Full Text
ADDENDUM NO. 2 NORTH HIGGINS BIKE/PED-MSLA Federal Aid Project No: ARRA 8119(1) Uniform Project No: 6998 City Project No: 9-028 February 23, 2010 ADDENDUM ACKNOWLEDGEMENT Bidders shall acknowledge receipt of this Addendum number and date on Page 00300-1 of the Bid Form. Failure to acknowledge this Addendum may be cause for rejection of the bid. The following are amendments to the contract documents and plans for North Higgins Bike/Ped, Missoula, MT project. GENERAL INFORMATION SECTION 00200 – INSTRUCTIONS TO BIDDERS ARTICLE 19 – AWARD OF CONTRACT Amend Paragraph 19.03 by striking out the word “four” and replacing it with the word “five”, relating to the number of bid alternates. SECTION 00300 – BID FORM Bidder shall separate the new Section 00300 Bid Form (and appendices), attached as part of this addendum, and attach to the back of the existing Bid Form (yellow pages) within the Contract Manual and Submit with the Bid. Summary of changes to Bid Form (referencing the attached Bid Form): Bid Item #15 - Change to Quantity Bid Item # 59 - Added Bid Item for Asphalt Patching under Bid Alternate #1 (Renumbered Bid Form) SECTION 00810 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS SC-5.01 PERFORMANCE, PAYMENT, AND OTHER BONDS Add the following: “Amend Paragraph 5.01.A by striking out the words “one year” and replacing them with the words “two years” and as so amended Paragraph 5.01.A remains in effect.” Add the following Section: “SC-13.07 CORRECTION PERIOD Amend Paragraph 13.07.A by striking out the words “one year” and replacing them with the words “two years” and as so amended Paragraph 13.07.A remains in effect. See Special Provisions 01010 “Summary of Work” for additional details regarding requirements and dates associated with starting the correction period, if any.” ---PAGE BREAK--- North Higgins Bike/Ped Msla Addendum No. 2 February 23, 2010 Page 2 of 3 W:\Projects\090706\Docs\Project Manual\Addenda\Addendum 2\N Higgins BikePed ADDENDUM 2.doc DIVISION 2 – SITE WORK SECTION 02510 – ASPHALT CONCRETE PAVEMENT PART 4: MEASUREMENT AND PAYMENT Add the following sentence to the end of section 4.1.A.3: “Payment shall be based on the tonnage tickets submitted to and approved by the Engineer.” Replace section 4.4.A in its entirety with the following: “Measurement and payment for asphalt patching in parking lots, over utility trenches and as the first lift adjacent to new curb shall be made on a square foot basis for 2” Thickness Asphalt Concrete Pavement – Patch.” SECTION 02800 – ELECTRICAL SYSTEMS PART 2: PRODUCTS Renumber sections 1.4 PULL BOX – CONCRETE; 1.5 SERVICE ASSEMBLIES, and 1.6 DECORATIVE LIGHT STANDARDS to the following; 2.4 PULL BOX – CONCRETE 2.5 SERVICE ASSEMBLIES 2.6 DECORATIVE LIGHT STANDARDS Add the following to the end of paragraph 2.5.A: “All services will have lightning arrestors installed.” PART 4: MEASUREMENT AND PAYMENT Add the following to Section 4.1.A.6: “The quantity listed for Bid Item No. 33 - Conductor (#12 CU AWG) (Photocell) was for the total #12 AWG conductor length. An IMSA 20-1 bundled 3AWG12 cable is preferred; the total quantity shall be 475’. Extra conductor shall be coiled in the pull box adjacent to the traffic signal controller (STA 17+50) for future use.” PLAN SHEETS A. The following changes will be made to the plan sheets. New plans will be issued to the Contractor, after award, labeled “Released for Construction” and will incorporate the following changes: SHEET 2 of 28 The following note shall be added to the General Notes: All utility trenching under the roadway