ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )

Size: px
Start display at page:

Download "ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )"

Transcription

1 PADRE DAM MunicIpal Water DIstrict An Everyday Essential ADDENDUM NO.1 Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN ) Bid Opening Date: May 22, 2012 Time: 10:00 a.m. Date Addendum Issued: May 17, 2012 For which proposals will be received at the office of Padre Dam Municipal Water District (PDMWD), 9300 Fanita Parkway, Santee, CA or mailed to P.O. Box , Santee, CA to arrive by 10:00 a.m. on May 22,2012. The following clarifications and/or revisions to the Contract Documents are hereby made effective as though originally issued with the Bid Package: QUESTIONS RECEIVED DURING THE NON-MANDATORY PRE-BID MEETING AND SITE VISIT. 1. Some cracks may be too wide for the specified fill material, what should the larger cracks be filled with? Section Asphalt Concrete Paving Repair, paragraph 3.08.B covers fill material for all size cracks. Cracks smaller than 1/8 inch wide do not require crack sealing, cracks 1/8 inch to 1 inch in width are to be sealed with the first material specified in paragraph 3.08.B and cracks greater than 1 inch in width can be filled with "Polypatch Type II" or equal or the same material used for the skin patch. 2. In the areas designated for Crack Sealing there are small isolated areas of broken pavement where crack sealing is not practical. Should these areas be fixed and how should they be treated in the bid? The small broken areas of asphalt shall be treated in the same manor as specified for skin patch with the cost included in the lump sum bid item for crack sealing. 3. How can the contractor access the site? Do they have to go through the Santee Lakes Recreational Reserve (Park)? The contractor does not have to go through the Park to access the site. The contractor can access the site via the Ray Stoyer Water Recycling Facility entrance gate located at the corner of Fanita Parkway and Ganley Road. Contractor shall coordinate with District prior to accessing the site. BOARD OF DIRECTORS Repair (~IN ) Douglas S. Wilson Santee, CA May 17, 2012 Addendum No.1 T Aug;e Scalzitti Page 1 of 3 F Fanita Parkway Bill Pommering W/oMI. padredam. org #33863v1 August A. Caires PO Box James Peasley Santee, CA

2 4. Does the District have a dump site for broken asphalt the Contractor can use to dispose of material? No, the Contractor must dispose of all excess material off-site. 5. Do cracks need to be sealed in the parking lot area located to the south of the Operations/Lab Building prior to application of the skin patch? During the site visit the answer given by the District was no, the skin patch material has small enough aggregate to sufficiently fill the cracks in these areas. However after further consideration it was decided that these cracks should be sealed prior to application of the Skin Patch. The cost for sealing the cracks in this area shall be included in the Lump Sum cost for crack sealing. 6. Some parking areas receiving striping are not ADA compliant. It is a requirement to bring the curb and access points up to code? No, improvements necessary to the meet the code for ADA compliance for curbs and access points will occur in a subsequent District project. 7. Is grinding a tapper in the asphalt necessary at the edges of the skin patch area located north of the Maintenance Building (farthest north building on the site)? Yes. A three foot wide taper shall be provided along the east side of the skin patch and along the concrete pads located along the south side of the skin patch area. The taper shall be a minimum of 1 inch deep on one side then transition to meet the existing asphalt over a distance of 3 feet. The taper and skin patch shall not allow water to pond after all work is completed. The cost of this taper shall be incorporated into the unit cost for the skin patch bid item. 8. At the edge of the 3/8 inch minimum skin patch, should there be a taper to match existing asphalt? Yes, there shall be a minimum 3 foot taper (feathering) from the edge of the 3/8 inch minimum skin patch to match the existing asphalt (does not apply when skin patch is against a curb). The cost for feathering shall be incorporated into the unit cost for the skin patch. 9. Should the asphalt curbs receive a seal coat? Yes, the quantity for this area will be included in the final quantity for the seal coat bid item. Repair (,IN ) May 17, 2012 Addendum No.1 Page 2 of 3 #33863v1

