Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Size: px
Start display at page:

Download "Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director"

Transcription

1 Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director 10/30/2014 Project Addendum No. 7 PID No LUC IR Phase 2 (Parts 1, 2 & 3) Major Reconstruction Letting: November 6, 2014 Notice to all Bidders and Suppliers to please be advised of the attached Proposal Addendum. For internet access to information referenced in this addendum, please see the ODOT web site at -> ftp://ftp.dot.state.oh.us/pub/contracts/attach/luc-77254/ The Department utilizes Bid Express ( as the official medium for electronic bid submittal. All bidders must prepare bids and submit them online via Bid Express. Addenda amendments must be acknowledged in the miscellaneous section of the Expedite (EBS) file and all amendments loaded in order for your bid to be considered for award of this project. Bid express will not accept bids that do not have amendments incorporated. Failure to incorporate changed quantities or items in your Expedite (EBS) submissions will result in the rejection of your bid. ODOT is an Equal Opportunity Employer and Provider of Services

2 Proposal Addendum For LUC ; PID Project Completion Date Change: No Bid Item Changes, Additions or Deletions: Yes Funding Splits Required: Yes Revised Bid Items: Ref. No. Item No. Total Quantity Unit Description Section E SY SUBGRADE COMPACTION E CY GRANULAR MATERIAL, TYPE B E HOUR PROOF ROLLING E TON CEMENT E SY CURING COAT E SY CEMENT STABILIZED SUBGRADE, 16 INCHES DEEP E FT CONCRETE BARRIER, SINGLE SLOPE, TYPE B E FT CONCRETE BARRIER, SINGLE SLOPE, TYPE C E FT CONCRETE BARRIER, SINGLE SLOPE, TYPE D E EACH CONCRETE BARRIER, END ANCHORAGE, REINFORCED, TYPE B E EACH CONCRETE BARRIER, END ANCHORAGE, REINFORCED, TYPE C E EACH CONCRETE BARRIER, END ANCHORAGE, REINFORCED, TYPE C1, AS PER PLAN E EACH CONCRETE BARRIER, END ANCHORAGE, REINFORCED, TYPE D E FT BARRIER, MISC.: CONCRETE BARRIER, END ANCHORAGE, REINFORCED, TYPE D, MODIFIED E CY GRANDULAR MATERIAL, TYPE D E FT 4 UNCLASSIFIED PIPE UNDERDRAINS WITH FABRIC WRAP E FT 6 SHALLOW PIPE UNDERDRAINS WITH FABRIC WRAP, E FT 6 UNCLASSIFIED PIPE UNDERDRAIN WITH FABRIC WRAP E FT 6 BASE PIPE UNDERDRAINS WITH FABRIC WRAP,

3 E FT 18 CONDUIT TYPE B E FT 18 CONDUIT TYPE C E FT CONDUIT, BORED OR JACKED: 18 TYPE B, E CY ASPHALT CONCRETE BASE, PG E CY AGGREGATE BASE E GAL SPECIAL, TACK COAT, TRACKLESS TACK E GAL SPECIAL, TACK COAT, TRACKLESS TACK FOR INTERMEDIATE COURSE E CY ASPHALT CONCRETE SURFACE COURSE, TYPE 1 PG E CY ASPHALT CONCRETE INTERMEDIATE COURSE, TYPE 2 PG E CY ASPHALT CONCRETE SURFACE COURSE, 12.5MM, TYPE A (446) E CY ASPHALT CONCRETE INTERMEDIATE COURSE, 19MM, TYPE A (446) E FT 8 CONDUIT, TYPE C, or E.S. WITH JOINTS PER (SANITARY) E EACH MEDIAN LIGHT POLE FOUNDATION, 10 DEEP E EACH MEDIAN LIGHT POLE FOUNDATION, 10 DEEP, AS PER PLAN E MILE RUMBLE STRIPS (ASPHALT CONCRETE) E FT 12 CONDUIT, TYPE B, AS PER PLAN E FT SLOTTED DRAIN, TYPE 2, AS PER PLAN: E FT SLOTTED DRAIN, TYPE 2, AS PER PLAN: E MILE WORK ZONE EDGE LINE, CLASS 1, 642 PAINT E FT WORK ZONE CHANNELIZING LINE, CLASS 1, 642 PAINT E FT WORK ZONE TRANSVERSE/DIAGONAL LINE, CLASS PAINT E FT WORK ZONE STOP LINE, CLASS 1, 642 PAINT E FT DRIVEN E SY REINFORCED CONCRETET APPROACH SLABS WITH QC/QA (T=15 ), AS PER PLAN E FT DRIVEN E CY CLASS QC2 CONCRETE WITH QC/QA, BRIDGE DECK, AS PER PLAN E FT DRIVEN E SY REINFORCED CONCRETET APPROACH SLABS WITH QC/QA (T=13 ), AS PER PLAN E CY ASPHALT CONCRETE BASE, PG E FT CURB REMOVED 0037

