Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

Size: px
Start display at page:

Download "Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?"

Transcription

1 ADDENDUM NO. 1 July 26, RE: FROM: TO: CITY OF BARRE HMGP STORM DRAIN IMPROVEMENT PROJECTS DuBOIS & KING, INC. P.O. Box 339 Randolph, Vermont (802) Prospective Bidders This Addendum forms part of the Contract Documents and modifies the original Bidding Documents issued by the City of Barre, for the HMGP Storm Drain Improvement Projects dated July, Acknowledge receipt of this Addendum in the space provided on Page 1 of the Bid Form. Failure to do so will subject the Bidder to disqualification. I. Pre-Bid Meeting A Pre-Bid meeting was held at the Barre City Hall on July 18, 2017 at 9:00 a.m. Attendees are listed on the attached Pre-Bid Meeting Attendance Log. Chuck Goodling, P.E., of DuBois & King, Inc. described key elements of the project. The following addresses questions received at the pre-bid meeting, as well as subsequent questions from prospective bidders. II. Questions & Answers Question 1: Note 5 on Sheet C3 is not clear. Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified? Answer 2: The City noted the following for information only and as potential areas that the Contractor may consider pursuing with the associated land owner: North Main Street: Wastewater Treatment Facility (Steve Micheli ) Dollar General parking area Granite Street: Dessureau Machines (Mark C. Dessureau )

2 ADDENDUM NO. 1 July 26, 2017 Page 2 of 4 The Contractor is responsible for confirming the availability of these or any other staging areas. Refer to Article 5 of the General Conditions and Section for further requirements. Question 3: Does the City require that the two project areas are constructed in a specific order? Answer 3: No, but the City is hopeful construction in the two project areas could proceed simultaneously. Regardless, they both need to be completed within the construction contract period that is defined. Question 4: Should the North Main Street stormwater improvements (and finish paving) be coordinated with the ongoing VTrans paving project? Answer 4: The City s HMGP Storm Drain Improvement Projects is proceeding independent of the VTrans ongoing paving project on Route 302. The Contractor shall provide general coordination with VTrans when working on the North Main Street portion of this project, and perform work so as not to interfere with VTrans operations. If the finish paving associated with the storm drain improvements can be coordinated to occur concurrently with the VTrans finish paving, that would be ideal, but there is no requirement to coordinate finish paving on the City s project with the VTrans paving schedule. Question 5: Would the City allow night work on this project? Answer 5: Yes, with prior approval of a work plan, and between the hours of 7:00 pm and 5:30 am. Question 6: Does the Traffic Control Plan that will be developed by the Contractor need to be stamped by a Professional Engineer and reviewed by VTrans? Answer 6: A site-specific Traffic Control Plan shall be developed by the Contractor for each project area. This plan does not need to be stamped by a Professional Engineer but it does need to comply with MUTCD and all other applicable standards. The Contractor is responsible for all traffic control, signage, and safety. The Traffic Control Plan does not need to be reviewed by VTrans. Question 7: When will the City be done with the utility relocations that need to be completed? Answer 7: On or before August 21, 2017.

3 ADDENDUM NO. 1 July 26, 2017 Page 3 of 4 Question 8: Will the City consider adding a pay item to the bid form to account for Uniform Traffic Officer, which is expected to be necessary on the North Main Street portion of the project? Answer 8: Yes, a new bid form is included with this Addendum. All bidders shall remove the bid proposal and bid schedule from the bidding documents, and replace with the REVISED bid proposal and bid schedule attached, which includes ADDENDUM NO 1. ( ) in the footer of the revised bid proposal. Only bids that utilize this revised bid proposal with Addendum No. 1 ( ) referenced in the footer will be received at the bid opening. III. Additional Information 1. All questions are due to DuBois & King (Chuck Goodling) by close of business, July 25, There is an existing concrete slab under the bituminous pavement on North Main Street that is suspected to be 8 inches thick. Contractor shall saw cut and remove this slab at the locations where excavation for new stormwater improvements are required within the roadway limits. The concrete slab that is removed shall be replaced with an 8 inch thick reinforced concrete slab as follows: a. Concrete shall be VTrans Specification Class C (2,500 psi) concrete with an accelerator added to provide 1,000 psi at 8 hours, and; b. Reinforcing steel shall be #4 bars both ways. Reinforcing shall be lapped (or doweled) to existing longitudinal steel at the same spacing as existing (anticipated to be 12 to 18 spacing), and traverse steel shall be spaced at To Specification Section 01150, Measurement and Payment, ADD the following 6c. TRENCH REINFORCED CONCRETE PAVEMENT REPLACEMENT Measure the square yards installed within the limits identified on the Pavement Replacement Detail on page C8 of the plans. The accepted quantity of reinforced trench concrete pavement replacement will be paid per square yard, at a thickness of 8-inches within the limits of payment identified in the plans. Payment for reinforced concrete pavement replacement installed beyond the identified payment limits will not be considered for payment. All sawing of existing reinforced concrete pavement is paid for in item 6c. Excavation and disposal of the existing reinforced concrete pavement will not be measured separately and will not be paid for in item 7, but will be subsidiary to this item. The concrete specification and steel size, spacing, and lapping (or doweling) to existing steel requirements will be as identified in Section III, Item 2 of this Addendum.

