Loading...
7027 - Construction Of North Bonnie Brae Street At Scripture Street Roundabout, Addendum 300 42 43 BID PROPOSAL Page 1 of 4 1 Mobilization TS-1 L.S.1 2 Capital Improvements Signs TS-2 EA.4 3 Erosion Control SWPPP 201.3 L.S.1 4 Topsoil Imported (Landscape Mixed Soil)202.2 S.Y.4,906 5 Block Sodding 202.5 S.Y.2,232 6 Seeding 202.6 S.Y.8,650 7 Preparing R.O.W.203.3 STA.19.8 8 Excavation 203.4 C.Y.29,722 9 Remove Existing Paving (Conc.)203.4 S.Y.855 10 Remove Existing Sidewalk (Conc.)203.4 S.Y.1,255 11 Remove Existing Asphalt Paving 203.4 S.Y.14,073 12 Remove Existing Sign 203.3 EA.20 13 Remove Existing Tree 203.3 EA.33 14 Remove Existing Building 203.3 EA.10 15 Embankment 203.7 C.Y.285 16 Backfill 203.7 STA.19.8 17 Lime Slurry (63 LB/SY)301.2 TON 379.1 18 12" Lime Treated Subgrade 301.2 S.Y.12,035 19 Concrete Pavement 6"303.2 S.Y.188 20 Concrete Pavement 8"303.2 S.Y.288 21 Concrete Pavement 11"303.2 S.Y.8,398 22 3" Type "C" A.C.P.303.9 S.Y.2,044 23 5" Type "B" A.C.P.303.9 S.Y.56 24 8" Type "B" A.C.P.303.9 S.Y.1,988 25 Conc. Street Header 305.1 L.F.182 26 Mono Curb 305.1 L.F.5,174 27 24" Conc. Curb & Gutter 305.1 L.F.1,045 28 18" Rollover Curb 305.1 L.F.308 29 10' Shared Use Path (5")305.2 S.Y.347 30 Concrete Sidewalks (4")305.2 S.Y.1,008 Bidlist Item No. Bid Quantity Unit Price Extended Price Project Item Information SECTION 00 42 43 PROPOSAL FORM Bidder's Proposal Description UNIT PRICE BID Specification Section No. Unit of Measure Bidder's Application CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IFB #7027 00 42 43 BID PROPOSAL Page 2 of 4 Bidlist Item No. Bid Quantity Unit Price Extended Price Project Item Information SECTION 00 42 43 PROPOSAL FORM Bidder's Proposal Description UNIT PRICE BID Specification Section No. Unit of Measure Bidder's Application 31 Curb Ramp 305.2 EA.17 32 4" Stamped and Stained Concrete 528.2023 S.Y.522 33 11" Stamped and Stained Concrete 528.2023 S.Y.348 34 Traffic Control - Phase 1 801.1 L.S.1 35 Traffic Control - Phase 2 801.1 L.S.1 36A Traffic Control - Phase 3 801.1 L.S.1 36B 4 Portable Changeable Message Signs DAYS 340 37A Haul Off Unsuitable Material (To Landfill)203.4 LOAD 10 37B Irrigation Removal & Replacement L.S.1 10,000.00$ $10,000.00 37C Asbestos Removal from Building EA.10 20,000.00$ $200,000.00 38 Sidewalk Retaining Wall 531.2036 L.F.140 39 Omitted 40 Omitted 41 18" RCP (CL III)501.6 L.F.225 42 21" RCP (CL III)501.6 L.F.68 43 24" RCP (CL III)501.6 L.F.319 44 27" RCP (CL III)501.6 L.F.156 45 30" RCP (CL III)501.6 L.F.384 46 33" RCP (CL III)501.6 L.F.362 47 36" RCP (CL III)501.6 L.F.257 48 4'x3' RCB 501.6 L.F.159 49 10' Standard Curb Inlet 502.12 EA.1 50 15' Standard Curb Inlet 502.12 EA.4 51 10' Recessed Curb Inlet 502.12 EA.4 52 4'x4' "Y" Inlet 502.12 EA.2 53 Type M Manhole 202.12 EA.6 54 "PW" Wingwall 503.12 EA.1 55 Trench Safety 504.1 L.F.1,930 56 Cement Stabilized Backfill 504.2 C.Y.6.2 57 Remove Existing Storm Pipe 496 TXDOT L.F.2,153 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IFB #7027 00 42 43 BID PROPOSAL Page 3 of 4 Bidlist Item No. Bid Quantity Unit Price Extended Price Project Item Information SECTION 00 42 43 PROPOSAL FORM Bidder's Proposal Description UNIT PRICE BID Specification Section No. Unit of Measure Bidder's Application 58 Remove Existing Inlet 496 TXDOT EA.9 59 Remove Existing Manhole 496 TXDOT EA.5 60 Install Precast Plug 502.12 EA.1 61 Asphalt Pavement Repair L.F.404 62A Water Line Lowering EA.4 62B Remove & Replace 24" Conc. Curb & Gutter L.F.25 62C Sidewalk Repair L.F.30 62D Remove & Replace Guardrail Turndown EA.1 63 Silt Fence 201.5 L.F.1,952 64 Inlet Protection 201.14 EA.11 65 Erosion Control Log 201.14 EA.2 66 Rock Check Dam 201.9 EA.1 67 Construction Entrance 201.11 EA.4 68 Stone Outlet Sediment Trap 201.12 EA.2 69 Pull Box 805.0 EA.11 70 Installation of 35' Street Light Pole (Provided by DME)805.3 EA.11 71 2" SCH 40 PVC Conduit 805.3 L.F.2,024 72 Installation of 250 Watt Cobrahead Fixture (Provided by DME)805.3 EA.11 73 #8 Bare Street Light Conductor 805.3 L.F.1,563 74 #8 Insulated Street Light Conductor 805.3 L.F.3,126 75 #6 Bare Street Light Conductor 805.3 L.F.156 76 #6 Insulated Street Light Conductor 805.3 L.F.312 77 #4 Bare Street Light Conductor 805.3 L.F.405 78 #4 Insulated Street Light Conductor 805.3 L.F.810 79 Electric Services 628 TXDOT