+ All Categories
Home > Documents > City of San Antonio TRANSPORTATION AND CAPITAL...

City of San Antonio TRANSPORTATION AND CAPITAL...

Date post: 31-Jul-2020
Category:
Upload: others
View: 10 times
Download: 0 times
Share this document with a friend
19
Addendum No. 2 Page 1 of 3 City of San Antonio TRANSPORTATION AND CAPITAL IMPROVEMENTS ADDENDUM No. 2 FORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility Task Order Contract Package 1 – ID NO.:23-01571 DATE: December 12, 2017 _____________________________________________________________________________________ This addendum is separated into sections for convenience; however, all contractors, subcontractors, material men, and other parties shall be responsible for reading the entire addendum. The failure to list an item or items in all affected sections of this addendum does not relieve any party affected from performing as per instructions, providing that the information is set forth one time any place in this addendum. These documents shall be attached to and become part of the Contract Documents for this project. The contractor shall be required to sign an acknowledgement of the receipt of this addendum and submit with their proposal package. GENERAL: 1. The following changes and/or additions to the Contract Documents, via this addendum, shall apply to proposals made for and to the execution of the various parts of the work affected thereby. 2. Careful note of the Addendum shall be taken by all interested parties and all trades affected shall be fully advised in their performance of the work involved. GENERAL COMMENTS: 1. Meeting Minutes and Questions and Answers from the Pre-Bid meeting have been included as part of this addendum. 2. As per the additional details, the payment for combination retaining walls in fill conditions (Ty 1, Ty 2, & Ty 3) shall be paid for under item 506.1 “Concrete Retaining Walls-Comb. Type”. PLANS 1. Roadway Detail Sheets have been updated to reflect additional details for sidewalk around fire hydrants and for combination retaining walls in fill conditions. FORM & SPECIFICATION REVISIONS 1. Form 025 has been updated, notes for additional mobilization have been removed from this form. 2. The Project Description has been replaced in its entirety (See attachment). 3. A potential task order/project list has been provided via this addendum. (See attachment) 4. Supplemental Specification 15 “Mobilization” has been replaced in its entirety. (See attachment) GENERAL CONDITIONS 1. Special Conditions for Task Order Contracts Section XVII.8 of the 081 General Conditions for City of San Antonio Construction Contracts has been revised as follows: “Contractor shall be responsible for providing all labor, materials, tools, instruments, supplies, equipment, transportation, mobilization, insurance, subcontracts, bonds, supervision, management, reports, incidentals and quality control necessary to perform construction management and construction for each issued Task Order, unless otherwise authorized by City.”
Transcript
Page 1: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

Addendum No. 2 Page 1 of 3

City of San Antonio

TRANSPORTATION AND CAPITAL IMPROVEMENTS

ADDENDUM No. 2

FORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility Task Order Contract Package 1 – ID NO.:23-01571

DATE: December 12, 2017 _____________________________________________________________________________________ This addendum is separated into sections for convenience; however, all contractors, subcontractors, material men, and other parties shall be responsible for reading the entire addendum. The failure to list an item or items in all affected sections of this addendum does not relieve any party affected from performing as per instructions, providing that the information is set forth one time any place in this addendum. These documents shall be attached to and become part of the Contract Documents for this project. The contractor shall be required to sign an acknowledgement of the receipt of this addendum and submit with their proposal package.

GENERAL:

1. The following changes and/or additions to the Contract Documents, via this addendum, shall apply to proposals made for and to the execution of the various parts of the work affected thereby.

2. Careful note of the Addendum shall be taken by all interested parties and all trades affected shall be fully advised in their performance of the work involved.

GENERAL COMMENTS:

1. Meeting Minutes and Questions and Answers from the Pre-Bid meeting have been included as part of this addendum. 2. As per the additional details, the payment for combination retaining walls in fill conditions (Ty 1, Ty 2, & Ty 3) shall be paid for

under item 506.1 “Concrete Retaining Walls-Comb. Type”. PLANS

1. Roadway Detail Sheets have been updated to reflect additional details for sidewalk around fire hydrants and for combination retaining walls in fill conditions.

FORM & SPECIFICATION REVISIONS

1. Form 025 has been updated, notes for additional mobilization have been removed from this form. 2. The Project Description has been replaced in its entirety (See attachment). 3. A potential task order/project list has been provided via this addendum. (See attachment) 4. Supplemental Specification 15 “Mobilization” has been replaced in its entirety. (See attachment)

GENERAL CONDITIONS

1. Special Conditions for Task Order Contracts Section XVII.8 of the 081 General Conditions for City of San Antonio Construction Contracts has been revised as follows:

“Contractor shall be responsible for providing all labor, materials, tools, instruments, supplies, equipment, transportation, mobilization, insurance, subcontracts, bonds, supervision, management, reports, incidentals and quality control necessary to perform construction management and construction for each issued Task Order, unless otherwise authorized by City.”

