Loading...
HomeMy WebLinkAbout05 03 2019 Hawthorne Rd. BidsAddendum No. 1, Page 2 O. It is intended that Hawthorne Road will be closed for this project. Local access for residents and businesses located within the project limits will be required to be maintained. Additional signage showing the business accesses will be required. BID AND CONTRACT DOCUMENTS - PLANS 6. Add the following note to Detail A – Chain Link Fence on Sheet D-7: The 1 ¼” Bottom Rail may be replaced with tension wire meeting the requirements of Section 2040. QUESTIONS/CLARIFICATION 7. It is intended that the utilities that will be relocated by the individual utility companies will be relocated prior to the start of this project. However, depending upon the utility companies’ schedules, the relocation may take place concurrently with this project. See Section 00820.I – Coordination with Utility Companies. 8. Question: What is the height of the temporary fences to be installed? Response: See ISPWC 2040.3.2.O.a (pg 12 of Section 00820) for Type 1 and See Item 3 above for Type 2. 9. Question: Will the chain link fence require a bottom rail as shown in the detail or just a tension wire? Response: See Item 5 above. 10. Question: Is the footing depths shown for the fence details correct? Response: Yes, the details show the expected footing depths. 11. Question: Can Hawthorne Road be closed during construction? Response: Yes, see Item 4 above. 12. Question: What will be the condition of the water trench following the installation? Response: It is intended that the water line trench will be backfilled and the top filled with gravel base to be flush with the remaining asphalt. Approximately 6’ wide section of asphalt that will be removed as part of the water line installation has been accounted for and not included in the “Removal of Asphalt Surface” quantity. 2010 ISPWC - Bid Schedule Page 1 of 2 UNIT PRICE BID SCHEDULE - BASE BID (ADDENDUM 1) ITEM NUMBER BID ITEM DESCRIPTION UNIT ESTIMATED QUANTITY BID UNIT PRICE BID PRICE 201.4.1.D.1 Removal of Sidewalk square yard (SY)171.5 $ 201.4.1.D.1 Removal of Concrete Driveway square yard (SY)32.7 $ 201.4.1.D.1 Removal of Asphalt Surface square yard (SY)6,630.0 $ 201.4.1.E.1 Removal of Curb & Gutter linear foot (LF)371.0 $ 201.4.1.E.1 Removal of Fence linear foot (LF)701.5 $ 201.4.1.F.1 Removal of Trees each (EA)9.0 $ 202.4.1.A.1 Roadway Excavation cubic yard (CY)3,852.0 $ 302.4.1.D.1 Rock Excavation cubic yard (CY)50.0 307.4.1.A.5 Misc. Surface Restoration, Pasture square foot (SF)6,256.0 $ 307.4.1.K.5 Soft Spot Repair Crushed Aggregate Base Material (0 to 10 cu. yds)cubic yard (CY)350.0 $ 307.4.1.K.7 Soft Spot Repair Crushed Aggregate Base Material (11 cu. yds and above) cubic yard (CY)650.0 $ 307.4.1.L.1 Gravel Surface Restoration square yard (SY)228.5 $ 601.4.1.A.5 12" Storm Drain Pipe, Class 125 C900 PVC linear foot (LF)36.0 $ 602.4.1.F.1 30" Round Precast Catch Basin each (EA)1.0 $ 650.A.1 Sediment Basin / Drywell each (EA)5.0 $ 706.4.1.A.5 Standard 6-inch Vertical Curb & Gutter linear foot (LF)2,581.0 $ 706.4.1.A.7 Ribbon Curb linear foot (LF)85.0 $ 706.4.1.B.3 Concrete Valley Gutter square foot (SF)507.0 $ 706.4.1.E.1 4' Concrete Sidewalks, thickness 4"square yard (SY)49.0 $ 706.4.1.E.1 5' Concrete Sidewalks, thickness 4"square yard (SY)994.0 $ 706.4.1.F.1 Concrete Driveway Approach square yard (SY)358.0 $ 706.4.1.G.1 Concrete Driveway Repair square yard (SY)71.0 $ 706.4.1.H.1 Ped. Ramp w/Detectable Warning Domes, Type A Modified each (EA)5.0 $ 706.4.1.H.1 Ped. Ramp w/Detectable Warning Domes, Type G each (EA)3.0 $ 801.4.1.C.1 Additional Drain Rock 3" Uncrushed Aggregate cubic yard (CY)82.0 802.4.1.A.1 Crushed Agg. for Base, Type I cubic yard (CY)901.0 $ 802.4.1.A.1 Crushed Agg. for Base, Type II cubic yard (CY)2,901.0 $ 810.4.1.A.3 Plant Mix Pavement square yard (SY)8,111.0 $ 810.4.2 Miscellaneous Pavement