29
Bid 21-033 Page 1 of 5 ADDENDUM NO. 1 September 30, 2021 Bid No.: 21-033 (HUAN05) Bid Name: Union Avenue Bridge Repairs 1. Article 1B – Request for Quotations has been revised. The revised Article 1B is attached to this addendum and must be used for bidding purposes. 2. Article 2 – Special Provisions has been revised as follows. Sections 2.27 and 2.34 have been revised and Section 2.37 has been added. a. Add the following sentence to Section 2.27 - REMOVE AND REPLACE CONCRETE BALUSTERS: The City has a singular mold (for only ONE BALUSTER at a time) that the Contractor may request to use. Contractor shall be responsible for the cost of replacing the singular mold in the event of loss or damage to the singular mold. b. Remove reference to Pier 8 in paragraph one of Section 2.34 - CLEAN JOINT AND REPLACE STRIP SEAL. c. The following section has been added: 2.37 RAILROAD COORDINATION AND FLAGGER Work under this bid alternate item will include all labor, materials, and equipment necessary to coordinate work within the BNSF railroad & Union Pacific railroad easement. Additionally, this bid item will include the costs associated with any and all safety and construction requirements imposed by the railroads to perform the repairs to the bridge within the easement. This includes, but is not limited to, flaggers, safety officer, signage, debris netting, etc. 3. The Pre-Bid Meeting Attendee List and Pre-Bid Meeting Presentation are attached to this addendum. 4. Following are responses to Bidder’s questions: Q1. Can you verify the existing width of the joints at piers 3 and 8 to allow an accurate quote if the Emseal BEJS to supplied? Response: The expansion joint at Pier 3 is approximately 1-inch wide. Repairs to the expansion joint at Pier 8 are no longer required (see item 2 of this addendum). PURCHASING DEPARTMENT 230 S. Mechanic Pueblo, CO 81003 www.pueblo.us/purchasing 719-553-2350 Phone 719-553-2351 Fax [email protected]

ADDENDUM NO. 1 September 30, 2021 Bid No.: 21-033 (HUAN05

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Bid 21-033 Page 1 of 5

ADDENDUM NO. 1

September 30, 2021

Bid No.: 21-033 (HUAN05) Bid Name: Union Avenue Bridge Repairs 1. Article 1B – Request for Quotations has been revised. The revised Article 1B is attached to this addendum and must be used for bidding purposes. 2. Article 2 – Special Provisions has been revised as follows. Sections 2.27 and 2.34 have been revised and Section 2.37 has been added.

a. Add the following sentence to Section 2.27 - REMOVE AND REPLACE CONCRETE BALUSTERS:

The City has a singular mold (for only ONE BALUSTER at a time) that the Contractor may request to use. Contractor shall be responsible for the cost of replacing the singular mold in the event of loss or damage to the singular mold.

b. Remove reference to Pier 8 in paragraph one of Section 2.34 - CLEAN JOINT AND REPLACE

STRIP SEAL.

c. The following section has been added:

2.37 RAILROAD COORDINATION AND FLAGGER

Work under this bid alternate item will include all labor, materials, and equipment necessary to coordinate work within the BNSF railroad & Union Pacific railroad easement. Additionally, this bid item will include the costs associated with any and all safety and construction requirements imposed by the railroads to perform the repairs to the bridge within the easement. This includes, but is not limited to, flaggers, safety officer, signage, debris netting, etc.

3. The Pre-Bid Meeting Attendee List and Pre-Bid Meeting Presentation are attached to this addendum. 4. Following are responses to Bidder’s questions:

Q1. Can you verify the existing width of the joints at piers 3 and 8 to allow an accurate quote if the Emseal BEJS to supplied?

Response: The expansion joint at Pier 3 is approximately 1-inch wide. Repairs to the expansion joint at Pier 8 are no longer required (see item 2 of this addendum).

PURCHASING DEPARTMENT

230 S. Mechanic Pueblo, CO 81003 www.pueblo.us/purchasing

719-553-2350 Phone 719-553-2351 Fax

[email protected]

Bid 21-033 Page 2 of 5

Q2. Will the City consider using a EMseals BEJS PED Seal (data sheet attached), a pedestrian rated compressed joint material and remove the steel plates at the sidewalks from the scope of work?

Response: Contractors should submit a bid for the work as specified; however, the City may consider recommendations from the awarded contractor for alternate solutions, provided that the finished product meets all ADA requirements for walkability, i.e. less than ¼" vertical lip.