Page 2: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

Addendum No. 2 Page 2 of 3

END OF ADDENDUM No. 2

12/12/17

Page 3: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

Addendum No. 2 Page 3 of 3

City of San Antonio

TRANSPORTATION AND CAPITAL IMPROVEMENTS

RECEIPT OF ADDENDUM NUMBER(S) 2 IS HEREBY ACKNOWLEDGED FOR PLANS AND

SPECIFICATIONS FOR CONSTRUCTION OF THE 2017 Pedestrian Mobility Task Order Contract

Package 1 - #23-01571

FOR WHICH BIDS WILL BE OPENED ON December 19, 2017 at 2:00pm

THIS ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH THE BID PACKAGE. Company Name:

Address:

City/State/Zip Code:

Date:

Signature

Print Name/Title

Page 4: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

Transportation & Capital Improvements CIP - Horizontal

CITY OF SAN ANTONIO

Pre Bid Meeting Information Sheet PROJECT: 2017 Pedestrian Mobility Task Order Package No. 1 DATE: December 5, 2017, 10:00 am_- 9th Floor Conference Room ___

I. Project Information:

a. Project Scope: Project construction may include but is not limited to: concrete curbs, sidewalks, driveways, concrete retaining walls-combination type, wheel chair ramps, removing and relocating mail boxes, topsoil, sodding, signage, striping, elevated sidewalks, sidewalk pipe railing, adjusting existing meter boxes, valve boxes and manholes, tree pruning, removal and/or replacement, and any other items required due to the site conditions to accomplish the project scope.

b. Estimated Construction Cost i. Bid (COSA): $3,000,000.00

c. Schedule: i. Bid: 540 Calendar Days

d. Liquidated Damages i. Substantial Completion $850.00 ii. Final Completion $310.00

II. Utilities:

a. CPS

b. VIA

c. SAWS

III. City of San Antonio Departments a. TCI Team:

i. Addendum(s) (December 12)

1. Issuance of pre-bid meeting questions and responses

2. Revised Project Description

3. Other

ii. TCP – Contractor is responsible for providing traffic control plan and shall

maintain one-way traffic flow for local access for property owners within the construction zone

Page 5: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

Transportation & Capital Improvements CIP - Horizontal

iii. Schedule – Contractor will provide schedule per task order

b. Storm Water Engineering

c. Environmental

d. Trees

e. Final Remarks

Page 6: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

MEETING MEMO

415 EMBASSY OAKS, SUITE 205 PAGE 1 OF 2 OFFICE: (210) 341-6200 SAN ANTONIO, TX 78216 FAX: (210) 341-6300

PROJECT: 2017 Pedestrian Mobility Task Order Package No. 1

ATTENDEES: Sign In Sheet is uploaded to COSA Procurement Website

SUBJECT: Pre-Bid Meeting

MEETING DATE: December 5, 2017

MEETING TIME: 10:00 am

VENUE: 114 Commerce, 9th Floor Conference Room

- Eric Salazar presented and described the project scope for this contract and stated that

the project budget/construction cost would be $3 million with a total contract schedule of 540 calendar days for the entire duration of the contract.

- Eric covered the liquidated damage rates for this contract which are set at $850 per day for the substantial completion and $310 per day for final completion.

- The SDEBA requirements were presented and the attendees informed that the presentation would be uploaded to the COSA procurement website.

- The scope of the utilities were discussed and the anticipated utility work will be surface adjustments to valve, meters, cleanouts, etc. as needed to accommodate the proposed improvements.

- For the scope of the contract there should not be any significant drainage improvements as part of this contract.

- Tree Preservation quantities and bid items are included as part contract and will be used as needed to assure tree protection during construction.

- The awarded contractor will be responsible for providing traffic control measures and maintaining on-way traffic flow, pedestrian detours, and local access for property owners.

- Contractor will provide schedules for review and approval per each task order. Questions:

1. Will the COSA be paying for the construction materials testing or will the Contractor? Response: The construction material testing will be paid for by the contractor as per the “General Conditions for City of San Antonio Construction Contracts”.

2. Have any projects been identified for this contract? Response: An initial project list has been attached as part of this addendum. However this contract is not limited to just the project list. Additional projects will be assigned as needed and by the COSA Project Manager.

Page 7: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

MEETING MEMO

415 EMBASSY OAKS, SUITE 205 PAGE 2 OF 2 OFFICE: (210) 341-6200 SAN ANTONIO, TX 78216 FAX: (210) 341-6300

3. Are any plans available for the proposed projects? If so what level of detail will theyhave?

Response: At this time no plans have been developed for the projects. The level of detail willbe determined at the time of design. The plans will range from schematic layouts to detailedgrading layouts as determined by the design consultant and COSA project team. The plansthat will be provided will be similar in nature to plans that have been provided for previousflatwork/sidewalk task order contracts.

4. Can the bonding requirement for this contract be changed so that the contract isbonded upon the initial bid versus on a task order basis?

Response: No the bidding contractor has the option of bonding the contract up front or on atask order basis.

END OF MEMO

5. Pease clarify the "040 Standard Instructions to Respondent" as follows:5.1.5 Respondent has exceeded its bonding capacity

Response: Bonding capacity is the maximum amount of surety bonds a surety company will provide to a contractor.

