Addendum No: 1. Closing Time: 2:00 P.M., December 14, 2018 Opening Time: 2:01 P.M., December 14, 2018 CITY OF WACO

Size: px
Start display at page:

Download "Addendum No: 1. Closing Time: 2:00 P.M., December 14, 2018 Opening Time: 2:01 P.M., December 14, 2018 CITY OF WACO"

Transcription

1 Date: 12/11/2018 RFB No: Commodity: 2018 Street Preservation Closing Time: 2:00 P.M., December 14, 2018 Opening Time: 2:01 P.M., December 14, 2018 Bid Opening Location: Office 1415 N. 4 th Street, Waco, TX Addendum No: 1 The above-mentioned bid invitation has been changed in the following manner. Sign and return addendum to the Purchasing Office by the closing time and date with your RFB response. Returning this page signed by your authorized agent will serve to acknowledge this change. All other requirements of the invitation remain unchanged. If you have any questions, please call or stop by the Purchasing Office at the above address. THE FOLLOWING IS BEING ISSUED AS ADDENDUM NO. 1 PLEASE REVIEW THE FOLLOWING STATEMENTS Revised Bid Sheet (Page 4) Question & Answers o Question #1 o We are looking at the striping on this project and after reviewing the plans I noticed the bid items on the bid form and the quantity summary (Sheet C002) do not match. The quantities match but the descriptions do not. Item # 16 & 17 show the same bid item and appears #17 should be 12 yellow and there are a few more. Wanted to verify before bidding. o Edited the excel spreadsheet to match the plans. The items are correct now. See attached spreadsheet. o Question #2 o When do you anticipate issuing notice to proceed? o We will take to Council on January 15, It typically takes 4 to 6 weeks to execute the contract. The notice to proceed may be issued following execution of the construction contract. 1

2 o Question #3 o There is a heading on the bid schedule for Crack Seal, is that supposed to be there, if so what are the quantities? o Removed misplaced title. No crack sealing required under this contract. See attached spreadsheet. o Question #4 o Is the Chip Seal going to be covered by Micro surface or Slurry to make a Cape seal? o Item 316, Seal Coat, will be covered by item 315, SS-1 Fog Seal no earlier than a period approved by the City Project Engineer. o Question #5 o Is rolling of the Micro surfacing and Slurry seal typically required done? Workmanship related to the application of the surface seal shall be the responsibility of the contractor. One area of concern is limiting the amount of stone loss by possibly rolling with pneumatic rollers but this is incorporated at the contractor s discretion and as approved by the CI. Rolling is usually not necessary for surface seals on roadways unless directed by the City Project Engineer. o For level up applications, rolling is required per the project specifications. The rolling should be light (6-7 tons maximum) and non-ballasted. One to two passes at a slow speed is recommended. o Question #6 o Will the city provide a yard for our use during construction? o A City yard is available if needed. The address is 7801 Monkey Run. o Question #7 o Will the test requirements for 10. Micro-Surfacing in the Special Project Provisions also be required for the Slurry Seal Materials? o Quality assurance testing for slurry seal will be required. Samples of the slurry seal will be taken directly from the slurry unit(s) at a minimum rate of one sample per mixing unit per each day s use. Consistency and residual asphalt content tests shall be made on the samples and compared to the specifications. Tests will be run at the expense of the Contractor. The Contractor must notify the CI immediately if any test fails to meet specifications. The CI may use the recorders and measuring facilities of the slurry seal unit to determine application rates, asphalt emulsion content, mineral filler and additive(s) content for an individual load. It is the responsibility of the contractor to check stockpile moisture content and to set the machine accordingly to account for aggregate bulking. 2

3 Firm Address Signature of Person Authorized to Sign Bid: Signor's Name and Title (print or type): Date: Telephone: Fax: END 3

4 RFB REVISED - ADDENDUM 1 Bid Proposal For 2018 STREET PRESERVATION (18STR00344) Item Est. Unit Unit Item No. Description Qty. Meas. Price Amount 1 MOBILIZATION 1 LS 2 SWPP Plan 1 EA 3 SWPP IMPLEMENTATION 1 LS 4 TRAFFIC CONTROL PLAN 1 EA 5 TRAFFIC CONTROL PLAN IMPLEMENTATION 1 LS 6 MICRSURFACING, COMPLETE IN PLACE (TXDOT ITEM 350) 189,973 SY 7 SLURRY SEAL (WACO SPEC) 468,185 SY 8 SEAL COAT (TXDOT ITEM 316) 17,949 SY 9 SS-1 FOG SEAL (TXDOT ITEM 315) 0.10 GAL/SY 1,792 GAL 10 GRINDING/ MICRO MILLING 232 SY 11 REMOVAL OF PAVEMENT MARKINGS (TRANSVERSE MARKINGS, STOP BARS, ARROWS AND WORDS ONLY) 1 LS 12 TEMPORARY PAVEMENT MARKINGS 1 LS 13 D-GR HMAC TY-D PG64-22 LEVEL UP 334 SY 14 BASE FAILURE REPAIR AND TRANSVERSE CRACK REPAIR (FULL DEPTH) (4" LIFTS) 14,000 SY 15 CURB AND GUTTER REPAIR - REMOVAL AND REPLACEMENT 520 LF 16 REFL PAV MRK TY I (Y) 4" (SLD) (100MIL) 26,828 LF 17 REFL PAV MRK TY I (Y) 12" (SLD) (100MIL) 100 LF 18 REFL PAV MRK TY I (W) 4" (SLD) (100MIL) 3,964 LF 19 REFL PAV MRK TY I (W) 8" (SLD) (100MIL) 1,555 LF 20 REFL PAV MRK TY I (W) 12" (SLD) (100MIL) 160 LF 21 REFL PAV MRK TY I (W) 24" (SLD) (100MIL) 3,330 LF 22 REFL PAV MRK TY I (W) (ARROW) (100MIL) 10 EA 23 REFL PAV MRK TY I (W) (DBL ARROW) (100MIL) 2 EA 24 REFL PAV MRK TY I (W) (WORD) (100MIL) 13 EA 25 RAISED PAVEMENT MARKERS (RPMS) TY I-C (CLEAR) 78 EA All Pages of the Bid Proposal Should Be Returned 4

5 26 RAISED PAVEMENT MARKERS (RPMS) TY II-AA (AMBER) 378 EA TOTAL: TOTAL AMOUNT OF BID I WILL USE THE FOLLOWING SUBCONTRACTORS FOR THIS WORK: SUBCONTRACTOR TYPE OF WORK FIRM NAME: BY (SIGNED): TITLE: ADDRESS: Contractor acknowledges and agrees that the official TOTAL AMOUNT OF BID is determined by multiplying the unit bid prices by the respective estimated quantities shown in this bid proposal and then totaling all of the extended amounts. Extended amounts SHOULD NOT be rounded up or down. All dollar amounts should be either written legibly or typed. Any mistakes should be rewritten and initialed by the Contractor. All Pages of the Bid Proposal Should Be Returned 5