4 ADDENDUM NO. 1 July 26, 2017 Page 4 of 4 4. To Specification Section 01150, 3.01, 6, DELETE the following:.and/or uniformed traffic officers 5. To Specification Section 01150, Measurement and Payment, ADD the following: 10A UNIFORM TRAFFIC OFFICER Payment for Uniform Traffic Officer (UTO) shall be for hours billed to the Contractor by the Police Department in the normal course of providing safe and adequate supervision of traffic control during construction operations. It is anticipated the need for UTO will limited to the work area associated with North Main Street. Payment will be made upon receipt of a copy of the Police Department invoices identifying hours charged to the Contractor. The Police Department invoices shall include the officer s name, date, location, hours worked and wage rate. No mark-up for UTO shall be allowed, and no payment will be allowed for UTO ordered but not utilized due to cancellation of work crews. (Note: As identified in C.6, payment for flaggers shall be subsidiary to other pay items.) This document and attached REVISED Bid Form constitutes Addendum 1 for this project.

5

6 BID FORM HMGP Storm Drain Improvement Projects REVISED ADDENDUM NO. 1 ( ) and American Society of Civil Engineers. All rights reserved. Page i

7 TABLE OF CONTENTS Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations... 1 Article 4 Bidder s Certification... 2 Article 5 Basis of Bid... 2 Article 6 Time of Completion... 9 Article 7 Attachments to this Bid... 9 Article 8 Defined Terms Article 9 Bid Submittal and American Society of Civil Engineers. All rights reserved. Page ii

8 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Barre, 6 North Main Street, Suite 2, Barre, VT The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 BIDDER S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 BIDDER S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: Addendum No. Addendum, Date B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder s safety precautions and programs. and American Society of Civil Engineers. All rights reserved. Page 1

9 F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder. I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work. J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. ARTICLE 4 BIDDER S CERTIFICATION 4.01 Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D: 1. corrupt practice means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process; 2. fraudulent practice means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. collusive practice means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. coercive practice means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the e execution of the Contract. ARTICLE 5 BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): and American Society of Civil Engineers. All rights reserved. Page 2

10 ====================================================================================== Item Brief Description - Unit or Lump Sum Estimated Total Price No. Price (in both words and numerals) Quantity (in numerals) ======================================================================================= NORTH MAIN STREET 1. Mobilization, per lump sum; Dollars and 1 L.S. 2. Storm Sewers 2a. 8-Inch HDPE Pipe, per linear foot; 2b. 24-Inch HDPE, per linear foot; 2c. 36-Inch HDPE Pipe, per linear foot; 3. Catch Basins with Frame and Grate 3a. 4 Dia. Catch Basin with Frame and Grate, per each; 3b. 6 Dia. Catch Basin with Frame and Grate, per each; Dollars and 15 L.F. Dollars and 60 L.F. Dollars and 104 EA Dollars and 1 EA Dollars and 1 EA and American Society of Civil Engineers. All rights reserved. Page 3

11 ====================================================================================== Item Brief Description - Unit or Lump Sum Estimated Total Price No. Price (in both words and numerals) Quantity (in numerals) ======================================================================================= 3c. 8 Dia. Catch Basin with Frame and Grate, per each; 4. Connect New Storm Sewer System to Existing Storm Sewer System, per lump sum; Dollars and 2 EA Dollars and 1 L.S. 5. Demolition, Removal or Abandonment of Existing Storm Sewer System, per lump sum; 6. Road Granular Material and Pavement Replacement Dollars and 1 L.S. 6a. Road Granular Subbase, Fine Graded (VTrans A), per cubic yard; Dollars and 25 6b. Road Granular Subbase, Dense Graded (VTrans A), per cubic yard; Dollars and 75 6c. Roadway and Trench Pavement Replacement, per square yard; Dollars and 142 S.Y. 6d. Trench Reinforced Concrete Pavement Replacement, per square yard; Dollars and 65 S.Y. and American Society of Civil Engineers. All rights reserved. Page 4

12 ====================================================================================== Item Brief Description - Unit or Lump Sum Estimated Total Price No. Price (in both words and numerals) Quantity (in numerals) ======================================================================================= 7. Rock Excavation and Disposal, per cubic yard; 8. Miscellaneous Earth Excavation, per cubic yard; 9. Granular and Stone Materials 9a. Sand, per cubic yard; 9b. Bank Run Gravel, per cubic yard; 9c. Crushed Gravel, per cubic yard; 9d. Crushed Stone, per cubic yard; 10. Removal of Unsuitable Material, per cubic yard; and American Society of Civil Engineers. All rights reserved. Page 5

