section 009113 - addendum...monroe-regal line, phase 2 2019-10390 addendum #1 addendum #1 - 3 answer...

7
Monroe-Regal Line, Phase 2 2019-10390 Addendum #1 Addendum #1 - 1 ADDENDUM #1 1.1 PROJECT INFORMATION A. Project Number: 2019-10390 B. Project Title: Monroe-Regal Line, Phase 2 C. Project Location: Francis, Monroe, Grand, 29 th , Regal, and 57 th corridors D. Agency: Spokane Transit Authority 1.2 NOTICE TO BIDDERS A. The following clarifications, changes, additions, and/or deletions are considered as Ad- dendum #1 and are hereby made a party of the contract documents. All bidders are re- quired to base their bid upon the information furnished in this addendum and as required in the contract documents. The Contractor is required to acknowledge Addendum #1 in their company proposal. Failure to acknowledge addendum on the bid form will result in the bid proposal being declared non-responsive. B. The Bidder shall acknowledge receipt of this Addendum in the appropriate space on the Bid Form. C. This will be the final addendum for this solicitation. If you have questions beyond this deadline, please use your best judgement as professionals in your field and err on the side of conservative. D. All communications shall be directed to Ryan Brodwater as listed in the bid documents at [email protected] or by telephone at 509-343-1693 1.3 CLARIFICATIONS / GENERAL A. COVID-19: Terms of this project are subject to mandated health and work requirements in relation to COVID-19. As required, prior to beginning work Contractor shall provide COVID-19 Work Plan in conformance with relevant agency requirements. B. Prevailing Wage: This project includes federal funding. The minimum prevailing wage provisions for Davis-Bacon and/or Washington State law (whichever is greater) apply to this project. C. Buy America: Section 004546.A has two separate certificates, one states bidder will comply and another states that bidder cannot comply. Only one certificate can be signed, signing neither or both will result in a non-responsive bid. D. Permitting: The contractor is responsible for applying for required City of Spokane permits. The cost of these permits are not part of contractors bid, and will be reimbursed by Owner (Section 002100, 1.3(B)). E. Schedule: All work is to be substantially complete by November 30, 2018 (Section 003100).

Upload: others

Post on 16-Aug-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Section 009113 - ADDENDUM...Monroe-Regal Line, Phase 2 2019-10390 Addendum #1 Addendum #1 - 3 Answer 02: Any necessary site survey, measuring, and/or staking for construction shall

Monroe-Regal Line, Phase 2 2019-10390 Addendum #1

Addendum #1 - 1

ADDENDUM #1

1.1 PROJECT INFORMATION

A. Project Number: 2019-10390

B. Project Title: Monroe-Regal Line, Phase 2

C. Project Location: Francis, Monroe, Grand, 29th, Regal, and 57th corridors

D. Agency: Spokane Transit Authority

1.2 NOTICE TO BIDDERS

A. The following clarifications, changes, additions, and/or deletions are considered as Ad-dendum #1 and are hereby made a party of the contract documents. All bidders are re-quired to base their bid upon the information furnished in this addendum and as required in the contract documents. The Contractor is required to acknowledge Addendum #1 in their company proposal. Failure to acknowledge addendum on the bid form will result in the bid proposal being declared non-responsive.

B. The Bidder shall acknowledge receipt of this Addendum in the appropriate space on the Bid Form.

C. This will be the final addendum for this solicitation. If you have questions beyond this deadline, please use your best judgement as professionals in your field and err on the side of conservative.

D. All communications shall be directed to Ryan Brodwater as listed in the bid documents at [email protected] or by telephone at 509-343-1693

1.3 CLARIFICATIONS / GENERAL

A. COVID-19: Terms of this project are subject to mandated health and work requirements in relation to COVID-19. As required, prior to beginning work Contractor shall provide COVID-19 Work Plan in conformance with relevant agency requirements.

B. Prevailing Wage: This project includes federal funding. The minimum prevailing wage provisions for Davis-Bacon and/or Washington State law (whichever is greater) apply to this project.

C. Buy America: Section 004546.A has two separate certificates, one states bidder will

comply and another states that bidder cannot comply. Only one certificate can be signed, signing neither or both will result in a non-responsive bid.