square yard (SY)344.3 $ 1103.4.1.A.1 Construction Traffic Control lump sum (LS)1.0 $ 2010.4.1.A.1 Mobilization lump sum (LS)1.0 $ 2030.4.1.A.1 Manhole, Adjust to Grade each (EA)2.0 $ 2030.4.1.C.1 Valve Box, Adjust to Grade each (EA)19.0 $ 2040.4.1.A.1 3' Chainlink Fence linear foot (LF)105.0 $ 2010 ISPWC - Bid Schedule Page 2 of 2 UNIT PRICE BID SCHEDULE - BASE BID (ADDENDUM 1) ITEM NUMBER BID ITEM DESCRIPTION UNIT ESTIMATED QUANTITY BID UNIT PRICE BID PRICE 2040.4.1.A.1 4' Chainlink Fence linear foot (LF)242.5 $ 2040.4.1.A.1 4' White Vinyl Privacy Fence linear foot (LF)70.5 $ 2040.4.1.A.1 3 Rail White Vinyl Fence linear foot (LF)92.5 $ 2040.4.1.A.1 Field Fence - Type 2 linear foot (LF)187.0 $ 2040.4.1.D.1 Shorten Fence each (EA)1.0 $ 2040.4.1.E.1 Temporary Fence, Type 1 (Chainlink)linear foot (LF)100.0 $ 2040.4.1.E.1 Temporary Fence, Type 2 (Panel)linear foot (LF)100.0 $ 2050.4.1.C.1 Subgrade Separation Geotextile square yard (SY)8,703.0 $ SP-2 Neighborhood Mailbox Unit each (EA)3.0 $ SP-7 Landscape Repair lump sum (LS)1.0 $ SP-7a Landscape Rock square foot (SF)670.0 $ SP-7b Sod Surface Restoration square yard (SY)850.0 $ SP-7c Underground Irrigation System Repair each (EA)9.0 $ SP-8 Construction Survey and Staking lump sum (LS)1.0 $ SP-9 Storm Water Management lump sum (LS)1.0 $ TOTAL OF ALL BASE BID PRICES TOTAL OF BASE BID WRITTEN IN WORDS: UNIT PRICE BID SCHEDULE - ADD ALTERNATE #1 ITEM NUMBER BID ITEM DESCRIPTION UNIT ESTIMATED QUANTITY BID UNIT PRICE BID PRICE SP-3 W-Beam Guardrail linear foot (LF)2374.0 $ SP-4 Guardrail Terminal Type 7 each (EA)3.0 $ SP-5 Guardrail Terminal Type 8 each (EA)3.0 $ SP-6 Guardrail Terminal Rounded End each (EA)3.0 $ TOTAL OF BASE BID PLUS ADD ALTERNATE #1 PRICES TOTAL OF BASE BID PLUS ADD ALTERNATE #1 WRITTEN IN WORDS: $ $ Depending upon the most advantageous option for the Owner, the Base Bid or the Base Bid Plus Alternate #1 will be awarded to the successful Contractor. Hawthorne Road Reconstruction Project Pre-Bid Conference Location: Chubbuck City Hall Time: 11:00 AM Date: Monday, May 13, 2019 AGENDA ITEMS 1. General Overview: • Project Description: o The project includes the reconstruction of approximately 2,600 LF of the existing Hawthorne Road from approximately Canal Street to Siphon Road. The work includes curb and gutter, sidewalks, storm water facilities, landscaping, and other related work. 2. Project Timeline: • Bid Opening: 2:00 PM, May 21, 2019 (Tuesday) • Duration of the Project: Substantial Completion –September 30, 2019 Final Completion – October 31, 2019 Limited work before June 28, 2019 allowed due to water project See Form 00520, Article 4 – Contract Times. (discussion / input?) • Liquidated Damages: $500 / calendar day in excess of the substantial completion, $1,000 / calendar day in excess of final completion. 3. Bidding: • Instructions to Bidders (00200) and Bid Form (00410):  Review carefully to avoid mistakes or unresponsive bids. • Questions  Questions should be submitted in writing by end of day on May 16, 2019. City intends to respond to any written questions by May 17, 2019. • Addendums  An addendum will be issued to address questions received and will include the pre-bid meeting minutes. 4. Project Items: • Excavated material is intended to be used to fill to subgrade or build embankment where needed. It is anticipated that imported borrow should not be needed. Import top soil is required with various surface restorations. • There are existing utilities located near where the storm drain facilities will be installed. The utility companies have been notified of the need to relocate them. • Installation of the storm drain facilities may require some over-excavation due to rocks. A certain amount of over-excavation is included in the construction pay item. See detail sheet D-6 and specifications. • Rock excavation requires pre-approval of the engineer or RPR. See specifications. 