May 31, Prepared By: Thompson Engineering, Inc Cottage Hill Road Ste. 190 Mobile, Al Office (251) Fax: (251)

Size: px
Start display at page:

Download "May 31, Prepared By: Thompson Engineering, Inc Cottage Hill Road Ste. 190 Mobile, Al Office (251) Fax: (251)"

Transcription

1 Addendum No. 1 to the Water Street Signal Planning And Striping Plan Concrete Sidewalk Phase Mobile, Alabama For the City of Mobile, Alabama Project No May 31, 2017 Prepared By: Thompson Engineering, Inc Cottage Hill Road Ste. 190 Mobile, Al Office (251) Fax: (251) Items: Item 1: Pre-Bid Meeting Notes Item 2: Revised Bid Sheet Item 3: Revised Plan Sheets Item 4: Revised Bid Bond Attachments Item 1. Item 2. Pre-Bid Meeting A. A copy of the Pre-Bid Meeting Notes of the mandatory pre-bid meeting is attached and includes a copy of the signed copy of the sign-in sheet. Revised Quantities A. A copy of the revised bid sheet is attached. The quantity revisions include the following:

2 (1) Amended Pay Item 618A-000 Concrete Sidewalk, 4 Thick (2) Added Pay Item- Planter Containers Item 3. Revised Plan Sheets A. A copy of plans sheets 2F, 3, and 3B are attached. The revisions are clouded and noted. Item 4. Revised Bid Bond A. A revised copy of the Bid Bond Form is attached. It was Revised to reflect the correct maximum bond amount. Attachments: Pre-Bid Meeting Notes Sign-in Sheet from Pre-Bid Meeting Revised Proposal Revised Plan Sheet 2F Revised Plan Sheet 3 Revised Plan Sheet 3B Revised Bid Bond Form Acknowledgement of Addendum No. 1 Include Signed Addendums in Bid Package Contractor s Signature

3 May 31, 2017 Attn: Plan Holders RE: Addendum No. 1 Project Water Street Signal Planning and Striping Plan Concrete Sidewalk Phase City of Mobile, Alabama Below are notes from the Mandatory Pre-bid that was held, May 25, 2017 at 2:00 p.m. 1. Advised all attendees that this pre-bid meeting was a mandatory requirement to be able to consider their bid. 2. Advised all attendees that the State of Alabama increased bid bond maximum amount to $50, Advised all attendees that bids are due Wednesday June 7 th, 2:30 PM CST, 9 th Floor, Mobile Government Plaza. 4. Advised all attendees that all questions will have to be provided to Thompson Engineering, Inc. by 4:00 PM June 5th. All questions submitted prior will be answered in writing and distributed to all qualified bidders. 5. DBE requirement is contractors to put forth a 15% good faith effort seeking DBE participation; fill out, sign and turn in with bid DBE forms required by the COM. Current DBE list is on the COM website. 6. Advised all attendees of one year maintenance period from final acceptance of work. 7. Advised all attendees of requirement to submit Traffic Control Scheme to City Traffic Engineer prior to any work being performed. 8. Thirty (30) working days are allowed for construction of this project. RESPONSE- number of working days will be revised to 75 working days.

4 9. CLARIFICATION: Basis of Award will be the lowest BASE BID amount submitted by a qualified bidder. Additive Alternate No. 1 total will not be considered in contract award. 10. Question asked about work hour restrictions. RESPONSE- They will be NO work hour restrictions during length of project. 11. Question asked about number and types of curb ramps to be installed. RESPONSE- See Revised Sheet 3B for locations and type of ramps to be installed. Please find attached an ACKNOWLEDGEMENT OF RECEIPT OF ADDENDUM NO. 1. Bidders shall sign and date the acknowledgement of receipt of Addendum No. 1 and return it to Dana Glass, dglass@thompsonengineering.com Thompson Engineering, Inc Cottage Hill Road, Mobile, AL Failure to provide Acknowledgement of Receipt of Addendum No. 1 will subject Bidder to disqualification.

5 Addendum No. 1 ACKNOWLEDGEMENT OF RECEIPT Project Water Street Signal Planning and Striping Plan Concrete Sidewalk Phase City of Mobile, Alabama The addendum herein is to be acknowledged by each prospective bidder on for Project In addition to acknowledgement of Addendum No. 1 on Page 1 of the Contractor s Proposal, please sign this letter below as indicated and return Dana Glass, dglass@thompsonengineering.com, 2970 Cottage Hill Road, Mobile, AL ACKNOWLEDGEMENT OF RECEIPT COMPANY NAME (print) SIGNATURE If you have any questions or require clarification of Addendum No. 1, please contact JAKE GIBBS, P.E., jgibbs@thompsonengineering.com 2970 Cottage Hill Road, Mobile, AL

