City of Hesperia Gateway to the High Desert

Size: px
Start display at page:

Download "City of Hesperia Gateway to the High Desert"

Transcription

1 Gateway to the High Desert ADDENDUM NO. 4 Project: G Avenue Rail Lead Track & Channel Project: Phase II CO No: 7108 Lead Track Construction and Drainage Channel Construction NOTICE TO ALL CONTRACTORS BIDDING THIS WORK You are hereby notified of the following changes to Resolution Such changes are hereby made part of the plans and specifications and shall take precedence over anything to the contrary therein. CHANGES AND CLARIFICATIONS: CLARIFICATIONS/CHANGES The following are in response to RFI s received: Announcements: Because there are still pending RFI s that will affect the Schedule of Unit Cost and Lump Sum Amounts, a revised Contractor s proposal is not included with this addendum. The revised version will be included with the forthcoming final Addendum No. 5. General - 1. The Good Faith Effort form has been included for your reference. As indicated in Addendum No. 2, the 3 apparent low bidders will be required to return the completed form to Tina Souza by January 18, How are the EDA signs discussed on page 23 of Exhibit 5 to be paid for? The EDA site sign has been installed by the City. The Contractor is only responsible for maintaining the sign in good condition in accordance with the EDA Site Sign Specifications. Since the sign is already installed, there is no bid item for the sign. 3. What is BNSF's schedule for installing the #11 Turnout at the main line? Mike Leonard, Mayor 9700 Seventh Ave Russell Blewett, Mayor Pro Tem Hesperia, CA Paul Bosacki, Council Member Bill Holland, Council Member TD Thurston Smitty Smith, Council Member Mike Podegracz, City Manager

2 As indicated in the Instructions to Bidders, the second order of business for Contractor shall be any earthwork required at and near the BNSF Cushenbury Branch Line for the installation of the rail switch. The earthwork up to the clearance point must be complete in order for BNSF to move forward with their portion of the work from the clearance point to the Cushenbury Branch Line. BNSF has possession of the switch and is ready to proceed as soon as contractor is complete with the aforementioned earthwork. 4. Will we be required to execute the Contractor s Right of Entry Agreement (CROE) with BNSF? Yes. Contractor will be required to execute CROE in order to perform earthwork up to the clearance point and perform any rail work associated with connection to the switch, as this is work performed in the BNSF right-of-way. 5. Where do the following items of work get paid? 1. Excavation & Backfill of culverts and headwalls 2. Excavation of channel cut-off walls 3. Rebar for channel 4. Asphalt concrete dike/berms 1. Excavation incidental to item of work. 2. Excavation incidental to item of work. 3. Rebar cost shall be included in the cost of the slope paving. 4. AC Dike is incidental to AC paving item, no separate payment. 6. Please clarify whether or not there is any over excavation and re-compaction below the original grade for the trapezoidal channel and if so how much. Over-excavation and re-compaction is to be done per the Geotechnical Report dated January 9, Refer to Appendix B of the Contract Documents and Standard Specifications. 7. Reference Kleinfelder s Geotechnical Report dated January 9, 2009, Section 3.8.2: States that over-excavation and re-compaction is recommended to a minimum depth of 3 in areas to receive fill and a depth of 5 where the existing channel is crossed. Where does it get measured and paid? Over-excavation and re-compaction is incidental to the related item. 8. Where will the Joshua Trees be re-located to? Insurance- The Joshua Trees will be relocated to our Public Works Corporate yard located at Mojave Street, adjacent to G Avenue to the west. 9. What is the cost to participate in BNSF s Blanket Railroad Protective Liability Insurance Policy?