This Addendum No. 1 to the above project shall become a part of the Contract Documents and shall be binding in all respects. Information contained in this Addendum No. 1 shall supersede any information presented in the specifications. This Addendum No. 1 must be included in Bidder’s submittal. The undersigned acknowledges receipt of this Addendum No. 1 and all attachments. Business Name: _______________________________________________________________________ Business Address: _____________________________________________________________________ _____________________________________________________________________ Signature: ________________________________________________ Date: _______________________ Printed Name and Title: _________________________________________________________________ Federal Identification Number: ______________________ DUNS Number: ________________________ E-mail address: ________________________________________________________________________ Office Phone: _____________________ Fax: ___________________ Cell Phone: __________________ Attachments: Revised Article 1B – Request for Quotations

Pre-Bid Meeting Attendee List Pre-Bid Meeting Presentation

Revised for Addendum No. 1

Bid 21-033 Page 3 of 5

ARTICLE 1 B. REQUEST FOR QUOTATIONS

BID NO.: 21-033 (HUAN05) BID NAME: Union Avenue Bridge Repairs All bids shall be prepared on this form; all blank spaces must be completed for each item of the work or materials required. The undersigned hereby proposes to furnish all labor, materials, tools, equipment, and all utility/transportation services necessary to perform and complete, in an industry acceptable and professional manner, construction in accordance with the plans and specifications as prepared by or for the City of Pueblo, Colorado, for the sums set forth in the following schedule:

BID ITEM DESCRIPTION ESTIMATED

QUANTITY UNIT PRICE AMOUNT

Base Bid: Union Avenue Bridge 1 Remove and Replace Balusters 50 EA $ $

2 Patch and Seal Cracks in Balusters 30 EA $ $

3 Repair Expansion Joint Plate 4 EA $ $

4 Replace Expansion Joint Plate 4 EA $ $

5 Repair Bridge Deck Spalling 30 LF $ $

6 Remove and Replace 4-inch Sidewalks 150 SF $ $

7 Sidewalk Edge Grinding 12 LF $ $

8 Mobilization 1 LS $ $

9 Traffic Control 1 LS $ $

TOTAL BASE BID $

(_______________________________________________________________________________________________Dollars)

BID ITEM DESCRIPTION ESTIMATED

QUANTITY UNIT PRICE AMOUNT

Bid Alternate 1 10 Patch Concrete and Apply Surface Topping 4,200 SF $ $

11 Apply Concrete Sealer 4,200 SF $ $

12 Provide unit price to replace and install new Baluster 1 EA $

$

13 Provide unit price to patch cracks and/or replace missing concrete in Balusters 1 EA $

$

TOTAL BID ALTERNATE 1 $

(_______________________________________________________________________________________________Dollars)

Revised for Addendum No. 1

Bid 21-033 Page 4 of 5

BID ITEM DESCRIPTION ESTIMATED

QUANTITY UNIT PRICE AMOUNT

Bid Alternate 2

14 Railroad Coordination and Flagger 1 LS $ $

TOTAL BID ALTERNATE 2 $

(_______________________________________________________________________________________________Dollars)

Bid Alternate 3

15 Clean Joint and Replace Strip Seal 1 EA $ $

TOTAL BID ALTERNATE 3 $

(_______________________________________________________________________________________________Dollars)

The contract shall be awarded to the responsible bidder submitting the lowest and most responsive bid on the basis of the Total Base Bid plus any Bid Alternates selected. Award shall be at the sole discretion of the City. The sum of the Total Base Bid plus all Bid Alternates shall be the basis for establishing the Bid Bond amount. The sum of the Total Base Bid plus any Bid Alternates selected by the City shall be the basis for establishing the amount of the Payment and Performance Bonds for this contract. Quantities shown are subject to additions or reductions. The City reserves the right to adjust the required quantities as necessary. Additional quantities shall be furnished by Bidder at the unit price quoted. The time allowed for construction shall be adjusted in direct proportion to the difference of the adjusted quantities to the estimated quantities. Bids must be signed correctly and in ink; bids signed by an agent must include legal notice granting such authority and stating that the signature is binding upon the firm or corporation. Bidders are responsible for obtaining, reading, and carefully examining the entire Contract Documents package, including any Addenda, prior to submitting a bid. Signature below will serve as the Bidder’s acknowledgement of understanding and ability to comply with all requirements and conditions for this project. The undersigned has examined the quantities shown against the plans and specifications and accepts the said quantities as substantially correct, both as to classification and amount, and as correctly listing the work to be completed. Downloaded plans/drawings must be printed as “Actual Size”; scaling is NOT correct when printed using other options. It is the Bidder’s sole responsibility to ensure plans are printed correctly and to inform third-party printers of this information. The City is not responsible for bidding errors resulting from Bidder’s failure to follow this requirement. The undersigned, if awarded the contract, agrees to complete and file the Contract Agreement and Payment and Performance bonds within ten (10) days of the date of Notice of Award, and further agrees to complete the work within one hundred and eighty days (180) calendar days. Liquidated damages will be assessed in accordance with Section 3.54 of ARTICLE 3 – GENERAL PROVISIONS.

