Pre-Bid Meeting Hillsboro Municipal Airport TxDOT Project No. 1809HILLS Tuesday, November 28, 10:00 am

Size: px
Start display at page:

Download "Pre-Bid Meeting Hillsboro Municipal Airport TxDOT Project No. 1809HILLS Tuesday, November 28, 10:00 am"

Transcription

1

2

3 Pre-Bid Meeting Hillsboro Municipal Airport TxDOT Project No. 1809HILLS Tuesday, November 28, 10:00 am 1) Introductions a) City of Hillsboro: John Graham, Airport Manager b) TxDOT Aviation: Ryan Hindman, P.E., Project Manager c) O Malley Strand Associates: Jason Reimer, P.E. and Molly Duge 979/ (c) 979/ ext (d) for questions about plans and specs. 2) General Project Description/Overview a) Federal funding. b) Project Description: Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stud TWs including run-up areas, terminal apron, and HATs; and construct concrete hangar access taxiway. Schedule 1 Alternate Bid: Install P-629 in lieu of P-631. Schedule 2 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal apron, and HATs; and construct asphalt hangar access taxiway. Schedule 2 Alternate Bid: Install P-629 in lieu of P-631. c) Bidders must bid on all Base Bids and all Alternates. d) The contract award will be based on the lowest qualified bid for either Schedule 1or Schedule 2 Base Bid or the lowest qualified bid for the Base Bid plus any combinations of Alternate Bids that the Agent/Owner chooses, depending on the availability of funds. e) Operational Safety Requirements. i) All construction shall comply with the current edition of FAA AC 150/5370-2, Operational Safety on Airports during Construction, found at the following link: mber/150_5370-2f; and ii) See plan sheets for any additional requirements. f) DBE requirements. i) DBE goal is 8%. g) Labor requirements. i) Minimum wage rates for pavement construction, as required by State statute, included in contract documents. h) Sealed bids need to be addressed and delivered to Karen Warren, City Secretary, Attn Airport Improvements Bid, 214 East Elm Street, Hillsboro, TX by 2:00 PM, December 14, i) Bids will be publicly opened and read at 2:00 PM, December 14, East Elm Street, Hillsboro, TX S:\BRE\ \3945\005\Wrd\Addenda\Addendum No. 1\1809HILLS Pre-Bid Meeting Agenda.docx Page 1

4 j) Bid Submission Requirements (See Bidder Qualifications). i) Evidence of Competency and Evidence of Financial Responsibility shall be submitted with bid or TxDOT bidder prequalification. ii) Evidence of Insurance Coverage. iii) Bids that do not include the qualification requirements will be considered non-responsive and therefore disqualified. iv) In accordance with 49 CFR Part the bidder/offerer must submit an acceptable DBE plan and commitment or good faith effort no later than 5 calendar days after bid opening as a matter of responsibility. We urge all bidders to comply regardless of whether you are the apparent low bidder. v) For all federally funded construction projects with a DBE goal, bidders shall use the DBE participation plan in the bid document, and the appropriate commitment agreement form(s), and submit these documents to TxDOT Aviation within 5 calendar days after the bid opening via to AVNRFQ@txdot.gov. vi) See checklist at the end of the bid form. k) General Provisions i) Contract Time 90 calendar days. ii) Liquidated Damages $500 per calendar day. iii) Bid Bond 2 percent of total amount bid. l) Special Provisions i) Insurance requirements must cover subcontractors as well. ii) 12-month warranty of work from final acceptance. iii) Note SP-4 Added to Section Subcontracting of Contract of the General Provisions for contracts equal to or greater than $500,000, the prime contractor shall perform work with its own organization on at least 30% of the total original contract amount. m) Discussion of Plans and Specifications (see Attachment A). S:\BRE\ \3945\005\Wrd\Addenda\Addendum No. 1\1809HILLS Pre-Bid Meeting Agenda.docx Page 2

