The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

Size: px
Start display at page:

Download "The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM."

Transcription

1 HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 6/19/15 BID NO. ITB ADDENDUM No. 2 Project.: Owner: Lake Josephine Drive resurfacing Highlands County BCC Attn: Purchasing Department 4320 George Blvd; Sebring, FL The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM. 1. What is the budget estimate for this project? The total project budget for design and construction, engineering and inspections (CEI) is $841, What are the working hours for this project? There are no restrictions. 3. Will the Contractor or the County be responsible for providing and paying for testing? The Contractors will be responsible for providing and paying for testing. 4. Is the FDOT Specification, Section 9 Measurement and Payment, Fuels and Bituminous Materials in effect for the entire duration of the contract? No 5. Will roadway stationing be required for this project? No 6. Will certified as-builts and/or record drawings be required for this project? Yes, please see SECTION Agreement; Plan Sheet 5, Pay item # 4, temp striping required on any unpaved milled surface. Please confirm the County will allow traffic on a milled surface per FDOT section 327? Yes the County will allow traffic on a milled surface in compliance with the FDOT Standard Specifications for Road and Bridge Construction dated January The Contractor shall repave all milled surfaces no later than the day after the surface was milled. The County shall take ownership of milled material.

2 8. Please confirm Highlands County s Asphalt Plant operating hours, and production per hour? The normal hours of operation for the Highlands County s asphalt plant are Monday through Thursday from 6:30 a.m. until 4 p.m. Highlands County would be more than willing to adjust those hours pending advanced notification and coordination from the Contractor. 9. Please refer to Plan Sheet 3, ASPHALT WARRANTY: 2 years after the date of Final Payment. Upon reviewing Universal Engineering's Pavement Evaluation dated March 26, Stabilized Subgrade: ten out of ten cores, Stabilized Subgrade was not evident. Base: Five out of ten cores, Roadway Base was not evident, one core 3" of shell base was present. I would ask that the County waive the 2 year Warranty Period and rely on good construction practices to complete this project. The County will not waive the 2 year warranty period requirement. 10. Will a revised bid form be issued? Yes, see the attached revised Bid Form. The following is summary of the changes: The following changes were made to the Base Bid Quantities: Increased quantity of Task 12 from 2,770 Tons to 3090 Tons Deleted Task 14 (Superpave Asphaltic Concrete, SP-9.5 (2.5 Thick) (RAP 30% Maximum) Turnouts Added Task 18 (Existing Pavement Marking Removal) Increased the quantities for Temporary Painted Pavement Markings, STD, Yellow, Skip, 6 and Thermoplastic, Standard, Yellow, Skip 6 to 1,140 and Renumbered the remainder of the task accordingly The following changes were made to the Alternate 1: Roadway Widening Quantities: Decreased the quantity for Task 5 - Type B Stabilization (Sub-Base) (12" Compacted Thickness) to 13,000. The following changes were made to the Alternate 2: Sidewalk Installation: Changed the description of Task 13 from Single Post Sign Relocation to Single Post Sign (Less Than 12 S.F.), Stop Sign, F&I. The changes on the attached Bid Form are highlighted in yellow. ***THE ATTACHED REVISED SECTION BID FORM MUST BE SUBMITTED WITH YOUR BID TO BE CONSIDERED RESPONSE AND RESPONSIBLE.***

3 SECTION REVISED BID FORM ITB PROJECT IDENTIFICATION: Lake Josephine Drive Resurfacing Project No ITB No THIS BID IS SUBMITTED TO: BID SUBMITTED BY: Highlands County BCC Att: Purchasing Department 4320 George Boulevard Sebring, FL [Bidder s Name] [Print Contact Person s name for this Bid] [Contact Person s address] [Contact Person s phone number] 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to furnish all labor, materials, and equipment to construct and complete the Work according to and as specified or indicated in ITB and the Bidding Documents for the Bid Price and within the time periods stated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for thirty-five (35) days after the day of Bid opening. Bidder will sign and deliver the required number of the other documents required by ITB within fifteen (15) days after the date of County's Notice of Award. 3. In submitting this Bid, Bidder represents that: (a) Bidder has examined and carefully studied the Bidding Documents, including the following Addenda, receipt of all of which is hereby acknowledged: Date Number Date Number SECTION

4 (b) (c) (d) (e) (f) (g) (h) Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work; Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. Bidder acknowledges that County and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the Site. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. Bidder is aware of the general nature of the Work to be performed by County and others at the Site that relates to the Work. Bidder has correlated information known to Bidder, information and observations obtained from visits to the Site, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Bidding Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. Bidder has not solicited or induced any person, firm or corporation to refrain from bidding, and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over County. 4. In compliance with Section , Florida Statutes as a YES NO CIRCLE ONE Drug Free Workplace SECTION

