addendum no. 2 to bid documents

15
1 ADDENDUM NO. 2 TO BID DOCUMENTS FOR DRILLING AND INSTALLATION OF THE ALAMO SPRINGS WELL # 2 IN THE ALAMO CHAPTER, NEW MEXICO Navajo Nation Department of Water Resources- Water Management Branch PO Box 678 Fort Defiance, Arizona 86504 Wood Environmental and Infrastructure Solutions DATE September 24, 2021 ADDENDUM NO. 2

Upload: others

Post on 14-Jan-2022

13 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ADDENDUM NO. 2 TO BID DOCUMENTS

1

ADDENDUM NO. 2 TO BID DOCUMENTS

FOR

DRILLING AND INSTALLATION OF THE ALAMO SPRINGS WELL # 2 IN

THE ALAMO CHAPTER, NEW MEXICO

Navajo Nation Department of Water Resources- Water Management Branch

PO Box 678

Fort Defiance, Arizona 86504

Wood Environmental and Infrastructure Solutions

DATE

September 24, 2021

ADDENDUM NO. 2

Page 2: ADDENDUM NO. 2 TO BID DOCUMENTS

2

DRILLING AND INSTALLATION OF THE ALAMO SPRINGS WELL # 2 IN

THE ALAMO CHAPTER, NEW MEXICO

This addendum shall be considered part of the Plans, Specifications, and Contract Documents (except

as noted otherwise) and is issued to change, amplify, or delete from or otherwise explain these

documents where provisions of this addendum differ from those of the original documents. This

addendum shall have precedence over the original documents and shall govern.

Questions

1. It is unusual to perform spinner logging on a pilot hole. Since you require spinner logging in

the pilot hole, we have the following questions:

a. Do you expect unconsolidated alluvial materials within the borehole or do you

anticipate consolidated materials such that airlifting would not jeopardize the integrity

of the newly drilled well? Your statement "that the fine-grained units in the bedrock

could swell, slough off or be fractured (loss of fluid) would seem to indicate that

airlifting or running a spinner log in a hole prone to sloughing may be catastrophic.

b. In the case of spinner logging in the pilot hole, it would require airlift development prior

to the zonal sampling. A lack of development prior to running the spinner log could

pump sediment which would damage the spinner logging tool. Would this 'pre'

development be invoiced according to Line Item 17 'Develop Well'. How much of this

development of the pilot hole should the contractor anticipate for bidding purposes?

c. If this development results in catastrophic collapse of the pilot hole, would the

contractor and geophysical logging subcontractor be compensated for tools lost in the

hole since we were following the specifications for this operation?

d. The specifications require that the borehole be full of fluid during the installation of

casing and screen... but also mention that the Contractor shall have evacuated the

borehole for the "spinner logging." The timing of the geophysical logging appears that it

might require mudding up the hole a second time for running the logs after the pilot

hole has been drilled? Was this the intent? It appears you are asking the contractor to

mix mud twice (or more). Is that correct?

e. The spinner logging is normally quoted by the hour or by the zones. How many zones

and how many hours are you anticipating?

Response: Spinner or heat pulse flow meter testing need not be carried out. Section

8.3 B of Technical Specifications (pg 13 of Technical Specifications) is to be deleted in

its entirety.

Page 3: ADDENDUM NO. 2 TO BID DOCUMENTS

3

2. Are there any nearby well logs that can be made available for reference purposes?

Response: Attached are logs for two drilled by USGS Northwest of the site. However,

there are geological structures (faults, fractures) throughout this area, therefore the

Contractor is not authorized to rely on this technical data.

3. For bidding purposes, what size pitless adapter is needed?

Response: For bidding purposes assume Baker Monitor Pitless Model No.

5PS810WBWE24T4S, 8-inch pitless unit. Engineer will provide final pitless unit model

after well pumping and testing has been completed.