5 Attachment A Plan and Specification Highlights Sheet 1 Title Sheet Updated City Council members will be addressed in Addendum No. 1. Sheet 2 General Notes, Legend, and Sheet Index Note 14 states the Contractor is responsible for obtaining water for construction. Contractor may contact the City of Hillsboro to acquire a meter for use at the fire hydrant near the site. Sheet 3 Project Quantities Note there are two separate schedules of work, Schedule 1 & Schedule 2; only one will be awarded: Be careful with deduction items under Schedule 1 and Schedule 2 Alternate Bids. The Bid Form and Project Quantities have changes in quantities and materials that will be reflected via Addendum No. 1 (Typo in quantity of markings). Also per Addendum No. 1, the Contractor may acquire an electronic copy of the Bid Form from O Malley Strand Associates, Inc. New pay item note added via Addendum No. 1 (clarification of pipe length payment). Throughout the plans we have diligently tried to identify all no-pay items. Also note which items are specifically listed as pay items. Items not specifically listed on the bid form are considered subsidiary to related items of work. Sheet 4 - Project Layout Plan Overall view of work provided. Benchmark information provided. Note: The Contractor shall perform level loop of all these benchmarks and provide results to Engineer before beginning construction (No separate pay). ROFA and TOFA surfaces will now be shown on this sheet via Addendum No. 1 (clarification of surfaces and dimensions). Sheets 5 & 6 - Construction Phase Plan Low profile barricades will be required to separate the work area from the active areas of the apron. Clarifications to the general phasing notes and construction activity notes will be addressed via Addendum No. 1. Sheets 7 & 8 Site Boring Layout and Bore Log Data Sheets 9 through 11 - Erosion Control Plan, SW3P, & Details Erosion control devices, all installed and maintained by the Contractor, include installation of construction exit, sediment control fence, and cellulose fiber mulch seeding. Notes 6 and 7: Contractor shall maintain a pavement sweeper with nylon bristles only on site, and keep pavement surfaces clean, for the duration of the project. S:\BRE\ \3945\005\Wrd\Addenda\Addendum No. 1\1809HILLS Pre-Bid Meeting Agenda.docx Page 3

6 Attachment A Plan and Specification Highlights (cont.) Note 10: Topsoil operations shall be considered subsidiary work. Sheet 12 - Grading Plan Addendum No. 1 will address grading modification/clarification to the ditch contours. Addendum No. 1 will clarify temporary benchmark information. Sheet 13 - Concrete Joint Layout Plan Addendum No. 1 will have a revised concrete joint layout plan. Sheet 14 - Pavement Design Sections This sheet shows typical sections for the hangar access taxiway for both concrete and asphalt pavements. Sheet 15 - Paving Details If concrete pavement is selected, sawcut contraction joints to be installed within 8 hours (or longer if joints ravel). Keyed construction joint to be used at the end of a day s pour. Modification to details will be address via Addendum No. 1. Sheet 18 - Pavement Rehabilitation Cracks shall be routed and sealed to a minimum depth of 1-inch. Notes clarifying this work will be provided via Addendum No. 1. Sheet 19 - Marking Plan I Clarification for locations of retroreflectors provided via Addendum No. 1. Addition of double taxiway edge markings near runway ends provided via Addendum No. 1. Sheet 20 - Marking Plan II Modification of edge distance for RW 34 numerals provided via Addendum No. 1. Sheet 21 - Marking Details Addition of double taxiway edge markings detail via Addendum No. 1. Clarification of radius dimension for runway end lead-in stripe detail will be modified in Addendum No. 1. Technical Specifications Section 105 Mobilization Any portion exceeding 10 percent of total bid for project will be paid on final pay estimate. P-101 Surface Preparation There is a pay item for mobilization/demobilization for crack sealing. S:\BRE\ \3945\005\Wrd\Addenda\Addendum No. 1\1809HILLS Pre-Bid Meeting Agenda.docx Page 4

