The following clarifications, changes, additions, and/or deletions are hereby made part of the Contract Documents

Size: px
Start display at page:

Download "The following clarifications, changes, additions, and/or deletions are hereby made part of the Contract Documents"

Transcription

1 CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88 TH AVENUE TAMARAC, FL Committed to Excellence...Always ADDENDUM NO. 1 BID NO.13-19B BID NO B CITY OF TAMARAC NW 108 TERRACE / NW 80 TH STREET DRAINAGE PROJECT FULL DEPTH RESTORATION (FDR) PAVEMENT REPLACEMENT IMPROVEMENTS TO ALL PROSPECTIVE PROPOSERS: DATE OF ADDENDUM: NOVEMBER 13, 2013 The following clarifications, changes, additions, and/or deletions are hereby made part of the Contract Documents NOTE: The following represent a recap of Pre-Bid discussion and Contractor questions that encompasses both City projects listed below: Contractors note that there are two separate bid requests. Bid No B - Drainage Improvements Bid No B - Full Depth Restoration (FDR) Pavement Replacement Improvements Be sure to indicate which bid you are submitting for on the outside of the bid envelope. 1. Bid No B Drainage Improvements: The design calls for specialty drainage panels which are perforated on only one side of the panel. Contact Tim Teahan, Advanced Drainage Systems, Inc., , tateahan@comcast.net for additional information. 2. Bid No B Drainage Improvements: Contractor is responsible for obtaining the NPDES permit and the dewatering permit for the project, and pay all permit fees. 3. Bid No B Pavement Replacement: Contractor is responsible for obtaining the NPDES permit and pays all permit fees. 4. Bid No B Drainage Improvements and Bid No B Pavement Replacement: Contractor shall submit his/her Maintenance of Traffic Plan at the Pre-Construction meeting. The plan shall be per FDOT and MUTCD Standards. The duration of lane closings shall be coordinated with City. No other street closing will be permitted. Access to private properties and neighborhoods shall be maintained at all times. 5. Bid No B Drainage Improvements: Bid Item No. 30 Irrigation Restoration, bidders will note that this line item is for ALL irrigation system restoration for the 3-inch irrigation 7525 NW 88th Avenue Tamarac, Florida (954) Fax (954) Equal Opportunity Employer

2 Page 2 main, irrigation distribution system, heads, pumps etc. within the NW 108 th Ter. /NW 80 th St. right-of-way. No further payment for restoration of the existing irrigation system damaged during construction activities will be considered. Bidder is responsible to review the project in the field in order to determine their bid price for this pay item. There are no available As-Builts for the irrigation system. Upon request, City will schedule times when bidders may see the irrigation system in operation. City will pothole to expose the irrigation main in several locations. 6. City recommends Bidders register on the Tamarac.org website to automatically receive Addendums by clicking Notify Me on the main web page, then selecting the option to the left of Bid Postings. Otherwise, bidders are required to check the website periodically in order to see if addendums have been issued. 7. Technical questions shall be ed to jimn@tamarac.org by close of business November 15, Questions received after this date may not be addressed. For general bid questions, you may call (954) Specific Pre-Bid Contractor Questions; What is the City s budget for the projects? Response: The City s budget is $660,000 for Bid No B Drainage Improvements and $1.2 million for Bid No B Pavement Replacement. Is there a City of Tamarac specialty paving license that is required or will Dade County paving license be acceptable? Response: A Certified General Contractor s License is required plus for Bid No B Pavement Replacement, the bidder must demonstrate that one of their primary area of business is paving. There is no City of Tamarac specialty license for paving. Provide clarification on the proposed Full Depth Reclamation (FDR) pavement design section. Response: The proposed pavement design calls for the removal of the entire existing asphalt thickness plus a minimum of 1-inch of the existing baserock. The typical section shown on Drawing C-32 and the Subsurface Investigation report in Specification Section provides information on the existing pavement section. The proposed design is for a Full Depth Reclamation (FDR) pavement section which is a minimum of 8-inches thick. The minimum 8-inch thickness includes a 1-inch FC 9.5 overlay. Minimum pavement Structural Number shall be Should there be a Record Drawing pay item for the Pavement Replacement project? Response: Pay Item No. 29 Record Drawings has been added. DELETE Specification page , INSERT Specifications page DELETE Bid Schedule page SCH-4, INSERT Bid Schedule page SCH-4. Should there be a Clearing and Grubbing pay item for the Drainage Improvements project? Response: No. It is anticipated that work will be restricted to trench excavation for installation of the drainage pipe and that any removal and/or restoration will be paid for under current bid items. Who pays for testing services? Response: The Contractor pays for all testing services. Reference Specification language revisions for Bid No B and Bid No B further down in this Addendum.

