Loading...
HomeMy WebLinkAbout09-C - 2009 Concrete Road Repair Program - Reconstruction ADVERTISEMENT FOR BIDS CITY OF LIVONIA, MICHIGAN 2009 ROAD REPAIR PROGRAM — CONCRETE CONTRACT 09-C, RECONSTRUCTION Sealed proposals for the 2009 Road Repair Program — Concrete, Contract No. 09-C, Reconstruction will be received at the Livonia City Hall, 33000 Civic Center Drive, Livonia, Michigan 48154 until 2:00 pm, local time, on Tuesday March 17, 2009 at which time and place all bids will be publicly opened and read aloud. The City of Livonia seeks proposals for the following: Reconstruction Program RECONSTRUCTION OF DESIGNATED CITY STREETS, INCLUDING THE COMPLETE REMOVAL OF THE EXISTING PAVEMENT STRUCTURE, SUBGRADE CORRECTIONS, AND CONSTRUCTION OF A CONCRETE PAVEMENT ON AN AGGREGATE BASE, WITH MINOR DRAINAGE IMPROVEMENTS, DRIVEWAY REPLACEMENT, SURFACE RESTORATION, MAINTAINING TRAFFIC, AND SELECT WATER MAIN REPLACEMENT. The approximate quantities of major items of work for this project are as follows: Pavt, Rem 27,000 Syd Station Grading 63 Sta Aggregate Base, 6 inch, Modified 1,600 Syd Aggregate Base, 8 inch, Modified 28,500 Syd Underdrain, Subgrade, Open-Graded, 6 inch 10,900 Ft Conc Pavt with Integral Curb, Nonreinf, 8 inch 22,000 Syd Conc Pavt with Integral Curb, Nonreinf, 9 inch 5,000 Syd Driveway, Nonreinf Conc, 6 inch 2,000 Syd Driveway, Nonreinf Conc, 8 inch 1,200 Syd Sidewalk, Conc, 4 inch 12,000 Sft Surface Restoration, Seeding 13,500 Syd Water Main, DI, 8 inch, Tr Det G 3,000 Ft Specifications and contract documents under which the work will be done may be obtained starting Monday, March 2, 2009 at the Office of the City Engineer, 33000 Civic Center Drive, Livonia, Michigan 48154. Prospective bidders' phone number, facsimile number, street address, and the name of the individual or firm to whom addenda, if any, can be directed, are required. A non-refundable fee in the form of a check payable to the City of Livonia in the amount of$35.00 ($40.00 if mailed) is required for the Contract Bid Documents. Each proposal shall be accompanied by a certified check in the amount of five percent (5%) of the proposal, payable to the City of Livonia, as security for the acceptance of the contract. A Bid Bond on the included form issued by an approved surety company may be furnished in lieu of a certified check. A-1 All bids shall be opened publicly at the date and time specified. Each bid shall be recorded together with the name of the bidder. Bids shall be in accordance with the requirements of this notice to be deemed "responsive". Bids are tD be submitted in a sealed envelope, plainly marked "BID — 2009 LIVONIA ROAD REPAIR PROGRAM — CONCRETE, CONTRACT No. 09-C RECONSTRUCTION" and received by the City Clerk on or before the time and date given above. No bidder may withdraw his proposal within one hundred twenty (120) calendar days after the date set for the opening thereof. The right to accept any bid, to reject any or all bids and to waive irregularities in bidding is reserved by the City of Livonia. Portions