Page 8: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

PD-1

Project Description

Project Duration This task order contract shall be terminated five hundred and forty (540) calendar days after issuance of first task order. The construction time (in calendar days) for each individual task order will be negotiated between the City Engineer or Project Manager and the Contractor. The Contractor will be expected to begin construction for each individual site in accordance with Article 1- General Provisions, Section 1.2.4, Notice to Proceed and Commencement of Contract Times in the General Conditions-City of San Antonio Construction Contracts. The Contractor may also be limited to the amount of individual project sites open at any given time. Liquidated damages for construction time will be assessed on a per task order basis should the contractor fail to complete the construction in the specified calendar days as negotiated by the City Engineer or Project Manager.

Task Order Duration The contractor will negotiate calendar days for each task order issued by the City. Contractor will not receive the full 540 calendar days to complete each task order due to City fiscal year goals. If contractor exceeds calendar days for specified task order, liquidated damages will be assessed.

Project Scope Project construction may include but is not limited to: concrete curbs, sidewalks, driveways, concrete retaining walls-combination type, wheel chair ramps, removing and relocating mail boxes, topsoil, sodding, signage, striping, elevated sidewalks, sidewalk pipe railing, adjusting existing meter boxes, valve boxes and manholes, tree pruning, removal and/or replacement, and any other items required due to the site conditions to accomplish the project scope.

Quantities included in this contract, as well as the entire bid amount are not guaranteed. Unit prices established shall remain valid throughout the duration of the contract.

Project Location The sites shall be assigned by the City Engineer or Project Manager and shall be located throughout the City. Each project site will be issued as a separate task order and quantities will be provided to the Contractor. Although not all inclusive, attached is a list of the potential task orders and scope (see addendum).

Subsequent task orders will be issued for other work assignments that are to be accomplished during the life of this contract.

It is anticipated that some project sites may require working time restrictions. No additional compensation will be given to the contractor for reduced working times.

This is a non-site specific contract, and task orders issued can be as small as $2,000.00. Project locations and plan details will be incorporated into this contract by task order over the life of the contract. The quantities included in this contract are only to be used in the determination of the low bidder. They are not to be used in determining the quantity of materials to be ordered for work under this contract. The contractor shall accept ALL task

Page 9: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

PD-2

orders assigned, regardless of size. For projects that qualify for additional mobilization, contractors shall receive only 1 mobilization fee in accordance with Supplemental Specification 15. Important Notes No direct payment shall be made for the following specification items. Contractor shall include cost of these items in various other bid items: 100.1 Mobilization 100.2 Insurance and Bond 101.1 Preparing Right-of-Way 530.1 Barricades, Signs, and Traffic Handling Excavationduetoconstructionofcurb,sidewalk,retainingwalls,driveways,andparkwaygrading(edgeofpavement/curbtopropertyline)shallnotbepaidfordirectlybutshallbeincludedinvariousotherbiditemsofwhichitformsacomponentpart.Each individual task order shall be completed within 30 calendar days, unless otherwise indicated in the task order. The Contractor will not be required to work on more than three (3) task orders at any time. Time charges for each individual task order will begin 14 calendar days after the date on which each individual task order is issued. Curb Construction Method: See details in the specifications. Concrete Curb, Curb and Gutter, and Mountable (Roll Over) Curb: All cost to install this type of curb shall be paid under Item 500.1 Concrete Curb, Curb and Gutter, and Mountable Curb. Sidewalk Pipe Railing: All sidewalk pipe railing shall be painted in accordance with Specification 514 Paint and Painting. All sidewalk pipe railing shall be galvanized in accordance with TxDOT Standard Specification Item 445, “Galvanizing”. Concrete Sidewalk Drain: Concrete sidewalk drain shall be installed in accordance with Miscellaneous Construction Standard I. Steel plates shall be ½ inch in thickness unless specified otherwise by the Engineer. City of San Antonio Traffic Engineering Department will typically recommend traffic control layout at each project location. Contractor is responsible for providing traffic control plan as required per project. (No separate Pay Item)

Page 10: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

PD-3

All City of San Antonio Specifications & Construction Detail sheets available on the City’s Website at: http://www.sanantonio.gov/TCI/CurrentVendorResources/StandardSpecificationsandDetails.aspx All Construction and Material Specifications for SAWS bid items are available at: http://www.saws.org/business_center/specs/constspecs/ http://www.saws.org/business_center/specs/matspecs/ The Specific Contract Documents for this project are available on the City’s Website at: http://www.sanantonio.gov/purchasing/biddingcontract/opportunities.aspx Click on the following link “2017-2018 Reconstruction/Reclamation Task Order Package 12”

Page 11: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

2017 Pedestrian Mobility Task Order Contract Package 1 ‐ Potential Task Order/Project List

Project Street From To

Kendalia Kyle St IH 35

Arroya Vista West Avenue Westmoreland

Starcrest Dr. Budding Blvd. Wurzbach Pkwy

Peabody Holder New Laredo Hwy

Errol  Rexford W. Sunset

Sun Valley Fair Valley Hallie Spirit

W. Laurel Zarzamora Alazon Creek

Cascade Parkway Barlite  Yarrow

W. Laurel 23rd St. 19th St.

Yarrow Blvd SW Military Cascade Parkway

McCullough Harriet Jackson Keller

Moss Valley Dr IH‐410 Access Rd New Valley Hi Dr

Janice Lavon Dr Hunter Blvd Betty St

See Scope ‐ Pedestrian facilities on both sides 

of Moss Valley Dr, 4‐ft sidewalk

Project Description

See Scope ‐ Pedestrian facilities both sides of 

Kendalia, 4‐ft sidewalks

See Scope ‐ Pedestrian facilities north Side of 

Peabody, 4‐ft sidewalk

See Scope ‐ Pedestrian facilities fill gaps both 

sides of Sun Valley, 4‐ft sidewalks

See Scope ‐ Pedestrian facilities fill gap north 

side of Cascade Parkway, 6‐ft sidewalk

See Scope ‐ Pedestrian facilities fill gap west 

side of Yarrow Blvd, 6‐ft sidewalk

See Scope ‐ Pedestrian facilities west side of 

Arroya Vista, 4‐ft sidewalk

See Scope ‐ Pedestrian facilities west side of 

Errol, 4‐ft sidewalk

See Scope ‐ Pedestrian facilities north side of 

W. Laurel, 4‐ft sidewalk

See Scope ‐ Pedestrian facilities north side of 

W. Laurel, 4‐ft sidewalk

See Scope ‐ Pedestrian facilities west side of 

McCullough, 6‐ft sidewalk

See scope ‐ Pedestrian facilities north side of 

Stacrest Drive, 6‐ft sidewalk

See Scope ‐ Pedestrian facilities on both sides 

of Janice Lavon Dr, 4‐ft sidewalk

Page 12: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

City of San Antonio Specifications for Construction 2017 Pedestrian Mobility Task Order Package 1

1

SUPPLEMENTAL SPECIFICATION 15 Mobilization 

  The City will pay mobilization (SUP 15) or a portion thereof for the following situations:  

1. If  the  final construction cost of  a   task  order   i n  add i t ion   to  mobilization  (SUP  15)  does not exceed  $10 ,000 .  

2. In  the  event where  the  final  construction  cost  of   a   task   order   in   addit ion   to  

mobi l izat ion   (SUP  15)  is greater than $10,000, the additional mobilization  (SUP 15) will be adjusted so that the total task order cost is $10,000. 

3. Individual Task Orders can be  lumped together as one Task Order  if the project sites 

are no more  than  5  city  blocks  apart  from  each  other.  In  the  event  that  the  sum of  the  construction  cost  for  all  project  sites  within  the  Task  Order  is  less  than $10,000,  then item 1 will apply to this condition. 

4. For  emergency  Task  Orders  where  the  Project  Manager  requires  immediate 

mobilization (within a 24 to 48‐hour period) by the contractor.  

  BID ITEM: SUP 15 – Mobilization – per Each (EA) 

Page 13: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

PROJECT NAME: 2017 PEDESTRIAN MOBILITY TASK ORDER PACKAGE 1PROJECT NO. 23-01571Addendum #2

CITY OF SAN ANTONIO 025 UNIT PRICING FORM

ALT. NO. ITEM NO.DESC. CODE

S.P. NO BID ITEM DESCRIPTION

UNIT OF MEASURE

APPROX. QUANTITIES

UNIT BID PRICE AMOUNT

ITEM SEQUENCE NO.

The City only will accept bid pricing to the hundredths. Any pricing extended out to three decimal points will be

truncated to two decimal points in the City's favor.

103.1 REMOVE CONCRETE CURB (<700 LF) LF 500

103.1 REMOVE CONCRETE CURB (700 LF < X < 10,000 LF) LF 16,000

103.3 REMOVE CONCRETE SIDEWALKS & DRIVEWAYS (< 1,000 SF) SF 750

103.3 REMOVE CONCRETE SIDEWALKS & DRIVEWAYS ( > 10,000 SF) SF 38,250

103.4 REMOVE MISCELLANEOUS CONCRETE SF 3,825

413.1 FLOWABLE FILL (LOW STRENGTH) CY 30

500.1 CONCRETE FLUSH CURBING LF 3,168

500.1 CONCRETE CURB ( < 1,000 LF) LF 500

500.1 CONCRETE CURB ( > 1,000 LF) LF 9,450

500.4 CONCRETE CURB AND GUTTER ( < 1,000 LF) LF 500

500.4 CONCRETE CURB AND GUTTER ( > 1,000 LF) LF 9,450

500.5 CONCRETE CURB AND GUTTER (MOUNTABLE) ( < 1,000 LF) LF 500

500.5 CONCRETE CURB AND GUTTER (MOUNTABLE) ( > 1,000 LF) LF 9,450

502.1 CONCRETE SIDEWALKS(150 SY < X < 1,000 SY) SY 450

502.1 CONCRETE SIDEWALKS(1,000 SY < X < 10,000 SY) SY 17,600

502.1 CONCRETE SIDEWALKS (6" SHELTER PAD) SY 200

503.1PORTLAND CEMENT CONCRETE DRIVEWAYS - RESIDENTIAL (100 SY < X < 10,000 SY)