6

7

8 ADDENDUM NO. 1 ITEM III PROPOSAL TO: Honorable William S. Stimpson, Mayor Date City of Mobile Mobile, Alabama The undersigned, as Bidder, hereby declares that he has examined the site of the work and is fully aware of conditions pertaining to the place where the work is to be done. The Bidder also declares that he has carefully examined the Instructions to Bidders, the General Conditions of the Specifications and the drawings, as prepared by the CITY TRAFFIC ENGINEER, as well as the premises Project Name: Water Street Signal Planning and Striping Plan, Concrete Sidewalk Phase Project No: Project Description: Installation of Curbs, Pedestrian Facilities, sidewalks and Curb Ramps Major work items include: Concrete Curbs & Sidewalk & ADA Curb Ramps The Bidder further agrees to construct the improvements in 75 working days. The Bidder proposes and accepts the Articles of Agreement with the City of Mobile, Mobile, Alabama to furnish all necessary materials, equipment, tools, machinery, and means of transportation, and labor to complete the construction of the project. All work performed under this contract shall be in accordance with the State of Alabama Highway Department Standard Specifications for Highway Construction, 2012 Edition, with all latest additions and modifications by the Engineering Department for the City of Mobile, or as amended herein. The quantities for bid items listed on the proposal sheets are estimated quantities. Payment to the Contractor will be made only for the actual quantities of work performed and accepted on materials furnished in accordance with the contract. The scheduled quantities of work to be done and materials to be furnished may each be increased, decreased or omitted as herein provided. No interpretations of the meaning of the plans, specifications or other bid documents will be made to any bidder orally. Any request for such interpretation should be in writing, addressed to Thompson Engineering, Inc.: Tom Harjung, tharjung@thompsonengineering.com. In order to receive consideration, the request must be received before 4:00 p.m. on May 19, Any such interpretation, any supplemental instructions will be mailed or delivered to all prospective bidders. 10 May 31, 2017

9 ADDENDUM NO. 1 BASE BID WATER STREET SIGNAL PLANNING AND STRIPING PLAN, CONCRETE SIDEWALK PHASE CITY OF MOBILE PORJECT NO ITEM NUMBER PLAN QUANTITY UNIT ITEM NAME WITH UNIT PRICE WRITTEN IN WORDS 206D LIN FT Removing Curb and Gutter 600A LUMP SUM Mobilization 618A SQ YD Concrete Sidewalk, 4" Thick 623B LIN FT Curb Type "F" 623C LIN FT Curb and Gutter Type "C" UNIT PRICE AMOUNT BID 740A LUMP SUM Traffic Control Scheme Water Street Signal Planning and Striping Plan, Concrete Sidewalk Phase Total Amount Base Bid = $ May 31, 2017

10 ADDENDUM NO. 1 ADD ALTERNATE 1 BID WATER STREET SIGNAL PLANNING AND STRIPING PLAN, CONCRETE SIDEWALK PHASE CITY OF MOBILE PORJECT NO ITEM NUMBER PLAN QUANTITY UNIT 10 CU YD Mulch ITEM NAME WITH UNIT PRICE WRITTEN IN WORDS 7 CU YD Washed Course Stone 7 CU YD #89 Washed Pea Gravel 10 CU YD Washed #57 Gravel 85 CU YD Container Soil Mixture 41 EACH Planter Container UNIT PRICE AMOUNT BID Water Street Signal Planning and Striping Plan, Concrete Sidewalk Phase ADD ALTERNATE 1 Total Amount Bid = $ May 31, 2017

11 ADDENDUM NO. 1 Base Bid Total (All items listed in Proposal) Written in words Number of working days to complete 75 Signature of Bidder (If a firm or individual) Address of Bidder By Signature of Bidder (If a Corporation) By President Secretary Treasurer Business Address Business Address Business Address (Corporate Seal) Name of State under the Laws of which the Corporation was chartered: ATTEST: Secretary State License Number Corporate Seal 12 May 31, 2017