of this Contract may be deleted due to unforeseen circumstances without compensation. Todd J. Zilincik, PE City Engineer Jack E. Kirksey Mayor Dated: February 2009 A-2 AEW Project No. 0263-0002 2009 Road Repair Program—Concrete Contract No. 09-C, Reconstruction Page 1 March 13, 2009 ADDENDUM NO. 1 CITY OF LIVONIA 2009 ROAD REPAIR PROGRAM—CONCRETE CONTRACT No. 09-C -RECONSTRUCTION The following changes to and/or clarifications of the Contract Documents will be incorporated in said Contract Documents and such changes shall be allowed for in the price bid by the Contractor, such that the price indicated in the Proposal shall represent the conditions as set forth in the original Contract Documents as modified by this Addendum. Acknowledgment of receipt of this Addendum and the Bidder's Acceptance of these revised conditions prior to submittal of his bid shall be indicated by adding the Addendum number on the Proposal. The following additions, changes, and clarifications are made: Change: Typical Cross Sections, Log of Protect,Pages 141 and 146. The typical cross sections shown for Levan and Tech Center Drive shall be revised to include "Geotextile, Stabilization" on the existing subgrade. The limits for the geotextile stabilization will be equal to the limits for aggregate base or granular subbase. Alternate: West Chicago Water Main, Plan Sheet 2 and 3. The City wishes to receive unit prices for an alternate water main alignment. The alternate alignment of the water main is 10' south of the existing 30" sanitary sewer located on the south side of West Chicago, as measured from edge to edge, or approximately 34' right of the construction centerline. The alignment shall vary as necessary to avoid conflicts with fixed objects such as light poles, utility poles and pedestals, and trees. The alignment changes shall be accomplished by utilizing horizontal bends and/or deflections to avoid the conflict. Change: West Chicago Water Main, Plan Sheet 3. The fire hydrant shown at STA 30+94 has been moved to STA 32+00. Change: West Chicago Water Main, Plan Sheet 2. The gate valve and well shown at STA 21+50 has been moved to STA 21+00. Addendum No. 1 AEW Project No. 0263-0002 2009 Road Repair Program—Concrete Contract No. 09-C, Reconstruction Page 2 March 13, 2009 Added: Tree Removal Items of work for tree removal have been included in the Bid Form to address the removal of trees on West Chicago, as needed for water main construction Trees to be removed will be designated by the Engineer in the field. Change: Water Main Replacement, Special Provisions, Page 80. The item of work "Abandon Existing Water Main" has been changed to include using flowable fill material to abandon the existing water main which lies within the influence of the pavement. The mix design for the flowable fill material shall be as follows: Material Weight per Cubic Yard(Lb) Volume(Cft) Fly Ash, Class C 300 1.50 Cement, Type 1 LB 50 0.25 Sand,2NS ASTM-C33 3,100 18.75 Water ASTM-C94 375 6.00 Air(entrained) - 0.50 Total Weight 3,825 27.00 Slump: 10"+/- 