5. Questions? a) What is the height of the temporary fences to be installed? Answer: See ISPWC 2040.3.2.O.a (pg 12 of 00820) for Type 1 and See Addendum 1 for Type 2. b) Will the chain link fence require a bottom rail as shown in the detail or just a tension wire? Answer: See Addendum 1 c) Is the footing depths shown for the fence details correct? Answer: Yes, the details show the expected footing depths. d) Can Hawthorne Road be closed during construction? Answer: Yes, it is anticipated that Hawthorne Road will be closed except for maintaining local access for the residents and the businesses located within the project limits. Additional signage showing the business access will be required. e) What will be the condition of the water trench following the installation? Answer: The water line trench will be backfilled and the top filled with gravel base to be flush with the remaining asphalt. Approximately 6’ wide section of asphalt that will be removed as part of the water line installation has been accounted for and not included in the “Removal of Asphalt Surface” quantity. Addendum No. 2, Page 2 SP-8 CONSTRUCTION SURVEY AND STAKING Description: This item shall consist of all necessary surveying and staking needed to construct the improvements. This item includes scheduling, coordinating and providing all construction surveying, staking, and calculations essential for the completion of the project and to properly control the work in its entirety. Perform all work in accordance with the plans and specifications and standard Engineering and Surveying practices under the responsible charge of a Professional Engineer or Professional Land Surveyor duly and properly licensed in the State of Idaho. Materials: All materials shall be new and in good condition prior to placement and meet the requirements of the other applicable specifications. Furnish survey instruments and supporting equipment capable of achieving the specified tolerances. Check survey equipment for accuracy prior to beginning survey work and as required. Furnish acceptable tools, supplies and stakes of the type and quality normally used in highway survey work and suitable for the intended use. Furnish stakes and hubs of sufficient length to provide a solid set in the ground with sufficient surface area above ground for necessary legible markings. Personnel: Furnish technically qualified survey crews and crew supervisor capable of performing the work in a timely and accurate manner. Information provided by the Owner: The City will provide the following data: a) Plans showing the locations of control points of the project b) Plans showing the locations of BMs (Bench Marks) c) Electronic design drawings Coordination: Before survey work begins, discuss and coordinate the following with the Engineer: 1) Survey and staking methods 2) Stake marking 3) Grade Control 4) Referencing Construction Requirements: Calculate all grades, elevations, offsets and alignment data necessary for staking and/or setting items of work. The Contractor may request approval for alternate methods of establishing grade control with wire lines, computer or laser controlled grading equipment or other suitable methods. The Contractor is responsible for survey and control of the work and for correcting Contractor errors at no additional cost, whether the errors are discovered during the actual survey work or in subsequent phases of the project. Any cost overruns resulting from Contractor errors shall be at no expense to the Owner. The work may be spot checked for accuracy and unacceptable portions of work may be rejected. The Contractor shall resurvey rejected work and correct work that is not within the specified tolerances at no additional expense to the Owner. Remove and dispose of all flagging, lath, stakes and other staking material after the project is