EA.1 80 Type IB Double Line 804.2 L.F.668 81 Type IA Barrier Line 804.2 L.F.307 82 Type IA Broken Line 804.2 L.F.2,307 83 Type IA Dotted Line 804.2 L.F.95 84 Type IB Dotted Line 804.2 L.F.220 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IFB #7027 00 42 43 BID PROPOSAL Page 4 of 4 Bidlist Item No. Bid Quantity Unit Price Extended Price Project Item Information SECTION 00 42 43 PROPOSAL FORM Bidder's Proposal Description UNIT PRICE BID Specification Section No. Unit of Measure Bidder's Application 85 Type IA Broken Line C/R RPM 804.2 EA.56 86 Type IB Double Line A/A RPM 804.2 EA.34 87 Yield Line, Per Triangle 804.2 EA.103 88 Word, White, Per Letter 804.2 EA.30 89 Symbol, White, Arrow 804.2 EA.8 90 Pedestrian Crosswalk, Type VA 804.2 L.F.420 91 Small Sign Assembly 644 TXDOT EA.61 92 Remove Existing Manhole 203.3 EA.2 93 8" SDR-26 PVC Sewer Line 501.17 L.F.913 94 4" Sewer Service 501.17 EA.4 95 4' Dia. Standard Manhole 502.1 EA.7 96 5' Dia. Drop Manhole 502.1 EA.1 97 Extra Depth for 4' Dia. Manhole 2053-2091 V.F.4 98 Extra Depth for 5' Dia. Manhole 2053-2091 V.F.3 99 Trench Safety (Depth 0-10 FT)107.19.3 L.F.745 100 Trench Safety (Depth 10-20 FT)107.19.3 L.F.168 101 Temporary Asphalt Pavement Repair 403.1 L.F.408 102 Asphalt Pavement Repair L.F.70 Total Base Bid Total Bid CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IFB #7027 00 41 00 - 1 BID FORM Page 1 of 3 CITY OF DENTON IFB #7027 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 SECTION 00 41 00 1 BID FORM 2 TO: Jamie Cogdell 3 c/o: Purchasing Division 4 901-B Texas Street 5 Denton, Texas 76209 6 7 FOR: North Bonnie Brae Street at Scripture Street Roundabout 8 9 1 Enter Into Agreement 10 11 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement 12 with City in the form included in the Bidding Documents to perform and furnish all Work as 13 specified or indicated in the Contract Documents for the Bid Price and within the Contract Time 14 indicated in this Bid and in accordance with the other terms and conditions of the Contract 15 Documents. 16 17 2 BIDDER Acknowledgements and Certification 18 19 2.1 In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION 20 TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those 21 dealing with the disposition of Bid Bond. 22 2.2 Bidder is aware of all costs to provide the required insurance, will do so pending contract 23 award, and will provide a valid insurance certificate meeting all requirements within 14 24 days of notification of award. 25 2.3 Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any 26 undisclosed individual or entity and is not submitted in conformity with any collusive 27 agreement or rules of any group, association, organization, or corporation. 28 2.4 Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false 29 or sham Bid. 30 2.5 Bidder has not solicited or induced any individual or entity to refrain from bidding. 31 2.6 Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing 32 for the Contract. For the purposes of this Paragraph: 33 a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing 34 of value likely to influence the action of a public official in the bidding process. 35 36 b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to 37 influence the bidding process to the detriment of City (b) to establish Bid prices 38 at artificial non-competitive levels, or (c) to deprive City of the benefits of free 39 and open competition. 40 41 c. "collusive practice" means a scheme or arrangement between two or more 42 Bidders, with or without the knowledge of City, a purpose of which is to 43 establish Bid prices at artificial, non-competitive levels. 44 45 d. "coercive practice" means harming or threatening to harm, directly or indirectly, 46 persons or their property to influence their participation in the bidding process or 47 affect the execution of the Contract. 48 49 00 41 00 - 2 BID FORM Page 2 of 3 CITY OF DENTON IFB #7027 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 2.7 The Bidder acknowledges and agrees to comply with the requirements of City Ethics 1 Ordinance No. 18-757. 2 3 3 Time of Completion 4 5 3.1 The Work will be complete for Final Acceptance within 150 calendar days after the date 6 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 7 Conditions. 