shall include reconstruction of the road section as follows: ---PAGE BREAK--- North Higgins Bike/Ped Msla Addendum No. 2 February 23, 2010 Page 3 of 3 W:\Projects\090706\Docs\Project Manual\Addenda\Addendum 2\N Higgins BikePed ADDENDUM 2.doc - 8 inches of 2-inch minus crushed sub-base course, per Section 02234 (incidental) - 4 inches of 3/4-inch minus crushed base course, per Section 02235 (incidental) - 2 inches of asphalt concrete, per Section 02510 Asphalt Patch)” SHEET 3 of 28 As shown on detail Section B-B the 24” minimum trench width requirement is not mandatory as long as trench width accommodates mechanical compactive efforts per the specifications and meets applicable electrical codes. SHEET 4 of 28 The following note shall be added to the detail titled "Standard Gravity Storm Sewer Pipe Embedment": Storm drain trenches shall be as narrow as is reasonable to accommodate construction activities and safety requirements. Asphalt patching shall be based on the actual square footage of patch measured in place, with a patch width not to exceed 10 feet, without the approval of the Engineer.” SHEET 23 of 28 Lightning arrestors will be added as required per applicable codes for each service. ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 2 ARRA 8119(1) BID FORM 00300-1 SECTION 00300 BID FORM PROJECT IDENTIFICATION: North Higgins Bike/Ped – MSLA Missoula, Montana CONTRACT IDENTIFICATION AND NUMBER: North Higgins Bike/Ped – MSLA Federal Aid Project No: ARRA 8119(1) Uniform Project No: 6998 City Project No: 9-028 Engineer Project Number: 09-07-06 THIS BID SUBMITTED TO: City of Missoula City Clerk’s Office 435 Ryman Street Missoula, MT 59802 1.01 The undersigned Bidder proposes and agrees if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents, to perform and furnish all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid, and Instruction to Bidders. This Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged the following Addenda: Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Special Provisions as provided in Paragraph 4.02 of the General Conditions, and reports and drawings of a Hazard Environmental Condition, if any, which has been identified in the Special Provisions as ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 2 ARRA 8119(1) BID FORM 00300-2 provided in Paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of the Work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. The BIDDER certifies that no official of the OWNER, ENGINEER, or any member of such official’s immediate family, has direct or indirect interest in the pecuniary profits or Contracts of the BIDDER. 5.01 The Bidder will complete the Work in accordance with the Contract Documents for the following price(s). (NOTE: 1% Montana Gross Receipts Tax shall be included in Unit Prices) ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 2 ARRA 8119(1) BID FORM 00300-3 UNIT PRICE BID SCHEDULE (ADDENDUM 2) The Bid Schedule is comprised of a Base Bid and five separate, but related, Bid Alternates as follows: Base Bid – Removal and installation of new curb, gutter, and sidewalk; new storm drainage inlets, manholes, and tie-ins to the existing storm drain; milling and asphalt concrete pavement overlay; signing and epoxy pavement markings; street lighting, electrical conduit, conductor, and service; tree removal, new planting areas, and irrigation sleeves; concrete repair; manhole and valve box adjustments. Bid Alternate 1 – Adds additional curb and gutter, sidewalk, storm drainage, and a raised asphalt bikeway. Bid Alternate 2 – Replaces the hatched bikeway buffer, no parking areas, and bus stop markings with stamped, colored asphalt. This alternate will reduce the epoxy pavement marking quantities included in the Base Bid. Bid Alternate 3 – Replaces the crosswalk, stop bar, bike lane, words and symbols pavement markings with thermoplastic pavement markings. This alternate will reduce the epoxy pavement marking quantities included in the Base Bid. Bid Alternate 4 – Adds green colored asphalt to the bike lanes at intersections and alley crossings. Bid Alternate 5 – Adds installation of landscape plantings, brick pavers, and modification of existing irrigation systems. Bidders shall submit prices for the Base Bid and each of the Bid Alternates. Bidders shall include a credit (deduct) for the unused quantities within the bid alternatives, matching those items included in the Base Bid. The unit price of the credit shall be the same as the unit price in the Base Bid. ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 2 ARRA 8119(1) BID FORM 00300-4 BASE BID Item Number Description Quantity Unit Unit Price Total 1 MOBILIZATION 1 L. SUM 2 PERMITS 1 L. SUM 3 TRAFFIC CONTROL 1 L. SUM 4 EROSION CONTROL 1 L. SUM 5 CONCRETE REMOVAL - CURB AND GUTTER 1,303 LF 6 CONCRETE REMOVAL - SIDEWALK 7,079 SF 7 ASPHALTIC CONCRETE PAVEMENT REMOVAL 10,357 SF 8 ASPHALT MILLING 9,175 SY 9 CURB REPAIR 73 LF 10 COMBINED CONCRETE CURB AND GUTTER 1,355 LF 11 CONCRETE CURB 128 LF 12 4" CONCRETE SIDEWALK 4,764 SF 13 8" CONCRETE SIDEWALK 5,363 SF 14 DETECTABLE WARNING 594 SF 15 2" ASPHALT CONCRETE PAVEMENT - PATCH 5,064 SF 16 ASPHALT CONCRETE PAVEMENT SURFACE COURSE GRADE 1,200 TON 17 4' DIAMETER CURB INLET MANHOLE, 5' 0" DEPTH 10 EACH 18 4' DIAMETER STORM INLET MANHOLE, 5' 0" DEPTH 7 EACH 19 CONNECT NEW MANHOLE TO EXISTING STORM DRAIN LINE 1 EACH 20 REMOVE AND REPLACE MANHOLE 1 EACH 21 12" RCP STORM DRAIN PIPE IN PLACE 569 LF 22 CONNECTION TO EXISTING MANHOLE 14 EACH 23 ABANDON EXISTING MANHOLE 3 EACH 24 REMOVE SIGN 10 EACH 25 NEW SIGN (GOUND MOUNT) 21 EACH 26 NEW SIGN (OVERHEAD) 4 EACH 27 WORDS & SYMBOLS - EPOXY 82 GAL 28 STRIPING-EPOXY 32 GAL 29 REMOVE PAVEMENT MARKINGS 2,080 LF 30 INTERCONNECT CABLE 645 LF 31 CONDUCTOR CU AWG) 17,600 LF 32 CONDUCTOR (#10 CU AWG) 11,415 LF 33 CONDUCTOR (#12 CU AWG) (PHOTOCELL) 1,425 LF 34 1.5" ELECTRICAL CONDUIT (RGS) 114 LF 35 2" ELECTRICAL CONDUIT (RGS) 87 LF 36 1.5" ELECTRICAL CONDUIT (PVC) 2,990 LF 37 2" ELECTRICAL CONDUIT (PVC) 1,890 LF 38 TYPE 2 PULL BOX 42 EACH 39 POLE WITH LUMINAIRE ASSEMBLIES 33 EACH 40 FOUNDATIONS 31 EACH 41 PHOTOCELL CONTROL AND SERVICE 2 EACH 42 BOLLARDS - STANDARD 3 EACH 43 BOLLARDS – CUSTOM 27 EACH 44 TREE REMOVAL 5 EACH 45 PLANTING SOIL 285 CY 46 MULCH 25 CY 47 IRRIGATION SLEEVES 3 EACH 48 GRATE REPLACEMENT 1 EACH 49 MISCELLANEOUS WORK 50,000 EACH $1.00 $50,000.00 TOTAL ESTIMATED PRICE BASE BID $ (Figures) TOTAL ESTIMATED PRICE BASE BID $ (Words) CONTRACT TIME = 90 CALENDAR DAYS All Milling, Paving, and Related Pavement Markings shall be completed by AUGUST 30, 2010. ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 2 ARRA 8119(1) BID FORM 00300-5 BID ALTERNATE 1 – RAISED BIKEWAY Item Number Description Quantity Unit Unit Price Total 50 MOBILIZATION 1 L. SUM 51 TRAFFIC CONTROL 1 L. SUM 52 ADDITIONAL PERMITS 1 L. SUM 53 CONCRETE REMOVAL - CURB AND GUTTER 223 LF 54 CONCRETE REMOVAL - SIDEWALK 1,910 SF 55 ASPHALTIC CONCRETE PAVEMENT REMOVAL 7,870 SF 56 ASPHALT MILLING * DEDUCT (925) SY ( ) ( ) 57 COMBINED CONCRETE CURB AND GUTTER 1,655 LF 58 8" CONCRETE SIDEWALK 1,874 SF 59 2" ASPHALT CONCRETE PAVEMENT - PATCH 