NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 7/29/2011

Size: px
Start display at page:

Download "NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 7/29/2011"

Transcription

1 NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 7/29/2011 Control Project Highway County , ETC. RMC , ETC. IH0045 WALKER Ladies/Gentlemen: Attached please find an addendum on the above captioned project. Included in the attachment is an adendum notification which details the changes the respective proposal pages which were added / or changed. Except for new bid insert pages, it is unnecessary to return any of the pages attached. Bid insert pages must be returned with the bid proposal submitted to the Department, unless your firm is submitting a bid using a computer print out. The computer print out must be changed to reflect the new bid item information. Contractors material suppliers, etc. who have previously been furnished informational proposals are not being furnished a copy of the addendum. If you have a subcontractor on the above project, please advise them of this addendum. Acknowledgment of this addendum is not requested if your company has been issued a proposal stamped This Proposal Issued for Informational Purposes. You are required to acknowledge receipt of this addendum on the Addendum Acknowledgement form contained in your bid proposal by placing a mark in the box next to the respective addendum. Failure to Acknowledge receipt of this addendum in your bid proposal will result in your bid not being read. 04/99

2 SUBJECT: PLANS AND PROPOSAL ADDENDUMS PROJECT: RMC CONTROL: COUNTY: WALKER LETTING: 08/10/2011 REFERENCE NO: 0729 PROPOSAL ADDENDUMS _ PROPOSAL COVER X BID INSERTS (SH. NO.: 1 ) X GENERAL NOTES (SH. NO.: A-G ) _ SPEC LIST (SH. NO.: ) _ SPECIAL PROVISIONS: ADDED: DELETED: _ SPECIAL SPECIFICATIONS: ADDED: _ OTHER: DELETED: DESCRIPTION OF ABOVE CHANGES (INCLUDING PLANS SHEET CHANGES) The following have been revised replaced: 1. Proposal bid sheet reflecting quantity bid item changes 2. Proposal plan general notes: pages A-G 3. Plan title sheet: new page numbering 4. Plan summary of small signs 5. Plan E&Q estimate sheet - district quantity changes - one new bid item ( ) 1-1

3 PROPOSAL SHEET PROPOSAL SHEET PROJECT RMC , ETC. TxDOT COUNTY WALKER FORM 234-B I-61-5M ALT ITEM NO ITEM-CODE DESC CODE S.P. NO. UNIT BID PRICE ONLY. WRITTEN IN WORDS UNIT APPROX QUANTITIES DEPT USE ONLY REPLACE EXISTING ALUMINUM SIGNS (TY A) IN SM RD SN SUP&AM TY10BWG(1)SA(P) IN SM RD SN SUP&AM TY10BWG(1)SA(T) IN SM RD SN SUP&AM TYS80(1)SA(T) IN SM RD SN SUP&AM TYTWT(1)UA(P) SF 2, EA EA EA EA REMOVE SM RD SN SUP & AM REMOVE LRSA EA EA MODIFY SPEED LIMIT SIGN ASSEMBLY EA 1,

4 GENERAL NOTES: Instruction to Bidders This project includes plan sheets that are not part of the bid proposal. View plans on-line, download from the web, or order plans from reproduction companies shown at: TxDOT Project Supervisor The project will be managed by: Texas Department of Transportation Michael Jedlicka, P.E. Traffic Engineer 2501 S.W. Loop 1300 N Texas Ave Bryan, TX Michael.Jedlicka@txdot.gov The contractor shall take before after pictures of every sign modified, removed, installed or replaced with a camera that is equipped to record the GPS location of the picture. Supply the information to the Department in an excel table format with hyperlinked latitude longitude. An example is: SIGN LOCATION COORDINATES ROADWAY MILE MARKER OR REFERENCE MARKER , IH 45 North Bound Between MM 156 MM 164, 0.9 miles S. of SH 7. This project consists of installing new signs removing replacing existing signs with new signs, including mounting hardware on various highways in the South Region. Work may occur in multiple counties in multiple Districts simultaneously. Each contract awarded by the Department sts on its own as such, is separate from other contracts. A contractor awarded multiple contracts, must be capable sufficiently staffed to concurrently process any or all contracts at the same time. Notify the Engineer's representative by telephone by 2:00 PM on the day before beginning work, providing work location time of arrival. If work day is a Saturday or a Monday, provide this information by 2:00 PM the prior Friday. If work is canceled, provide reason for not working that day. A