7 Attachment A Plan and Specification Highlights (cont.) P-152 Excavation Unclassified excavation will be paid for by the cubic yard. P-602 Bituminous Prime Coat There is a separate pay item for vegetative sterilant. MC-30 will be required. P-605 Joint Sealing Filler There will be no separate measurement or payment for providing or installing joints and joint sealing materials in new concrete pavement. P-620 Runway and Taxiway Marking Section , paragraph 3 will be deleted via Addendum No. 1. No separate payment will be made for glass beads. TxDOT 164 Seeding Note the seed requirements as detailed in the specification. Fertilizer is not paid for directly. Water is paid for directly. Permanent seeding mixture to be included with the temporary season mixes. Per TxDOT 506:, Section Finished Work:. A project will not be considered for acceptance until a vegetative cover of 70% density of existing adjacent undisturbed areas is obtained or equivalent permanent stabilization is obtained in accordance with the TPDES General Permit TXR An exception will be allowed in arid areas as defined in the TPDES General Permit TXR TxDOT 216 TxDOT 247 TxDOT 260 TxDOT 340 TxDOT 360 TxDOT 421 TxDOT 506 Rolling (Proof) This item is for proof rolling pavement subgrade and base areas to locate possible soft spots which could require corrective undercutting and is subsidiary to other items of work. Flexible Base The 10.5-inch base course shall be installed in two equal lifts. Lime Treatment (Road-Mixed) Special provision will be added via Addendum No. 1 eliminating certain types of lime and operations. Dense-Graded Hot-Mix Asphalt Pay attention to the TxDOT special provisions sheets for detailed specific requirements. Concrete Pavement Pay attention to the TxDOT special provisions sheets for detailed specific requirements. Hydraulic Cement Concrete Pay attention to the TxDOT special provisions sheet for detailed specific requirements. Temporary Erosion, Sedimentation, and Environmental Controls Pay attention to the TxDOT special provisions sheet for detailed specific requirements. S:\BRE\ \3945\005\Wrd\Addenda\Addendum No. 1\1809HILLS Pre-Bid Meeting Agenda.docx Page 5

8 Pre-Bid Meeting Sign in List Hillsboro Municipal Airport TxDOT Project No. 1809HILLS Tuesday, November 28, 2017 at 10:00 AM Name Representing Phone Number John Graham City of Hillsboro Ryan Hindman, PE TxDOT Jason Reimer, PE O'Malley Strand Associates x6241 Molly Duge O'Malley Strand Associates x6227 Jan Parsons Allbrite Construction Roddy Martin Sealcoat Spc Timmy Potter Lyness Construction Clif Marler C. E. Marler & Assoc Steven Hallman EJ Smith Construction x 104 shallman@ejsmithind.com Tony Jackson Don Jackson Co tony@donjacksonconstruction.com S:\BRE\ \3945\005\Wrd\Pre-Bid Meeting\Pre-Bid Meeting Sign In Sheet.xls coordination meeting sign-in list

9 Bid Form TxDOT CSJ No. 1809HILLS Project: 2017 Airport Improvements Project Description: Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal apron, and HATs; and construct concrete hangar access taxiway. Schedule 1 Alternate Bid: Install P-629 in lieu of P-631. Schedule 2 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal apron, and HATs; and construct asphalt hangar access taxiway. Schedule 2 Alternate Bid: Install P-629 in lieu of P-631. Bid by: Name of Bidder: Address: City: Telephone: Address: State: Fax: Zip Code: To the Texas Department of Transportation hereinafter called the Agent. Pursuant to the foregoing Instruction to Bidders, the undersigned bidder having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all the conditions surrounding the construction of the project hereby proposes to furnish all necessary superintendence, labor, machinery, equipment, tools materials and supplies to complete all the work upon which is bid in accordance with the contract documents, within the time set forth and at the prices stated below. S:\BRE\ \3945\005\Wrd\Addenda\Addendum No. 1\Bid Form (Aviation).xlsm P-1

10 Pay Item Estimated Quantity Description and Unit Price in Words Unit Price Total Price Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal apron, and HATs; and construct concrete hangar access taxiway. S1.1 1 LS Section 105. Mobilization, complete in place for the lump sum amount of cents. S1.2 1 LS Special. Install runway closure markers, complete in place for the lump sum amount of cents. S SY TxDOT 506. Construction exit (install), complete in place for the unit price of S SY TxDOT 506. Construction exit (remove), complete in place for the unit price of S LF TxDOT 506. Temporary sediment control fence (install), complete in place for the unit price of linear foot. P-2