3 Page 3 What is the anticipated construction start date? Response: The City anticipates the latest construction start date for the Bid No B Drainage Improvements to be March 2014 with the Bid No B Pavement Replacement project starting upon substantial completion of the Drainage Improvements project, approximately September Written Question No. 1, 13-19B Drainage Improvements (Received 11/1/13) The details on drawing sheet C-38 for Pedestrian Ramps do not match the latest FDOT Standard Index #304. We want to clarify that we are to build these ramps per the detail in the plans. Additionally, there is a discrepancy between the detail and item description. The item description specified liquid applied tactile warning and the detail specified texturing the concrete ramp and flares. Response: The intent is for the Contractor to provide ramps in conformance with the City of Tamarac standard detail as shown on Drawing C-38, with the exception of providing a liquid applied tactile warning surface in accordance with FDOT Specification Section 527 such as Liquidomes, or other similar system as included on the FDOT s QPL. SPECIFICATION REVISIONS: Bid No B Drainage Improvements Revise Specification Sec , 1.04 E., Product Evaluation & Testing, change 2 nd word from Owner to read, Contractor. Bid No B Pavement Replacement Improvements Revise Specification Sec , 1.04 A., Product Evaluation & Testing, change 2 nd word from Owner to read Contractor. Sec , 1.04 E., Also change 2 nd word from Owner to read Contractor. Bid No.13-20B Pavement Replacement Improvements Sec & 5. ADD Para.3.11 AS-BUILT DRAWINGS BID ITEM NO. 29 A. Payment for this item shall be on a Lump Sum (LS) Basis. One set of design drawings on reproducible material and an electronic file of the design drawings on compact disk will be furnished to the Contractor by the City. The Contractor shall maintain field drawings to reflect the as-built items of work as the work progresses. Upon completion of the work, the Contractor shall prepare a record set of as-built drawings on a reproducible material and an electronic file in AutoCAD latest version. No final payment will be made for as-built drawing until both the reproducible and electronic files are received and accepted by the City. B. The item does not include surveying work required for layout of paving improvements. C. The signed and sealed As-built drawings prepared by professional surveyor are required to be submitted with each pay request. Measurement for payment for providing and furnishing As-Built drawings shall be based upon percent of project complete. D. All survey work shall be performed by an independent third party surveyor, licensed to practice in the State of Florida. The surveyor shall be retained by the Contractor and approved by the City. IMPORTANT: A REVISED BID SCHEDULE PAGE SCH-4(R), FOLLOWS FOR BID 13-20B PAVEMENT REPLACEMENT IMPROVEMENTS. ALL BIDDERS NEED TO DISCARD THE ORIGINAL SCH-4 FOR PAVEMENT REPLACEMENT AND REPLACE WITH THE FOLLOWING SCH-4(R) 13-20B.

4 ADDENDUM 1 REVISED BID SHEDULE PG SCH-4(R) 13-20B PAVEMENT REPLACEMENT IMPROVEMENTS. 26 RPMs in Lanes at FH/WV EA 50 $ $ 27 RPMs Bi-directional EA 750 $ $ Yellow/Yellow 28 Indemnification LS 1 Ten $ $ No 29 Record Drawings LS 1 $ $ * There is a 5% cap - Bid Item 1 (refer to Section 01025) TOTAL EVALUATED BASE BID ITEMS 1-29 (in numbers) $ TOTAL EVALUATED BASE BID ITEMS 1-29 (in words) NAME OF BIDDER: ADDENDUM 1 REVISED BID SHEDULE PG SCH-4(R)

5 Page 5 Please return and/or acknowledge this Addendum No.1 with your Bid submittal due by 3:00PM local time, Thursday, November 21, Bids must be delivered to 7525 NW 88 th Ave, Tamarac City Hall, Room 108. However, Bidder must return and include the revised Bid Schedule Page SCH-4(R) with your bid if bidding 13-20B PAVEMENT REPLACEMENT IMPROVEMENTS. NAME OF BIDDER: