18
Purchasing Services Post Office Box 2570 Waco, Texas 76702-2570 254 / 750-8062 Fax: 254 / 750-8063 CITY OF WACO www.waco-texas.com Date: 2/19/2020 RFB No: 2020-008 Commodity: 2020 Street Preservation Phase 2 Seal Coat Closing Time: February 27, 2020; 2:00 P.M. (CT) Opening Time: February 27, 2020; 2:01 P.M. (CT) ______________________________________________________ Addendum No: 3 The above-mentioned bid invitation has been changed in the following manner. Sign and return addendum to the Purchasing Office by the closing time and date with your RFB response. Returning this page signed by your authorized agent will serve to acknowledge this change. All other requirements of the invitation remain unchanged. If you have any questions, please call or stop by the Purchasing Office at the above address. THE FOLLOWING IS BEING ISSUED AS ADDENDUM NO. 3 Firm:_____________________________________________________________________________________ Address___________________________________________________________________________________ Signature of Person Authorized to Sign Bid:______________________________________________________________________ Signor's Name and Title (print or type):_____________________________________________________________________________ Date:____________________Telephone:___________________________Fax:_________________________ RFB2020-008 Addendum 3 Page 1 Revised Project Bid Sheet Revised Project Plans Revised Project Provisions

Addendum No: 3 - City of Waco, Texas

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Purchasing Services Post Office Box 2570

Waco, Texas 76702-2570 254 / 750-8062

Fax: 254 / 750-8063 CITY OF WACO www.waco-texas.com

Date: 2/19/2020 RFB No: 2020-008 Commodity: 2020 Street Preservation Phase 2 Seal Coat

Closing Time: February 27, 2020; 2:00 P.M. (CT) Opening Time: February 27, 2020; 2:01 P.M. (CT)

______________________________________________________

Addendum No: 3

The above-mentioned bid invitation has been changed in the following manner. Sign and return addendum to the Purchasing Office by the closing time and date with your RFB response. Returning this page signed by your authorized agent will serve to acknowledge this change. All other requirements of the invitation remain unchanged. If you have any questions, please call or stop by the Purchasing Office at the above address.

THE FOLLOWING IS BEING ISSUED AS ADDENDUM NO. 3

Firm:_____________________________________________________________________________________

Address___________________________________________________________________________________

Signature of Person Authorized to Sign Bid:______________________________________________________________________

Signor's Name and Title (print or type):_____________________________________________________________________________

Date:____________________Telephone:___________________________Fax:_________________________

RFB2020-008 Addendum 3Page 1

Revised Project Bid Sheet

Revised Project Plans

Revised Project Provisions

Item Est. Unit Unit Item No. Qty. Meas. Price Amount

BASE BID1 MOBILIZATION 1 LS

2 SWPP PLAN AND IMPLEMENTATION 1 LS

3 TRAFFIC CONTROL PLAN AND IMPLEMENTATION 1 LS

4 BETTER STREETS WACO SIGN ASSEMBLY, INCLUDINGINSTALLATION 2 EA

5 ASPHALT FOR STREET SEAL COAT (AC-20-5TR, 0.44 GAL/SY) 18,282 GAL

6 AGGREGATE FOR STREET SEAL COAT (TY-PD-GR-4 OR TY-PL-GR-4, 1 CY/125 SY) 333 CY

7 FOG SEAL (SS-1, 0.10 GAL/SY) 4,155 GAL

8 GRINDING/ MICRO MILLING 33 SY

9 BASE FAILURE REPAIR (FULL DEPTH TYPE B HMAC)(4" LIFTS, 8" AVERAGE DEPTH) 1,510 SY

10 ASPHALT FATIGUE REPAIR 515 SY

11 D-GR HMAC TY-D PG64-22 LEVEL UP (2" AVERAGE DEPTH) 943 SF

12 CURB AND GUTTER REPAIR - REMOVAL AND REPLACEMENT 200 LF

13 ADJUST MANHOLE COVER TO GRADE 10 EA

14 ADJUST WATER VALVE COVER TO GRADE 8 EA

15 REPLACE MANHOLE RING AND COVER 3 EA

16 REPLACE OLD STYLE VALVE BOX 15 EA

BASE BID SUBTOTAL AMOUNT BID:

ADD ALTERNATE 117 MOBILIZATION 1 LS

18 SWPP PLAN AND IMPLEMENTATION 1 LS

19 TRAFFIC CONTROL PLAN AND IMPLEMENTATION 1 LS

20 ASPHALT FOR STREET SEAL COAT (AC-20-5TR, 0.44 GAL/SY) 5,676 GAL

21 AGGREGATE FOR STREET SEAL COAT (TY-PD-GR-4 OR TY-PL-GR-4, 1 CY/125 SY)

104 CY

22 FOG SEAL (SS-1, 0.10 GAL/SY) 1,290 GAL

Bid Proposal For2020 STREET PRESERVATION PHASE 2 (18ST2001B)

Description

RFB2020-008 Addendum 3

RFB2020-008 Addendum 3Page 2

23 GRINDING/ MICRO MILLING 9 SY

24 BASE FAILURE REPAIR (FULL DEPTH TYPE B HMAC)(4" LIFTS, 8" AVERAGE DEPTH) 110 SY

25 ASPHALT FATIGUE REPAIR 40 SY

26 D-GR HMAC TY-D PG64-22 LEVEL UP (2" AVERAGE DEPTH) 133 SF

27 ADJUST MANHOLE COVER TO GRADE 2 EA

28 ADJUST WATER VALVE COVER TO GRADE 2 EA

29 REPLACE MANHOLE RING AND COVER 1 EA

30 REPLACE OLD STYLE VALVE BOX 5 EA

ALTERNATE 1 SUBTOTAL AMOUNT BID:

TOTAL AMOUNT BID:

FIRM NAME:

BY (SIGNED):

TITLE:

ADDRESS:

Contractor acknowledges and agrees that the official TOTAL AMOUNT OF BID is determined by multiplying

the unit bid prices by the respective estimated quantities shown in this bid proposal and then totaling all of the extended amounts. Extended amounts SHOULD NOT be rounded up or down. All dollar amounts shouldbe either written legibly or typed. Any mistakes should be rewritten and initialed by the Contractor.

I WILL USE THE FOLLOWING SUBCONTRACTORS FOR THIS WORK:SUBCONTRACTOR TYPE OF WORK

RFB2020-008 Addendum 3Page 3

2020 Street Preservation Phase 2 (18ST2001B)

Page 1 of 9

Special Project Provisions

1. GENERAL

1.1. Contractor should note the City hired a firm to assess pavement condition of streets and

provide recommendations to the City on which streets should be treated. The City reserves

the right to eliminate streets from this contract and add other streets to this contract. The

anticipated work will be similar in quantity.

1.2. Construction shall be in accordance with the City of Waco Standard Specifications for

Construction (current version) and applicable City of Waco Manual of Standard Details

(WMSD), with the following exceptions and as noted in these Special Project Provisions:

1.2.1. Traffic Control Plans: The Contractor shall use the Texas Department of

Transportation (TxDOT) traffic control measures provided in the plans to the extent

possible. If TxDOT traffic control plans will be used, the Contractor shall

provide a submittal identifying which plans will be used for which street and a

signed and sealed traffic control plan is not required. If non-TxDOT traffic

control plans will be created and used, the Contractor shall follow the

requirements in Section 5 of these Special Project Provisions.

1.2.2. Seal Coat: The Contractor shall use TxDOT Item 316 specification for seal coat.

1.2.3. Fog Seal: The Contractor shall use TxDOT Item 315 specification for fog seal.

1.2.4. Hot-Mix Asphalt Concrete: The Contractor shall use TxDOT Item 341 Type D for

level up and installation of curb and gutter; and Type B for base failure repair and

asphalt fatigue repair.