4. The specs mention drilling the borehole, evacuating all of the mud from the hole for "water

quality testing", and then potentially leaving the borehole open, free of mud materials, for 4

days or more waiting on the well design and then delivery of casing materials. This seems

like a perfect setup for a catastrophic collapse of the borehole. Will the Owner be

compensating the Contractor for this collapse or for the re-drilling of the borehole in

another location after the collapse?

Response: Section 8.3 B of technical specifications is to be deleted in its entirety. As

per Section 8.3 D of technical specifications, the bore hole shall be kept full of drilling

fluid at all times during geophysical logging operations.

5. Can the casing be pre-ordered?

Response: Production well construction shall not proceed until the Owner or Owner’s

Representative issues a specific notice to proceed. Notice to proceed with the

production well will not be given until the Owner or Owner’s Representative reviews

and well logs and samples and submits written specifications regarding screen slot size,

length, location, and gravel pack material to the Contractor. For this reason, it is

anticipated that approximately one week may elapse between pilot boring and the

production well notice to proceed. The time between completion of the pilot hole and

issuance of the production well notice to proceed shall be inherent to the contract and

shall not be cause for extra charge or payment as stand-by time.

Suitable sanitary and vandal-proof protection shall be provided for the well for the

period of time between completion of the pilot hole and beginning of the production

well construction.

If the contractor wishes to pre-order the casing in advance, it will be at their risk.

6. How many hours of well development shall the contractor plan for?

Response: For Bidding purposes, the estimated number of hours is 96. See per bid item

No. 17 on Article 5-Basis of Bid of EJCDC-410 Bid Form for Construction Contracts.

Page 4: ADDENDUM NO. 2 TO BID DOCUMENTS

4

7. Are Mud, cuttings and discharge all being spread onsite?

Response: The Owner has identified a site approximately 1200 ft Northeast of the new

well site for disposal of mud, cuttings. Pump testing discharge shall be allowed on site

in a manner acceptable to the Owner.

8. How many hours of test pumping are desired?

Response: A pre test is recommended, the actual pump test should be at least 24

hours. Refer to “Water Well Design Criteria from Navajo Area IHS Design Criteria

(included in the Technical Specifications)” for details.

9. Does the Owner or engineer have an identified water source?

Response: As per Section 3.2 WATER (pg. 5 of Technical Specifications), for bidding

purposes, plan on hauling water to the site. The community water system has severe

water shortage issues.

10. Please provide a detail for bidding purposes on permanent equipment (submersible pump

and motor, drop pipe, appurtenances, pitless).

Response: For bidding purposes assume Baker Monitor Pitless Model No.

5PS810WBWE24T4S 8-inch pitless unit, 700 ft of 4” Schedule 40, galvanized steel drop

pipe, and 25 hp pump and motor.

11. Please confirm casing wall size is .312” and not .322” (STD).

Response : The well casing is 8 5/8” OD x .322” Wall ASTM A606 Type 4 HSLA Casing.

12. Will engineer handle the water samples during the zone testing?

Response : Zonal testing will not be carried out.

13. What are the anticipated depths you will be conducting zone samples?

Response : Zonal testing will not be carried out.

14. Can you also please clarify your Spinner/Heat Pulse log? This is a production test which is

typically run in a cased hole.

Response : See response to question 1.

Clarifications

1. Delete Section 8.3 B of Technical Specifications in its entirety. Spinner or heat pulse flow

meter testing will not be done.

2. Replace bid table in Article 5 of EJCDC-410, Bid Form For Construction Contracts in its entirety

with the following table:

Page 5: ADDENDUM NO. 2 TO BID DOCUMENTS

5

Unit Price Bid Items for Alamo Springs Well #2 Construction

Item No.