D. Permitting: The contractor is responsible for applying for required City of Spokane permits. The cost of these permits are not part of contractors bid, and will be reimbursed by Owner (Section 002100, 1.3(B)).

E. Schedule: All work is to be substantially complete by November 30, 2018 (Section 003100).

Page 2: Section 009113 - ADDENDUM...Monroe-Regal Line, Phase 2 2019-10390 Addendum #1 Addendum #1 - 3 Answer 02: Any necessary site survey, measuring, and/or staking for construction shall

Monroe-Regal Line, Phase 2 2019-10390 Addendum #1

Addendum #1 - 2

F. Shelters: Any existing shelters will be removed by STA prior to contractor beginning work. New shelters will be procured, purchased, and installed by STA.

G. Advertisement for Bids: The following statement is incorporated: “This procurement is partially funded by the United States Department of Transportation, Federal Transit Administration (FTA). Proposers will be required to comply with all applicable FTA, FHWA, State, and Local rules and regulations.”

H. Division 0 Specifications 1. Section 002100 1.14(D) - Instructions to Bidders: This language is replaced with

“The apparent low Bidder, for purpose of award, shall be the responsive and responsible Bidder offering the low aggregate amount for Base Bid A, Base Bid B, Bid Additive Options 1, 2, 3, and/or 4, or any combination thereof as determined by Owner.”

2. Section 004546.E - Certification of Compliance with Wage Payment Statutes: disregard incorrect Section number in header label. Remainder of form still applies and shall be part of bid submittal.

3. Section 006336.F - Field Authorization, Change Order Proposal. These forms were omitted and are attached as part of Addendum #1. Contractor acknowledges receipt of these forms for use during construction.

4. Section 004212, Page 004213-2 – Bid Proposal. Disregard last sentence of description for purposes of award, see correction above for Section 002100 1.14(D). Remainder of form still applies and shall be part of bid submittal.

5. Section 004546.D – Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion in a Lower Tier Covered Transaction. Include the following statement and provisions after paragraph 1: “As such, the Contractor shall verify that its principals, affiliates, and subcontractors are eligible to participate in this federally funded contract and are not presently declared by any Federal department or agency to be: a. Debarred from participation in any federally assisted Award; b. Suspended from participation in any federally assisted Award; c. Proposed for debarment from participation in any federally assisted Award; d. Declared ineligible to participate in any federally assisted Award; e. Voluntarily eluded from participation in any federally assisted Award; or f. Disqualified from participation in any federally assisted Award.” Remainder of form still applies and must be part of bid submittal.

6. Section 004546.D – Certification of Compliance with Wage Payment Statutes. Disregard bid solicitation date, correct date is June 16, 2020. Remainder of form still applies and shall be part of bid submittal.

7. Section 007200.2 – Supplemental Conditions. Delete this section in its entirety, Federal terms and conditions are as specified in Section 007200.3.

8. Davis Bacon Wage Determination for Spokane County. Add the following language: “Rates shall be determined using the Highway rate schedule and classifications.”

1.4 QUESTIONS / ANSWERS (from the Pre-Bid Meeting, Emails, and Phone Calls)

Question 01: What are the Liquidated Damages?

Answer 01: Liquidated Damages will be assessed at $220 per day after project deadline subject to terms in Section 007200.1-3.07.

Question 02: Who will provide site survey and/or staking?

Page 3: Section 009113 - ADDENDUM...Monroe-Regal Line, Phase 2 2019-10390 Addendum #1 Addendum #1 - 3 Answer 02: Any necessary site survey, measuring, and/or staking for construction shall

Monroe-Regal Line, Phase 2 2019-10390 Addendum #1

Addendum #1 - 3

Answer 02: Any necessary site survey, measuring, and/or staking for construction shall be provided by the Contractor. All other specifications in Division 1, Section 1-15.4(1) shall still apply.

Question 03: Who is responsible for geotechnical testing?

Answer 03: Owner shall provide agency-required geotechnical testing through third-party contract. Contractor shall provide any additional testing for the purpose of internal quality assurance/control.

Question 04: Which platform amenities are part of this project?

Answer 04: Amenities and elements shown with shading in plan sheets AR-024, EL-201a, EL-203, EL-204 and EL-206 are included as reference and are not part of this bid. Foundations, conduits, and handrails shall be included and installed.

