Request for Proposal (RFP) Bid No: VJ Addendum No. 2

Size: px
Start display at page:

Download "Request for Proposal (RFP) Bid No: VJ Addendum No. 2"

Transcription

1 Request for Proposal (RFP) Bid No: VJ Addendum No. 2 Date: August 17, 2018 To: All Proposers Subject: Addendum No. 2 Consisting of Eleven (11) Pages RFP No.: Project Name: Owner: VJ N6330(1)_N6331(1-2)(2)_N21(3A)1,2&4 Proposer shall make note of and/or incorporate all changes listed below into the requested Request for Proposal (RFP): 1. On Page 12 of the RFP, Attachments, 1) Bid Schedule; and Other Documents, 2) Contract Book, Exhibit D, the Bid Schedule has been revised and is attached to Addendum On Page 12 of the RFP, Attachments, Other Documents, 1) Plans (Exhibit G of Contract Book), the following plan sheets 6 & 28 have been revised and are attached to Addendum The has received the following questions regarding this RFP and thereby issues the following responses: Questions Submitted Can you verify bid item , Concrete Wall barrier for roundabout? On sheet 28 of 96, there s a table for Minor Concrete items and it includes concrete barrier. Can you clarify both bid items and ? Responses Provided Bid item is for the barrier wall on the roundabout and nothing else. It is paid by the cubic meter in-place. The table on sheet 28 is for minor concrete for the islands paid under bid item The first line for the barrier wall was placed here for information purposes only. The quantity for the barrier wall was corrected to cubic meters and the total for minor concrete was corrected to cubic meters. P a g e 1

2 Request for Proposal (RFP) Bid No: VJ Addendum No. 2 Please see the revised plan sheets 6 & 28 and the revised bid schedule. What is solid yellow labeled under the Thickness column of the table? The words "Solid Yellow" is an error and should state "varies" on this table. Please see the revised plan sheet 28. Can you please send me a copy of the sign in sheet from last week? Can I get a copy of the plan holders list, if available? Do contractors and subcontractors need to have an Arizona Contractors license, or would another state work? Please refer to Addendum No. 1 for the pre-proposal meeting sign-in sheet. There is no plan holders list. The contractor and subcontractors need to be duly registered and have a valid license in the state of Arizona for the type of work to be performed under this contract. Please refer to Article 12 Licensing & Registration Requirements of Exhibit B Navajo Nation Supplemental General Conditions. How is rock excavation going to be addressed on the project, will a change order be issued or are you going to add a line item to the RFP? Is rock excavation going to classified as Rock that is blasted or the use of rock hammer or dozer ripper? Please refer to Addendum No. 1. There is no separate line item for rock excavation. There is a geotechnical report available for the project for Contractor s information. Payment for rock excavation is included in bid item Roadway Excavation. Has NDOT considered extending the proposal deadline beyond August 23 rd? NDOT will not be extending the proposal deadline. P a g e 2

3 Request for Proposal (RFP) Bid No: VJ Addendum No. 2 Is it the intent to capture all the components required of Section 153 (Quality Control Manager, Technicians/Inspectors and laboratory & field-testing asphalt mix designs, per diem, etc.) necessary for this project in this item? If so, this will result in an extremely high hourly rate. The specifications also contain Section 154 Contractor Sampling and Testing. I believe the bid schedule should reflect a bid item for work required by Section 154 and both items should be under a lump sum unit. This is how the FHWA bid schedule is set up. Page 88 states that the QCM cannot be an employee of the Contractor s lab. If a Contractor retains an AASHTO accredited consultant to provide Item 153 Contractor Quality Control why would that preclude the QCM from being from the same firm? Page 87 Section (1) Quality Control Manager states The Government shall designate a qualified Quality Control Manager (QCM) who will be paid for by the Government directly. This conflicts with the rest of the specification that explains the necessary qualifications as well as designating a Please refer to Article 10 Furnishing of Contractor Field Testing Laboratory of Exhibit C Special Contract Requirements for discussion regarding the cost of Contractor Field Testing Laboratory. The laboratory, utilities (including all associated monthly costs), accessories, and all equipment required by the contract requirements including furnishing of a laboratory site shall be included in the unit price bid for mobilization No additional bid items will be established. Please refer to Section (d)(1) of the Exhibit F Supplemental Specifications. "The Government shall designate a qualified Quality Control Manager (QCM) who will be paid for by the government directly and will be an agent for the government on this contract. The Government will designate and retain the QCM on this project. The QCM will be paid for directly by the Government. The QCM cannot be an employee of the same company that provides the QC materials testing for the Contractor. The Government will retain the QCM. See previous question response. If a stand-in QCM is needed, the Government will designate the stand-in and notify the Contractor. This individual will not be an employee of the Contractor or the Contractor s materials testing firm. P a g e 3