SY 6,900

503.2 PORTLAND CEMENT CONCRETE DRIVEWAYS - COMMERCIAL SY 1,700

503.4 ASHPALTIC CONCRETE DRIVEWAY SY 300

503.5 GRAVEL DRIVEWAY SY 300

505.1 CONCRETE RIPRAP (5" THICK) SY 120

506.1 CONCRETE RETAINING WALLS-COMB. TYPE CY 360

507.1 CHAINK LINK WIRE FENCE - 4 FT HIGH LF 600

507.2 CHAINK LINK WIRE FENCE - 6 FT HIGH LF 600

507.4 GATES - PEDESTRIAN EA 60

507.5 GATES - VEHICULAR OPENING 60

507.6 WROUGHT IRON FENCE LF 150

507.7 WROUGHT IRON GATE (VEHICULAR) OPENING 3

507.8 WROUGHT IRON GATE (PEDESTRIAN) OPENING 3

508.1 RELOCATE WIRE FENCE LF 600

508.2 RELOCATE WROUGHT IRON FENCE LF 150

509.1 METAL BEAM GUARD RAIL (< 200 LF) LF 105

Page 14: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

PROJECT NAME: 2017 PEDESTRIAN MOBILITY TASK ORDER PACKAGE 1PROJECT NO. 23-01571Addendum #2

CITY OF SAN ANTONIO 025 UNIT PRICING FORM

ALT. NO. ITEM NO.DESC. CODE

S.P. NO BID ITEM DESCRIPTION

UNIT OF MEASURE

APPROX. QUANTITIES

UNIT BID PRICE AMOUNT

ITEM SEQUENCE NO.

512.1 ADJUSTING EXISTING MANHOLES EA 6

512.2 RECONSTRUCTING EXISTING MANHOLES EA 6

512.3 VALVE BOX ADJUSTMENTS EA 5

513.1 REMOVING AND RELOCATING MAIL BOXES EA 30

513.1A DECORATIVE MAIL BOX EA 60

513.1B REMOVE AND RELOCATE ROCK MASONRY MAILBOX EA 30

513.2 COMMUNITY MAIL BOX SLAB SY 30

515.1 TOPSOIL (> 500 CY) CY 1,914

516.1 ST. AUGUSTIN SODDING (> 2,000 SY) SY 8,700

516.2 BERMUDA SODDING (> 2,000 SY) SY 8,700

520.1 HYDROMULCHING (RESIDENTIAL OR COMMERCIAL) SY 3,000

522.1 SIDEWALK PIPE RAILING (GALVANIZED) LF 90

523.1 ADJUSTING VEHICULAR GATES OPENING 54

523.1 ADJUSTING VEHICULAR GATES - MOTORIZED OPENING 6

523.1 ADJUSTING VEHICULAR GATES - ROLLING OPENING 12

523.3 ADJUSTING PEDESTRIAN GATES EA 27

523.4 ADJUSTING WROUGHT IRON VEHICULAR GATES OPENING 8

523.5 ADJUSTING WROUGHT IRON PEDESTRIAN GATE (MOTORIZED) EA 3

523.6 ADJUSTING WROUGHT IRON PEDESTRIAN GATE EA 6

524 CONCRETE STEPS CY 15

531.3 R1-1 STOP* (30") EA 18

531.5 R1-14 ALL WAY plate* (18" x 6") EA 36

531.57 9 INCH STREET NAME, BLOCK NUMBERS* (Varies x 9") EA 18

531.59 W 17-3 SPECIAL SIGN (HUMP AHEAD SYMBOL SIGN) EA 12

531.59 W 17-3 SPECIAL SIGN (HUMP SYMBOL SIGN) EA 12

535.1 4 INCH WIDE YELLOW LINE LF 360

535.2 4 INCH WIDE WHITE LINE LF 360

535.3 8 INCH SOLID YELLOW LINE LF 300

535.4 8 INCH SOLID WHITE LINE LF 300

535.5 12 INCH WIDE WHITE LINE LF 300

535.7 24 INCH WIDE WHITE LINE LF 300

535.7B 24 INCH WIDE YELLOW LINE LF 150

535.8 RIGHT WHITE ARROW EA 12

535.9 LEFT WHITE ARROW EA 12

535.1 COMBINATION THRU/RIGHT WHITE ARROW EA 12

535.11 COMBINATION THRU/LEFT WHITE ARROW EA 12

535.12 WORD "ONLY" EA 12

535.13 STRAIGHT WHITE ARROW EA 12

Page 15: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

PROJECT NAME: 2017 PEDESTRIAN MOBILITY TASK ORDER PACKAGE 1PROJECT NO. 23-01571Addendum #2

CITY OF SAN ANTONIO 025 UNIT PRICING FORM

ALT. NO. ITEM NO.DESC. CODE

S.P. NO BID ITEM DESCRIPTION

UNIT OF MEASURE

APPROX. QUANTITIES

UNIT BID PRICE AMOUNT

ITEM SEQUENCE NO.