5 Participating in E-Verify? YES NO CIRCLE ONE (If yes, must submit any document from E-Verify showing your Member # with bid) Women or Minority Owned Business? YES NO CIRCLE ONE (If yes, copy of certificate must be submitted with bid) 5. Pricing The following unit prices shall be provided by the Bidder. These unit prices shall be used to establish the increase or decrease in the total price due to changes in the Work required by the County. Except for price adjustments for changes in the Work required by the County that increase or decrease the quantities stated in the Tabulation of Quantities, there will be no adjustments to Lump Sum Bid Price. The Bidder shall be responsible for verification of the quantities stated in the following Tabulation of Quantities. This is a Lump Sum Bid. Bidder will complete the Work in accordance with the Contract Documents for the following Lump Sum Bid Price. AWARD will be based on the Lump Sum Bid Price and requirements of Bidder. All work for this ITB will be awarded to one (1) Bidder. LAKE JOSEPHINE DRIVE RESURFACING, HIGHLANDS COUNTY PROJECT No BASE BID: TABULATION OF QUANTITIES TASK NO. ITEM DESCRIPTION QUANTITY UNIT 1 Mobilization 1 LS 2 Bonds & Insurance 1 LS 3 Construction Survey Staking 1 LS 4 Testing (Density, Roadway Thickness) 1 LS 5 Maintenance of Traffic 1 LS 6 Portable Changeable Message Signs, Temporary (2) 180 ED 7 Sediment Barrier 17,000 LF 8 Clearing and Grubbing (Including Tree Removal) 1 LS 9 Regular Excavation 1 LS 10 Milling Existing Asphalt Pavement, 2", Avg. Depth (County to Take Ownership of Milled Material) 24,500 SY Transportation of Millings To County Asphalt Plant, Avg. Depth of Milling 2" (24, SY) 2,500 TN 12 Superpave Asphaltic Concrete, SP-9.5 (2.5" Thick) (RAP 30% Maximum) Resurfacing 3,090 TN 13 Superpave Asphaltic Concrete, SP-9.5 (2.0" Thick) (RAP 30% Maximum) Resurfacing (Within FDOT ROW) 65 TN 14 Inlet, Ditch Bottom, Type "C" 1 EA 15 Pipe Culvert, (F&I), 12"X18" RCP 150 LF 16 Mitered End Section (MES) 1 EA 17 Performance Turf (Sod) (Incl. Top Soil & Water for 14 Days at Least Twice a Week After Initial Establishment) 45,000 SY SECTION

6 18 Existing Pavement Marking Removal 1 LS 19 Temporary Painted Pavement Markings, STD, White, Solid, 6" 18,000 LF 20 Temporary Painted Pavement Markings, STD, Yellow, Solid, 6" 16,300 LF 21 Temporary Painted Pavement Markings, STD, Yellow, Skip, 6" 1,140 LF 22 Thermoplastic, Standard, White, Solid, 6" 1,800 LF 23 Thermoplastic, Standard, Yellow, Solid, 6" 16,300 LF 24 Thermoplastic, Standard, Yellow, Skip 6" 1,140 LF LS = Lump Sum, SY = Square Yard, TN = Ton, LF = Linear Foot, AS = Assembly and ED = Each Day, EA = Each BASE BID TOTAL = $ LUMP SUM BID PRICE (Words) ADDITIVE ALTERNATE 1: ROADWAY WIDENING TABULATION OF QUANTITIES TASK NO. DESCRIPTION QUANTITY UNIT 1 Mobilization 1 LS 2 Construction Survey Staking 1 LS 3 Testing (Density) 1 LS 4 Maintenance of Traffic 1 LS 5 Type B Stabilization (Sub-Base) (12" Compacted Thickness) 13,000 SY 6 Optional Base Materials (Base Group 6), 8" Thick 8,500 SY 7 Existing Asphalt Pavement Removal (Driveway) 1 LS 8 Existing Concrete Pavement Removal (Driveway) 1 LS 9 Superpave Asphaltic Concrete, SP-9.5 (2.5" Thick) (RAP 30% Maximum) Widening 280 TN 10 Driveway Concrete, 6" Thick (2500 PSI) 900 SY 11 Driveway Asphalt, 1½" Thick 760 SY 12 Retro-Reflective Pavement Markers, Bidirectional Yellow 500 EA 13 Single Post Sign Relocation 10 EA ADDITIVE ALTERNATE 1 TOTAL = $ (Words) SECTION

