FC-9403, Street Resurfacing and Associated Street Maintenance Activities - Group A Addendum No. 3 January 24, 2017 Page 2

Size: px
Start display at page:

Download "FC-9403, Street Resurfacing and Associated Street Maintenance Activities - Group A Addendum No. 3 January 24, 2017 Page 2"

Transcription

1

2 FC-9403, Street Resurfacing and Associated Street Maintenance Activities - Group A Addendum No. 3 January 24, 2017 Page 2 ADDENDUM NO. 3 This Addendum No. 3 forms a part of the Invitation to Bid and modifies the original solicitation package and any prior addenda as noted below and is issued to incorporate the following: 1) Responses to Questions: Total of sixteen (16) questions, attached hereto as Attachment No. 1. 2) Revision of Exhibit C: Schedule of Unit and Lump Sum Prices: Revised Exhibit C: Schedule of Unit and Lump Sum Prices dated 1/17/17, is hereby removed and replaced with a revised Exhibit C: Schedule of Unit and Lump Sum Prices dated 1/23/17, attached hereto as Attachment No. 2. The Bid due date has not been modified and Bids are due on Tuesday, January 31, 2017, and should be time stamped in no later than 2:00 P.M. EST and delivered to the address listed below: Adam L. Smith, Esq., CPPO, CPPB, CPPM, CPP, CIPC, CISCC, CIGPM, CPPC Chief Procurement Officer Department of Procurement 55 Trinity Avenue, S. W. City Hall South, Suite 1900 Atlanta, Georgia **All other pertinent information is to remain unchanged**

3 FC-9403, Street Resurfacing and Associated Street Maintenance Activities - Group A Addendum No. 3 January 24, 2017 Page 3 Acknowledgment of Addendum No. 3 Bidders must sign below and return this form with Bid response to the Department of Procurement. Bidders must sign below and return this form with Bid response to the Department of Procurement, 55 Trinity Avenue, City Hall South, Suite 1900, Atlanta, Georgia as acknowledgment of receipt of this Addendum. This is to acknowledge receipt of FC-9403, Street Resurfacing and Associated Street Maintenance Activities - Group A, Addendum No. 3 on this the day of, 20. Legal Company Name of Bidder Signature of Authorized Representative Printed Name Title Date

4 Attachment No. 1 Questions and Answers

5 Questions and Answers 1) Exhibit A General Scope of Services; Section A Authority to Make Changes: The paragraph mentions a Supplemental Agreement which is a defined term in the GDOT Standard Specifications, City of Atlanta Code does not authorize such transactions, please revise so as to be in accordance with COA Code Section In addition, this Section mentions sub-section of the GDOT Standard Specifications which is in conflict with Exhibit E General Conditions Section GC-41 Claims, Changes and Extra Work. Please clarify which document addressing Claims, Changes and Extra Work takes precedence. Answer: To the extent of any conflict, the GDOT specifications take precedence. 2) Exhibit B Supplemental Conditions and Technical Specifications; Section 108 Prosecution and Progress establish Liquidated Damages which are in conflict with General Condition GC In addition, there are Liquidated Damages associated with specific Scopes of Work. Please consolidate and publish a consolidated Liquidated Damages List to assist the Contractor as well as the Bonding Company. Answer: The Liquidated Damages are as stated in Special Provision ) Exhibit D Draft City-Contractor Agreement Article 3 needs to be revised to include the following components: a. Supplemental Conditions and Technical Specifications b. Schedule of Unity and Lump Sum Prices c. Federal-Aid / GDOT Contract Documents d. GDOT Standard Specifications and Supplements Answer: This is not a question. 4) Exhibit D Draft City-Contractor Agreement Article 8 needs to be revised to reflect DBE requirement. Answer: The DBE requirements are established in Exhibit F: Federal-Aid / GDOT Contract Documents. 5) Exhibit D Draft City-Contractor Agreement Article 10: This Project will consist of multiple separate tasks with each Roadway segment having a separate Substantial Completion and Final Acceptance. Article 10 should be revised to take this into consideration as well as Payment Methodology, Retainage and Final Payment included in the various documents. Answer: This is not a task-based contract. 1