4 Request for Proposal (RFP) Bid No: VJ Addendum No. 2 stand-in QCM to act on behalf and serve only in the absence of the QCM. Please clarify who will retain the QCM. Page 4 states that The Contractor shall not use the Materials Lab hired under this contract for the sampling and test.would you please identify the firm that is retained by the Government? The Materials Lab referred to in Article 6 Borrow and Aggregate Materials of Exhibit C - Special Contract Requirements is in regards to the Contractor s borrow/aggregate pit testing. The Government will not pay for testing of these items. A QA firm has not been identified at this time. The Government will select an independent materials lab to complete QA assurance testing after the successful Contractor has been awarded the project. This allows all current material/testing labs the opportunity to place a bid with contractors for the Quality Control materials testing work. Page 86 of Section 153(e) states The Contractor shall promptly furnish, at no increase in contract price, all facilities, labor, and materials reasonably needed for performing such safe and convenient inspections and tests as may be required by the CO. Is it the intent of NNDOT to have the Contractor provide an on-site lab for the Government? What is the estimated construction cost? The Government requires that the Contractor provide an on-site Field Testing Laboratory to complete the Contractor s Quality Control Plan. A separate lab for Government use is not required. NDOT will not be providing the engineers estimate of construction cost, but does have a budget and available funding. P a g e 4

5 Request for Proposal (RFP) Bid No: VJ Addendum No. 2 Per sheet 94 of 96, note 4 states contractor is responsible for determining all bar length dimensions for barrels, wingwall and concrete apron.. We cannot estimate the rebar quantity using the table shown on sheet 94. Can the contractor use the rebar design for the wingwalls and concrete apron as shown on sheets 45 & 46 of 96? Or can we use ADOT standards to estimate the reinforcement? Please provide your guidance on how to estimate the rebar for bid item On sheet 90 of 96 (End Elevation view), there is a 76 mm diameter weep hole. Does the weep hole run along both sides of the box culvert wall? Or does it go through the wingwalls only? Or both? The weep holes are only for bid item ? Or do we need to construct it for the CIP box culverts even though there is no detail shown on sheets 44 thru 46 of 96. What is the length of the outlet pad as shown on sheet 74 of 96? Is there a sheet for the splitter island that shows the layout details? Perimeter and area? What does the area include for the splitter islands shown on the table for the Minor Concrete? Does it include both the curb and gutter and interior (dome slab pattern)? Please confirm. The Contractor may use sheets 45 & 46 to estimate their reinforcement for bidding purposes, but the final design is the Contractor s responsibility as called out in Note 4. The weep hole is noted as being continuous and should run the entire length of the box culvert on both sides. The weephole is required for the CIP option as well. The length of the outlet pad should be 2.4 meters. Please refer to sheets 25 & 27 for splitter island layout details. The areas in question are listed on the minor concrete table on sheet 28. The areas listed are for the dome slab pattern only and do not include the curb and gutter. P a g e 5