Question 05: The grading plans include a list of grading notes, are these all applicable?

Answer 05: Refer to individual plan sheets. In general, these notes apply to minor ad-justment of existing lids and/or vaults within specified work area.

Question 06: Sheet GR-131 has a random callout “A” next to the Grading Legend.

Answer 06: Disregard this specific callout.

Question 07: Are amenity anchor bolts to be installed with foundation installation?

Answer 07: Foundation anchor bolts will be post-installed at a future date, shown for ref-erence and not part of this bid.

Question 08: Does every stop need foundation(s) per ST-108 for the flag and HPT marker?

Answer 08: Every stop location includes an HPT marker foundation, refer to individual plan sheets. STA bus stop flag posts shall be installed per design and specifications and in conformance to City of Spokane street standards.

Question 09: There seems to be discrepancies regarding shelter type (T1 vs. T2, etc.)

Answer 09: Shelters are not part of this bid, shown for reference only. Refer to individual plan sheets regarding placement of appropriate foundations and conduits.

Question 10: “SPREAD FOOTING SCHEDULE” on Sheet ST-301 includes remarks related to stops 13S and 16S.

Answer 10: These stops are not part of this bid.

Attachments: Pre-Bid Meeting Agenda, dated 5-28-20

Pre-Bid Meeting Sign-in sheet, dated 5-28-20

Section 006336.F, Field Authorization and Change Order Proposal

Page 4: Section 009113 - ADDENDUM...Monroe-Regal Line, Phase 2 2019-10390 Addendum #1 Addendum #1 - 3 Answer 02: Any necessary site survey, measuring, and/or staking for construction shall

SPOKANE TRANSIT

PRE-BID MEETING

FOR THE

MONROE-REGAL LINE – PHASE II

2019-10390

AGENDA

Date: May 28th, 2020

Time: 2:00 PM

Meeting Location: 1229 W. Boone Ave., Spokane, WA 99201

1. SIGN IN

2. INTRODUCTIONS

3. GUIDELINES

a. Questions and comments will be accepted during the meeting.

b. Remarks, clarifications, or corrections to the IFB during the meeting shall not change the terms

of the solicitation.

c. A written amendment will be issued following the meeting stating any clarifications,

corrections, or additions to the solicitation. The sign in sheet will be included along with an

updated Plan Holders list with all information provided. All prospective Bidders and Plan

Centers who received the original IFB will receive the amendment.

d. All communications shall be directed to Ryan Brodwater as listed in the bid document. You

may contact Ryan at [email protected] or by telephone at 509-343-1693. Please

do not contact the architects or engineers directly. The goal is to get consistent information

to all prospective Bidders.

e. Reminder of State & Federal Prevailing Wage, certified payroll, bonding & insurance

requirements, project safety, permitting, and mindfulness of property lines and neighbors.

4. REVIEW OF THE PROJECT PLAN & DETAILS:

a. Please direct any questions to Ryan Brodwater, Project Manager.

Page 5: Section 009113 - ADDENDUM...Monroe-Regal Line, Phase 2 2019-10390 Addendum #1 Addendum #1 - 3 Answer 02: Any necessary site survey, measuring, and/or staking for construction shall
Page 6: Section 009113 - ADDENDUM...Monroe-Regal Line, Phase 2 2019-10390 Addendum #1 Addendum #1 - 3 Answer 02: Any necessary site survey, measuring, and/or staking for construction shall

Spokane Transit Authority

TO: (CONTRACTOR)PROPOSAL REQUEST DATE:

When authorized by E&AS, you are directed to proceed with work as described below and/or detailed on the attachments referred hereto:

INCREASE NO CHANGE DECREASE OF:

Cost data required by one of the following methods in accordance with the General and Supplemental Conditions.

UNIT PRICE (Method of Measurement)

DETAILED COST BREAKDOWN

(Owner's Rep.)