537.1 TRAFFIC BUTTON (TYPE W) EA 30

537.2 TRAFFIC BUTTON (TYPE Y) EA 30

537.6 PAVEMENT MARKER (TYPE I-C) EA 30

537.8 PAVEMENT MARKER (TYPE II A-A) EA 30

537.9 PAVEMENT MARKER (TYPE II C-R) EA 30

540.1 ROCK FILTER DAMS (INSTALL/REMOVE) TYPE 2 LF 150

540.1 ROCK FILTER DAMS (SACK GABIONS)(INSTALL/REMOVE) TYPE 4 LF 150

540.1 CURB INLET GRAVEL FILTERS LF 150

540.8 SANDBAGS FOR EROSION CONTROL (6 INCH HIGH) LF 60

540.9 TEMPORARY SEDIMENT CONTROL FENCE (SILT FENCE) LF 600

552.1 REMOVING AND RELOCATING IRRIGATION SYSTEMS LF 720

556.1 CAST-IN-PLACE DETECTABLE WARNING SURFACE TILES EA 30

801.2 LEVEL IIA PROTECTIVE FENCING TREE TRUNK PROTECTION LF 150

801.3 LEVEL IIB PROTECTIVE FENCING TREE TRUNK PROTECTION LF 600

802.1 LEVEL II PRUNING EA 30

SUP 1 REMOVE AND RELOCATE SIGN EA 18

SUP 2 ELEVATED SIDEWALK DRAINS LF 50

SUP 3 SIDEWALK DRAIN BOX EA 18

SUP 4 BRUSH CLEARING (< 6" DIAMETER) SF 600

SUP 5A TREE REMOVAL (8"-9.9" DIAMETER) EA 12

SUP 5B TREE REMOVAL (10"-13.9" DIAMETER) EA 12

SUP 5C TREE REMOVAL (14"-17.9" DIAMETER) EA 12

SUP 5D TREE REMOVAL (18"-21.9" DIAMETER) EA 12

SUP 5E TREE REMOVAL (22"-25.9" DIAMETER) EA 9

SUP 5F TREE REMOVAL (26"-29.9" DIAMETER) EA 9

SUP 5G TREE REMOVAL (30"-32" DIAMETER) EA 5

SUP 6 ADJUSTING TRAFFIC SIGNAL BOX EA 5

SUP 7 TCI "AT WORK" PROJECT SIGN EA 12

SUP 8 POLICE OFFICER HR 90

SUP 13 DOOR HANGERS LS 12

SUP 14 PORTABLE CHANGEABLE MESSAGE SIGN (ELECTRONIC MESSAGE BOARD) Day 18

SUP 15 ADDITIONAL MOBILIZATION EA 6

Total CoSA Bid Amount:

Page 16: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

PROJECT NAME: 2017 PEDESTRIAN MOBILITY TASK ORDER PACKAGE 1PROJECT NO. 23-01571Addendum #2

CITY OF SAN ANTONIO 025 UNIT PRICING FORM

ALT. NO. ITEM NO.DESC. CODE

S.P. NO BID ITEM DESCRIPTION

UNIT OF MEASURE

APPROX. QUANTITIES

UNIT BID PRICE AMOUNT

ITEM SEQUENCE NO.

SAWS WATER BID ITEMS

826 SAWS VALVE BOX ADJUSTEMENT EA 50

826A SAWS VALVE BOX LOCATE & ADJUSTMENT EA 6

833 SAWS EXISTING METER AND METER BOX RELOCATION EA 80

833A SAWS ADJUSTING EXISTING METER BOX EA 120

834.3 RELOCATE FIRE HYDRANT EA 4

SAWS SANITARY SEWER BID ITEMS

851A SAWS LOCATING AND ADJUSTING EXISTING MANHOLE EA 25

854A ADJUST EXISTING SEWER CLEANOUT EA 25

Total SAWS Bid Amount:

CPS BID ITEMS

512.3 VALVE BOX ADJUSTMENTS EA 10

Total CPS Bid Amount:

Total Base (CoSA + SAWS + CPS) Bid Amount:

Subtotal SAWS Water Bid Amount:

Subtotal SAWS Sanitary Sewer Bid Amount:

Page 17: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

PROJECT NAME: 2017 PEDESTRIAN MOBILITY TASK ORDER PACKAGE 1PROJECT NO. 23-01571Addendum #2

CITY OF SAN ANTONIO 025 UNIT PRICING FORM

ALT. NO. ITEM NO.DESC. CODE

S.P. NO BID ITEM DESCRIPTION

UNIT OF MEASURE

APPROX. QUANTITIES

UNIT BID PRICE AMOUNT

ITEM SEQUENCE NO.

The bid items and their associated quantities are estimates only and therefore any bid items, quantities, total bid amount, are not guaranteed.

_______________________________certifies that the unit prices shown on this complete computer print-out for all of the bid items and the alternates contained

in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print-out.

_______________________________Acknowledged and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total

bid amount will be determined by multiplying the unit bid prices shown in this print-out by the respective estimated quantities shown in the proposal and then

totaling all of the extended amounts. _______________________________ agrees to the terms, conditions, and requirements of the bidder's bid proposal.