6 6) Exhibit F General Condition; Article 1 Agreement and Agreement Documents. The order of precedence needs to be revised to correctly incorporate all applicable documents. Recommend Written Modifications, Federal-Aid/GDOT Contract Documents, Supplemental Conditions and Technical Specification, GDOT Standard Specifications and Supplements, General Scope of Services, Legislation, Schedule of Unit and Lump Sum Prices, General Conditions, Appendix A, Appendix B, and other documents (Form 1, etc.). Addendums should not be mentioned as these should be included in the conformed Contract. Please make the necessary revisions. Answer: This is not a question. 7) Exhibit F General Conditions; Article GC-3: Please revise to match Article 1 of the General Conditions and the Services Agreement. Answer: This is not a question. 8) Exhibit F General Conditions; Article GC-18.6 Project Safety Coordinator, third sentence, who or what is OSS? Answer: General Conditions; Article GC-18.6 Project Safety Coordinator, third sentence, is hereby revised as follows: If the candidate meets the qualifications, the candidate will be interviewed by the City to confirm the candidate s experience. 9) Exhibit F General Conditions; Article GC-38.3 Retention from Progress Payments: Please verify that NO retainage will be withheld from this contract in accordance with Exhibit A General Scope of Services Section Answer: No retainage will be withheld on this contract. Please reference Scope of Services, Section Partial Payments. 10) Exhibit F General Conditions; Article GC Force Account is in conflict with GDOT Specification Please clarify requirements for Force Account work. Answer: To the extent of any conflict, the GDOT specifications take precedence. 11) Exhibit General Conditions; Article GC-61 Equal Business Opportunity (EBO: Please revise to reflect DBE Program requirement. Answer: General Conditions; Article GC-61 Equal Business Opportunity (EBO) is hereby revised as follows: During the performance of this Agreement, Contractor agrees to comply with all provisions of the Georgia Department of Transportation s Disadvantaged Business Enterprise Program, as set forth in Exhibit F: Federal-Aid/GDOT Contract Documents.. 2

7 12) When the City s representative from the Office of Contract Compliance (OCC) spoke about the required documents to be submitted with the bid there was some question as to whether the GDOT DBE Form was included in the bidding documents. It appears to be on page 297 in Exhibit F of the document. We were told by the OCC Rep to fill it out completely, however there is a * by the Work Code column that tells us this is For Department Use Only. Do not fill in Work Codes. Please clarify what you want filled out, as the Pre-Bid Meeting instructions seem to conflict with this document. Answer: For this particular solicitation, the diversity related required submission referenced on page 297 in Exhibit F was provided by an agency outside of the City of Atlanta and located in a section other than the usual appendix A provided by the City. In accordance with the instructions written on the List of DBE Participants document on page 297, respondents do not have to complete the Work Code column. 13) Will the DBE Letter(s) of Intent need to be submitted at the time of the Bid as a part of the bid submission? Typically GDOT allows the Contractor 3 business days after the low bid is read out to submit this information. Answer: Yes. The DBE Letter(s) of Intent will need to be submitted at the time of the Bid as a part of the bid submission. 14) Article 21 First Source Jobs Policy Statement Agreement (Required Submittal Located in Appendix A) Please confirm that there is NO Atlanta Workforce Development Program requirements for this bid. Answer: There will be a requirement for the First Source Jobs Program from the Atlanta Workforce Development Agency as outlined in the Appendix A section of the solicitation document due to this being a construction project. Further clarification of the program can be gained by contacting the Atlanta Workforce Development Agency at ) On page 5 of Addendum #2 it states the depths for 9.5mm TP2 (2 ) and 12.5mm (2 ), but not 12.5mm Polymer Modified. Base on the quantities given in Attachment #6 it looks like the depth for 12.5mm Polymer Modified should be 165 lbs/sy (1.5 ). Is this correct? Please clarify. Answer: Addendum No. 2 stated the surface would be up to 2 inches of 9.5 mm or 12.5mm (as directed by the engineer). Maximum layer thickness placement will follow GDOT specification. To clarify, the tonnages for the 12.5mm Polymer Modified are calculated based upon a 1.5 in. thickness as requested by GDOT. 16) In the Alternates Section of the Bid Schedule the quantities for Item # s add alt mm Superpave GP2 and add alt mm Superpave do not match the quantities stated in Attachment #6. It looks like Item # s add alt mm Superpave GP2 should be 11,152 tons and add alt mm Superpave should be 5,131 tons. If this is correct please revise the Bid Schedule. Answer: Please see Attachment No. 2 of this addendum. 3

