Addendum 1

Transcription

Addendum 1
ADDENDUM 1
INVITATION FOR BIDS
PDT-431-IFB-2015
DIRT ROAD PAVING
JOUSTER STREET FROM ROBIN HOOD RD. TO BOWMAN AVE.
Richland County Government will not accept liability for any incidental or consequential damages
arising from or as a result of the electronic transmission of this document, acknowledgements, or
other data hereunder. In the event of receipt of an electronic document that is garbled in
transmission or improperly formatted the authorized representative must be notified immediately.
AUTHORIZED
REPRESENTATIVE
Dale Collier
SIGNATURE
ADDENDUM 1, PAGE 1
TITLE
Procurement
Manager
DATE
November 6,
2015
TABLE OF CONTENTS
Sections
Description
No. of
Pages
Return with
Submittal
1
NO
1
YES
1
NO
COVER PAGE
TABLE OF CONTENTS
ADDENDUM ACKNOWLEDGEMENT
SECTION – A
CHANGES TO THE
CONTRACT DOCUMENTS
SECTION – B
PRE-BID CONFERENCE AGENDA
1
NO
SECTION – C
PRE-BID MEETING MINUTES
5
NO
SECTION – D
QUESTIONS AND ANSWERS
2
NO
SECTION – E
PRE-BID CONFERENCE SIGN IN SHEETS
3
NO
APPENDIX 1
REISSUED BID FORM SHEETS
3
NO
APPENDIX 2
REISSUED PLAN SHEETS
1
NO
Returned sections will be incorporated with
executed agreement
Acknowledgement of Addenda
Addenda #
Date
1
11/06/15
Offeror acknowledges receipt of the
amendment(s) to this solicitation.
(show amendment(s) sign and date of
each)
ADDENDUM 1, PAGE 2
Signature
Date
Section – A
Changes to the Contract Documents
ADDENDUM 1, PAGE 3
CHANGES TO THE CONTRACT DOCUMENTS
Item #1 – Replaced Line Item # 6241025: 24” White Solid Lines (Stop/Diag Lines)Perm.Pvmt.Marking with Line Item # 6271025: 24” White Solid Lines (Stop/Diag
Lines)-Thermo.-125MIL – NO CHANGE IN QUANTITY.
Item #2 – REVISED QUANTITY for Line Item # 8152004: Inlet Structure Filter – Type F
(Weighted) to 96 LF.
Item #3 – Plans Revisions:
Sheet 1: “Index of Sheets” revised to show Erosion Control Plan Sheet (EC1)
Sheet 2: See items #1-2 above
Sheet 5: Added “Construction Sequence” and General Note #3 (regarding date of
topographic survey).
Sheet EC1: Removed Erosion Control Data Sheet and replaced with Erosion Control
Plan Sheet.
ADDENDUM 1, PAGE 4
Section – B
Pre-Bid Conference Agenda
ADDENDUM 1, PAGE 5
MANDATORY PRE-BID MEETING
DIRT ROAD PAVING
Invitation for Bid No. PDT-431-IFB-2015
Agenda Items
November 4, 2015, 10:00 A.M.
1.
Introductions
2.
DBE/SLBE Participation – Gloria Cyprian Tanner
3.
Project Description & Performance Period
4.
Contract Requirements/Documents
5.
a.
IFB Documentation
b.
No allowance
c.
Site Visit
d.
Bond Requirements
Special Provisions
a. Quality Assurance Testing
6.
Utility Coordination
7.
Project Safety
8.
Questions
ADDENDUM 1, PAGE 6
Section – C
Pre-Bid Meeting Minutes
ADDENDUM 1, PAGE 7
DIRT ROAD PAVING
JOUSTER STREET FROM ROBIN HOOD RD. TO BOWMAN AVE.
Project Bid No. PDT-431-IFB-2015
Pre-Bid Conference Minutes
November 4, 2015 - 10:00 A.M.
THOSE IN ATTENDANCE:
Sign-In Sheets are attached
1. INTRODUCTIONS
The Purpose of this meeting was to provide a general overview of the project and to allow potential
bidders to ask questions prior to the bid opening. The minutes of the meeting are included herein.
At the start of the meeting, Dale Collier allowed members present from the project team to
introduce themselves. This included representatives of the Program Development Team, Richland
County representatives and the Design Team.