11 Pay Item Estimated Quantity Description and Unit Price in Words Unit Price Total Price S LF TxDOT 506. Temporary sediment control fence (remove), complete in place for the unit price of linear foot. S1.7 1 LS P-101. Mobilization/Demobilization for crack sealing, complete in place for the lump sum amount of cents. S1.8 36,950 LF P-101. Route, clean, and seal asphalt pavement cracks using ASTM D6690 crack sealant, complete in place for the unit price of linear foot. S CY P-152. Unclassified excavation, complete in place for the unit price of S1.10 1,420 SY cubic yard. TxDOT 260. Lime treatment (existing materials)(8-inch), complete in place for the unit price of P-3

12 Pay Item Estimated Quantity Description and Unit Price in Words Unit Price Total Price S TON TxDOT 260. Lime (7% by weight)(commercial Lime Slurry), complete in place for the unit price of ton. S1.12 1,050 SY TxDOT 360. Reinforced concrete pavement (6.5-inch thick), complete in place for the unit price of S SY TxDOT 360. Reinforced concrete flume (6.5-inch thick), complete in place for the unit price of S LF TxDOT 464. Reinforced concrete pipe (Class III)(18-inch), complete in place for the unit price of linear foot. S EA TxDOT 467. Safety end treatment (Type II)(18-inch)(4:1)(Precast), complete in place for the unit price of $ $ each. P-4

13 Pay Item Estimated Quantity Description and Unit Price in Words Unit Price Total Price S1.16 1,200 LF P-605. Clean and seal existing concrete pavement joints using silicone joint sealant, complete in place for the unit price of linear foot. S ,200 SF P-620, Permanent runway painting (white), complete in place for the unit price of square foot. S1.18 4,550 SF P-620. Permanent taxiway painting (yellow), complete in place for the unit price of square foot. S SF P-620. Permanent taxiway painting (black), complete in place for the unit price of square foot. S ,270 SY P-631. Refined coal tar emulsion slurry seal, complete in place for the unit price of P-5

14 Pay Item Estimated Quantity Description and Unit Price in Words Unit Price Total Price S EA SS-L-118. Taxiway retroreflector (type I, style II)(bi-directional) (green), complete in place for the unit price of each. S1.22 2,760 SY TxDOT 164. Broadcast seeding (temp)(warm), complete in place for the unit price of S1.23 2,760 SY TxDOT 164. Broadcast seeding (temp)(cool), complete in place for the unit price of S1.24 2,760 SY TxDOT 164. Cellulose fiber mulch seeding (perm)(rural)(clay), complete in place for the unit price of S MG TxDOT 168. Vegetative watering, complete in place for the unit price of mega gallon. P-6

15 Pay Item Estimated Quantity Description and Unit Price in Words Unit Price Total Price S SY TxDOT 169. Soil retention blankets (Class 2)(Ty F), complete in place for the unit price of Total Schedule 1 Base Bid $ Schedule 1 Alternate Bid: Install P-629 in lieu of P-631. S1A.1-49,270 SY P-631. Refined coal tar emulsion slurry seal, complete in place for the unit price of S1A.2 49,270 SY P-629. Thermoplastic coal tar emulsion spray seal coat with sand, complete in place for the unit price of Total Schedule 1 Alternate Bid $ P-7

16 Pay Item Estimated Description and Unit Price in Words Unit Price Total Price Quantity Schedule 2 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal apron, and HATs; and construct asphalt hangar access taxiway. S2.1 1 LS Section 105. Mobilization, complete in place for the lump sum amount of cents. S2.2 1 LS Special. Install runway closure markers, complete in place for the lump sum amount of cents. S SY TxDOT 506. Construction exit (install), complete in place for the unit price of S SY TxDOT 506. Construction exit (remove), complete in place for the unit price of $ $ S LF TxDOT 506. Temporary sediment control fence (install), complete in place for the unit price of linear foot. P-8

