ADDENDUM NO. 2 TO PROPOSAL AND CONTRACT DOCUMENTS RUSSELL REGIONAL AIRPORT ROME, GEORGIA RUNWAY 1/19 OVERLAY FLOYD COUNTY BID NO.

Size: px
Start display at page:

Download "ADDENDUM NO. 2 TO PROPOSAL AND CONTRACT DOCUMENTS RUSSELL REGIONAL AIRPORT ROME, GEORGIA RUNWAY 1/19 OVERLAY FLOYD COUNTY BID NO."

Transcription

1 ADDENDUM NO. 2 TO PROPOSAL AND CONTRACT DOCUMENTS ROME, GEORGIA TO: ALL PROSPECTIVE BIDDERS DATE: MAY 31, 2018 This Addendum forms a part of the Proposal and Contract Documents and modifies the original documents as noted below. Acknowledge receipt of this Addendum in the space provided in the Bid Form (page B-7). Failure to do so may subject a bidder to disqualification. This Addendum consists of ten (10) pages, which includes Project Manual Revisions / Clarifications (2 pages). Also incorporated into this Addendum as Attachments are: revised Bid Schedule Pages (8 pages). PROJECT MANUAL REVISIONS / CLARIFICATIONS: 1) BID TIME AND PLACE: Bidders are notified that the Bid Opening date and time has been changed to the following: Sealed bids will be received until 2:00PM (local time), on June 13, 2018 at the office of the Floyd County Purchasing Director, located in the Floyd County Administration Building, 12 East Fourth Avenue, Suite 106, Rome, Georgia Sealed bids will then and there be publicly opened and read aloud in the office of the Purchasing Director. Late bids will not be accepted. 2) BID SCHEDULES: Bidders are instructed to remove Bid Schedule Pages B-4.1 (Addendum 1) through B-4.4 (Addendum 1) and replace them with Bid Schedule Pages B-4.1 (Addendum 2) through B- 4.8 (Addendum 2). The new bid schedule is provided to allow options regarding the aggregate material requirements contained in Specification P-401. In Summary: Addendum 2 / Page 1 of 2

2 Bid Schedule A: Shall reflect the pricing associated with the work, including the current P- 401 Specification which requires that the aggregate be free of ferrous sulfides, such as pyrite. This Bid Schedule shall also reflect the pricing associated with the current P-620 Specification which does not require the paint possess stain resistant properties. The microbicide requirement outlined in P is still required under this Bid Schedule A. Bid Schedule B: Shall reflect the pricing associated with the work, including the current P- 401 Specification, modified as follows: aggregate will not be required to be free of ferrous sulfides, such as pyrite. This Bid Schedule shall also reflect the pricing associated with the current P-620 Specification, modified as follows: modifications to the TT-P-1952 paint formulation will be required to provide a stain resistant paint. The microbicide requirement outlined in P is still required under this Bid Schedule B. Bidders are required to submit pricing for both Bid Schedule A and Bid Schedule B. THIS CONCLUDES ADDENDUM NO. 2 IN ITS ENTIRETY. This Addendum is being transmitted via Federal Express to all plan holders. If you have any questions, please direct them to; Michael Baker International at (770) Addendum 2 / Page 2 of 2

3 BID SCHEDULE SUMMARY - TOTAL - = TOTAL - = GRAND TOTAL = B-4.1 (Addendum 2)

4 1 105 MOBILIZATION 1 L. SUM 2 P-101A SEAL SMALL CRACKS IN BITUMINOUS PAVEMENT 37,500 LIN. FT. 3 P-101B SEAL MEDIUM CRACKS IN BITUMINOUS PAVEMENT 37,500 LIN. FT. 4 P-101C SEAL LARGE CRACKS IN BITUMINOUS PAVEMENT 19,000 LIN. FT. 5 P-101D MILL ASPHALTIC CONCRETE PAVEMENT, (0"-4" DEPTH) 110,710 SQ. YD. 6 P-401 BITUMINOUS SURFACE COURSE 13,050 TON B-4.2 (Addendum 2)

5 7 P-403 BITUMINOUS LEVELING COURSE 80 TON 8 P-603 BITUMINOUS TACK COAT 215 GAL. 9 P-609 SINGLE SURFACE TREATMENT 110,110 SQ. YD. 10 P-620A PAVEMENT MARKING, BLACK, NON-REFLECTIVE, FULL RATE 20,420 SQ. FT. 11 P-620B PAVEMENT MARKING, YELLOW, REFLECTIVE, FULL RATE 6,890 SQ. FT. 12 P-620C PAVEMENT MARKING, YELLOW, NON-REFLECTIVE, INITIAL APPLICATION, HALF RATE 6,890 SQ. FT. B-4.3 (Addendum 2)

6 13 P-620D PAVEMENT MARKING, WHITE, NON-REFLECTIVE, INITIAL APPLICATION, HALF RATE 124,600 SQ. FT. 14 P-620E PAVEMENT MARKING, WHITE, REFLECTIVE, FINAL APPLICATION, FULL RATE 124,600 SQ. FT. 15 P-621 BITUMINOUS PAVEMENT GROOVING 104,665 SQ. YD. 16 MISC-1 CLEAN FILL MATERIAL FOR SHOULDER GRADING 50 CU. YD. TOTAL - = B-4.4 (Addendum 2)

7 BID SCHEDULE SUMMARY - TOTAL - = TOTAL - = GRAND TOTAL = B-4.5 (Addendum 2)

8 1 105 MOBILIZATION 1 L. SUM 2 P-101A SEAL SMALL CRACKS IN BITUMINOUS PAVEMENT 37,500 LIN. FT. 3 P-101B SEAL MEDIUM CRACKS IN BITUMINOUS PAVEMENT 37,500 LIN. FT. 4 P-101C SEAL LARGE CRACKS IN BITUMINOUS PAVEMENT 19,000 LIN. FT. 5 P-101D MILL ASPHALTIC CONCRETE PAVEMENT, (0"-4" DEPTH) 110,710 SQ. YD. 6 P-401 BITUMINOUS SURFACE COURSE 13,050 TON B-4.6 (Addendum 2)

9 7 P-403 BITUMINOUS LEVELING COURSE 80 TON 8 P-603 BITUMINOUS TACK COAT 215 GAL. 9 P-609 SINGLE SURFACE TREATMENT 110,110 SQ. YD. 10 P-620A PAVEMENT MARKING, BLACK, NON-REFLECTIVE, FULL RATE 20,420 SQ. FT. 11 P-620B PAVEMENT MARKING, YELLOW, REFLECTIVE, FULL RATE 6,890 SQ. FT. 12 P-620C PAVEMENT MARKING, YELLOW, NON-REFLECTIVE, INITIAL APPLICATION, HALF RATE 6,890 SQ. FT. B-4.7 (Addendum 2)

10 13 P-620D PAVEMENT MARKING, WHITE, NON-REFLECTIVE, INITIAL APPLICATION, HALF RATE 124,600 SQ. FT. 14 P-620E PAVEMENT MARKING, WHITE, REFLECTIVE, FINAL APPLICATION, FULL RATE 124,600 SQ. FT. 15 P-621 BITUMINOUS PAVEMENT GROOVING 104,665 SQ. YD. 16 MISC-1 CLEAN FILL MATERIAL FOR SHOULDER GRADING 50 CU. YD. TOTAL - = B-4.8 (Addendum 2)