – Plan Quantity )Unit $ 618.1401 32 Unit Seeding Method Number 2 – Plan Quantity )Unit $ 619.1201 137 Unit Mulch – Plan Quantity )Unit $ [PHONE REDACTED] LF 4” White or Yellow Marking Line )LF $ 629.05 20 HRS Hand Labor, Straight Time )HRS $ 631.12 20 HRS All Purpose Excavator (including operator) )HRS $ ---PAGE BREAK--- C - 6 631.171 20 HRS Truck-small (including operator) )HRS $ 631.22 20 HRS Small Front End Loader (including operator) )HRS $ 635.31 2280 SF Pre-Fabricated Concrete Block Gravity Wall )SF $ 645.1 4 EA MUTCD Signs )EA $ 652.31 5 EA Type I Barricade )EA $ 652.312 4 EA Type II Barricade )EA $ 652.33 5 EA Drum )EA $ 652.34 10 EA Cone )EA $ ---PAGE BREAK--- C - 7 652.35 40 SF Construction Signs )SF $ 652.361 1 LS Maintenance of Traffic Control Devises )LS $ 652.38 20 HR Flaggers )HR $ 656.75 1 LS Temporary Erosion and Water Pollution Control )LS $ 659.10 1 LS Mobilization )LS $ 802.162 8 EA Adjust Sewer Manhole )SF $ 841.481 2 EA Removable Bollard )EA $ TOTAL: $ ---PAGE BREAK--- C - 8 The party of the second part represents and warrants: A. That he/she is financially solvent; and is experienced in and competent to perform the work; and is able to furnish the plant, materials, supplies, labor, and equipment to be furnished by him/her; and, B. That he/she is familiar with all Federal, State, Municipal and Departmental laws, ordinances and regulations which may in any way affect the work or those employed therein; and, C. That such temporary and permanent work required by the Contract Documents to be done by him/her can be satisfactorily constructed and used for the purposes for which it is intended; and that such construction will not injure any person or damage any property other than that damage caused by the construction; and, D. That he/she has carefully examined the Contract Documents and the site of the work; and from his/her own investigation has satisfied himself/herself as to the nature and location of the work, the character, quality and quantity of surface and subsurface material likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general and local conditions; and all the other materials and conditions which may in any way affect the work or its performance. IN WITNESS WHEREOF, the said City, by its City Administrator and the said By its thereunto duly authorized have hereunto set their hands and seals the day and year first above written. Signed in the presence of: By: Witness Edward Barrett, City Administrator By: Witness Contractor