1.3. Construction Surveying -All construction staking shall be provided by the Contractor. This

provision supersedes the most current Standard Specifications for Construction and all other

city contract documents.

1.4. Site Restoration - All areas (vegetated, gravel, paved, etc.) disturbed by the work of this

contract must be restored to pre-project or better condition. Payment for this work will be

considered to be subsidiary to completion of the associated work item unless otherwise

provided. All existing vegetated areas must be restored to existing condition or better with

topsoil and either seed or sod as appropriate. In yards, sod shall be utilized and shall match

existing turf. In undeveloped areas, Contractor shall use seed or sod. Contractor is

responsible for watering and all required care until project acceptance. This work will be

considered subsidiary to the project, unless otherwise specified.

1.5. Mobilization - Mobilization shall not exceed 10%. This specification supersedes Section 6.4

of the Standard Specifications for Construction, and any related paragraphs.

1.6. Protection of Facilities in Right of Way - The Contractor shall be responsible for

adequately protecting all facilities (mailboxes, trees, bushes, sidewalks, handicap ramps, etc.)

not designated for removal. Any facilities that sustain damage shall be restored to existing or

better condition, and the cost of the restoration shall be subsidiary to the work.

1.7. Underground Utilities - The attention of the Bidder is drawn to requirements in State law

regarding location of underground utilities prior to excavation and the reporting of damage to

any gas line.

RFB2020-008 Addendum 3 Page 4

2020 Street Preservation Phase 2 (18ST2001B)

Page 2 of 9

1.8. Above Ground Utilities - The Contractor is responsible for coordinating with the appropriate

utilities owning any poles or signs that may be impacted during the work of this contract.

Bracing and protective measures per the requirements of the signs’ owners shall be provided

by the Contractor, and shall be considered subsidiary to the work.

1.9. If the Contractor chooses to utilize a private lot(s) as a staging area, the Contractor shall

provide the City written permission from the property owner(s). The project shall not be

finalized until the Contractor provides a written letter from the property owner(s) saying that

the property owner is satisfied with the said lot(s) once the Contractor demobilizes.

1.10. Material on hand shall not be considered for payment.

1.11. All earthwork (cut and fill) required for the work of this contract, unless otherwise specified,

is subsidiary to payment for the sidewalk, retaining wall, etc.

1.12. The Contractor shall coordinate all work with schools affected by the construction at the

beginning of construction and maintain communication until final acceptance of the roadway.

Coordination will be required if any bus routes (Waco ISD, Midway ISD, Waco Transit, or

other) are affected or there is a school within one block of construction.

1.13. Projectmates

1.13.1. The City has setup an Internet-based project management system called Projectmates

for managing design and construction projects. The Contractor will be required to

utilize Projectmates as follows:

1.13.2. Contract management related processes including RFIs, submittals, field reports,

meeting minutes, change orders, pay application, punch lists, and close-out documents

shall be submitted, tracked, and responded to, by the Contractor, City, and Project

Engineer through Projectmates over the Internet. Paper copies shall not be accepted

unless specifically requested.

1.13.3. The City of Waco Projectmates software portal is:

https://cityofwaco.projectmates.com

1.13.4. One (1) Projectmates user license will be provided to the Contractor by the City

without charge. The City will recover the license upon project completion.

1.13.5. The Contractor shall be familiar with Projectmates prior to the pre-construction

meeting. Training can be arranged by contacting software vendor Systemates Inc.

Training expenses shall be borne by the Contractor. Contact Systemates, Inc.,

Richardson, Texas 214-217-4100 or email [email protected].

1.14. Right of Way Clearing – The Contractor shall be responsible for clearing the right of way of

trees, shrubs, and other vegetative growth as needed for equipment clearance prior to

beginning construction. This work shall be subsidiary to all pay items.

2. CHANGE MANAGEMENT

2.1. See section 4 in the General Provisions of the City of Waco Standard Specifications for

Construction.

RFB2020-008 Addendum 3 Page 5

2020 Street Preservation Phase 2 (18ST2001B)

Page 3 of 9

3. COMMUNICATION

3.1. Contractor shall contact the Engineering Inspector (EI) a minimum of seventy-two (72) hours

and a maximum of ninety-six (96) hours prior to beginning (or recommencing after a hiatus)

work; and notify the EI immediately upon any change in schedule.

3.2. All homeowners and businesses affected by the construction shall be notified by the

Contractor a minimum of seventy-two (72) hours and a maximum of ninety-six (96) hours in

advance of the surface sealing work. See Attachment “A” for a flier example. Should the

work not occur on the specified day, new notification will be distributed when required. The

notification shall be in a form of a written posting, with the contractor’s representative’s local

cellular telephone number and stating the time and date the work will take place. Flier shall

be submitted for approval.

3.3. Portable Changeable Message Signs – The Contractor shall provide two portable

changeable message signs at each work location in accordance with TxDOT Item 6001. A

work location is generally defined as a neighborhood, section of neighborhood, or individual

street (collectors and arterials). The signs shall be placed at the beginning and end of the

neighborhood or street. This item shall be subsidiary to the Traffic Control Plan and

Implementation bid item.

4. HOUSEKEEPING

4.1. During the progress of the Work and on a daily basis, Contractor shall keep all the premises

(including any staging areas) free from accumulation of all waste materials, rubbish and other

debris resulting from the Work.

4.2. The Contractor shall remove all material stockpiles, equipment left overnight or any

obstructions within thirty (30) feet of a travel way or clearly mark by warning lights and

barricades.

4.3. At the completion of the Work, Contractor shall remove all waste materials, rubbish and

debris from and about the premises as well as all tools, appliances, construction equipment

and machinery and surplus materials. Contractor shall leave the site clean and ready for the

Owner prior to initiating project completion process (requesting punch list, etc.).

4.4. It shall be the responsibility of the Contractor to keep the roadway, drive approaches, and

sidewalk clean of mud, sand, rock, and other debris.

4.5. If the Contractor fails to comply with these requirements, the Owner may do so and pass

along all related costs to the Contractor.

5. SAFETY

5.1. Temporary Traffic Control Plans (TCP) - TCPs shall be compiled by licensed or certified

personnel (Texas Licensed Professional Engineer; IMSA Certified Work Zone - Work Zone

Traffic Control Safety Certification; TEEX, Texas A&M Engineering Extension Services,

American Traffic Safety Service Association (ATSSA) Traffic Control Design Specialist

(TCDS); or Work Zone Traffic Control Certification, HWS002). Documentation of current

certification shall be submitted with all TCPs. The TCP’s shall be drawn in AutoCAD and

provided to the City in PDF format.

5.1.1. After the contract has been awarded and during the submittal phase, the Contractor

shall provide acceptable Traffic Control Plans along with evidence of certification for

RFB2020-008 Addendum 3 Page 6

2020 Street Preservation Phase 2 (18ST2001B)

Page 4 of 9

the person creating the Traffic Control Plans. Each TCP must be developed to address

the specific conditions of the planned construction work zone location. Multiple

phases of construction will require a separate TCP for each phase. All may be

submitted at one time for acceptance. The Contractor shall incorporate the various

Barricade Standards, Traffic Control Plan Standards, and Work Zone Standards

included in the project plans into the TCPs as appropriate.

5.1.2. Temporary traffic control plans for construction projects overseen by TxDOT shall be

completed by a Texas professional engineer prior to submittal. Plans for construction

projects occurring on state roads will require TxDOT approval prior to submittal.

5.1.3. TCP’s shall be designed such that only one direction of traffic (2-way streets) or half

of the available lanes (one-way street) are closed during any portion of the Project.

6. PERMITS – NOT USED

7. SCHEDULE

7.1. The pre-construction meeting will be scheduled by City of Waco staff. The construction

schedule for this project is set at 55 working days, beginning on the Notice to Proceed date

and ending on the date of final acceptance. The Notice to Proceed will be issued upon receipt

of executed contracts.

7.2. A Working Day is defined as any day of the week, not including Saturdays, Sundays, or

Legal Holidays during which conditions under the CONTRACTOR’s control will permit

work for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00

p.m. Upon agreement with the Owner’s Representative, work on Saturdays, Sundays and/or

Legal Holidays may be allowed and will be considered a Working Day.

7.3. The project schedule includes time to:

7.3.1. Develop, submit, review, approve and implement the SWP3/erosion control plan;

7.3.2. Develop, submit, review, and approve safety and material submittals;

7.3.3. Complete and commission the Work;

7.3.4. Complete the project closure activities and paperwork.

7.4. The Contractor shall maintain a work force adequate to accomplish the work within the

contract time. The Contractor agrees to employ only orderly, competent, and knowledgeable

workers, skillful in performance of the type of work required under this contract.

7.5. Contractor’s representative (City of Waco Standard Specifications for Construction, General

Provisions, Section 8.7, page 58) - “Before starting work, the Contractor shall designate in

writing a representative who shall have complete authority to act for it. . . The representative

or alternate shall be present at the Work site whenever work is in progress . . .”

7.6. The Contractor is required to provide an approved construction schedule within two weeks of

the effective date of the notice to proceed. The schedule shall be in a Gantt, CPM, or PERT

format suitable to depict the project work plan.

7.7. The Contractor shall supply the Project Engineer with a tentative schedule at least ten (10)

days in advance of placement, along with weekly schedule.

7.8. The Contractor shall also provide updated schedules as warranted by the progress of the work

or as requested by the Project Engineer or Representative.

RFB2020-008 Addendum 3 Page 7

2020 Street Preservation Phase 2 (18ST2001B)

Page 5 of 9

7.9. Work in conflict with special events or ongoing utility work may be suspended, delayed, or

redirected when determined by the City at no additional expense to the City.

8. PROJECT COMPLETION

8.1. It is expected that the Contractor shall complete the “final” phase of the project in no more

than ten (10) working days after completion of pay items, within the constraints of

paragraphs 7.3 and 7.4.

8.2. When Contractor completes all work or pay items, the Contractor shall submit a written

request for a punch list.

8.3. The EI will coordinate a “walk of the project” with the Contractor and other City

representatives and issue the punch list.

8.4. When Contractor deems all punch list items are complete, the Contractor shall submit a

written request for a final inspection.

8.5. When the EI finds all items complete to their satisfaction the EI shall submit a letter of final

acceptance which will request the Contractor submit a one year guarantee and an all bills paid

affidavit, both notarized.

8.5.1. The final acceptance letter will include an accurate description of the Work being

accepted.

8.5.2. If private property is used the EI shall receive from the Contractor a written release

from the property owner accepting the condition of their property.

8.5.3. Once the guarantee and affidavit are received the project will be deemed final.

8.6. Warranty – (City of Waco Standard Specifications for Construction, General Provisions,

Section 7.7, page 51). The EI will schedule a warranty walk approximately eleven (11)

months after project completion. If any issues arise during the warranty period, the EI will

send written request to the Contractor to remedy the issue(s).

9. SUBMITTALS

9.1. All submittals shall be complete shop drawings and design data, providing the information

necessary to document compliance with all specifications. See section 2.6 C in the General

Provisions of the City of Waco Standard Specifications for Construction.

10. STREET WORK

10.1. The Contractor may pave any time (during working hours established in Section 7) the

roadway has no standing water on the roadway surface, the roadway surface temperature is at

least 60°F and the ambient temperature is at least 50°F and rising. Place mixtures only when

the Project Engineer determines the roadway surface weather and moisture conditions are

suitable. The Project Engineer may restrict the Contractor from paving if the ambient

temperature is below 60°F and falling. Cease placement twenty-four (24) hours before the

National Weather Service forecast predicts temperatures below 32°F unless otherwise

approved. Temperatures in this section are for HMAC.

10.2. No asphalt treatments will be applied just prior to a rain event that could result in chemical

asphalt or any asphalt by-product pollutant being washed into a stream or stormwater

collection system.

RFB2020-008 Addendum 3 Page 8

2020 Street Preservation Phase 2 (18ST2001B)

Page 6 of 9

10.3. No AC or Emulsion for surface treatment items will be placed between October 1 and April 1

unless approved in writing by the Project Engineer.

10.4. Installation of new curb and gutter, completion of base failure repair, and HMAC grinding

and level up work shall all be completed prior to street preservation work.

10.5. All aggregate for each project will come from the same source or blended sources approved

by the Project Engineer.

10.6. Remove all dirt and debris accumulated in the curb and gutter sections prior to beginning

paving. Likewise, remove all vegetation from pavement edges prior to operations. This work

will be subsidiary to bid items.

10.7. When paving more than one section of continuous street, the Project Engineer or designated

representative will have the final decision whether to pave cross streets.

10.8. Surfacing required as repair due to unsatisfactory workmanship by the Contractor will not be

paid for directly but shall be deem the cost responsibility of the Contractor.

10.9. Any tracking of asphalt material will be the responsibility of the Contractor to mitigate at no

additional expense to the City.

10.10. Any conflicts between City of Waco specifications and Texas Department of

Transportation specifications will be directed to the Project Engineer to provide

clarification.

10.11. The elevation adjustment of any “SWB Manholes” shall be coordinated through Calvin

Pewitt of AT&T who can be contacted at (254)757-7810 (office), (254)715-7869 (mobile)

or at [email protected].

10.12. Any signs removed shall be replaced the same day.

11. MICROSURFACE – NOT USED

12. SLURRY SEAL – NOT USED

13. SEAL COAT

13.1. The seal coat process shall consist of a surface treatment of one or more applications of a

single layer of asphalt material covered with a single layer of aggregate.

13.2. Refer to TxDOT’s Standard Specification for Construction and Maintenance of Highways,

Streets, and Bridges and Item 316. The work covered by these specifications includes the

design, testing, construction, quality control, measurement and payment required for the

proper application of seal coat.

13.3. Asphalt material shall be ASPH (AC-20-5TR) with an application rate of 0.44 Gal/SY.

13.4. Aggregate material shall be TY-PD GR-4 or TY PL GR-4 with an application rate of 1

CY/125 SY.

13.5. Application rates for asphalt and aggregate materials may be adjusted during construction

as directed by the Project Engineer.

13.6. Vegetation and debris shall be removed from street and the edge of street prior to surface

treatment. This work is subsidiary to pay items.

13.7. Areas and limits as directed by the EI.

RFB2020-008 Addendum 3 Page 9

2020 Street Preservation Phase 2 (18ST2001B)

Page 7 of 9

14. FOG SEAL

14.1. The fog seal process shall consist of the applying an emulsified asphalt and water mixture

as an aggregate loss preventative or surface seal.

14.2. Refer to TxDOT’s Standard Specification for Construction and Maintenance of Highways,

Streets, and Bridges and Item 315. The work covered by these specifications includes the

design, testing, construction, quality control, measurement and payment required for the

proper application of fog seal and seal coat.

14.3. Emulsified asphalt material will be SS-1 at an application rate of 0.10 Gal/SY.

14.4. The Contractor shall include a carbon additive in the fog seal so that the appearance

is black and does not have any brown coloration.

14.5. Application rate for emulsified asphalt material may be adjusted during construction as

directed by the Project Engineer.

14.6. Areas and limits as directed by the EI.

15. BASE FAILURE REPAIR

15.1. Base Failure Repair shall utilize Type B HMAC to full depth. The average depth of baes

failure repair is 8 inches from the bottom of the 4-inch deep saw cut section.