2. DBE / SLBE PARTICIPATION
Collier directed all contractors’ attention is directed to Richland County’s SLBE (Small Local
Business Enterprise) Program encouraging the use of County Approved local businesses. He noted
this project is specifically targeted for Certified SLBE’s and thanked the number of SLBE vendors
in attendance for their participation in the project.
Collier introduced Richland County SLBE Coordinator, Gloria Cyprian Tanner, and afforded her
the opportunity to address the group to give an overview of the County’s SLBE Program. She also
thanked those in attendance and highlighted the following for the record. Tanner acknowledged
the presence of other SLBE Department staff in the meeting as noted that she could also be reached
for assistance at 803-733-1607.
• The Jouster Street project has been designated as a Sheltered Market Project
specifically set aside for Certified SLBE Firms in accordance with Richland County
Ordinance.
• Only Certified SLBE firms can be prime contractors for this project.
• A listing of Certified SLBE Firms can be found on the County’s website at
: http://www.rcgov.us/Government/Departments/BusinessOperations/SmallLocalBusi
nessEnterprises.aspx
• Bids will be opened at 2PM on November 18, 2015
ADDENDUM 1, PAGE 8
•
•
•
The SLBE Participation Goal for the project is 83%. 83% of the work must be
completed by the SLBE prime and SLBE subcontractors, leaving 17% participation
available to Non-SLBE’s.
Contract documents are available as noted in the Invitation for Bids at:
o The Print Machine (for purchase)
o The Richland Penny Website (for electronic download)
o The Richland Penny PDT Office (hard copies for viewing only)
Tanner continued by noting bidding requirements contained in the Specifications of
the Project Manual. She indicated that a number of forms are included and are
required to be submitted with each bid. Tanner highlighted the following with regard
to several required forms that should be presented on bid day. She stressed that all
forms be submitted as a bid may be deemed non-responsive if necessary information
is not provided.
Dirt Road Paving
Jouster Street from Robin Hood Rd. to Bowmen Ave.
Spec. Page
Form
Comments
No.
SLBE
27
Required
Participation
Also required as the County is required
DBE Participation 28
contractually to monitor this participation
Illegal
For Information only, but firms should be aware of
30
Immigration
this requirement
For Information Only; however, subs must be paid
within 7 days of GC payment for satisfactory
Prompt Payment
work. 10% retainage can be held on subs, but
22
Clause
should be released when satisfactory work is
completed
Listing of
31
Required
Subcontractors
Not required; however bidders should review this
Bidders Checklist 32
list to insure that all bidding requirements have
been addressed.
•
•
•
•
All sub-contractors must be legitimate and provide a commercially useful function for
the project. All contractors should be fully licensed to complete the work being
performed.
Richland County has entered into a relationship with McCartha Cobb & Associates of
Columbia, SC to assist bidders who may have bonding concerns when contracting
with the County. McCartha Cobb can be reached via phone at 803-799-3474.
Bidders must submit their current SLBE Certification Certificate with their bids
Only companies with current SLBE Certifications will be counted as Certified SLBE
firms. Firms with pending certifications should make every effort to insure their
applications are finalized prior to the bid opening.
ADDENDUM 1, PAGE 9
3. PROJECT DESCRIPTION AND PERFORMANCE PERIOD
Matthew Hines of the Dennis Corporation introduced himself as the Engineer of Record for the
project and describe the work as the paving of Jouster Street in Richland County. He noted that the
work includes paving the approximate 600-ft roadway with shoulders as indicated on either side in
the project documents. Hines noted that specifications required 8” soil-cement base material
underlayment below a 2” layer of Type C Asphalt. He added that storm drain piping with drop
inlets are required near Archer Street.
Hines clarified that they would be preparing Addendum information to change fast-dry paint to
thermo-plastic type (per SCDOT) and to include erosion control devices (per Richland County).
Hines updated for the record that all required easements and permits are in place for the project to
allow work to start upon contract approval.
Collier directed all bidders to the Project Manual for Construction and noted that the project
performance is that all work be completed approximately 90 days after a Notice to Proceed is
issued (February 1, 2016 through April 30, 2016). He noted that the County’s procedure with
regard to issuing a Notice to Proceed has been to reach consensus with the successful bidder prior
to establishing this date. Collier also directed each contractor’s attention to Project Manual clauses
noting $250.00 per day Liquidated Damages to be assessed for late completion of the work.