Items Description Unit Estimated Quantity

Bid Unit Price

Bid Price

Mobilization, Drill and Install Casing

1 Mobilization/Demobilization LS 1

2

Furnish and install 16-20 inch

surface conductor casing (0.375”

wall thickness)

FT 40

3 Grout casing into place LS 1

4 Drill 14 ¾ - inch boring FT 1300

5

Water Quality Testing (airlift

pressure testing, 24-hour minimum

– assume two 12-hour zonal tests)

LS 1

6 Geophysical Survey (including crew

standby time during survey) LS 1

7 Crew standby during final design

decisions HR 96

8 All other items for borehole LS 1

9 Mobilization of Well Materials and

Demobilization from Site LS 1

10

Furnish and Install 8 5/8 -inch

milled slotted screen casing (0.312”

wall thickness); Stainless Steel

FT 180

11

Furnish and install 8 5/8 -inch blank

casing (0.312” wall thickness); 10’

bottom sump; Stainless Steel

FT 210

12 Furnish and install 8 5/8 -inch blank

casing (0.312” wall thickness); HSLA FT 906

13

Furnish and install 1.5 -inch

schedule 80 sounding tube

(Schedule 80)

FT 1000

Page 6: ADDENDUM NO. 2 TO BID DOCUMENTS

6

14

Furnish and install dielectric

coupling between stainless steel

and HSLA steel

LS 1

15

Furnish and install filter pack,

bentonite grout, and bentonite

seal; assumes 125% of the hole

volume) (885-1300)

CF 615

16

Grout upper 885 feet of well (to

surface, assumes 125% of hole

volume)(0-885’ bgs)

CF 1315

17 Develop Well HR 96

18 Test Pumping LS 1

19 Video Survey LS 1

20 Plumbness and Alignment Testing LS 1

21 Chlorination and Clean-up LS 1

22 All Other Items LS 1

23

Supply and installation submersible

pump and motor, and

appurtenances

LS 1

24 4” Schedule 40, galvanized steel

drop pipe and appurtenances LF 700

25 Check Valves EA 3

26 Supply and installation of Pitless

unit LS 1

Miscellaneous Work Items

27 Lost Circulation

HR 12

28 Drilling fluid materials and

additives (lost circulation) GAL 10,000

Page 7: ADDENDUM NO. 2 TO BID DOCUMENTS

7

29

Additional Water Quantity Testing

(airlift pressure testing, additional

12-hour zonal test)

LS 1

30

Abandon Pilot hole to surface

(1300 feet) and Demobilization

from Site

LS 1

31 Drill rig and crew on standby for

client convenience HR 12

Subtotal Total of All Unit Price Bid Items $

Navajo Nation Tax @ 6%

TOTAL CONSTRUCTION COST BASE BID

Page 8: ADDENDUM NO. 2 TO BID DOCUMENTS

8

Attachments: Rig Lithology of Alamo Navajo Drought Well #2 located 1.72 miles to the Northwest of

New Well Site.

ANDW1 Rig Lithology

Beginning

Depth (feet)

Ending

Depth

(feet)

Thickn

ess (ft) Lithology

Form

ation

Co

nes

5-

Class

lith.

Color

(Munsell

)

Color Code

(Munsell)