17 Pay Item Estimated Quantity Description and Unit Price in Words Unit Price Total Price S LF TxDOT 506. Temporary sediment control fence (remove), complete in place for the unit price of linear foot. S2.7 1 LS P-101. Mobilization/Demobilization for crack sealing, complete in place for the lump sum amount of cents. S2.8 36,950 LF P-101. Route, clean, and seal asphalt pavement cracks using ASTM D6690 crack sealant, complete in place for the unit price of S CY linear foot. P-152. Unclassified excavation, complete in place for the unit price of S2.10 1,420 SY cubic yard. TxDOT 260. Lime treatment (existing materials)(8-inch), complete in place for the unit price of P-9

18 Pay Item Estimated Quantity Description and Unit Price in Words Unit Price Total Price S TON TxDOT 260. Lime (7% by weight)(commercial Lime Slurry), complete in place for the unit price of ton. S2.12 1,260 SY TxDOT 247. Crushed aggregate base (Ty A, Gr 2)(10.5-inch), complete in place for the unit price of S TON TxDOT 340. Dense-graded HMA (SQ)(Ty D)(SAC B)(PG64-22)(2-inch thick), complete in place for the unit price of ton. S SY TxDOT 360. Reinforced concrete flume (6.5-inch thick), complete in place for the unit price of S GAL P-602. Prime coat ( 0.20 gal/sy), complete in place for the unit price of gallon. P-10

19 Pay Item Estimated Quantity S LB Description and Unit Price in Words Unit Price Total Price P-602. Sterilant (soil 15 lbs/acre), complete in place for the unit price of S LF pound. TxDOT 464. Reinforced concrete pipe (Class III)(18-inch), complete in place for the unit price of linear foot. S EA TxDOT 467. Safety end treatment (Type II)(18-inch)(4:1)(Precast), complete in place for the unit price of each. S2.19 1,200 LF P-605. Clean and seal existing concrete pavement joints using silicone joint sealant, complete in place for the unit price of linear foot. S ,200 SF P-620. Permanent runway painting (white), complete in place for the unit price of square foot. P-11

20 Pay Item Estimated Quantity Description and Unit Price in Words Unit Price Total Price S2.21 4,550 SF P-620. Permanent taxiway painting (yellow), complete in place for the unit price of S SF square foot. P-620. Permanent taxiway painting (black), complete in place for the unit price of S ,270 SY square foot. P-631. Refined coal tar emulsion slurry seal, complete in place for the unit price of S EA SS-L-118. Taxiway retroreflector (type I, style II)(bi-directional) (green), complete in place for the unit price of each. S2.25 2,760 SY TxDOT 164. Broadcast seeding (temp)(warm), complete in place for the unit price of P-12

21 Pay Item Estimated Quantity Description and Unit Price in Words Unit Price Total Price S2.26 2,760 SY TxDOT 164. Broadcast seeding (temp)(cool), complete in place for the unit price of S2.27 2,760 SY TxDOT 164. Cellulose fiber mulch seeding (perm)(rural)(clay), complete in place for the unit price of S MG TxDOT 168. Vegetative watering, complete in place for the unit price of S SY mega gallon. TxDOT 169. Soil retention blankets (Class 2)(Ty F), complete in place for the unit price of Total Schedule 2 Base Bid $ P-13

22 Pay Item Estimated Quantity Description and Unit Price in Words Unit Price Total Price Schedule 2 Alternate Bid: Install P-629 in lieu of P-631. S2A.1-49,270 SY P-631. Refined coal tar emulsion slurry seal, complete in place for the unit price of S2A.2 49,270 SY P-629. Thermoplastic coal tar emulsion spray seal coat with sand, complete in place for the unit price of Total Schedule 2 Alternate Bid $ SUMMARY OF BIDS: Total Schedule 1 Base Bid Total Schedule 1 Alternate Bid Total Schedule 2 Base Bid Total Schedule 2 Alternate Bid $ $ $ $ P-14