6

7 BID SCHEDULE NAVAJO NATION DIVISION OF TRANSPORTATION PROJECT: N6330(1) N6331(1-2)(2) N21(3A)1,2&4 Date: August 15, 2018 LENGTH: km ITEM DESCRIPTION Quantity Units Unit Bid Price Total Price Extra & Miscellaneous Work - Authorized under Suppl. Spec (m) of Exhibit F All Required Lump Sum $250, $250, Mobilization All Required Lump Sum Construction Survey & Staking All Required Lump Sum Contractor Quality Control 6, Man Hr Temporary Erosion Control All Required Lump Sum Temporary Straw Mulching 7.90 ha Clearing and Grubbing All Required Lump Sum Removal of Structures and Obstructions All Required Lump Sum Roadway Excavation 50,435 m Sub-Excavation 218 m Unclassified Borrow 38,464.0 m Furrow Ditches 57.0 m Earthen Dike/Berm, Type "A" 40.0 m Development of Water Supply M-liter Foundation Fill m Roadway Obliteraton, Method 2 7, m Placed Riprap, Class 2 1, m Grouted Riprap, Class 2 1, m Wire Enclosed Riprap, Class 2 3, m Gabions, Aluminized Coated, Class m Revet Mattress, Aluminized Coated Class m Untreated Aggregate Base, Grading "Special" 25, t Hot Asphaltic Concrete Pavement, Class "B", Grade "B", Type III Smoothness 10, t Asphalt Cement, Grade PG t Asphalt Prime Coat, Penetrating Emulsified Prime (PEP) t Minor Concrete, Class A(AE) m PCC Concrete, Truck Apron, 152mm Thick Class A(AE) rough broom finish with PCC navajo red chevron (30 each) symbols m mm Corrugated Steel Pipe, Aluminized m mm Corrugated Steel Pipe, Aluminized m mm Corrugated Steel Pipe Aluminized m mm Corrugated Steel Pipe Aluminized m mm Span x 508 mm Rise Corrugated Steel Pipe Arch - Aluminized m mm Span x 610 mm Rise Corrugated Steel Pipe Arch - Aluminized m ** ** 2 sets of 2.44 m Span x 1.82 m Rise Quadruple Barrel Concrete Cast in Place Box Culverts (8 total barrels) with Headwalls, Cutoff Walls, Wingwalls, & Concrete Apron. ** 2 sets of 2.44 m Span x 1.82 m Rise Quadruple Barrel Concrete PreCast Box Culverts (8 total barrels) with Headwalls, Cutoff Walls, Wingwalls & Concrete Apron - Alternate ** 17.0 m 17.0 m End Section for 610 mm Pipe Culvert - Aluminized 16.0 Each End Section for 762 mm Pipe Culvert - Aluminized 5.0 Each End Section for 914 mm Pipe Culvert - Aluminized 5.0 Each End Section for 1219 mm Pipe Culvert - Aluminized 3.0 Each End Section for 711 mm Span x 508 mm Rise, CSPA Aluminized 56.0 Each End Section for 889 mm Span x 610 mm Rise, CSPA Aluminized 2.0 Each Page 1 of 3

8 BID SCHEDULE NAVAJO NATION DIVISION OF TRANSPORTATION PROJECT: N6330(1) N6331(1-2)(2) N21(3A)1,2&4 Date: August 15, 2018 LENGTH: km ITEM DESCRIPTION Quantity Units Unit Bid Price Total Price Remove, Clean & Stockpiling Culvert 94.0 m Concrete Spillway, Type IV-2 for Guardrail 2 Each Concrete Spillway, Type IV-1 for Concrete Curb 5 Each Asphalt Concrete Curb, 152 mm Depth for Guardrail 210 m PCC Curb & Gutter, Class A(AE), 305 mm Depth 1,701 m PCC Roll Curb & Gutter, Class A(AE), 305 mm Depth 215 m Lean Concrete Backfill 4 m Sidewalk, Concrete, 1.22 m Wide, 102mm thick 2,546 m Handicap Ramp, Concrete 25 Each Concrete Slope Paving, 102mm thickness m Concrete Slope Paving with Navajo Red Concrete for Roundabout Dome and Islands 102mm thickness m Guardrail System, SGR04b, Type PDO2 with SKT-350 End Treatment and Concrete Transitio 1,114.0 m Precast Concrete Jersey Barrier for guardrail 85.0 m Concrete Wall barrier for Roundabout m Woven Wire Fencing 10,143 m Barbed Wire Fence, 5 Strand 1,088 m Gate, Type II 1 Each Gate, Type III (Pedestrian) 36.0 Each Cattleguard, 2 Unit 4900 mm with Type II Gate 6 Each Cattleguard, 2 Unit 4900 mm without Gate 15 Each Cattleguard, 3 Unit 7190 mm with Type II Gate 1 Each Cattleguard, 3 Unit 7190 mm without Gate 30 Each Cattleguard, 4 Unit 9480 mm without Gate 1 Each Cattleguard, 5 Unit mm with Type II Gate 1 Each Removal of Fence 675 m Right-of-Way Monument 85 Each Reference Marker 85 Each Seeding, Dry Method 11 ha Erosion Control Matting, Type IV 2, m Sign Installation, 1 Post 38 mm x 38 mm Steel Square Tube 4.8 m Sign Installation, 1 Post 44 mm x 44 mm Steel Square Tube m Sign Installation, 1 Post 50 mm x 50 mm Steel Square Tube 9.02 m Sign Installation, 1 Post 57 mm x 57 mm Steel Square Tube 2.88 m Sign Installation, 2 Post 50 mm x 50 mm Steel Square Tube 9.52 m Sign Installation, 2 Post 57 mm x 57 mm Steel Square Tube 6.13 m Object Marker, Type 2, 38 mm x 38 mm Steel square tube 34 Each Object Marker, Type 3, 38 mm x 38 mm Steel square tube 4 Each Delineators, Type "1a", 38 mm x 38 mm Steel square tube 16 Each Delineators, Type "1b", 38 mm x 38 mm Steel square tube 108 Each Rumble Strip 3 Each Milepost, 38 mm x 38 mm Steel square tube 16 Each Pavement Markings, Type "H", Double Solid Yellow 102mm wide each strip 5,469 m Pavement Markings, Type "H" Solid Yellow 102mm wide m Page 2 of 3

