Full Text
May 12, 2014 Riverside Greenway Bicycle/Pedestrian Facility – Phase II Bid No. 2014-012 Bid Date: 5/20/14 ADDENDUM NO 1 Please make the following changes to the Specifications: Replace the Proposal and Contract with the attached documents. The changes are all in the bid list and are as follows: 1. Changed the Quantity for Bid Item 201.11 – Clearing to 2 AC. 2. Added Bid Item 203.21 – Rock Excavation – If any rock removal is encountered that meets the requirements of MEDOT specifications, than it will be paid for under Rock Excavation. 3. Changed Bid Item 403.208 to 403.209. 4. Removed Bid Item 620.58 – Non-Woven Geotextile Fabric – This item will be incidental to the riprap installed as stated in noted in Note 48 of the Construction Plans. 5. Changed the pay unit for 635.31 – Pre-Fabricated Concrete Block Gravity Wall to Square Feet (SF). 6. Changed the quantity for 635.31 – Pre-Fabricated Concrete Block Gravity Wall to 2280 Square Feet (SF). It was requested that the quantity include the bury depth which it originally did not. Super-Span 6x2 Corrugated Galvanized Steel Structural Plate Specifications – In Section 1.0 General, Paragraph 1.2 Qualified Suppliers, part remove: “…14 business days” and in part remove “…at least 14 business days” from the specification. Due to the timing of the Pre-Bid and Bid Opening, the 14-day requirement for non pre- approved supplier submittals has been waived. The steel arch structure must meet the specifications provided in the Contract Documents. Department of Public Works David A. Jones, P.E. Director ---PAGE BREAK--- Questions/Comments 1. The excavation and borrow quantities will be not be paid for with truck quantity as was stated during the pre-bid. Instead, excavation and borrow will be measured it its original position as stated in the MEDOT Standard Specifications. 2. A time extension is not warranted at this time. October 1st, 2014 remains as the project completion date. 3. Will MEDOT inspectors be on site? – MEDOT inspectors will not be on site daily, however, there will likely be some QA involvement. The extent of the QA involvement is unknown at this time. 4. Is added color pigment required for the concrete block gravity wall? – No, color pigment will not be required. See attached pre-bid meeting minutes. END Department of Public Works • 103 Adams Ave • Lewiston, ME • 04240 • Voice Tel. [PHONE REDACTED] • Fax [PHONE REDACTED] • TTY/TDD [PHONE REDACTED] – www.lewistonmaine.gov ---PAGE BREAK--- P - 1 REVISED 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 3500 CY Common Borrow )CY 203.25 500 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 $ 509.131 1 LS 25’-11” Span x 8’-7” Rise Steel Arch )LS $ 603.159 20 LF 12” Culvert Pipe, Option III )LF $ ---PAGE BREAK--- P - 3 603.179 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 $ 610.08 310 CY Riprap (D50 = )CY $ ---PAGE BREAK--- P - 4 610.16 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 $ 629.05 20 HRS Hand Labor, Straight Time )HRS $ ---PAGE BREAK--- P - 5 631.12 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 $ 652.33 5 EA Drum )EA $ ---PAGE BREAK--- P - 6 652.34 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 $ 841.481 2 EA Removable Bollard )EA $ ---PAGE BREAK--- P - 7 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 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: ---PAGE BREAK--- P - 8 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 3500 CY Common Borrow )CY 203.25 500 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 $ 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 $ 603.219 175 LF 36” Culvert Pipe, Option III )LF $ ---PAGE BREAK--- C - 4 605.09 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 $ [PHONE REDACTED] SY Erosion Control Blanket )SY $ ---PAGE BREAK--- C - 5 615.07 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 ---PAGE BREAK--- 1 Date: 05/06/14 Mandatory Pre-Bid Meeting Riverside Greenway Bicycle/Pedestrian Path, Bid #2014-012 Time & Location: Lewiston Public Works, 10:00 AM Present: Name Title Company Tel. FAX E-Mail Justin Early Project Engineer Lewiston 513-3003 784-5647 [EMAIL REDACTED] Norm Beauparlant Purchasing Dir. Lewiston 513-3040 784-2959 [EMAIL REDACTED] Tom St. Onge Project Mgr. Gendron & Gendron 782-7372 782-7308 [EMAIL REDACTED] [EMAIL REDACTED] Ted Coffin Project Mgr. Glidden 856-9990 856-9998 [EMAIL REDACTED] Greg Savona Project Mgr. Pratt & Sons 345-3311 345-3313 [EMAIL REDACTED] Matt Callahan Project Mgr. St. Laurent & Son 784-7944 784-6592 [EMAIL REDACTED] Rob Owens Project Mgr. Peters Const. 929-8912 929-8916 [EMAIL REDACTED] Kraig Lucas Estimator Shaw Brothers 839-2552 839-6239 [EMAIL REDACTED] Doug Grover Foreman Drew Corp. 603-387- 7153 925-1860 [EMAIL REDACTED] Rob Drew Estimator Drew Corp. 743-3406 925-1860 [EMAIL REDACTED] Paul Castonguay Project Mgr. K&K Excav. 225-3030 225-3027 [EMAIL REDACTED] Josh Pratt President J. Pratt Const. 