(CONTRACTOR REP) DATE:

DATE

DATE

DATE

INCREASE

TO THE CONTRACT AMOUNT WITHIN THE ESTIMATED MAXIMUM DECREASE OF:

NEW CONTRACT COMPLETION DATE:

WO

RK

DE

SC

RIP

TIO

N A

ND

MA

XIM

UM

CO

ST

CO

ST

CO

LL

EC

TIO

N D

IRE

CT

ION

TO

PR

OC

EE

D

REASON FOR CHANGE:

CHANGE ORIGINATED BY:

(company)(name)

It is our opinion that this work will result in a change to the contract. You are authorized as follows:

NO CHANGE

DECREASE

The foregoing amount covers everything required in connection with the change. All other provisions of the contract remain in full force and effect. We understand that work shall not begin prior to authorization.

Spokane Transit Authority hereby accepts the foregoing proposal and authorizes the performance of the changes specified.

This constitutes a change order to the contract only when authorizing signature is affixed.

APPROVED BY:

FUNDING VERIFICATION BY:

AUTHORIZED BY:

ACTUAL COST: T&M with daily work sheets that list the name, trade, firm, hours, itemized materials, equipment and other job related costs. Contractor must provide verification of hours to:

within days from the day work was performed.

PROJECT NO.:

The above amount covers the maximum amount required in connection with the change.

ACCEPTED BY

FIELD AUTHORIZATION PROJECT TITLE FA #

REVISED:

TO THE CONTRACT AMOUNT WITHIN THE ESTIMATED MAXIMUM INCREASE OF:

CALENDAR DAYS FOR A NEW END DATE OF:

We have carefully examined this proposal and find the unit prices and estimated maximum cost to be reasonable.

Page 7: Section 009113 - ADDENDUM...Monroe-Regal Line, Phase 2 2019-10390 Addendum #1 Addendum #1 - 3 Answer 02: Any necessary site survey, measuring, and/or staking for construction shall

Spokane Transit Authority CONTRACT NO.

COP No.

TO: (CONTRACTOR)PROPOSAL REQUEST DATE:

REVISED:

REASON FOR CHANGE:

DATE PROPOSAL REQUIREDCHANGE ORIGINATED BY:

WE PROPOSE TO PERFORM ALL CHANGES DESCRIBED IN THE PROPOSAL REQUEST FOR:

TO: (A/E) TO: PM (STA)

CONTRACT PRICE CHANGE: NO CHANGE INCREASE DECREASE

OF

Amount Written Out (State & County Sales Tax Not Included)

In accordance with the General Conditions, Cost Estimate Detail Sheet(s) are attached hereto

CONTRACT COMPLETION DATE: NO CHANGE INCREASE DECREASE CALENDAR DAYS

The foregoing amount covers everything required in connection with the change. All other provisions of the contract remain in full force and effect. We understand that

work shall not begin prior to authorization.

TO: SPOKANE TRANSIT AUTHORITY

A/E NAME

DATE

COST VERIFICATION COMPANY

COST VERIFIER NAMEA/E REP. NAME A/E SIGNATURE PROJECT MANAGER NAME

DATE

CONTRACT SUMMARY

ORIGINAL CONTRACT SUM PREVIOUS TOTAL

PREVIOUS ADDITIONS CHANGE AMOUNT

PREVIOUS DEDUCTIONSNEW TOTAL

DaysPERCENT CHANGE FROM ORIGINAL CONTRACT AMOUNT

You are directed to prepare a cost proposal for the work described below and/or detailed on the attachments referred to:

PR

OP

OS

AL

RE

QU

ES

T

CO No.PROJECT TITLE

CHANGE ORDER

PROPOSAL

We have carefully examined this proposal and find the cost to be reasonable. Therefore, we recommend acceptance.

NEW CONTRACT COMPLETION DATE

R

EC

OM

ME

ND

AT

ION

AU

TH

OR

IZA

TIO

NC

ON

TR

AC

TO

R P

RO

PO

SA

L

AUTHORIZING SIGNATURE DATE

Spokane Transit Authority hereby accepts the foregoing proposal and authorizes the performance of the changes specified.

The final amount of this change order differs from the cost proposal. Invoices incorporating this change order constitutes acceptance by the contractor as total reimbersement

due in connection with this change order.

This constitutes a change order to the contract only when authorizing signature is affixed.

PROPOSAL REQUESTED BY:

OF

Date

Dollar Amount (State & County Sales Tax Not Included)

CONTRACTOR NAME

CONTRACTOR REP. NAME DATE

PROJECT MANAGER SIGNATURE COST VERIFIER SIGNATURE

DATE

AGENCY NAME