8 Attachment No. 2 Revised Exhibit C: Schedule of Unit and Lump Sum Prices 1/23/17

9 REVISED EXHIBIT C SCHEDULE OF UNIT & LUMP SUM PRICES ITEM # GDOT ITEM # DESCRIPTION UNITS BID QUANTITY TRAFFIC CONTROL LS RENEW ATLANTA BOND PROGRAM PROJECT SIGNS 24" x 30" SINGLE TP 7 POST RENEW ATLANTA BOND PROGRAM PROJECT SIGNS 48" x 84" DOUBLE TP 7 POST RECYCLED ASPH CONC PATCHING, INCL BITUM MATL & H LIME RECYCLED ASPH CONC 25 MM SUPERPAVE, GP 1 OR 2, INCL BITUM RECYCLED ASPH CONC 12.5 MM SUPERPAVE, GP 2 ONLY, INCL BITUM MATL & H LIME RECYCLED ASPH CONC 19 MM SUPERPAVE, GP 1 OR 2,INCL BITUM MATL & H LIME RECYCLED ASPH CONC 12.5 MM SUPERPAVE, GP 2 ONLY, INCL POLYMER-MODIFIED BITUM MATL & H LIME EA 42 EA 28 TN 1,797 TN 220 TN 28,485 TN 16,519 TN 24, TACK COAT GL 36, RUMBLE STRIPS EA MILL ASPH CONC PVMT, VARIABLE DEPTH SY 559, ADJUST DROP INLET TO GRADE EA ADJUST VALVE TO GRADE EA ADJUST MANHOLE TO GRADE EA DELINEATOR EA LOOP DETECTOR REPAIR 6 X 40 EA THERMOPLASTIC PVMT MARKING, ARROW, TP-1 EA THERMOPLASTIC PVMT MARKING, ARROW, TP-2 EA THERMOPLASTIC PVMT MARKING, ARROW, TP-3 EA THERMOPLASTIC PVMT MARKING, WORD, TP-1 (ONLY) EA THERMOPLASTIC PVMT MARKING, WORD, TP-3A (SCHOOL) EA THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, WHITE LF 282, THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, YELLOW LF 242, THERMOPLASTIC SOLID TRAF STRIPE, 24 IN, WHITE LF 4, THERMOPLASTIC SOLID TRAF STRIPE, 8 IN, WHITE LF 31, THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, WHITE GLF 1, THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, YELLOW GLF 54, RAISED PVMT MARKERS, TP 3 EA 3,310 UNIT PRICE TOTAL BID PRICE FC-9403; Revised Exhibit C: Schedule of Unit and Lump Sum Prices 1/23/17