4 E FT MASONARY, MISC.: ADD CAST STONE ON BACKSIDE OF WALL 0046 Added Bid Items: Ref. Item No. Nos. Total Quantity E98400 LUMP SUM Unit Description Section ITEM SPECIAL-MISC.: TWO ROLL OFF BOXES 30 CU YDS EACH E MILE E FT E EACH E FT E EACH E FT E EACH WORK ZONE CENTERLINE, CLASS 1, 642 PAINT FURNISHED INCIDENTALS FURNISHED INCIDENTALS FURNISHED INCIDENTALS Please be advised of the following: 1: Sheet 49A: Add the following to North Cove Landfill note: The contractor shall notify ODOT s landfill monitor a minimum of 48 hours prior to the start of activities within the landfill boundaries, as the monitor must be onsite during all activities performed within the landfill boundaries. 2: The Toledo Lucas County Port Authority has available land for construction staging for this project. The Toledo Lucas County Port Authority contact for this issue is Mr. Brian Perz (419) : Notice to bidders there will not be any material available from the City of Toledo CSO project for this project. 4: Responsibility for Damage Claims and Liability Insurance Contractors shall also indemnify and save harmless the Toledo Lucas County Port Authority and its directors, officers, employees, and agents regarding the use of their property for the construction of the project in accordance with

5 In addition, the Contractor shall include the Toledo-Lucas County Port Authority, and their respective officers, agents, and employees as additional insureds. The Contractor shall waive all immunity pursuant to any and all workers compensation acts, including, but not limited to, Ohio Revised Code Section and Section 35, Article II of the Ohio Constitution, to effectuate the indemnity set forth in : THE COLOR FOR THE SIGN SUPPORTS AND LIGHT POLE FOR PART 1 SHALL BE FED ID #36628 WITH A GLOSS FINISH. 6: Add the following note to sheet 49A: ITEM SPECIAL-MISC.: TWO ROLL OFF BOXES 30 CU YDS EACH THE CONTRACTOR SHALL ASSURE THAT TWO ROLL OFF BOXES WITH A MINIMUM CAPACITY OF 30 CU YD EACH ARE MAINTAINED ON SITE DURING EXCAVATION ACTIVITIES WITHIN THE NORTH COVE LANDFILL. THE WORK LIMITS WHERE THE ROLL OFF BOXES ARE TO BE PROVIDED IS FOR WORK THAT OCCURS WITHIN THE LANDFILL IN ADDITION TO THE 300 EXTENDED AREA DESIGNATED IN FIGURE 3, APPENDIX A, OF THE 2713 PERMIT. THE ROLL OFF BOXES SHOULD BE PLACED SO THAT THEY DO NOT IMPACT THE PROJECT CRITICAL PATH. PAYMENT SHALL BE THE CONTRACT UNIT BID PRICE: 690E98400 LS ITEM SPECIAL-MISC.: TWO ROLL OFF BOXES 30 CU YDS EACH 7: PN 420 will not apply to the city streets. 8. Tack Coat for Intermediate Course has been changed to Item Special Tack Coat, Trackless Tack for intermediate Course. This bid item has been revised to reflect changing the tack material requirement to the meet or exceed the attached trackless tack coat requirements. 9. Tack Coat has been change to Item Special Tack Coat, Trackless Tack. This bid item has been revised to reflect changing the tack material requirement to the meet or exceed the attached trackless tack coat requirements. The quantity has also be revised to account for adding the additional requirement to also apply a coat of trackless tack between the 1 st and 2 nd lifts of 302 asphalt base lifts at an estimated application rate of gal/sy.

