NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 9/11/2017

Size: px
Start display at page:

Download "NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 9/11/2017"

Transcription

1 NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 9/11/2017 Control Project RMC Highway IH0035 County WEBB Ladies/Gentlemen: Attached please find an addendum on the above captioned project. Included in the attachment is an adendum notification which details the changes and the respective proposal pages which were added and/ 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 and 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: WEBB LETTING: 09/12/2017 REFERENCE NO: 0911 PROPOSAL ADDENDUMS _ PROPOSAL COVER _ BID INSERTS (SH. NO.: ) X GENERAL NOTES (SH. NO.: C-D ) _ SPEC LIST (SH. NO.: ) _ SPECIAL PROVISIONS: ADDED: DELETED: _ SPECIAL SPECIFICATIONS: ADDED: _ OTHER: DELETED: DESCRIPTION OF ABOVE CHANGES (INCLUDING PLANS SHEET CHANGES) ADD ITEM 7 LEGAL RELATIONS AND RESPONSIBILITIES: NO SIGNIFICANT TRAFFIC GENERATOR EVENTS IDENTIFIED. 1-1

3 GENERAL NOTES: The contract becomes effective upon issuance of the work authorization letter and covers five months (150 days). Provide and maintain an address for receipt of work order and correspondence throughout the term of this contract. Complete 10 miles per day of work as indicated on the Basis of Estimate and/or as per the Engineer. Plans are required. Refer any questions to: Texas Department of Transportation Nelda Martinez, Contract Specialist 1817 Bob Bullock Loop Laredo, Texas This project consists of Cleaning and Crack Sealing on various roadways in Webb, Duval, Dimmit, and LaSalle counties. The approximate quantities determined for this project are for information only and are not to be considered as actual quantities. Contractors are hereby instructed to assure themselves of the actual conditions of the work area before bidding. Overruns/under runs of estimated quantities will not be considered as a basis for a claim. The ideal time to perform this type of work is when the ambient temperature is between 45 and 65 degrees Fahrenheit. The season ending normally by the first day of Spring, around March 20 of each year. Locations will be identified by each CALL OUT/WORK ORDER on an as needed basis. This is a CALL OUT CONTRACT and Plan Quantity Measurement does not apply. TxDOT will measure lane miles sealed and document actual hours traffic control vehicles, (as shown on standard(s)) were used for pavement crack seal application operation. No standby hours will be paid for traffic control vehicles driving to different locations or waiting to perform actual crack sealing on pavement. A work order will consist of the location of each repair, the bid item for the repairs and the approximate quantity of work to be paid. A work order may consist of multiple locations in multiple counties. TxDOT anticipates issuing three (3) CALL OUT WORK ORDERS during the course of the project. Any additional work performed not specified in the work order will require prior approval. Begin work within 10 days of notification. Sheet A

4 Notify the Engineer s office by telephone each morning by 8:15 a.m. that work is scheduled, with work location and time of arrival or reason for not working that day. Remove materials or debris within the construction limits not incorporated in the project. Visit the sites to examine the work areas and meet with the maintenance supervisor on any areas in question. Carefully examine the specifications and secure from the State any additional information, if necessary, that may be essential for a clear and full understanding of the work. SUPERVISION: The Engineer's representatives in charge of all work orders issued by the District for this contract will be the respective Maintenance Supervisor for the county in which work is being performed. The office of the county where work is being completed certifies all requests for payment. The Maintenance Supervisor contacts for this contract are: Webb County Dimmit County Anestacio J. Cantu Juan D. Moreno 1817 Bob Bullock LP 2001 N. 1 st Street Laredo, TX Carrizo Springs, TX La Salle County Duval County Jerry Stevens Alfredo Alaniz 900 FM S. SH 16 Cotulla, TX Freer, TX Employees are required to wear proper safety equipment. Contractor is responsible for supplying proper safety equipment for employees. MATERIALS: Material testing is required with a minimum frequency of one sample per truckload or one 50- pound box per maximum of 100,000 pounds. The Contractor is responsible that all material used in this contract be approved and certified by the Materials & Test Section. A listing of state approved material producers is available on the Department s website. ITEM 4 SCOPE OF WORK: If agreed upon in writing by both parties to the Contract, the Contract may be extended for an additional period of time not to exceed the original Contract time period. The extended Contract Sheet B