3 The cost to participate in BNSF s Blanket RPLI policy is $750. This is a onetime fee, assuming the work will be completed within one year of the Contractor s Right of Entry Agreement (CROE) being executed. Contractors will need to work directly with BNSF to complete the CROE and secure the appropriate insurance. Specifications Reference Section , Crack Sealing (page RSP-2): Refers to crack sealing existing cracks in the AC pavement. Where are these shown on the plans and how is this work paid for? The section of paving at the Mojave crossing and access/maintenance roads will be new asphalt concrete; crack sealing existing asphalt concrete will not be required. 11. Reference Section , a (page ): Under AC Concrete Pavement Measurement & Payment, reference is made to a Prime Coat but no information is given on what type and application rate. Please clarify if a prime coat is to be applied prior to AC paving. Refer to Greenbook Sections Prime Coat and Tack Coat. 12. Reference former Bid Item # 33: There are no specifications regarding Geotextile, including type and thickness? Refer to Greenbook Section Geosythetics. 13. Reference Section 707, Part 2.1, B: Requires that "all rail used on Project be new headhardened 10 inch radius, with minimum Brinnell Hardness of 300". Please clarify what is meant by "10 inch radius"? Will the rail regardless of curve or tangent track be headhardened 135#RE rail? All Rail is to be new 136# RE Standard Rail conforming to AREMA Volume 1, Chapter 4, Section 2.1. For curves over 2 30 Track and Turnouts shall be high strength head hardened rail. 14. Reference Section : States that The measurement and payment for asphalt concrete construction and overlay, complete in place, will be made at the contract unit price per square foot. Items #12 and 17 are listed by the CY. Please clarify. Page RSP-5, section : The first sentence shall be revised to read "The measurement and payment for asphalt concrete construction and overlay, complete in place, will be made at the contract unit price per square yard." The Schedule of Unit Cost and Lump Sum Amounts has been revised to reflect the change. 15. Reference Section : States that the City will provide the water supply at no cost to the contractor. What is the approximate location of the existing water source that the contractor will be able to utilize? Several hydrants are located along Hercules Street, Mojave Street, and Mauna Loa Street between E Avenue and I Avenue.

4 16. Reference Section , B: States that all base material shall be obtained and processed on-site from excavated material. Per the provided borings there does not appear to be any rock pits onsite to produce aggregates. Please clarify. This paragraph refers to projects where there is exiting asphalt concrete removal. Other than the small section of pavement on Mojave Street, there is no other asphalt concrete removal for this project. Strikeout Section , B and disregard this requirement. 17. Reference Section 706: Does ballast have to be AREMA approved ballast? The specification section does not refer to any Standard Specification. Refer to Page of the Specifications. Ballast for the project must meet the joint UPRR/BNSF ballast requirements for Branch and Yard Ballast. All ballast for the project must pass these aggregate tests before being approved. 18. Reference Section 705, Part 1.1,1, Track Construction: States that second hand materials can be used for other track material (OTM), but in Section 705, Part 3.5, A, states that all OTM to be new. Please clarify if: a) All OTM materials may be second hand; or b) All OTM materials are to be new that will be used in the track construction, including switch stands, turnouts, derail & grade crossings. Only new material is to be used on this project. 19. Reference Division 8, paragraphs : This section refers to new water and sewer line work. Under what bid items will this work be paid? Bid Items This section of Division 8 refers to Phase I of the project - Wet Utility Relocation. As indicated in the pre-bid meeting and on the plans, the utility relocation will be completed by another contractor. The relocation will be under construction prior to commencement of work for Phase II. Since work for Phase I will still be under way during the start of construction for Phase II, Contractor will be required to coordinate with the relocation contractor as needed. 20. Reference former Bid Item #25 Channel Slope Pavement 6 Concrete and # 27 Concrete for Drop Structures: Will the contractor be paid for neat-line quantities or quantities in place? Refer to Section 4400, Part 4.1, A, 1 " dimensions used for measurement will be those shown on the plans or as authorized in writing by the Engineer." 21. Reference former Bid Item #29 Excavation for Drop Structures: What is the prism of payment? Since the drop structures are going in the channel, the channel excavation is separate from the structure excavation. How is this item quantified? Is it figured at a 1:1 slope from the back of the footing, a vertical from back of footing, a 1:1 two foot from back of footing, etc?

5 Structure excavation is in accordance with Caltrans Standard Drawing A62B, Limits of Payment for Excavation and Backfill Bridge Surcharge and Wall. 22. Reference former Bid Item #33 Geotextile: Does the geotextile fabric under the aggregate base as shown on detail 5 sheet C7-1 get measured and paid under this item 33? Item #33 Geotextile is the pay item for Geotextile components of the project. 23. Reference former Bid Item #43 Cut: Is the excavation for the trapezoidal channel included in the Cut quantity? Yes. The cut and fill numbers include the channel work. 24. Reference Bid Item #44 Joshua Tree Protected Plant Plan, #45 Relocate Joshua Tree, and #46 Clear and Grub Project Area, the Schedule of Unit Cost and Lump Sum Amounts (Revision 1): Will the items for Clearing and Joshua Tree Relocation be increased to cover the stockpile area? Yes. The stockpile location shall be included in these items. The Schedule of Unit Cost and Lump Sum Amounts has been revised to reflect the addition of the stockpile parcel. 25. Reference Addenda 2, Clarification no. 31: States that the perimeter of the stockpile shall be fenced. How will this fence be paid for? Will the perimeter of the property or of the stockpile be fenced? Drawings - The City will have the portion of the property that will be utilized for the stockpile corner staked accordingly. The perimeter shall be fenced as staked and the stockpile shall be placed a minimum of 10 away from the fence. The Schedule of Unit Cost and Lump Sum Amounts has been changed to reflect the fence and gate. 26. Reference Drawing Sheet # S-9 & S-10: Do all of the stations referenced on sheet S-9 and S-10 take a concrete structure as referenced with (Section J S-9) and (Section K S-10) or do those sections just reference the 4 concrete drop structures? Locations of drop structures are given in sheets C3-1 through 5. Tabulated stations provide finished ground elevations. 27. Reference Drawings, Sheet C7-1, Detail 8: Will it be allowed to pour the cutoff wall at the channel toe separately from the slope pavement? An optional construction joint between the cutoff wall and slope paving is acceptable. 28. Will the placement of the concrete at the slope protection by means of shotcrete be allowed? Use of shotcrete will not be allowed as a placement method for the slope paving.