6 Add the following Note: Yes Plan sheets: Yes: P ; P2-6 ; P3-9 = TOTAL OF 75+2(new) sheets Revised pdf file: 2014_1024 Rule 13 Landfill Permit pdf New Sheet: P1-0049B, 0108A P1-2, 12, 31, 32, 33, 34, 45, 48, 50, 56, 57, 71, 72, 74, 150, 151, 152, 153, 156, 157, 166, 167, 168, 169, 171, 177, 181, 198, 201, 202, 204, 207, 210, 213, 214, 215, 255, 314, 407, 408, 410, 411, 690, 761, 783, 784, 923, 933, 935, 952, 966, 1060, 1062, 1098, 1101, 1260, 1318, 1637, 1639, 1640 P2-3, 6, 7, 8, 9, 45 P3-25, 30, 31, 167, 185, 188, 199, 202, 217 Answers to Prebid Questions: Yes Q1: Friday, October 10, :03 PM: What is the intent of the note on Sheet 50/1771 Placement of Final Surface Course? Does all surface asphalt have to be paved on the weekend or can the permitted lane closures be utilized during the week to complete part or all of this? The way the note reads it says when the middle lane has to be completed but does not say when the left lane/shoulder and right lane/shoulder are to be completed. With the amount of work needed to complete the proposed surface asphalt and the transition areas per sheet 55/1771, it is not reasonable to expect one direction to be completed in one weekend. A1: See revised Sheet 50 Part 1 Q2: Thursday, October 16, :32 AM: Addendum 4 added Item 204E30030 Granular Material, Type D for a quantity of 15,029 CY and revised Item 204E30010 to 17,390 CY. The quantities on Subgrade Undercut Quantities sheets 179 and 180 were not carried correctly to sheet 181. Please revise the quantities with the correct values. A2: See revised items above Q3: Friday, October 17, :31 AM: Drainage run D-7 on plan page 255 and on page 202 is called out as 18" Conduit Type B. This same run is called out on page 406 as Bored or Jacked. Please clarify. A3: This conduit should be bored or jacked. See revised pay item above Q4: Thursday, October 16, :05 PM: Jeep Pkwy gets significantly narrowed. How would the department like to address the Maintenance of Traffic between the Part 2 and Part 3 Phasing when part 2 is complete and the curb dead ends in the middle of the lane of the existing pavement? A4: See revised sheets 71, 108A, 156