1" Concrete Unit Weight: (per Cubic Foot) 141.70 Lb The means and methods of carrying out the grouting operation shall generally be left to the Contractor,provided such method(s)meet the approval of the Engineer. Payment for "Abandon Existing Water Main" shall include all labor, materials and equipment necessary to complete the work. The required bulkheads and/or permanent water-tight caps required to abandon the water main will be included in this item of work. Alternate: West Chicago Water Main, Plan Sheet 3. The City wishes to receive unit prices for the removal of the existing water main on the north side of West Chicago between STA 27+70 and STA 36+60. The removed water main trench shall be backfilled with suitable excavated material, or granular material Cl H where the trench is located within the influence of pavement, driveways or sidewalk. Contractor shall hold utility poles in place during removal and work considered incidental. Addendum No. 1 AEW Project No. 0263-0002 2009 Road Repair Program—Concrete Contract No. 09-C, Reconstruction Page 3 March 13, 2009 Clarification Unbalancing of Bids, Article 19 - Instructions to Bidders, Page 5. Bidders shall be further made aware that due to a recent history of potential unbalancing of bids in the City of Livonia, bid items for the low bidder(s) will be reviewed and evaluated, and reasonable inquiries will be made, in a effort to determine if bids are unbalanced. Added: Bid Form—Article 5 Basis of Bid. Items of work have been added for potential tree removal associated with water main work. Alternate bid items of work have been added for the alternate water main alignment and water main removal. The additions are found in the revised Basis of Bid, which is attached to this addendum. Chante: Bid Form—Article 5 Basis of Bid. The estimated quantity for "Geotextile, Stabilization"has been revised. The revisions are found in the revised Basis of Bid, which is attached to this addendum. Revised plan sheets with the referenced changes will be issued to the successful Bidder/Contractor. END OF ADDENDUM NO. 1 ARTICLE 5 -BASIS OF BID CITY OF LIVONIA 2009 ROAD REPAIR PROGRAM- CONCRETE CONTRACT No. 09-C,RECONSTRUCTION AEW PROJECT NO. 0263-0002-C 5.01 Bidder will complete Work in accordance with the Contract Documents for the following price(s): Item Estimated No. Description Quanti1y Unit Bid Unit Price Bid Price 1. Mobilization, Max. 3% 1.00 LS S $ 2. Audio Visual Record of Construction Area 1.00 LS 3. Tree, Rem, 19 inch to 36 inch 1.00 Ea 4. Tree, Rem, 6 inch to 18 inch 3.00 Ea 5. Dr Structure, Rem 20.00 Ea 6. Sewer, Rem, Less than 24 inch 300.00 Ft 7. Curb and Gutter, Rem 30.00 Ft 8. Pavt, Rem 27,035.00 Syd 9. Sidewalk, Rem 1,840.00 Syd 10. - Driveway, Rem 3,175.00 Syd 11. _ Station Grading 62.50 Sta 12. _ Subgrade Undercutting, Type II, Modified 3,750.00 Cyd 13. _ Subgrade Undercutting, Type II, Special 150.00 Cyd 14. Soil Erosion and Sedimentation Control 3.00 Ea 15. Subbase, CIP 3,750.00 Cyd 16. _ Aggregate Base, 6 inch, Modified 1,625.00 Syd 17. _ Aggregate Base, 6 inch, Temp 900.00 Syd 18. _ Aggregate Base, 8 inch, Modified 28,660.00 Syd 19. Geotextile, Stabilization 17,000.00 Syd 20. _ Maintenance Aggregate, 21AA 600.00 Ton 21. Sewer, Cl IV, 12 inch, Tr Det B 300.00 Ft 22. Dr Structure, 24 inch dia 10.00 Ea 23. Dr Structure, 48 inch dia 10.00 Ea 24. Dr Structure, Adj, Add Depth 10.00 Ft 25. Dr Structure Cover, Adj, Case 2 54.00 Ea 26. Dr Structure, Tap, 6 inch 72.00 Ea 27. Dr Structure Cover, Modified 23,200.00 Lb EJCDC C-410 Bid Form for Construction Contracts Copyright©2002 National Society of Professional Engineers for EJCDC.All rights reserved. 00410-4 Item Estimated No. Description Quantily Unit Bid Unit Price Bid Price 28. _ Utility Structure Cover, Adj 2.00 Ea 29. Underdrain, Subgrade, Open-Graded, 6 inch 13,150.00 Ft 30. HMA Approach 20.00 Ton 31. HMA, Temp Pavt(3C) 150.00 Ton 32. Cement 10.00 Ton 33. Conc Pavt with Integral Curb,Nonreinf, 8 inch 22,185.00 Syd 34. Conc Pavt with Integral Curb,Nonreinf, 9 inch 4,850.00 Syd 35. Joint, Contraction, W 16,750.00 Ft 36. Joint, Expansion, E3 394.00 Ft 37. Pavt Gapping 460.00 Ft 38. Driveway,Nonreinf Conc, 6 inch 1,950.00 Syd 39. Driveway,Nonreinf Conc, 8 inch 1,150.00 Syd 40. Curb and Gutter, Conc, Det F2 10.00 Ft 41. Driveway Opening, Conc, Det M 440.00 Ft 42. Sidewalk, Conc, 4 inch 11,900.00 Sft 43. Sidewalk, Conc, 6 inch 2,000.00 Sft 44. - Brick Pavers, Salv, Replace 100.00 Sft 45. - Sidewalk Ramp, ADA, Modified 2,865.00 Sft 46. _ Mailbox, Salv, Replace 28.00 Ea 47. Sign, Type III, Erect, Salv 35.00 Ea 48. Pavt Mrkg,Ovly Cold Plastic,6 inch,Crosswalk 800.00 Ft 49. Pavt Mrkg,Ovly Cold Plastic, 18 inch, Stop Bar 145.00 Ft 50. Pavt Mrkg,Ovly Cold Plastic,Lt Turn Arrow Sym 4.00 Ea 51. Pavt Mrkg, Ovly Cold Plastic, Only 10.00 Ea 52. Pavt Mrkg,Ovly Cold Plastic,Rt Turn Arrow Sym 3.00 Ea 53. Pavt Mrkg, Ovly Cold Plastic, School 5.00 Ea 54. Pavt Mrkg,Ovly Cold Plastic,Thru Arrow Sym 3.00 Ea 55. Pavt Mrkg, Waterborne, 4 inch, White 575.00 Ft 56. Pavt Mrkg, Waterborne, 4 inch, Yellow 8,500.00 Ft 57. Rem Curing Compound, for Longit Mrkg 9,075.00 Ft 58. Rem Curing Compound, for Spec Mrkg 1,712.00 Sft 59. Dust Palliative, Applied 5.00 Ton 60. Traffic Control, Levan 1.00 LS EJCDC C-410 Bid Form for Construction Contracts Copyright©2002 National Society of Professional Engineers for EJCDC.All rights reserved. 00410-5 Item Estimated No. Description Quantily Unit Bid Unit Price Bid Price 61. Traffic Control, Tech Center 1.00 LS 62. _ Traffic Control, West Chicago 1.00 LS 63. Tree Root, Grind 50.00 Ea 64. _ Surface Restoration, Seeding 13,500.00 Syd 65. _ Surface Restoration, Sodding 100.00 Syd 66. Curb Stop and Box 9.00 Ea 67. Fire Hydrant 4.00 Ea 68. Gate Box, Adj 1.00 Ea 69. Gate Valve, 6 inch 1.00 Ea 70. Gate Valve, 8 inch 3.00 Ea 71. Gate Well, 5 feet 4.00 Ea 72. Gate Well, Abandon 4.00 Ea 73. Gate Well, Rem 2.00 Ea 74. Gate Well Cover, Adj, Case 2 6.00 Ea 75. Hydrant, Rem 4.00 Ea 76. Water Main, DI, 6 inch, Tr Det G 15.00 Ft 77. Water Main, DI, 8 inch, Tr Det G 2,860.00 Ft 78. Water Main, DI, 12 inch, Tr