complete. Addendum No. 2, Page 3 MINIMUM REQUIREMENTS Grade Stakes: Set grade finishing stakes to control elevations and horizontal alignment. Set blue-top stakes at the top of subgrade and the top of each aggregate course at 100 ft intervals and key locations. If the Contractor intends to use machine control, Contractor shall provide the City with an electronic copy of the machine control model in Trimble format. Drainage Structures: Stake drainage structures per project plans and notify Engineer of any field conditions that may create conflict in the field. Engineer may approve locations of the structures different from the plans. Curb and Gutter: Set curb and gutter staking at 25 ft. intervals on tangent and key locations at bulb corners. Set line and grade for curb and gutter to the nearest 0.01 ft. of the proposed or established grade line. Set radius points. Discrepancy Notification: Complete a preliminary check of the plans and specifications prior to beginning construction. If the electronic design drawings will be utilized, check the drawing against the hard copy of the Plans to verify compliance. Immediately notify the Engineer of any discrepancies or deficiencies including discrepancies in grade, elevations, alignment, locations, and/or dimensions. Method of Measurement: Construction Survey and Staking will be measured on a lump sum basis. Basis of Payment: Construction Survey and Staking will be paid for at the contract unit price for the item as listed below: Pay Item Pay Unit SP-8 Construction Survey and Staking Lump Sum Addendum No. 2, Page 4 SP-8a SURVEY MONUMENT PRESERVATION AND RESTORATION Description: This item shall consist of all necessary surveying and staking needed to preserve and restore all survey monuments within the project area. Perform all work in accordance with the plans and specifications and standard Surveying practices under the responsible charge of a Professional Land Surveyor duly and properly licensed in the State of Idaho. Materials: All materials shall be new and in good condition prior to placement and meet the requirements of the other applicable specifications. Personnel: Furnish technically qualified survey crews and crew supervisor capable of performing the work in a timely and accurate manner. Information provided by the Owner: 57 private and public land survey monuments have been located within the project area. It is anticipated that 39 survey monuments will be disturbed by the construction of this project. The City will provide the following data: a) Plan sheet showing the locations of known private and public survey monuments, to be provided prior to beginning construction b) Electronic design drawings Existing Survey Monuments: Reference all public and private land survey monuments that will be disturbed by construction activities prior to disturbing. Reestablish such monuments at no additional cost to the Owner before project completion. Perform all monument work in accordance with Title 55, Chapter 16 of the Idaho State Code. If a monument is found during construction but is not shown on the contract plans and must be reset, this additional work shall be paid under Change Order. If additional monuments are required to be restored, in addition to the estimated quantity of 39, authorization should be obtained from the City and the additional work, if approved, will be paid under Change Order. Method of Measurement: Survey Monument Preservation and Restoration will be measured on a lump sum basis. Basis of Payment: Survey Monument Preservation and Restoration will be paid for at the contract unit price for the item as listed below: Pay Item Pay Unit SP-8a Survey Monument Preservation and Restoration Lump Sum 2010 ISPWC - Bid Schedule Page 1 of 2 UNIT PRICE BID SCHEDULE - BASE BID (ADDENDUM 2) ITEM NUMBER BID ITEM DESCRIPTION UNIT ESTIMATED QUANTITY BID UNIT PRICE BID