0 8 8 Sandy (vf-m) silt w/ trace gravel Qal n/a 4

8 16 8 Silty sand (vf-m) to sandyn(vf-m) silt Qal n/a 5

16 25 9 Siltstone; perched water @ 18' Kcc n/a 5

25 42 17 Siltstone to sandstone (vf-m); mudstone horizon @ 26' Kcc n/a 4

42 48 6 Sandstone (f-vc); minor mudstone horizon @ 46' Kcc n/a 3

48 53 5 Mudstone Kcc n/a 5

53 56 3 Sandstone (vf-m) to siltstone Kcc n/a 4

56 70 14 Mudstone; siltstone horizon @ 65' Kcc n/a 5

70 73 3 Sandstone (vf-m) to siltstone Kcc n/a 4

73 85 12 Claystone; siltstone horizon 78'-80' Kcc n/a 5

85 94 9 Siltstone to sandstone (vf-m) Kcc n/a 4

94 99 5 Siltstone with claystone lenses Kcc n/a 5

99 105 6 Sandstone (vf-m) Kcc n/a 3

105 133 28 Mudstone Kcc n/a 5

133 136 3 Sandstone (vf-m) Kcc n/a 3

136 140 4 Mudstone Kcc n/a 5

140 143 3 Sandstone (vf-m) Kcc n/a 3

143 149 6 Mudstone Kcc n/a 5

149 153 4 Sandstone (vf-m) Kcc n/a 3

153 169 16 Siltstone to sandstone (vf-m) Kcc n/a 4

169 179 10 Mudstone; organic rich Kcc n/a 5

179 191 12 Siltstone to sandstone (vf-m) Kcc n/a 4

191 198 7 Siltstone Kcc n/a 5

198 208 10 Sandstone (f-c) Kcc n/a 2

208 219 11 Mudstone; organic rich (carbonaceous) Kcc n/a 5

219 225 6 Mudstone to claystone Kcc n/a 5

225 235 10 Mudstone; organic rich (carbonaceous) Kcc n/a 5

235 239 4 Sandstone (vf-m) to siltstone Kcc n/a 4

239 265 26 Siltstone to mudstone Kcc n/a 5

265 299 34 Mudstone; organic rich (carbonaceous), with minor

sandstone (vf-m) to siltstone intervals Kcc n/a

5

299 317 18 Sandstone (vf-c); w/ minor organic rich (carbonaceous)

mudstone intervals Kcc n/a

2

317 322 5 Mudstone; organic rich Kcc n/a 5

322 339 17 Sandstone (vf-c); w/ minor organic (carbonaceous) rich

mudstone intervals Kcc n/a

2

339 355 16 Sandstone (vf-c); w/ trace organic rich (carbonaceous)

mudstone intervals Kcc n/a

2

355 455 100 Sandstone (vf-m) w/ minor mudstone interbeds Kcc n/a 3

455 474 19 Sandstone (vf-m) w/ minor mudstone interbeds Kcc n/a 3

474 530 56 Sandstone (vf-m) fining to siltstone Kcc n/a 4

530 580 50 Siltstone Kcc n/a 5

580 599 19 Siltstone; minor organics (carbonaceous) Kcc n/a 5

599 610 11 Siltstone to mudsone w/ minor sand (vf-m) interbeds;

fining downwards Kcc n/a

5

Page 9: ADDENDUM NO. 2 TO BID DOCUMENTS

9

610 639 29 Mudstone Kcc n/a 5

639 650 11 Mudstone w/ minor sandstone (vf-m) interbeds Kcc n/a 5

650 659 9 Mudstone w/ sandstone (vf-m) interbeds Kcc n/a 5

659 690 31 Sandstone (vf-m) w/ minor mudstone interbeds; decreasing

mudstone 660'-670' Kg n/a

3

690 705 15 Siltstone Kmd n/a 5

705 719 14 Sandstone (vf-m) interbedded with siltstone/mudstone;

siltstone and mudstone likely from above units Kg n/a

3

719 735 16 Mudstone to siltstone w/ sandstone (vf-f) interbeds Kmd mo

d. 4

735 740 5 Mudstone; slightly carbonaceous Kmd mo

d. 5

740 774 34 Mudstone Kmd mo

d. 5

774 783 9 Sandstone (vf-f) to siltstone interbedded with mudstone Kth mo

d. 4

783 805 22 Sandstone (vf-m) w/ minor mudstone interbeds Kth mo

d. 3

805 818 13 Siltstone to mudstone, fining 805'-812' Kth hvy

. 5

818 848 30 Sandstone (vf-m) w/ minor mudstone interbeds; fining

840'-848' Kth

hvy

. 3

848 853 5 Sandstone (vf-f) to siltstone with minor mudstone interbeds Kth hvy

. 4

853 875 22 Sandstone (vf-m) w/ trace mudstone interbeds Kth

v.

hvy

. 3

875 877 2 Sandstone (vf-m) w/ minor mudstone interbeds Kth

v.