15.2. The Base Failure Repair quantities provided in the plans are estimates only. At least 10

working days prior to the Contractor beginning work on a street, the Contractor shall

identify the extents of all base failure repair locations on that street with white spray paint.

The Contractor shall then notify the EI who will walk the street with the Contractor to

confirm the locations. The City reserves the right to add locations not identified by the

Contractor. The unit price as bid for Base Failure Repair shall be used regardless of the

final quantity.

15.3. Though the City’s Public Works Department has no minimum curing time requirement for

the HMAC for base repairs, the Contractor shall work diligently to minimize the impact on

the public. Base repair work shall be sequenced such that a lane of traffic may remain open

at all times. Removal of material shall be subsidiary to Base Failure Repair. All lanes shall

be open to traffic by the close of the working day.

15.4. Minimum base repair dimensions (extents of saw cut) shall be 7 feet by 10 feet, with the 10

foot dimension in the direction of travel. The width of the base repair shall be increased as

needed to prevent the edge of the repair being located in the wheel path. Pavement cutting

shall be made by saw cutting straight, vertical, and square edges.

15.5. Upon completion of each 4-inch base repair lift, Contractor shall complete a density test

and submit results to EI for review and approval. Density test and report costs shall be

subsidiary to the Base Failure Repair cost.

15.6. Prime Coat/Bonding Course - The Contractor shall utilize a prime coat asphalt applied as

a solid and uniform coat over the entire area to receive new HMAC. Prime coat material

shall be AE-P, MC-30, or approved equal. Before the prime coat is applied, the surface

shall be cleaned thoroughly to the satisfaction of the EI. The rate of application shall be

0.16 gal/SY of residual asphalt and shall provide complete and uniform coverage of the

repair surface. The EI must approve proper coverage and may suspend paving operations

RFB2020-008 Addendum 3 Page 10

2020 Street Preservation Phase 2 (18ST2001B)

Page 8 of 9

until satisfactory tack coat has been applied. This item shall be subsidiary to the unit price

for HMAC paving.

16. ASPHALT FATIGUE REPAIR

16.1. It is anticipated that some of the locations identified for base failure repair by the

Contractor and EI may have base in suitable condition and may only have failed due to

asphalt fatigue.

16.2. Once the Contractor completes the saw cut and removal of the 4-inch thick section shown

in the Full Depth Base Repair with Type B HMAC detail, they shall visually inspect the

condition of the base material. If the base appears to be in good condition, the Contractor

shall request confirmation from the EI. If the EI is in agreement, the Contractor shall

replace the 4-inch section with TxDOT Specification 341 Dense-Graded Hot-Mix Asphalt

Type B performance graded asphalt 64-22.

17. HOT-MIX ASPHALT CONCRETE (HMAC)

17.1. HMAC for level up and installation of curb and gutter shall be TxDOT Specification 341

Dense-Graded Hot-Mix Asphalt Type D performance graded asphalt 64-22 and shall be

applied at a rate of 110 lbs/SY/in.

17.2. HMAC for base failure repair and asphalt fatigue repair shall be TxDOT Specification 341

Dense-Graded Hot-Mix Asphalt Type B performance graded asphalt 64-22.

17.3. The Contractor shall provide results from the mix prior to construction.

17.4. A City of Waco representative shall inspect the stockpile prior to construction.

18. CURB AND GUTTER

18.1. All curb and gutter work shall be completed prior to placement of street preservation

material.

18.2. The Contractor shall work with property owners when working on or near driveways in

order to ensure that access is maintained at all times.

18.3. All subgrade, fill, and HMAC work required in the curb and gutter details in the plans shall

be subsidiary to the Curb and Gutter Repair – Removal and Replacement bid item.

18.4. The EI and Contractor will walk lanes to receive surface treatment and determine where

curb and gutter replacement is required. The final decision will be the City’s. The unit price

as bid will be used regardless of the quantity.

19. WATER VALVE BOXES AND MANHOLE LIDS

19.1. Manhole and water valve lids shall be adjusted in accordance with the details provided in

the plans.

19.2. Adjustment of manholes, valves, and valve vaults shall be made to within ¼” of adjacent

proposed grade. Note that abandoned valves may exist and will be addressed by the EI

during construction. If old style valve boxes are encountered during the raising process, the

Contractor shall replace them with boxes in accordance with the details provided in the

plans. The boxes will be either raised or replaced and paid for by the appropriate bid item.

Contractor will not be paid for both. All valve covers removed during water line

RFB2020-008 Addendum 3 Page 11

2020 Street Preservation Phase 2 (18ST2001B)

Page 9 of 9

construction must be salvaged. Contractor to coordinate with the EI for arrangements to

return them to the City of Waco Utilities Department on Colcord Avenue.

20. PAVEMENT MARKINGS

20.1. Place temporary traffic markings that meet the Texas Manual on Uniform Traffic Control

Devices on all streets currently marked.

20.2. Placement of permanent markings on all streets shall be done as existing, unless indicated

in plans. Markings shall meet the requirements of TxDOT Item 666, “Retroreflectorized

Pavement Markings.” This shall include any non-overlaid concrete sections within the

street limits.

20.3. Placement of Raised Pavement Markers shall be done in accordance with TxDOT Item 672,

“Raised Pavement Markers.”

20.4. The Contactor will supply and install the blue raised reflective markers utilized for all fire

hydrants within the work limits. This item shall be subsidiary to the various bid items.

20.5. Two-way left-turn use arrow pavement markings are to be placed, with 16 feet typical

spacing, at or just downstream from the beginning of the two-way left-turn lane, as

indicated in plans, per the Texas Manual on Uniform Traffic Control Devices, Section

3B.20.

20.6. Pedestrian Crossings are to have 10 feet long by 2 feet wide white bars with 2 feet spacing.

20.7. Contractor shall arrange construction operations to prevent the hauling of materials through

the completed pavement sections unless otherwise approved by the EI or City Engineer.

20.8. The Contractor shall open the pavement to traffic each night.

20.9. When work is within 400 feet of a signalized intersection, Contractor shall call for utility

locates (811) to identify location of loop detectors, conduits, etc. Any damage to these

facilities done by the Contractor shall be repaired by the Contractor to the City of Waco

standards and shall be subsidiary to the work.

20.10. Removal of raised pavement markers as work progresses shall be subsidiary to the various

bid items.

RFB2020-008 Addendum 3 Page 12

ENGINEERING

DIVISION

PUBLIC WORKS

20

20

S

TR

EE

T P

RE

SE

RV

AT

IO

N P

HA

SE

2

SE

AL

C

OA

T

S

CH

ED

UL

E O

F Q

UA

NT

IT

IE

S

Project No:

Issue Date:

Checked:

Design:

Project Mgr.:

Approved:

Sheet No.

