HomeMy WebLinkAboutaddendum2•
•
CITY OF MIAMI
ADDENDUM NO. 2
January 12, 2005
ALLAPATTAH STREET IMPROVEMENTS,
B-40702
City of Miami Bid No. 04-05-011
TO: ALL PROSPECTIVE BIDDERS:
The following changes, additions, clarifications, and deletions amend the Contract
Documents of the above -captioned Invitation to Bid, and shall become an integral part of
the Project Contract. Please note the contents herein and affix same to the documents
you have on hand.
• ADDENDUM ITEM # 1: "Schedule of Bid Prices" Section 00402 - page
27: remove and replace original page in the Bid Form package with page
27(A) included in this Addendum, and submit with your bid. Note: The Bid
form has been amended from a Lump Sum Bid to a Unit Price Bid.
• ADDENDUM ITEM # 2: `Schedule of Bid Prices" Section 00402 — page
27(A): Line 23, Item No. 6-2: Contingency Allowance in the Itemized Bid
replaces Unforeseen Conditions. The Contingency Allowance shall be
$230, 000.00 and is used for overages and differing site conditions .See
Addendum Item # 9 for additional information.
• ADDENDUM ITEM # 3: "Schedule of Bid Prices" Section 00402 —
page 27 (A) - Line 22, Item No. 6-1 has been modified as follows: City
Monument Adiustment on the Itemized Bid Form has been added.
Allapattah Street Improvements, Bid No. 04-05-011
B-40702 1
• ADDENDUM ITEM # 4: "Contract" Section 00600 - page 53 - Article 3
The Contract Sum: remove and replace original page in the Bid package
with page 53 (A) included in this Addendum.
• ADDENDUM ITEM # 5: Instruction to Bidders - Section 00300 - Page
11. Paragraph 2. Page 12, Paragraph 6, Pape 16, Paragraph 16: delete
and replace all references to "Purchasing Department" with "Capital
improvements Department".
• ADDENDUM ITEM # 6 "Additional Articles" - Section 00920 -
"Community Development Block Grant Funds (CDBG)" pages 109-110:
are modified to include the following clarification: A current Section 3
certification letter (dated no later than one year prior to the due date) from
Miami -Dade County, must be included with the submission of the bid, in
order to claim Section 3 preference. Additional Requests for Information (RFI)
regarding CDBG requirements should be addressed in writing to: Angel
Alonso-City of Miami -Department of Community Development at:
aalonsoOci.miami.fLus. Telephone: (305) 416-2094.
• ADDENDUM ITEM # 7: "Section 3 Employment and Economic
Opportunity - Section 3 Requirements and Forms" page 151. Section
00921 - Exhibit 1 line - 4 page entitled "Sample Plan 4 Questions" has
been modified and should read as follows: Contact Angel Alonso at (305)
416-2094 for employment referrals.
• ADDENDUM ITEM # 8: "Supplementary Conditions "- Section 00900
Is modified to include the following language:
Maintenance of Traffic (MOT) All work on roads and streets shall comply with
the Florida Department of Transportation Design Standard Index 600 or the
Maintenance of Traffic (MOT) plan presented in the Contract Documents by
the Engineer of Record. The Contractor may propose an alternative to the
FDOT index or the approved MOT plan in the Contract Document by
submitting signed and sealed plans by a Professional Engineer. All costs
associated with such changes requested by the Contractor shall be borne by
the Contractor and will not be paid by the contract.
Allapattah Street Improvements, Bid No. 04-05-011
B-40702 2
•
•
•
• ADDENDUM ITEM # 9: "Supplementary Conditions" — Section 00900
The following definition shall be added and incorporated:
• "Contingency Allowance: is a cash allowance sum to provide a fund for
contingent work described below. The Contractor shall include in his Bid
Form, the Cash Allowance Sum of Two Hundred Thirty Thousand
($230, 000.00) Dollars, as part of the total bid amount. This fund shall be
used to pay for the following when not provided for on the Plans, in the
Specifications or in another Item of the Bid Form:
(a) Unforeseen surface or underground adjustments or
additional work not included on the Plans or in the
Specifications not included on the Plans or in the
Specifications.
Such construction adjustments, services and/or work shall be done only as
directed by the Engineer, who shall approve all charges. Any portion of said
Contingency Allowance not used will be withheld from Contract
Payments".
Questions from the Allapattah Pre -Bid Meeting (1/8/05)
1. Question: If this is a lump sump project why does the City of Miami require unit
costs for the bid items?
Answer: The contract has been changed from a lump sum bid to a unit price
bid, based on actual quantities. Refer to pages 27 and 27(A) of this
Addendum number 2. It should be noted that the unforeseen
conditions listed in the bid item list has been replaced with a
contingency allowance of $230,000.00 for overages and differing site
conditions.
2. Question: The bid item list on page 27 of the Bid Document, line number 6, item
number 331-72-10, calls for 6" limerock base for Driveway
Reconstruction while the Typical Section with Driveway on page 6 of 6 in
Allapattah Street Improvements, Bid No. 04-05-011
B-40702 3
o
•
•
Answer:
3. Question:
Answer:
4. Question:
Answer:
Answer:
5. Question:
Answer:
6. Question:
Answer:
7. Question:
the plan set calls for 8" limerock base. Which is the correct limerock base
thickness for Driveway Construction?