Revised for Addendum No. 1

Bid 21-033 Page 5 of 5

Bidders shall not add any conditions or qualifying statements to this bid. If such items are added the bid may be declared nonresponsive and rejected. Bidder shall be subject to all applicable City, County, State, and Federal Taxes in the performance of this contract. Business Name: _______________________________________________________________________ Business Address: ______________________________________________________________________ ______________________________________________________________________ Signature: __________________________________________________ Date: _____________________ Printed Name and Title: _________________________________________________________________ Federal Identification Number: ________________________ DUNS Number: ______________________ E-mail address: ________________________________________________________________________ Office Phone: ____________________ Fax: ____________________ Cell Phone: ___________________

City of PuebloPublic Works Department

Bid No. 21-033 (HUAN05)

Union Ave. Bridge Repairs

Pre-Bid Meeting

September 21, 2021 at 11:00 am

WELCOME

Introduction of City of Pueblo Key Staff

Andrew Hayes - Director of Public Works Chuck Roy - PW Engineering/Construction Manager Ben Pierce - PW Construction Inspector Deborah Rivera - Purchasing Coordinator

Mandatory Submittals

Article 1 – RFQ (Base) In general, this project will consist of performing life-safety repairs to the Union Avenue bridge.

These repairs will include repair by replacement of missing or badly damaged balusters, concrete patching and creak sealing of balusters, repairs to sidewalk to remove pedestrian trip hazards, replacing failed strip seals, and repair and/or removal of spalling concrete on outside face of bridge decking.

RFI Deadline: September 28, 2021, at 4:00 pm (MT)

Project duration 180 calendar days from Notice to Proceed

Article 1 – RFQ (Bid Alt 1)

Article 1 – RFQ (Upcoming Bid Alt 2)• Copy of this brief• Pre-Bid Participation List (Not Mandatory)• Traffic Control Bid Item• Railroad Coordination Bid Item

Project budget: ~ $100,000

Article 2 – Special Provisions

Article 2 – Special ProvisionsCDOT Bridge ID: PUENIN-0.0-CORLast Inspection: Nov. 25, 2020

The alligator in the room …

Article 2 – Special Provisions

2.04 INCONSISTENCIES

Any inquiries regarding seeming inconsistencies between the Plans and Specifications for this project must be made by September 28, 2021, at 4:00 PM (MT). All inquiries must be submitted by email to [email protected].

Article 2 – Special Provisions

2.10 PRE-CONSTRUCTION CONFERENCE The Contractor shall schedule a pre-construction conference with the City’s Project Manager, City employees, representatives of the utility companies, and/or other interested parties prior to any construction. Preconstruction meeting will be scheduled by the Contractor, 7-10 days after notice of award is issued. Contractor is required to submit the following submittals at or prior to the Pre-construction Conference:

• Contractor’s Site Management Organization (to include Site Supervisor, Quality Control Manager, and Site Safety Manager with 24-hour contract information)

• Activity Hazard Analysis (AHA)

• Project Schedule

• Traffic Control Plan

No work on the project will be authorized until all submittals have been approved by the City Engineering Manager, Construction Engineer, or Associate Field Engineer.

Article 2 – Special Provisions2.11 SUBMITTALS

All submittals shall be made electronically and sent directly to the Project Manager for review. Contractor shall use the following Submittal Register for every submittal. All MSDS sheets must be submitted prior to bringing materials on site. The Submittal Register lists the major items to be submitted for this project. Contractor shall also submit any other material items not listed but which will be used in the construction of this project.

Article 2 – Special Provisions2.12 SAFETY REGULATIONS

The Contractor shall be aware of and shall comply with all State and Federal Safety regulations which are applicable to the work included under this contract. Enforcement will be by the proper State and Federal regulatory agencies.

If any construction activity is deemed to be unsafe for inspection, Contractor shall, upon notification, discontinue work until the deficiencies are corrected and the job can be properly inspected.

2.16 SITE RESTORATION AND CLEANUP

Contractor shall maintain and/or repair any damage done to all existing properties, public or private, adjacent to site improvements, including but not limited to, asphalt, base course, utilities, sod, irrigation systems and landscaped areas. In general, disturbed areas shall be replaced to the lines, grades, thickness, and like materials of the existing conditions unless otherwise stated on the plans. Restoration shall be consistent with that of areas adjacent to the limits of construction.

Site restoration and cleanup will not be measured or paid separately but shall be included in the unit prices for each bid item. Partial payments will not be made on any bid item until the restoration and cleanup associated with that item is satisfactorily complete and acceptable to the Project Manager.