8 3.2 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of 9 failure to complete the Work {and/or achievement of Milestones} within the times 10 specified in the Agreement. 11 12 4 Attached to this Bid 13 14 The following documents are attached to and made a part of this Bid: 15 a. This Bid Form 16 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of 17 Paragraph 5.01 of the General Conditions. 18 c. Proposal Form Section 19 d. Vendor Compliance to State Law Non-Resident Bidder, Section 00 43 37 20 e. Conflict of Interest Affidavit, Section 00 35 13 21 f. Proposed Subcontractors Form, Section 00 43 36 22 g. Bidders Minimum Qualification Statement, Section 00 45 13 23 h. Corporate Resolution of Authorized Signatories, Section 00 45 43 24 i. Any additional documents that may be required by Section 12 of the Instructions to 25 Bidders 26 27 5 Total Bid Amount 28 29 5.1 Bidder will complete the Work in accordance with the Contract Documents for the 30 following bid amount. In the space provided below, please enter the total bid amount for 31 this project. Only this figure will be read publicly by the City at the bid opening. 32 5.2 It is understood and agreed by the Bidder in signing this proposal that the total bid amount 33 entered below is subject to verification and/or modification by multiplying the unit bid 34 prices for each pay item by the respective estimated quantities shown in this proposal and 35 then totaling all of the extended amounts. 36 Total Bid Amount: $____________________________ 37 38 39 00 41 00 - 3 BID FORM Page 3 of 3 CITY OF DENTON IFB #7027 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 6 Bid Submittal 1 2 This Bid is submitted on _____________________________, 20___ by the entity named below. 3 4 5 Respectfully submitted, 6 7 By: ______________________________ 8 (Signature) 9 10 _________________________________ 11 (Printed Name) 12 13 Title: _____________________________ 14 15 Company: _________________________ 16 17 Address: __________________________ 18 ___________________________ 19 State of Incorporation: _______________ 20 Email: ____________________________ 21 Phone: ____________________________ 22 Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: 00 52 43 - 1 Agreement Page 1 of 6 CITY OF DENTON IFB #7027 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 SECTION 00 52 43 1 AGREEMENT 2 THIS AGREEMENT, authorized on ______________is made by and between the City of 3 Denton, a Texas home rule municipality, acting by and through its duly authorized City Manager, 4 (“City”), and ______________________________________________________________, 5 authorized to do business in Texas, acting by and through its duly authorized representative, 6 (“Contractor”). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 North Bonnie Brae Street at Scripture Street Roundabout 16 IFB #7027 17 Article 3. CONTRACT PRICE 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract 19 Documents an amount, in current funds, of __________________________________Dollars 20 ($___________________). 21 Article 4. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work will be complete for Final Acceptance within 150 calendar days after the date 24 when the Contract Time commences to run, as provided in Paragraph 2.03 of the General 25 Conditions, plus any extension thereof allowed in accordance with Article 12 of the 26 General Conditions. 27 4.2 Liquidated Damages 28 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 29 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 30 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 31 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 32 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 33 instead of requiring any such proof, Contractor agrees that as liquidated damages for 34 delay (but not as a penalty), Contractor shall pay City Two Thousand Dollars $2,000.00 35 for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance 36 until the City issues the Final Letter of Acceptance. 37 00 52 43 - 2 Agreement Page 2 of 6 CITY OF DENTON IFB #7027 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Article 5. CONTRACT DOCUMENTS 1 5.1 CONTENTS: 2 A. The Contract Documents which comprise the entire agreement between City and 3 Contractor concerning the Work consist of the following: 4 1. This Agreement. 