5 It is the Contractor s responsibility to verify all dimensions elevations in the field prior to ordering signs supports. Award Execution of Contract As provided by the 2004 Stard Specifications for Construction Maintenance of Highways, Streets, Bridges please note the following: Execution of Contract. Provide the following within 15 days after written notification of award of the Contract. Contracts. Executed by Contractor Surety Bonds. Executed performance bond payment bond Certificate of Insurance. Submit a certificate of insurance showing coverages in accordance with the contract requirements prior to starting work Prosecution of Work Upon execution of the Contract the Department will schedule a pre-construction meeting. The contractor shall provide a proposed schedule of work for Stage 1 at the pre-construction meeting. Work must begin within four (4) working days of pre-construction meeting. Written notification will be delivered electronically following the pre-construction meeting with notes from the meeting. The location of the region is shown on the Title. Work may be on any of the on system state highways in the region. When possible, modify remove the Interstate signs first. Work will be in two stages: Stage-One Removing truck speed limit signs (R-2a) the foundations assemblies, Removing night speed limits signs (R2-3), Lowering daytime speed limit signs (R2-1) to the required height removing excess post extending above the sign by approved sawing procedures. Sawed surfaces will be coated as required. Removing maximum legal speeds signs (R2-4TC) at entries to the state of Texas. B

6 Work completed under stage-one will be paid for under the following bid items: REMOVE SM RD SN SUP & AM REMOVE LRSA MODIFY SPEED LIMIT SIGN ASSEMBLY All work in Stage 1 shall be completed by December 31, See the table below for approximate quantities of signs by county for Stage 1 work. Number of Night Speed Limit Signs Item Number of Truck Speed Limit Signs Item Number of State Line Signs Item Region District County East Beaumont Chambers County 0 52 East Beaumont Hardin County East Beaumont Jasper County East Beaumont Jefferson County East Beaumont Liberty County 0 49 East Beaumont Newton County East Beaumont Orange County East Beaumont Tyler County East Bryan Brazos County East Bryan Burleson County East Bryan Freestone County East Bryan Grimes County East Bryan Leon County East Bryan Madison County East Bryan Milam County East Bryan Robertson County East Bryan Walker County East Bryan Washington County C

7 Number of Night Speed Limit Signs Item Number of Truck Speed Limit Signs Item Number of State Line Signs Item Region District County East Houston Brazoria County 0 29 East Houston Fort Bend County 0 49 East Houston Galveston County 0 9 East Houston Harris County 0 12 East Houston Montgomery County 0 32 East Houston Waller County East Lufkin Angelina County 23 0 East Lufkin Houston County 35 3 East Lufkin Nacogdoches County 46 0 East Lufkin Polk County 39 0 East Lufkin Sabine County East Lufkin San Augustine County 24 2 East Lufkin San Jacinto County 22 0 East Lufkin Shelby County East Lufkin Trinity County Stage-Two Replacing of speed limit signs (R2-1) where directed, Furnishing installing new speed limit sign assemblies (R2-1) where directed. Stage-Two cannot begin until speed limit studies have been completed to determine the correct speed limit warranted under a new law. It is anticipated that in many cases this will require Stage-Two construction to take place on a time much later than Stage-One. Material on h will be considered for quantities shown on the plans for Stage 2 activities. The minimum quantity for each work order will be 75 signs. Work may occur in multiple districts in the region. The contractor will be required to complete all sign installations in the work order within 30 calendar days. Work completed under stage-two will be paid for under the following bid items: REPLACE EXISTING ALUMINUM SIGNS (TY A) IN SM RD SN SUP & AM TY10BWG (1) SA (T) D