13 ====================================================================================== Item Brief Description - Unit or Lump Sum Estimated Total Price No. Price (in both words and numerals) Quantity (in numerals) ======================================================================================= 10A. Uniform Traffic Officer, per hour; Dollars and 80 HR SUBTOTAL ITEMS 1-10A - NORTH MAIN STREET ($ )Φ Dollars And Cents GRANITE STREET 11. Mobilization, per lump sum; Dollars and 1 L.S. 12. Storm Sewers 12a. 12-Inch HDPE Pipe, per linear foot; 12b. 18-Inch HDPE, per linear foot; 13. Catch Basins with Frame and Grate 13a. 4 Dia. Catch Basin with Frame and Grate, per each; 14. Drain Manhole with Frame and Cover, per each; Dollars and 305 L.F. Dollars and 625 L.F. Dollars and 9 EA Dollars and 1 EA and American Society of Civil Engineers. All rights reserved. Page 6

14 ====================================================================================== Item Brief Description - Unit or Lump Sum Estimated Total Price No. Price (in both words and numerals) Quantity (in numerals) ======================================================================================= 15. Demolition, Removal or Abandonment of Existing Storm Sewer System, per lump sum; 16. Road Granular Material and Pavement Replacement Dollars and 1 L.S. 16a. Road Granular Subbase, Fine Graded (VTrans A), per cubic yard; Dollars and 60 16b. Road Granular Subbase, Dense Graded (VTrans A), per cubic yard; Dollars and c. Roadway and Trench Pavement Replacement, per square yard; 17. Type III Stone Fill, per cubic yard; 18. Rock Excavation and Disposal, per cubic yard; 19. Miscellaneous Earth Excavation, per cubic yard; Dollars and 355 S.Y. Dollars and 25 and American Society of Civil Engineers. All rights reserved. Page 7

15 ====================================================================================== Item Brief Description - Unit or Lump Sum Estimated Total Price No. Price (in both words and numerals) Quantity (in numerals) ======================================================================================= 20. Granular and Stone Materials 20a. Sand, per cubic yard; 20b. Bank Run Gravel, per cubic yard; 20c. Crushed Gravel, per cubic yard; 20d. Crushed Stone, per cubic yard; 21. Removal of Unsuitable Material, per cubic yard; SUBTOTAL ITEMS GRANITE STREET ($ )Φ Dollars And Cents TOTAL OF ALL ITEMS 1-21 (BASE BID) ($ )Φ Dollars And Cents and American Society of Civil Engineers. All rights reserved. Page 8

16 Notes: 1. Bidder acknowledges that (a) each Bid Unit Price includes an amount considered by Bidder to be adequate to cover Contractor s overhead and profit for each separately identified item, and (b) estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all unit price Bid items will be based on actual quantities, determined as provided in the Contract Documents. 2. Unit Prices have been computed in accordance with Paragraph B of the General Conditions. 3. In the event that there is a discrepancy between the lump sum or unit prices written in words and figures, the prices written in words shall govern. 4. BIDDERS must bid on each item. All entries in the entire BID must be made clearly and in ink; prices bid must be written in both words and figures. 5. Bidders must insert extended item prices obtained from quantities and unit prices. 6. Bids shall include all applicable taxes and fees. 7. Owner reserves the right to award a contract based upon any combination of Base Bid and Bid Alternative as Owner chooses. Φ For informational comparison only. * - Indeterminate, Quantity assumed for comparison bids ARTICLE 6 TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement Bidder accepts the provisions of the Agreement as to liquidated damages. ARTICLE 7 ATTACHMENTS TO THIS BID 7.01 The following documents are submitted with and made a condition of this Bid: A. Required Bid security; (A Certified Check or Bid Bond for 5% of the Total Amount of Bid). B. List of Proposed Subcontractors; C. List of Proposed Suppliers; D. List of Project References; (4 project references who can attest to Bidders Qualifications to Construct Work of this Nature). E. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids; F. Non-Debarment Certification Statement from Sam.gov (see page 11 attached); G. Required Bidder Qualification Statement with Supporting Data ; and at least 4 projects of similar nature. NOTE: ALL ITEMS A THROUGH G MUST BE CLEARLY SUBMITTED WITH THIS BID OR BIDDER WILL BE DETERMINED AS NON-RESPONSIVE. and American Society of Civil Engineers. All rights reserved. Page 9

17 ARTICLE 8 DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9 BID SUBMITTAL BIDDER: [Indicate correct name of bidding entity] By: [Signature] [Printed name] (If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: [Signature] [Printed name] Title: Submittal Date: Address for giving notices: Telephone Number: Fax Number: Contact Name and address: Bidder s License No.: (where applicable) and American Society of Civil Engineers. All rights reserved. Page 10