5 2. Attachments to this Agreement: 6 a. Bid Form 7 1) Proposal Form 8 2) Vendor Compliance to State Law Non-Resident Bidder 9 3) State and Federal documents (project specific) 10 b. Current Prevailing Wage Rate Table 11 c. Insurance ACORD Form(s) 12 d. Payment Bond 13 e. Performance Bond 14 f. Maintenance Bond 15 g. Power of Attorney for the Bonds 16 h. Worker’s Compensation Affidavit 17 i. Form 1295 – Certificate of Interested Parties 18 19 3. General Conditions. 20 4. Supplementary Conditions. 21 5. Specifications specifically made a part of the Contract Documents by attachment 22 or, if not attached, as incorporated by reference and described in the Table of 23 Contents of the Project’s Contract Documents. 24 6. North Central Texas Council of Governments Standard Specifications for Public 25 Works Construction – Fourth Edition, Divisions 200-800, and as amended by City, 26 as incorporated by reference and described in the Table of Contents of the Project’s 27 Contract Documents. 28 7. Drawings. 29 8. Addenda. 30 9. Documentation submitted by Contractor prior to Notice of Award. 31 10. The following which may be delivered or issued after the Effective Date of the 32 Agreement and, if issued, become an incorporated part of the Contract Documents: 33 a. Notice to Proceed. 34 b. Field Orders. 35 c. Change Orders. 36 d. Letter of Final Acceptance. 37 38 39 00 52 43 - 3 Agreement Page 3 of 6 CITY OF DENTON IFB #7027 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Article 6. INDEMNIFICATION 1 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 2 expense, the city, its officers, servants and employees, from and against any and all 3 claims arising out of, or alleged to arise out of, the work and services to be performed 4 by the contractor, its officers, agents, employees, subcontractors, licensees or invitees 5 under this contract. This indemnification provision is specifically intended to operate 6 and be effective even if it is alleged or proven that all or some of the damages being 7 sought were caused, in whole or in part, by any act, omission or negligence of the city. 8 This indemnity provision is intended to include, without limitation, indemnity for any 9 and all costs, expenses and legal fees incurred by the city in defending against such 10 claims and causes of actions. 11 12 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 13 the city, its officers, servants and employees, from and against any and all loss of, 14 damage to, or destruction of, property of the city, arising out of, or alleged to arise out 15 of, the work and services to be performed by the contractor, its officers, agents, 16 employees, subcontractors, licensees or invitees under this contract. This 17 indemnification provision is specifically intended to operate and be effective even if it 18 is alleged or proven that all or some of the damages being sought were caused, in 19 whole or in part, by any act, omission or negligence of the city. 20 21 Article 7. MISCELLANEOUS 22 7.1 Terms. 23 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 24 have the meanings indicated in the General Conditions. 25 7.2 Assignment of Contract. 26 This Agreement, including all of the Contract Documents may not be assigned by the 27 Contractor without the advanced express written consent of the City. 28 7.3 Successors and Assigns. 29 City and Contractor each binds itself, its partners, successors, assigns and legal 30 representatives to the other party hereto, in respect to all covenants, agreements and 31 obligations contained in the Contract Documents. 32 7.4 Severability. 33 Any provision or part of the Contract Documents held to be unconstitutional, void or 34 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 35 remaining provisions shall continue to be valid and binding upon City and Contractor. 36 7.5 Governing Law and Venue. 37 This Agreement, including all of the Contract Documents is performable in the State of 38 Texas. Venue shall be Denton County, Texas, or the United States District Court for the 39 Eastern District of Texas, Sherman Division. 40 00 52 43 - 4 Agreement Page 4 of 6 CITY OF DENTON IFB #7027 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 7.6 Authority to Sign. 1 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 2 than the duly authorized signatory of the Contractor. 