Det G 10.00 Ft 79. _ Boring, for 8 inch Water Main 125.00 Ft 80. - Gate Well, Adj, Add Depth 5.00 Ft 81. _ Irrigation Pipe, Furn and Install 300.00 Ft 82. Water Main, Rem 35.00 Ft 83. - Water Serv, Replace, I inch 100.00 Ft 84. _ Sprinkler Head, Adj 60.00 Ea 85. _ Sprinkler Head, Furn and Install 60.00 Ea 86. Water Main Connection 8.00 Ea 87. _ Water Serv,Transfer,Long,3/4 inch to 1 inch 10.00 Ea EJCDC C-410 Bid Form for Construction Contracts Copyright©2002 National Society of Professional Engineers for EJCDC.All rights reserved. 00410-6 Item Estimated No. Description Quantily Unit Bid Unit Price Bid Price 88. Water Serv,Transfer, Short,3/4 inch to 1 inch 35.00 Ea 89. _ Abandon Existing Water Main 1.00 LS 90. _ Temporary Water Supply System 1.00 LS Total of All Bid Prices (Items 1 thru 90) $ (Road ConstructionRelated Items) Crew Days Days $ 750.00 $ (Water Main Related Items) Crew Days Days $ 750.00 $ Total Crew Days (Road and Water Main) Days Total of All Bid Prices with Crew Days $ ALTERNATE BID PRICES(Alignment at 34' 1=from'Centerline of West Chicago) Water Main, DI, 8 inch, Tr Det G 2,570.00 Ft Water Main, Rem, Tr Det F 670.00 Ft Water Main, Rem, Tr Det G 220.00 Ft (Water Main Related) Crew Days Days $ 750.00 $ Note: Crew days shall include for all water main related items (base bid) and the items listed for the relocated alignment. Unit Prices have been computed in accordance with Paragraph 11.03.13 of the General Conditions. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and Final Payment for all Unit Price Bid items will be based on actual quantities, determined as provided in the Contract Documents. EJCDC C-410 Bid Form for Construction Contracts Copyright©2002 National Society of Professional Engineers for EJCDC.All rights reserved. 00410-7 ssa5555ss5ssa858s$ssss5s$ss$sass$$oassagsaes5ssssss$Ss5s5R8Esasssssss88sssssassssssssssasa� as a �$s : oW� • a€$w$$s$ggs�s$gg$$g885sas$$$$$�gs.so�es$sss8ss5s.ass$stssa$sg$g5gsgags$$a$ggs$ggg$$sssasas.s$gasaa Sa gaa $ oam���$ s$ mw_smmm:�ms�8 � `a aaP.mmsasmw<.m$ w5� " $s $mmss $$Ss ss� m � $s aag 8s ^;2a 88888m88mo m888m8n88 mo 88mmm8m8�888�m8'�5,8m5m88$ m88r88888�88888m$8888885888888858888888SS8888iO w8 8 S88 S o 1 E<' ms us• _ i g�� '8888$«8888858m <.83r<88888$808888„:°�8m«85e$88Et8 d8888888�m88$8$88888$88888888888858$8888888 88 588 {ao �96 12 ^ ” �$$$$$sn$�s$gs5$esssa$$$s$s$asssa.$sa.$$$ss$eases$�$$sss�g�osgss$$$$$o$$s$$sassss$s$ssssssssa ss s � $es �F s�os z s sss�5sssaa$ $ s�a�e s$asQs a��9s a g58$� s 5$��oases s S�agm s s a s"" � _ m §ea<8 9,888888m88o88888S8N888o8,88g088,8888858$88$r8$88g8888888$m$88Sss58o8So88$888g88g888$8888888 88 888 $ 88888888$$0808�88888$s.8 s.888088os.88888g08888888$88888F8$888SS88888000800008880s8088888888n 88 8 888 8 md 4� aooa$s asa9ss$ sss5sss�$$s a555aas a��$ $o0 $ss��aa jm .