4. CONTRACT REQUIREMENTS / DOCUMENTS
Collier gave a general overview of Contract Requirements and noted the following in accordance
with the provided meeting agenda.
a. IFB Documentation: Collier gave the following update of bidding requirements
• Bid Date: November 18, 2015. Bids will be accepted at 2:00PM.
• Bid Location: Richland County Procurement Office, 2020 Hampton Street, Third
Floor; Columbia, South Carolina 29201. Bidders should allow ample time to enter
the facility as parking is metered in the area and limited.
• All bids must be enclosed in a sealed opaque envelope, bearing the name, address
of the bidder, South Carolina Contractors License number, identification of
contract being bid and the name of project.
• Along with the Bid, provide a Bid Bond or Cashier’s Check for 5% of the Bid,
Acknowledgement of Receipt of Addenda, Performance Bond and Labor and
Material Bonds in the amount of one hundred percent (100%) of the Contract
Amount will be required.
• The Bid Form should be filled out in its entirety to avoid being deemed nonresponsive.
• The Bid must be signed and comply with all South Carolina laws.
• Bids received after the noted time will be rejected and returned to the bidder
unopened.
• Contractors will be required to hold their bid pricing for 120 days
• All contractors should be properly licensed for the work being contracted
• All required taxes should be included in contractor bidding
ADDENDUM 1, PAGE 10
•
•
•
•
•
The sample contract to be executed with the low bidder is included in the project
specifications.
Questions should be forwarded in writing to the attention of PDT Procurement
Manager, Dale Collier at [email protected]. The last day for questions
will be November 11, 2015, seven (7) days prior to the bid.
At least one addendum will be issued to include the minutes of the current meeting
and designer clarifications. Contractors should check the County and PDT
websites for addenda.
Include all required checklists and forms with bids as required
Insurance and Bonding requirements should be provided by contractors per
specification requirements
b. Allowances: Collier noted that as of the meeting, there were no Allowances or Alternate
Pricing included in the project.
c. Site Visit: When offered a formal site visit by Collier, contractors present agreed that a
formal site visit will not be necessary for this project. Collier specifically stated that the
submission of a bid by a contractor will be deemed as evidence that the contractor has
visited the site and is fully aware of project site conditions.
5. SPECIAL PROVISIONS
Collier reminded all contractors that the work is in a public area of Columbia and that the safekeeping of all materials and equipment will be the responsibility of the contractor(s). It is noted
that contractors should not engage with the public or take direction from anyone other than the
PDT.
Watson and King of the PDT noted that PDT CEI Inspectors will be monitoring the progress of the
work and will be responsible for Quality Assurance Testing to include compaction and asphalt
testing. King said that the successful contract will be required to provide a QC Plan and be
responsible for asphalt placement and testing.
Specific paragraphs are also provided in the specifications noting holiday restrictions when work
hours are to be modified accordingly.
6. UTILITY COORDINATION
With regard to Utility Coordination, it was noted that all light poles are outside of the project
grading limits. Phone and Cable TV lines are in the area so the contractor will be required to
contact PUPS to coordinate actual locations of below ground utilities prior to beginning work.
7. PROJECT SAFETY
All bidders were advised that a Safety Plan will be required of the low bidder for review by the
Program Development Team. It was noted that safety will be paramount on the project as the work
will be in a very active area of the city. Collier said that coordination with residents and visitors
will be a contractor requirement to insure that the public is not adversely affected. It is stressed
that the contractor(s) will be required to remove debris so as to limit concerns from the public.
ADDENDUM 1, PAGE 11
8. QUESTIONS
See Questions and Answers provided during the meeting at Section D of Addendum #1
CLOSING REMARKS
Collier thanked all for their attendance and encouraged contractors to submit their questions to the
PDT office as the goal of the County is to assist interested bidders as much as possible. All
questions must be in writing as previously noted.
ADDENDUM 1, PAGE 12
Section – D
Questions and Answers
ADDENDUM 1, PAGE 13
QUESTIONS AND ANSWERS
Q:
A:
What percentage of the work must be completed by an SLBE if the SLBE has other
subcontractors?
51% as noted in the County’s SLBE Ordinance.
Q:
A:
Are bonds required for this project?
Yes.
Q:
A:
Please clarify the extent of fencing to be provided for the project?