3 4 7.7 Prohibition On Contracts With Companies Boycotting Israel. 5 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 6 Code, the City is prohibited from entering into a contract with a company for goods or 7 services unless the contract contains a written verification from the company that it: (1) 8 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 9 The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms 10 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 11 certifies that Contractor’s signature provides written verification to the City that 12 Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of 13 the contract. 14 15 7.8 Immigration Nationality Act. 16 Contractor shall verify the identity and employment eligibility of its employees who 17 perform work under this Agreement, including completing the Employment Eligibility 18 Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of 19 all I-9 forms and supporting eligibility documentation for each employee who performs 20 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 21 establish appropriate procedures and controls so that no services will be performed by any 22 Contractor employee who is not legally eligible to perform such services. 23 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 24 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 25 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR’S EMPLOYEES, 26 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 27 Contractor, shall have the right to immediately terminate this Agreement for violations of 28 this provision by Contractor. 29 30 7.9 No Third-Party Beneficiaries. 31 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 32 and there are no third-party beneficiaries. 33 34 35 00 52 43 - 5 Agreement Page 5 of 6 CITY OF DENTON IFB #7027 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 7.10 No Cause of Action Against Engineer. 1 Contractor, its subcontractors and equipment and materials suppliers on the Project or their 2 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 3 subcontractors, for any claim arising out of, in connection with, or resulting from the 4 engineering services performed. Only the City will be the beneficiary of any undertaking by 5 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 6 whether as on-site representatives or otherwise, do not make the Engineer or its personnel 7 in any way responsible for those duties that belong to the City and/or the City's Contractors 8 or other entities, and do not relieve the Contractors or any other entity of their obligations, 9 duties, and responsibilities, including, but not limited to, all construction methods, means, 10 techniques, sequences, and procedures necessary for coordinating and completing all 11 portions of the construction work in accordance with the Contract Documents and any 12 health or safety precautions required by such construction work. The Engineer and its 13 personnel have no authority to exercise any control over any construction contractor or 14 other entity or their employees in connection with their work or any health or safety 15 precautions. 16 17 SIGNATURE PAGE TO FOLLOW 18 19 00 52 43 - 6 Agreement Page 6 of 6 CITY OF DENTON IFB #7027 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 1 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 2 effective as of the date subscribed by the City’s designated City Manager (“Effective Date”). 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 ATTEST: 38 JENNIFER WALTERS, CITY SECRETARY 39 40 41 _______________________________________ 42 43 44 APPROVED AS TO LEGAL FORM: 45 AARON LEAL, CITY ATTORNEY 46 47 _______________________________________ 48 _______________________________________ CITY OF DENTON BY: ___________________________________ TITLE: _______________________________ ____________________ CONTRACTOR [CONTRACTOR’S CORPORATE NAME HERE] BY: ___________________________________ AUTHORIZED AGENT _______________________________________ NAME _______________________________________ TITLE _______________________________________ PHONE NUMBER _______________________________________ EMAIL ADDRESS Portable Changeable Message Sign The contractor shall install a total of four (4) Portable Changeable Message Signs (PCMS) at the