hvy

. 3

877 900 23 Sandstone (vf-m) w/ trace mudstone interbeds Kth

v.

hvy

. 3

900 938 38 Sandstone (vf-m) w/ minor mudstone interbeds Kth

v.

hvy

. 3

938 952 14 Sandstone (vf-m) to siltstone; fining downwards Kth

v.

hvy

. 4

952 962 10 Mudstone Kmr

v.

hvy

. 5

962 973 11 Siltstone Kmr

v.

hvy

. 5

973 1072 99 Mudstone; calcite fragments @ 1028' & 1040' Kmr

v.

hvy

. 5

1072 1097 25 Claystone; gradational contact with overlying unit Kmr mo

d. 5

1097 1120 23 Mudstone to claystone; sticky Kmr hvy

. 5

1120 1182 62 Mudstone to claystone; w/ minor calcite fragments Kmr mo

d. 5

1185 1198 13 Sandstone (vf-m) w/ minor mudstone interbeds; calcite

fragments throughtout Kdt

hvy

. 3

1198 1240 42 Siltstone to mudstone w/ minor sandstone (vf-f) interbeds;

calcite fragments Kml

hvy

. 5

1240 1300 60 Mudstone to claystone; calcite fragments Kml mo

d. 5

1300 1340 40 Mudstone; calcite fragments Kml mo

d. 5

1340 1360 20 Siltstone to mudstone w/ minor sandstone (vf-f) interbeds;

calcite fragments Kml

hvy

. 5

1360 1400 40 Mudstone to claystone; calcite fragments Kml mo

d. 5

TD

ANNW2 Rig Lithology

Page 10: ADDENDUM NO. 2 TO BID DOCUMENTS

10

Beginning

Depth (feet)

Ending Depth

(feet)

Thicknes

s (ft) Lithology

Format

ion

Cone

s 5-Class

lith.

Color

(Munsell)

Color Code

(Munsell)

0 15 15 Slightly gravelley (gran.-lg. peb.) clayey silty sand (vf-vc) Qal Hvy. 4

15 20 5 Sandy (vf-vc) gravel (gran. lg. peb.) to gravel (gran. lg. peb.) Qal Mod. 1

20 30 10 Mudstone w/ minor sandstone (vf-f) interbeds Kcc Mod. 4

30 38 8 Mudstone to claystone Kcc Mod. 5

38 44 6 Carbonaceous mudstone to siltstone Kcc Mod. 5

44 60 16 Interbedded carbonaceous siltstone and mudstone to claystone Kcc Mod. 5

60 78 18 Sandstone (vf-m) to siltstone w/ minor claystone interbeds and

trace gravels (gran.-med. peb.) Kcc

V.