6 29. Reference Station 42+20: Will there be any additional structural concrete details forthcoming for the 60 RCP culvert? Also, there is no elevation plan for the 60 outlet structure. SWPPP - No additional drawings will be provided. All required details are provided in the drawings. Elevation views of the downstream end of the culvert are given in Sections D & E on Sheet S What will be required for temporary and permanent erosion control for the stockpile area and how will the work be paid for? The SWPPP will be revised prior to construction to include BMP s for the stockpile area. For bidding purposes, erosion control for this area will be inclusive of doubled fiber rolls. The Schedule of Unit Cost and Lump Sum Amounts have been revised to reflect this additional item. 31. Reference Erosion Control Drawing EC-3: Indicates 4 Stabilized Construction Entrances, Type TC-3, at Mojave Street. There are two details for the Stabilized Construction Entrances shown on pages 5 & 6 of 6. Both details are labeled as TC-1, although the details are different, and there is no detail for TC-3. Which TC-1 detail applies or can you provide a detail for TC-3? The TC-3 call-out on the plan sheets is a TYPO. It should be TC-1. Contractor shall use the TC-1 detail per page 6 of 6, not the TC-1 detail on page 5 of 6. Attachments - Good Faith Efforts Form END OF ADDENDUM NO. 4 Tina Souza, Management Analyst

7 ADDENDUM ACKNOWLEDGEMENT I,,, a duly (Name) (Title) authorized representative of, acknowledge receipt (Company Name) of Addendum No. 4 for the G Avenue Rail Lead Track & Channel Project: Phase II Lead Track Construction and Drainage Channel Construction. Signature: Date: Attach this acknowledgment to the last page of the Schedule of Lump Sum Amounts (bid sheet) prior to bid submittal.

8 SMALL, MINORITY AND WOMEN BUSINESS GOOD FAITH EFFORTS EDA Award No.: Bid Opening Date: January 13, 2011 Project Description: G Avenue Rail Lead Track & Channel Project: Phase II Lead Track Construction and Drainage Channel Construction The U.S. Department of Labor has established a goal of 19% for minority participation for each trade and a goal of 6.9% for female participation for each trade for this project. The covered area is the State of California, County of San Bernardino, City of Hesperia. Bidders shall submit the following information to document their good faith efforts (attach additional sheets if necessary): 1. The name of publication and dates of advertisement in which a request for small, minority, and female participation business participation for this project was placed (attach copies of the advertisements or proofs of publication): Publication Advertisement Dates 2. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using small, minority, and women owned business (attach copies of requests to agencies and any responses received, i.e. lists, internet page download, etc.) Agency/Organization Date & Method of Contact Results 3. The names of the firms, dates of solicitation notices and dates and follow-up method utilized to determine with certainty whether the firms were interested (attach copies of solicitations, telephone records, fax confirmations, etc.): Name of Firm Solicited Date of Solicitation Follow-up Date and Method 4. The items of work made available to small, minority, and women owned business, including, when economically feasible, dividing contract work items into smaller tasks or quantities to facilitate participation by small, minority and women owned business. Include those items normally performed by the bidder with its own forces: GFE -1

9 Normally Performed by Division of Amount Percentage Item of Work Bidder (Y/N) Contract Work ($) of Contract 5. The name address and phone number of rejected firms, the reason for rejection, the firm selected to perform the work and the item of work: Name, address, phone number, reason for rejection of non-selected firms and item of work: Name, address, phone number of firms selected and item of work: 6. Any additional data or documentation to support demonstration of good faith efforts (attach supporting documents as needed): The foregoing information is true and correct to the best of my knowledge. (Company Name) (Date) (Signature) (Print Name) GFE -2