7 Q5: Wed 10/8/2014 1:23 PM: Addendum #2 revised plan page 167 in Part 2. A Lighting Installation Timeframe note was added in this addendum requiring the proposed lighting within the intersections of Detroit/Berdan, Cherry/Manhattan, the remainder of Detroit Ave., Cherry St. and Collingwood Blvd. (Circuits A-M)to be installed and energized by December 1, Is this a typographical error? With the project not being awarded until at least the end of October and the long lead time of pole delivery, it seems impossible to complete this work within this timeframe. Please advise. A5: Has been revised to March 31, 2015 Q6: Tuesday, October 14, :00 AM: Plan sheet 61/1771 shows temporary shoring. The note on the same page states that the temporary shoring is to be paid for under 503 Cofferdams and Excavation Bracing. There is no bid item for this work. Please add a bid item in the next addendum. A6: waiting on sheets and bid item Q7 : Monday, October 06, :00 AM: Sheet 49 in Part 1 references waste and borrow locations that are in a floodplain. Can ODOT provide clarification as to the physical location(s) of the referenced waste and borrow sites? A7: : Designated waste and borrow areas are not designated on the plans. The referenced plan note on Sheet 49 in Part 1 will be removed. Q8: October 22, 2014 at 8:44:56 AM: Please confirm the use of polymeric sand for Bid Item 1162: Misc. Recycled Brick Pavers. The details shown on sheet 188 of 234 appear inconsistent. Detail 1 shows using polymeric sand while details 2 and 3 shows using screenings. What material is required? A8: Detail #1 is correct. Use polymeric sand on all details. Q9: Friday, October 17, :46 PM: Will the department increase the quantity of bid item #406 Portable Barrier, 32, APP and item #384 Work Zone Impact Attenuator to account for setting up PCB runs with tapers and impact attenuators in order to protect Pre-Phase work and traffic when removing the median barrier (item #365 Concrete Barrier Removed, APP)? This is not one shift worth or work and traffic will need to be protected from crossing into oncoming traffic and the blunt ends of median barrier. A9: The intention in performing Pre-Phase 1 work related to removing median barrier for crossovers is to remove the median barrier at night by closing the left lane in each direction using drums. The open trench would be backfilled each night and PCB set on top to close the gap. The left lane shall be re-opened to traffic in the morning. This should take a few nights, with the final night used for the pavement work. Closure times for the left lane shall follow the permitted lane closure times identified in the plans. The cost for the PCB to be temporarily placed in the location where existing barrier is removed was not specifically stated in the plans. The plan note on Sheet 57/1771, Item 202, Concrete Barrier Removed, As Per Plan (Bid Ref. No. 365), will be revised to include the cost of the PCB. (Waiting for sheets)

8 Q10: Saturday, October 11, :27 AM: There are 3 bridge structures that have piers supported by 48" diameter piles. These piles are to be paid by the LF under references 473, 649, and 758. These piles are very expensive per LF. These 3 reference numbers are all inclusive to furnish, drive, clean out, place reinforcing steel & place concrete fill. Should there be a reference number added to each of these structures to furnish these large piles by the LF similar to what is done for the other pile types on the project? If these piles end up driving short the contractor will be unable to recover substantial material costs for each of these piles. Another alternative would be to pay for each complete pile as an each unit rather than by the LF. A10: For each of these three bridges, the pay items associated with the 48" diameter piles will be revised to include a LF "driven" item, a LF "furnished" item, and an EA "incidentals" item. The plan notes will be revised to clarify the work included in these items. Revised plan sheets will be included in an addendum. See revised items above Q11: Tuesday, October 14, :24 PM: The bridges that have 48" diameter piling include the cost of the piles, pile driving, welded studs, testing reinforcing and concrete fill. If the piling does not drive to depth the cost of the piling will not be covered. In order to assure payment for the cost of the piling there needs to be a separate bid item for Piling Furnished. Please advise if there will be a reference item added for this cost. A11: For each of these three bridges, the pay items associated with the 48" diameter piles will be revised to include a LF "driven" item, a LF "furnished" item, and an EA "incidentals" item. The plan notes will be revised to clarify the work included in these items. Revised plan sheets will be included in an addendum. Q12: Tuesday, October 14, :43 PM: Bid items 574 and 781 are 526 Approach Slabs T = 15" and T = 13" and they are the only approach slabs on the project that do not have QC/QA Testing included. Should QC/QA Testing be included on these two bid items? A12: See revised pay items above Q13: Wed 10/8/2014 2:28 PM: Prebid Question posted 10/8/2014 1:22:34 PM asks about addendum #2 revised plan page 167 in Part 2. The Revised plan page is actually page 167 in Part. 3. Please advise the original question with the proposed work in Part 3. A13: See Revised Sheet 167 Q14: Wed 10/8/2014 1:23 PM: Addendum #2 revised plan page 167 in Part 2. A Lighting Installation Timeframe note was added in this addendum requiring the proposed lighting within the intersections of Detroit/Berdan, Cherry/Manhattan, the remainder of Detroit Ave., Cherry St. and Collingwood Blvd. (Circuits A-M)to be installed and energized by December 1, Is this a typographical error? With the project not being awarded until at least the end of October and the long lead time of pole delivery, it seems impossible to complete this work within this timeframe. Please advise. A14: See Revised sheet 167 Q15: Wed 10/8/2014 1:25 PM: The Part 3 plan sheets show an aluminum fence on top of the Type A walls, but there is no bid item for this. If this fence is part of this contract, please provide a bid item and more details, including specific manufacturers and product names. A15: Sheet 217

