3Bureau of Construction and Maintenance

Size: px
Start display at page:

Download "3Bureau of Construction and Maintenance"

Transcription

1 Promptly sign and date on the line below, then IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) Any instructions not followed will result in your bid being declared irregular. If these changes affect any of your subcontractors or suppliers, IT IS YOUR RESPONSIBILITY to inform them. These changes are part of the contract for this project(s). Please contact me at (785) , if there are questions. Thank you for your cooperation. 1BTo: 2BFrom: 4BKansas Department of Transportation 3Bureau of Construction and Maintenance 0BEstimating Section Prime Contractor Bid Holders Shane Houser, P.E. - Estimating Engineer 5BDate: April 16, 2018 Proposal/Contract No.: Subject: Project Notice for the April 18, 2018 Letting KA HARVEY COUNTY BRIDGE REPAIR & PCC OVERLAY Special provision 15-WS0077 WORK SCHEDULE has been replaced by 15-WS0077-R1 same name. Due to the increase in days the traffic control quantities have changed. Also, the bid item PORTABLE CHANGEABLE MESSAGE SIGN has been added. This revised the Unit Prices List. To view this project s documents, choose Addendum #1 from KDOT s website: You must update your EBS file by going to the Bid Express website: choose the correct Letting, locate and select the Proposal number to download 18apr The Contractor is responsible for ensuring the EBS file that the Contractor uses to prepare its Proposal and submits to KDOT contains any amendments. We also recommend that you check the Bid Express Questions and Answers ( to review any questions that may have been posted for this project. (Company Name) (Signature) (Date) C: District 5 & El Dorado Office KA4850.doc

2 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION LIST PAGE: DATE: 1 04/16/18 STATE PROJECT NO: U KA STATE CONTRACT NO PREPARED DATE: REVISED DATE: PRIMARY DISTRICT: DESCRIPTION: NOTE: 16APR18 5 WAGE AREA: PRIMARY COUNTY: 2 HARVEY BRIDGE REPAIR & PCC OVERLAY. BR (058) US50 WB OVER I135 IN HV CO. LENGTH IS.872 MI. THE FOLLOWING LIST OF SPECIAL PROVISIONS ARE FOR THIS PROJECT. OMISSION OF ALL OR PART OF A SPECIAL PROVISION IN THE ATTACHED PROPOSAL (CONTRACT) DOES NOT RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY FOR OBTAINING THE COMPLETE PROVISION AS LISTED. PROVISION NO R R R R R R R R R01 KS FHWA R R ER-1-R R R R R R R DESCRIPTION REQUIRED CONTRACT PROVISION-NONCOLLUSION / HISTORY-DEBARMENT REQUIRED CONTRACT PROVISION-FINANCIAL PREQUALIFICATION REQUIRED CONTRACT PROVISION-CONTRACTUAL SERVICES-LEGISLATOR REQUIRED CONTRACT PROVISION-LIMITS OF FED FUNDS FOR LOBBYING REQUIRED CONTRACT PROVISION-DBE CONTRACT GOAL REQUIRED CONTRACT PROVISION-NOTICE FOR AFFIRMATIVE ACTION REQUIRED CONTRACT PROVISION-EEO REQUIREMENT REQUIRED CONTRACT PROVISION-TAX CLEARANCE CERTIFICATE NOTICE TO CONTRACTORS (USDOT HOTLINE) MINIMUM WAGE RATE (AREA 2) REQUIRED CONTRACT PROVISION-FEDERAL-AID CONSTRUCTION CONTRACTS REQUIRED CONTRACT PROVISION-DBE SUPPLIERS/REGULAR DEALERS REQUIRED CONTRACT PROVISION-UTILIZATION OF DBE'S POLICY AGAINST SEXUAL HARASSMENT ERRATA SHEET FOR STD SPEC BOOK FOR RD & BR CONST, 2015 ED REQUIRED CONTRACT PROVISIONS KS FUNDED CONST CONTRACTS ENVIRONMENTAL CONCERNS - MIGRATORY BIRD TREATY ACT PROSECUTION AND PROGRESS CARGO PREFERENCE ACT CONTROL OF MATERIALS CONTROL OF WORK BIDDING REQUIREMENTS AND CONDITIONS REMOVAL OF EXISTING STRUCTURES STRUCTURAL CONCRETE GENERAL CONCRETE CONCRETE STRUCTURE CONSTRUCTION WORK ZONE TRAFFIC CONTROL AND SAFETY (FOR 1R'S) CONCRETE SAFETY BARRIER AGGREGATES FOR CONCRETE NOT PLACED ON GRADE AIR-ENTRAINING ADMIXTURES FOR CONCRETE SHEET MATERIALS FOR CURING CONCRETE PAVEMENT MARKING PAINT IMAGE SYSTEMS PART V CONSTRUCTION MANUAL - PART V

3 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION LIST PAGE: DATE: 2 04/16/18 STATE PROJECT NO: U KA STATE CONTRACT NO PREPARED DATE: REVISED DATE: PRIMARY DISTRICT: DESCRIPTION: NOTE: 16APR18 5 WAGE AREA: PRIMARY COUNTY: 2 HARVEY BRIDGE REPAIR & PCC OVERLAY. BR (058) US50 WB OVER I135 IN HV CO. LENGTH IS.872 MI. THE FOLLOWING LIST OF SPECIAL PROVISIONS ARE FOR THIS PROJECT. OMISSION OF ALL OR PART OF A SPECIAL PROVISION IN THE ATTACHED PROPOSAL (CONTRACT) DOES NOT RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY FOR OBTAINING THE COMPLETE PROVISION AS LISTED. PROVISION NO R05 15-PS WS0077-R1 DESCRIPTION MATERIALS CERTIFICATIONS COMBINATION, TIED BIDS ON 1R PROJECTS WITH FEDERAL-AID FUNDS WORK SCHEDULE END OF SPECIAL PROVISION LIST

4 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, 2015 EDITION 15-WS0077-R1 Sheet 1 of KA WORK SCHEDULE; CONSECUTIVE CALENDAR DAY PERIOD; LIQUIDATED DAMAGES I. PROJECT DEFINED; NATURE OF PROJECT The primary operation on Project No KA is the repair to Bridge No (058) on Westbound US-50 over I-135 in Harvey County, Kansas. II. PURPOSE OF THIS SPECIAL PROVISION; DEFINITIONS A. Subsections , 108.4, 108.5, and of the Kansas Department of Transportation Standard Specifications for State Road and Bridge Construction (2015 Ed.) (Standard Specifications) will not apply to this Contract. Instead, complete the Work within the calendar days provided in this Project Special Provision. B. The term Work means the providing of all labor, materials, equipment, and other incidentals necessary to complete the contract (regardless of whether the Contractor, subcontractors at any tier, suppliers at any tier, or a combination thereof carry out the contract obligations) as provided in Standard Specifications subsection Thus, the term Work includes all contract pay items, subsidiary items, final cleanup and final punch list that the Contract requires. Final cleanup includes completing all work necessary to construct or reconstruct the project and cleaning up the project site, adjacent property the Contractor occupied, borrow sites, plant sites, and local material sources of all trash, weeds, brush materials, temporary structures, and equipment. III. DAY LIMITATIONS FOR CLOSING THE BRIDGE TO TRAFFIC; LIQUIDATED DAMAGES A. The Contractor shall complete all repairs that require closing the bridge to traffic in 35 consecutive calendar days (35-consecutive calendar day period) as defined in Section III.B. B. For purposes of this Project Special Provision, the Engineer will begin assessing the 35- consecutive calendar day period on the day the Contractor begins placing traffic control devices, including detour signing to close the bridge to traffic. At the Contractor's request, work can be performed on Sundays during this 35-consecutive calendar day period. Provide the Engineer at least a 24-hour notice when the Contractor or subcontractors intend to work on a Sunday.

5 15-WS0077-R1 Sheet 2 of KA C. Liquidated Damages. If the Contractor fails to complete all repairs that require closing the bridge to traffic within the 35-consecutive calendar day period, the Contractor will be liable for liquidated damages. Excluding Sundays and legal holidays, the liquidated damages charged and owing will be five thousand dollars ($5,000.00) for each day, or part thereof, that the bridge remains closed to the traffic after the 35-consecutive calendar day period expires. D. The liquidated damages charged under Section III.C is in addition to the liquidated damages that may be charged under Section IV.D. IV. DAY LIMITATIONS FOR THE COMPLETION OF THE ENTIRE PROJECT; LIQUIDATED DAMAGES A. The Contractor is required to complete the Work in 70 consecutive calendar days (70- consecutive calendar day period) as defined in Section IV.B. B. The Engineer will begin assessing the 70-consecutive calendar day period on the day the Contractor begins placing traffic control devices and restricting the normal traffic flow. C. The day limitation in Section III is not in addition to the 70-consecutive calendar day period. The 35-consecutive calendar day period will occur concurrently and the Contractor must complete all Work within the 70-consecutive calendar day period. When traffic is permitted to travel through the construction, the Contractor will not be allowed to work on any Sundays, beyond the Sundays permitted under the 35-consecutive calendar day period specified in Section III.B. D. Liquidated Damages. If the Contractor fails to complete all Work within the 70-consecutive calendar day period, the Contractor will be liable for liquidated damages. Excluding Sundays and legal Holidays, the liquidated damages charged and owing shall be two thousand five hundred dollars ($2,500.00) for each day, or part thereof, that the Work remains incomplete and the bridge is not open to the unrestricted traffic, after the 70-consecutive calendar day period expires C&M (AR)

6 KANSAS DEPARTMENT OF TRANSPORTATION PAGE: 12 UNIT PRICES LIST STATE CONTRACT NO: PREPARED DATE: STATE PROJECT NO: U KA REVISED DATE: SECTION 01 COMMON ITEMS LINE/ UNITS/ UNIT BID AMOUNT BID ITEM ESTIMATED -IN NUMBERS- -IN NUMBERS- NUMBER ITEM DESCRIPTION QUANTITY DOLLARS CTS DOLLARS CTS 1 MOBILIZATION LSUM REMOVAL OF EXISTING LSUM STRUCTURES FLAGGER (SET PRICE) HOUR $25.00 SECTION 02 BR NO (058) REPAIR ITEMS 4 MACHINE PREPARATION SQYD (1.50") AREA PREPARED FOR SQYD PATCHING AREA PREPARED FOR SQYD PATCHING (FULL DEPTH) PORTLAND CEMENT CONCRETE SQYD OVERLAY (1.50") CONCRETE MASONRY COATING SQYD REINFORCING STEEL LBS. (REPAIR) (GRADE 60) (EPOXY) (SET PRICE) $ CONTRACTOR Check:

7 KANSAS DEPARTMENT OF TRANSPORTATION PAGE: 13 UNIT PRICES LIST STATE CONTRACT NO: PREPARED DATE: STATE PROJECT NO: U KA REVISED DATE: SECTION 02 BR NO (058) REPAIR ITEMS LINE/ UNITS/ UNIT BID AMOUNT BID ITEM ESTIMATED -IN NUMBERS- -IN NUMBERS- NUMBER ITEM DESCRIPTION QUANTITY DOLLARS CTS DOLLARS CTS 10 BRIDGE DECK GROOVING SQYD SECTION 03 TRAFFIC CONTROL ITEMS 11 TRAFFIC CONTROL (INITIAL LSUM SETUP) CHANNELIZER (PORTABLE) WORK ZONE BARRICADES (TYPE 3-4 TO 12 LIN FT.) WORK ZONE WARNING LIGHT (TYPE "A" LOW INTENSITY) PAVEMENT MARKING (TEMP) STAL 4" SOLID (TYPE I) PAVEMENT MARKING REMOVAL LNFT , WORK ZONE SIGNS ( 0 TO 9.25 SQ.FT.) , WORK ZONE SIGNS ( 9.26 TO SQ.FT.) CONTRACTOR Check:

8 KANSAS DEPARTMENT OF TRANSPORTATION PAGE: 14 UNIT PRICES LIST STATE CONTRACT NO: PREPARED DATE: STATE PROJECT NO: U KA REVISED DATE: SECTION 03 TRAFFIC CONTROL ITEMS LINE/ UNITS/ UNIT BID AMOUNT BID ITEM ESTIMATED -IN NUMBERS- -IN NUMBERS- NUMBER ITEM DESCRIPTION QUANTITY DOLLARS CTS DOLLARS CTS 19 WORK ZONE SIGN (SPECIAL) (16.25 SQ.FT. & LESS) WORK ZONE SIGN (SPECIAL) (16.26 SQ.FT. & OVER) CONCRETE SAFETY BARRIER LNFT (TYPE F3) (TEMPORARY) CONCRETE SAFETY BARRIER LNFT (TYPE F3) (TEMPORARY RELOCATE) 1, INERTIAL BARRIER SYSTEM (TL-3) REPLACEMENT MODULES (IBS) PORTABLE CHANGEABLE MESSAGE SIGN GRAND TOTAL : $ CONTRACTOR Check:

9 SUMMARY OF TRAFFIC CONTROL DEVICES ( PER DAY) * QUANTITY MOST USED ON THE PROJECT AT ANY ONE TIME WORK ZONE SIGNS * SIGN NO. SIZE SQ. FT & OVER W24-1L 1 W24-1R 1 W KM R2-1 2 W3-5 2 KG W M M M M5-1L 1 M6-1L 1 R11-3A 1 W W W8-15p 1 M6-3 2 KI-104a 1 KI-105a 1 LIGHTED DEVICES * WORK ZONE WARNING LIGHT (TYPE A LOW INTENSITY) 4 WORK ZONE WARNING LIGHT (RED TYPE B HIGH INTENSITY) ARROW DISPLAY PORTABLE CHANGEABLE MESSAGE SIGN 2 BARRICADES * CHANNELIZING DEVICES * TYPE III (4 TO 12 ) PEDESTRIAN FIXED PORTABLE PEDESTRIAN SUMMARY OF TRAFFIC CONTROL DEVICES () WORK ZONE SIGN (SPECIAL) SIGN NO SQ. FT. & LESS SQ. FT. & OVER See Detail 11 See Detail 5 RECAPITULATION OF QUANTITIES ITEM QUANTITY UNIT WORK ZONE SIGNS (0 TO 9.25 SQ. FT.) 2691 WORK ZONE SIGNS (9.26 TO SQ. FT.) 413 WORK ZONE SIGNS (16.26 SQ. FT. & OVER) WORK ZONE BARRICADES (TYPE 3 4 TO 12 ) 490 WORK ZONE BARRICADES (PEDESTRIAN) CHANNELIZER (FIXED) CHANNELIZER (PORTABLE) 837 CHANNELIZER (PEDESTRIAN) WORK ZONE WARNING LIGHT (TYPE A LOW INTENSITY) 280 WORK ZONE WARNING LIGHT (RED TYPE B HIGH INTENSITY) ARROW DISPLAY PORTABLE CHANGEABLE MESSAGE SIGN 90 PAVEMENT MARKING (TEMPORARY) 4" SOLID (TYPE I) 75 STA./LINE 4" SOLID (TYPE II) STA./LINE 4" BROKEN (8')(TYPE I) STA./LINE 4" BROKEN (8')(TYPE II) STA./LINE 4" BROKEN (3')(TYPE I) STA./LINE 4" BROKEN (3')(TYPE II) STA./LINE 4" DOTTED EXTENSION (TYPE I) STA./LINE 4" DOTTED EXTENSION (TYPE II) STA./LINE SOLID (LINE MASKING TAPE) STA./LINE BROKEN (LINE MASKING TAPE) STA./LINE SYMBOL (TYPE I) SYMBOL (TYPE II) FLEXIBLE RAISED PAVEMENT MARKERS (4" BROKEN (8 )) STA./LINE FLEXIBLE RAISED PAVEMENT MARKERS (4" BROKEN (3 )) STA./LINE PAVEMENT MARKING REMOVAL 2497 LIN. FT. CONCRETE SAFETY BARRIER (TYPE F3) (TEMPORARY) 500 LIN. FT. CONCRETE SAFETY BARRIER (TYPE F3) (TEMP.-INSTALL ONLY) LIN. FT. CONCRETE SAFETY BARRIER (TYPE F3) (TEMP.-RELOCATE) 1000 LIN. FT. INERTIAL BARRIER SYSTEM 2 REPLACEMENT MODULES 1 WORK ZONE SIGN (SPECIAL) (16.25 SQ. FT. & LESS) 11 WORK ZONE SIGN (SPECIAL) (16.26 SQ. FT. & OVER) 5 RIGID RAISED PAVEMENT MARKER (TYPE I) RIGID RAISED PAVEMENT MARKER (TYPE II) TRAFFIC SIGNAL INSTALLATION (TEMPORARY) LUMP SUM TRAFFIC CONTROL (INITIAL SET UP) LUMPSUM LUMP SUM TRAFFIC CONTROL LUMP SUM FLAGGER (SET PRICE) 1 HOUR NOTES: NO. DATE REVISIONS BY APP D KANSAS DEPARTMENT OF TRANSPORTATION TRAFFIC CONTROL SUMMARY OF DEVICES RECAPITULATION OF QUANTITIES TE795 FHWA APPROVAL 06/01/15 APP D Kristina Erickson DESIGNED B.A.H. DETAILED R.W.B. QUANTITIES TRACED DESIGN CK. DETAIL CK. QUAN. CK. TRACE CK. Harvey Co. Proj. No KA Title: Traffic Control