locations described herein. Place one PCMS at each end of the project on Scripture and one at each end of the project on Bonnie Brae starting one week prior to beginning construction and showing the start date. The signs shall be used throughout the project, but not necessarily for the entire duration of the project and shall be updated regularly to advise the public of lane closures, changing of traffic control, etc. The contract shall coordinate with the City inspector with regard to the messages placed on the signs. The sign shall be a self-contained unit, with a message board capable of being elevated to at least 7 feet above the ground to the bottom of the sign and be capable of being secured against movement in any direction. The sign must have at least three lines of text and at least ten characters per line, with character heights of at least eighteen inches. The sign must be trailer mounted with leveling jacks and trailer lights. Power must be from a generator or solar power or both. The sign controller must be capable of storing multiple messages and displaying up to three messages sequentially. Controller equipment shall be in a lockable enclosure. The PCMS units shall be placed one week prior to beginning construction, and must remain operative and in place until all construction is complete. The PCMS units may be moved during construction at the direction of the City inspector. Payment: Payment for the Portable Changeable Message Sign will be at the unit price bid per calendar day per sign, and shall be full compensation for providing, setting up, relocating, removing, and maintaining the units, and all fuel, batteries, lights and replacement parts needed for operation of the units. Payment will begin one week prior to the beginning of construction (date to be set at the Preconstruction conference) and continue to the end of construction. Total days shown in the proposal are 85 days for each of four PCMS (calculated as approximately half the contract days for each of the four signs), for a total of 340 calendar days. Contractor Questions and Clarifications 1. 42 in water line to not be constructed until complete; 16 in water line abandon; 20 in off set to be below store sewer 2. Message boards – the number of days per message board has been revised to 85 days for a total of 340 days for the 4 message boards. 3. Waste material to land fill – no compacted fill – garbage only 4. Sheet 39 – note 2 – bottoms of inlets and manholes can be precast with the tops being cast-in-place. 5. All existing utilities to be cleared prior– move currently in process 6. Monday – Friday work hours are 7:00 AM – 8:00 PM ; Can work Saturdays by request; GC pays Overtime 7. Timeframe for completion – has been revised to 5 months. Contractor is to have one lane of traffic open on N. Bonnie Brae St. by the end of August. 8. Existing houses are utilities will not be capped. 9. Asbestos in houses COD is currently working on assessing the structures to see if it is present. The contractor will be responsible for the removal if there is asbestos present in the structure. An allowance pay item has been added to the bid for this item. 10. Irrigation – An allowance pay item has been added to the bid for this item. 11. No existing fencing 12. No designated staging area – can use the property located at 2300 Scripture St. as the staging area for the project. 13. Quantity in note 9 of plans states 75,000 cubic yards – this is a misprint. The note has been revised and is issued with this addendum 14. Demo permits? No 15. Contractor to pay for all testing/inspections. 16. Excess dirt – designated spoil area – at the southwest corner of Vintage Blvd. and S. Bonnie Brae SW corner. The dirt needs to be clean and free of any trash or boulders. It just needs to be stockpiled. 17. Vendor financial statements to be submitted within 24 hours after IFB closes. 18. No participation requirements. 19. Flex base allowed instead of Lime? Yes, you would need to place a geotextile – TxDOT DMS – 6200 Filter Fabric, Type 2 first and then use a TxDOT Item 247, Type A or D, Grade 1 Flex Base on top of the geotextile. 20. Number of buildings and structures to be cleared out? Confirm. The number of structures to be removed is 10 and the quantity has been adjusted and revised with this addendum.