The limerock base for asphaltic concrete driveways is 6". The 6"
limerock base specified for the Driveway Reconstruction in the bid
item list is the correct thickness.
How is the adjustment of manhole tops and valve covers, to the new
surface elevation paid for?
The Itemized bid sheet has been modified to have a pay item for
manhole adjustments, valve box adjustments, and monument
adjustments.
Will the contractor do water and sewer adjustments? If so the plans
should identify the utilities that need to be adjusted.
Utility owners must adjust their own utilities. The contractor is
responsible for manhole tops, valve covers, and monument
adjustments to the new surface elevation.
The contractor is responsible for coordinating with the utility
owners.
The technical specification requires quality assurance for the Type S
Asphalt Concrete. Is this necessary for this project scope? Who will pay
for the quality assurance testing?
The contractor shall be responsible for obtaining the required
quality assurance for the asphaltic concrete. Therefore, the cost for
quality assurance testing should be included in the bid See 331-4.4
through to 331-5 in the technical specification section of the bid
document
Asphaltic Concrete Type S-I has a minimum lift of 1 "/," and Type S-III has
minimum lift requirement of'/". The plans and the bid document bid list
line number 5, 6 and 7 calls for 1" Type S-I Asphaltic Concrete. Should
Type S-III be used instead of the Type S-I?
Use asphaltic Concrete Type S-111. The bid items will be revised to
reflect this change.
Should the existing driveways remain as they are?
Allapattah Street Improvements, Bid No. 04-05-011
B-40702 4
•
•
Answer: Where a paved driveway exists the contractor should leave as is,
however, wherever there is no paved driveway within the project
limits and as indicated on the plans the contractor shall construct
the paved drive section.
8. Question: On sheet 5 of 6 in the design plans a driveway on the south side of NW
37th Street, east of NW 11 th Avenue is coded as proposed driveway and
labeled as existing driveway to remain. Which is correct?
Answer: This is a proposed, asphaltic concrete driveway that shall be
constructed. The call out in sheet 5 is incorrect. See question and
answer number 7.
9. Question: Is there a profile to follow for the paving operation?
Answer: Paving operation should be completed to retain the existing profile
of the road.
10. Question: Is there any specific phasing for this project?
Answer: No specific phasing is specified. The plans instruct the contractor to
complete the paving operation within 24 hours after the milling
operation. Additionally, the swale construction shall be completed
block by block as specified in the construction plans. The contractor
shall not advance to another block until previous block is 100%
complete.
11. Question: One contractor suggested increasing the asphaltic concrete thickness
requirement to 1 1/2" to allow the paving operation to be completed using
two 3/" lifts. He further suggests that the sequencing of the milling and
resurfacing operation should be as follows:
Mill 1 '/z" and resurface using an initial lift of 3/".
I. Saw cut and place swale block header curb as a guide for the edge
of pavement profile.
II. Complete the paving operation with the final 3/" asphaltic concrete
making the edge of roadway flush with the swale block header curb.
Answer: According to Addendum number 1, a header curb should be used. Since
the concrete header curb is cast -in -place and the existing profile of the
road will be maintained, the contractor should be able to make the edge of
Allapattah Street Improvements, Bid No. 04-05-011
B-40702 5
roadway flush with the header curb. Care should be given not to spill
concrete on newly paved roadway If paving operation is completed before
the swale reconstruction. Care should be given not to spill asphalt on the
swale blocks and header curb if the swale reconstruction is completed
before the paving operation. In both cases care must be given when saw
cutting the pavement to place the header curb not to damage the
pavement. There will be no additional compensation for repair to the
pavement cause by damage during the saw cutting of the pavement.
All other terms and conditions of the Contract/Bid documents remain in
effect and unchanged.
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT
DOCUMENT AND SHALL BE MADE A PART THEREOF-:—
Jorge Cano, P.E.
D'puty Director
Capital Improvements
THIS ADDENDUM IS TO BE SIGNED AND DATED BY BIDDER AND SUBMITTED
AS PROOF OF RECEIPT WITH THE SUBMISSION OF BID.