23 It is understood the quantities of work to be done at unit prices are approximate and are intended for bidding purposes only. Amounts are to be shown in both words and figures. In case of discrepancy the amount shown in words shall govern. Bidders must bid on all Base Bids and all Alternates. The contract award will be based on the lowest qualified bid for either Schedule 1 or Schedule 2 Base Bid or the lowest qualified bid for either Schedule 1 or Schedule 2 Base Bid plus any combination of Alternate Bids that the Agent/Owner chooses, depending on the availability of funds. Bidders understand the Agent reserves the right to reject any irregular bid form and the right to waive technicalities if such waiver is in the best interest of the Owner or Agent and conforms to State and local laws and ordinances pertaining to the letting of construction contracts. Funding availability will be considered in selecting the bid award. The bidder agrees this bid shall be honored and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. Upon receipt of the written "Notice of Award", the bidder will execute the formal contract agreement within 14 days and deliver a surety bond or bonds as required under the contract documents. The bid security attached, two percent (2%) of the total bid price stated in the bid form, in the sum of $ is to become the property of the Agent in the event the contract is not executed as set forth in the contract documents as liquidated damages for the delay and additional expense caused thereby. Bidder hereby agrees to commence work under this contract on or before a date to be specified in a written Notice to Proceed and to fully complete the project within 90 calendar days for any combination of Base and Alternate Bid improvements. Bidder further agrees to pay as liquidated damages the sum of $ for each calendar day to complete the work beyond the allotted time or as extended by an approved Change Order or Supplemental Agreement. Signature Title Printed Phone Mailing Address City, State, Zip Code Addendum: The undersigned Bidder certifies that he has acknowledged the addendum(s) to the contract as indicated below. Addendum No: Addendum No: Addendum No: Dated: Dated: Dated: P-15

24 Qualification Acknowledgment: The undersigned Bidder certifies they are a prequalified bidder with the Texas Department of Transportation (TxDOT) and is on the current TxDOT Bidder s List as indicated below: OR Full Prequalification Bidder s Questionnaire The undersigned Bidder is not a pre-qualified TxDOT bidder and has enclosed the bidder s qualifications per General Provision 20-02, Prequalification of Bidders. I have enclosed qualification statements. Qualification Acknowledgment Signature: Signature Title Mailing Address City, State, Zip Code Note: The bidder may also submit an electronically completed bid form. The bid form must have pay items in the same order and with the exact information as on this bid form. If submitting an electronically completed bid form, please print it out and submit the qualification/signature page with it. The bidder is responsible for incorrect information and will be considered non-responsive if pay items are incorrect. P-16

25 HILLSBORO A S S O C I A T E S EDITH TURNER OMBERG FRANK JOHNSON JOHN GRAHAM PLACE 1 - ERIC FLEMING PLACE 2 - ANDREW L. SMITH (MAYOR PRO-TEM) PLACE 3 - DANA ROBINSON PLACE 4 - FRANCES ZARATE PLACE 5 - DR. DAVID SKELTON PLACE 6 - SCOTT JOHNSON

26 A S S O C I A T E S

27 A S S O C I A T E S

28 A S S O C I A T E S

29 A S S O C I A T E S

30 A S S O C I A T E S

31 A S S O C I A T E S

32 A S S O C I A T E S

33 LEGEND A S S O C I A T E S

34 A S S O C I A T E S

35 A S S O C I A T E S

36 A S S O C I A T E S

37 Special Provision to Item 260 Lime Treatment (Road-Mixed) Item 260, Lime Treatment (Road-Mixed), of the Standard Specifications is amended with respect to the clauses cited below. No other clauses or requirements of this Item are waived or changed. Section , Lime. This paragraph is voided in its entirety and replaced by the following: Furnish lime that meets the requirements of DMS-6350, Lime and Lime Slurry, and DMS-6330, Pre-Qualification of Lime Sources. Use commercial lime slurry as shown on the plans. Do not use quicklime. Section , Storage Facility. This paragraph is voided in its entirety. Section , Hydrated Lime Distribution Equipment. This paragraph is voided in its entirety. Section , Dry Placement. This paragraph is voided in its entirety. Section , Hydrated Lime. These paragraphs are voided in their entirety. Section , Quicklime. These paragraphs are voided in their entirety. Section , Carbide Lime Slurry. This paragraph is voided in its entirety. Section , Lime. The first, second, fourth, fifth, and sixth bullets are voided in their entirety CSJ No. 1809HILLS