10 TR_G- SH001 HOT APPLIED PREFORMED PLASTIC PVMT MKG, WORDS AND/ OR SYMBOLS, WHITE, TP P (HIGH FRICTION BIKE) EA 6 SPEED HUMPS LF MISCELLANEOUS CONSTRUCTION DOLLAR 250,000 $1.00 $250, ALTERNATES addalt-001 addalt-002 addalt-003 addalt-004 addalt-005 addalt-006 addalt-007 addalt-008 addalt-009 addalt-010 addalt-011 addalt-012 addalt-013 addalt-014 addalt-015 addalt-016 addalt-017 addalt-018 addalt-019 addalt-020 addalt-021 addalt-022 addalt-023 addalt-024 addalt-025 addalt-026 addalt TRAFFIC CONTROL LS RENEW ATLANTA BOND PROGRAM PROJECT SIGNS 24" x 30" SINGLE TP 7 POST RENEW ATLANTA BOND PROGRAM PROJECT SIGNS 48" x 84" DOUBLE TP 7 POST EA 20 EA SHOULDER RECONSTRUCTION MI RECYCLED ASPH CONC PATCHING, INCL BITUM MATL & H LIME RECYCLED ASPH CONC 9.5 MM SUPERPAVE, TYPE II, GP 2 ONLY, INCL BITUM MATL & H LIME RECYCLED ASPH CONC 25 MM SUPERPAVE, GP 1 OR 2, INCL BITUM RECYCLED ASPH CONC 12.5 MM SUPERPAVE, GP 2 ONLY, INCL BITUM MATL & H LIME RECYCLED ASPH CONC 19 MM SUPERPAVE, GP 1 OR 2,INCL BITUM MATL & H LIME TN 466 TN 500 TN 1,733 TN 11,152 TN 5, ASPHALT-RUBBER JOINT AND CRACK SEAL, TP M MI TACK COAT GL 7, MILL ASPH CONC PVMT, VARIABLE DEPTH SY 101, CONC SIDEWALK, 4 IN SY ADJUST CATCH BASIN TO GRADE EA ADJUST DROP INLET TO GRADE EA LOOP DETECTOR REPAIR 6 X 6 EA PAVEMENT MARKING, SYMBOL, TP 4 (BYCYCLE LANE) EA PAVEMENT MARKING, ARROW, TP 1 (BICYCLE LANE) EA SOLID TRAFFIC STRIPE, 5 IN WHITE LF 2, SOLID TRAFFIC STRIPE, 5 IN YELLOW LF 2, SKIP TRAFFIC STRIPE, 5 IN WHITE GLF 1, SKIP TRAFFIC STRIPE, 5 IN YELLOW GLF 1, TRAFFIC STRIPE, WHITE SY TRAFFIC STRIPE, YELLOW SY THERMOPLASTIC PVMT MARKING, ARROW, TP-2 EA THERMOPLASTIC PVMT MARKING, ARROW, TP-3 EA THERMOPLASTIC PVMT MARKING, ARROW, TP-5 EA 10 FC-9403; Revised Exhibit C: Schedule of Unit and Lump Sum Prices 1/23/17

11 addalt THERMOPLASTIC PVMT MARKING, ARROW, TP-7 EA THERMOPLASTIC PVMT MARKING, WORD, TP-2 (STOP) EA THERMOPLASTIC PVMT MARKING, WORD, TP-3B (SCHOOL) EA THERMOPLASTIC PVMT MARKING, WORD, TP-4 (AHEAD) EA THERMOPLASTIC PVMT MARKING, WORD, TP-5 (SLOW) EA THERMOPLASTIC PVMT MARKING, WORD, TP-6 (BUSES) EA THERMOPLASTIC PVMT MARKING, WORD, TP-15 (YIELD) EA THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, WHITE LF 40, THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, YELLOW LF 46, THERMOPLASTIC SOLID TRAF STRIPE, 24 IN, WHITE LF THERMOPLASTIC SOLID TRAF STRIPE, 8 IN, WHITE LF 2, THERMOPLASTIC SOLID TRAF STRIPE, 6 IN, WHITE LF THERMOPLASTIC TRAFFIC STRIPING, WHITE SY THERMOPLASTIC TRAFFIC STRIPING, YELLOW SY RAISED PVMT MARKERS, TP 1 EA RAISED PVMT MARKERS, TP 3 EA RAISED PVMT MARKERS, TP 10 EA 50 addalt-028 addalt-029 addalt-030 addalt-031 addalt-032 addalt-033 addalt-034 addalt-035 addalt-036 addalt-037 addalt-038 addalt-039 addalt-040 addalt-041 addalt-042 addalt-043 addalt-044 addalt-045 TR_G- HR001 THRU HR005 CITY STANDARD WHEELCHAIR RAMP, 6 INCHES THICK WITH DETECTABLE WARNING SURFACE OR TRUNCATED DOMES SY 2, SOD SY 250 All pavement markings shall be MUTCD-compliant Total Base Bid Amount: $ that is (Words) Alternate Add-Ons: $ that is (Words) Total Bid Price (Base Bid + Alt-Add-Ons) $ that is (Words) FC-9403; Revised Exhibit C: Schedule of Unit and Lump Sum Prices 1/23/17