Signed: _______________________________ Date: ____________________

Title: _______________________________

Page 18: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

1 2

ROADWAY DETAILS

NTS

6"

4"

AT 18" O.C

24" LONG

#4 DOWELS

4" BASE

FOUNDATION (6IN)

VIA BUS BENCH

4'-0" SIDEWALK

(6IN CONC LIMIT)

4'-0" BUS BENCH FND

SECTION A-A

NTS

VIA BUS BENCH FOUNDATION

6"

4"

AT 18" O.C

24" LONG

#4 DOWELS

4" BASE

FOUNDATION (6IN)

VIA BUS BENCH

6'-0" SIDEWALK

(6IN CONC LIMIT)

1.5%

4'-0" BUS BENCH FND

SECTION B-B

NTS

VIA BUS BENCH FOUNDATION

2'

1.5%

1.5% 1.5%

JOINT

EXPANSION

4'

4'

4'

18'

JOINT MATERIAL

1/2" EXPANSION

OF SIDEWALK

MATCH ELEVATION

NTS

6'

SD

WL

K

4'

18'

JOINT MATERIAL

1/2" EXPANSION

OF SIDEWALK

MATCH ELEVATION

CURB

B

B

A

A

4'

SD

WL

K

VIA BUS BENCH FOUNDATION AT 6' SIDEWALK

FOUNDATION

VIA BUS BENCH

FOUNDATION

VIA BUS BENCH

VIA BUS BENCH FOUNDATION AT 4' SIDEWALK

JOINT

EXPANSION

BOTH WAYS

#4 BARS 12" O.C. BOTH WAYS

#4 BARS 12" O.C.

CURB

4" CLASS "A" CONCRETE

SIDEWALK - ITEM 502

SAWCUT ASPHALT

PAVEMENT (HMAP) REPAIR

ASPHALTIC CONCRETE

2.0" TYPE "D" HOT MIX

TO REMAIN

EXISTING BASE

STANDARDS I

MISCELLANEOUS CONSTRUCTION

REINFORCEMENT AS PER COSA

CONCRETE CURB

4" CLASS "A" CONCRETE

SIDEWALK - ITEM 502

SAWCUT ASPHALT

PAVEMENT (HMAP) REPAIR

ASPHALTIC CONCRETE

2.0" TYPE "D" HOT MIX

TO REMAIN

EXISTING BASE

STANDARDS I

MISCELLANEOUS CONSTRUCTION

REINFORCEMENT AS PER COSA

CONCRETE CURB

4" CLASS "A" CONCRETE

SIDEWALK - ITEM 502

SAWCUT ASPHALT

TO REMAIN

EXISTING BASE

STANDARDS I

MISCELLANEOUS CONSTRUCTION

REINFORCEMENT AS PER COSA

CONCRETE CURB

4" CLASS "A" CONCRETE

SIDEWALK - ITEM 502

TO REMAIN

EXISTING BASE

STANDARDS I

MISCELLANEOUS CONSTRUCTION

REINFORCEMENT AS PER COSA

CONCRETE CURB

NTS

SAWCUT 12" IN FRONT OF CURB LINE

CONCRETE SIDEWALK ABUTTING CURB SECTION

NTS

SAWCUT 12" IN FRONT OF CURB LINE

CONCRETE SIDEWALK SEPARATE CURB SECTION

NTS

SAWCUT AT CURB LINE

CONCRETE SIDEWALK ABUTTING CURB SECTION

NTS

SAWCUT AT CURB LINE

CONCRETE SIDEWALK SEPARATE CURB SECTION

TO REMAIN

EXISTING SURFACE

SAWCUT ASPHALT

TO REMAIN

EXISTING SURFACE

2" MINIMUM FLEXIBLE BASE MATERIAL

2" MINIMUM FLEXIBLE BASE MATERIAL2" MINIMUM FLEXIBLE BASE MATERIAL

2" MINIMUM FLEXIBLE BASE MATERIAL

(4IN)

CONCRETE SIDEWALK

(4IN)

CONCRETE SIDEWALK

CONSTRUCTION STANDARDS I.

GUIDELINES SET FORTH IN COSA MISCELLANEOUS

3. BEDDING FOR CURB CONSTRUCTION SHALL FOLLOW

WITH THE UNIT PRICE OF CURB RAMPS AND CONCRETE CURB.

ALL COST IN CONNECTION THEREWITH SHALL BE INCLUDED

AND FLEXIBLE BASE WITHIN 1' OF FACE OF CURB.

TRENCHING FOR CONSTRUCTION OF CURB, ASPHALT REPAIR

2. NO DIRECT PAYMENT SHALL BE MADE FOR SAW CUTTING,

ITEM 502.1 CONCRETE SIDEWALKS (6" SHELTER PAD).

1. BUS STOP PEDESTRIAN PAD QUANTITIES ARE INCLUDED IN

NOTES:

**

*

K:\

CO

SA 2017

Pedestrian

Mobility

Task

Order

Package 1\

DG

N\

PE

D

MO

BI

LI

TY_

DE

T01.dgn

12/12/2017

SHEET OF

OFFICE: (210) 341-6200 FAX: (210) 341-6300

415 EMBASSY OAKS - SUITE 205 SAN ANTONIO, TX. 78216

FIRM NUMBER: F-8478

CITY OF SAN ANTONIO

REVISIONS

DATE NO. DESCRIPTION

& ASSOCIATES, LLC

CAMACHO-HERNANDEZ

________% SUBMITTAL

DRWN. BY:___________ DSGN. BY:___________

PROJECT NO.:____________________________

JAS CHKD. BY:___________AC

DATE:_______________

SHEET NO.:___OF____

12/12/2017

Transportation & Capital Improvements (TCI) Department

MGR

100

12/12/2017

PR

OF

ESS

ONAL ENG

NE

ER

S

TATE OF TEX

A

S

91831

JOHN HERNANDEZ

I

I

LICENSE

D

2017 PEDESTRIAN MOBILITY TASK ORDER PACKAGE NO. 1

Page 19: City of San Antonio TRANSPORTATION AND CAPITAL …webapp1.sanantonio.gov/RFPFiles/IFB_3381_201712120345480.pdfFORMAL INVITATION FOR BIDS (IFB) PROJECT NAME: 2017 Pedestrian Mobility