5 shall be for the original bid quantities, terms and conditions plus any approved, applicable change orders. When the Contract is extended by agreement, a performance and/or payment bond, if required shall be executed in the amount of the extension before the additional work begins. ITEM 7- LEGAL RELATIONS AND RESPONSIBILITIES: No significant traffic generator events identified. ITEM 8- PROSECUTION & PROGRESS: Working days will be computed and charged in accordance with Article 3.1.5, Calendar Day Workweek. Work hours will be between 7:00 a.m. and 6:00 p.m. unless otherwise approved. No work will be performed on Saturdays, Sundays, or National Holidays without prior approval. Contractor shall provide 48 hour courtesy notice prior to beginning work for each work order. ITEM 500- MOBILIZATION: The Contractor will be paid an initial Mobilization of one (1) each with the issuance of the first Work Order Letter. If the Contractor is currently working in any one of the counties and a second work order or revision to a work order is issued, the Contractor will not be paid additional mobilization for extra work issued. A second, etc. Mobilization will be paid when the Contractor has no pending work in any of the four counties (issued under the first, second, etc. revision to work orders) and a Work Order Letter is issued for Crack Sealing needed. ITEM 502- BARRICADES, SIGNS AND TRAFFIC HANDLING: Furnish and install all signs, barricades and other incidentals necessary for the proper traffic control, in accordance with part VI of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" and in accordance with the standard plan sheets. Provide a truckmounted attenuator (TMA) for the shadow vehicle and trail vehicles per standard. A minimum of two (2), truck mounted attenuators are needed for all work operations. All equipment, elements, and personnel shown on traffic control standards are required for lane closures and/or mobile operations. Additional devices may be needed to supplement these requirements. All warning signs shall be factory made and in satisfactory condition. Use a shadow vehicle equipped with a Truck Mounted Attenuator (TMA) when a Traffic Control Plan (TCP) standard requires the use of the following devices: a Type III barricade, channelizing devices or shadow vehicle with orange flags or warning lights. Sheet C

6 Any lane closure will require prior approval. Request approval 48 hours in advance of lane closures. If a lane closure has to be cancelled due to weather or other unforeseen circumstances, immediately notify the inspector and reschedule the lane closure as necessary. Each sign will have two safety flags attached to it at all times. It will not be permissible to hang or lean these signs on or against the State s sign posts, guardrails, bridge rail, etc. Workers Ahead sign is intended for use in advance of crack seal operations on the progress to keep within 2 miles or less from the work area. All sign stands and safety flags will be provided by the contractor. Erect signs in locations that do not obstruct the traveling public's view of the normal roadway signing or necessary sight distance at intersections and curves. When arrow boards are required, provide a standby unit in good working condition at the job site ready for immediate use. Placement and removal of all traffic control devices will be done within the working hours listed. Traffic control will not be paid for directly, but shall be subsidiary to Item 712. ITEM 712- JOINT/ CRACK SEAL (RUBBER ASPHALT): Class-B crack sealant shall be used for all locations. Refer to the 2014 Standard Specification for additional information. For locations not identified on this contract, a minimum of 6 lane miles will be called out per work order. If the contractor has to relocate to another roadway within the county to reach the minimum call out amount of 6 lane miles, a production rate of 1.0 lane mile/hour will be used to access liquidated damages. If the minimum call out amount of 6 lane miles requires the contractor to relocate to a non-adjacent county, the minimum production rate of 10 lane miles per day will be waived for that day. Passing lanes and center turn lanes will be paid separately by the lane mile. Sheet D