Hvy. 3

78 100 22 Siltstone to mudstone w/ minor sandstone (vf-m) interbeds Kcc Hvy. 4

100 120 20 Mudstone to claystone Kcc n/c 5

120 140 20 Mudstone to calystone w/ carbonaceous mudstone interbeds Kcc n/c 5

140 200 60 Mudstone to claystone Kcc n/c 5

200 210 10 Mudstone to siltstone w/ sandstone (vf-m) interbeds Kcc n/c 4

210 320 110 Sandstone (vf-m) w/ minor siltstone to mudstone interbeds Kcc n/c 3

320 350 30 Mudstone to claystone Kcc n/c 5

350 400 50 Sandstone (vf-m) w/ minor siltstone to mudstone interbeds Kcc n/c 3

400 410 10 Interbeded siltstone to mudstone and sandstone (vf-m) Kcc n/c 4

410 420 10 Mudstone to claystone Kcc n/c 5

420 TD

Signature: ______________________________________

Name: Ann Swanberg-Mee, PE

Position: Project Engineer

Page 11: ADDENDUM NO. 2 TO BID DOCUMENTS

1

ADDENDUM NO. 1 TO BID DOCUMENTS

FOR

DRILLING AND INSTALLATION OF THE ALAMO SPRINGS WELL # 2 IN

THE ALAMO CHAPTER, NEW MEXICO

Navajo Nation Department of Water Resources- Water Management Branch

PO Box 678

Fort Defiance, Arizona 86504

Wood Environmental and Infrastructure Solutions

DATE

September 20, 2021

Page 12: ADDENDUM NO. 2 TO BID DOCUMENTS

2

ADDENDUM NO. 1

DRILLING AND INSTALLATION OF THE ALAMO SPRINGS WELL # 2 IN

THE ALAMO CHAPTER, NEW MEXICO

This addendum shall be considered part of the Plans, Specifications, and Contract Documents (except

as noted otherwise) and is issued to change, amplify, or delete from or otherwise explain these

documents where provisions of this addendum differ from those of the original documents. This

addendum shall have precedence over the original documents and shall govern.

I. Information

a. Attendees List:

Pre- Bid Meeting September 16, 2021 @ 1:00 PM

Name Organization Email Phone

1 Jesse Hillis NN WMB [email protected]

2 Chris Paez ANSBI [email protected]

3 Ann Swanberg-Mee, PE Wood E&IS [email protected]

4 Mary E. Kairouz, PG Wood E&IS [email protected]

5 Jordan McWatters Hydro Resources [email protected]

6 Chris Brzosowicz KP Ventures [email protected]

7 Will Yarborough Stewart Brothers [email protected]

8 Shaunya Manus NN Business Regulatory Department

[email protected]

a. Meeting Minutes:

The meeting was led by Ann Swanberg-Mee. The meeting began with the introduction of all representatives and a

sign-in sheet for all attendees. Ann Swanberg-Mee explained the location and scope of the project followed by the

bid timeline and requirements from the bidders. The bid deadline is September 30, 2021, by 1 pm.

The project consists of: Installation of 16-inch diameter, 40-foot-long surface casing; Drilling 14¾-inch pilot boring

to a depth of 1,300 feet below ground surface (bgs); Conducting geophysical logging; Constructing 8⅝-inch (OD)

diameter well as specified; Performing pump tests; Procurement and setting the well pump; Installation of pitless

adapter unit

Ann Swanberg-Mee communicated that all questions must be submitted in writing, by no later than 5:00 pm on

September 22, 2021. NO EXCEPTIONS. Questions shall be emailed to [email protected]. All answers

Page 13: ADDENDUM NO. 2 TO BID DOCUMENTS

3

to submitted Pre-Bid questions will be issued as an addendum to the Bid Documents. The resulting addendum will

be distributed to those on the distribution list for this solicitation on September 24, 2021. Copies of all questions and

their answers will be distributed to those on the distribution list for this solicitation. It is the bidders’ responsibility

to verify if any addenda have been issued before submitting bids. No verbal answers will be valid.

The meeting lasted about 20 minutes.

II. Questions

No Questions were asked during the meeting.

III. Clarifications

A. ARTICLE – SUBMITTAL OF BID

Replace 15.02 with the following text:

A Bid shall be received no later than the date and time prescribed and at the place

indicated in the advertisement or invitation to bid and shall be enclosed in a plainly

marked package with the Project title (and, if applicable, the designated portion of the

Project for which the Bid is submitted), the name and address of Bidder, and shall be

accompanied by the Bid security and other required documents. If a Bid is sent by mail or

other delivery system, the sealed envelope containing the Bid shall be enclosed in a

separate package plainly marked on the outside with the notation “BID ENCLOSED FOR

Drilling and Installation of the Alamo Springs Well #2 in the Alamo Chapter, New

Mexico, Navajo Nation Bid Number 21-08-2542LE.” A statement that the Bidder is a

qualified Navajo Owned Business, if applicable, shall be marked on the outside of the

sealed envelope. A mailed Bid shall be addressed to the Navajo Nation Department of

Water Resources-Water Management Branch, Care of – Wood Environment &

Infrastructure Solutions, Inc.