12 PROJECT NOTES REFERENCE FISCAL SHEET PROJECT NO YEAR NO F NOTE NO NOTES NOTE NO NOTES The contractor is responsible for the layout of the proposed improvements as shown throughout the plans and shall construct the sidewalk and other project features in compliance with the Americans with Disabilities Act (ADA). All excess materials such as dirt, concrete, striping and others shall be removed from the project area and properly disposed of by the contractor at no cost to the city. 800 It shall be the contractor's responsibility to contact the various utility owners and determine the exact location of all exisitng utilities on this project whether shown on the plans or not. The location of any required guardrail, signs, footings of any nature, and electrical/communications conduits may be adjusted as directed by the engineer to prevent any conflicts with 152 All existing structures, signs, walls, buildings, sidewalks, and others (outside the scope of these utilities. the project) damaged by the contractor. shall be replaced or repaired to the satisfaction of the project engineer at no cost to the City or ALDOT. 153 The contractor is not to disturb benchmarks in any manner unless directed to do so by the Engineer The contractor shall obtain and pay for all permits required by the ordinances of the CIty of MOBILE, MOBILE County, and the State of Alabama after the contract is awarded, and after completion of work, shall verify to the engineer, by certification of final inspection and approval from the local city inspector(s) and other regulatory agencies, that the installation complies with all regulations governing the same. Exterior lane from STA TO STA will be divided into a 6' buffer area and a 5' bike lane. The bike lane shall be kept at a constant width of 5'. If the existing lane width varies from the standard 11' lane width, then any change in width will be added to or taken from the buffer lane width. For example, if the lane width reduces 10.5', then the bike lane will remain at 5' and the buffer width will be reduced to 5.5'. 900 NPDES permit coverage is not required for this project. 200 Striping on the side roads shall be taken to the back of the return radius The width of the buffer area shall include the 12" striping, i.e. the width shown is from outside edge of stripe to outside edge of stripe. Class "W" striping shall be used on the I-10 Ramp leading to Water St. from Sta to Sta At tie-ins to existing sidewalk, any concrete sidewalk removal shall be a subsidiary obligation of Pay Item No. 618A-000. Any sidewalk constructed with a cross-slope greater than 2% shall be removed and replaced by the contractor at no additional cost to the project. This is an absolute maximum slope. The contractor will be allowed to construct the sidewalk at cross-slopes less than 2% however positive drainage must be povided When completing sidewalk construction in an area, the contractor shall complete all grading operations, topsoil, and sod within 7 days. Any disturbed area outisde limits of construction needing Topsoil and Sod (Bermuda) shall be paid for by the Contractor at no cost to The City of Mobile. All items included in the list below shall be treated as incidental to the construction of the concrete sidewalk and shall be included in the unit price for Pay Item No. 618A-000. There will be no direct payment associated with these items: Handicap Ramps (ADA Accessible) Tactile Warning Surface Sign Reset At locations where concrete sidewalk is required to be placed adjacent to existing pavement, existing pavement removal is to be accomplished along neat, full depth sawcut lines. The cost of the work shall be a subsidiary obligation of Pay Item No. 618A All tactile warning surfaces of wheelchair ramps at pedestrian crosswalks will be of the Prefabricated Mat Truncated Dome option. 401 At locations where existing concrete sidewalks and ramps are required to be retrofitted with truncated domes, work shall be performed as required on City of Mobile Standard Drawings ROW 7 and ROW 9, and the cost shall be subsidiary obligation of item 618A At location of the new handicap ramps, any void created by the removal of curb and gutter shall be backfilled and compacted with aggregate surfacing and the material acceptance shall be by visual inspection of the engineer; no testing shall be required. The cost of this work shall be a subsidiary obligtion of Item 618A-000. REVISION NO. DESCRIPTION DATE BY: 1 REVISED PROJECT NOTE 5/30/17 MAM RESPONSIBLE PE: SUPERVISOR: DESIGNER: PLAN SUBMITTAL ADDENDUM NO. 1 SHEET TITLE PROJECT NOTES SHEET ROUTE WATER

13 SUMMARY OF QUANTITIES REFERENCE FISCAL SHEET PROJECT NO YEAR NO REVISION NO. DESCRIPTION DATE BY: 1 REVISED QUANTITIES, ADDED PAY ITEM 5/30/17 MAM RESPONSIBLE PE: SUPERVISOR: DESIGNER: PLAN SUBMITTAL ADDENDUM NO. 1 NOT TO SCALE SHEET TITLE SUMMARY OF QUANTITIES ROUTE WATER

14 SUMMARY OF QUANTITIES REFERENCE FISCAL SHEET PROJECT NO YEAR NO B REVISION NO. DESCRIPTION 1 RESPONSIBLE PE: SUPERVISOR: DESIGNER: DATE REVISED QUANTITIES, PROJECT TOTAL 5/30/17 SHEET TITLE PLAN SUBMITTAL ADDENDUM NO. 1 NOT TO SCALE SUMMARY OF QUANTITIES BY: MAM ROUTE WATER

15 ADDENDUM NO. 1 KNOW ALL MEN BY THESE PRESENT: ITEM IV BID BOND That as Principal, and (Name of Contractor) (Address) (Name of Surety) (Address) as Surety, are held firmly bound unto the City of Mobile, a Political Subdivision of and Body Corporate in the State of Alabama as Obligee, in the full and just sum of five percent (5%) of amount bid (maximum amount of Bond is $50,000) lawful money of the United States, for the payment of which sum, well and truly to be make, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said principal is herewith submitting its proposal for Water Street Signal Planning and Striping Plan, Concrete Sidewalk Phase, City of Mobile Project No The condition of this obligation is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms of and conditions of the Contract, then this obligation is to be void; otherwise, the Principal and the Surety will pay unto the Obligee the difference in money between the amount of the Contract as awarded and the amount of the proposal of the next lowest bidder, which amount shall not exceed $50,000. If no other bids are received, the full amount of the proposal guarantee shall be so retained or recovered as liquidated damages for such default. Signed, Sealed and Delivered (Date) (Contracting Firm) Witness as to Principal By: (SEAL) (Name of Surety) COUNTERSIGNED: Alabama Resident Agent By BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY. May 31, 2017