9 Q16: Thu 10/9/2014 1:18 PM: There are some inconsistencies in the designations of the masonry wall types in the Part 3 plans. For example, on landscape planting plan sheet 199/234 and 202/234, the run of wall is shown to be Type A in the center and Type B on the ends. On wall plan sheet 216, the wall is Type B in the center and Type A on the ends. The planting plans seem to be incorrect vs. the bid quantities and elevations shown on 218/234. Please clarify. A16: Sheets 199 and 202 Q17: Thursday, October 23, :52 PM: It appears that for some of the barrier wall items the linear feet of barrier wall was measured through the End Anchors, End Sections, Inlets, Lights, etc. Will ODOT measure the wall through these items or will they be paid separately under their respective items? Please adjust quantities for the bid items as necessary. A17: See revisions above Q18: Friday, October 17, :46 PM: Will the department increase the quantity of bid item #406 Portable Barrier, 32, APP and item #384 Work Zone Impact Attenuator to account for setting up PCB runs with tapers and impact attenuators in order to protect Pre-Phase work and traffic when removing the median barrier (item #365 Concrete Barrier Removed, APP)? This is not one shift worth or work and traffic will need to be protected from crossing into oncoming traffic and the blunt ends of median barrier. A18: See revised note on sheet 57 Q19: Wednesday, October 22, :22 PM: Item #189 8" CONDUIT, TY C, E,S., with Joints per (SANITARY) is referencing vitrified clay pipe for a new run of Sanitary pipe between 2 new manholes. Will the Department consider revising to specify PVC Pipe for sanitary sewers in lieu of the vitrified clay? A19: See revised item above. (waiting for sheets) Q20: Friday, October 10, :58 PM: It appears that for some of the barrier wall items the linear feet of barrier wall was measured through the End Anchors, End Sections, Inlets, Lights, etc. Will ODOT measure the wall through these items or will they be paid separately under their respective items? Please adjust quantities for the bid items as necessary. A20: See revised pay items above. Q21: 10/22/2014 8:49:41 AM: Is Bid Item 1174 (Masonry, Misc.; APP; Add Cast Stone on Backside of Wall) relative to Wall Type A only or both Wall Types A& B? The bid item quantity of 498 FT seems to indicates Wall Type A only, but details 1 (Section Wall Type A) and 2 (Section Wall Type B) on sheet 220 of 234 both indicate a 1 4 cast stone veneer alternate. Is the cast stone veneer to be installed at the backside of both Walls A and B or just Wall A? 10/9/2014 1:20:00 PM Please provide clarification of the scope required for the Ref alternate, which apparently pertains to the Type A walls. A21: The bid item is for both Wall Type A and Wall Type B. See revised pay item