Signature: ______________________________________

Name: Ann Swanberg-Mee, PE

Position: Project Engineer

Page 14: ADDENDUM NO. 2 TO BID DOCUMENTS

EJCDC® C-111, Suggested Advertisement for Bids for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page 1

ADVERTISEMENT FOR BIDS

The Navajo Nation, through its Department of Water Resources – Water Management Branch

Fort Defiance, Arizona Drilling and Installation of the Alamo Springs Well # 2 in the Alamo Chapter, New Mexico

Bid Number 21-08-2542LE

Sealed Bids for the construction of Drilling and Installation of the Alamo Springs Well # 2 in the Alamo Chapter, New Mexico, Navajo Nation Bid Number 21-08-2542LE will be received, by The Navajo Nation, through its Department of Water Resources – Water Management Branch, at the office of the Engineer, Wood Environment & Infrastructure Solutions, Inc., 8519 Jefferson Street, Albuquerque, NM 87113, until 1 pm local time on September 30th, 2021, at which time the Bids received will be publicly opened and read. No late, facsimiled, or electronic mailed bids will be accepted. Each bid response shall be submitted in accordance with EJCDC C-200 Instructions to Bidders.

The Project consists of: Installation of 16-inch diameter, 40-foot-long surface casing; Drilling 14¾-inch pilot boring to a depth of 1,300 feet below ground surface (bgs); Conducting geophysical logging; Constructing 8⅝-inch (OD) diameter well as specified; Performing pump tests; Procurement and setting the well pump; Installation of pitless adapter unit.

Bids will be received for a single prime Contract. Bids shall be on a lump sum and unit price basis, as indicated in the Bid Form.

The Issuing Office for the Bidding Documents is Academy Reprographics, 8900-N San Mateo Blvd. NE, Albuquerque NM 87113, (505) 821-6666. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Fridays between the hours of 8 am to 5 pm and may obtain copies of the Bidding Documents from the Issuing Office as described below.

Bidding Documents may be viewed and ordered online by registering with the Issuing Office at www.academyplans.com. Following registration, complete sets of Bidding Documents may be downloaded from the Issuing Office’s website as portable document format (PDF) files. The cost of printed Bidding Documents from the Issuing Office will depend on the number and size of the Drawings and Project Manual, applicable taxes, and shipping method selected by the prospective Bidder. Cost of Bidding Documents and shipping is non-refundable. Upon Issuing Office’s receipt of payment, printed Bidding Documents will be sent via the prospective Bidder’s delivery method of choice; the shipping charge will depend on the shipping method chosen. The date that the Bidding Documents are transmitted by the Issuing Office will be considered the Bidder’s date of receipt of the Bidding Documents. Partial sets of the Bidding Documents will not be available from the Issuing Office.

Preference will be applied to qualified Navajo- and Indian-owned businesses in accordance with the Navajo Nation preference laws as specified in the Navajo Nation Business Opportunity Act (5 NNC § 201 et. seq.), the Navajo Nation Procurement Act, (12 NNC § 301 et seq.), and the Navajo Business and Procurement Act (12 NNC § 1501 et seq.) and other applicable statutory and regulatory requirements.

A pre-bid conference will be held at 1 pm local time on September 16th, 2021, virtually through Microsoft Teams. Interested bidders should sign up with the issuing office and a Microsoft Teams meeting invite will be sent out to the registered emails. Attendance at the pre-bid conference is highly encouraged but is not mandatory. Bid security shall be furnished in accordance with the Instructions to Bidders.

Page 15: ADDENDUM NO. 2 TO BID DOCUMENTS

EJCDC® C-111, Suggested Advertisement for Bids for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page 2

Owner: The Navajo Nation, through its Department of Water Resources –Water Management Branch

By: Jesse Hillis

Title: Programs and Projects Specialist

Date: September 5th, 2021 & September 12th, 2021

+ + END OF ADVERTISEMENT FOR BIDS + +