2

ROADWAY DETAILS

2

4' SID

EW

AL

K

NOTE :

THIS DETAIL TO BE USED WHENEVER A

A MINIMUM UNOBSTRUCTED CLEARANCE OF

4' IS TO BE MAINTAINED AROUND THE

CONCRETE

CURB

CLE

AR

ANCE

MAIN

TAIN 4'

CLE

AR

AN

CE

MAIN

TAIN 4'

MAIN

TAIN 4'

CLE

AR

ANCE

6"

18"

SCALE : 1"=4'

VARIES

45o

45o

FOOTING DETAIL

18"

8"

12"

18" 24"

All Reinforcing Steel shall be Grade 60.

All Concrete shall be Class "C".

GENERAL NOTES:

CONSTRUCTION JOINT

ALLOWABLE

#4 BARS SPA.@ 12" C-C

2'- 6"

MA

X

=

H-4"

BAR "LF"

#4 BARS @ 12" C/C

CONSTRUCTION JOINT

ALLOWABLE

CONSTRUCTION JOINT

ALLOWABLE

CONTROL LINE

6"

SIDEWALK

CONSTRUCTION JOINT

ALLOWABLE

CONTROL LINE

12"

LF BAR

6" 12"

12"

12"

12"

4"

Min.

SD

WL

K.

LF BAR

(5' USUAL)

CUSHION

2" FLEX BASE

CUSHION

2" FLEX BASE

TY

PE "

F1"

~ "

H"

= 6"

TO 24"

TY

PE "

F2"

~ "

H"

= 24'

TO 36"

TY

PE "

F3"

~ "

H"

= 36"

TO 60"

4"

Min.

SD

WL

K.

SEE TYPICAL SIDEWALK

SECTION

THAN 24".

WHEN "H" HEIGHT IS GREATER

GRADE 2 OR 3. TO BE USED

CONCRETE COARSE AGGREGATE,

3"

MI

N.

6"

MI

N.

12"

2"DIA.WEEP HOLE

SPA.@ 15' MAX.

(SLOPE TO DRAIN)

1'HARDWARE CLOTH

CENTERED BEHIND

OPENING

@ 12"C/C

#4 BARS

SIDEWALK (5' USUAL)

SEE TYPICAL SIDEWALK

SECTION

8"

8"

6" WHERE IT MEETS SIDEWALK AND CURB.

AROUND PERIMETER OF RIPRAP

EXPANSION JOINT (BREAKAWAY MATERIAL)

HYDRANT PIPE.

AROUND FIRE

EXPANSION JOINT

CONCRETE

RIPRAP

CONCRETE SIDEWALK @ FIRE HYDRANT DETAIL

FIRE HYDRANT ENCROACHES ON SIDEWALK.

HYDRANT AT THE LOCATIONS.

support for retaining walls will be required.

Until the sidewalk is complete, lateral

HANDRAIL (TYPE TO BE DETERMINED BY COSA)

HANDRAIL (TYPE TO BE DETERMINED BY COSA)

(AS PER SPECIFICATION)

ORDINARY BACKFILL

(AS PER SPECIFICATION)

ORDINARY BACKFILL

COMBINATION RETAINING WALL (FILL) TY 1

COMBINATION RETAINING WALL (FILL) TY 2 & TY 3

TY 1 & TY 2

TY 3

K:\

CO

SA 2017

Pedestrian

Mobility

Task

Order

Package 1\

DG

N\

PE

D

MO

BI

LI

TY_

DE

T01.dgn

12/12/2017

SHEET OF

OFFICE: (210) 341-6200 FAX: (210) 341-6300

415 EMBASSY OAKS - SUITE 205 SAN ANTONIO, TX. 78216

FIRM NUMBER: F-8478

CITY OF SAN ANTONIO

REVISIONS

DATE NO. DESCRIPTION

& ASSOCIATES, LLC

CAMACHO-HERNANDEZ

________% SUBMITTAL

DRWN. BY:___________ DSGN. BY:___________

PROJECT NO.:____________________________

JAS CHKD. BY:___________AC

DATE:_______________

SHEET NO.:___OF____

12/12/2017

Transportation & Capital Improvements (TCI) Department

MGR

100

12/12/2017

PR

OF

ESS

ONAL ENG

NE

ER

S

TATE OF TEX

A

S

91831

JOHN HERNANDEZ

I

I

LICENSE

D

2017 PEDESTRIAN MOBILITY TASK ORDER PACKAGE NO. 1


Recommended