740-0630 345-9217 [EMAIL REDACTED] Walter Wood Off Road 345- 345-9217 [EMAIL REDACTED] Jim Conley Manager Sargent Corp. 827-4435 827-6150 [EMAIL REDACTED] Richard Burnham City Engineer Lewiston 513-3003 784-5647 [EMAIL REDACTED] Dennis Boudreau Eng. Tech. III Lewiston 513-3003 784-5647 [EMAIL REDACTED] Lauren Shaw Admin. Asst. Lewiston 513-3003 784-5647 [EMAIL REDACTED] Project Engineer: Justin Early This project is 6600 feet of a 10 foot wide bituminous trail. It begins at Winter/Whipple streets, near Sunnyside Park, and ends at Tall Pines. It is the final connection of the previous phases of Riverside Greenway. It follows a sewer easement the City has, so a lot of the clearing has already been done. Justin suggested interested contractors walk the project site. Drainage culverts will be installed along the project. The project runs in close proximity to the river and portions of the Riverside Cemetery. Precautions need to be taken near Riverside Cemetery not to disturb any head stones. Where the trail goes over the sewer pipe, the pipe is concrete and is buried fairly deep. ---PAGE BREAK--- 2 The existing contours shown on the plans are a combination of aerial photos and survey shots. Topographic field survey was done along the trail limits. The aerial and field surveys were merged together and are displayed in 2-foot contours. Proposed contours are 1-foot intervals. An addendum will show a change from L.F. to SQ. FT for the retaining wall (item 635.31). Note #49: Individual trees noted for removal will be paid for as part of the clearing item. Property owners shall have first right to any individual trees noted for removal on their property, including the cemetery. The owner of 52 Libby Ave. has already made it known that he wants any firewood harvested on his property (not the brush). The culvert crossing Jepson Brook is a 25’ 11” x 8’ 7” super span steel arch. Contech will need to be on site when work is being done in the area of this culvert. The contact information for the Contech representative is: Steve Wolf Maine Sales and Technical Consulting Mobile: [PHONE REDACTED] Customer Service: [PHONE REDACTED] [EMAIL REDACTED] Be aware of water control around the Jepson Brook crossing – rising and falling levels from the Androscoggin River. The ledge where the concrete pedestals are to be pinned is exposed at the crossing. All easements are done and the project is scheduled to start on time. Contractors felt that the project would be better, and may have better pricing, if the final pavement and clean up could be done next year, giving the area time to settle. Justin will contact MDOT and ask for an amendment to extend the project to next year. There are two permits issued with different dates. DEP lists 7/1/14-10/1/14, but the Army Corps of Engineers gives 7/15/14-10/1/14. Justin has a call in to see which time window holds precedence. There are no “archeological” problems in the area. We have clearance and all permits from MDOT. Since this is an MDOT project, MDOT specifications will govern the project. At Sta. 51+50 There is a pile of rock debris from the sewer line installation which may need to be removed. It is noted on the plans as “Remove Boulder if necessary and should be included in “Common Excavation.” - Note: A bid item for Rock Excavation was added to the contract. If any rock removal is encountered that meets the requirements of MEDOT specifications, than it will be paid for under Rock Excavation. If plan quantity is done for quantifying excavation, a cross section will need to be measured every 50’ per the State. Excavation and borrow quantities will be done by truck measurement ---PAGE BREAK--- 3 with a “fluff” factor accounted for. – Note: Earthwork will not be measured by truck. See Addendum#1 for clarification. Contractors should email Justin at [EMAIL REDACTED] if an AutoCad file is wanted. There is no access in the middle of the project. The City does not have any easements in that area. The police department might, but plan for the only access being at the ends of the project area. Also, there is a boat launch that is to remain open. The fence included in the project stops short of the boat ramp. On the Tall Pines end, it will be a tight fit, and there is a retaining wall. Section 635.034: Calls for a concrete leveling pad, but can go with a crushed stone leveling pad or whatever is designed by the manufacturer. Sheet 1 of 18, general note #15: permit fees. All fees for City-issued permits will be waived. General note #48: rip rap and fabric. The note says “incidental,” but the State says the fabric is a separate bid item. Fabric will be paid under 620.58 – geotextile fabric. Justin will clarify in the addendum whether the note is right or the item. – Note: Item 620.58 has been removed from the Contract, see Addendum Erosion control note #25 – it states 6” of loam, but only 4” of loam is required for this project. “Remove Existing Culverts” with no new drainage. How is the removal going to be paid for? There is not a specific item for this, so roll it into other items. Also, the one culvert that is being removed and not replaced is pretty much exposed. Type D Gravel: The gradation for Type D gravel shall follow what is stated in Section 703.06, Paragraph of the most current approved revisions to the MaineDOT Standard Specifications. A contractor who is currently working with the State on a similar project says the State wants it more specific. To date, the City has not been notified by the State to use anything differently than the gradation that is specified in Section 703.06. Concrete abutments: these are already designed, unless they are more than 4 feet. If the abutments are required to be more than 4-feet tall, the design engineer will be consulted. Contractors wish to be assured that there are sign-offs in hand from MDOT and Federal agencies for these specifications. A half-time inspector will be hired, and the City will do inspection services the other half. Contractors also wanted to know if MDOT will be on site. Justin will clarify this in the addendum. The bid opening date is May 20, 2014. If any of the meeting participants feel that the above is not an accurate representation of what was discussed at the meeting, they should contact Justin Early, Project Engineer at 513-3003, Ext. 3421.