This will be clarified via Addendum.
Q:
A:
Will the Addendum replace all drawings or individual sheets?
Only individual drawing sheets will be replaced if deemed necessary.
Q:
A:
How will soil stabilization be determined?
Testing will be conducted by the PDT after fine grading is completed.
Q:
A:
Has the project area been affect by recent flooding?
No.
Q:
A:
Is traffic control required for the project?
Yes. Requirements are consistent with those of SCDOT and are outlined in the
project documents.
Q:
A:
Will weekend work be allowed?
Weekend work will be reviewed on a case-by-case basis and allowed only when
prior notification is given by the contractor so advance notice can be given to
residents.
Q:
A:
What testing will be required of the contractor?
Asphalt testing is to be completed by the contractor.
Q:
A:
Will the contract construction time be extended if utility relocations area
encountered?
Yes. Time adjustments would be made accordingly for this type of situation.
Q:
A:
Who will be monitoring SWPPP and erosion control measures?
PDT Inspectors.
ADDENDUM 1, PAGE 14
Q:
A:
Has the PDT considered that soil-cement stabilization material cannot be provided
by any SLBE vendors?
Yes. This particular bid item led to the adjustment of the required SLBE
percentage.
Q:
A:
Are there any SLBE Firms that can provide required thermoplastic paint.
No
Q:
A:
Is the Haley-Ray Company certified as an SLBE vendor.
Not at this time. See latest listing of certified vendors on the SLBE Website.
ADDENDUM 1, PAGE 15
Section – E
Pre-Bid Conference Sign-In Sheet
ADDENDUM 1, PAGE 16
ADDENDUM 1, PAGE 17
ADDENDUM 1, PAGE 18
ADDENDUM 1, PAGE 19
APPENDIX 1
Reissued Bid Form Sheets
ADDENDUM 1, PAGE 20
Jouster Street - Dirt Road Paving
Pay Item
Description
Quantity
1031000
Mobilization
1
1032010
Bonds and Insurance
1
1050800
Construction Stakes,
Lines and Grade
1
Traffic Control
1
Clearing and Grubbing
within Roadway
1
Clearing and Grubbing
Drainage Easement
1
Removal and Disposal
of Existing Concrete
0.25
Unclassified
Excavation
180
Fine Grading
2,036
1071000
2012000
2012050
2027000
2031000
2081001
3050104
3069900
3071080
3072000
4011004
4030340
Graded Aggregate
Base Course (4"
uniform)
Maintenance Stone
268
10
Cement Stabilized
Earth Base Course (8"
uniform)
Portland Cement for
Cement Stab. Earth
Base Course
Liquid Asphalt Binder
PG64-22
1,295
Hot Mix Asphalt
Surface Course Type C
207
Unit
LS
LS
LS
LS
LS
LS
CY
CY
SY
SY
TON
SY
33
TON
13
TON
TON
ADDENDUM 1, PAGE 21
Cost/Unit
Total
Pay Item
6051120
6271025
6301100
6510105
6531210
7101852
7143618
7149999
7191250
7192205
8072000
8091010
8100001
8152004
8153000
8156490
Description
Permanent
Construction Signs
(Ground mounted)
24" White solid lines
(Stop/Diag lines) Thermo. 125 Mil
Permanent Yellow
Pavement Markers BiDir. - 4" x 4"
Flat Sheet, type III,
fixed size & msg. sign
Quantity
96
U-section embed &
post for sign support 3P
Concrete key thickened edge
12
18" Smooth wall pipe
448
Cleaning existing pipe
300
SF
12
7
73
3
24" x 24" Junction box
1
Right of Way marker
(rebar and cap)
Permanent Vegetation
Inlet Structure Filter type F (weighted)
LF
14
Catch basin - Type 9
MH
Reset Chain-Link
Fence
Unit
240
11
0.81
96
Silt fence
700
Stablilized
Construction Entrance
550
EA
SF
LF
LF
LF
LF
EA
EA
LF
EA
MSY
LF
LF
SY
TOTAL BASE
ESTIMATE
ADDENDUM 1, PAGE 22
Cost/Unit
Total
Contractor:
Representative:
Date:
ADDENDUM 1, PAGE 23
APPENDIX 2
Reissued Plan Sheets
ADDENDUM 1, PAGE 24
ADDENDUM 1, PAGE 25