3 10. Can all the sealcoat work be done at one time? No, at least one lane of traffic must be maintained at the site (access road and treatment plant site) to allow maintenance vehicles to pass. QUESTIONS RECEIVED IN WRITING TO DATE. 11. Will a Class A contractors license be acceptable instead of a Class C-12 (Earthwork and Paving Contractor)? A Class A or Class C-12 contractor's licensed will be acceptable. Attach this Addendum No. 1 to the Bid Documents before submitting your bid. Arne Sandvik, P.E. Project Engineer AS:MN:cc Enclosures: 1) Non-Mandatory Pre-Bid Conference Meeting Minutes, 5/10/2012 ACCEPTED BY: Dated: day of, Name of Contractor: Signature of Authorized Officer: Repair (IN ) May 17, 2012 Addendum No.1 Page 3 of 3 #33863v1

4 May 10, 2012; 10:00 a.m. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN ) NON-MANDATORY PRE-BID CONFERENCE MINUTES AGENDA I. WELCOME II. SIGN-IN SHEET III. INTRODUCTIONS IV. PROJECT REQUIREMENTS V. MAJOR TOPICS OF BID DOCUMENTS VI. SITE VISIT VII. QUESTIONS VIII. ADJOURNMENT Repair (IN ) #33864v1 PRE-BID CONFERENCE MINUTES 5/10/2012

5 May 10, :00 a.m. RAY STOYER WATER RECYCLING FACILITY ACCESS ROAD AND SITE PAVING REPAIR (IN ) NON-MANDATORY PRE-BID CONFERENCE Preliminary Meeting Minutes I. WELCOME II. SIGN-IN SHEET This is a non-mandatory pre-bid conference; no sign-in sheet was used. III. INTRODUCTION All prospective bidders are required to obtain a full set of the Contract Documents (Plans and Specifications). A copy of the Contract Documents shall be obtained from the Engineering Department of the Padre Dam Municipal Water District at: 9300 Fanita Parkway, P.O. Box , Santee, California , (619) , during the hours listed below for a nonrefundable fee of $ Monday through Thursday: Friday: 9:00 a.m. to 12:00 p.m. 1 :00 p.m. to 4:30 p.m. 8:00 a.m. to 12:00 p.m. Prospective bidders are instructed that any and all requests for information and clarification on the Contract Documents shall be in writing and submitted to Arne Sandvik, P.E. by faxing or ing to asandvik@padre.org. The District will receive requests for clarification until Tuesday, May 15. 5:00 p.m. A copy of the pre-bid meeting minutes with District's responses on the major topic of discussions will be provided as part of an addendum to be issued to all plan holders. I I IV. PROJECT REQUIREMENTS I I A. GENERAL! I The project is located in the City of Santee. The project paving work is located at the Ray Stoyer Water Recycling Facility (WRF) at North Fanita Parkway, Santee, CA and on a portion of the access road located to the south of the WRF. The I Repair (.IN ) 5/10/2012 PRE-BID CONFERENCE MINUTES Page 1! 1

6 project location can be found on page 1211 Grid B-6 and B-7 and page 1231, Grid A-1, A-2 and B-1 of the 2009 Edition of the Thomas Guide for San Diego County. A detailed description of the Work to be performed under this contract is outlined in Specification Section of the Contract Documents. In review, work for this project shall include, but not be limited to, the following: 1) Replacement of approximately 5,500 square feet of asphalt paving. 2) Skin Patch Paving of approximately 23,000 square feet of asphalt paving. 3) Crack sealing of asphalt. 4) Seal Coat application of approximately 141,450 square feet. 5) Striping of designated areas. 6) Traffic control. 7) Restoration of all impacted sites to original condition. B. UNIQUE PROJECT REQUIREMENTS Limited construction staging area located on the southern portion of the WRF site. The Contractor shall locate additional staging areas, if required, to complete the work. If the Contractor elects to utilize an offsite staging area then the area must be approved by the District. C. COMMENCEMENT & COMPLETION OF WORK Section 00500, Contract, Article 2, calls for all work to be completed within 30 calendar days, including weekends and holidays, after receipt of written notice to proceed from the District. Contractor shall refer to Section 00800, Paragraph 4 for substantial completion requirements. D. LIQUIDATED DAMAGES Liquidated damages of $500 per day will be assessed for failure to complete the required work within the established project deadline (See Section Contract - Article 4). V. MAJOR TOPICS OF THE BID DOCUMENTS A. GENERAL All bids shall be prepared to reflect what is called for in the SpeCifications. Any failure on the part of a bidder to comply with the bidder's Instructions may, at the complete discretion of the District cause the bid to be rejected. If the true meaning or intent of any part of the Specifications is in doubt, prospective bidders may submit to the District a written request for an interpretation. Corrections or Repair (.IN ) 5/10/2012 PRE-BID CONFERENCE MINUTES Page 2