Article 2 – Special Provisions2.27 REMOVE AND REPLACE CONCRETE BALUSTERS

The City will mark or otherwise designate the concrete balusters to be removed and replaced. Cut rebar flush with the cap and base. Clean and remove debris, spalling, and loose concrete. The new concrete balusters shall match the existing balusters and shall be reinforced with rebar in the vertical axis. Secure the new balusters in-place using non-shrink grout or mortar at top and bottom of balusters using CDOT approved product.

2.28 PATCH AND SEAL CRACKS IN BALUSTERS

The City will mark or otherwise designate the concrete balusters exhibiting extensive cracking and/or missing concrete which shall be repaired. Exposed rebar shall have rust removed prior to sealing or patching of balusters. Contractor shall determine the most appropriate means to repair the balusters through one or both of the following methods:

1) Patch section of balusters missing concrete with approved concrete patching material approved by CDOT product list.

2) Fill cracks in balusters with concrete crack sealant approved by CDOT product list.

Any balusters marked for repair that have damage too extensive, shall be brought to the attention of the Project Manager for complete replacement.

Article 2 – Special Provisions

Article 2 – Special Provisions2.29 REPAIR EXPANSION JOINT PLATE

Existing expansion joint plates on the eastside sidewalk shall be repaired such that the existing tripping hazards are removed, and the sidewalk transitions are in compliance with ADA requirements. 2.30 REPLACE EXPANSION JOINT PLATE Sawcut and remove all unsound concrete in or around the area to be repaired. Use proper preparation geometry to ensure a level "shelf" on which to apply the EmcreteII elastomeric concrete. The substrates must be perfectly clean and dry prior to installation. Install side forms where needed to contain the Emcrete II. (IMPORTANT: the Emcrete II material is self-leveling. Forms must be tight to the substrate or sealed to prevent leakage of the material through the forms). Apply Sikadur® 32 HiMod primer to concrete areas that will receive the Emcrete II. If concerned about possible spillage or drips, mask-off any adjacent deck or other surfaces with duct tape and construction paper.

Pour nosing material into the blockouts. Trowel lightly while still curing to achieve consistent finish or allow the Emcrete II to self-level and cure as is.

Remove all contaminants by sandblasting or grinding to ensure a thoroughly clean and sound substrate for the full sealant depth. DO NOT use a wire wheel as this will polish the substrate and cause bond-failures. Install BEJS-Pedestrian System by EMSEAL per the manufacturers installation instructions. Install 3/8- inch diamond plate steel coverplate such that the plate meets ADA requirements.

Article 2 – Special Provisions

Article 2 – Special Provisions2.31 REPAIR BRIDGE DECK SPALLING

Clean and patch areas of delamination in the edges of the bridge deck above the bike path and railroad tracks. The impending spalls in the concrete bridge decking are directly above the private road in Span 4. There is also an impending spall on the north edge of the deck directly above the pedestrian path in Span 2. Repairs shall be made in accordance with CDOT Section 601.

See RFQ for modifications to Section 601.12.

Article 2 – Special Provisions

Article 2 – Special Provisions2.32 REMOVE AND REPLACE 4-INCH SIDEWALKS

Remove and replace approximately 150 SF of 4-inch concrete sidewalk on the east side of the bridge approach from the B Street side. Quantities and location to be verified by the Contractor.

Contractor shall be aware that 11 existing 6-inch diameter phone conduits are installed in the bridge deck and under the sidewalk full length west side.

2.33 SIDEWALK EDGE GRINDING

At a minimum, the grinding shall be any vertical displacement in the path of travel of ¼” or greater. At a maximum, a 2-inch vertical displacement may be repaired by grinding. Over 2-inches must be repaired by replacement.

Grinding shall be performed by a dry hand grinder with an attached vacuum to contain the generated concrete dust. For larger grinds the initial removal may be performed using a scarifier with attached dust control, with the final surface completed with the hand grinder.

Completed grinds shall be smooth and sloped back at a minimum of a 1:8 slope.

The completed grind shall be squared off at the back to allow for a clean look. The concrete on the other side of the grind should be left untouched. The finish grind should not be slippery. It should have about the same coefficient of friction as the undisturbed concrete surface.

Article 2 – Special Provisions2.34 CLEAN JOINT AND REPLACE STRIP SEAL

Clean dirt and gravel out of strip seal expansion joints at Pier 3 and Pier 8 with compressed air. Install BEJS Joint System by EMSEAL per manufacturer’s recommendations.

See RFQ for modifications to Section 518 of the Standard CDOT Specifications.

Thank you for attending.Roll call and dismissal

RFI deadline is September 28, 2021 @ 4:00 pm (MT)

Send RFI’s by email to Purchasing [email protected]

Bid Submittal Deadline: – October 6, 2021 @ 10:00 am (MT)