9 BID SCHEDULE NAVAJO NATION DIVISION OF TRANSPORTATION PROJECT: N6330(1) N6331(1-2)(2) N21(3A)1,2&4 Date: August 15, 2018 LENGTH: km ITEM DESCRIPTION Quantity Units Unit Bid Price Total Price Pavement Markings, Type "H" Solid Yellow 200mm wide diagnol stripes m Pavement Markings, Type "H", Solid White 102mm wide 10, m Pavement Markings, Type "H", Broken White 102mm wide m Pavement Markings, Type "H", " YIELD" Word Message 3 Each Pavement Markings, Type "H", Handicap Symbol 12 Each Pavement Markings, Type "H", "Stop" Bar Solid White 203mm wide 13 Each Pavement Markings, Type "H", Zebra Crosswalk, Solid White 610mm wide 5 Each Pavement Markings, Type "H", Diagonal and Island Striping, Solid Yellow 102mm wide 10 Each Pavement Markings, Type "H", Handicap Island Striping, Solid Blue 305mm wide 15 Each Raised Pavement Markers, "Solarmarkers" Type MS200 Yellow Single with shaft 56 Each Temporary Traffic Control All Required Lump Sum Temporary Traffic Control, Raised Pavement Markers, Yellow 2,516 Each Flaggers 5,560 Man Hr amp, 220v three prong wire with 38mm PVC Electrical Conduit installed 100 m Luminaire, Solar LED street light with 8.0 m pole, mast arms, solar panel, Control Box, 4 Each wiring, conduit,batteries, and foundation installed Utility box, pullbox 2 Each ** bidders shall place a bid on either the "Cast-in-Place" or "Precast" CBC bid item and leave the other blank. Subtotal: $ Navajo Nation Tax (6%): $ Total Bid Price: $ SCOPE-OF-WORK The proposed work consists of furnishing all labor, material, equipment and incidentals necessary for construction of 5.661km of grade and drainage, placement of aggregate base, hot asphaltic concrete pavement, bridge work, CBC, round-a-bout, and other miscellaneous construction in accordance with the specification and design drawings for this Project. The quantities listed for each item is estimated and the Unit Price is applicable to each as given in the Bid Schedule above. The final pay quantity measurements shall be rounded to the significant figures given in this bid schedule for the final pay estimate. Payment for work performed on Items furnished will be made in accordance with Sub-Section , Scope of Payment of FP-03. The Unit Bid Price must include all overhead, profit, and bonding. ** bidders shall place a bid on either the "Cast-in-Place" or "Precast" CBC bid item and leave the other blank. Page 3 of 3

10 4:21 pm, Aug 14, 2018

11 4:32 pm, Aug 14, 2018