7 interpretations of the Specifications shall be made only by an ADDENDA issued by the District. A copy of such ADDENDA will be mailed or faxed to each bidder receiving a set of the Contract Documents directly from the District. Prospective bidders shall provide District a name, address and facsimile number to which the ADDENDA may be sent, as well as a telephone number by which the District can contact the bidder. It is Bidders' responsibility to ensure that they have received any and all Addenda. All ADDENDA issued shall be included in the bid and made part of the Contract Documents. Prospective bidders must complete all information required of bidder including, but not limited to: Bid Form Designation of Subcontractors List of Current and CompLeted Projects Experience and Technical Qualifications Questionnaire Padre Dam MunicipaL Water District is a signatory agency to the Water Agency Standards (WAS) and all work shall be completed under the jurisdiction of that document, unless otherwise specified. District recommends that all bidders obtain a copy of the WAS prior to bidding. The successful bidder will be required to have a copy of latest revision at the construction site throughout the project. The latest edition of the WAS can be found at B. COMPLETION AND MODIFICATION OF BIDS Each bidder is required to submit its bid in strict conformity with the requirements of the Contract Documents. Unauthorized additions, modifications revisions, conditions, limitations, exclusions or provisions attached to a Bid will render it non-responsive and cause its rejection. Each bid shall be executed by an authorized representative per Section 00100, Article 11. C. WORK NOT LISTED IN THE BID PROPOSAL FORMS For bidding purposes, specific items that are not listed in the bid proposal form, but are necessary to complete the project, shall be included in some related bid item. D. BID BOND Each bid shall be accompanied by a bid guarantee. Personal sureties and unregistered surety companies are unacceptable. The surety insurer shall be California admitted surety insurer. Bidders are directed to Section 00100, Article 12 for additional Bid Guarantee requirements. E. DESIGNATION OF SUBCONTRACTORS Bidders must designate the name and location of each subcontractor who will perform work or render services for the Bidder in an amount that exceeds one-half of one percent (1/2%) of the Bidder's Total Bid Price, or $10,000, whichever is greater, as well as the portion of work each such subcontractor will perform. F. LICENSE CLASSFICATIONS The District requires that the Contractor submitting the bid possess a valid State of California Class "C12", Earthwork and Paving Contractor's License as called for in Section Repair (IN ) 5/10/2012 PRE-BID CONFERENCE MINUTES Page 3

8 G. WORKER'S COMPENSATION Each bidder shall submit the Contractor's Certificate Regarding Worker's Compensation form with its bid. H. INSURANCE The successful bidder shall procure the insurance in the form and in the amount specified in the Contract Documents. I. PREVAILING WAGES The successful bidder must comply with the Prevailing Wage Laws. Bidders may obtain a copy of the prevailing rate of per diem wages from the web site of the Division of Labor Statistics and Research of the Department of Industrial Relations located at J. OPINION OF COST The engineer's opinion of cost for construction of this project is $60,000. K. DELIVERY AND OPENING OF BIDS Bids will be received by the District at 9300 Fanita Parkway, Santee, California or mailed to PO Box , Santee, California Bids will be opened at the date and time stated in the Notice of Inviting Bids, and the amount of each bid will be read aloud and recorded. District may elect to postpone the opening of the submitted bids at its sole discretion. District reserves the right to reject any or all Bids and to waive any informality or irregularity in any bids. In the event of a discrepancy between written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. VI. SITE VISIT A site visit will be conducted as part of this Pre-Bid Conference. Bidders are encouraged to examine the site and explore the field conditions prior to submitting bids. Submission of a bid will be interpreted by the District as implicit acknowledgement that the bidder has visited the project site. VII. QUESTIONS Major topics of discussions during the meeting and site visit will be summarized and issued as part of Bid Addendum No.1. Repair (IN ) 5/10/2012 PRE-BID CONFERENCE MINUTES Page 4