7 ADDITIVE ALTERNATE 2: SIDEWALK INSTALLATION TABULATION OF QUANTITIES TASK NO. DESCRIPTION QUANTITY UNIT 1 Mobilization 1 LS 2 Construction Survey Staking 1 LS 3 Testing (Density) 1 LS 4 Maintenance of Traffic 1 LS 5 Existing Asphalt Pavement Removal (Driveway) 1 LS 6 Existing Concrete Pavement Removal (Driveway) 1 LS 7 Driveway Concrete, 6" Thick (2500 PSI) 860 SY 8 Driveway Asphalt, 1½" Thick 760 SY 9 Optional Base Materials (Base Group 1, 4" Thick) 900 SY 10 Sidewalk Concrete (4" Thick) (2500 PSI) 1,500 SY 11 Sidewalk Concrete (6" Thick at Driveways) (2500 PSI) 200 SY 12 Detectable Warnings (Color Yellow) (Embedded) 15 EA 13 Single Post Sign (Less Than 12 S.F.), Stop Sign, F&I 10 EA Temporary Painted Pavement Markings, STD, White, Solid, 14 12" 480 LF 15 Temporary Painted Pavement Markings, STD, White, Solid 24" 120 LF 16 Thermoplastic, Standard, White, Solid, 12" 480 LF 17 Thermoplastic, Standard, White, Solid, 24" 120 LF ADDITIVE ALTERNATE 2 TOTAL = $ (Words) DEDUCTIVE ALTERNATE 3 (USE OF COUNTY ASPHALT - BASE BID): This alternate requires the CONTRACTOR to use asphalt from the Highlands County owned asphalt plant for the construction of the project relative to the base bid. The CONTRACTOR shall be responsible for retrieving the asphalt from the asphalt plant and for placing the asphalt at contractor s cost. The Highlands County asphalt plant is located at Arbuckle Creek Road, Sebring FL DEDUCTIVE ALTERNATE 3 TOTAL = $ (Words) DEDUCTIVE ALTERNATE 4 (USE OF COUNTY ASPHALT - ROADWAY WIDENING): This alternate requires the CONTRACTOR to use asphalt from the Highlands County owned asphalt plant for the construction of the roadway widening portion of the project. The CONTRACTOR shall be responsible for retrieving the asphalt from the asphalt plant and for SECTION

8 placing the asphalt at contractor s cost. The Highlands County asphalt plant is located at Arbuckle Creek Road, Sebring FL DEDUCTIVE ALTERNATE 4 TOTAL = $ Bidder s Name (Words) 6. (a) Bidder agrees that the Work will be substantially completed within ninety (90) calendar days and ready for final payment within one-hundred and twenty (120) calendar days after the date specified in, and being after, the Notice to Proceed issued by the County. (b) Bidder shall coordinate with the County Project Manager in order to comply with all applicable quality control testing in accordance with the project specifications. (c) CONTRACTOR shall be responsible, at contractor s cost; to bring all milled materials to the Highlands County owned asphalt plant located at Arbuckle Creek Road, Sebring, FL The following documents are submitted with this Bid: (a) Required Bidder's Qualification Statement with supporting data. (b) A tabulation of Subcontractors. (c) Certificate of Insurance for both Bidder and any Subcontractors (if applicable). (d) Acknowledgment of the Addenda (if applicable). (e) A list of a minimum of (5) five jobs similar in scope and size. (f) A minimum of five (5) references of clients for whom similar work has been performed. (g) One (1) original (signed in blue ink), one (1) copy, and one (1) electronic copy of the submitted Bid. (h) E-Verify Confirmation Communications concerning this Bid have been addressed only to the contacts listed in Article 23 of Section of ITB SUBMITTED on, 2015 State Contractor License No.. SECTION

9 If Bidder is: An Individual By: doing business as Business Address: (Individual's Name) (SEAL) Phone No.: A Partnership (Partnership Name) (SEAL) By: Business Address: Phone No.: A Corporation (State in Which Organized and Type of Partnership) (Name of General Partner) (Corporation Name) (SEAL) By: (Corporate Seal) (name of person authorized to sign) (title) Attest: Business Address: (secretary) SECTION

10 Phone No.: Date of Qualification to do business is A Joint Venture By: (name) (seal) By: (name) (address) (seal) (address) Phone Number and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above for an individual or the appropriate form of entity.) G:\PROJECTS\2013\13008 Lake Josephine Drive Resurfacing\Project Management\Bid Documents\Addendum 2\SECTION BAA Bid Form - revised doc SECTION