8 IN SM RD SN SUP & AM TYS80 (1) SA (T) IN SM RD SN SUP & AM TYTWT (1) UA (P) Salvaged Material The Department will determine which materials are salvageable which are non-salvageable. Salvageable material will be delivered to locations given at the preconstruction meeting or in work orders. For all signs designated for removal: Salvage plywood 48 X 48 larger, if not rotted or delaminated, all aluminum signs, Palletize b salvaged aluminum signs, Stockpile signs at locations as directed by the Engineer. Item 5 Control of Work Contact TxDOT project supervisor for this project to determine/verify the location of ITS loop detectors, conduit, ground boxes, etc. Any ITS equipment damaged by the Contractor will be repaired or replaced by the Contractor at their expense by a pre-approved method. Contact TxDOT project supervisor for this project when construction operations are within 400 feet of a signalized intersection to determine/verify the location of loop detectors, conduit, ground boxes, etc. Signal equipment damaged by the Contractor will be repaired or replaced by the Contractor at their expense by a pre-approved method. Item 8 Prosecution Progress Between April 1st October 31st the Texas Commission on Environmental Quality (TCEQ), is monitoring weather conditions on a daily basis to forecast the probability of ozone formation. In the event weather conditions indicate that excessive ozone may occur, the National Weather Service working with the TCEQ will issue an Air Quality Health Alert Day for the following day. TCEQ estimates that approximately 25 Air Quality Health Alert Days might be issued during the ozone formation season. On Air Quality Health Alert Days, lane closures the use of small gasoline engines will not be allowed until after 12. The State will notify the Contractor by 4:00 p.m. of the day before the Air Quality Health Alert Day to inform them of the restrictions for the following day to request their assistance in reducing any other operations that may contribute to an increase in the ozone readings. If these restrictions affect the critical items of work previously scheduled by the E

9 Contractor, a working day will not be charged. Time charges on these days will be as determined by the Engineer for each day. Calendar days on callout work orders will be computed charged in accordance with Article 8.3.A.5. Calendar Day. Working days will be charged Sunday through Saturday, including all holidays, regardless of weather conditions, material availability, or other conditions not under the control of the Contractor. Work will not be permitted on holiday weekends during other major events that TxDOT determines will cause significant traffic congestion, unless otherwise approved. Item 502 Barricades, Signs, Traffic Hling Furnish install all signs, barricades other incidentals necessary for proper traffic control, in accordance with part 6 of the Texas Manual on Uniform Traffic Control Devices for Streets Highways in accordance with the stard plan sheets. Additional devices may be needed to supplement these requirements. All warning signs shall be factory made in satisfactory condition. In addition to providing a Contractor s Responsible Person (CRP) a phone number for emergency contact, have an employee(s) available to respond on the project for emergencies for taking corrective measures within 30 minutes. When a Traffic Control Plan (TCP) stard requires the use of one of the following devices, a Type III barricade, channelizing devices or shadow vehicle with orange flags or warning lights, use a shadow vehicle equipped with a Truck Mounted Attenuator (TMA). Erect temporary traffic control signs in locations that will not obstruct the traveling public s view of the permanent roadway signing or obstruct sight distance at intersections curves. Traffic control will be subsidiary to the various bid items. F

10 ITEM 636 ALUMINUM SIGNS Locations of signs to be replaced will be provided by the Department through a work order. For stard small sign details dimensions, refer to the Stard Highway Sign Designs for Texas (SHSD) ; a supplement to the Texas manual on Uniform Traffic Control Devices (TMUTCD). After signs have been replaced, wash signs requiring cleaning with an approved cleaning solution to remove all grease, oil, dirt, smears, streaks other foreign particles. The Department will determine which materials are salvageable which are non-salvageable. ITEM 644 "SMALL ROADSIDE SIGN SUPPORTS AND ASSEMBLIES" Locations of new signs to be installed will be provided by the Department through a work order. For stard small sign details dimensions, refer to the Stard Highway Sign Designs for Texas (SHSD) ; a supplement to the Texas manual on Uniform Traffic Control Devices (TMUTCD). For this project, the contractor will be allowed to use a portable, motor-driven concrete mixer for batches of concrete less than 2 cubic yards. For small placements less than 0.5 cubic yards, the contractor can h mix the concrete in a suitable container. The concrete shall be Class A or a bagged concrete product meeting the requirements of DMS-4655 for Type C - General Purpose Repairs with a minimum 3-day compressive strength of 3,600 psi. After sign supports with signs attached have been erected, wash individual units requiring cleaning with an approved cleaning solution to remove all grease, oil, dirt, smears, streaks other foreign particles. The Department will determine which materials are salvageable which are non-salvageable. ITEM 647 "LARGE ROADSIDE SIGN SUPPORTS AND ASSEMBLIES" The Department will determine which materials are salvageable which are non-salvageable. ITEM 7606 "MODIFY SPEED LIMIT SIGN ASSEMBLIES" The Department will determine which materials are salvageable which are non-salvageable. Replace all friction caps on the circular pipe supports after modifying the length. If the friction cap cannot be reused, install a new one. G

11 H

12 This page intentionally left blank. 1-1