JSH

JSHSM

18ST2001B

S:\E

ngineering\P

RO

JE

CT

S\P

RO

JE

CT

S A

CT

IV

E\2020 S

treet S

eal C

oat\300 E

ngineering S

ervices\300.03 D

esign\2020 S

treet S

eal C

oat G

eneral.dw

gP

LO

T D

AT

E:T

uesday, January 21, 2020 11:15:07 A

M by B

ILLY

S

AIS

C003

NAME DATE

ITEM NO. UNIT DESCRIPTION TOTAL QTY

1

LS MOBILIZATION

1

2

LS SWPP PLAN AND IMPLEMENTATION

1

3

LS TRAFFIC CONTROL PLAN AND IMPLEMENTATION

1

4

EA BETTER STREETS WACO SIGN ASSEMBLY, INCLUDING INSTALLATION 2

S T R E E T S :

5 GAL

ASPHALT FOR STREET SEAL COAT (AC-20-5TR, 0.44 GAL/SY, SEE NOTE 1 BELOW) 18,282

6 CY

AGGREGATE FOR STREET SEAL COAT (TY-PD-GR-4 OR TY-PL-GR-4, 1 CY/125 SY, SEE NOTE 1

BELOW)

333

7 GAL

FOG SEAL (SS-1, 0.10 GAL/SY, SEE NOTE 1 BELOW)4,155

8 SY GRINDING/ MICRO MILLING 33

9 SY

BASE FAILURE REPAIR (FULL DEPTH TYPE B HMAC) (4" LIFTS, 8" AVERAGE DEPTH)1,510

10 SY ASPHALT FATIGUE REPAIR 515

11 SY D-GR HMAC TY-D PG64-22 LEVEL UP 943

12 LF CURB AND GUTTER REPAIR - REMOVAL AND REPLACEMENT 200

13 EA ADJUST MANHOLE COVER TO GRADE 10

14 EA ADJUST WATER VALVE COVER TO GRADE 8

15 EA REPLACE MANHOLE RING AND COVER 3

16 EA REPLACE OLD STYLE VALVE BOX 15

A D D A L T E R N A T E :

17

LS MOBILIZATION

1

18

LS SWPP PLAN AND IMPLEMENTATION

1

19

LS TRAFFIC CONTROL PLAN AND IMPLEMENTATION

1

20 GAL

ASPHALT FOR STREET SEAL COAT (AC-20-5TR, 0.44 GAL/SY, SEE NOTE 2 BELOW) 5,676

21 CY

AGGREGATE FOR STREET SEAL COAT (TY-PD-GR-4 OR TY-PL-GR-4, 1 CY/125 SY, SEE NOTE 2

BELOW)

104

22 GAL

FOG SEAL (SS-1, 0.10 GAL/SY, SEE NOTE 2 BELOW)1,290

23 SY GRINDING/ MICRO MILLING 9

24 SY

BASE FAILURE REPAIR (FULL DEPTH TYPE B HMAC) (4" LIFTS, 8" AVERAGE DEPTH)

110

25 SY ASPHALT FATIGUE REPAIR 40

26 SY D-GR HMAC TY-D PG64-22 LEVEL UP 133

27 EA ADJUST MANHOLE COVER TO GRADE 2

28 EA ADJUST WATER VALVE COVER TO GRADE 2

29 EA REPLACE MANHOLE RING AND COVER 1

30 EA REPLACE OLD STYLE VALVE BOX 5

(2" AVERAGE DEPTH)

(2" AVERAGE DEPTH)

02/18/20

FEBRUARY 2020

1 ADDENDUM 3 2/18

RFB2020-008 Addendum 3 Page 13

ENGINEERING

DIVISION

PUBLIC WORKS

2020 S

TR

EE

T P

RE

SE

RV

AT

IO

N P

HA

SE

2

SE

AL C

OA

T

S

PE

CIA

L P

RO

JE

CT

P

RO

VIS

IO

NS

Project No:

Issue Date:

Checked:

Design:

Project Mgr.:

Approved:

Sheet No.

JSH

JSHSM

18ST2001B

S:\E

ng

in

ee

rin

g\P

RO

JE

CT

S\P

RO

JE

CT

S A

CT

IV

E\2

02

0 S

tre

et S

ea

l C

oa

t\3

00

E

ng

in

ee

rin

g S

ervice

s\3

00

.0

3 D

esig

n\2

02

0 S

tre

et S

ea

l C

oa

t G

en

era

l.d

wg

PL

OT

D

AT

E:M

on

da

y, Ja

nu

ary 1

3, 2

02

0 9

:0

2:0

2 A

M b

y B

IL

LY

S

AIS

C004

NAME DATE

02/18/20

FEBRUARY 2020

1 ADDENDUM 3 2/18

2020 Street Preservation Phase 2 (18ST2001B)

Page 1 of 9

Special Project Provisions

1. GENERAL

1.1. Contractor should note the City hired a firm to assess pavement condition of streets and

provide recommendations to the City on which streets should be treated. The City reserves

the right to eliminate streets from this contract and add other streets to this contract. The

anticipated work will be similar in quantity.

1.2. Construction shall be in accordance with the City of Waco Standard Specifications for

Construction (current version) and applicable City of Waco Manual of Standard Details

(WMSD), with the following exceptions and as noted in these Special Project Provisions:

1.2.1. Traffic Control Plans: The Contractor shall use the Texas Department of

Transportation (TxDOT) traffic control measures provided in the plans to the extent

possible. If TxDOT traffic control plans will be used, the Contractor shall

provide a submittal identifying which plans will be used for which street and a

signed and sealed traffic control plan is not required. If non-TxDOT traffic

control plans will be created and used, the Contractor shall follow the

requirements in Section 5 of these Special Project Provisions.

1.2.2. Seal Coat: The Contractor shall use TxDOT Item 316 specification for seal coat.

1.2.3. Fog Seal: The Contractor shall use TxDOT Item 315 specification for fog seal.

1.2.4. Hot-Mix Asphalt Concrete: The Contractor shall use TxDOT Item 341 Type D for

level up and installation of curb and gutter; and Type B for base failure repair and

asphalt fatigue repair.

1.3. Construction Surveying -All construction staking shall be provided by the Contractor. This

provision supersedes the most current Standard Specifications for Construction and all other

city contract documents.

1.4. Site Restoration - All areas (vegetated, gravel, paved, etc.) disturbed by the work of this

contract must be restored to pre-project or better condition. Payment for this work will be

considered to be subsidiary to completion of the associated work item unless otherwise

provided. All existing vegetated areas must be restored to existing condition or better with

topsoil and either seed or sod as appropriate. In yards, sod shall be utilized and shall match

existing turf. In undeveloped areas, Contractor shall use seed or sod. Contractor is

responsible for watering and all required care until project acceptance. This work will be

considered subsidiary to the project, unless otherwise specified.

1.5. Mobilization - Mobilization shall not exceed 10%. This specification supersedes Section 6.4

of the Standard Specifications for Construction, and any related paragraphs.

1.6. Protection of Facilities in Right of Way - The Contractor shall be responsible for

adequately protecting all facilities (mailboxes, trees, bushes, sidewalks, handicap ramps, etc.)

not designated for removal. Any facilities that sustain damage shall be restored to existing or

better condition, and the cost of the restoration shall be subsidiary to the work.

1.7. Underground Utilities - The attention of the Bidder is drawn to requirements in State law

regarding location of underground utilities prior to excavation and the reporting of damage to

any gas line.

2020 Street Preservation Phase 2 (18ST2001B)

Page 2 of 9

1.8. Above Ground Utilities - The Contractor is responsible for coordinating with the appropriate

utilities owning any poles or signs that may be impacted during the work of this contract.

Bracing and protective measures per the requirements of the signs’ owners shall be provided

by the Contractor, and shall be considered subsidiary to the work.

1.9. If the Contractor chooses to utilize a private lot(s) as a staging area, the Contractor shall

provide the City written permission from the property owner(s). The project shall not be

finalized until the Contractor provides a written letter from the property owner(s) saying that

the property owner is satisfied with the said lot(s) once the Contractor demobilizes.

1.10. Material on hand shall not be considered for payment.

1.11. All earthwork (cut and fill) required for the work of this contract, unless otherwise specified,

is subsidiary to payment for the sidewalk, retaining wall, etc.

1.12. The Contractor shall coordinate all work with schools affected by the construction at the

beginning of construction and maintain communication until final acceptance of the roadway.

Coordination will be required if any bus routes (Waco ISD, Midway ISD, Waco Transit, or

other) are affected or there is a school within one block of construction.

1.13. Projectmates

1.13.1. The City has setup an Internet-based project management system called Projectmates

for managing design and construction projects. The Contractor will be required to

utilize Projectmates as follows:

1.13.2. Contract management related processes including RFIs, submittals, field reports,

meeting minutes, change orders, pay application, punch lists, and close-out documents

shall be submitted, tracked, and responded to, by the Contractor, City, and Project

Engineer through Projectmates over the Internet. Paper copies shall not be accepted

unless specifically requested.

1.13.3. The City of Waco Projectmates software portal is:

https://cityofwaco.projectmates.com

1.13.4. One (1) Projectmates user license will be provided to the Contractor by the City

without charge. The City will recover the license upon project completion.

1.13.5. The Contractor shall be familiar with Projectmates prior to the pre-construction

meeting. Training can be arranged by contacting software vendor Systemates Inc.

Training expenses shall be borne by the Contractor. Contact Systemates, Inc.,

Richardson, Texas 214-217-4100 or email [email protected].

1.14. Right of Way Clearing – The Contractor shall be responsible for clearing the right of way of

trees, shrubs, and other vegetative growth as needed for equipment clearance prior to

beginning construction. This work shall be subsidiary to all pay items.

2. CHANGE MANAGEMENT

2.1. See section 4 in the General Provisions of the City of Waco Standard Specifications for

Construction.

RFB2020-008 Addendum 3 Page 14

ENGINEERING

DIVISION

PUBLIC WORKS

2020 S

TR

EE

T P

RE

SE

RV

AT

IO

N P

HA

SE

2

SE

AL C

OA

T

S

PE

CIA

L P

RO

JE

CT

P

RO

VIS

IO

NS

Project No:

Issue Date:

Checked:

Design:

Project Mgr.:

Approved:

Sheet No.

JSH

JSHSM

18ST2001B

S:\E

ng

in

ee

rin

g\P

RO

JE

CT

S\P

RO

JE

CT

S A

CT

IV

E\2

02

0 S

tre

et S

ea

l C

oa

t\3

00

E

ng

in

ee

rin

g S

ervice

s\3

00

.0

3 D

esig

n\2

02

0 S

tre

et S

ea

l C

oa

t G

en

era

l.d

wg

PL

OT

D

AT

E:M

on

da

y, Ja

nu

ary 1

3, 2

02

0 9

:0

2:0

6 A

M b

y B

IL

LY

S

AIS

C005

NAME DATE

02/18/20

FEBRUARY 2020

1 ADDENDUM 3 2/18

2020 Street Preservation Phase 2 (18ST2001B)

Page 3 of 9

3. COMMUNICATION

3.1. Contractor shall contact the Engineering Inspector (EI) a minimum of seventy-two (72) hours

and a maximum of ninety-six (96) hours prior to beginning (or recommencing after a hiatus)

work; and notify the EI immediately upon any change in schedule.

3.2. All homeowners and businesses affected by the construction shall be notified by the

Contractor a minimum of seventy-two (72) hours and a maximum of ninety-six (96) hours in

advance of the surface sealing work. See Attachment “A” for a flier example. Should the

work not occur on the specified day, new notification will be distributed when required. The

notification shall be in a form of a written posting, with the contractor’s representative’s local

cellular telephone number and stating the time and date the work will take place. Flier shall

be submitted for approval.

3.3. Portable Changeable Message Signs – The Contractor shall provide two portable

changeable message signs at each work location in accordance with TxDOT Item 6001. A

work location is generally defined as a neighborhood, section of neighborhood, or individual

street (collectors and arterials). The signs shall be placed at the beginning and end of the

neighborhood or street. This item shall be subsidiary to the Traffic Control Plan and

Implementation bid item.

4. HOUSEKEEPING

4.1. During the progress of the Work and on a daily basis, Contractor shall keep all the premises

(including any staging areas) free from accumulation of all waste materials, rubbish and other

debris resulting from the Work.

4.2. The Contractor shall remove all material stockpiles, equipment left overnight or any

obstructions within thirty (30) feet of a travel way or clearly mark by warning lights and

barricades.

4.3. At the completion of the Work, Contractor shall remove all waste materials, rubbish and

debris from and about the premises as well as all tools, appliances, construction equipment

and machinery and surplus materials. Contractor shall leave the site clean and ready for the

Owner prior to initiating project completion process (requesting punch list, etc.).

4.4. It shall be the responsibility of the Contractor to keep the roadway, drive approaches, and

sidewalk clean of mud, sand, rock, and other debris.

4.5. If the Contractor fails to comply with these requirements, the Owner may do so and pass

along all related costs to the Contractor.

5. SAFETY

5.1. Temporary Traffic Control Plans (TCP) - TCPs shall be compiled by licensed or certified

personnel (Texas Licensed Professional Engineer; IMSA Certified Work Zone - Work Zone

Traffic Control Safety Certification; TEEX, Texas A&M Engineering Extension Services,

American Traffic Safety Service Association (ATSSA) Traffic Control Design Specialist

(TCDS); or Work Zone Traffic Control Certification, HWS002). Documentation of current

certification shall be submitted with all TCPs. The TCP’s shall be drawn in AutoCAD and

provided to the City in PDF format.

5.1.1. After the contract has been awarded and during the submittal phase, the Contractor

shall provide acceptable Traffic Control Plans along with evidence of certification for

2020 Street Preservation Phase 2 (18ST2001B)

Page 4 of 9

the person creating the Traffic Control Plans. Each TCP must be developed to address

the specific conditions of the planned construction work zone location. Multiple

phases of construction will require a separate TCP for each phase. All may be

submitted at one time for acceptance. The Contractor shall incorporate the various

Barricade Standards, Traffic Control Plan Standards, and Work Zone Standards

included in the project plans into the TCPs as appropriate.

5.1.2. Temporary traffic control plans for construction projects overseen by TxDOT shall be

completed by a Texas professional engineer prior to submittal. Plans for construction

projects occurring on state roads will require TxDOT approval prior to submittal.

5.1.3. TCP’s shall be designed such that only one direction of traffic (2-way streets) or half

of the available lanes (one-way street) are closed during any portion of the Project.

6. PERMITS – NOT USED

7. SCHEDULE

7.1. The pre-construction meeting will be scheduled by City of Waco staff. The construction

schedule for this project is set at 55 working days, beginning on the Notice to Proceed date

and ending on the date of final acceptance. The Notice to Proceed will be issued upon receipt

of executed contracts.

7.2. A Working Day is defined as any day of the week, not including Saturdays, Sundays, or

Legal Holidays during which conditions under the CONTRACTOR’s control will permit

work for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00

p.m. Upon agreement with the Owner’s Representative, work on Saturdays, Sundays and/or

Legal Holidays may be allowed and will be considered a Working Day.

7.3. The project schedule includes time to:

7.3.1. Develop, submit, review, approve and implement the SWP3/erosion control plan;

7.3.2. Develop, submit, review, and approve safety and material submittals;

7.3.3. Complete and commission the Work;

7.3.4. Complete the project closure activities and paperwork.

7.4. The Contractor shall maintain a work force adequate to accomplish the work within the

contract time. The Contractor agrees to employ only orderly, competent, and knowledgeable

workers, skillful in performance of the type of work required under this contract.

7.5. Contractor’s representative (City of Waco Standard Specifications for Construction, General

Provisions, Section 8.7, page 58) - “Before starting work, the Contractor shall designate in

writing a representative who shall have complete authority to act for it. . . The representative

or alternate shall be present at the Work site whenever work is in progress . . .”

7.6. The Contractor is required to provide an approved construction schedule within two weeks of

the effective date of the notice to proceed. The schedule shall be in a Gantt, CPM, or PERT

format suitable to depict the project work plan.

7.7. The Contractor shall supply the Project Engineer with a tentative schedule at least ten (10)

days in advance of placement, along with weekly schedule.

7.8. The Contractor shall also provide updated schedules as warranted by the progress of the work

or as requested by the Project Engineer or Representative.

RFB2020-008 Addendum 3 Page 15

ENGINEERING

DIVISION

PUBLIC WORKS

2020 S

TR

EE

T P

RE

SE

RV

AT

IO

N P

HA

SE

2

SE

AL C

OA

T

S

PE

CIA

L P

RO

JE

CT

P

RO

VIS

IO

NS

Project No:

Issue Date:

Checked:

Design:

Project Mgr.:

Approved:

Sheet No.

JSH

JSHSM

18ST2001B

S:\E

ng

in

ee

rin

g\P

RO

JE

CT

S\P

RO

JE

CT

S A

CT

IV

E\2

02

0 S

tre

et S

ea

l C

oa

t\3

00

E

ng

in

ee

rin

g S

ervice

s\3

00

.0

3 D

esig

n\2

02

0 S

tre

et S

ea

l C

oa

t G

en

era

l.d

wg

PL

OT

D

AT

E:M

on

da

y, Ja

nu

ary 1

3, 2

02

0 9

:0

2:1

1 A

M b

y B

IL

LY

S

AIS

C006

NAME DATE

02/18/20

FEBRUARY 2020

1 ADDENDUM 3 2/18

2020 Street Preservation Phase 2 (18ST2001B)

Page 5 of 9

7.9. Work in conflict with special events or ongoing utility work may be suspended, delayed, or

redirected when determined by the City at no additional expense to the City.

8. PROJECT COMPLETION

8.1. It is expected that the Contractor shall complete the “final” phase of the project in no more

than ten (10) working days after completion of pay items, within the constraints of

paragraphs 7.3 and 7.4.

8.2. When Contractor completes all work or pay items, the Contractor shall submit a written

request for a punch list.

8.3. The EI will coordinate a “walk of the project” with the Contractor and other City

representatives and issue the punch list.

8.4. When Contractor deems all punch list items are complete, the Contractor shall submit a

written request for a final inspection.

8.5. When the EI finds all items complete to their satisfaction the EI shall submit a letter of final

acceptance which will request the Contractor submit a one year guarantee and an all bills paid

affidavit, both notarized.

8.5.1. The final acceptance letter will include an accurate description of the Work being

accepted.

8.5.2. If private property is used the EI shall receive from the Contractor a written release

from the property owner accepting the condition of their property.

8.5.3. Once the guarantee and affidavit are received the project will be deemed final.

8.6. Warranty – (City of Waco Standard Specifications for Construction, General Provisions,

Section 7.7, page 51). The EI will schedule a warranty walk approximately eleven (11)

months after project completion. If any issues arise during the warranty period, the EI will

send written request to the Contractor to remedy the issue(s).

9. SUBMITTALS

9.1. All submittals shall be complete shop drawings and design data, providing the information

necessary to document compliance with all specifications. See section 2.6 C in the General

Provisions of the City of Waco Standard Specifications for Construction.

10. STREET WORK

10.1. The Contractor may pave any time (during working hours established in Section 7) the

roadway has no standing water on the roadway surface, the roadway surface temperature is at

least 60°F and the ambient temperature is at least 50°F and rising. Place mixtures only when

the Project Engineer determines the roadway surface weather and moisture conditions are

suitable. The Project Engineer may restrict the Contractor from paving if the ambient

temperature is below 60°F and falling. Cease placement twenty-four (24) hours before the

National Weather Service forecast predicts temperatures below 32°F unless otherwise

approved. Temperatures in this section are for HMAC.

10.2. No asphalt treatments will be applied just prior to a rain event that could result in chemical

asphalt or any asphalt by-product pollutant being washed into a stream or stormwater

collection system.

2020 Street Preservation Phase 2 (18ST2001B)

Page 6 of 9

10.3. No AC or Emulsion for surface treatment items will be placed between October 1 and April 1

unless approved in writing by the Project Engineer.

10.4. Installation of new curb and gutter, completion of base failure repair, and HMAC grinding

and level up work shall all be completed prior to street preservation work.

10.5. All aggregate for each project will come from the same source or blended sources approved

by the Project Engineer.

10.6. Remove all dirt and debris accumulated in the curb and gutter sections prior to beginning

paving. Likewise, remove all vegetation from pavement edges prior to operations. This work

will be subsidiary to bid items.

10.7. When paving more than one section of continuous street, the Project Engineer or designated

representative will have the final decision whether to pave cross streets.

10.8. Surfacing required as repair due to unsatisfactory workmanship by the Contractor will not be

paid for directly but shall be deem the cost responsibility of the Contractor.

10.9. Any tracking of asphalt material will be the responsibility of the Contractor to mitigate at no

additional expense to the City.

10.10. Any conflicts between City of Waco specifications and Texas Department of

Transportation specifications will be directed to the Project Engineer to provide

clarification.

10.11. The elevation adjustment of any “SWB Manholes” shall be coordinated through Calvin

Pewitt of AT&T who can be contacted at (254)757-7810 (office), (254)715-7869 (mobile)

or at [email protected].

10.12. Any signs removed shall be replaced the same day.

11. MICROSURFACE – NOT USED

12. SLURRY SEAL – NOT USED

13. SEAL COAT

13.1. The seal coat process shall consist of a surface treatment of one or more applications of a

single layer of asphalt material covered with a single layer of aggregate.

13.2. Refer to TxDOT’s Standard Specification for Construction and Maintenance of Highways,

Streets, and Bridges and Item 316. The work covered by these specifications includes the

design, testing, construction, quality control, measurement and payment required for the

proper application of seal coat.

13.3. Asphalt material shall be ASPH (AC-20-5TR) with an application rate of 0.44 Gal/SY.

13.4. Aggregate material shall be TY-PD GR-4 or TY PL GR-4 with an application rate of 1

CY/125 SY.

13.5. Application rates for asphalt and aggregate materials may be adjusted during construction

as directed by the Project Engineer.

13.6. Vegetation and debris shall be removed from street and the edge of street prior to surface

treatment. This work is subsidiary to pay items.

13.7. Areas and limits as directed by the EI.

RFB2020-008 Addendum 3 Page 16

ENGINEERING

DIVISION

PUBLIC WORKS

2020 S

TR

EE

T P

RE

SE

RV

AT

IO

N P

HA

SE

2

SE

AL C

OA

T

S

PE

CIA

L P

RO

JE

CT

P

RO

VIS

IO

NS

Project No:

Issue Date:

Checked:

Design:

Project Mgr.:

Approved:

Sheet No.

JSH

JSHSM

18ST2001B

S:\E

ng

in

ee

rin

g\P

RO

JE

CT

S\P

RO

JE

CT

S A

CT

IV

E\2

02

0 S

tre

et S

ea

l C

oa

t\3

00

E

ng

in

ee

rin

g S

ervice

s\3

00

.0

3 D

esig

n\2

02

0 S

tre

et S

ea

l C

oa

t G

en

era

l.d

wg

PL

OT

D

AT

E:M

on

da

y, Ja

nu

ary 1

3, 2

02

0 9

:0

2:1

6 A

M b

y B

IL

LY

S

AIS

C007

NAME DATE

02/18/20

FEBRUARY 2020

1 ADDENDUM 3 2/18

2020 Street Preservation Phase 2 (18ST2001B)

Page 7 of 9

14. FOG SEAL

14.1. The fog seal process shall consist of the applying an emulsified asphalt and water mixture

as an aggregate loss preventative or surface seal.

14.2. Refer to TxDOT’s Standard Specification for Construction and Maintenance of Highways,

Streets, and Bridges and Item 315. The work covered by these specifications includes the

design, testing, construction, quality control, measurement and payment required for the

proper application of fog seal and seal coat.

14.3. Emulsified asphalt material will be SS-1 at an application rate of 0.10 Gal/SY.

14.4. The Contractor shall include a carbon additive in the fog seal so that the appearance

is black and does not have any brown coloration.

14.5. Application rate for emulsified asphalt material may be adjusted during construction as

directed by the Project Engineer.

14.6. Areas and limits as directed by the EI.

15. BASE FAILURE REPAIR

15.1. Base Failure Repair shall utilize Type B HMAC to full depth. The average depth of baes

failure repair is 8 inches from the bottom of the 4-inch deep saw cut section.

15.2. The Base Failure Repair quantities provided in the plans are estimates only. At least 10

working days prior to the Contractor beginning work on a street, the Contractor shall

identify the extents of all base failure repair locations on that street with white spray paint.

The Contractor shall then notify the EI who will walk the street with the Contractor to

confirm the locations. The City reserves the right to add locations not identified by the

Contractor. The unit price as bid for Base Failure Repair shall be used regardless of the

final quantity.

15.3. Though the City’s Public Works Department has no minimum curing time requirement for

the HMAC for base repairs, the Contractor shall work diligently to minimize the impact on

the public. Base repair work shall be sequenced such that a lane of traffic may remain open

at all times. Removal of material shall be subsidiary to Base Failure Repair. All lanes shall

be open to traffic by the close of the working day.

15.4. Minimum base repair dimensions (extents of saw cut) shall be 7 feet by 10 feet, with the 10

foot dimension in the direction of travel. The width of the base repair shall be increased as

needed to prevent the edge of the repair being located in the wheel path. Pavement cutting

shall be made by saw cutting straight, vertical, and square edges.

15.5. Upon completion of each 4-inch base repair lift, Contractor shall complete a density test

and submit results to EI for review and approval. Density test and report costs shall be

subsidiary to the Base Failure Repair cost.

15.6. Prime Coat/Bonding Course - The Contractor shall utilize a prime coat asphalt applied as

a solid and uniform coat over the entire area to receive new HMAC. Prime coat material

shall be AE-P, MC-30, or approved equal. Before the prime coat is applied, the surface

shall be cleaned thoroughly to the satisfaction of the EI. The rate of application shall be

0.16 gal/SY of residual asphalt and shall provide complete and uniform coverage of the

repair surface. The EI must approve proper coverage and may suspend paving operations

2020 Street Preservation Phase 2 (18ST2001B)

Page 8 of 9

until satisfactory tack coat has been applied. This item shall be subsidiary to the unit price

for HMAC paving.

16. ASPHALT FATIGUE REPAIR

16.1. It is anticipated that some of the locations identified for base failure repair by the

Contractor and EI may have base in suitable condition and may only have failed due to

asphalt fatigue.

16.2. Once the Contractor completes the saw cut and removal of the 4-inch thick section shown

in the Full Depth Base Repair with Type B HMAC detail, they shall visually inspect the

condition of the base material. If the base appears to be in good condition, the Contractor

shall request confirmation from the EI. If the EI is in agreement, the Contractor shall

replace the 4-inch section with TxDOT Specification 341 Dense-Graded Hot-Mix Asphalt

Type B performance graded asphalt 64-22.

17. HOT-MIX ASPHALT CONCRETE (HMAC)

17.1. HMAC for level up and installation of curb and gutter shall be TxDOT Specification 341

Dense-Graded Hot-Mix Asphalt Type D performance graded asphalt 64-22 and shall be

applied at a rate of 110 lbs/SY/in.

17.2. HMAC for base failure repair and asphalt fatigue repair shall be TxDOT Specification 341

Dense-Graded Hot-Mix Asphalt Type B performance graded asphalt 64-22.

17.3. The Contractor shall provide results from the mix prior to construction.

17.4. A City of Waco representative shall inspect the stockpile prior to construction.

18. CURB AND GUTTER

18.1. All curb and gutter work shall be completed prior to placement of street preservation

material.

18.2. The Contractor shall work with property owners when working on or near driveways in

order to ensure that access is maintained at all times.

18.3. All subgrade, fill, and HMAC work required in the curb and gutter details in the plans shall

be subsidiary to the Curb and Gutter Repair – Removal and Replacement bid item.

18.4. The EI and Contractor will walk lanes to receive surface treatment and determine where

curb and gutter replacement is required. The final decision will be the City’s. The unit price

as bid will be used regardless of the quantity.

19. WATER VALVE BOXES AND MANHOLE LIDS

19.1. Manhole and water valve lids shall be adjusted in accordance with the details provided in

the plans.

19.2. Adjustment of manholes, valves, and valve vaults shall be made to within ¼” of adjacent

proposed grade. Note that abandoned valves may exist and will be addressed by the EI

during construction. If old style valve boxes are encountered during the raising process, the

Contractor shall replace them with boxes in accordance with the details provided in the

plans. The boxes will be either raised or replaced and paid for by the appropriate bid item.

Contractor will not be paid for both. All valve covers removed during water line

RFB2020-008 Addendum 3 Page 17

ENGINEERING

DIVISION

PUBLIC WORKS

2020 S

TR

EE

T P

RE

SE

RV

AT

IO

N P

HA

SE

2

SE

AL C

OA

T

S

PE

CIA

L P

RO

JE

CT

P

RO

VIS

IO

NS

Project No:

Issue Date:

Checked:

Design:

Project Mgr.:

Approved:

Sheet No.

JSH

JSHSM

18ST2001B

S:\E

ng

in

ee

rin

g\P

RO

JE

CT

S\P

RO

JE

CT

S A

CT

IV

E\2

02

0 S

tre

et S

ea

l C

oa

t\3

00

E

ng

in

ee

rin

g S

ervice

s\3

00

.0

3 D

esig

n\2

02

0 S

tre

et S

ea

l C

oa

t G

en

era

l.d

wg

PL

OT

D

AT

E:M

on

da

y, Ja

nu

ary 1

3, 2

02

0 9

:0

2:2

1 A

M b

y B

IL

LY

S

AIS

C008

NAME DATE

2020 Street Preservation Phase 2 (18ST2001B)

Page 9 of 9

construction must be salvaged. Contractor to coordinate with the EI for arrangements to

return them to the City of Waco Utilities Department on Colcord Avenue.

20. PAVEMENT MARKINGS

20.1. Place temporary traffic markings that meet the Texas Manual on Uniform Traffic Control

Devices on all streets currently marked.

20.2. Placement of permanent markings on all streets shall be done as existing, unless indicated

in plans. Markings shall meet the requirements of TxDOT Item 666, “Retroreflectorized

Pavement Markings.” This shall include any non-overlaid concrete sections within the

street limits.

20.3. Placement of Raised Pavement Markers shall be done in accordance with TxDOT Item 672,

“Raised Pavement Markers.”

20.4. The Contactor will supply and install the blue raised reflective markers utilized for all fire

hydrants within the work limits. This item shall be subsidiary to the various bid items.

20.5. Two-way left-turn use arrow pavement markings are to be placed, with 16 feet typical

spacing, at or just downstream from the beginning of the two-way left-turn lane, as

indicated in plans, per the Texas Manual on Uniform Traffic Control Devices, Section

3B.20.

20.6. Pedestrian Crossings are to have 10 feet long by 2 feet wide white bars with 2 feet spacing.

20.7. Contractor shall arrange construction operations to prevent the hauling of materials through

the completed pavement sections unless otherwise approved by the EI or City Engineer.

20.8. The Contractor shall open the pavement to traffic each night.

20.9. When work is within 400 feet of a signalized intersection, Contractor shall call for utility

locates (811) to identify location of loop detectors, conduits, etc. Any damage to these

facilities done by the Contractor shall be repaired by the Contractor to the City of Waco

standards and shall be subsidiary to the work.

20.10. Removal of raised pavement markers as work progresses shall be subsidiary to the various

bid items.

02/18/20

FEBRUARY 2020

1 ADDENDUM 3 2/18

RFB2020-008 Addendum 3 Page 18