��osso85ss�8888$ss8888n8888888588S88s888888$888888wa g8888sm5888888988s88ss888888s98888$888888" BE w 8$8 8 e�E ao-92-��^ �a��sxeo�_��$s 5^�s ra'� �m NomS$"mxam momo „o s g mSsm S sa<�SoS 800g sSF sF sem E8a888s888$85888888888858888$s8s5888888588$8ess8888888�88$8$SmmS$8'o 58558885$5858$amm mo mm a mo 888sm 88 8 g Bas 8 gm9s $��^ _ nm " m�p ' o ""om s e3$y88m88a 8.8rr'8m<858���88=8888s8�85858S88s988�38888ffi$888888s°888888888888888888888588888808888 m8 588 8 { � ya ? p�< m� m8 me^m_x ---- -„-®oaf Ne�s�s "Rm9.^m-- mmom_ Q� a"��s�s sasNe$Sse^«9aa�� 5 s: a^ I � z$_ mttgs9 assmsssasas$s$assess$ss.$s.sss$$sssa5�$$ss$s$$sassr$$s88�sm0g$ss$sa$sa$$$$sggsgs$agg$$s0s$sgx ss Ogg 8 i � #'samm�as$ $sm�ms�ams�5eses � Sms� ana$s $elm ssa 5ss$$�sssas sma5$ � $$ c � a _ �e �a r pmm E��3��0808$$898858888$n;888888$85$88858$8sssss88s8s$88n;55888888m888888ss8888888888888888888888888 8a 88; 8889 osa-a Nm8o;g$RdooNHmdN ^$9`;�m��r8amo�S8$8�a�$.0�88�8gm 9 mom"'��>8m55�N 8 w�$ m8888$$88$85S x.8888888888 S,s8.888885885888888889$88888888n888�8885888888888888888888880888888R o8 888 8 {v3�Rl_'6�o--�2" - o mO1smF$apd aom s 91-9 ' mvnmo8a � ?�mmm m ' Mm^m5 a log m Rm^ w w t EpF N ?m �8y s88888$88goo00088x8gg88888$808080080Q88�S8888$8888888808m888sn;888888888$88858888s8s888$8 00 585 8 € �mag,mpgm nssrs.-^.mm--�9sssisa-���m�as'"e�sR�_"_m�e"^$_sus=mmmm��w"^rn „888888;$8588888$8888888880888888$SB$888s8808 s.88880eo88:�sS888888$8ge8g8888888008888888008 m8 g 858 8 a �� ms ass$$ss$s5�� s$ ams5„sm s smx0$ $ �e�aa asrg5 Ss�s $ s8RaR�s�$ s$$s �sS�x s� $ 3e� ma ;e 8 88888886�8,8s 88$9$588$$888888888$BSSSs888$889888.oy�n;�a88Bmm$88888$8s gma'888888$8 gmR8o8sssss8 ss 558 8 ;gee mm`s§ soo a$aaA��-«�F �Soe�.�ms'nmho= °'m$axsome��me��m�meso�$m„9mrasess�an9s�;mP55Ro0 ao aaa a ^� ml =888888888$8888$888888a.88888s88$88ss$e0$so$Se$888nsass$�a�$ssagsss$$$$$$$$$ssss$$$s$sss$$$s� $s $ $$g $ t mss s md _ ssss888 8«$88s$888888888888888888881858$8om88288.m$888888$m n88888$88 s 8888888888868s 88 a 88 s 888 088 F Naafi U---o^m �s mem s�5as5 � sm ��oem„sn_ri”e�ea�mma���mno_��s�e"ms��$s�pM�$�:S�S�xims$$Ss05 m" >” 888888888888888888888888880888888880808808808888N8S888n'a8a;;808858888885888808888888888808$8888 88 8 0 N 80 �$mu� on5� 8585 58 s58888��F8 8 �$ 8SFm8 8 8 -88 Sg$5�5$S�g$ 888����d8� X56 S w nS 8a885Se88888Sg8$�mo888888888888$88.88m88888a888888a88o$880 8,8 888 8 s 8� - g� �ass�s nnm�o mmmm_Qsess a ms�sa- _�„sm""om$5"ms '"ammmm asses"9� � � 9as' �s_ smsanN $ <" rCj ^g{Q'4a$'Sm S iry: UH��swwaww9.9 s���gWsS ssywss�,„yywwsswww w,9sss � m c3 w��ww w w www,3ww 5 s wsssssss saw w o sus vz � o� �wmm 2 o aassssa.sasgs$ss$ss.ss8sass$a88asagas.g8g$8$$a$seas$%$$$$$$$g$$$$s$$$$$$$$$$$$$$sm$$a.sssgog$g gess$ sa$g� Ej gI ....£.�N m 3="„=`_ m _ t< S't£ v goLLo � „3 Q38 _ i s8m e5a ��s8 Ago �d 9919 a� a'a;mama e9 oo a _ mss; a 8g �s o m zea �e rcaa' - tea- � -��Sg 9`m sy m Woo � mmmm 8'-` `.a 8 e93w €�£E z 3.a.''a a's a'a'a'a E`8.�'s_�a6 5§ 9.g3oE My�3 �r3ws �� m� s _ _-- _ 33oos €€ aam_�mmna� m000 i��_zeRz o exwso�00000 .'.�3o orT 8.ee �m"wW� S - a��p§�mpm€€ ��i? — 8 � g@ gym 3 a w mm oma`- p wsa y �'as==mm�>iisie �mQ� `-�� i'� pm381E s ;g$a'� Qym"' o y w gg mmmm 8a.' 3 PwU�m 5 w` ` mu�$ad ' aumma '6drcrco' wou. o �t3�i333 �t33ww33i � W;33 z "mvnm^m ____ __ _ "".."„`'„Ar"mnmMR 8m5wScv93o9vvvnwnnnmm�mn$mm g