PRICE 201.4.1.D.1 Removal of Sidewalk square yard (SY)171.5 $ 201.4.1.D.1 Removal of Concrete Driveway square yard (SY)32.7 $ 201.4.1.D.1 Removal of Asphalt Surface square yard (SY)6,630.0 $ 201.4.1.E.1 Removal of Curb & Gutter linear foot (LF)371.0 $ 201.4.1.E.1 Removal of Fence linear foot (LF)701.5 $ 201.4.1.F.1 Removal of Trees each (EA)9.0 $ 202.4.1.A.1 Roadway Excavation cubic yard (CY)3,852.0 $ 302.4.1.D.1 Rock Excavation cubic yard (CY)50.0 307.4.1.A.5 Misc. Surface Restoration, Pasture square foot (SF)6,256.0 $ 307.4.1.K.5 Soft Spot Repair Crushed Aggregate Base Material (0 to 10 cu. yds)cubic yard (CY)350.0 $ 307.4.1.K.7 Soft Spot Repair Crushed Aggregate Base Material (11 cu. yds and above) cubic yard (CY)650.0 $ 307.4.1.L.1 Gravel Surface Restoration square yard (SY)228.5 $ 601.4.1.A.5 12" Storm Drain Pipe, Class 125 C900 PVC linear foot (LF)36.0 $ 602.4.1.F.1 30" Round Precast Catch Basin each (EA)1.0 $ 650.A.1 Sediment Basin / Drywell each (EA)5.0 $ 706.4.1.A.5 Standard 6-inch Vertical Curb & Gutter linear foot (LF)2,581.0 $ 706.4.1.A.7 Ribbon Curb linear foot (LF)85.0 $ 706.4.1.B.3 Concrete Valley Gutter square foot (SF)507.0 $ 706.4.1.E.1 4' Concrete Sidewalks, thickness 4"square yard (SY)49.0 $ 706.4.1.E.1 5' Concrete Sidewalks, thickness 4"square yard (SY)994.0 $ 706.4.1.F.1 Concrete Driveway Approach square yard (SY)358.0 $ 706.4.1.G.1 Concrete Driveway Repair square yard (SY)71.0 $ 706.4.1.H.1 Ped. Ramp w/Detectable Warning Domes, Type A Modified each (EA)5.0 $ 706.4.1.H.1 Ped. Ramp w/Detectable Warning Domes, Type G each (EA)3.0 $ 801.4.1.C.1 Additional Drain Rock 3" Uncrushed Aggregate cubic yard (CY)82.0 802.4.1.A.1 Crushed Agg. for Base, Type I cubic yard (CY)901.0 $ 802.4.1.A.1 Crushed Agg. for Base, Type II cubic yard (CY)2,901.0 $ 810.4.1.A.3 Plant Mix Pavement square yard (SY)8,111.0 $ 810.4.2 Miscellaneous Pavement square yard (SY)344.3 $ 1103.4.1.A.1 Construction Traffic Control lump sum (LS)1.0 $ 2010.4.1.A.1 Mobilization lump sum (LS)1.0 $ 2030.4.1.A.1 Manhole, Adjust to Grade each (EA)2.0 $ 2030.4.1.C.1 Valve Box, Adjust to Grade each (EA)19.0 $ 2040.4.1.A.1 3' Chainlink Fence linear foot (LF)105.0 $ 2010 ISPWC - Bid Schedule Page 2 of 2 UNIT PRICE BID SCHEDULE - BASE BID (ADDENDUM 2) ITEM NUMBER BID ITEM DESCRIPTION UNIT ESTIMATED QUANTITY BID UNIT PRICE BID PRICE 2040.4.1.A.1 4' Chainlink Fence linear foot (LF)242.5 $ 2040.4.1.A.1 4' White Vinyl Privacy Fence linear foot (LF)70.5 $ 2040.4.1.A.1 3 Rail White Vinyl Fence linear foot (LF)92.5 $ 2040.4.1.A.1 Field Fence - Type 2 linear foot (LF)187.0 $ 2040.4.1.D.1 Shorten Fence each (EA)1.0 $ 2040.4.1.E.1 Temporary Fence, Type 1 (Chainlink)linear foot (LF)100.0 $ 2040.4.1.E.1 Temporary Fence, Type 2 (Panel)linear foot (LF)100.0 $ 2050.4.1.C.1 Subgrade Separation Geotextile square yard (SY)8,703.0 $ SP-2 Neighborhood Mailbox Unit each (EA)3.0 $ SP-7 Landscape Repair lump sum (LS)1.0 $ SP-7a Landscape Rock square foot (SF)670.0 $ SP-7b Sod Surface Restoration square yard (SY)850.0 $ SP-7c Underground Irrigation System Repair each (EA)9.0 $ SP-8 Construction Survey and Staking lump sum (LS)1.0 $ SP-8a Survey Monument Preservation and Restoration lump sum (LS)1.0 $ SP-9 Storm Water Management lump sum (LS)1.0 $ TOTAL OF ALL BASE BID PRICES TOTAL OF BASE BID WRITTEN IN WORDS: UNIT PRICE BID SCHEDULE - ADD ALTERNATE #1 ITEM NUMBER BID ITEM DESCRIPTION UNIT ESTIMATED QUANTITY BID UNIT PRICE BID PRICE SP-3 W-Beam Guardrail linear foot (LF)2374.0 $ SP-4 Guardrail Terminal Type 7 each (EA)3.0 $ SP-5 Guardrail Terminal Type 8 each (EA)3.0 $ SP-6 Guardrail Terminal Rounded End each (EA)3.0 $ TOTAL OF BASE BID PLUS ADD ALTERNATE #1 PRICES TOTAL OF BASE BID PLUS ADD ALTERNATE #1 WRITTEN IN WORDS: $ $ Depending upon the most advantageous option for the Owner, the Base Bid or the Base Bid Plus Alternate #1 will be awarded to the successful Contractor.