NAME OF FIRM:
SIGNATURE:
DATE:
Allapattah Street Improvements, Bid No. 04-05-011
B-40702 6
•
00402 Itemized Bid Sheet
ALLAPATTAH STREET IMPROVEMENTS PROJECT - B-40702
Line
Number
Item
Number
Item Description
Approximate
Quantity
Unit
Unit Price
Extended
Amount
1
101-1
Mobilization
1.00
Lump Sum
-
2
102-1
Maintenance of Traffic
1.00
Lump Sum
-
3
110-1
Clearing & Grubbing
2.00
Acres
-
4
327-70-1
Milling existing pavement (1" average depth)
31,986.00
Square Yard
-
5
331-3-1
Type S-III asphalt concrete (1" average thickeness)
1,777.00
Ton
-
6
331-72-10
Driveway Reconstruction (6" Limerock + 1" Asphalt, S-!II)
4,593.00
Square Yard
-
7
331-72-10A
Roadway Restoration (8" Limerock + 1" Asphalt, S-III)
30.00
Square Yard
-
8
425-5
Manhole Adjustments
5.00
Each
-
9
425-6
Valve Box Adjustments
12.00
Each
-
10
430-941
Pipe, Desilting
3,000.00
Lineal Feet
-
11
520-2-4
Concrete curb (Type D)
7,140.00
Lineal Feet
-
12
522-1
Concrete sidewalk (4" Thick)
1,134.00
Square Yard
-
13
522-1A
Concrete sidewalk (Ramp)
74.00
Square Yard
-
14
527-1-1
Swale Block
26,340.00
Square Yard
-
15
575-1
Sodding
967.00
Square Yard
-
16
706-1-12
Reflective pavement marker
420.00
Each
-
17
711-35-41
Solid traffic stripe (4" White) (Thermoplastic)
960.00
Lineal Feet
-
18
711-35-121
Solid traffic stripe (12" White) (Thermoplastic)
1,000.00
Lineal Feet
19
711-35-241
Solid traffic stripe (24" White) (Thermoplastic)
450.00
Lineal Feet
-
20
711-36-41
Solid traffic stripe (4" Yellow) (Thermoplastic)
1,250.00
Lineal Feet
-
21
660-2-1
Signal loop replacement
6.00
Assembly
-
22
6-1
City monument adjustments
18.00
Each
-
23
6-2
Contingency Allowance
1.00
Lump Sum
230,000.00
230,000.00
TOTAL BID AMOUNT
City of Miami
27 (A)
Addendum No. 2
Bid No. 04-05-011
•
•
2.6 NO DAMAGES FOR DELAY. Except as expressly allowed and limited by Section
41 of the General Conditions , in the event of any delays to the project , the
Contractor's sole remedy shall be to seek an extension of time in accordance
with the terms of the Contract. The City shall not be liable for any delay damages
or damages attributable to performing work out of sequence, acceleration claims
or other similar type claims, incurred by subcontractor arising out of or in any way
associated with the performance of this Agreement.
ARTICLE 3
THE CONTRACT SUM
This is a Unit Price Contract:
3.1 CITY shall pay to CONTRACTOR the amounts determined for the total number
of each of the units of work completed at the unit price stated in the schedule of
prices bid. The number of units contained in this schedule is an estimate only,
and final payment shall be made for the actual number of units incorporated in cr
made necessary by the Work covered by the Contract Documents.
3.2 Payment shall be made at the unit prices applicable to each integral part of the
Work. These prices shall be full compensation for all costs, including overhead
and profit, associated with completion of all the Work in full conformity with the
requirements as stated or shown, or both, in the Contract Documents. The cost
of any item of work not covered by a definite Contract unit price shall be included
in the Contract unit price or lump sum price to which the item is most applicable.
City of Miami
53 (A) Bid No. 04-05-011
Addendum No. 2
•
Pre-Bjd Meetinatendance Record
Job Title: ALLAPAITAH STREET IMPROVEMENTS 04-05-011
Name
C,kgL h/feRfue
Position
• er
Ayes 477..
C• S.
:-
ac.i i' - .. Te-rv.411
Job No.: B-40702
Organization/GC/Sub
Protect Manager. KEVIN BROWN, P.E.
Mailing Address
_ cr -, e- < / /1 yir'v ri$ 7,7 1,r
NFL +
2 •w• 42„r 4.e
1C/ / c. '751)Qw 7S;
(41
tc ✓ Gv if3370 / St l /v 3 live.
felP
j(//fV(Ze Cr.z 7� /% -) 75
el s-.)1 - Qin
1t
los7: u Z.7 s,—
C Zr S T£H n`� `tT O 444 rj.G7. 2.? 4v.
City
Addendum No. 2
Date: January 4, 2005
hip Code
Telephone
fax No.
E-Mail Address
'.�/z4
f ' Z- .7y..P.,
772- ye7r
r C a/eE Z ye/Y lib Ad (.. c
33 I26
33S-461 -o6a3
3o5--4dr-4:44o
e,,y
M co,.s+,. o„ e1,4Us 4 . .
33rz.6
u -t-,qc;7
gam',-/srz
•& t*z
ss -ol
ro 3N 33 i.
33jz 4
.,,tV-a/74,,,7
y 267-`ii)
,J ,
= si/6xbsxr
3i f',
336 7
-Fir
o s 7275:
-
7 - 234 f2
e-9a
7 6C
33+2G
3,-C- -6c7-
3;i
/I ,-I 4774 c .�'.,
*aG/siL`1Z
?ceG s.o.cC ' «t
/47
17Z
gi;03/411
3� 3/4.9
a.v, ast)r,c,0c CC
.33130
'`11E^IQ4L`
C3es�
+1l6~ 1019
e a
iC0-li,rn:yyt00Ga..h11,14i.gi.LIi
Department of Capital Improvements