10 Q22: 10/22/2014 8:43:40 AM Please confirm the use of polymeric sand for Bid Item 1162: Misc. Recycled Brick Pavers. The details shown on sheet 188 of 234 appear inconsistent. Detail 1 shows using polymeric sand while details 2 and 3 shows using screenings. What material is required? A22: Detail #1 is correct. Q23: Thu 10/16/2014 3:48 PM: The Department s answer to the prebid question dated 10/14/14 10:24 AM states that I-75 traffic does not have to be in the Phase 1A traffic pattern in order for the localized work at Lagrange to begin. With the 10/23/14 letting date, a Notice to Proceed from the Department cannot be expected until around Thanksgiving. The Lagrange Bridge approach embankment will have to placed in Dec 2014 and/or Jan 2015 in order to allow the 90 day settlement period specified on Sheet 1639/1771 which is an unrealistic expectation for Ohio s winter climate. Please provide MOT drawings and revise the pay quantities to protect I-75 traffic and allow proper benching techniques to construct the bridge approach embankment behind the abutments prior to Phase 1A. We again request the Department to re-evaluate the 90 day waiting period requirement for the Lagrange Bridge. A23: 90 days will be removed and addressed in a future addenda. (waiting for sheets and pay items) Q24: Thu 10/16/2014 2:18 PM: In reviewing the question submitted 10/14/ :24:47 AM and answer, regarding the Lagrange stucture, we have follow up questions. Can pier construction begin prior to embankment construction and 90 day wait period? Can the 90 day wait period be waived for abutment construction? What work is allowed prior to the embankment construction? A24: 90 days will be removed and addressed in a future addenda. See revised sheets 1637, 1639 and 1640 Q25: Wed 10/15/2014 4:01 PM: Similarly to the question asked on 10/6/ :44:13 PM, in Part 2 on Sheet 7/62 Item 638 Water Work, Mics.: 12x6 Tapping Sleeve and 6 Valve says, This item shall be to install a 12x6 tapping sleeve and 6 valve by the City of Toledo billed to the contractor. Will ODOT provide this cost to all bidders? A25: See revised sheet 007 Q26: October 22, 2014 at 1:33:14 PM: Please review the quantities presented for Reference Numbers 738 (QC2 bridge deck) and 740 (QC1 Abutment/footings) for Bridge No. LUC R. These items appear to be understated and need revised / increased to match the actual quantity necessary. A26: The quantities were reviewed and as a result the quantity for Reference Number 738 will be revised from 361 cy to 368 cy. Q27: Wed 10/22/2014 6:22 PM: Item #189 8" CONDUIT, TY C, E,S., with Joints per (SANITARY) is referencing vitrified clay pipe for a new run of Sanitary pipe between 2 new manholes. Will the Department consider revising to specify PVC Pipe for sanitary sewers in lieu of the vitrified clay? A27: See revised Items above.

11 Q28: Wed 10/15/2014 6:38 PM: The temporary drainage to be installed on I-75 in PRE- PHASE 1A is shown connecting to new temporary 12" slotted drains and tapping into existing median inlet structures. The installation of the various TY B conduit items will require the removal of existing median wall in addition to the replacement of the existing pavement to install said conduit. Please include quantity to replace the existing asphalt that must be removed to install the slotted drains and temporary drainge in the existing pavement on I-75. Please indicate what is to be done to account for the existing median barrier that is to be removed in order to place the temporary drainage in these areas. See sheets A28: See Revised sheets Q29: Tue 10/14/2014 2:29 PM: Part 1, reference mm surface course, calls for 3 cy of material on Detroit Ave. The Part 1 office calcs show 3 cy of 19mm PG70-22 intermediate course on Detroit Ave. Sheet 261/1771 says to see Part 3 for Detroit Ave work. Part 3, sheet 55/234 says to see Luc-Detroit Ave for the adjoining project. What are the 6 cy of material on Detroit Ave for? A29: Part 1 plan sheets 35 and 261 show the removal and replacement of a 3-foot width of existing pavement, curb & gutter and 5-foot wide sidewalk along the westerly side of Detroit Avenue to remove the existing bridge pier and construct the foundation of pier #20 for the proposed LUC L/R bridge. The total 6 CY of asphalt surface and intermediate course is for that pavement replacement. Revised sheet 261 is attached Q30: Tue 10/14/2014 1:59 PM: Phillips Ave, Part 1 calls for a 448 Type 1 surface course. Phillips Ave, Part 3 calls for a mm surface course. What type of surface course will be used on Phillips Ave? A30: See revised pay item Q31: Tue 10/14/ :48 AM: I-75 NB cross sections to for the Berdan Ave off ramp (sheets 407,408, 410,411) shows Temporary Sheet piling. Under what bid item is the temporary sheet piling to be paid for? A31: See revised sheets 407, 408, 410, 411