900 SF 60 4' DIAMETER MANHOLE, 5' 0" DEPTH 5 EACH 61 4' DIAMETER CURB INLET MANHOLE, 5' 0" DEPTH* 3 EACH 62 4' DIAMETER STORM INLET MANHOLE, 5' 0" DEPTH DEDUCT EACH ( ) ( ) 63 ADDITIONAL 4' DIAMETER MANHOLE DEPTH 27 V. FT 64 CONNECT NEW MANHOLE TO EXISTIGN STORM DRAIN LINE 4 EACH 65 CONNECTION TO EXISTING MANHOLE* DEDUCT EACH ( ) ( ) *UNIT PRICE MUST MATCH BASE BID TOTAL ESTIMATED PRICE BID ALTERNATE 1 $ (Figures) TOTAL ESTIMATED PRICE BID ALTERNATE 1 $ (Words) ADDITIONAL CONTRACT TIME = 30 CALENDAR DAYS BID ALTERNATE 2 – STAMPED COLORED ASPHALT Item Number Description Quantity Unit Unit Price Total 66 MOBILIZATION 1 L. SUM 67 TRAFFIC CONTROL 1 L. SUM 68 WORDS & SYMBOLS-EPOXY * DEDUCT (24) GAL ( ) ( ) 69 STAMPED COLORED ASPHALT 3,191 SF *UNIT PRICE MUST MATCH BASE BID TOTAL ESTIMATED PRICE BID ALTERNATE 2 $ (Figures) TOTAL ESTIMATED PRICE BID ALTERNATE 2 $ (Words) ADDITIONAL CONTRACT TIME = 20 CALENDAR DAYS ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 2 ARRA 8119(1) BID FORM 00300-6 BID ALTERNATE 3 – THERMOPLASTIC PAVEMENT MARKINGS Item Number Description Quantity Unit Unit Price Total 70 MOBILIZATION 1 L. SUM 71 TRAFFIC CONTROL 1 L. SUM 72 WORDS & SYMBOLS-EPOXY * DEDUCT (58) GAL ( ) ( ) 73 THERMOPLASTIC PAVEMENT MARKINGS 4,275 SF *UNIT PRICE MUST MATCH BASE BID TOTAL ESTIMATED PRICE BID ALTERNATE 3 $ (Figures) TOTAL ESTIMATED PRICE BID ALTERNATE 3 $ (Words) ADDITIONAL CONTRACT TIME = 10 CALENDAR DAYS BID ALTERNATE 4 – GREEN COLORED ASPHALT Item Number Description Quantity Unit Unit Price Total 74 MOBILIZATION 1 L. SUM 75 TRAFFIC CONTROL 1 L. SUM 76 COLORED ASPHALT 4901 SF TOTAL ESTIMATED PRICE BID ALTERNATE 4 $ (Figures) TOTAL ESTIMATED PRICE BID ALTERNATE 4 $ (Words) ADDITIONAL CONTRACT TIME = 5 CALENDAR DAYS BID ALTERNATE 5 – LANDSCAPING Item Number Description Quantity Unit Unit Price Total 77 MOBILIZATION 1 L. SUM 78 TRAFFIC CONTROL 1 L. SUM 79 TREE, 2" CALIPER, BALLED & BURLAPPED 6 EACH 80 TREE, 2.5" CALIPER, BALLED & BURLAPPED 7 EACH 81 PLANT, 5 GALLON CONTAINER 7 EACH 82 PLANT, 1 GALLON CONTAINER 780 EACH 83 PLANT, 4 INCH CONTAINER 175 EACH 84 BULBS, TULIPS 250 PER 50 85 BULBS, CROCUS 300 PER 50 86 ROOT WATERING SYSTEM 158 EACH 87 EXTEND EXISTING DRIP IRRIGATION 740 SF 88 BRICK PAVERS 264 SF TOTAL ESTIMATED PRICE BID ALTERNATE 5 $ (Figures) TOTAL ESTIMATED PRICE BID ALTERNATE 5 $ (Words) ADDITIONAL CONTRACT TIME = 20 CALENDAR DAYS Determination of the lowest responsive Bidder will be based on the total of the lowest base bid submitted plus none, all, or any combination of bid alternatives selected by the Owner. ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 2 ARRA 8119(1) BID FORM 00300-7 A. Unit Prices have been computed in accordance with Paragraph 11.03.B. of the General Conditions. B. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. C. The undersigned agrees that the unit prices shall govern in checking the Bid, and should a discrepancy exist in the Total Estimated Price and Total Amount of Unit Prices Bid as listed above after extensions are checked and corrections made, if any, the Total Amount of Unit Prices Bid as corrected shall be used in awarding this Contract. D. The purpose of the bid alternates is to give the OWNER maximum flexibility in obtaining the greatest possible amount of work within the limits of the funds available. In determining the lowest responsive Bidder, the OWNER may accept in any order, any, all, or none of the Bid Alternates. E. The OWNER reserves the right to reject any or all bids. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement (Section 00500). 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of the Bid: A. Completed and executed CTEP Proposal Form (Section 00320) B. Required Bid security in the amount of 10% of the maximum Bid price including alternates and in the form of a Bid Bond identified in the Instructions to Bidders. 8.01 The terms used in this Bid with the initial capital letters have the meanings indicated in the Instructions to Bidders, General Conditions, and the Supplementary Conditions. 9.01 The undersigned by signing this proposal acknowledges that he has read the Debarment section of the CTEP Special Provisions relating to the ineligibility of bidders and certifies that the Bidder has complied. 10.01 The Bidder has complied with the project’s DBE requirements, and agrees to in all ways comply with the Montana Department of Transportation DBE program. 10.02 By signing this proposal the bidder acknowledges that failure to file timely, complete and accurate reports with the Joint Reporting Committee, the Director of OFCC or the Equal Employment Opportunity Commission is grounds for the imposition of sanctions as authorized by 41 CFR 60-1.7 SUBMITTED on Montana Contractor’s Registration # Employer’s Tax ID No. ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 2 ARRA 8119(1) BID FORM 00300-8 If BIDDER is: An Individual: (Name typed or printed) By: (SEAL) (Individual’s Signature) Doing business as: Business Address: Phone No.: FAX No: A Partnership: (Partnership Name) By: (SEAL) (Signature) (Name, typed or printed) Business Address: Phone No.: FAX No: A Corporation: (SEAL) (Corporation Name) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature of person authorized to sign) Title: Attest: (CORPORATE SEAL) (Signature of Secretary) Business Address: Phone No.: FAX No: Date of Qualification To Do Business Is: ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 2 ARRA 8119(1) BID FORM 00300-9 A Joint Venture: Each Joint Venture Must Sign Joint Venturer Name: (SEAL) (Name) By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: Business Address: Phone No.: FAX No: A Joint Venture: Each Joint Venture Must Sign Joint Venturer Name: (SEAL) (Name) By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: Business Address: Phone No.: FAX No: Address of Joint Venture for Receipt of Official Communication: Address: Phone No.: FAX No: (Each Joint Venture must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 2 ARRA 8119(1) BID FORM 00300-10 BID FORM INFORMATION REQUIRED OF BIDDER GENERAL INFORMATION The bidder shall furnish the following information. Failure to comply with this requirement will render the Bid non-responsive and may cause its rejection. Additional sheets shall be attached as required. Contractor's name and address: Contractor's telephone number: Contractor's license: Primary classification State License No. Supplemental classifications held, if any: Number of years as a contractor in construction work of this type: Names and titles of all officers of Contractor's firm, responsible for this project: Name of person who inspected site of proposed work for your firm: Name: Date of inspection: Name, address and telephone number of surety company and agent who will provide the required bonds on this contract: A financial statement, or AIA Document A305 Contractor’s Qualification Statement, references, and other information, sufficiently comprehensive to permit an appraisal of Contractor's current financial condition, can be requested by the Owner or Engineer, and must be provided by the Contractor upon request. END OF SECTION 00300